Loading...
HomeMy WebLinkAbout17- Contract Documents - Montana Civil Contractors Inc. - 5.3 MG Water Storage Tank 2017 B° CITY OF BOZEMAN U: Contract Documents and Specifications prepared for: oil" City of Bozeman, MT January 2017 o, 0 Ing AM i flu �tl ��• toy .i� c.����}}1��' � ,f� �t �' et i �.1., .("9�; d *(6>��y t✓, f":yy `�!�i� �J'iR ��yti. M ` yy �oNTAN Ufa HAYES prepared by.- Robert Peccia &Associates set number a HELENA-KALISPELL-BOZEMAN-FORT COLLINS ADDENDUM NO. 1 5.3 MG WATER STROAGE TANK-2017 Date of Addendum: February 9 h, 2017 Date of Bid Opening: February 2P, 2017 CONTRACT DOCUMENTS AND SPECIFICATIONS CALL FOR BIDS 1. Change first paragraph to read, "Separate sealed Bids for Construction of City of Bozeman 5.3 MG Water Storage Tank- 2017 Project will be received by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771- 1230 until 2:00 p.m. (local time) on Tuesday, February 28, 2017 and then publicly opened and read aloud. Original copies must be submitted- no faxed or electronic bids will be accepted." RPA SUPPLEMENTARY CONDITIONS 1. Section 1 INSURANCE.; C Property Insurance; item .b, change to the following, "Deductible may not exceed$10,000 unless approved by an appropriate change order with E the following exception: Deductible may be higher than$10,000 for Flood and Earthquake perils, but the contractor shall be responsible for paying the entire cost of the higher deductible should a claim be submitted against the policy for Flood or Earthquake perils. A letter from the Contractor stating what the deductible is and that they will cover the deductible amount is required as part of the insurance submittal." 2. Section 1 INSURANCE; C Property Insurance; item .i, change to the following, "CONTRACTOR shall be responsible for any deductible or self-insured retention." 3. Section 8 WEED CONTROL, change the paragraph to the following, "Prior to mobilizing equipment on the project site,the Contractor shall clean his equipment and vehicles to assure no weeds are imported. The Contractor Shall be responsible for weed control for the duration of the contract and until landscaping is established. The Contractor shall submit a weed control plan to the Engineer for City review. All costs associated with weed control shall be incidental to other items of work, and no additional compensation will be allowed." 4 . Section 10 CONTRACTOR REIMBURSED ENGINEERING COSTS, add the following to the Engineering fees to be reimbursed by the Contractor, "7)Resident Project Representative's (RPR) billing rate is approximately $95.00/hr and Project Engineer billing rates range from $116 to $161 per hour". This is subject to change due to changes in staffing and annual salary adjustments. 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.1 PAGE 1 SPECIAL PROVISIONS 1. Add Special Provision#36, Job Trailer. "The Contractor shall furnish, install, and maintain a job trailer for the engineer's Resident Project Representative (RPR) for the course of the project. The trailer shall at a minimum be heated/cooled, have a work desk, chair and internet access for a lap top computer. This trailer can be shared with the Contractor. The building shall meet all state and local government requirements. Costs for furnishing, installing, and maintaining a job trailer shall be considered incidental to other items of work, and no additional compensation will be allowed." 2. Change Special Provision#35.A Measurement and Payment for Mobilization,Bonding & Submittals to read, "This bid item may not exceed five percent(5%) of the total base bid." 3. Delete part of Special Provision#35.B Measurement and Payment for the 5.3 MG Water Storage Tank, Item"Geotechnical Engineer site visit to verify tank subgrade is adequate." The Engineer will provide the Geotechnical Engineer to verify tank subgrade. 4. FUNDING AGENCY SPECIAL PROVISIONS FOR MONTANA PUBLIC FACILITY PROJECTS Section 09/900 are included in this addenda. The City will be utilizing the Drinking Water State Revolving Fund Loan Program (SRF) to finance the project, therefore,the applicable sections of the attached Funding Agency Special Provisions shall apply to this contract as noted in Section 1.1.1 Applicable Funding Agency Special Provisions under Article 1. Bidders should pay close attention to the following requirements: a. Section 15. Special Provisions for SRF Inclusive Including: i. 1.5.2. Guidance for Participation by Disadvantaged Business Enterprises in United States Environmental Protection Agency Programs of 40CFR 33. (Bidder's must be able to document"good faith" efforts regarding solicitation of MBE/WBE subcontractors in order to be deemed responsible.) ii. 1.5.7 Wage Determination. (Must pay the higher of either the Montana Prevailing Wage Rates or the Federal Davis-Bacon Prevailing Wage Rates.) iii. 1.5.10 American Iron and Steel (AIS) Requirements. TECHNICAL SPECIFICATIONS 1. Section 02244 Chain Link Fence, 2.3.A. change the first sentence to "Minimum sizes and weights of posts, rails, and braces are shown in the following Table of Fence Supports and Framing." 2. Section 02244 Chain Link Fence, 2.33, add the following table, 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.1 PAGE 2 TABLE OF FENCE SUPPORTS & FRAMING USE STEEL-SHAPE, SIZE, WEIGHT Line Post 2.375" O.D. Pipe @ 3.65 lb/ft 2.25" x 1.7" x 1.25" H-Section, 3.26 lb/ft End, Corner 2.875" O.D. Pipe @ 5.79 lb/ft & Pull Posts 3.50" x 3.50" Rolled Formed Section, 4.847 lb/ft Gate Post: Gate Leaf Width 12.875" O.D. Pipe @ 5.79 lb/ft 6' &Less 2.5" x 2.5" Sq. Tubing @ 5.7 lb/ft Over 6'thru 13' 4.0" O.D. Pipe @ 9.10 lb/ft Over 13' thru 18' 3.0" x 3.0" Sq. Tubing @ 9.10 lb/ft 6.625" O.D. Pie 18.97 lb/ft Rails &Braces 1.660" O.D. Pie 2.271b/ft Gate Frames: Leaf Width 1.660" O.D. Pipe @ 2.27 lb/ft Less than 8' 1.5" x 1.5" Sq. Tubing @ 1.90 lb/ft Over 8' 1.90" O.D. Pipe @ 2.72 lb/ft 2.0" x 2.0" Sq. Tubing 2.10 lb/ft 1. Section 03315, 3.09 Clarification of Shotcrete Testing Frequency; Testing frequency shall be as outlined under item E of 3.09. (Testing frequency for shotcrete shall conform to Section 3.08E Concrete Testing of these specifications.) 2. Section 03315, 3.03.G Excavation and Backfill, change the following, "Select Fill shall be placed in layers not exceeding 6 inches and compacted to a minimum density equal to 95%of the maximum laboratory density in accordance with ASTM D 1557. Field testing for density achieved shall be in accordance with ASTM D 1556 or D2922." To "Select Fill shall be placed in layers not exceeding 6 inches and compacted to a minimum density equal to 100% of the maximum laboratory density in accordance with ASTM D 698 (Standard Proctor). Field testing for density achieved shall be in accordance with ASTM D 698." 3. Section 03315, 3.03.J.2 Excavation and Backfill, change ASTM D1557 to "ASTM D 698." 4. Section 03315, 2.13.B, change to the following, "Below finished grade tank waterproof coating shall be MEL-ROL LM or approved equal." 5. Section 03315, item 1.02 C.3.iii a. Item 1. Change to "Mapped Spectral Accelerations for Short Periods Ss: 0.716g b. Item 2. Change to "Mapped Spectral Accelerations for 1-Second Period; S1: 0.211 G 6. Section 03315, item 1.02 C.3.p, Change "The allowable net soil bearing capacity is 5,000 psf'to "The allowable net soil bearing capacity is as listed in the Geotechnical 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.1 PAGE 3 Investigation in Appendix B of this document. (Under Section 11. Tank Foundations and Floor Slabs) 7. Section 03315, 1.03 Submittals, delete the following,A. Submittal Required"with Bid." The submittal will be required,but not with the bid. 8. Section 03315, item 1.02, C3, e. Change "Total Roof Live Load: 20 psf." To "Total Roof Load: Live Load 20 psf plus Snow Load 40 psf." 9. Section 03315, item 2.01, D. Change "Concrete for tank wall and roof construction shall have a minimum compressive strength of 4,500 psi at twenty-eight days and a maximum water to cementitious ration of 0.42"to "Concrete for tank wall and roof construction shall have a minimum compressive strength of 5,000 psi at twenty-eight days and a maximum water to cementitious ration of 0.42." 10. Section 03315, item 2.01, E. Change"Concrete for the tank floor, footings, pipe encasement, and all other work shall have a minimum compressive strength of 4,000 psi at twenty-eight days, shall not be air entrained, and have a maximum water to cementitious ratio of 0.42."to "Concrete for the tank floor, footings, and pipe encasement shall have a minimum compressive strength of 5,000 psi at twenty-eight days, shall not be air entrained, and have a maximum water to cementitious ratio of 0.42." 11. Section 15060-02, 2.1 Pipe, change to the following, "Centrifugally cast, Grade 60-42-10 iron, cement-lined and seal-coated, CL51, in accordance with AWWA C151, 350 psi minimum working pressure." 12. Section 15101, 2.5.B.g Butterfly Valves, change to "Butterfly valves shall be Mueller, M&H, or Kennedy." 13. Section 15101, add the following to 2.5.0 Ball Valves, "Ball valves for 6-inch valves shall be Apollo 87A-200 series or approved equal." 14. Section 16005, 2.53 Hazardous Areas, delete the following, "The only hazardous location in this project is located in the Wet Wells of the Lane Avenue Lift Station and K&R Lift Station." DRAWINGS Sheet C-4 Section B, change Tank Final Grading Section B note for geosynthetic filter fabric to "30 mil PVC liner." Sheet C-14 Add to Construction Notes, "9. Contractor shall pour concrete thrust blocks for the 30" tee and wye at the tie in for restraint." 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.1 PAGE 4 Sheet C-17 Delete note 3, "Trench water stops shall be installed at a minimum of 100'-0" apart, or crossings of streams, ditches, or other sources of groundwater. When directed by the engineer, trench water stops shall also be installed along service utility trenches." There are only two trench plugs on this project. Sheet M-4 DOWNSPOUT NOTES; Item 3. Change to "PIPE ABOVE GROUND SHALL BE SCH 10 (MIN) STAINLESS STEEL" Change Note: "Transition Coupling" (Galvanized to PVC)"to "Transition Coupling (SS to PVC)" Sheet S-0 General Note V. CONCRETE REQUIREMENTS; Item 1.Floor and Footings, and Item 2. Roof Slab, Columns and Column Footings. Change "4000 PSI AT 28 DAYS (MIN)"to "5000 PSI AT 28 DAYS (MIN)" General Note II. GEOTECHNICAL DESIGN CRITERIA; Delete items 1, 2, and 3 under General Note II and Insert"See Geotechnical Investigation in Appendix B of this document." Clarification of Membrane Suspension Assembly; Each of the two assemblies shall be sufficient to support a minimum of 150 linear feet of membrane baffle (extending from the tank roof to the tank floor) should tank baffles be installed in the future. The baffling is intended to provide a baffling factor of approximately 0.5 in the future. Sheet S-1 For Radial Section of Wall and Wall Footing Detail, change the "Inside Wall Radius = 102'-6"." Clarification; Finished Grade Elevation Adjacent to Tank Wall The finished grade elevation(top of access road) adjacent to the tank wall shall be 5203.88 which is approximately 18-inches below the top of the tank wall. Waterston at Wall Roof Joint A continuous waterstop meeting the requirements of Specification Section 03315; 2.12.A shall be placed in the roof to wall joint of the tank. See the attached detail. PREVAILING WAGE RATES Federal Wage Rates are included in this addenda. The funding agency requires that the Contractor pay the higher of the Montana Prevailing Wage Rates or the Federal Davis-Bacon Prevailing Wage Rates CITY OF BOZEMAN DISCHARGE PERMIT The chlorine daily maximum limit is 0.1 ppm. CITY OF BOZEMAN MODIFICATIONS TO MPWSS Section 02660, 2.83 Butterfly Valves, change the first sentence to "Furnish Class 150B, 150 psi, 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.1 PAGE 5 rubber seated,butterfly valves for water distribution systems sized 24" and larger, meeting AWWA C504 requirements." ATTACHMENTS Waterstop Detail Federal Davis Bacon Wage Rates Section 00900 Funding Agency Special Provisions for Montana Public Facility Projects Prebid Meeting Minutes and Sign-In Sheet Current Planholder's List END OF ADDENDUM NO. 1 ROBERT PECCIA AND ASSOCIATES 1 Chris Hayes,PE Project Manager © A Es P C 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.1 PAGE 6 I CONTINUOUS 9" WATERSTOP FORM CORBEL IN TOP OF WALL TO ACCOMODATE WATERSTOP GROUND LEVEL f , VA ^ b C 3 E SHEET TITLE PROJECT TITLE FIGURE _ Copyright 2llt70 R°b°rt Peccia DESIGNED BY H.SIMPKINS WATERSTOP DETAILS 5.3 MG WATER STORAGE 01 o ^ DRAWN BY FIGURE ONE TANK- 2017 G. NSON,P.E. ADDENDUM ONE CHECKED Bozeman, Montana CHECKED BY Page 1 of 6 General Decision Number: MT170076 01/13/2017 MT76 Superseded General Decision Number: MT20160076 State: Montana Construction Type: Heavy Counties: Beaverhead, Broadwater, Deer Lodge, Gallatin, Granite, Jefferson, Lewis And Clark, Madison, Meagher, Powell, Silver Bow and Yellowstone National Park Counties in Montana. HEAVY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 1 01/13/2017 BRMT0001-004 06/01/2016 BEAVERHEAD, DEER LODGE, GRANITE, JEFFERON, MADISON, POWELL, AND SILVER BOW COUNTIES Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 26.58 13.70 ---------------------------------------------------------------- BRMT0005-002 06/01/2016 GALLATIN COUNTY Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 26.22 13.70 ---------------------------------------------------------------- BRMT0006-005 06/01/2016 *, BROADWATER, LEWIS AND CLARK, MEAGHER, AND YELLOWSTONE NATIONAL PARK COUNTIES Rates Fringes httns-//www.wdoLgov/wdol/scafile-,/c32vi-,hacnn/MT76 rlvh?v=1 Page 2 of 6 BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 26.22 13.70 ---------------------------------------------------------------- ELEC0044-003 06/01/2016 Rates Fringes LINE CONSTRUCTION (1) Lineman. . . . . . . . . . . . . . . . .$ 43.43 15.15 ---------------------------------------------------------------- * ELECO233-018 01/01/2017 BEAVERHEAD, DEER LODGE, GRANITE, JEFFERSON, MADISON, POWELL, AND SILVER BOW COUNTIES Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 29.19 2.5%+12. 83 ---------------------------------------------------------------- ELECO233-020 06/01/2016 BROADWATER, LEWIS AND CLARK, AND MEAGHER COUNTIES Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 30.50 2.5%+11.37 ---------------------------------------------------------------- ELEC0322-003 06/01/2012 YELLOWSTONE NATIONAL PARK Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 27.53 10. 96 ----------------------------------------------------- ---------- ENG10400-009 05/01/2013 Rates Fringes POWER EQUIPMENT OPERATOR: (Zone 1) (1) A-frame truck Crane, oiler (except crane) . . . . . . .$ 23.47 10. 40 (2) Crane Oiler,Bulldozer, Roller (Dirt and Grade Compaction) . . . . . . . . . . . . . . . . .$ 23. 94 10.40 (3) Mechanic, Scraper. . . . . . .$ 24.34 10.40 (4) Cranes, 25 tons - 44 tons. . . . . . . . . . . . . . . . . . . . . . . .$ 27 .00 11.40 (5) Cranes, 45 tons to and incl. 74 tons. . . . . . . . . . . . . . .$ 28.00 11. 40 (6) Cranes, 75 tons to and incl. 149 tons; Cranes, Whirley (All) . . . . . . . . . . . . . . .$ 29.00 11.40 (7) Cranes, 150 tons to including 250 tons (add $1.00 for every 100 tons over 250 tons) ; Crane, Stiff- https://www.wdol.gov/wdol/scafiles/davisbacon/MT76.dvb?v=1 2/9/2017 'Page 3 of 6 Leg or Derrick; Helicopter Hoist; Crane, Tower (all) . . .$ 30. 00 11. 40 ZONE DEFINITIONS FOR POWER EQUPMENT OPERATORS: The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Court House of the following listed towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HELENA, KALISPELL, MISSOULA Zone 1: 0 to 30 miles - Base Pay Zone 2: 30 to 60 miles - Base Pay + $3.50 Zone 3: Over 60 miles - Base Pay + $5.50 ---------------------------------------------------------------- IRON0732-018 06/01/2015 Rates Fringes IRONWORKER: Reinforcing and Structural. . . . . . . . . . . . . . . . . . . . . . .$ 27 .00 19.78 ---------------------------------------------------------------- LABO1686-011 05/01/2012 Rates Fringes LABORER (2) Mason Tender. . . . . . . . . . . .$ 20. 10 9.05 (3) Pipelayer. . . . . . . . . . . . . . .$ 20.24 9.05 ZONE DEFINITIONS FOR LABORERS The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the County Courthouse of the following listed town to the center of the job: Billings, Bozeman, Butte, Helena, Great Falls, Missoula, Kalispell TRAVEL ZONES: ZONE 1: 0 to 30 miles, Base Pay ZONE 2: 30-60, add $3. 05 to Base Pay ZONE 3: Over 60 miles, add $4 . 85 to Base Pay ---------------------------------------------------------------- SUMT2011-051 02/08/2011 Rates Fringes CARPENTER (Form Work Only) . . . . . . .$ 24.30 7. 80 CARPENTER, Excludes Form Work. . . .$ 21. 13 7.00 ' httnc•//www wrinl an��/wrinl/cr.afilP.c/rlai�icha�nn/T�/TT7(, rivh7v=1 7/Q/�f11'7 Page 4 of 6 LABORER: Common or General. . . . . .$ 18 .11 5.90 LABORER: Landscape and Irrigation. . . . . . . . . . . . . . . . . . . . . . .$ 15.14 1.30 OPERATOR: Backhoe. . . . . . . . . . . . . . .$ 24.16 8.05 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . .$ 21. 99 8 .55 OPERATOR: Excavator. . . . . . . . . . . . .$ 23.12 7 .81 OPERATOR: Grader/Blade. . . . . . . . . .$ 24. 69 8 .40 OPERATOR: Loader (Front End) . . . .$ 24 .20 7 .84 TRUCK DRIVER: Dump Truck. . . . . . . .$ 18.84 5. 92 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ------------ --------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . https://www.wdol.gov/wdol/scafiles/davisbacon/MT76.dvb?v=1 2/9/2017 Page 5 of 6 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classificaticn(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ------- ------------------------------- --------------------- httns•//www.wdnl onv/wrinl/.qnafilP.q/rlavichannn/MT76 rlvh?v=1 Page 6 of 6 WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION hops://www.wdol;gov/wdol/scafiles/davisbacon/MT76.dvb?v=1 2/9/2017 Section 00900 July 2016 SECTION 00900 FUNDING AGENCY SPECIAL PROVISIONS FOR MONTANA PUBLIC FACILITY PROJECTS This section supplements Division 0 of the Montana Public Works Standard Specifications, Sixth Edition, dated April, 2010. Included herein are supplemental general conditions that are required by Montana public facility funding programs or agencies listed in 1.1 below but are not included in the Montana Public Works Standard Specifications, Division 0. ARTICLE 1. SPECIAL PROVISIONS 1.1 FUNDING AGENCIES This project is being funded with funds from one or more of the following public facility funding programs or agencies: Renewable Resource Grant and Loan Program (RRGL) Treasure State Endowment Program (TSEP) United States Department of Agriculture Rural Development(USDA/RD) Community Development Block Grant Program (CDBG) Drinking Water or Water Pollution Control State Revolving Fund Loan Program (SRF) 1.1.1 Applicable Funding Agency Special Provisions In addition to Section 1.2 below,the following sections also apply as indicated: Section 1.3(Additional USDA/RD Requirements) Section 1.4(Additional CDBG Requirements) X Section 1.5(Additional SRF Requirements) X Exhibit A(Project Sign Detail) Exhibit B (HUD Form 4010) X Exhibit C (Federal Labor Standards Provisions) X Exhibit D (DBE Forms) X Exhibit E (American Iron and Steel Forms) 1.2 SPECIAL PROVISIONS FOR ALL FUNDING AGENCIES The following requirements pertain to all of the funding programs or agencies listed in 1.01 above. If project funding sources include any of the programs or agencies listed, the following general requirements must be met in addition to those required in the Montana Public Works Standard Specifications, Division 0: 1.2.1 Reports, Information,and Access to Records The contractor, at such times and in such form as required by the owner(defined herein as the entity for which the project is being constructed)shall furnish reports pertaining to the work or services undertaken pursuant to this contract, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this contract. The owner and any federal, state or local governmental agency having a valid interest in this project shall be permitted by the contractor to have full access to and the right to examine pertinent documents of the contractor involving transactions related to this contract during the period of the project and for three(3)years from the date of final payment or until all findings have been resolved to the satisfaction of the funding agencies. 1 Section 00900 July 2016 1.2.2 Contractor Eligibility and Certification Regarding Debarment The contractor certifies that the contractor's firm and the firm's principals are not debarred, suspended, or otherwise ineligible to receive any Montana public works contracts or subcontracts pursuant to 18-2-432(2), MCA. For federally funded projects,the contractor certifies that the contractor's firm and the firm's principals are not debarred,suspended,voluntarily excluded, or otherwise ineligible for participation in federally assisted contracts under Executive Order 12549,"Debarment and Suspension"(24 CFR 24.505). 1.2.3 Contractor Registration and Worker's Compensation Requirements Title 39, Chapter 9, Parts 1 and 2 MCA stipulate contractor registration requirements for the State of Montana. Pursuant to 39-9-201 MCA, each construction contractor must be registered with the Montana Department of Labor and Industry. In accordance with 39-9-102 MCA, "construction contractor"means a person,firm, or corporation that, in the pursuit of an independent business, offers to undertake, undertakes, or submits a bid for construction. No bid shall be considered that does not carry the bidder's Montana Contractor's Registration Number on the bid form. Registration forms and additional information may be obtained by contacting the Montana Department of Labor and Industry, 1805 Prospect Ave., P.O. Box 8011, Helena, MT 59604-8011, or by calling 406-444- 7734. The contractor must provide certification that workers'compensation insurance will be maintained as required by the Montana Workers'Compensation Act(39-71-101 MCA). 1.2.4 Minimum Wage Requirements Unless superseded by federal law, 18-2-401 MCA and 18-2-402 MCA require that each employer pay, as a minimum,the rate of wages, including fringe benefits and zone pay applicable for the work being performed, as provided in the current Montana Prevailing Wage Requirements as determined by the Montana Department of Labor and Industry. The current wage determination(s) must be included in the contract documents. If the SRF Loan Program is funding the project in whole or in part,federal and state laws require that each employer pay, as a minimum, prevailing wages for each classification in accordance with the Federal Labor Standards Provisions (Davis-Bacon)(Exhibit C) or Montana Prevailing Wage Requirements, whichever is greater. If the CDBG Program is funding the project in whole or in part, HUD Form 4010-Federal Labor Standards Provisions(Exhibit B)must be included in the contract documents. 1.2.5 Compliance With State and Federal Laws and Regulations All applicable laws, ordinances, rules and regulations of authorities having jurisdiction over construction of th project shall apply to the contract throughout. The contractor must comply with all applicable state and federal occupational disease and health and safety laws and regulations. 1.2.6 Project Sign All projects will have a sign erected at a prominent location near the major portion of the work in plain view of the general public prior to submittal of the first pay estimate. The sign will generally conform to the following: 2 Section 00900 July 2016 "The CONTRACTOR, or such contractor as the ENGINEER may designate,when construction begins, shall erect a sign constructed of 4'X8'X3/" exterior plywood (A-B) and shall be supported by and bolted to two(2) 4"X4" posts with the bottom of the sign at a point at least two(2)feet above the ground line. The project sign shall be maintained in a good condition until project completion. The sign will be edged, painted and lettered as shown on Exhibit A. The letters shall be approximately three (3) inches in height. The cost of the sign is incidental to the contract price. The sign shall remain the property of the owner. A statement indicating all agencies participating in the financing of the project shall be included on the sign. The sign shall be subject to agency approval prior to being erected. 1.2.7 Gross Receipts Withholding Requirements Pursuant to Section 15-50-206(2)(3), MCA,the owner is required to withhold one percent(1%) of all payments due the contractor and is required to transmit such moneys to the Montana Department of Revenue as part of the public contractor's license fee. In like fashion,the contractor is required to withhold one percent (1%)from payments to subcontractors. 1.2.8 Clean Air and Clean Water Acts, Executive Order 11738 and EPA Regulations: If this Contract exceeds$100,000, Contractor shall comply with all applicable standards, orders or requirements issued under Section 306 of the Clean Air Act(42 USC 1857(h)); Section 508 of the Clean Water Act(33 USC 1368); Executive Order 11738; and Environmental Protection Agency Regulations (40 CFR Part 15). 1.3 ADDITIONAL SPECIAL PROVISIONS FOR USDA/RD 1.3.1 The following documents shall be attached to and made a condition of the contract documents for any project funded, in whole or in part, by Rural Development: If the bid amount exceeds$10,000, signed Compliance Statement(RD 400-6). Refer to specific equal opportunity requirements set forth in paragraph 18.10 of the General Conditions; If the bid amount exceeds$25,000, signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions(AD-1048);and If the bid amount exceeds$100,000, signed RD Instruction 1940-Q, Exhibit A-1, Certification for Contracts, Grants, and Loans. Refer to paragraph 18.11 of the General Conditions. 1.3.2 Free and Open Competition All procurement transactions will be conducted in a manner that provides maximum free and open competition. Examples of what are considered to be restrictive of competition include but are not limited to: employment preferences to Montana Bidders or Montana Contractors and Montana residents. 1.3.3 Contractor's Retainage No payments will be made that would deplete the retainage nor place in escrow any funds that are required for retainage or invest the retainage for the benefit of the contractor. 3 Section 00900 July 2016 1.4 ADDITIONAL SPECIAL PROVISIONS FOR CDBG 1.4.1 Equal Employment Opportunity Provisions a. Equal Employment Opportunity(Executive Order 11246). During the performance of this contract,the Contractor agrees as follows: (i) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment,without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion,transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection of training, including apprenticeship.The contractor agrees to post in conspicuous places,available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (ii)The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (iii)The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Department's contracting officer advising the labor union or workers'representative of the contractor's commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (iv)The contractor will comply with all of the provision of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (v)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (vi) In the event of the contractor's noncompliance with the non-discrimination clauses of this contract or with any of such rules, regulations or orders,this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rules, regulations, or order of the Secretary of Labor, or as otherwise provided by law. (vii)The contractor will include the provisions of paragraphs 1 through 7 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that each provision will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however,that in the event the contractor becomes involved in or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Department,the contractor may request the United States to enter into such litigation to protect the interest of the United States. b. Title VII of the Civil Rights Act of 1964. Provides that no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination' under any program or activity receiving federal financial assistance. c. Section 109 of the Housing and Community Development Act of 1974. "No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the 4 Section 00900 July 2016 benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds available under this title. Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1975 or with respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973 shall also apply to any such program or activity." d. Section 3 of the Housing and Community Development Act of 1968. The contractor will ensure that to the greatest extent feasible opportunities for training and employment arising in connection with this CDBG- assisted project will be extended to project area residents. Further, the contractor will,to the greatest extent feasible, utilize business concerns located in or substantially owned by residents of the project area, in the award of contracts and purchase of services and supplies. e. Minority Business Enterprise. Under the provisions of Executive Order 11246 contractors on federally- funded projects are required to take affirmative steps to assure that minority businesses are used when possible as sources of supplies, equipment, construction and services. Additionally, the contractor must document all affirmative steps taken to solicit minority businesses and forward this documentation along with the names of the minority subcontractors and suppliers to the owner upon request. f. Nondiscrimination Provision in all Public Contracts Pursuant to Section 49-3-207, MCA,the Contractor certifies that all hiring will be on the basis of merit and qualifications and there will be no discrimination on the basis of race, color, religion, creed, political ideas, sex, age, marital status, physical or mental handicap, or national origin. 1.4.2 Uniform Federal Accessibility Standards(UFAS) All design specifications for the construction of any building shall provide access to the physically handicapped in accordance with the Uniform Federal Accessibility Standards and HUD regulations 24 CFR Part 8, "Nondiscrimination Based on Handicap in Federally Assisted Programs and Activities of HUD". 1.4.3 Certification of Compliance with Federal Clean Air and Water Acts (Applicable to Federally Assisted Construction Contracts and Related Sub-Contracts Exceeding$100,000.) During the performance of this contract, the contractor and all subcontractors shall comply with the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR 15, as amended. 1.4.4 Preconstruction Conference After the contract(s) have been awarded, but before the start of construction, a conference will be held for the purpose of discussion requirements on such matters as project supervision,coordination with city or county officials,on-site inspections, progress schedules and reports, payrolls, payments to contractors, contract change orders, insurance, safety and other items pertinent to the project. The contractor shall arrange to have all supervisory personnel connected with the project on hand to meet with representatives of the engineer and owner to discuss any problems anticipated. 1.4.5 Contract Pricing The cost plus a percentage of cost method of contracting shall not be used. 5 Section 00900 July 2016 a 1.5 ADDITIONAL SPECIAL PROVISIONS FOR SRF 1.5.1 Equal Employment Opportunity and Affirmative Action Requirements on Federally Assisted Construction Contracts NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY(EXECUTIVE ORDER 11246) 1. The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and the"Standard Federal Equal Employment Specifications"set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area (Billings Economic Area), are as follows: Goals for minority participation in each trade 3.3% Goals for female participation in each trade 6.9% These goals are applicable to all the contractor's construction work(whether or not it is Federal or Federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed.With regard to this second area,the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the contractor's goals shall be a violation of the contract,the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation.The notification shall list the name, address and telephone number for the subcontractor; employer identification number of the subcontractor, estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed (see form on page 11). 4.As used in this Notice, and in the contract resulting from this solicitation,the"covered area"is the Billings Economic Area. This notice shall be included in,and shall be a part of,all solicitations for offers and bids on all federal and federally assisted construction contracts or subcontracts. EQUAL OPPORTUNITY CLAUSE The Equal Opportunity Clause published at 41 CFR Part 60-1.4(b) is required to be included in, and is part of, all nonexempt federally assisted construction contracts and subcontracts.The Equal Opportunity Clause shall be considered to be a part of every contract and subcontract required by the regulations in this part to include such a clause,whether or not it is physically incorporated in such contracts. In addition to the clause described above, all federal contracting officers,all applicants,and all non-construction contractors, as applicable,shall include the specifications set forth in this section in all federal and federally assisted construction contracts in excess of$10,000 to be performed in geographical areas designated by the 6 Section 00900 July 2016 Director pursuant to§60-4.6 of this part and in construction subcontracts in excess of$10,000 necessary in whole or in part to the performance of non-construction Federal contracts and subcontracts covered under the Executive Order. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS(EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered Area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number"means the Federal Social Security number used on the employer's quarterly Federal Tax Return, U.S.Treasury Department Form 941. d. "Minority"includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic(all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii)Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area, (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs (7)(a)through(p)of these specifications.The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably by able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the federal register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers.The contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 7 Section 00900 July 2016 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions.The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work.The contractor,where possible,will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment,with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off- the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor.The contractor shall provide notice of these programs to the sources compiled under(7)(b)above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site.A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. 8 Section 00900 July 2016 h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices,job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations(7)(a)through (p). The efforts of a contractor association,joint contractor- union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under(7)(a)through (p)of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor.The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner(for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the Executive order if a specific minority group of women is under-utilized). 9 Section 00900 July 2016 10. The contractor shall not use the goals and timetables of affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension,termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs.Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph (7) of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order,the implementing regulations, or these specifications,the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice,trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) 10 Section OF090OW July 2016 CONTRACTOR'S NAME, ADDRESS &TELEPHONE NUMBER Return to: USDOL/ESA/OFCCP Denver District Office 1999 Broadway-Suite 1177 P.O. BOX 46550 Denver, CO 80201-6550 CONTRACTOR' EMPLOYER ID NUMBER: CONTRACT INFORMATION PROJECT AND LOCATION: Dollar Amount of Contract Estimated Start Date Estimated Completion Date Contract No. Geographical Area NOTIFICATION OF SUBCONTRACTS AWARDED >$10,000 Subcontractors Name, Employer ID Number of Estimated$Amount of Estimated Start Estimated Completion Address, &Phone Number Subcontractor Subcontract Date Date 11 Section 00900 July 2016 1.5.2 Guidance for Participation By Disadvantaged Business (DBE) Enterprises In United States Environmental Protection Agency Programs of 40 CFR 33. The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. A. REQUIREMENTS 1. The recipient and prime contractor will exercise good faith efforts to attract and utilize small, minority, and women's business(DBEs)enterprises primarily through outreach, recruitment, and race/gender neutral activities.At a minimum,the recipient and project bidders will follow the six affirmative steps below: a. Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities including placing DBEs on solicitation lists and soliciting them whenever they are potential sources; b. Make information on forthcoming opportunities available to DBEs and arrange time frames and establish delivery schedules,when the requirements of the work permit,which will encourage participation by DBEs; c. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs; including dividing total requirements,when economically feasible, into small tasks or quantities to permit maximum participation by DBEs; d. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to. handle individually; e. Using the services of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate; and f. Require a.through e.to be taken if subcontracts are awarded. B. FAIR SHARE OBJECTIVE 1. The fair share objective for this project is 2 %MBE's and 3%WBE's. C. DEFINITIONS 1. Minority Business Enterprise(MBE) is a business concern which is: a. Certified as socially and economically disadvantaged by the Small Business Administration; (1) Socially disadvantaged individuals are those who have been subjected to racial or ethnic prejudice or cultural bias because of their identity as a member of a group without regard to their individual qualities. (2) Economically disadvantaged individuals are those socially disadvantaged individuals whose ability to compete in the free enterprise system is impaired due to diminished capital and credit opportunities, as compared to others in the same business area who are not socially disadvantaged. In determining the degree of diminished credit and capital opportunities,the Small Business Administration shall consider, but not be limited to,the assets and net worth of such socially disadvantaged individuals. Individuals who certify that they are members of named groups (Black Americans, Hispanic Americans, Native Americans,Asian-Pacific Americans,Asian-Indian Americans), are to be considered socially and economically disadvantaged. Economically and socially disadvantaged individuals are deemed to include women. b. Certified as a minority business enterprise by a State or Federal agency; or c. An independent business concern which is at least 51 percent owned and controlled by minority group member(s). 12 Section 00900 July 2016 (1)A minority group member is an individual who is a citizen of the United States and one of the following: (a) Black American: (b) Hispanic American (with origins from Puerto Rico, Mexico, Cuba, South or Central America) (c) Native American(American Indian, Eskimo,Aleut, native Hawaiian); or (d)Asian-Pacific American (with origins from Japan, China,the Philippines,Vietnam, Korea, Samoa, Guam, the U.S.Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, Taiwan or the Indian subcontinent). (2) In order to satisfy the third criteria of the MBE definition,the minority ownership's interest must be real, substantial and continuing. Such interest is characterized by: (a) Risk of loss/share of profit commensurate with the proportional ownership; and (b) Receipt of the customary incidents of ownership,such as compensation (i.e. salary and other personnel compensation). (3)A minority owner must have and exercise control of the business decisions. Characteristics of control include, but are not limited to: (a)Authority to sign bids and contracts; (b) Decisions in price negotiations; (c) Incurring liabilities for the firm; (d) Final staffing decisions; (e) Policy-making;and (f) General company management decisions. (4) Only those firms performing a useful business function according to custom and practice in the industry are qualified as MBEs.Acting merely as a passive conduit of funds to some other firm where such activity is unnecessary to accomplish the project does not constitute a"useful business function according to custom and practice in the industry."The purpose of this approach is to discourage the use of MBE"fronts"and limit the creation of an artificial supplier and broker marketplace. 2.Women's Business Enterprise(WBE) is a business which is certified as such by a State or Federal agency, or which meets the following definition: "A women's business enterprise is an independent business concern which is at least 51 percent owned by a woman or women,who also control and operate it. Determination of whether a business is at least 51 percent owned by a woman or otherwise qualified WBE which is 51 percent owned by a married woman in a community property State will not be disqualified because her husband has a 50 percent interest in her share. Similarly, a business which is 51 percent owned by a married man and 49 percent owned by an unmarried woman will not become a qualified WBE by virtue of his wife's 50 percent interest in his share of the business." As in the case of a MBE, only United States citizens will be deemed to be WBEs. Similar to the MBE criteria, WBE should meet the criteria cited in subparagraphs C.1.c.(2), (3), and (4). 3. Fair Share or Fair Share Objective A fair share or a fair share objective is an amount of funds reasonably commensurate with the total project funding and the availability of qualified MBEs and WBEs,taking into account experience on EPA-funded projects and other comparable projects in the area.A fair share objective does not constitute an absolute requirement, but a commitment on the part of the bidder to exercise good faith efforts as defined in this section to use MBEs and WBEs to achieve the fair share objective. 13 Section 00900 July 2016 4. Small Business (SBE).Any business entity, including its affiliates,that is independently owned and operated, and not dominant in its field of operations in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards set forth in 13 CFR Part 121. 5. Small Business in a Rural Area.A small business in a rural area(SBRA) is a business entity meeting the definition of a small business, and is located and conducts its principal operations in a geographical area (county) listed in the Small Business Administration's Listing of Non-Metropolitan Counties by State. 6. Recipient.A party receiving SRF financial assistance. 7. Pro•ect.The work financed through an SRF loan. 8. Bidder.A party seeking to obtain a contract with a recipient through a competitive, advertised, sealed bid process. 9. Offeror.A party seeking to obtain a contract with a recipient through a negotiative procurement process. 10. Prime Contractor.A party that has obtained a contract with a recipient through a competitive, advertised, sealed bid process. 11. Good Faith Efforts. Good faith efforts by a recipient, prime contractor, and/or bidder/offeror means efforts to attract and utilize SBEs, MBEs,and WBEs (DBEs)primarily through outreach, recruitment,and race/gender neutral activities.The following are examples of activities to assist recipients, prime contractors and/or bidders/offerors to comply with good faith efforts. a. Include qualified SBEs, MBEs, and WBEs on solicitation lists. (1) Maintain and update a listing of qualified SBEs, MBEs, and WBEs and SBRAs that can be solicited for supplies,construction and/or services. (2) Provide listings to all interested parties who requested copies of the bidding or proposing documents. (3) Contact appropriate sources within your geographic area and State to identify qualified MBEs and WBEs for placement on your minority and women's business listings. (4) Utilize other MBE/WBE listings such as those of the State's Minority Business Office,the Small Business Administration, Minority Business Development Agency, US EPA-Office of Small and Disadvantaged Business Utilization(OSDBU)and the Department of Transportation. (5) Have the State environmental agency personnel review this solicitation list. b. Ensure that SBEs, MBEs, and WBEs are solicited. (1) Conduct meetings, conferences, and follow-ups with SBEs, MBEs,WBEs, and SBRAs, small, minority and/or women's business associations, minority media, etc.,to inform these groups of opportunities to provide supplies,services,and construction. (2) MBE utilization is facilitated if the recipient or prime contractor advertises through the minority media. Such . advertisements may include, but are not limited to, contracting and subcontracting opportunities, hiring and employment, or any other matter related to the project. (3) Conduct pre bid, pre-solicitation, and post-award conferences to ensure that consultants,suppliers,and builders solicit SBEs, MBEs,WBEs, and SBRAs. (4) Provide bidders and offerors with listings of qualified SBEs, MBEs,WBEs, and SBRAs and establish that a fair share of contracts/procurements should be awarded to these groups. (5)Advertise in general circulation,trade publications, State agency publications of identified source, minority r or women's business focused media, etc.,concerning contracting opportunities on your projects. Maintain a list of minority or women's business-focused publications that may be utilized to solicit MBEs or WBEs. 14 Section 00900 July 2016 (6) Provide interested SBEs, MBEs,WBEs, or SBRAs with adequate information about plans,specifications, timing and other requirements of the proposed projects. (7) Provide SBE, SBRA, MBE or WBE trade organizations with succinct summaries of solicitations. (8) Notify SBEs, MBEs,WBEs, or SBRAs of future procurement opportunities so that they may establish bidding solicitations and procurement plans. c. Make information on forthcoming opportunities available to DBEs and arrange time frames and establish delivery schedules,where requirements of the work permit,which will encourage participation by SBEs, MBEs,WBEs and SBRAs. (1) Consider lead times and scheduling requirements often needed by SBE, MBE,WBE or SBRA participation. (2) Develop realistic delivery schedules which may provide for greater SBE, MBE, WBE or SBRA participation. (3)Whenever possible, post solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date d. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs; including dividing total requirements when economically feasible, into small tasks or quantities to permit maximum participation of SBEs, MBEs,WBEs and SBRAs. (1) Perform an analysis to identify portions of work that can be divided and performed by qualified SBEs, MBEs,WBEs and SBRAs. (2) Scrutinize the elements of the total project to develop economically feasible units of work that are within the bonding range of SBEs, MBEs,WBEs and SBRAs. (3)Analyze bid packages for compliance with the good faith efforts to afford SBEs, MBEs,WBEs and SBRAs maximum participation. (4) Encourage contracting with a consortium of SBEs, MBEs,WBEs, and SBRAs when a contract is too large for one of these firms to handle individually e. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the US Department of Commerce, as appropriate. (1) Use the services of outreach programs sponsored by the Minority Business Development Agency and/or the Small Business Administration to recruit bona fide firms for placement on SBEs', MBEs',WBEs', or SBRAs'bidders lists to assist these firms in the development of bid packaging. (2) Seek out Minority Business Development Centers(MBDCs)to assist recipients and prime contractors in identifying MBEs for potential work opportunities on this project. f. If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs a. through e. of this section. D. ADDITIONAL CONTRACT PROVISIONS 1. The prime contractor must pay its subcontractors for satisfactory performance no more than 30 days from the prime contractor's receipt of payment from the owner. 2. The prime contractor must notify the owner in writing prior to any termination of a DBE subcontractor for convenience. 3. If a DBE subcontractor fails to complete work under the subcontract for any reason,the prime contractor must employ the six good faith efforts if soliciting a replacement subcontractor, even if the fair share objectives have already been achieved. 15 Section 00900 July 2016 E. REPORTING 1. Bidders/offerors shall demonstrate compliance with"good faith" efforts in order to be deemed responsible. Efforts could include maintaining phone/mail logs(see attached MBEMBE Subcontractor Solicitation Sheet), submitting proof of DBE solicitation advertisements, completion of the on-line DBE quote request form located at https://app.mdt.mt.gov/dbegt/,etc.. The owner may specify other methods of demonstrating compliance. 2. Documentation of a"good faith"effort should be submitted with the bid, or within seven (7) calendar days of the bid opening. 16 xxxxxxiIzz ] Section 00900 July 2016 MBEMBE SUBCONTRACTOR SOLICITATION INFORMATION Name,Address& Date of Phone Amount of Quote Quote Accepted? Indicate MBE, Phone No. of Date Request for Description of Follow-up& or Reason for Not If not, list reason WBE, or other Subcontractor Contacted Quote Sent Work Offered Person Contacted Quoting* for rejection Subcontractor - Use additional sheets if necessary. The undersigned hereby certifies that the above information is true and correct: Contractor: By: Signature Title Date: 17 Section 00900 July 2016 1.5.3 Certification Regarding Debarment,Suspension and Other Responsibility Matters A. INSTRUCTIONS Under Executive Order 12549, an individual or organization debarred or excluded from participation in Federal assistance or benefit programs may not receive any assistance award under a Federal program, or a subagreement thereunder for$25,000 or more.The status of prospective individuals or organizations can be checked at: http://www.sam.gov A prospective prime contractor must submit a completed certification (see form on the following page) or explanation to the project owner for the project. Each prospective subcontractor must submit a completed certification or explanation to the prime contractor for the project. B. HOW TO OBTAIN FORMS Additional forms may be obtained from the State or may be reproduced. 18 Section 00900 July 2016 SRF Project Number United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment,Suspension,and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a)Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public(Federal, State, or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery,falsification or destruction of records, making false statements, or receiving stolen property; (c)Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local)with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local)terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to$10,000 or imprisonment for up to 5 years, or both. Typed Name&Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. 19 Section 00900 July 2016 1.5.4 Prohibition against Listed Violated Facilities A. REQUIREMENTS (1) To comply with all the requirements of section 114 of the Clean Air Act, as amended (42 U.S.C. 1857, et seq., as amended by Pub. L. 92-604) and section 308 of the Clean Water Act(33 U.S.C. 1251, as amended), respectively,which relate to inspection, monitoring, entry, reports, and information, as well as other requirements specified in section 114 and section 308 of the Air Act and the Water Act, respectively, and all regulations and guidelines issued thereunder before the award of this contract. (2) That no portion of the work required by this prime contract will be performed in a facility listed on the Environmental Protection Agency list of violating facilities on the date when this contract was awarded unless and until the EPA eliminates the name of such facility or facilities from the listing. (3) To use his best efforts to comply with clean air and clean water standards at the facilities in which the contract is being performed. (4) To insert the substance of the provisions of this clause, including this paragraph (4), in any nonexempt subcontract. B. DEFINITIONS (1)Air Act means the Clean Air Act, as amended (42 U.S.C. 1857 et seq.). (2) Water Act means the Clean Water Act, as amended (33 U.S.C. 1251 et seq.). (3) Clean Air Standards means any enforceable rules, regulations, guidelines, standards, limitations, orders, controls, prohibitions, or other requirements which are contained in, issued under, or otherwise adopted under the Air Act or Executive Order 11738, an applicable implementation plan as described in section 110 (d) of the Air Act(42 U.S.C. 1857c-5(d)), an approved implementation procedure or plan under section 111 (c) or section 111(d), or an approved implementation procedure under section 112(d) of the Air Act(42 U.S.C. 1857c-7(d)). (4) Clean Water Standards means any enforceable limitation, control, condition, prohibition, standard, or other requirement which is promulgated under the Water Act or contained in a permit issued to a discharger by the Environmental Protection Agency or by a State under an approved program, as authorized by section 402 of the Water Act(33 U.S.C. 1342), or by a local government to ensure compliance with pretreatment regulations as required by section 307 of Water Act(33 U.S.C. 1317). (5) Compliance means compliance with clean air or water standards. Compliance shall also mean compliance with a schedule or plan ordered or approved by a court of competent jurisdiction, the Environmental Protection Agency in accordance with the requirements of the Air Act or Water Act and regulations. (6) Facility means any building, plant, installation, structure, mine, vessel, or other floating craft, location, or site of operations, owned, leased, or supervised by a contractor or subcontractor, to be used in the performance of a contract or subcontract.Where a location or site of operations contains or includes more than one building, plant, installation, or structure,the entire location or site shall be deemed to be a facility except where the Director, Office of Federal Activities, Environmental Protection Agency, determines that independent facilities are located in one geographical area. 1.5.5 Discovery of Archaeological and other Historical Items In the event of an archaeological find during any phase of construction, the following procedure will be followed: (1) Construction shall be halted, with as little disruption to the archaeological site as possible. (2) The Contractor shall notify the Owner who shall contact the State Historical Preservation Officer. 20 Section 00900 July 2016 (3) The State Historical Preservation Officer may decide to have an archaeologist inspect the site and make recommendations about the steps needed to protect the site, before construction is resumed. (4) The entire event should be handled as expediently as possible in order to hold the loss in construction time to a minimum while still protecting archaeological finds. A similar procedure should be followed with regard to more recent historical resources. Should any artifacts, housing sites, etc., be uncovered, the same procedure should be followed as for an archaeological find. In the event archaeological/historical data are evaluated to meet National Register criteria, the Advisory Council on Historic Preservation may be notified and asked to comment. 1.5.6 Williams-Steiger Occupational Safety and Health Act of 1970 A. AUTHORITY (1) The contractor is subject to the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970. (2)These construction documents and the joint and several phases of construction hereby contemplated are to be governed, at all times, by applicable provisions of the Federal law(s) , including but not limited to the latest amendment of the following: a. Williams-Steiger Occupational Safety and Health Act of 1970, Public Law 94-596; b. Part 1910- Occupational Safety and Health Standards, Chapter XVII of Title 29, Code of Federal Regulations; c. Part 1926 -Safety and Health Regulations for Construction, Chapter XVII of Title 29, Code of Federal Regulations. B. SAFETY AND HEALTH PROGRAM REQUIREMENTS (1) This project, its prime contractor and its subcontractors, shall at all times be governed by Chapter XVII of Title 29, Code of Federal Regulations, Part 1926-Safety and Health Regulations for Construction (29 CFR 22801), as amended to date. (2) To implement the program and to provide safe and healthful working conditions for all persons, general project safety meetings will be conducted at the site at least once each month during the course of construction, by the construction superintendent or his/her designated safety officer. Notice of such meeting shall be issued not less than three (3) days prior, stating the exact time, location, and agenda to be included.Attendance by the owner, architect, general foreman, shop steward(s), and trades, or their designated representatives, witnessed in writing as such, shall be mandatory. (3) To further implement the program, each trade shall conduct a short gang meeting, not less than once a week, to review project safety requirements mandatory for all persons during the coming week. The gang foreman shall report the agenda and specific items covered to the project superintendent, who shall incorporate these items in his/her daily log or report. (4) The prime contractor and all subcontractors shall immediately report all accidents, injuries, or health hazards to the owner and architect, or their designated representatives, in writing. This shall not obviate any mandatory reporting under the provisions of the Occupational Safety and Health Act of 1970. (5)This program shall become a part of the contract documents and the contract between the owner and prime contractor, prime contractor and all subcontractors, as though fully written therein 21 Section 00900 July 2016 1.5.7 Wage Determination The Contractor and all subcontractors shall pay for all labor employed at no less than the minimum standard prevailing rate of wages for each classification, which shall be the higher of either the Montana Prevailing Wage Rates or the Federal Davis-Bacon Prevailing Wage Rates. Please refer to EXHIBIT C for Federal Labor Standards Provisions for Federally Assisted Construction Contracts. If you have a question about complying with the prevailing wage regulations (occupations, payroll forms, payment of fringe benefits, travel or per diem, etc.), you should contact the Labor Standards Bureau Wage and Hour Unit of the Montana Department of Labor and Industry or visit their website: http://dii.mt.gov/ 1.6.8 Access 1. The recipient must insure that representatives of the Environmental Protection Agency and the State will have access to project records and the project work whenever it is in preparation or progress and must provide proper facilities for such access and inspection. The recipient must allow the Regional Administrator, the Comptroller General of the United States,the State agency, or any authorized representative, to have access to any books, documents, plans, reports, papers, including records of contractors which are pertinent to the project for the purpose of making audit, examination, excerpts, copies, and transcriptions thereof. The recipient must insure that a party to a subagreement will afford access to such project work, sites, documents, and records. 1.5.9 Construction Site Erosion and Sediment Control Measures Every effort shall be made by the contractors and subcontractors to prevent and correct problems associated with erosion and runoff processes which could occur during and after project construction. The efforts should be consistent with applicable local ordinances,the EPA Nonpoint Source Pollution Control Guidance and Department of Environmental Quality Stormwater Management Plan. Wherever appropriate,the contractor's efforts shall reflect the following engineering principles: 1.When appropriate, land grading and excavating should be kept at a minimum to reduce the possibility of creating runoff and erosion problems which require extensive control measures. 2.Whenever possible,topsoil should be removed and stockpiled before grading begins. 3. Land exposure should be minimized in terms of area and time. 4. Exposed areas subject to erosion should be covered as quickly as possible by means of mulching or vegetation. 5. Natural vegetation should be retained whenever feasible. 6.Appropriate structural or agronomic practices to control runoff and sedimentation should be provided during and after construction. 7. Early completion of stabilized drainage systems(temporary and permanent systems)will substantially reduce erosion potential. 8. Roadways and parking lots should be paved or otherwise stabilized as soon as feasible. 9. Clearing and grading should not be started until a firm construction schedule is known and can be effectively coordinated with the grading and clearing activity. 22 Section 00900 July 2016 1.5.10 American Iron and Steel (AIS) Requirements On January 17, 2014, H.R. 3547, "Consolidated Appropriations Act, 2014," (Public Law 113-76, Section 436) was enacted. This law provides appropriations for both the Clean Water State Revolving Fund and the Drinking Water State Revolving Fund for federal fiscal year 2014, while adding an American iron and steel requirement to these already existing programs. The Act includes a provision for"Use of American Iron and Steel," in Section 436(a)(1). None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j-12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products permanently incorporated in the project are produced in the United States. The term "iron and steel products" means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, rebar, and construction materials. The iron and steel products used in the project must comply with the American Iron and Steel requirements of Section 436 of the Consolidated Appropriations Act of 2014 (P.L. 113-76) and as further interpreted by applicable EPA guidance (see http://water.epa.gov/qrants funding/aisreguirement cfm). AIS CERTIFICATION FORMS—The Contractor must ensure that all qualifying iron and steel components used in the project have met the AIS requirements. To verify AIS compliance, the Contractor must obtain a "Manufacturer Certification" form (or equivalent statement)from the product manufacturer. Upon completion of the project, the Contractor shall provide the Owner with the"Contractor Certification"form and copies of all "Manufacturer Certification" forms and/or statements. The referenced certification forms are located in Exhibit E of Section 00900. AIS WAIVERS -A waiver from the American Iron and Steel requirements may be issued by the Administrator of the Environmental Protection Agency if it is found that: 1) applying the American Iron and Steel provisions would be inconsistent with the public interest; 2) iron and steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or 3) inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent. Waiver requests must be submitted to the state for review and submittal to the EPA. NATIONAL AIS WAIVERS -The EPA has issued the following national waivers; 1) De Minimis (April 15, 2014); 2) Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015); 3) Minor Components in Iron and Steel Products (October 27, 2015); and 4) One-Year Extension of Stainless Steel Nuts and Bolts used in Pipe Couplings, Restraints, Joints, Flanges and Saddles (February 22, 2016). 1.6 Exhibits 23 • • • • Section 00900 July 2016 EXHIBIT A (Required for All Projects) • • • • • • • • • • • • • • • Project SignDetail • • • • • a • • • • • • • • • • • • • • • • BLACK LETTERING IOFIT GREEN wl BLACK BORDL-11 LIGHT BLUE - BLACK BORDER (TyF) llontn MON - Montana 2 X 4 Department ofNA Department Border (TYP) Environmental of Natural Quality Resources and Conservation DARK , tr BLUE WHITE (TYP)2X4 1r:egfst4t i, — PROVIDE TREATED REDWOOD 4x4 SUPPORTS EXTERIOR TYPE FOR SIGN(BOTH ENDS)AND KEEP SIGN PLYWOOD SUITABLE PROPER DISTANCE ABOVE PREVAILING FOR SIGNS GRADE TO PERMIT PUBLIC VIEWING PROJECT SIGN 26 • • • • • • • • • • • • • • • • EXHIBIT B (Required • • • . HUD Form41 O-Federal Labor • _ • Provisions • • • • • • • • • • • • • • • • • • • • • • • EXHIBIT C (Required for SRF Projects) Federal Labor Standards Provisions For Federally Assisted Construction Contracts United States Department of Labor CFR Code of Federal Regulations Pertaining to ESA (Federal Davis-Bacon Wages) Federal Labor Standards Provisions For Federally Assisted Construction Contracts United States Department of Labor CFR Code of Federal Regulations Pertaining to ESA (Federal Davis-Bacon Wages) Title 29, Chapter I, Part 5, Subpart A(29 CFR 5.5) Section Name: Contract provisions and related matters. (a) The Recipient shall assure that the subrecipient(s)shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in §5.1 or the applicable FY appropriation requirements, the following clauses: (1) Minimum wages. (i)All laborers and mechanics employed or working upon the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans,funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill, except as provided in Sec. 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii)of this section)and the Davis-Bacon poster(WH-1321)shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A)The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination.The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor,Washington, DC 20210.The Administrator, or an authorized representative,will approve, modify, or disapprove every-additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives,and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits,where appropriate),the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination.The Administrator, or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D)The wage rate(including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B)or(C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person,the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2)Withholding.The loan or grant recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis-Bacon prevailing wage requirements,which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices,trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract,the(Agency or SRF program)may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work(or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name,address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B)of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act,the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A)The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the SRF program if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the SRF program.The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee(e.g., the last four digits of the employee's social security number).The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/Wh347instr.htm or its successor site.The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the SRF program if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be,for transmission to the SRF program,the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records,without weekly submission to the sponsoring government agency(or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a"Statement of Compliance,"signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under Sec. 5.5 (a)(3)(ii)of Regulations, 29 CFR part 5,the appropriate information is being maintained under Sec. 5.5 (a)(3)(i)of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic(including each helper, apprentice, and trainee)employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the"Statement of Compliance" required by paragraph(a)(3)(ii)(B)of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii)The contractor or subcontractor shall make the records required under paragraph (a)(3)(i)of this section available for inspection, copying, or transcription by authorized representatives of the loan or grant recipient or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore,failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices.Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program; but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program.Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.Where a contractor is performing construction on a project in a locality other than that in which its program is registered,the ratios and wage rates(expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office,withdraws approval of an apprenticeship program,the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii)Trainees. Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval,evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination.Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program,the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity.The utilization of apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements.The contractor shall comply with the requirements of 29 CFR part 3,which are incorporated by reference in this contract. (6) Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1)through (10)and such other clauses as the SRF program may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: Debarment.A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements.All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract,the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR Ilk 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act.The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs(b)(1), (2), (3), and (4)of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title.As used in this paragraph,the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1)of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1)of this section. (3)Withholding for unpaid wages and liquidated damages. The loan or grant recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through (4)of this section. (c) In addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1,the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen,working on the contract. Such records shall contain the name and address of each such employee,social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the loan or grant recipient and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. http://www.dol.gov/dol/allcfr/ESA[Title 29/Part 5/29CFR5.5.htm • • • • i • • • • • • • (Required for SRF Projects) • DBE Forms • 11 • 11 and . 11 • • • • • • • • A United States OMB Control No:2090-0030 ��.EPAEnvironmental Protection Agency Approved:8/13/2013 Approval Expires:8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Participation Form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors.This form gives a DBEs subcontractor2 the opportunity to describe work received and/or report any concerns regarding the EPA-funded project(e.g.,in areas such as termination by prime contractor,late ,payments,etc.). The DBE subcontractor can,as an option,complete and submit this form to the EPA DBE Coordinator at any time during the project period of performance. Subcontractor Name Project Name Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity: Contract Description of Work Received from the Prime Contractor Involving Amount Received Item Construction, Services,Equipment or Supplies by Prime Number Contractor 1 A DBE is a Disadvantaged,Minority,or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.205 or certified by EPA.EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2 Subcontractor is defined as a company,firm,joint venture,or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-2(DBE Subcontractor Participation Form) A United States OMB Control No:2090-0030 810EPAA gencyencymentaf Protection Approved:8/13/2013 Approval Expires:8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Participation Form Please use the space below to report any concerns regarding the above EPA-funded project: Subcontractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response.Send comments on the Agency's need for this information,the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency(2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA FORM 6100-2(DBE Subcontractor Participation Form) t� United States OMB Control No:2090-0030 VS EPAAgencymental Protection A enc Approved:8/13/2013 Approval Expires:8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form This form is intended to capture the DBE,subcontractor'sz description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractors bid or proposal package. Subcontractor Name Project Name Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity: Contract Item Number Description of Work Submitted to the Prime Contractor Price of Work Involving Construction, Services,Equipment or Supplies Submitted to the Prime Contractor DBE Certified By:—DOT _SBA Meets/exceeds EPA certification standards? Other: YES NO Unknown 1 A DBE is a Disadvantaged,Minority,or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.205 or certified by EPA.EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. Z Subcontractor is defined as a company,firm,joint venture,or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3(DBE Subcontractor Performance Form) A United States OMB Control No:2090-0030 avr'���Environmental Protection Agency Approved:8/13/2013 Approval Expires:8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not- signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor,I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Title Date Subcontractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information,the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency(2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA FORM 6100-3(DBE Subcontractor Performance Form) EPA United States Environmental Protection OMB Control No:2090-0030 `r►' Agency Approved:8/13/2013 Approval Expires:8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or anticipated use of identified certified DBEs subcontractorsz and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name Project Name Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Issuing/Funding Entity: I have identified potential DBE YES NO certified subcontractors — — If yes,please complete the table below.If no,please explain: Subcontractor Name/ Company Address/Phone/Email Est.Dollar Currently Company Name Amt DBE Certified? Continue on back if needed t A DBE is a Disadvantaged,Minority,or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.205 or certified by EPA.EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. Z Subcontractor is defined as a company,firm,joint venture,or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-4(DBE Subcontractor Utilization Form) 30 `/��/� Environmental scenes OMB Control No: /13/2013 rrr Environmental Protection Approved:8/13/2013 Agency Approval Expires:8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor,I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information,the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency(2822T), 1200 Pennsylvania Ave., NW,Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA FORM 6100-4(DBE Subcontractor Utilization Form) • • • • • • • EXHIBIT E iAmerican Iron and Steel • • • • • M iM i► �r • • N r • N N • M • N • • • CONTRACTOR CERTIFICATION Consolidated Appropriations Act, 2014 USE OF AMERICAN IRON AND STEEL On January 17, 2014, H.R. 3547, "Consolidated Appropriations Act, 2014," (Public Law 113-76, Section 436)was enacted. This law provides appropriations for both the Clean Water State Revolving Fund and the Drinking Water State Revolving Fund for federal fiscal year 2014, while adding an American iron and steel requirement to these already existing programs. The Act includes a provision for"Use of American Iron and Steel," in Sec. 436(a)(1). None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act(33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j-12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products permanently incorporated in the project are produced in the United States. As the general contractor for the project(s) using revolving loan funds, the undersigned attests that they have performed the necessary oversight to ensure this provision was met on the project(s) being funded. I, the undersigned authorized representative of do hereby certify that all materials and supplies used on the project(s) have complied with the above provision of the Consolidated Appropriations Act. Project Name DEQ Loan Project Number Authorized Signature . Date Title Print Name MANUFACTURER CERTIFICATION Consolidated Appropriations Act, 2014 USE OF AMERICAN IRON AND STEEL On January 17, 2014, H.R. 3547, "Consolidated Appropriations Act, 2014," (Public Law 113-76, Section 436)was enacted. This law provides appropriations for both the Clean Water State Revolving Fund and the Drinking Water State Revolving Fund for federal fiscal year 2014, while adding an American iron and steel requirement to these already existing programs. The Act includes a provision to for"Use of American Iron and Steel," in Section 436(a)(1). None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act(33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j-12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products permanently incorporated in the project are produced in the United States. This certification applies to the following specific iron and steel products to be incorporated into this project: Manufacturer Name: Material/Product Description: Location of factory where these products will be manufactured: As a manufacturer or supplier for the project(s) using revolving loan funds, the undersigned attests that they have performed the necessary oversight to ensure this provision was met on the project(s) being funded. I, the undersigned authorized representative of do hereby certify that all qualifying iron and steel products purchased for or used on the project(s) have complied with the above provision of the Consolidated Appropriations Act. Project Name DEQ Loan Project Number Authorized Signature Date Title Print Name PREBID CONFERENCE AGENDA / MEETING MINUTES Project: Bozeman 5.3 MG Water Storage Tank-2017 Date: February 1st, 2017 Time: 2:00 pm Location: 20 East Olive Street, Bozeman Montana Conducted by: Gary Swanson, Chris Haves, and Rick Bell with RPA and the City of Bozeman Owner Representatives: Bob Murray—City Project Engineer Jill Miller—Water Plant Superintendent Attendees: (Listed on separate sign-in sheet) Chris Hayes, RPA, opened meeting at 1:59 PM by asking everyone to introduce themselves and the company they represent. Discussion Chris reviewed the Scope, Goals and Introduction of project 1. Scope and Goals— Discuss Project Requirements Answer Questions Tour Site 2. Introduction/Project Scope The proposed work includes construction of a new 5.3 million gallon concrete water storage tank at the water treatment plant site south of Bozeman. This project also includes construction of approximately 2,000 feet of buried 42"and 35 feet of 30"water piping,flow controls, new tank access road, site fencing, drainage piping, site reclamation, landscaping, new flowmeter and sampling vault, air and vacuum relief vaults and storm drainage improvements. Chris introduced Bill Brownell,Superintendent,with Gallatin County Road and Bridge Dept. Bill discussed that there would be load limits on Sourdough RD and Nash RD through spring breakup. Depending on weather this could last from mid-March through mid-June. Bill said the County would workwith the contractor on what they can and cannot do during this period. Bill's contact number is 406-562-3250, email bill.browneli gallitin.mt.gov 3. Instruction to Bidders Review - Bid Opening is February 14, 2017 and will be publicly opened and real aloud. —Will be postponed. • Bids must be received by 2:00 pm by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 Bob Murray, City of Bozeman Project Engineer, Discussed SRF funding will cause bid opening delay for 2 weeks. • Bidders must purchase Official Bid Proposal for$50.00 to bid and in order to be placed on official bidder's list. • Review bid proposal and instruction to bidders - Bid Security 10% of the Total Bid, Must be Included in Bid -Official Bid Package—Acknowledge Receipt of Addendums - Non-Discrimination Affirmation Form, Must be Signed and Included in Bid - Addenda: None issued to date • State Revolving Fund (SRF)funding requirements • Postpone Bid Opening • Butterfly Valves shall be Class 150B, 150 psi F:\ADMIN\RPA STANDARDS\FORMS\PREBID AGENDA.doc Rev.9/22 • Ductile Iron Pipe shall be CL51, AWWA C151, 350 psi • Table of fence supports &framing sizes • Field Office for Construction Inspector • Concrete Thrust Blocks on the 30" wye and tee at tie into existing 30" cement lined/coated steel pipe. • Prebid Meeting Minutes • Any other items from Prebid Meeting - Method of Award • Lowest Responsible Bidder whose total base bid (within the funds available) is the lowest responsible Bidder. • Bidders must attend mandatory prebid meeting - Bid Items and Estimated Quantities • Lump Sum for mobilization bonding and insurance • Lump Sum for 5.3 MG Water Tank and Appurtenances • Liner Feet of each size of Pipe • Each buried Valve • Lump Sum for Tank Inlet/Outlet Tie-In Connections • Lump Sum for AirNac. Relief Vaults, Tank Drain MH, Ring Drain MH, Flowmeter and Sampling Vault. • Additional Tank Excavation and Disposal if Needed • Additional Structural Tank Backfill if Needed • Additional Non-Structural Tank Backfill if Needed Chris indicated "Additional" bid items have been added as an additional Geotech evaluation will be done once excavation is complete to"Subexcavation" Elev. 5175.0 in case adjustments need to be made. It was asked who is responsible for additional Geotech evaluation. It is intended for the contractor to cover in his bid but was suggested it not be included in the bid to save$.This will be reviewed and addressed in the addenda. -Montana Contractor's Registration Number—List on Bid Proposal -Wage Rates—Current Montana Prevailing Wage Rates are required - Payment and Performance Bonds—both required It was asked if Bonds must be kept in force through the 2 year warranty period.Gary and Bob said yes they must,for the full project price.One of the contractors said 3 year warranty is indicated for paint, do the Bonds need to be in force for 3 years?We would discuss lowering the bonds for the V year to cover only painting costs. -Gross Receipts Tax- 1%withheld from each payment request - Retainage-5%withheld from each progress payment 4. Contract Time • 270 calendar days • Construction Start Date: Spring, April/May/June 2017 5. Contract Requirements - Insurance Requirements—AdditionalInsureds—City of Bozeman, RPA,SK Geotechnical - Contractor's Supervision -Liquidated Damages-$500 per calendar day+ Engineering Expenses - Permits and Fees Required • Building, Electrical, Plumbing, Mechanical, Construction ROW Permits It was indicated that a city or county building permit will not be required but all State building and applicable permits will be. • Excavation and Dirt Moving/Hauling, County Permits • Dewatering of the site—Submit Dewatering Plan Dewatering plan will be required only if water is encountered. F:IADMIN\RPA STANDARDS\FORMS\PRESID AGENDA.doc Rev.9/22 • Construction Stormwater Discharge Permit • City of Bozeman Discharge Permit and Gallatin County Zoning Permit is in Appendix C Gary discussed the city discharge permit can be used for discharging disinfection water but strict adherence to permit requirements must be observed. See addenda for chlorine requirements. • Other MDT, state, local and federal as required. - Utilities -Stay on City of Bozeman Property -City Water—Contact Eric Campbell -Safety Requirements—Contractor's responsibility - Field Office and Sanitary Facilities -Special Provisions-Review -Testing—Contractor's Responsibility -2 Year Warranty Period -Technical Specifications Prevailing Wage Rages Apply Review Measurement and Payment items closely -Review Technical Specifications -Miscellaneous Forms in Appendix A -Geotechnical Investigation—See Appendix B—Review -City of Bozeman Discharge Permit—See Appendix C—Review 6. Project Overview A. 5.3 MG Water Storage Tank Project a. Site work includes haul road and temporary access gate. b. Excavation/shoring/sheet piling/dewatering/fortank,piping, manholes/vaultsand retention pond. Stay on City of Bozeman property. OSHA approved excavation. Excavation greater than 20 feet shall be designed by a registered professional engineer. Foxtrotter Lane is a private road with no access to the site. C. Inspection of subgrade 5175.0 by geotechnical engineer. Additional excavation may be required. Bid items included. d. Stockpile area to the south/southeast of tank. This area will need to be restored to original condition and elevations. Haul and dispose of native spoil material from site. Follow Gallatin County requirements for hauling. Haul Roads-The Contractor must meet all City,County, MDT, and Federal Regulations and Load requirements. During spring thaw Nash Road and other county roads may not hold up to heavy haul trucks. The County may impose stricter load restrictions during spring thaw or may not allow any haul trucks to operate at all during the spring thaw time period. If Nash Road or any other County road used as a haul route begins to fail, the contractor will be responsible for all repair and project delay costs should they occur. Bidders shall contact the Gallatin County Road Department to satisfy themselves of any constraints that may be placed on them that would affect the progress and cost of the project. If needed the Contractor may apply for a project shut-down for the ,F:\ADMIN\RPA STANDARDS\FORMS\PREBID AGENDA.doc Rev.9/22 spring thaw time period. e. Tank ring drain piping and MH. f. Imported structural backfill and gravels, and liner. g. Build 5.3 MG D110 Type I Strand Wound, Prestressed Concrete Tank. h. Piping, tie-in to existing water. 30" Cement Coated/Lined Steel Pipe. i. Maintenance of Flows, transmission main downtime without water, 3 hour max. j. Install Vaults and Manholes k. Backfill Tank with Clean Structural Backfill for 5 feet, and then native material. I. Tank Leakage Test—Use City Water to Fill tank Chlorination and Dechlorination. Using settling pond. Meet City discharge permit requirements. There will be no charge for city water for testing purposes.Discharge permit requirements must be meet. Discharged water will need to be pumped to the settling ponds in a batched discharge from the new vault which will be constructed in this project,will take a number of days. M. Landscaping and irrigation system. n. Stormwater MHs and piping o. Access road around tank. p. Chain-link fence and gates. q. Electrical and Controls - Contractor to provide and install equipment, control panels, displays, power,wires, control cable, and conduits. City will handle control programing. r. Repair and maintenance to all haul roads and routes. 7. Engineer's Cost Estimate-$7.7 Million 8. City of Bozeman Comments Bob Murray, City of Bozeman Project Engineer, Discussed SRF funding will cause bid opening delay for 2—4 weeks.SRF will require MBE/WBE goals be adhered to. It will also use of Federal and or State wage rates be used whichever is higher.Bob also indicated"Weed Control" is high priority. Bob also indicated there is a staging area for materials and job trailers etc. next to the county road where construction access be will need to enter. Gary,RPA,interjected thatthe"Buy American Iron and Steel"requirement will be in effect and also make sure to do good documentation of MBE WBE solicitations as it will need to be provided to SRF. Contractor is encouraged to perform PR with neighbors. 9. Utility Representatives Dustin Workman—Northwestern Energy 406-533-8113 • NEW relocating Gas Main to 2' south of property line once frost comes out. 10. Questions and Discussion Q.Will limited work hours be enforced? A.Work hours will be enforced. We do want to keep the neighbors as happy as possible. The City will look at and consider other work hour requests up to 7:00 am to 7:00 pm, and even weekend work. Contractors are reminded that the length of the project, 270 calendar days, is based on a 40 F:\ADMIN\RPA STANDARDS\FORMS\PREBID AGENDA.doc Rev.9/22 work week and they are responsible for liquidated damages. Contractor will be responsible for covering the cost of the RPR for additional hours. Q. Will a winter shutdown be allowed? A.Yes, if needed dependent on weather. The Contractor will be responsible for protecting the tank subgrade, structural backfill, concrete, etc. from the weather, rain, snow, frost, and runoff. Q. Will an engineered de-watering plan be required? A.A de-watering plan will only be required if water is encountered. It will not need to be engineered. Q. Will a registered land surveyor be required? Is it on the contractor to pay? A. Yes - RPA will provide bench marks only. Q. What is the amount for an RPR? A. Will address in addenda. Q. Will an engineered shoring plan be required? A. Yes, for excavations 20' and deeper. Q. Are baffles included in this project? A. Baffles are not part of contract. The curb, grout tube and hangers are. Q. Excavation for 42" piping will be very close to the ponds, what if something happens to the ponds? If we remove a tree do we have to replace a tree? A.Contractor must provide adequate shoring etc.to protect the ponds.Contractor is responsible for maintaining integrity of the pond and settling beds and restoring property back to existing condition. All removed trees will need to be replaced as shown on the drawings. Q. Can both 42" pipes be placed in the same trench?Will it need bedded up to spring line? A.Yes, as long as adequate separation is provided to accomplish required compaction. It is DI pipe No, the bedding must go 6" above the pipe, not just to spring line per City of Bozeman Standards. Q. Can the existing city line be drained for tie-in? A. Yes, takes approximately 20 minutes to drain. Contact City. Q. Can you clarify the area between the settling pond and the property line?We have to stay inside the property line? A.Yes, the easement is on both sides of the property line but all work and access must stay on the FAADMIN\RPA STANDARDS\FORMS\PRESID AGENDA.doc Rev.9/22 City property, south of the property line. Q. Does all pipe/fittings need to be"Mega-lug"? A. All pipe/fittings need to be restrained. "Mega-lug", thrust block etc. contractors option. Thrust blocks required at existing city tie-in for the tee and wye. Q.At the tie-ins there is some steel pipe required, does it have to be sand blasted and painted etc. A.There is existing steel coated/lined pipe that will have to have the cement removed. The new pipe is ductile iron. Q. The new tee which will be install on the existing line, do we have to test it. A.Yes all new pipe and fittings will need to be tested unless you have to test against existing pipe, like the tie in tee and wye. We will require a visual inspection of these fittings. Q.After excavation to subgrade we need to compact to 100% of ASTM D698 then install 1/" minus and install 30 Mil liner then crushed gravel then 6 Mil vapor barrier before we can build tank, does that sound correct? A.After excavation to subgrade is reached and compacted, 3"minus structural backfill, 30 mil PVC Liner, 1/" clean crushed base course, 6 mil poly sheeting, and then concrete. The 3" minus clean Structural Backfill is for the 5 feet around the outside of the tank. Q. Can you clarify the distance between trench plugs? One spot in plans calls for 100' intervals another calls for 200' intervals. A.There are only two trench plugs required for this project as shown on the plans. One on the inlet piping and one on the outlet piping. Q. Is existing city line gravity feed? A.Yes Q. When NW Energy relocates their line can they leave it exposed every so often so we can see where it is? A.That is a question for NW Energy,well will include Dustin Workman's contact info,you will need to contact him for that answer. Q. Does tank test have to set for seven days prior to backfilling? A.Yes Q. There appears to be a conflict in specs as to required compaction. What is required? A. Will look into and verify. (see addenda) F:\ADMIN\RPA STAN DARDS\FORMS\PREBI D AGENDA.doc Rev.9122 Q. Specs indicate new gradation tests for every 200yds of material, is that correct? A. We want the ability to require this if gravels vary, but will work with Contractor. Q. Do Manholes need to be vacuum or static tested? A. Yes Q. Specs call for ESC plan detail sheet, could not find details in plan. A. Contractor will meet all SWIPP and stormwater permit requirements. We have no ESC plan detail sheets. Q. Could not find details for shotcrete test. A. See Addenda. Q. Electric detail indicates subpanel T be stainless steel but does not spec associated conduits. What do they need to be? A.Will look into. Conduit can be Rigid Galvanized Steel perthe specifications. Flex conduit between the subpanel and tank roof or a flex coupling shall be provided at the edge of the tank roof. Q. Service feed to Subpanel shows 30 AMP breaker in existing panel but wire sizing is 100 AMP, is this correct? A. Will look into. Yes this is correct. The wire was sized to account for the distance between the subpanel and the mini power zone. 11. Site Tour Q. Is there anything in the access road area that can't be driven over by heavy trucks? A.Yes, there some vaults etc. more to the south edge of the road closer to the building, the outer edge should be clear. Jill says there is electrical in the access road. Q. Can contractor work access to private property with the home owners for access /working room? A. It is up to the contractor to do so if he wishes but must get in writing if access is granted. Q. Can landscape mound be disturbed? A. Yes but must be returned to original condition including tress and drip irrigation system. Q. Where will water be provided from to fill tank for testing? A. Complete new piping connections to existing city lines per plan and use new piping. Q.What about SWIPP permit?Can the contractor transfer to city upon substantial completion?Or F:\ADMIN\RPA STANDARDS\FORMS\PREBID AGENDA.doc Rev.9/22 can the contractor use the city's existing permit? A. Contractor responsible for contacting MDEQ to determine the requirements of the construction stormwater permit. Contractor is responsible for the permit through the warranty period. Q. Can Contractor's use the City property south of the irrigation ditch for materials or stockpiling if they reclaim it? A. Yes, as long as the Contractor doesn't drive over the drainfield or wreck the culvert for the irrigation ditch and restores the property. F:\ADMIN\RPA STANDARDS\FORMS\PREBID AGENDA.doc Rev.9/22 ROBERT PECCIA & ASSOCIATES Helena and Kalispell, MT Fort Collins, Colorado ATTENDANCE LIST Project Name: Bozeman 6.3 MG Water Storage Tank-2017 X PREBID CONFERENCE. _Project No: 14702 _ PRECONSTRUCTION CONFERENCE Date/Time; February 11t, 2017 MONTHLY MEETING Telephone E-Mail Address Wa e Address Affiliation Number Bob Murray 20 East Olive, Bozeman MT City of Bozeman—Project Engineer 406-582-2280 bmurray@bozeman.net 7024. Sourdough Canyon Road City of Bozeman—Plant STPW 406-994-050 �-C��,rVlr@bozenian.net Gary Swanson 825 Custer.Avenue,Helena MT Robert Peccia&Associates 406-447-5000 garys@rpa-hln.com Chris Hayes 825 Custer Avenue,Helena M'T Robert Peccia&Associates 406-439-3108 chris@rpa-hln.com Rick Bell 825 Custer Avenue,Helena MT Robert Peccia&Associates 406-459-5743 Rick.Bell@rpa-liln.com a� 34214 uw a vAl 46. t4-r LbiJe G4 'VtX-YS9-539 )4 JAL-!s d n� /slZ.Z,-4 ''/CIF S4,1,K1q,*' 1r / hzjn,�N, r' A'I� g/1n/fJ '.'_J`lrw'� rs' 4;w lei- ta%t4� 1tti,,t S' KINIW� _t,, n� i'?b � v2�1c-tt, Telephone E-Ma-it .. dd.res. Name Address Affiliation Number .r cY", 4" .-- ✓i sL kai...,.�`;3�rl.sS_�e.c..=�"f7L s r�, <e_6�.1� e7p h'a Zt Zt .S w f3re.a.RuvG7,�o� {a 5 w s"D IPA) _r,4_1vKS 5Q3 20,? W° 6 ohn. '�[;Ao lu e 1,2i17 <,co , ZIZI /•IG•li: G='L% l7': Zvr. +L Z ?t �.�� ✓,..f/ f "F'�(P .`C'�<i. �It S _ F/y- �j4� . ^.. ..- <.. �`'..< .! ^t -.i .- x Y 1f�7fV F �i. 4,.57` / r{✓� � N `�rdT IG.2, �. d� .:< Y<jfJ' '". ti"yG. GsJ�LC.i'��.y�`a"' �` '7s'+'� v � — "7 '`ii`�.(c l ( as 2 1 t; i, / d1 {�(i({, c�'K �"�( �,� f.Gi�i LC LW: 'Ell _ l 3 n6. �- .-'t v s r <, 5 y i v 'rl ,��veeln�w-. is:l►; s MY 5411)6 GQP `C—oIN's �_o6 �6sb.�yb3� t1MGuC'�/la/I (`�GO� rN(� o.l L`g/ i, �S(llxaG3 /lti ��ilUfr �4 CWJ`?I.Rv(6la-� 17 V '�Ji1 -gz6 �"S�t �5�4o�Gv15i11�CiisJ. ar+ VI iiilll\\�11 � '75� �disUtica'uJ ��;oV i,g\s:J"AT 2Jti.] G,c7s.>SiQ•tX.Tlr, t 374b.�SS.�'/J i f1 / s`rL+l /� aGG Clx�s �uci� c V46 Zia- ��7 �ra "� au��ac ���snuiN -roc, rp - Va ,4 jl�� / �F'�ll�d/III5 jfll��i /z/L' I,Z I!(1 C �rvc�T1 �, 1 lVil tit�;r d a W�,�+ sa c�7foo2J..� Lfiq ? J I �iG✓; islt/f^r tnt �7 CG; a�€`�,art 3Z =�+�Cg erk, ?� l�il¢ z1 fc: ., Lp Z� ��: ,� ! '� ^Cz� �vriG act. ��a , — _ rarti7d6v ��:��05f z4U�-'55- q �l ihl t l ie �c�r �� ' t�4 kfc�"r lv N ,� 1 ►4siz`1 I 03 0�`w �s t�cz s ti•� orb Telephone E-Mail Address Name Address Affiliation Number lVV MS 1 `� [i i ��klli iC '� (_�¢ ✓ 4J ?�` ' � Q `�6LvL�IS�I) Swry yr 6023 Q>tS G Co,� 4� ,au Ww'(P- 1vc_ asp i3o2 �, pt� d,)6-9za-I'/9y wrotuoWL_ L.,rlb: r, . ���-. J�t� �� �c� '�� ' � $��,. �,� / Ser �I✓�J i;n-�._ ,�o t'l�' Gu�z�•���• 'C� 6�'C {`-O"L K I'�''k li J X _ `I�r�' [ .i c4c•f1 :C v!'f• o n jib �twuwv, C, i � � Vr° r;\ADMIN\OFPICE\RPAFORA4S\ATTENDANCE LIST.DOC i City of:Bozeman 5.3 Million Gallon Water Storage Tani: -2017 PLAN HOLDERS LIST Bid Date: February 28,2017 A 2:00 p.m. Revised as of: February 9, 2017 The following have received or requested plans and specs and or official bidding documents for the Cit,of Bozenzan S.3,tfillion Gallon YYater Storage Tank-2017. City of Bozeman—Public Works Western Municipal Construction Outback Construction Attn: Bob Murray—City Engineer Attn: Natalie Bohnen Erick Prather 20 East Olive 5855 Elysian Road 3700 South Russell Street,Ste 108 PO Box 1230 Billings,MT 59101 Missoula,MT 59801 Bozeman, MT 59771 Ph:406-254-2106 Ph:406-926-1131 reception n.wmc-i.ccm erick(ooutbackconstruction-inc.com City of Bozeman Attn:Eric Campbell COP Construction,LLC 7024 Sourdough Canyon Road PO Box 20913 Bozeman, MT 59715 Billings,MT 59104 Ph:406-656-4632 Robert Peccia and Associates Staci Venner NW Construction Inc 3810 Valley Commons,Suite 4 Neil VanAmburg Bozeman, MT 59718 7585 Shedhorn Drive Ph:406-580-4438 Bozeman,59718 staci rpa-hin.com 406-223-1907 Neil.vanamburg aanwconstruction.us Robert Peccia and Associates Chris Hayes Sletten Construction P.O.Box 5653 Mike Anderson Helena,MT 59604 PO Box 2467 Ph:406-447-5000 Great Falls 59403 chris(d,rpa-hln.com Ph:406-454-6462 manderson aasletteninc.com Robert Peccia and Associates Gary Swanson Montana Civil Contractors P.O.Box 5653 Owen Strods Helena,MT 59604 62 Skyway Blvd Ph:406-447-5000 P.O.Box 1019 garys aarpa-hln.com Belgrade,MT 59714 Ph:406-388-1740 Robert Peccia and Associates owen((Dmontanacivil.com Rick Bell P.O.Box 5653 HD Supply Helena,MT 59604 Chris Anderson Ph:406-447-5000 5240 Jackrabbit Lne rick.bellarpa-hln.com Belgrade,MT 59714 Ph:406-388-5980 DN Tanks Christopher.anderson()hdsupoly.com John Salihoglu 2121 SW Broadway, Suite 150 DLM Contracting,Inc. Portland, OR 97201 Brad Lewis Ph:503-208-4446 2066 Stadium Drive,Suite 201 iohn.salihoolu(a)dntanks.com Bozeman, MT 59715 Ph:406-586-2881 dim(c)dlmcontractin inq c.com ADDENDUM NO. 2 5.3 MG WATER STORAGE TANK-2017 Date of Addendum: February 17"', 2017 Date of Bid Opening: February 28t', 2017 CONTRACT DOCUMENTS AND SPECIFICATIONS SPECIAL PROVISIONS 1. Special Provision 4.1, change to the following, "Contract Time: Contract time for the entire project is 300 Calendar Days." TECHNICAL SPECIFICATIONS 1. Section 03315, 1.03 Submittals, add the following, "A. Submittal Required with Bid." The Contractor is required to submit all submittal requirements in Sections 1.02 and 1.03 with the Bid. 2. Section 03315, 2.01.E, change to the following, "Concrete for the tank floor, footing, pipe encasement, and all other work shall have a minimum compressive strength of 4,000 psi at twenty-eight days, at the contractor's discretion air-entrainment may be used and have a maximum water to contentious ratio of 0.42." 3. Section 03315, 3.03.1-1.2, add the following, "The 30 mil PVC Liner shall be Watersaver Geomembrane liner or approved equal meeting the following requirements in the table below." PROPERTIES TEST METHOD SPECIFIED VALUES 30 f 1.5 mil Thickness ASTM D 5199 .76 t.04 mm Tensile Properties ASTM D 882 Min Strength at Break 73 Ibs/in 12.8 kN/m Elongation 380% 32 Ibs/in Modulus @ 100% 5.6 kN/m Tear Strength ASTM D 1004 8 Ibs Min. 35 N Dimensional Stability ASTM D 1204 3% Max Chg Low Temperature ASTM D 1790 -20OF Impact Pass -29°C Index Properties Specific Gravity ASTM D 792 1.2 g/cc Typical Water Extraction ASTM D 1239 0 %loss(max.) Max Loss 0.15 a 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.2 PAGE 1 Average Plasticizer ASTM D 2124 400 Molecular Weight Volatility Loss ASTM D 1203 0 7% Max Loss Soil Burial Break Strength 5% Elongation G160 Max Chg 20% Modulus at 100% 20% Hydrostatic ASTM D 751 Min. 100 psi Resistance 690 kPa Seam Strengths Shear Strength ASTM D 882 Min 58.4 Ibs/in 10 kN/m Peel Strength ASTM D-882 Min 15 Ibs/in 2.6 kN/m SECTION 00900 FUNDING AGENCY SPECIAL PROVISIONS FOR MONTANA PUBLIC FACILITY PROJECTS -FORMS Contractor Certification—Consolidated Appropriations, 2014—Use of American Iron and Steel Form. The DEQ Loan Project Number is E.Q. 16-2139. DRAWINGS Sheet M-5, detail 2, change Pipe Floor Penetration dimension from 9"min. to "flush with floor in order to accommodate silt stop". THRUST BLOCKS FOR 30" AND 42" PIPIING All of the fittings and valves at the tie-in with the 42-inch tank inlet and outlet piping shall be flanged joint as shown on the drawings. Concrete thrust blocks are required at the connection for the 30-inch tee and the 30-inch wye in order to provide thrust restraint for the 30-inch transition couplings up and downstream of the tie-in. In order to keep the 30-inch transmission main to town in service the Contractor may use temporary shoring and supports on the tie-in piping while the concrete for the thrust blocks cures. High early strength concrete can be used for the thrust/anchor blocks. The static pressure at the tie-in point is approximately 13 psi. All of the fittings under the tank shall be flanged or restrained joint and be encased in the concrete pipe block per the plans. The remaining fittings and valves on the 42-inch inlet and outlet piping at the Contractor's option may be restrained with concrete thrust blocks if restrained joints are not used. The thrust blocks and anchor blocks for upward vertical elbows shall be designed per the table below. 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.2 PAGE 2 THRUST BLOCK BEARING AREA DIMENSIONS AND ANCHOR BLOCK VOLUMES FOR UPWARD ELBOWS Fitting Bearing Bearing Length Hoop Size Embedment Volume Area Area Length of of Width Height Hoops Anchor (A) (B) Block 42-inch, 5 ft 5ft B/3 45 deg. min Elbow 42-inch, 4 ft 4ft B/3 22 . 5 deg. min Elbow 30- 4 ft 4 ft B/3 inch, Tee & min Wye 42-inch 4 ft 4ft 4 ft #8' s 42-inches Valve (I f not restrained joint) 42-inch #81s 42-inches 10 Upward Cubic Vertical Yards Elbow 42-inch 4 ft 8- 4 ft Not and 30- inches Required inch Joint for Joint Restrained Restrained or Flanged or Flanged Valves Valves QUESTIONS Question: My company designs and builds prestressed concrete tanks following the AWWA D 115 design standards. Owners and engineers regularly include a D 115 tank design alternate (performance specification) versus the specified D 110 Type 1 tanks in their bid package. This approach increases competition to the owner using a tank design that is equally as robust and durable as the D 110 Type 1 tank. We can also meet all of the same qualifications and experience for D115 tanks as in specification section 03315, 1.02 A. Is it acceptable for Contractor's to propose an AWWA D115 Prestressed Tank alternate or any other style of water tank? Answer: The tank must meet the requirements of AWWA D110, Type I tank as specified. Proposals should be prepared accordingly. Question: Section 01100.1.1C. discusses DAILY batches of LOMG into the residual basin. This would put draining the new tank at around 5.5 days—at the pre-bid it was alluded to that the residual basins could not take that much water that fast—please confirm. 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.2 PAGE 3 Answer: Once the tank has been cleaned and filled with treated City water, passed the water tightness test, disinfected per AWWA C652, and bacteriological tests have been taken and passed, then the contractor may send water to the City of Bozeman distribution system once the chlorine residual is below 1.0 ppm. If the chlorine residual is between 1.0 and 2.0 ppm, the Contractor may work with the City of Bozeman to slowly release tank water that will mix with plant water in the distribution piping. The City will allow the Contractor to pump any tank cleaning water or water from filling the tank to the drying beds and/or residuals lagoon, which drain into the residuals pump station between the drying beds and residuals lagoon and will be pumped to Sourdough creek. The Contractor will be required to coordinate and schedule any discharge of tank water into the drying beds or residuals basin with the City. The maximum pumping rate of the pump station is 1,000 gpm with both pumps running. The water treatment plant typically discharges between 160,000 to 410,000 gal/day to the drying beds and residual lagoon. The full capacity of the residuals lagoon is approximately 800,000-900,000 gallons. It is the Contractor's responsibility to ensure this water meets the City of Bozeman and Contractor's discharge permits. The Contractor will be responsible for taking and paying for all required permit compliance testing. Question: Can the tie-in be scheduled at night on a low flow day to get us more time? Answer: There must be a City of Bozeman Operator onsite during the tie-ins and all work on the tie-ins must be completed by 10:00 pm and start no earlier than 6:00 am. END OF ADDENDUM NO. 2 ROBERT PECCIA AND ASSOCIATES Chris Hayes, PE Project Manager S 11 '� 5.3 MG WATER STORAGE TANK-2017-ADDENDUM NO.2 PAGE 4 City of Bozeman 5.3 Million Gallon Water Storage Tank - 2017 Bozeman, Montana Contract Documents and Specifications January, 2017 Prepared by Chrlig Hayes, P.E. Project Manager Checked by Gary Swans , P.E. Water Grou Manager QA/QC Approval _ Kei Jense , P.E. P� sident Date Approved / 1112-6( 7 ROBERT PECCIA &ASSOCIATES P.O Box 5653 P.O.Box 5100 825 Custer Avenue 102 Cooperative Way,Suite 300 400 Remington Street,Suite B �• :. Helena,MT 59604 Kalispell,MT 59903 Fort Collins,CO 80524 (406)447-5000 (406)752-5025 (970)484-3206 (406)447-5653 FAX (406)752-5024 FAX (970)484-3209 FAX TABLE OF CONTENTS Contract Documents &Specifications SECTION I. BIDDING REQUIREMENTS AND INFORMATION Bidder's Checklist Invitation to Bid Instructions to Bidders SECTION 11. BIDDING DOCUMENTS Bid Proposal Bid Bond (EJCDC C-430) Non-Discrimination Affirmation Form SECTION III. GENERAL CONDITIONS Standard General Conditions (EJCDC C-700) RPA Supplementary Conditions SECTION IV. SPECIAL PROVISIONS Contents listed at front of the Special Provisions. SECTION V. TECHNICAL SPECIFICATIONS Contents listed at front of the Technical Specifications. SECTION VI. PREVAILING WAGE RATES APPENDIX A. MISCELLANEOUS FORMS Notice of Award Agreement Performance Bond (EJCDC C-610) Payment Bond (EJCDC C-615) Notice to Proceed Approval of Subcontractors Substitution Request Form Schedule of Values for Contract Payment Application and Certificate of Payment Work Directive Change Change Order Affidavit on Behalf of Contractor Contractor's Certificate of Completion Certificate of Substantial Completion Consent of Surety Company to Final Payment APPENDIX B. GEOTECHNICAL INVESTIGATION APPENDIX C. CITY OF BOZEMAN DISCHARGE PERMIT CONSTRUCTION DRAWINGS Bound under separate cover. SECTION I BIDDING REQUIREMENTS AND INFORMATION BIDDER'S CHECKLIST At the Bidder's option, the following Bidder's Checklist may be utilized in preparing your bid. 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) 2) Bid Proposal: a. Arithmetic checked? b. Numerical Bid Prices agree with written Bid Prices? C. Addendums acknowledged on bid form? d. Signature portion completely filled out? e. Non-Discrimination Affirmation Form completed and signed? 3) Bid Envelope? a. Addressed Properly? b. Acknowledged Receipt of Addenda? C. Sealed? 4) Bid submitted prior to required time at specified location? ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. LEAVE ALL PROPOSAL SHEETS INTACT IN THE OFFICIAL BID PROPOSAL. CITY OF BOZEMAN,MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 5.3 MG Water Storage Tank- 2017 Project Separate sealed Bids for Construction of City of Bozeman 5.3 MG Water Storage Tank - 2017 Project will be received by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m. (local time) on Tuesday, February 14, 2017 and then publicly opened and read aloud. Original copies must be ZD submitted- no faxed or electronic bids will be accepted. The physical address is: City Clerk's Office, Suite 202, City Hall, 121 No. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk's Office, Suite 202, City Hall, P.O. Box 1230, Bozeman, Montana 59771. The proposed work consists of construction of a new buried 5.3 million gallon concrete water storage tank at the water treatment plant site south of Bozeman. This project includes construction of approximately 2,000 feet of buried 42" and 35 feet of 30" water piping, telemetry and controls, drainage piping, stormwater retention pond and related improvements, tank access road, fencing, landscaping around tank, and flowmeter and fluoride sampling vault. The Contract Documents may be examined or obtained at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana, (406) 582-2280, and at the offices of Robert Peccia and Associates, 825 Custer Avenue, Helena, Montana and 3810 Valley Commons Drive #4 (shared office with Respec), Bozeman, Montana (406)284-2665, in accordance with the Instructions To Bidders. Required deposit is $50.00 per set, which is non- refundable. Digital project bidding documents are available at Robert Peccia & Associates web site Click on the link titled "Current Projects Bidding". You may download and print the Contract Documents at no charge, however, all Prime Contractors that intend to offer a bid for this project must obtain and submit the Official Construction Specifications and Contract Documents booklet for the non-refundable deposit of $50.00. A printed set of Construction Drawings may also be obtained for a non-refundable deposit of $250.00, if the Contractor chooses not to download and print their own Construction Drawings. There will be a Mandatory Pre-Bid Conference at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana at 2:00 p.m. on Wednesday, February lst, 2017. INVITATION TO BID Page 1 of 2 CONTRACTOR and any of the CONTRACTOR'S subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the DLI, PO Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling (406) 444- 7734. CONTRACTOR is not required to have registered with the DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed by CONTRACTOR or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of Gallatin County and the state of Montana. Discrimination in the performance of any contract awarded under this invitation on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Each Bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than ten percent (10%) of the total amount of the Bid. Successful BIDDERS shall furnish an approved Perforniance 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 certifrcate(s) of that insurance shall be provided. No Bid may be withdrawn after the scheduled time for the public opening of bids. The City of Bozeman reserves the right to reject any or all proposals received, to waive informalities to postpone the award of the contract for a period not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman. The Contractor is required to be an Equal Opportunity Employer. DATED at Bozeman, Montana, this 15th day of January, 2017. Robin Crough, CMC Bozeman City Clerk Published Legal Ad, Bozeman,Montana Sunday, January 15th, 2017 Sunday, January 22°d, 2017 Sunday, February 51h, 2017 INVITATION TO BID Page'-) of 2 INSTRUCTIONS TO BIDDERS 1. BIDS a. All bids must be submitted on an"official"Bid Proposal form supplied by the Owner or Engineer and shall be subject to all requirements of the Contract Documents including the Drawings and these Instructions to Bidders. All bids must be regular in every respect and no interlineations, alterations, or special conditions shall be made or included in the Bid Proposal by the Bidder. b. Complete sets of bidding documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from downloading, printing and using incomplete sets of Contract Documents. C. Each Bid Proposal shall include the following Bid Documents: (1)Bid Proposal, and(2) Bid Security,Nondiscrimination Affirmation form, all of which are included in the Contract Documents. The Bid Proposal shall be enclosed in an envelope which shall be sealed and clearly addressed as follows: Addressed to: City of Bozeman 121 North Rouse, P.O. Box 1230 Bozeman,Montana 59771 Mark lower left-hand corner of your envelope as follows: Project Name: City of Bozeman 5.3 MG Water Storage Tank-2017 Bid Date\Time: Contractor Name: Acknowledge Receipt of Addendum No(s): d. Bids will be written in ink and/or typewritten on bid forms furnished herewith. The blank spaces on the forms must be filled in correctly for each item, and the bidder must state the price(written both in words and numerals)for which he proposes to do each item of work contemplated.All Bid Proposals must be totaled and, in the case of errors or discrepancies,the item prices written in words shall govern. e. Erasures or corrections must be initialed by the Bidder in ink. f. Bids must be signed by a proper representative of the firm submitting the bid. Proper representatives are the principal of a singly owned firm, a principal of a partnership firm, and an officer or authorized agent of an incorporated firm. g. Any Bidder may modify his bid by faxed communication at any time prior to the scheduled closing time for receipt of bids. The communication should not reveal the bid price but should provide the addition or subtraction from the original proposal.Bid INSTRUCTIONS TO BIDDERS Page 1 modifications must be verified by a signed document in writing, submitted by mail. This written confirmation is to be received within two working days following the bid opening or no consideration will be given to the modification. Oral proposals or modifications will not be considered. Proposals carrying riders or qualifications may be rejected as irregular. h. Contract Documents may be viewed at the following locations: Robert Peccia&Associates, Inc. City of Bozeman 825 Custer Avenue 20 East Olive Helena,MT 59601 Bozeman,MT 59771 Phone: (406)447-5000 Phone: (406) 582-2200 Online at MontanaBid.com 2. BID SECURITY The Bid must be accompanied by a Bid Security which shall not be less than 10 percent of the amount of the bid. At the option of the Bidder, the security may be in the form of a cashier's check, certified check, bank money order, or bank draft drawn and issued by a national banking association located in the State of Montana or by any banking corporation incorporated under the laws of the State of Montana or Bid Bond (EJCDC C-430) executed by a surety corporation authorized to do business in the State of Montana. No bid will be considered unless it is accompanied by the required guaranty. Cashier's checks, certified checks, bank money orders, or bank drafts must be made payable to the City of Bozeman. The Bid Security shall insure the execution of the Agreement and the furnishing of the surety bond or bonds by the successful Bidder, all as required by the Contract Documents. Should the Bidder fail to furnish the properly executed Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and signed Agreement within the time specified, he/she shall forfeit this Bid Security to the Owner. The Bid Security (negotiable instruments other than bonds) will be returned to unsuccessful Bidders when the successful Bidder has signed the Agreement and furnished satisfactory Performance and Labor and Material Payment Bonds. At the option of the Owner, bid security with bids that are not competitive may be returned prior to signature of the Agreement. Revised Bids submitted before the opening of bids, if representing an increase in the original bid, must have the Bid Security adjusted accordingly; otherwise,the bid will not be accepted. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form (EJCDC C-430) bound herewith. 3. SUBSTITUTE AND "OR-EQUAL"ITEMS The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Bidding Documents that a substitute or "or-equal" item of material or equipment may be INSTRUCTIONS TO BIDDERS Page 2 furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 4. INTERPRETATIONS AND/OR ADDENDA All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. It shall be the responsibility of the Bidder to obtain such Addenda prior to submitting his proposal, and to acknowledge receipt of all addenda issued in the Bid Proposal. 5. EXAMINATION OF CONTRACT DOCUMENTS AND CONDITIONS OF WORK SITE a. It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and(e)notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 1. Each Bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there relating to construction and labor, and should fully inform himself as to the facilities involved, and the difficulties and restrictions attending the performance of the Contract. In submitting a bid for this project, the Bidder is thereby acknowledging that he is capable of performing the specified work on the site. The Bidder should thoroughly examine and familiarize himself with the Drawings, Technical Specifications, and all other Contract Documents, and shall verify the accuracy of the estimated quantities in the Bid Proposal. Failure to do so will not relieve the successful Bidder of his obligations to carry out the provisions of this Contract. 2. The submission of a Bid will constitute a representation of familiarization by the Bidder. There will be no subsequent financial adjustment for lack of such familiarization. b. The Contractor may refer to the following for information regarding site conditions: 1. Those reports, if any, of explorations and tests of subsurface conditions at the site which have been prepared by the Owner and are included as part of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such reports but not upon the completeness thereof for the purposes of bidding or construction. 2. Those drawings of physical conditions in or relating to the existing surface and subsurface conditions which are at or contiguous to the site (except Underground Facilities) which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in INSTRUCTIONS TO BIDDERS Page 3 such drawings but not upon the completeness thereof for the purposes of bidding or construction. C. Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. d. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.02 and 4.03 of the General Conditions. e. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, perfonnance or furnishing of the Work which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other items and conditions of the Contract Documents. f. On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. g. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto are designated for use by Contractor in performing the Work. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. h. The submission of a Bid will constitute representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. TIME FOR RECEIVING BIDS Bids received prior to the advertised time of opening will be securely kept sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered. INSTRUCTIONS TO BIDDERS Page 4 7. OPENING OF BIDS At the time and place fixed for the opening of bids, the Owner will cause to be opened and publicly read aloud every bid received within the time set for receiving Bids, irrespective of any irregularities therein. ZD Bidders and other persons properly interested may be present, in person or by representative. 8. WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the scheduled closing time for the receipt of bids if through written confirmation or in person. The Bid Security of any Bidder withdrawing his bid in accordance with the foregoing conditions shall be returned promptly. No bids shall be withdrawn for a period of 60 days after the scheduled closing time for receipt of bids. 9. METHOD OF AWARD a. Award of the contract shall be to the lowest "responsible" Bidder whose total base bid (if within the funds available) is the lowest"responsible" bid for the work. b. If such lowest bid exceeds the budget, the Owner may reject all bids. C. The Owner reserves the right to reject any or all bids or to waive any irregularity or informality in any bid received. The Owner reserves the right to deterniine what constitutes material and/or immaterial informalities and/or irregularities. d. The Owner shall award such contract to the lowest "responsible" bidder (18-1-102 MCA). The term "responsible" does not refer to pecuniary ability only, or the ability to tender sufficient performance and payment bonds. The term "responsible" includes, but is not limited to: 1. Having adequate financial resources to perform the contract or the ability to obtain them; 2. Being able to comply with the required delivery, duration, and performance schedule; 3. Having a satisfactory record of integrity and business ethics; 4. Having the necessary production, construction, technical equipment, and facilities, and; 5. Having the technical skill, ability, capacity, integrity, performance, experience, lack of claims and disputes, lack of actions on bonds, lack of mediations, arbitrations and/or lawsuits related to construction work or performance, and such like. e. Unless otherwise stated in the Special Provisions, all contracts will be awarded in conformance with the laws of the State of Montana. Pursuant to Section 18-1-102, Montana Code Annotated, the Owner, in awarding public contracts for construction, repair, and public works of all kinds, shall award such contract to the lowest responsible Bidder without regard to residency. However, a resident bidder must be allowed a preference on a contract against the bid of any non-resident bidder from any state or country that enforces a INSTRUCTIONS TO BIDDERS Page 5 preference for resident bidders. The preference given to resident bidders of this state must be equal to the preference given in the other state or country. f. The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified and responsible to carry out the obligations of the Agreement and to complete the Work contemplated therein. 10. PRE-AWARD CONFERENCE The Bidder submitting what appears to be the lowest "responsible" bid may be required to meet with the Owner and the Engineer prior to the award of the contract for the purpose of discussing pertinent details pertaining to the proposed Work. The following points will be considered in particular: a. The Contractor's organization and equipment available for work and the Contractor's proposed sources of materials or installed equipment. b. Contractor's financial status and capability to execute the contract. C. The Contractor's proposed schedule of operations. d. The interpretation of the Specifications. e. The Contractor's proposed wage rates for use on the project. f. Bidder status concerning"responsibility". g. Approval of subcontractors. h. Unbalanced bids, either in excess or below the reasonable cost analysis value. Should the conference indicate that the Contractor does not appear to be in a position to properly undertake the Work or that he has not properly familiarized himself with the Plans and Specifications,the Owner reserves the right to reject the bid of this Contractor and to consider the next Bidder. 11. EXECUTION OF AGREEMENT a. Subsequent to the award and within 10 days after the date of the Notice of Award, the successful Bidder shall execute and deliver to the Owner an Agreement, the Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and an Approval of Subcontractors form in such number of copies as the Owner may require. The standard Agreement form as issued by the Owner shall be used as the contracting instrument. b. The Agreement form shall be signed in longhand by the proper representatives of the contracting firm as follows: 1. The principal of the single-owner firm. 2. A principal of the partnership firm. INSTRUCTIONS TO BIDDERS Page 6 3. An officer of the incorporated firm, or an agent whose signature is accompanied by a certified copy of the resolution of the Board of Directors authorizing the agent to sign. 4. Other persons signing for a single-owner firm or a partnership shall attach a Power of Attorney evidencing his authority to sign for that firm. C. The Owner within 30 days of receipt of acceptable Performance Bond, Labor and Material Payment Bond, required Insurance Certificates, and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Bidder may by written notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. 12. PERFORMANCE,LABOR AND MATERIAL PAYMENT BONDS AND INSURANCE a. The Owner will require the successful Contractor to furnish a Performance Bond (EJCDC C-610) in the amount of 100 percent of the contract price as security for the faithful performance of his Contract. b. The Owner will require the successful Contractor to furnish a Labor and Material Payment Bond (EJCDC C-615) in the amount of 100 percent of the contract price as security for the payment of all persons performing labor and furnishing materials in connection therewith. C. The bonds will be signed by the Attorney-in-fact and countersigned by a Montana Resident Agent. d. Prior to beginning work, Insurance Certificates as proof of insurance coverage shall be filed with the Owner. The specifications for the Workers' Compensation, Commercial General Liability, Separate Owner's and Contractor's Protective Policy, and other related insurance are listed in these Contract Documents. 13. POWER OF ATTORNEY a. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. b. One original shall be furnished with each set of bonds. C. Additional copies furnished with a set of bonds may be copies of that original. 14. LABOR AND WAGES a. For projects in excess of$25,000 let for state work,the Contractor(s) shall pay the standard prevailing rate of wages, including fringe benefits for health and welfare and pension contributions and travel allowance provisions in effect and applicable in the county or locality in which the work is being performed(18-2-403,Montana Code Annotated). b. On any state construction project funded by state or federal funds, except a project partially funded with federal aid money from the United States Department of Transportation or INSTRUCTIONS TO BIDDERS Page 7 when residency preference laws are specifically prohibited by federal law and to which the state is a signatory to the construction contract, each Contractor shall ensure that at least 50 percent of the Contractor's workers perfonning labor on the project are bona fide Montana residents, as defined in 18-2-401, (18-2-409, MCA). C. Montana Prevailing Wage Rates. The Montana Commissioner of Labor and Industry has established the standard prevailing rate of wages in accordance with 18-2-401 and 18-2- 402, Montana Code Annotated. A copy of the wage rates are bound herein. It is the Contractor's responsibility to classify their workers in accordance with the craft of trade to be performed and pay the appropriate established prevailing wage rate. d. The Contractor shall classify all workers on the project in accordance with the Department of Labor Wage Rate Determinations. In the event the Contractor is unable to classify a worker in accordance with these rates,the Contractor shall contact the Department of Labor and Industry, Labor Standards Bureau, Wage and Hour Unit, Helena, Montana 59604, for a determination of the prevailing wage rate to be paid that particular worker. e. Should the prevailing rate of wages change during the life of the contract, the wage rates included in the Contract Documents at the time of the bid opening shall be the prevailing wage rate for the life of the contract. f. Section 18-2-406, Montana Code Annotated, provides that Contractors, subcontractors, and employers who are performing services under public works contracts as provided in this part shall post in a prominent and accessible site on the project or work area, not later than the first day of work, a legible statement of all wages and fringe benefits to be paid to employees on such site or work area. g. Travel allowance, if applicable, may or may not be all-inclusive of "travel" and/or subsistence and travel time due employees. It is incumbent on the employer to determine the amounts due for each craft employed according to the method of computation outlined for each craft where applicable. h. Any notice of infraction of the labor laws of the State of Montana received by the Owner or Engineer will be forwarded to the State of Montana, Department of Labor and Industry, Wage and Hour Unit,Helena,Montana. i. Safety Training. Contractor shall comply with the Occupational Safety and Health Act (OSHA). 15. EQUAL EMPLOYMENT OPPORTUNITY Attention of Bidders is particularly called to the requirement for ensuring that employees and applicants for employment are not discriminated against because of their race, color, religion, national origin, sex, marital status, age, or political ideas. The Owner is an equal opportunity employer. 16. MONTANA CONTRACTOR'S TAX(GROSS RECEIPTS TAX) All Bidders are reminded that a Gross Receipts Tax in the amount of 1 percent of the total bid will be witl-lield from all payments, for projects over $5,000.00, due to Contractor pursuant to Section 15-50- 205,MCA. INSTRUCTIONS TO BIDDERS Page 8 17. PAYROLLS A&D BASIC RECORDS Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or in the development of the project. Such records will contain the name and address of each employee, his correct classification, rates of pay, daily and weekly number of hours worked, deductions made, and actual wages paid. In addition, the Contractor will submit weekly a copy of all payrolls to the Owner and Engineer. The copy shall be accompanied by a certification signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Montana Department of Labor and Industry, and that the classifications set forth for each laborer or mechanic conforn with the work he performed. The prime Contractor will make the record required under the labor standards clause of the Contract available for inspection by authorized representatives of the Owner and the Montana Department of Labor and Industry and will permit such representatives to interview employees during working hours on the job. Payroll reports and certificates of compliance shall be submitted to the Owner and Engineer prior to or with each Payment Request. The copies sent to the Owner and Engineer are for archive purposes only, because neither the Owner or Engineer are trained in the interpretation of payroll reports, and thus will rely on the Contractor's certification that all employees are being classified and paid appropriately. 18. MAINTENANCE OF RECORDS Contractor shall maintain all required records for three years after the Owner makes final payment and all other pending matters are closed. 19. NOTICE TO PROCEED The Notice to Proceed will normally be issued within 30 days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period,the time may be extended by mutual written agreement between the Owner and Contractor. 20. CONTRACT TIME The Contract Time will be as set forth in the Special Provisions. 21. LIQUIDATED DAMAGES Liquidated damages will be as set forth in the Special Provisions. 22. MONTANA CONTRACTOR'S REGISTRATION Each bidder will be required to be registered with the State of Montana, Department of Labor and Industry prior to execution of the contract. F:\ADMIN\SPECS\RPABOILR\INSTRUCTION TO BIDDERS.doc Revised:July 8,2013 INSTRUCTIONS TO BIDDERS Page 9 SECTION II BIDDING DOCUMENTS Or BID PROPOSAL City of Bozeman City Clews Office '.W Suite.202; City Hall P.O.Box 12AO Bozeman.,MIT 59771 Gentlemem. The undersigned,having familiarized himself with the conditions of the.work and the contract documents, agrees to furnish all labor,materials,.equipment and services necessary to complete all )T� ge ra 2017,in npral construction work., as bid herein, aproject entitled 5.3 MG Water Storage Tank accordance With.1he contract documents,ii cl tiding all Addenda. The undersigned Bidder hereby agrees to'commence.work under this contract on the date:to be specified in.a -written Notice:to Proceed.from the Owner and to fully complete the project within. the following. specified times thereafter as stipulated in the Specifications. Time-is of the essence in eting%0* C�Inpl ,Z project. Bidder further agrees to pay liquidated,damages for each,consecutive day work,�ntinues past the contraot,time. Liquidated damages will.bel surn of:$500 plusreirnburgement for cngineeriog V services ceg per coi,isecutdve calendar day the work eorifitiues past the contract time. The work shall be. completed within the allotted contract times as specified in the Special.Provisions. The undersigned Bidder hereby certifies that-, 1)this Bid is genuiae,and is not made in the interest of, or y. _FV in the behalf of, an undisclosed person, firm, or corporation;. and is.not submitted in conformity with any agreemetitor rules of any group, association, Organization,.or corporation; 2)hehas not directly or indirectly induced or solicited any other Bidder to put in A false or'�ham Bid,3)he has not solicited or induced any person,firm or corporation to refrain.from.bidding;and 4)he has not sought by collusion to Obtain far himself any advantage:over any other Bidder or over theiOwner. IV IV Contractors must complete and submit all of the documents included in the boutid Official Bid Proposal *heii submitting bids for this project. Only complete,.bound sets will be considered. Contractors do not Have to submit the.entire set of Contract Documents and. Specifications with their bid. Contractors are reniiiided that only bids:submitted on the non-watermarked Offloial.Bid Proposal I mitt watermarkWi ll.not 4 documents will be.considered. Bids submitted with "Not for Bidding"watermark -0: be considered. -0 The undersigned Bidder agrees to provide or perform as.follows: BID PROPOSAL Page 1 BTD PROPOSA IL CITY OF BO2ZMAN 5.3 MILLION GALLON WATER STORAGE TANK -_201.7 � BASE BID � Items Estimated 'U,ait .Description Unit Price Total Price No. Quantity 1 1 LS M'obi.zafion,.Bonding, & Submittals s15 (may not exceed 5/o r ' (Unit Price Wxilrten its Words) 2 1 LS Construct New 5.3 MO Pre-Stressed Concrete Tank w/Plat Slab Root and APPAIrtenances titE VeN' ktz3t—'Sty iik*Amzs('' 4-�;J m/ S134 &z;FV"V'� N IUE tio0 4p-D (Unit Price;Written in Words) 3 1,836 LF 42-Tisch Dlhve ---- ` } : (ITi1it trio w.4tten ill Words) 4 52; LP 30;Inch DI,Pipe ` -- (Unit Price Written in Words). .v3�-s'�taysaK.b �iia�ii'" Nucor I�u:rrrz5 r a EA: 424nds Buried.Mitterfly Valve (Unit P311P. written.in.Words) a E� 3 -Xrich_Buried BiittexflyValve t (Unit Price Written in Words) tnt I )0VSPW( mess �A,144 1� -T�tn_Mts t C'I BID P. OPOSAL Pap 2 BIB PROPOSAL , MY OF BO+ZE1'vJAN 5.31VO LION+GALLO!N WATER STORAGE TANK --'2017 BASE BID 7 1 I.,S T4nk Inlet/Outlet Tie-In.Connections St (Unit Price Written in Words) I4w 8 1 LS Air/Vac.ReI.ief Vaults,Tank Drain. 1\i� ,:Ding Drain M-14,Flow Meter MH $.2m om.o z iw (Unit Price Written. in Words) Ni 9 7,950 CY Additional Tank Excayetio antl 44` Di:slxosal if Needed? � M (Unit Price Written.in.Words) ►af ! v DQu—prta% a- I 10 2,850 CY Additional Structural Tank Backfill,if. _ Needed pin .; (C7nxt.PMe Written uz)kords) i �� `��xz.`r�j �"�-tom. t .�.►�xxs �--z�a�a c�v���� 1.1 5,100 CY Additional No:m-Structural Tank, Backf"ill if Needed $ is $ �, tt .' I (Unit Price Written in Words) i `7��-r r'��. •�-^, � 1. � «.�a TOTAL BASE B1D: v Cs (Total Base Bid Written in Words) JI BID PROPOSAL Page. i DID-.P--RQPOSAL (cont.) The foregoing unit bid prices shall include all labor,materials, equipment, oveThead,,profit,insurance, and all incidentals required to cover the finished work of the several Kinds called for. Bidder understands that the Owner, reserves the night to reject any or all bids and to waive any inforniAlitiesi in tho'bidding. The Bidder agrees that this Bid shall be good and may not bewiIth drawn fora period of sixty(60) calendar days,after the scheduled opening time'. Bidder hereby acknowledges.receipt of the following Addenda, which have been considered in preparation of this Bid: Addendum.No. Dated RI elm AO(, Addendum No. a Dated Addendum No. Dated The undersigned Bidder acknowledges that this information,which was developed by the.Engineer,is: or design purposes only. The Co ntractor shall be coldly responsible for information required t. bid the project. Bysignia$tl'is Proposal,,.the Contractor-acknowledges that helias adequate information: independently verified by tbe- Contractor, to prepare and offer this-bid. innN='e:. IAC By; (Signature) Title: Business Address:—.�'O %O� to I Mbdt. Contractor's Registration No. Telephone No.: 140,0- Date: Bid Security Attached; Yes BID PROPOSAL Page 4 PENAL SUM FOR, BID BOND nyy.singular reference to Biddq,Surety,Owner car other party shall t e considered plurd where applicable. BIDDER(N=e and.Address): Montana Civil Contractors, isle, 62 Skyway Blvd.; Pi 0, Box 1019, Belgrade, MT 59714 SURETY(,Iti anre andAddress of Principal Ptace.6fBushless): North American Spet;iaity In.surance.Company 660 Slat Street; Manchester,.NH 03101 Cl.WAR.(Arame and Address): City of Bozeman 121 North Rouse, ISO Box 123.t7, Bozeman„NIT 59771.1230 BID Bid Duc Date: .February la-,2017 Desexription('Project Nance aad rncludeLocation): City of Bozeman 53 MG dater Storage Tank-2017., Montana BONb. lBondSunber Bid Bond Date(Not earlyer tlaan.Bid,due date): February 28,2017 ;Penal sum Ten Percent of Amount B'id $ 10% (Words) (Figures) Surety and Bidder,intending to be Ie94y bound hereby,subjset to thetc runs set forth below,do each cause this Bid Road to bu duly executed by an authorized oficer,agent;or representative. BIDDER SURETY Montana Civil Contractors, Inc. (Seal) NorthPmerlcan Specialty Insurance Company Se Biddees Nama'and Corporate Seal surety's Name_a�nd C.rporate,Se.l. Stpuatvre };emu, girt tt11'e(Attaol2t�wer of Atto,�ey) 'tfaLlT1'rp n�•�4u 4A„f�,,G fia Kyer Frint Name t J�a� r973 ruF ... u`rttorney-in-Fact Title 'niMOP •�� Title f _ Attu: _4- tare Signature Marra Alva Witness Title Title Surety Phone Note: addresses are to be used for giving any requo ed notice: ProWde exe bare by any additfiarzal parties, such as,joint venturers,if rrere.Ua_. �rcnc c�Q�alao�tP�t s�ta�f :Prepa red by.th6En6umUntConfoa tDoq mrittCoinmiitm a PEXAL SUM FOR NI 1. Bidder aw.d Surety,jointly and severally,bind thcroselveg,their hoizs,executors,adrainist:Fators, succcssoxs, axd l assigns pay to U�vner upon.default of Bidder the penal sum.set forth on the face of fh s B axid. Payment of the penal sum is the extent of Bidder?s and Surety's liability. Recovery oaf such gem sign under the terms of this Bond shall be Owner's sole and e7,clus ve remedy upon default of Bidder. 2_ Default of Bidder shall occur upon the failure of Bidder to deliver within the time require-d by the Bidd: D(jeu sa.euts (6z any extension thereof agreed to in-witing by Owner) the.ex uted Agreement required by the. Bidding Docusnmts,nnd any performance and paym,ent bo ids required by the Bidding Documents.. 3. This obligation shall be null and void if.: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any cxtcusion thereof agreed to in w ithag by tamer)the executed Agreerhent required by the Bidding Ddcume,nts and any percormpnoe,and payment beads required by thi Bidding Documents,or 3.2 All Bids are,reicctcd by Owner,or 3.3 Owner fails to issue a Notice of.Award to Bidder. ,vift the timo specified in,the Bidding Locuincnts (or any extension thereof agreed to in writing by Bidder and,if applicable,comented to,by Surrty when required by Paragraph 5 here-of), k Payment tmder.this Band`vill be due and payable upon default of Bidder and within 30 cdalendar days..after .receipt by Bidder and.Surety of written notice of default from Owner,which notice will be given withrcasonable Promptness,f dentify g this:>3 and and the prbjcct aced including a statement of the=aunt due. 5.. Surety waives notice of any and all defenses based on or arising.out of any time extension to issue Notice.of Award agreed to in,writing by ONmar arid: Biddex, provided that the total �hne for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's writtenI consent, 6. No suit ar action-shall be commenced under this Band prior to 30 calendar days after the notice of default. rN red in Paragraph 4 above is received by Bidder and Surety and in..no case later than cede year at ter Bid due date. 7. Any suitor action under this Bond shall be corrm=nacd only in a court.of competerkt jizrisdiet oa I=te(i iu the state in which the Pre*ect is located. . Notices required hcr*zdcr shall be in uniting and sent to Bidder end Surety at the&respective.addicsses sbcaWn on tb,e face Of this Bond. Such notices raay be sent by personal delivcm commerew coudcr,or by United States Regiatered or Cerfi ieti.Mai),return receipt regnested,postage pre paid,and sheep be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to tWs:oUct a current and effective Power of Attorney evidcacing the. authority of the officer,agent,or rep r..esentative who executed this:Bond on beballf of Surety to execute,seal,and deliver such Band and bind the surety thereby, 10. .Tbis Brand is intended to conform to all applicable statutory rrquirernen.ts.Amy:applicable requirement of any applicable statute that has beers omitted from this Bond shall be deemed to be included herein as if set forth at hengtb. If any provision of this Bond conflicts with any applicable atstute�thea:the provision of said statute shall govern and,the remainder of this Bond that is Act in wri ict therewith shall continue in full force and effect. l I.'The term"Bid,as,used herein ircludes a Bid,offer,or proposal as applicable, F.7CAC C430 IM Atmd(Pasta Sum Form) Preparedbythe'Eagtnc=Joint Coa"tt:i(k=ndtzta Cajnrnittac, W11 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POIWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,Now Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the city of Schaumburg,Illinois,each does hereby make,constitute and appoint: Lisa Ever Its true and lawful Attorney-in-Fact,to make,,execute,seal and deliver,for and on its behalf and as its act and deed,the following surety bond: Principal: Montana Civil Contractors,Inc. Bond Number: Bid Bond Obligee: City of Bozeman Bond Amount: See Bond Form Bond Description: City of Bozeman 5.3 MG Water Storage Tank-2017,Montana Provided that-no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of:. FIFTY MILLION($50,00D,000)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings dul called and held on the 9"'of May,2012: y "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attomey qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached-" "A 0 q5 AV ov BY f 0 N�N StevenP.Andcrs 9 P" dent SEAL 7r�`Sc-i-rvicepl 9;91 SEAL' nazi 1973, AmericansS A North pedalty Insurance Company 9, a M 2 all 13Y !��Ggtontim—atjonai IwuFmc_c_Co_wpa—ny Michael A.1to,Yc_n—io­r Vj`&FFr-6-1Jc—nt`6T my &Senior Vice President of North American Specialty law rance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this Ist day of October 2015 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this I st day of October _2015,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be 6e voluntary act and deed of their respective companies. OFFICIALSEAL M KENNY NOTARY PUBUC,STATE OF 1WNQ1$ MY COMMISSION EXPIRES I2/0 O17 1, Jeffrey Goldberg , the duly elected Assistant Secretary Of North American Specialty I fnsuranco Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 28th day of Feb"JaIY 2ol7 jeffity cclldbcrg.Vice P=41crit&Assisizint So=tmy of Washington lucmational 1115=nce Company&North American Specialty Knsura=Comp.arw NON-DISCRI'MINATION ALFFIRMATION FORM �' v ("�qkax� TS, ).�gr;.fname of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the city of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the (name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of B ozem an. ........ e. Signature of Bidd ,-�'/Z'/ Person authorized to sign an behalf of thebidder 4�A'VIM United States OIMB Control.No,20.90.0030 Approved:8/13/2013 Approval E_-4pjre:s::8/K/20-I..5 Disadvantaged Business Enterprise(DI3,E)Pfogt!OW DBE Subcontractor Performance Pdrift Tliis form isiiitended-tocapture the l),13'H.,tsul)colitra.ctol-,s2d kri -fti of worRto'be performed and the price of the work submitted.to the primecontractor. An EPA.Financial Assistance Agreement'Reciptent must require its primexontractor to have its,D8t,subcontractofs co-Mpjete th'I s form and include all-completed forms in.the prime contractors bid or proposal package. Sub. co ntrutorN ain e Bid/'Proposa.1-No. Assistance.N�reQrnimt ID No.(if known) Poi-at of Contact Ad, ,*ress Telephone-No. Email Address .......... Prime Contractor Name Issuffig/Funding.Eptjty ContractfteniN Ob Desc 11 0 traztOr Price ofWork P er ripf-to. of Wi 4r,554b iAi M�d i6 iii�'Prime Con � ,10olving Construction, ServiCesEquiprino-otiorSOI),Pljes Subinittedto4he Prime Contractor_ _1 10 DBE Certified 06t _SBA Meets/exceeds EPA cert[fic*adbn. s t.an4ards? —other: ........... ­_..UrdMown A DBE-isa Disadvantaged fyt noYity,or Waman.f3usiiless Ent&prise that has beencert.ifiedby.an entity from whicib.EPA accepts certifications as described in 40.CFR 33.204-33.205 or certified by EPA.EPA accepts i:ert,.I.fications.Erne entities that meet or exceed EPA certification standards;as described in 40 CFR 33102, 2:Subcontrc ulor is defined as a company,firrrijoint venture,or Itic[ivicloal.who 06ters into an a-gr-cerridot With a tonttactor to provide services pursuant to an EPA avMrct.of financial assistance. EPA FORM,61W3(JDBES3ubconttactor Perfdridahte Forml PA)J11i�.d lllalm 01 Environmental P"t.Ctioil E, Aganc -APProved-V13/1013 App-roval Expires;.8/3.1/2015 Disadvantaged Business Enterprise(PI19)Priograni ME Subcontractor Perfo* rwanop Form I cordfy,u.d6tPo-i*tY of perjury that the forgoing statements arietrue and correct. Signing this forrn-d-oe.s not signify a qpmmitment t*o'utiltzethesu subcontractors L contractors above. am aware of i�i !z that in the .oarpplacem.entofa .Odbconttactor,,I will adhere to'tho re�lazerTieijt requirennent set forth:in 40 CFR Part 33 Section.3*1302(e), .P rint Prime Con—tr4tor-signaturq.. ri at Name Date Su0contractor,Signature print Name. Title Vate'... T4,e p.ubllcre�ortihg and retordkeeping:4ttydenfor this collection of inform.ation is estimated to average three(8.):hours per r 6sp'p qs e.Send C 6m rn grits b n.t h 0-Age n cy Ps need for this information,th e a cc u r acy.of the provided burden estirn#os,Ond any suggested methods-for minimizing respondent buirden,'Indoding thrdugfi the U e of autzmated collection-techniques to the Dt.fector.,,:Col.lei.ctibftStrategifa.s Division,U.S.Envitbrimpn(t.01 Protection Agency fM2T),12,00 Pennsylvania.Ave-.,NW,'WaOJngtdd,.-D.C,2046Q.include t ia.OMBcontrof nwrn6er in any correspondence.Do not send the completed form to this addressi EPA FORA-.6100-$.(D13gsubcontractor Perfoymance Form) 101 IF Do, DiisadvvDnta ged c3ag,-s1fiiq--S Twwy¢t/`�p�sy�yyy/(�(g /e' /r(q) �r1L: IB-B dYI. 9. 8➢1f1.A6RR M.�.�.SiV -r •: Montana mpartrnentp€7rarlspormlion omrvwis R-Psadvantage, l �Pn reswi,ted To i I is ((7j/�="�[�q'f5j r 4 PENCE �,. .c:', is 5,` This-acknowledges and recognize$that GRIZZLY FENCE MSLA is certified by the Montana Department of Transportation as a.Disadvantaged Business Enterprise a d�is hereby certified to provide service{s) in the foli'owing areas: r 23:8993--All tither Specialty Trade Contractors. t . 3 This certification was reviewed .December 29, 2016. This certification must be updated annually by submissionw of an Annual Update Affidavit. Any time there is a change in ownership or control of the firm, notification must be made immediately to the Santana Departrrient cf Transportation. Annual Renewal Date.:i)enember3'1, 2017 ,- r; t "tV/ �- Issue date. December 29, 2016 DBE P`r .gram Specialist Certification No-: :u1 33 (sS F united States OMB Control Nw.2090-0030 entat Protection Awl Approved:8/13/2013 Approval Expires:8/3112015 Disadvantaged Business Enterprise(DBE)Progmm, DBE Subcontractor Perfonnance Form This form is Intended to capture the DBEI subcontractor's2 description of work to be performedAnd the price of tho work submitted to th6 priri*:contractor. An EPA Finaricial Assistance Agreement Recipient must require-its prime contractorto have its DBE subcontractors Oinplete this form and In.cludeall completed forms in the prime contractors bid orproposal packagO-, Subcontractor Nam'.. eproject Natne Extreme Coatings, Inc. tozeman 5.3MG Wator .Tank, Bid/Proposal No. Assistance Agreement ID No.(iftnown Pbifitbft6ntact Address POBox 1184,' Pasco'..Wk 9`qn! Telephone 3Vr. Email Address 50 info@ec-*4-svcs.com prime Contractor Name tssuffig/Fundiwig Entity: Cant Tacit Item Number b6scription.of Work Submitted to the Prime Contractor Price of Work Involving Construction, Services,Equipment or Supplies Submitted to the Prime Contractor 0.9.900 Painting $129r000.00 09,91 A TankExterior Finishes BBB Certified By.,----POT L.-,S BA Meets/exceeds EPA, PA certification standards?—other. YES_NO Wn'lmown. A POE is a bisAdvantaged,Minority,or Woman susiness Enterprise that has been certified by an entity from which SPA accepts certifications as dascribO in 40 C.F R 33 or certified by EPA.EPA accepts certific4tions from entities that,meet or exceed EPA certification standards as &salbed In 40 CFR 33.201 2SUbcontractor is defined as a company,firm,lojqUentur-1 or ind!vldual who enters into anagreement with a contractor to provide services ourstkant to an EPA avatd.offirtanc!al assistance. EPA FORM 6100-3(DBE Subcontractor Performance Form) aN United states OMIR Control No-2090-0030 �rEPA9encymcihUi!F'ft3EeCEt�i� Approved:8 f 13 j2013 Approval Expires:8 f 31/2015 Disadvantaged Business Enterprise(DBE)Program DBE Subcontractor Performance Form certify under penalty of perjury that the forgoiirg statements are true and correct Signing this form does not signify a commitment to utilize the:subcontractors above. I am aware of that in the event of a replacement of a subcontractor,I will adhere to the replacement requirements set.forth in 40 CF€t Part 33 Section 33,362(c). Pjme Canty d �` atitre Print Name Date Subcontractor Si ature Print Name A=e4��Uj�� Sa<rahY3x'ight: Title U bate Office manager 2-14-17 The public reporting and recordkeeping burden forthis collection of information is estimated to average three(3)hours per response.Send.carnments on the Agency's need for this information,the accuracy of the provided burden estimates,and any suggested methods for minimizing respondent Iburden,including through the use of automated collection techniques to the Director,Collet`-tfon Strategies Division,U 5.Environmental.Protection Agency(28227),1200 Pennsylvania Ave.,.NW,Washington,D.C.20460.Include the OMB control number in any correspondence.Do not send the completed form:tti this address. EPAPORM6100-3 DBE SubcontractorPerformonceForm) OEPA avo.,,ve&-0113 Ml'l Apy 7 4p. tqr.Parb ation Pon An:EPAPinau-694 Assistance Agrmaent.ged:plwmt muAreqldre ft-Spritn"e-evyntrartors(%0 form to jt,5 DBE.subcontroctuis.Thisfhrm,:ffives a D3E*., saibmntracturi the opper-m-ofty to dewwibe:vv�,wk,recei-ved alid/()r area;, b.pkw t ari 00 in r-P r q-q.regA�d f ng,d 10 ll�?Afu: d ed p i�djec tf I a r , s 1 t� -as�bew mi nadini' r-p Vii 11,e L.).!7=rlor.Sake pap uera tei.); Tile 1,018 9-s ubcoauactlzw&a m.-,is Ab a.p U 6,4,voyri�'l et e an d W m ft.thi 5 fmi.W Ll.w r PA D 13 E Me T 04, Agreelne!- ""C'.fit i m t:of C ttlt IN f-knowili I NA '01.1t Ct ........... rAk k0k q,.%AA'7t A taxiit;i: Zfiiai tyl Amouwit:Received I, Outract bes�cr.tlpld RoO ive_( from the pelmecautra'a6'r .01VI g .�on Services,Equiplent or Supplips eY;Relnle t:o ii.tracto'r 1. mklldrkv:0 zeft(�f?d,byamerqtity dawjbed in40 CFR 331DWI'MoSbr certffiedby EPA,f PA tbaT maetoe Li,��.FPA ceftificavan sfandardsas is a,�.'xtnk mentVAII,a -EPA F'ORNI 6 1-00,rZ(OU SOry Or I 0 Ot ParUcapaUon form) 11nh.-odStates t i�3$C rsttc�i-Nt�'2090-1PC' Stu i��3 c;ar� � t��.T���tii��ati �•�rr 'ie . t se.t ia�a�,' he hV its any corwer ns rn w,t'Kogthe ANxive EPA-x'itntie:ik arrt e.t i; , uiacoi nature_ *ant __. .....__.,�__.__.... .._ nle --— ~ : ttt cr i t.i" t in i;i3n r #"d iai► b:t t n r,t#�f>co 11r t.tia .cif inform.-MIcto�5 estimated to aver e.thi,,ee iA.).hourr per ofl:he Age:dtyt neeO ref thi$intt?rnrabort,the accuracy of the i eovid-ed b(irdt ! t r;ates ap ra!r s r gent i s tvr rr�inrr �z ng re €r rient..l r e ku i though the use of autom-Ated rcYl�#,;~�[�car�t�Gt�r��.�u t�tti��tst'�CL'Crr,t,�ri:ettxbrr�trat�g;it ([3tursF ,t�.�,�:��,�ron�r�;�r�.t-a•#�Cra'Tectft�.r�,��e�a�k i.Z:B����; 12i1f1 � Bemis lvaniaAve,,N-W W shlo-ET-tn,D.:C..20460.irirlu�#.e,the ON%Con,#rohriumber in:any corresottde;rtm 00 not send t9ie cbmp#dted f&M to this i4ddlresM. EPAiAJ,nz,"=`1*- Approved,8t.1342013 gay", Approval&x-pires.8010015 :DisadvalitAg6d 8UsIness Enterprise(-D,13E) Program: DBE Snbcoiritractor-Performance Form nmis fbtni!�.I.nt6iided'to capture the DBEI of wark to be ierre>rmed and`the price of work,.�tibmitted to the prii-ne contractur, An EPA Financial Assistance Agre,meiit*�t�cipitntniti..�t rL,,quj)*ejts. prime,.cb.ntr actor to have its,DBE subcoutradprs ffiiS fbr-i.n and lndud all c6mpleted forims inthe prime coriti.-act6rs.bid:or-proposal package, FSOWntrattO Ngme PI -S.111 Mo6a:Yi $jd/Pko*aJNm Assistance Agreement ID No.[:i vn:)� UtTtact Aciciress znn,all Address. o ze _r ted e -line C'jatraCto Prjl�e of 'Cont actltewgum­b�i 06scrfpttoh of VIV.,ork.Stilbitift ie the P'i r Work uzvwvi cqnsooctioti, Se-evic4�sf,u q�tj.ipweittorSu,ppli.eI Subntitted.to:the n& PKIMe coutra!APT A IC4 DBE Certified-3, DOT —.SBA oeds EPA certifications'"r r -)LY�S —NO llrikoowa -I .,A Disa.d VII entity f n bed,in 4drR83 c .204-33.205 6C tLertiftd:b�EPA,EM a pois co,tiftatd00fo&terAib.ds that meet arexopedlP.Acortific4 o stalridards os SOIbcoz�tr*ctor i.5 defieiea as a.tbrnpao?,Y firnVi.i5int v�fiture,bi.Ihdi;htlual who entars into­ahagreernern uith a contractor to prpvio servioeq purstiaot,tea 4fi EPA award.df.fln4ndfali# ass amc EP %F(jR.MJ*.IA)0-3.'# ttgrPiffr(r)rmance Form) Q1s.3F3 0600,01"W" Approvw Expires; 019,idvan'taged Busfifes�Enterpri-se(I)BEI ProgrA DBJ�Subcontractor Perforxnaoce Porni Uibderpeiialty of perju-ry thatthe forgoiqg.statej�ionts are true:aut!cotre&. Signin this lbrrn does pot; 9 .§jgqijN!a cornlll-ftment to-utifize the subconvo'CtOrs lbbve. I az-aWam of diat fn the event kif a ofai - isi 4 set 0 CPR Part 33 Sep tic n 3,3 .2(.3 G I 04i 1 1 OrS FrihtName 'ride ;Date 2 S-20 t-+ 5ubcIDntrttir, OL4,41 lo Ille publit-reportipg epling,butdenfar tHs coPectwil of Ifformat.i.or.i I is.estimated towerage three(3) ;n—d re�;rdke hours per.e#.tp.6Ot#.$end caoirnertts on the agency's need for this:'infbrma.-�don,the trtcuracy-of the pr'OVldtd burde esdnlalesj-andAny suggested methods for Minimizing respondent Burden, iflCkJding.thro.ugh the use of automated collectlontechniqUesto the Difect0r,Collection Strategies Division.,U.S.Ehvironn--,,entaj Protection Agency(2$22T�,1200 P�enn'syllvania:Ave.,,.NW,.Washingto�,.P C.1t7460,lficltfde the OMB!Obtrol,number in any correspondence. 60:60t send -n 66 torn feted form to tms;odd,tess, PATa Forto I W 100 :(.DO,$Smbconti�.actor'Perforin n'* A% EilVir o Unitednrr rao!S S proteCftPA OMB Control.No:2090o-,0080 PA Approvedz-8/13/2013 Approval Expires:8/31/2015 Disadvantaged Business Enterprise(DBE)Program DBE Subcontractor Utilization Form This form is s interided to capture the prime contractor's actual and/or anticipated use of-Identirled certified DBEI subcontractors'and the estimated dollar amount of each subcontract. An EPA.Financial Assistance Agreement 'Recipient mustrequire its prime contractors to complete thisform and include-,It in the bid or proposal pacUage, Prime contractors should also mainta'an a copy of this form on file, Prime.Contram Na 0 Ime ojettName Motyr(:�Wr'P etwk- . opo8a!No.r Assistance Agreement ID No.fff known) Point of Contact Address PC), zox I I 1 1 GHQ i~ Mv 'C_A_q_Xq Telephone No. rl mail Address tAOG Issuing/Funding,Entity: .1 have identified potential DBE )QS certified subcontractors YE —NO if yes,please comp lete the table below.If no,please explain: Subcontractor Name/ Compaity Address/Phone/Email Est.Dollar Currently Company Name Amt DBE Certified? Continue on back if.needed A DBE is a Disadvantaged,Minority,or woman f5usiness Enterpetse that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.,205 or certified by EPA.EPA accepts certifications from entities that meet or exceed EPA certification standards as described in,40 CFR 3$.202, 7-Subcontractor is defined,as a companyiffrx%jpintventure,or individual who eaters into an agreement with a contractorto provide services pursuant to an EPA aWatd of financial assistance. EPA FORM.61W4(DIR.ESubcontrac-tor Utilization Form) A% U d SWet OMB Contro.1 Nor nblomsnfal Prbittflon �E PA'A"gR,4'n"cy Approved-, Approval Expires: Disadvantaged Business Enterprise(DBE)Program DBE Subcontractor Utilization Form I certify under penalty of perjury that the forgoing statements are true and correct: Signing this form does not signify itm enttO ixtilizethe subcontractors above. I am aware of that it the event*of a replacement of a subcontractor,.I will adhere to the replacement requirements set forth in 40 CFR Part.33 Section.33i3*02'(c), . ......... ,Prime Contrzkcto-r SiAn.ature Print Name I Me Date ................... The public reporting and recordkeeping burden for thi8l.collection of information is estimated.to average three(3)hours, Per response.., ehc[cornmentsbathe Agency's need for this information,the accuracy of the provided 4urden estimates,and any suggested.r.netbods f6r minimizing respon&nf burden,including through the use of automated collection techniques to.the Director,Collection Strate$ie&Division, U.S. Environmental Protection Agency(2822t),.120G Pennsylvania Ave., NW,Washington, D.C.20460. Inclooe the OMB control number in any correspondence. Do not send the completed form to this address. EPA PORM 61004(DBE Subcoiltractor Utilization. Form) SECTION III GENERAL CONDITIONS SECTION III INCORPORATION OF EJCDC STANDARD GENERAL CONDITIONS Incorporation of the Montana Public Works and Engineers Joint Contracts Documents Committee Standard General Conditions and Supplementary Conditions to the General Conditions. The following are hereby incorporated by reference and made a part of this Contract: 1. The Standard General Conditions of The Construction Contract as Prepared by the Engineers Joint Contract Documents Committee as found in the Montana Public Works Standard Specifications, Sixth Edition,April 2010. 2. The Supplementary Conditions to the General Conditions as found in the Montana Public Works Standard Specifications, Sixth Edition, April 2010. The following RPA Supplementary Conditions are modifications to Montana Public Works and Engineers Joint Contract Documents Committee Standard General Conditions of the Construction Contract: SECTION III RPA SUPPLEMENTARY CONDITIONS The intent of this Section is to supplement the conditions outlined in the Standard General Conditions. CONTENTS 1. Insurance 2. Bonding 3. Estimated Quantities 4. Unit Price Work 5. Project Meetings 6. Governing Standards and Regulatory Requirements 7. Submittals 8. Weed Control 9. Regular Hours and Weather Days 10. Contractor Reimbursed Engineering Costs 11. Construction Progress 12. Repair and Replacement Quality 13. Rejected Work 14. Traffic Control 15. General Equipment Stipulations 16. Blasting 17. Contract Document Discrepancies 18. Project Closeout 19. System Commissioning and Cleanup 20. Warranty 1. INSURANCE Without limiting any of the other obligations or liabilities of the CONTRACTOR, CONTRACTOR shall secure and maintain such insurance from an insurance company (or companies) authorized to write insurance in the State of Montana,with minimum"A.M. Best Rating" of A-, VI, as will protect the CONTRACTOR,the vicarious acts of subcontractors, the OWNER,the ENGINEER,the Engineer's Consultants, and the respective directors, officers, partners, agents, employees and other consultants and subcontractors of each and any of all such additional insured's from claims for bodily injury(including sickness, disease and mental anguish), death and property damage which may arise from operations and completed operations under this Agreement. CONTRACTOR shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance, with binders, and certified copies of the insurance policy(s) shall have been filed with the OWNER and the ENGINEER. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the CONTRACTOR shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of at least two years following the substantial completion date for property damage resulting from occurrences during the agreement period. A. Contractor's Liability Insurance Add the following new paragraphs immediately after Paragraph 5.04.13: RPA SUPPLEMENTARY CONDITIONS Page 1 C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Law or Regulations: 1. Workers' Compensation and related coverages under Paragraphs 5.04.A.I and 5.04.A.2 of the General Conditions. a. State Statutory b. Applicable Federal(e.g.Longshoremans) Statutory C. Employer's Liability $1,000,000 2. CONTRACTOR'S General Liability Insurance under Paragraphs 5.04.A.3 through 5.04.A.6 of the General Conditions which shall include a Commercial General Liability insurance policy based on Insurance Services Office (ISO) Form CG 00 01 12 07 (or 12 04, or 10 01 edition dates). The coverage shall be based on an occurrence form and shall include, but not be limited to, coverage for Premises/Operations, Products/Completed Operations, Personal and Advertising Injury, Subcontractors, and Liability assumed under an insured contract. There shall be no endorsement or modification of the Commercial General Liability policy form that modifies the standard general liability policy arising from pollution, explosion, collapse, underground property damage, subsidence, or work performed by subcontractors. The General Aggregate Limit shall apply separately to each of the Contractor's projects per the latest edition of Form CG 25 01, CG 25 03, or equivalent. a. GENERAL AGGREGATE PER PROJECT $3,000,000 b. Products-Completed Operations Aggregate $3,000,000 C. Personal and Advertising $2,000,000 d. Bodily Injury and Property Damage (Each Occurrence) $2,000,000 e. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per occurrence on property damage. f. In addition to other requirements in the General Conditions, Coverage will include at a minimum: 1. Premises -Operations 2. Operations of Independent Contractor 3. Contractual Liability RPA SUPPLEMENTARY CONDITIONS Page 2 4. Personal Injury 5. Products and Completed Operations 6. NO additional exclusions that modify the standard ISO Commercial General Liability policy form CG 00 01 12 07 (or 12 04, or 10 01 edition dates) in regard to pollution, explosion, collapse, underground property damage, subsidence, or work performed by subcontractors will be acceptable. 7. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each Person $2,000,000 Each Accident $2,000,000 Property Damage: Each Accident $2,000,000 (or) b. Combined Single Limit $2,000,000 Coverage to be written with a symbol 1 (One) any auto basis to Include: 1. All Owned 2. Hired 3. Non-Owned C. Contractor's Automobile Liability Insurance under 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per accident. 4. The Contractual Liability coverage required by Paragraph 5.04.13.3 of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $2,000,000 Aggregate 3 000 000 a. Contractual Liability Insurance under 5.04.B. 3 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any,may not exceed $5,000.00 per occurrence. 5. OWNERS and CONTRACTORS Protective Policy - Purchased By CONTRACTOR: RPA SUPPLEMENTARY CONDITIONS Page 3 In addition to the insurance required to be provided by Contractor under paragraph 5.04.A.1 through 5.04.A.6 inclusive, Contractor shall purchase and maintain a separate Owners and Contractors Protective Policy (OCP) to protect Owner against claims which may arise from operations under the Contract Documents, with limits of liability as specified below. The policy must be in the name of the Owner. This liability insurance shall include as additional insureds the Engineer and the Engineer's Consultants, and include coverage for the respective directors, officers, partners, employees, agents and other consultants and subcontractors of all such additional insureds. a. General Aggregate $2,000,000.00 b. Each Occurrence $1,000,000.00 (Bodily Injury and Property Damage) The OCP policy shall remain in effect until completion of the project and final payment is made to the Contractor and all times thereafter when the Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07 of the General Conditions. The insurance policy will contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least forty-five (45) days prior written notice has been given to Owner and to each other additional insured (and the certificates of insurance furnished to Owner and each other additional insured will so provide). 6. AdditionalInsured's: The CONTRACTOR'S insurance coverage shall name the OWNER, and ENGINEER and Engineer's Consultants and applicable landowners (if any) as an additional insured under Commercial General Liability, Automobile Liability and Excess or Umbrella policies. A list of the known additional insured's for this project is contained in the Special Provisions. a. With respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6, inclusive, include the following as additional insured's on a primary, non-contributory basis. Use the following Additional Insured Endorsements: ENTITY FORM Owner and Landowners- use Additional Insured Endorsements; CG 20 10 11 [See Special Provisions] 85 or combination of CG 20 10 10 01 & CG 20 37 1001 orCG328705 10 & CG329005 10 Montana only—or subsequent editions; Additional insured must include On-going Operations as well as Completed Operations. Engineer—Robert Peccia use Additional Insured Endorsement; CG 20 32 and Associates Engineers'Consultants— use Additional Insured Endorsement; CG 20 32 See S ecial Provisions RPA SUPPLEMENTARY CONDITIONS Page 4 b. With respect to the Owner's and Contractor's Protective Policy (OCP) insurance required by paragraph SC-5.04.C.5, include the following as additional insureds. Use the following Additional Insured Endorsement: ENTITY FORM Engineer—Robert Peccia use Additional Insured Endorsement; CG 20 31 and Associates Engineers' Consultants— use Additional Insured Endorsement; CG 20 31 list by name B. Cancellation Notice Amend paragraph 5.04.B.4 of the General Conditions by striking out the words "30 days" and replacing them with the words"45 days" and as so amended paragraph 5.04.B.4 remains in effect. C. Property Insurance Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: 1. CONTRACTOR shall purchase and maintain property insurance upon the work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: a. Include the interests of OWNER, CONTRACTOR, Subcontractors(All Tiers — Contractor to list Subcontractors), ENGINEER, ENGINEER'S Consultants, and any other persons or entities identified in the Special Provisions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; b. Deductible may not exceed $10,000 unless approved by an appropriate change order. C. be written on a Builder's Risk special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, false work and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, flood, and other perils as may be specifically required by the Supplementary Conditions; d. include expenses incurred in the repair or replacement of any insured property(including but not limited to the fees and charges of engineers and architects); e. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; RPA SUPPLEMENTARY CONDITIONS Page 5 f. be endorsed to allow occupancy and partial utilization of the Work by OWNER; g. include testing and start-up; and h. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR, and ENGINEER with forty-five days written notice to each other additional insured to whom a certificate of insurance has been issued. i. CONTRACTOR and subcontractors shall be responsible for any deductible or self-insured retention based on fault. j. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article LC shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. k. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article 1.0 shall comply with the requirements of GC-5.06.C. The qualifications of the insurance company shall comply with the requirements of Article 1 of these Supplementary Conditions. 2. BONDING In addition to all bonding requirements indicated in Article 5 of the General Conditions, all Contractors shall be responsible for meeting the Montana Workers Surety Bond Requirements per MCA 18-2-201. Bonds shall remain effect during the two-year warranty period. 3. ESTIMATED QUANTITIES 3.1 Estimated Quantities. All estimated quantities stipulated in the Proposal and other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the work; and (b) for the purpose of comparing proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may vary substantially from such estimated quantities. The actual quantities will depend on the conditions encountered at the time the work is performed, and the unit prices apply, subject to the exceptions in Supplementary Condition 4-Unit Price Work. 4. UNIT PRICE WORK Paragraph 11.03 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: A. The unit price of an item of Unit Price Work shall be subject to reevaluation and adjustment under the following conditions: 1. If the total cost of a particular item of Unit Price Work amounts to 10%or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25%f om the estimated quantity of such item indicated in the Agreement; and RPA SUPPLEMENTARY CONDITIONS Page 6 2. If there is no corresponding adjustment with respect to any other item of Work; and 3. If Contractor believes that Contractor has incurred additional expense as a result thereof,- or if Owner believes that the quantity variation entitles Owner to an adjustment in the unit price, either Owner or Contractor may make a claim for an adjustment in the Contract Price in accordance with the General Conditions if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed." 5. PROJECT MEETINGS 5.1 Preconstruction Conference. After the Contract has been awarded, but before the start of construction, a preconstruction conference will be held at a time and place mutually agreed to by the parties. The conference shall be attended by the following: the Contractor and his superintendent; the principal subcontractors; representatives of principal suppliers and manu- facturers, as appropriate; the Engineer; Representatives of the Owner; and others as appropriate. Unless previously submitted, the Contractor shall bring the following submittals to the conference: list of proposed Subcontractors; proposed construction schedule; schedule for submitting shop drawings and other submittals; scheduled procurement dates; construction technique submittal forms (as applicable); preliminary payment schedule; and tentative schedule of values. Work shall not start prior to the Engineer's receipt of these submittals. 5.2 Progress Meetings. Progress meetings shall be held monthly to review progress and requests for payment, maintain coordination, update and modify scheduling requirements, and resolve any problems that might develop. The Engineer shall preside at the meeting. 6. GOVERNING STANDARDS AND REGULATORY REQUIREMENTS 6.1 Jurisdiction. The performance of this work shall be under the jurisdiction of the following agencies, departments, and standards and compliance with the requirements thereof is required: Federal Level: United States law; United States Corps of Engineers; Environmental Protection Agency. State Level: Montana Code Annotated; Montana Department of Environmental Quality; Dept. of Fish, Wildlife & Parks (SPA); Department of State Lands; the Department of Natural Resources and Conservation; the Montana Building Codes Division; Uniform Building Code, (latest edition); Uniform Plumbing Code, (latest edition); Uniform Mechanical Code, (latest edition); Uniform Fire Code(latest edition);National Electric Code, (latest edition). Permits. The Contractor must also comply with the requirements of any permits obtained for the project by the Owner. These permits may include stream bed crossing permits, flood plain permits, etc. Copies of any of these permits are available upon request from the Engineer. However, the Contractor shall be responsible for obtaining any permits regarding the discharge of any water related to the construction of this project (this includes a Montana Department of Environmental Quality 3A Permit). RPA SUPPLEMENTARY CONDITIONS Page 7 Local Level: City ordinances and regulations. 6.2 Contractor's Responsibility. The Contractor shall familiarize himself with the requirements of all regulatory agencies pertaining to the performance of the work on the project. The Contractor shall perform all work in accordance with the regulatory requirements. Any conflict between the Contract Documents and the regulatory requirements shall be brought to the immediate attention of the Engineer. 7. SUBMITTALS 7.1 Construction Schedule. The Contractor shall submit to the Engineer for review a schedule of the proposed construction operations. The construction schedule shall indicate the sequence of the Work, the time of starting and completion of each part, and at a minimum one entry for each bid item and trade involved therein. Whenever 10 percent or more of the schedule items are inconsistent with the original schedule, the Contractor shall prepare a revised schedule and narrative plan that indicates corrective action that will bring the progress of the work back to the original schedule completion dates. The revised schedule and narrative shall be submitted to the Engineer for review, approval, or comment before any further pay requests will be received or recommended for payment. The construction schedule shall be acceptable to the Engineer before the Notice to Proceed is issued. 7.2 Schedule of Values. The Contractor shall prepare and submit to the Engineer a schedule of values for each lump sum bid item on the Proposal. Each item shall be subdivided to show the portion of payment assigned to each work location and work item or trade involved. The schedule of values, showing the value of each kind of work at each site, shall be acceptable to the Engineer before any application for payment is prepared. The sum of the items listed in the schedule of values shall equal the lump sum price for the bid item. Items such as bond premium, temporary construction facilities, and office expense may be listed separately in the schedule of values, provided the amounts can be substantiated. Overhead and profit shall not be listed as separate items. An unbalanced schedule of values providing for overpayment of the Contractor on items of work which would be performed first will not be accepted. The schedule of values shall be revised and resubmitted until acceptable to the Engineer.Final acceptance by the Engineer shall indicate only consent to the schedule of values as a basis for preparation of applications for progress payments and shall not constitute an agreement as to the value of each indicated item. 7.3 Schedule of Payments. Within 10 days after the effective date of the Agreement, the Contractor shall furnish to the Engineer a schedule of estimated monthly payments. The schedule shall be revised and resubmitted each time an application for payment varies more than 10 percent from the estimated payment schedule. 7.4 Approval of Subcontractors. Contractor shall submit a list of Subcontractors to be used on the project and it shall be acceptable to the Owner prior to starting work. For each Subcontractor include name, address, phone, type of work, registration number, approximate contract value and a list of projects completed within the last 5 years by the Subcontractor. RPA SUPPLEMENTARY CONDITIONS Page 8 7.5 Shop Drawings and Engineering Data. In addition to the construction schedule, the Contractor shall submit to the Engineer a Shop Drawing Schedule indicating the title and appropriate date that all anticipated shop drawings will be submitted to the Engineer before the Engineer will proceed with the review of any submittals. All submittals, regardless of origin, shall be stamped with the approval of the Contractor indicating his review and identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the work. When catalog pages are submitted, applicable items shall be clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Substitutions will be considered through completion of a Substitution Request Form (bound into the Appendix of these documents). All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in the Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by the Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping diagrams. The Contractor shall accept full responsibility for the completeness of each submission and, in the case of a resubmission, shall verify that all exceptions previously noted by the Engineer have been taken into account. In the event that more than one resubmission is required because of failure of the Contractor to account for exceptions previously noted, the Contractor shall reimburse the Owner for the charges of the Engineer for review of additional resubmissions. The costs of additional review shall be deducted from the Contractor's progress payments. Any need for resubmission or any other delay in obtaining the Engineer's review of submittals will not entitle the Contractor to extension of the Contract Time unless delay of the work is directly caused by a change in the work authorized by a Change Order or by failure of the Engineer to return any submittal within three(3)weeks after its receipt in the Engineer's office. Five (5) copies of each drawing and necessary data or schedule shall be submitted to the Engineer. Improper format or illegible information shall be cause to return submittals without review. The Engineer will not accept submittals from anyone but the Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. Items resubmitted shall bear the number of the first submittal followed by a letter(A, B, etc.)to indicate the sequence of the resubmittal. When the schedules, drawings, and data are returned marked RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as indicated by the Engineer and corrected copies shall be resubmitted. When corrected copies are resubmitted, the Contractor shall in writing direct specific attention to all revisions and shall list separately any revisions made other than those called for by the Engineer on previous submissions. RPA SUPPLEMENTARY CONDITIONS Page 9 When the drawings and data are returned marked EXCEPTIONS NOTED, no additional submission is needed provided all exceptions marked are incorporated into the item. No re- submission is required for submittals marked NO EXCEPTIONS NOTED or RECORD COPY. Portions of the work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed and returned with no resubmission needed by the Engineer. A copy of each processed shop drawing and each processed sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. No materials-on-site payments will be approved in applications for partial payment for equipment or materials until shop drawings for same have been reviewed and returned by the Engineer without a requirement for resubmission. 7.6 Record Drawings and Survey Data. The Contractor shall prepare and maintain drawings record- ing the constructed characteristics of all aspects of the work. Record drawings shall be of suffi- cient detail and accuracy to permit ready identification and location of all component parts and hidden or buried facilities. This is especially important in the case of part time construction observation by the Engineer. The record drawings and survey data shall be made available to the Engineer at all times. This includes all field books, notes, and other data developed by the Contractor in performing surveys required as part of the work. Upon completion of the work, a paper copy of all record drawings and survey data shall be transmitted to the Engineer and Owner. 8. WEED CONTROL Prior to mobilizing equipment on the project site, the Contractor shall clean his equipment and vehicles to assure no weeds are imported. If there is an abnonnal growth of noxious weeds on a project site after construction as determined by the Owner or local weed control authority, the Contractor will be responsible for weed control for the duration of the contract warranty. 9. REGULAR HOURS AND WEATHER DAYS 9.1 Regular Hours. The regular work week shall consist of five working days, Monday through Friday, with regular working hours of 8:00 a.m. to 5:00 p.m. Written requests to perform any work outside of the regular work week or normal working hours must be delivered to the Owner and Engineer no less than 48 hours prior to the planned start of the work. Contractor may not work other than regular hours without written approval from Owner and Engineer. 9.2 Weather Days. In the event inclement weather or the aftermath of inclement weather prevents the Contractor from performing iny compensable work for a minimum of 60% of the Regular day or other work period approved by the Owner, he may request a credit for that day. No credit for inclement weather will be allowed on non-working days. A request for a weather day must be submitted to the Engineer by the end of each calendar day being requested. RPA SUPPLEMENTARY CONDITIONS Page 10 9.3 Winter Shutdown. In the event of the onset of winter weather, a winter shutdown will be granted upon written request and mutual agreement of the Contractor and Owner, provided the Contractor has complied with the contract documents and has adequately protected the site and adjacent property. Contract time will continue to run until the Contractor has satisfied these conditions and Contractor shall not be entitled to additional contract time if it fails to satisfy these conditions. Work will commence in the spring at the earliest possible date. 9.4 Standby Time. No separate payment will be made for standby time, inactive periods beyond Contractor control or inactive periods resulting from requirements of this Contract. Such time will be considered incidental to the required work. Standby time can be expected, but is not limited to waiting for completion of other related contractors work. 10. CONTRACTOR REIMBURSED ENGINEERING COSTS The Contractor shall reimburse the Owner the full cost of Engineering services in the event the Engineer incurs unscheduled employment necessitated by the Contractor. Examples of unscheduled employment of the Engineer are the following Contractor actions: 1) Working more than forty (40) hours per week, more than five (5) days per week and Saturdays, Sundays, and holidays. 2) Furnishing materials or equipment not in conformance with Contract Documents necessitating redesign by the Engineer. 3) Working beyond the time of completion established in the Notice to Proceed with Construction. 4) Retests by the Engineer of tests that have failed. 5) Retests by others for tests that require Engineer's presence. 6) Repeated review of submittals and shop drawings that have not been approved. 7) Additional inspection as a result of unacceptable work. 8) Failing to follow design or construction documents. 9) Submitting excessive or unreasonable claims requiring Engineer's review. 10) Failing to properly document pay requests. 11) Failing to provide or adhere to schedules. 12) Other services that are within the Contractor's control to avoid. The Engineering fees to be reimbursed by the Contractor shall be according to the following schedule: 1) Labor: At the Engineer's current billable rates, including overhead, as referred to in the Agreement between the Owner and Engineer,plus 15%profit. RPA SUPPLEMENTARY CONDITIONS Page 11 2) Other Consultant: At actual cost plus 10% 3) Mileage: 4X4 @$0.56/mi.; 2WD @$0.51/mi. 4) Per Diem: IRS allowable rate 5) Other expenses and laboratory testing: Actual Cost+ 10% 6) Field Testing: Engineer's current billable rate for specific equipment utilized Contractor shall make payment of these Engineering services by deduction from the project progress payments or final payment or by invoice to the Contractor. The Engineering contract will be analyzed at the end of the project to determine whether any unscheduled employment of the Engineer, during the schedule contract time, resulted in a cost savings to the Owner. If, as a result of working more than 40 hours per week, five days per week, the Contractor completes the project within the scheduled time, and if the overtime results in a reduced contract time and cost savings to the Owner, no damages will be assessed for the unscheduled employment of the Engineer during the scheduled contract time. Damages will be assessed as stipulated for each day the work remains uncompleted beyond the scheduled contract time. 11. CONSTRUCTION PROGRESS 11.1 The Contractor shall maintain suitable progress on the job at all times. This shall include the presence of full crews with superintendents effectively operating with proper equipment and tools. In the event the Owner is dissatisfied with the progress, performance, or timing of the work, the Owner will give the Contractor written notice in which the Owner will specify in detail the cause of dissatisfaction. Should the Contractor fail or refuse to remedy the matters indicated and fail to submit a detailed schedule indicating how the Contractor shall complete the work in the Contract Time remaining within ten (10) days after the written notice is received by the Contractor, the Owner will have the right to take control of the work and either make good the deficiencies of the Contractor itself or direct the activities of the Contractor as the Owner deems advisable, or the Owner may terminate the Contract. In either event, the Owner will be entitled to collect from the Contractor all expenses in completing the work. 11.2 Should an unforeseen or changed site condition arise on a portion of the work, the Contractor shall immediately notify the Owner in writing. The Owner and Engineer will work with the Contractor to resolve such a condition in a fair and equitable manner as soon as possible. However, the Contractor shall continue work on any or all portions of the work that are not directly affected by the unforeseen or changed site conditions or, when directed by the Engineer, the Contractor shall continue work on the disputed portion of the work in confor- mance with the appropriate section of these General Requirements. No claim for additional Contract Price or Time for standby will be allowed. Failure or refusal of the Contractor to continue such work will be cause for the Owner to take control of the work or terminate the Contract as herein provided and to employ such additional help as the Owner deems advisable to maintain progress. The costs of any such work will be deducted from the Contractor's monthly progress payments. The Contractor shall be subject to liquidated damages for any overrun of the Contract Time resulting from his failure or refusal to continue work as described above. RPA SUPPLEMENTARY CONDITIONS Page 12 12. REPAIR AND REPLACEMENT QUALITY 12.1 General. Items requiring repair or replacement due to damage or removal or otherwise necessitated in the course of pursuance of the work and which are not otherwise specified herein, shall be repaired or replaced to the following levels of quality. 12.2 Paved and Graveled Roads, Curb and Gutter Driveways and Sidewalks. Repair or replacement shall be to a thickness and grade matching the existing condition. Quality of materials and methods shall comply with respective sections of the current edition of the Montana Public Works Standard Specifications. Any removed or damaged pavement markings shall be replaced to match the existing markings. This includes any public or private roads, parking areas etc. damaged by the Contractor's haul trucks or construction equipment. 12.3 Water and Sewer Mains and Services. Repair or replacement shall be in a manner consistent with the existing condition using materials conforming to the Uniform Plumbing Code, the current editions of the Montana Department of Environmental Quality Design Standards, and other requirements of the Montana Department of Environmental Quality. Construction shall also comply with the current edition of the Montana Public Works Standard Specifications. Repair or replacement will not be allowed with materials like the existing installation if they do not conform to the above-referenced standards. 12.4 Electrical, Telephone, Cable TV Natural Gas and Petroleum Lines. Repair or replacement shall be to the standards required by the utility owner and at the utility owner's option may be performed by the utility owner with the full cost assessed to the Contractor. 12.5 Lawn Restoration, Fertilizing and Seeding. All areas disturbed by the Contractor's operations such as, but not limited to, haul roads, loading operations and disposal operations shall be restored by grading to the original contours, sodding, and/or fertilizing and seeding. This will include repair or replacement of all disturbed vegetation to pre-construction standards as required by the Owner and landowner. The seed mixture and fertilizer to be used will be submitted to the Engineer prior to application on the prepared seed bed. The Contractor shall include the cost of this work in the price bid for other items of work, and no separate compensation will be allowed. 12.6 Fences. All fences adjacent to any work site are to be maintained to the satisfaction of the abutting property owners. The Contractor shall notify the landowners of the need to temporarily remove or relocate fences for access to the work and shall coordinate such activities with the respective landowners in regards to removal, relocation, and restoration of fences prior to commencing work. Any fence removed or destroyed during the course of the Contract shall be reinstalled or reconstructed in like kind at no cost to the Owner or the landowner. The cost for this work shall be considered incidental and no additional compensation will be allowed. 12.7 Other Items. Repair or replacement of other items not covered by the preceding shall be to the standards required by the owner of the item and at the owner's option may be performed by the owner of the item with the full cost assessed to the Contractor. RPA SUPPLEMENTARY CONDITIONS Page 13 12.8 Decisions Regarding Repair Versus Replacement. The decision of repair versus replacement of an affected item shall be at the discretion of the Engineer upon consultation with the owner of the item. The decision shall be based on a determination of whether repaired quality can equal the quality of a replacement installation. The Engineer's authority shall be final in this regard. 12.9 Limits of Repair or Replacement. The limits of areas to be repaired or replaced shall be determined by the Engineer in the field based on the extent of damage or removal sustained. The determination shall be based on insuring that all damaged or removed portions of the existing installation are fully restored. The authority of the Engineer in this regard shall be final. All work effects outside limits as described in these Contract Documents are subject to repair and replacement quality as described herein. 12.10 Repair by Pg1y Owning or MaintainingItem.tem. The party owning or maintaining the item under consideration shall have the exclusive right to undertake repair or replacement themselves and charge the Contractor for full costs incurred or to direct and supervise the Contractor to repair or replace the item to their standard of quality. The authority of the owner of the item shall be final in this regard. 13. REJECTED WORK Any defective work or nonconforming materials or equipment that may be discovered at any time prior to the expiration of the warranty period, shall be removed and replaced by work which shall conform to the provisions of the Contract Documents. Any material condemned or rejected shall be removed at once from the project site. Failure on the part of the Engineer to condemn or reject bad or inferior work or to note nonconforming materials or equipment on Contractors submittals shall not be construed to imply acceptance of such work. The Owner shall reserve and retain all its rights and remedies at law against the Contractor and its Surety for correction of any and all latent defects discovered after the guarantee period. The Engineer will have the authority to reject work which does not conform to the Contract Documents and will provide the Owner with a list of defective work and nonconforming materials or equipment. The Owner will then promptly provide the Contractor with the list of defective work and nonconforming materials or equipment. 14. TRAFFIC CONTROL The Contractor shall schedule his construction operations in a manner which will assure that: 1) the safety and convenience of motorists and pedestrians, and the safety of construction workers, are adequately met at all times; and 2)the project is completed in a manner most beneficial to the project as a whole. All signing and striping shall conform to the standards set forth in the Manual of Uniform Traffic Control Devices (MUTCD). Traffic control shall be provided in full compliance with MUTCD during materials hauling and equipment operation or transport along public roadways. Control shall include necessary signing, flag- persons, barricades, and hazard markers. At least one-way traffic shall be maintained at all times with continuous passage for emergency vehicles from either direction. In special cases as noted in the Special Provisions, maintenance of two way traffic may be required. At the conclusion of daily construction RPA SUPPLEMENTARY CONDITIONS Page 14 activities, the Contractor shall insure that proper traffic control measures remain in effect overnight and through the weekend. This includes protecting any open excavations or other hazards. Prior to any construction, the Contractor shall prepare and submit a detailed traffic control plan in accordance with the Submittals Section. The plan shall include, at a minimum,the following: • Calendar time periods of proposed traffic interruptions and control. • Locations of all signs, markers, barricades, and other traffic control devices to be used. • Specifications for signs, markers, and barricades including references to MUTCD. • Locations for flag-persons where used, along with anticipated dates and hours of use. • Routing of any detours required. The traffic plan will be subject to review and approval by the Montana Department of Transportation for roads under their jurisdiction, by the local county for county roads, by the local municipalities for municipal roads, and by the U.S. Forest Service or Bureau of Land Management for roads under their control. These approvals will be in addition to that provided by the Engineer in accordance with the Submittals Section. No work may commence until all approvals of the traffic plan have been secured. The Traffic Control shall include all haul routes. All haul routes shall be identified in the Traffic Control Plan whether traffic control is needed or not. 15. GENERAL EQUIPMENT STIPULATIONS 15.1 General. All equipment furnished and installed under this contract shall conform to the general stipulations set forth in this section except as otherwise specified in other sections. 15.2 Coordination. Contractor shall coordinate all details of the equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. 15.3 Manufacturer's Experience. Unless specifically named in the Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past five years. 15.4 Workmanship and Materials. A. Supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage or other failure. Materials shall be suitable for service conditions. B. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable Engineering and shop practice. Individual parts shall be manufactured to standard sizes and gauges so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. C. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed RPA SUPPLEMENTARY CONDITIONS Page 15 for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4- inch thick. 15.5 Value Engineering. Manufacturer may submit for review and approval proposed modifications to the design, materials or arrangements specified. Request shall clearly state the advantages, cost savings or other reasons for the proposed change. Acceptance of any proposed changes will be the sole discretion of the Engineer as proscribed under the "or equal" and "substitute item" clauses of the General Conditions. 15.6 Seismic Loading Design Provisions. Machinery, equipment, and components such as tanks, piping, and electrical panels, including their supports and anchorages, designed by manufacturers or suppliers, shall be designed in accordance with the provisions of the latest edition of the Uniform Building Code to withstand seismic loads for the Seismic Zone appropriate for the project location in addition to other loads. Design shall be performed by a licensed Professional Engineer familiar with seismic design. Submittals shall be certified, by the Design Engineer, that equipment designs conform to all applicable Uniform Building Code requirements including provisions to withstand seismic loads. 15.7 Single Source. Like items of equipment shall be the end product of one manufacturer in order to achieve standardization. 15.8 Manufacturer's Representative. A. Where specified, manufacturer shall provide a Manufacturer's Representative as required to assist in the installation, adjustment, startup, certification and operational training. B. Manufacturer's Representative shall be an employee of manufacturer who is factory trained and knowledgeable in the technical aspects,of the products and systems. C. When the services of the representative are specifically required for a listed time period, the days shall represent eight(8)hours straight time exclusive of Saturdays, Sundays and holidays. Travel time is considered incidental to the work and will not apply to the required listed time. D. If listed time is not required, or is modified, an appropriate adjustment in payment shall be made. E. If the provided Manufacturer's Representative is found deficient in training or experience by the Owner or Engineer, the manufacturer shall furnish another acceptable representative. 15.9 Certification of Compliance. A. Where specified, furnish certification of compliance for products specified to a recognized standard or code prior to the use of such products in the work. 1) Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by a certification of compliance. RPA SUPPLEMENTARY CONDITIONS Page 16 2) Certifications shall be signed by the manufacturer of the product; state that the components involved comply in all respects with the requirements of the Specifications. 3) Furnish certification of compliance with each lot delivered to the job site and clearly identify the lot so certified. B. Products used on the basis of a certification of compliance may be sampled and tested at any time. The fact that a product is used on the basis of a certification of compliance shall not relieve Contractor of responsibility for incorporating products in the work which conforms to requirements of the Contract Documents. Products not conforming to such requirements will be subject to rejection whether in place or not. C. Engineer reserves the right to refuse permission for use of products on the basis of a certification of compliance. 15.10 Manufacturer's Certification of Proper Installation. Where manufacturer's certification is required in the Specifications, the manufacturer shall provide certification stating the following: A. The product or system has been installed in accordance with the manufacturer's recommendations. B. The product or system has been inspected by a manufacturer's authorized representative. C. The product or system has been serviced with the proper lubricants. D. Applicable safety equipment has been properly installed. E. Proper electrical and mechanical connections have been made. F. Proper adjustments have been made and the product or system is ready for functional testing, plant startup, and operation. 15.11 Functional Test Certification. Where a certification of functional testing is specified for certain equipment, Contractor(as applicable to the equipment furnished) shall state in writing that: A. Necessary hydraulic structures, pumps,valves, etc. have been successfully tested. B. Necessary equipment systems and subsystems have been checked for proper installation, started, and successfully tested to indicate they are operational. C. Adjustments and calibrations have been made. D. The systems and subsystems are capable of performing their intended functions. E. The facilities are ready for performance testing, or for startup and intended operation, as applicable. RPA SUPPLEMENTARY CONDITIONS Page 17 15.12 Performance Test Reports. Prepare and submit performance test reports where specified for equipment systems. 15.13 Accessories. All equipment shall be provided with the following accessories as applicable. A. Safety Guards: All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard in complete accordance with the requirements of OSHA. Safety guards shall be fabricated from 16 USS gauge or heavier galvanized or aluminum-clad sheet steel or 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. B. Anchor Bolts: Equipment manufacturers shall provide anchor bolt size, location and loads, including seismic loading. Anchor bolts will be provided by others, unless noted to be supplied by the equipment manufacturer in the Equipment Specifications. C. Lifting Lugs: Equipment weighing over 100 pounds shall be provided with lifting lugs. D. Identification Plates: A 16-gauge stainless steel piece of equipment identification plate shall be securely mounted on each in a readily visible location. The plate shall bear the 1/4-inch die-stamped equipment identification number indicated in this Specification and/or shown on the Drawings. E. Special Tools: Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. F. Spare Parts: 1) Furnish all spare parts specified or purchased prior to requesting the issuance of a Certificate of Completion and/or operation of the equipment by the Owner. 2) Spare parts and special tools shall be properly packaged to avoid damage, in their original cartons insofar as possible, and shall be stored in a location as determined by the Engineer. Any spare parts found to be damaged or otherwise inoperable at the time of delivery shall be replaced or, if approved by the Engineer, satisfactorily repaired. 3) Spare parts and special tools shall be labeled with a minimum 3-inch by 6-inch manila spare parts tag with such information as the part description, the manufacturer's part number, the applicable equipment description and manufacturer, the quantity of parts delivered in each package, the applicable specification section, and the Contractor's and Project's name. This tag shall be firmly affixed to, and prominently displayed on the outside of each package. 15.14 Lubrication. RPA SUPPLEMENTARY CONDITIONS Page 18 A. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. B. Lubricants of the type recommended by the equipment manufacturer shall be provided in sufficient quantity to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Unless otherwise specified or permitted,the use of synthetic lubricants will not be acceptable. C. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or. platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 16. BLASTING If explosives are necessary for excavation purposes, the Contractor must comply with all local, state and federal regulations governing the use of explosives and shall be responsible for obtaining any necessary blasting pen-nits. The Contractor's use, transportation, handling, and storage of explosives for construction blasting shall be under the supervision and direction of a construction blaster licensed by the Montana Division of Workers' Compensation. A copy of the blasting license and the blaster's experience shall be submitted to the Engineer before any explosives are brought to the project area. It will be the blaster's responsibility to design and initiate blasting. The Contractor is responsible for ensuring compliance with all laws and regulations concerning explosives. The Contractor shall submit a copy of the blasting plan to the Engineer. This plan is for record and con- struction purposes and shall not relieve the Contractor from using proper blasting procedures. The plan shall include, at a minimum,the following items: Methods and equipment for transporting explosives and detonators. • Type and location of storage facilities. t Type and quantity of explosives. • Primer assembly procedure and location. Employee training programs. Provisions for protecting persons, structures, private, and public property. • Provisions for developing and distributing a daily blasting schedule. Provisions for disposal of explosives, blasting agents, and associated materials. • Hours of proposed blasting. Additionally, the Contractor shall be bound by and adhere to the blasting requirements included in Section 203.03.1 in the 2006 Edition of the Montana Department of Transportation Standard Specifications for Road and Bridge Construction, and all supplements thereto. RPA SUPPLEMENTARY CONDITIONS Page 19 Following blasting, the Contractor shall, at no additional cost to the Owner, regrade any surface damage or subsidence and repair any other damage that may have occurred due to the blasting including damage claimed by outside parties. The Contractor shall be required to obtain insurance required for the use of explosives and shall not commence work until such insurance has been submitted and approved by the Owner and the Engineer. The Contractor shall also submit written confirmation that all landowners and any other potentially-affected parties have been notified of the proposed blasting. No additional payment will be allowed for blasting or repair of any resultant damage. The Contractor assumes complete and absolute liability for any damage or injury caused by blasting, including any re- pairs needed or compensation awarded. The Contractor also agrees to hold harmless the Owner, the Engineer, and the landowner from any claims resulting from his blasting operations. 17. CONTRACT DOCUMENT DISCREPANCIES 17.1 In the event that any provision of one Contract Document conflicts with the provision of another Contract Document, the provision in that Contract Document first listed below shall govern, except as otherwise specifically stated: • Agreement • Addenda to Contract Documents • Performance and Labor&Materials Bonds • Bid Proposal • Bid Security • Special Provisions • Invitation to Bid • Instructions to Bidders • Drawings • Technical Specifications • RPA Supplementary Conditions • General Conditions 18. PROJECT CLOSE-OUT 18.1 Once the Contractor has completed construction, a substantial completion inspection is held to assess any remaining or corrective work and permit close-out of the Contract. The following conditions must be met before the substantial completion inspection is scheduled: • Work must be substantially complete and fit for its intended purpose. • Contractor must file a Contractor's Certificate of Completion (form found under Miscellaneous Forms in Appendix A) requesting a substantial completion inspection by the Owner and Engineer. 18.2 Following the inspection, the Engineer prepares and signs a Certificate of Substantial Comple- tion and attaches a list of any remaining or corrective work needed based on the inspection. The Certificate is sent to the Contractor, who must complete the listed work. After the Engineer verifies its completion,the construction is considered fully complete. The Owner may also wish to field-verify proper completion. RPA SUPPLEMENTARY CONDITIONS Page 20 18.3 Prior to final payment including release of retainage,the Contractor must furnish these items to the Engineer: • Completed Affidavit on Behalf of Contractor (lien release) using the form provided in the Contract Do,uments under Miscellaneous Forms. • Executed copies of any pending Change Orders or claims. • The final Chan;e Order shall reconcile bid quantities to reflect actual quantities for projects contain ng unit price items. • Completed, revi 3ed and annotated record drawings and survey notes. • Additional Copi as of O&M manuals and warranties as specified. • Final Payment Lequest for balance of Contract Price due. • Completed Cone;ent of Surety Company to Final Payment using the form provided in the Contract Docun.ents under Miscellaneous Forms. • Certification of Payment of Prevailing Wage Rates as/if required by agencies providing funding for the project. Upon receipt and approval of these items, the Engineer will recommend final payment. The retainage will be rele&;ed with the final payment. 19. SYSTEM COMMIS,"JONING AND CLEANUP 19.1 Scope. This section covers the final preparations required to place the various components into operation. 19.2 Final Conditioning. Lefore final acceptance is made, the entire work shall be cleaned and conditioned. This shal l consist of the following: A. Grease, oil, grit, dirt, grime, debris, and other foreign materials shall be removed; B. Nicks, scratches, voids, holidays, and other imperfections in painted surfaces shall be touch-up painted with matching paint; C. Chips, voids, cracks, and other imperfections in exposed concrete shall be repaired with methods and materials approved by the Engineer; D. Threaded fasteners shall be checked for tightness; E. Doors, windows, hatches, and other mating surfaces shall be adjusted to fit square in their respective framework; F. Driveways and parking areas shall be fine-graded; and G. Landscaping shall be fine-graded and re-established where necessary. RPA SUPPLEMENTARY CONDITIONS Page 21 19.3 System Demonstrations. A. The Contractor and his major manufacturers shall demonstrate the operation of each and every piece of equipment to the Engineer, Owner, and the Owner's operator. The Contractor shall demonstrate all maintenance requirements and reference the require- ments of the Operations and Maintenance Manual for each piece of equipment. B. A plan for system start-up shall be submitted to the Engineer for approval, before the start-up will be allowed. 19.4 Removal of Construction Equipment, Tools, and Supplies. At the completion of this Contract, before acceptance of the work by the Owner, the Contractor shall remove all of his equipment, tools, and supplies from the property of the Owner. Should the Contractor fail to remove such equipment, tools, and supplies, the Owner shall have the right to remove them at the Contractor's expense. 20. WARRANTY The contractor shall warranty all materials and equipment furnished and work performed for a period of two years from the date of substantial completion. The contractor warrants and guarantees for a period of two years from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event the contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the two year warranty period. In addition, the Contractor shall be required to attend a warranty inspection, approximately 23 months after substantial completion. The Owner and Engineer will also be present at this inspection. All components of the project will be inspected for defects in materials or workmanship. Any defects found shall be repaired by the Contractor as set forth in the previous paragraph. RPA SUPPLEMENTARY CONDITIONS Page 22 SECTION IV SPECIAL PROVISIONS SECTION IV SPECIAL PROVISIONS CONTENTS 1. Project Description 2. Site Inspection and Prebid Conference 3. Project Related Contacts 4. Contract Time and Liquidated Damages 5. Certificates of Insurance 6. Additional Insureds 7. Safety Standards 8. Payments to Contractor 9. General Construction Requirements 10. Engineering Interpretations 11. Continuing Performance 12. Engineering, Inspections, and Testing 13. Construction Surveys by Contractor 14. Utilities 15. Site Access 16. Construction Facilities and Controls 17. Disposal of Used Water 18. Site Dewatering 19. Smoke and Dust Control 20. Water Pollution/Sediment Control 21. Sanitary Facilities 22. Use of Completed Portions 23. Record Drawings 24. OSHA Regulations 25. Shoring 26. Permitting 27. Spoils Disposal 28. Construction Schedule and Sequencing 29. City Water 30. Exploratory Excavation 31. Maintenance of Flows 32. Traffic Control 33. Haul Roads 34. Soils Information 35. Measurement and Payment SPECIAL PROVISIONS Page 1 1. PROJECT DESCRIPTION The proposed work includes construction of a new 5.3 million gallon concrete water storage tank at the water treatment plant site south of Bozeman. This project also includes construction of approximately 2,000 feet of buried 42" and 35 feet of 30" water piping, telemetry and controls, new tank access road, site fencing, drainage piping, site reclamation, landscaping, new flowmeter and sampling vault, air and vacuum relief vaults and storm drainage improvements. 2. SITE INSPECTION AND PREBID CONFERENCE All Bidders should satisfy themselves as to the construction conditions by personal examination of the site of the proposed work and any other examination and investigation that they may desire to make as to the nature of the construction and the difficulties to be encountered. A prebid conference will be held on site. See Invitation to Bid in these Contract Documents for time and location. Those interested in bidding the project are encouraged to attend this meeting. 3. PROJECT RELATED CONTACTS Wherever in these Documents the word "Owner" appears, it shall be understood to mean the City of Bozeman. Owner: City of Bozeman 121 North Rouse P.O. Box 1230 Bozeman, MT 59771-1230 Craig Woolard,Director of Public Works Telephone: (406) 582-2300 Wherever in these Documents the word "Engineer" appears, it shall be understood to mean Robert Peccia & Associates, Inc. The firm of Robert Peccia & Associates, Inc. has been duly authorized by the Owner as the Engineer for the engineering design, submittal review, and construction observation and will serve as the "Engineer" for those functions as related to this project. Engineer: Robert Peccia& Associates 825 Custer Avenue, P.O. Box 5653 Helena, MT 59601 Contact Person: Gary Swanson Telephone: (406) 447-5000 4. CONTRACT TIME AND LIQUIDATED DAMAGES 4.1 Contract Time: Contract time for the entire project is 270 Calendar Days. SPECIAL PROVISIONS Page 2 4.2 Liquidated Damages: Subject to the provisions of the Contract Documents, the Owner shall be entitled to liquidated damages for failure of the Contractor to complete the work within the specified contract time. Work will be considered complete once substantial completion has been accomplished and all subsequent punchlist items have been satisfactorily completed. A. The Bidder further agrees to pay liquidated damages for failure to complete the work within the specified contract time and for expenses incurred by the Owner for unscheduled employment of the Engineer during the contract time overrun. B. As compensation for non-use, the Contractor shall be assessed a liquidated damage of$500 per calendar day for each day that the work remains uncompleted beyond the contract period for that particular Schedule. As compensation for expenses incurred for unscheduled employment of the Engineer, the Contractor shall be assessed an additional liquidated damage as outlined in the Supplementary Conditions. 5. CERTIFICATES OF INSURANCE The Contractor is responsible for providing the Owner with copies of Certificates of Insurance as discussed in Paragraph 5.03.A of the General Conditions. 5.1 Failure of Owner to demand such certificates or other evidence of full compliance with the insurance requirements outlined in the General Conditions and RPA Supplementary Conditions, or failure of Owner to identify a deficiency from evidence provided, shall not be construed as a waiver of Contractor's obligations to maintain such insurance. 5.2 By requiring the insurance and insurance limits specified, Owner does not represent that coverage and limits will necessarily be adequate to protect Contractor, and such coverage and limits shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 6. ADDITIONAL INSUREDS In accordance with the insurance requirements outlined in the General Conditions and RPA Supplementary Conditions the following entities shall be included as additional insureds: OWNER: City of Bozeman ENGINEER: Robert Peccia and Associates ENGINEER'S CONSULTANTS: SK Geotechnical APPLICABLE LANDOWNERS: SPECIAL PROVISIONS Page 3 Use the Additional Insured Endorsement CG 20,32 or equivalent acceptable to the Owner and Engineer. 7. SAFETY STANDARDS The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. The Contractor shall develop and maintain for the duration of this contract a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of the work does not include review or approval of the adequacy of the Contractor's safety program, safety supervisor, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the jobsites, safety equipment applicable to the work as prescribed by the aforementioned authorities, all articles necessary for giving first-aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the jobsite. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. In addition, the Contractor must promptly report in writing to the Owner and the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any Subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Owner and the Engineer, giving full details of the claim. The Contractor shall take all necessary provisions for safe handling of chemical amendments and potentially hazardous wastes, including apprising himself of hazards, developing safety plans, providing emergency and decontamination services, and developing spill containment procedures. SPECIAL PROVISIONS Page 4 8. PAYMENTS TO CONTRACTOR 8.1 Scope. This section supersedes the sections of the General Conditions pertaining to payments to the Contractor, to be in compliance with MCA 28-2-2103 as amended on October 1, 2003. If an alternate billing, approval, and/or payment cycle is required for this project those provisions are discussed in the "Instructions to Bidders" section of these Contract Documents, and shall supersede this section on Payments to the Contractor. 8.2 Application for Partial and Final Payment. The Contractor shall prepare and submit four (4) copies of the Application for Payment on a monthly billing cycle. At the preconstruction conference it will be agreed upon which day of the month this application should be submitted so that it coincides with the Owner's billing approval and payment schedule. After the first partial payment request is submitted the Contractor shall submit their subsequent applications on the same date each month for the duration of the project. After the Contractor submits their Application for Payment the Owner will have twenty one (21) calendar days to review and approve payment for the entire amount of the request, or the undisputed portion of the request. During this same time period the Engineer will review the payment request and make recommendations to the Owner on the items which the Engineer feels are approved for payment, and which items are in dispute. Items which are in dispute will be documented in writing and provided to the Contractor for correction and resubmission on subsequent payment requests. The undisputed portion will be approved for payment, and will be paid within seven (7) calendar days after approval. Five percent (5%) retainage of all partial payments will be withheld from payment until the completion of the project as discussed in the Measurement & Payment section of these Special Provisions. The Final Application for Payment, including release of the five percent (5%) retainage, may only be submitted after the Engineer has signed the Certificate of Substantial Completion and all punchlist items have been addressed as described in Supplementary Condition 18. 9. GENERAL CONSTRUCTION REQUIREMENTS 9.1 Quality Assurance. The Engineer will monitor the construction of work covered by this section to determine if the work is being performed in accordance with the contract requirements. The Engineer does not have the authority or the means to control the Contractor's methods of construction. It is, therefore, the Contractor's responsibility to utilize all methods, equipment, manpower, and other means necessary to assure that the work is installed in compliance with the Drawings and Specifications, and laws and regulations applicable to the work. All buried work items shall be installed in the presence of the Engineer or may not be considered for payment. SPECIAL PROVISIONS Page 5 9.2 Grade and Alignment. The Engineer will provide benchmark elevations throughout the entire project area as necessary. The Contractor shall provide, with his own equipment, tools, material, and labor, all intermediate line and grade control necessary to install the work within the tolerances specified. The Contractor shall calibrate and maintain all line and grade control equipment, including transits, levels, lasers, and other equipment, periodically to assure their accuracy. 9.3 Tolerances. Construction tolerances for the work, shall be as outlined in the Technical Specifications. 9.4 Construction Limits. Where construction.limits, or property lines, are not specifically called out on the Drawings, the limit shall be 20 feet, when measured from the centerline of the new pipe, or to the adjacent property line, whichever is less. Disturbance and equipment access beyond this limit is not allowed without the written approval of both the Engineer and the owner of the affected property. If so approved, disturbance beyond construction limits shall meet all requirements imposed by the landowner; this includes existing roads used and/or improved as well as the construction of new access roads. Special construction, reclamation, or post-construction road ripping or other closure provisions required by the landowner on access roads beyond the construction limits shall be performed by the Contractor at no additional cost to the Owner. 9.5 Areas of Disturbances. Approved areas of disturbance are those areas disturbed by construction activities within the construction limits and along designated or approved access routes. Such areas shall require reclamation and revegetation operations, including grading to the original contours, topsoiling with salvaged or imported topsoil, seeding, fertilizing, and mulching as specified herein. Other areas that are disturbed by the Contractor's activities outside of the limits noted above will be considered as site damage or unapproved areas of disturbance subject to the repair and replacement quality as specified herein. Such areas will also require the reclamation and revegetation operations noted above and as specified herein, but costs of such work shall be borne by the Contractor. This includes areas selected by the Contractor outside the defined construction limits for mobilization, offices, equipment, or material storage. The Contractor shall order sufficient materials to perform the required work for all areas of disturbance. The Owner will pay for the required revegetation work in all approved areas of disturbance. The Contractor will pay for the required revegetation work in all unapproved areas of disturbance. 10. ENGINEERING INTERPRETATIONS 10.1 En ineering Decisions: It is realized that timely engineering decisions on construction activities or results have an important bearing on the Contractor's SPECIAL PROVISIONS Page 6 schedule. On this project the Engineer will make every effort to have a Resident Project Representative (RPR) readily available to the project during the construction period, who has the authority to make judgment calls on matters dealing with interpretation of the plans and specifications, with the one qualification; that he shall have the right to take twenty-four (24) hours to confer with other Engineers before giving said decision. 10.2 When the decision affects a plan design or specification change, it should be realized that more time may be required than twenty-four (24) hours to gain the necessary Owner and funding source participation in the decision process including time for formal change order preparation as required. 11. CONTINUING PERFORMANCE 11.1 Scope. This section supplements the procedures set forth in the General Conditions to be followed in the event any part of the work or any change thereto becomes disputed. Resolution of unresolved disputes is discussed in the General Conditions. 11.2 Maintenance of Progress. Time is of the essence in completion of this project. The Contractor shall continue to actively execute all work. Failure of the Contractor to actively and effectively pursue the work shall be sufficient grounds for the Owner to terminate the services of the Contractor as provided in Section 15.02 of the General Conditions except, however, that a 10-day notice of termina- tion shall be given only once. Resumption of work by the contractor, after receiving notice of termination, will not reinstate the 10-day notice period; and the Owner may at any time after the 10-day period immediately take whatever action the Owner deems necessary to maintain the construction schedule, at the Contrac- tor's expense. 12. ENGINEERING, INSPECTIONS,AND TESTING All work will be tested and inspected to insure compliance with the Contract Documents. Complete payment will not be made until the Contractor has demonstrated that the work is complete and has been performed as required. If the Engineer detects a discrepancy between the work and the requirements of the Contract Documents at any time, up to and including final in- spection, such work will not be completely paid for until the Contractor has corrected the deficiency. The Engineer will monitor the construction of work to determine if the work is being performed in accordance with the contract requirements. The Engineer does not have the authority or means to control the Contractor's methods of construction. It is, therefore, the Contractor's responsibility to utilize all methods, equipment, manpower, and other means necessary to assure that the work is installed in compliance with the Drawings and Specifications, and laws and regulations applicable to the work. Any discrepancies noted shall be brought to the Contractor's attention, who shall immediately correct the discrepancy. Failure of the Engineer to detect a discrepancy will not relieve the Contractor of his ultimate responsibility to perform the work as required. SPECIAL PROVISIONS Page 7 The Contractor shall inspect the work as it is being performed. Any deviation from the Contract requirements shall be immediately corrected. Prior to any scheduled inspection by the Engineer, the Contractor shall again inspect the work and certify to the Engineer that he has inspected the work and it meets the requirements of the Contract Documents. All buried work items shall be inspected by the Engineer prior to backfilling, or may not be considered for payment. The work will be subject to review by the Owner, whose findings shall be as valid as those of the Engineer. The results of all such observations shall be directed to the Contractor through the Engineer. 12.1 Testing and Inspection Services Provided by the Contractor. The Contractor shall provide the following services: a. Preparation and certification of all required shop drawings and submittals as described in the Supplementary Conditions. b. Tests as required by the Contract Documents which include, but are not limited to compaction testing, material gradations, fine soil analysis, pressure tests, leakage tests, bacteria tests, and chlorine residual testing. All tests requiring the.services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent commercial testing laboratory acceptable to the Engineer. The laboratory shall be staffed with experienced technicians properly equipped, and fully qualified to perform the tests in accordance with the specified standards. C. Moisture-density curves of the different types of backfill and bedding material encountered or supplied. d. The Contractor shall arrange for and pay for an independent laboratory to take and break concrete test cylinders, slump, and air testing as called out in the Technical Specifications. e. The Contractor shall provide the Engineer with a written schedule indicating dates for specific testing and inspection services to be performed. The schedule shall be updated as required to give the Engineer at least one week's advance notice. The Contractor shall notify the Engineer immediately of any change or shall be subject to pay engineering fees as herein defined. f. Maintenance of project record drawings. g. The Contractor shall arrange for and pay for all tests required not specifically identified below as being performed by the Engineer. SPECIAL PROVISIONS Page 8 13. CONSTRUCTION SURVEYS BY CONTRACTOR The Contractor will be responsible for all layout and construction staking utilizing the Engineer's existing control and coordinate data for street, sidewalks, monuments, manholes, and any other construction which requires surveying. Dimensions and elevations indicated in layout of work shall be verified by the Contractor. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the Engineer for adjustment before work is performed. Existing Engineer Control: The Engineer has set survey control (horizontal and vertical) for use in the design and ultimately the construction of these improvements. A listing of the coordinates and vertical elevation for each of these control points is included in the Plans. From these control points the Contractor shall layout the work by establishing all lines and grades at the site necessary to construct the work and shall be responsible for all measurements that may be required for the execution of the work to the location and limit marks prescribed in the specifications or on the Contract Documents. Several of the Engineer's control points may have been disturbed or accidentally removed before contractor layout begins. The Contractor will be responsible for verifying the accuracy of all control points and laying out all critical project points with the remaining control points. The Contractor will be responsible for preserving and protecting the survey control until proper referencing by the Contractor has been completed. Any survey control obliterated, removed, or otherwise lost during construction will be replaced at the Contractor's expense. Any claims relating to survey location or construction staking accuracy must be supported by original control point data and verified in the field to the satisfaction of the Engineer. The Contractor will utilize the services of a Professional Land Surveyor, currently licensed in the State of Montana, for the construction staking for this project. Minimum project staking frequencies are as follows: a. Utility Mains: All utility mains shall be staked with offset hubs every 50 feet with cut/fill and station information clearly identified. In addition, all services, laterals, valves, hydrants, curb stops, manholes, drain inlets, area drains and caps (for both services and mains) shall be staked with offset hubs with cut/fill and station information clearly identified. b. Building Elements: All embanked surfaces (native onsite and imported gravel materials) shall be staked (with blue tops) at the building corners. Adequate staking shall be set to construct a"square" building. C. Roadway and Sidewalk Elements: All subgrade surfaces shall be staked (with blue tops) every 50 feet longitudinally. All base/subbase course gravel surfaces shall be staked (with blue tops) every 25 feet longitudinally. All curb and gutter shall be staked every 25 feet. When in cut or fill sections, exceeding 2 feet in depth from existing at centerline, slope staking shall be provided every 25 feet longitudinally. SPECIAL PROVISIONS Page 9 d. Tank Elements: All tank subgrade surfaces (native onsite and imported gravel materials) shall be stake (with blue tops) at the tank center, pipe locations, and perimeter every 50 feet longitudinally. Adequate staking shall be set to construct a "round" tank. All native material/base/subbase/structural fill course gravel surfaces shall be staked (with blue tops) every 25 feet longitudinally. Temporary bench marks shall be set at each level of excavation to verify tank subgrade elevations. The Contractor will field verify the vertical elevation of all system manholes. The Contractor will not order manholes until the field verification of rim elevations and also exploratory excavations where specified, are complete and furnished to the Engineer for verification. Contractor shall be aware of property pins. Damage to these pins will require replacement of such by a registered land surveyor at no cost to the owner. The Contractor is responsible for the location and elevation of all the construction contemplated by the Contract Documents. The Contractor is responsible for documenting the location, color, and type of any pavement markings so markings can be reinstalled in existing locations. Prior to commencing work, the Contractor shall carefully compare and check all drawings, each with the other that in any way affects the location or elevation of the work to be executed by him, and should any discrepancy be found, he shall immediately report the same to the Engineer for verification and adjustment. Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at his sole expense. For surveys necessary to determine the amount of progress payments, the Contractor will be required to furnish all personnel, equipment and material required to make such surveys as are necessary to determine the quantities of work performed or placed during the period covered by the progress payment. All original field notes, computations and other records taken by the Contractor for the purpose of quantity and progress surveys shall be furnished promptly to the Engineer and shall be used to the extent necessary in determining the proper amount of payment due to the Contractor. These field notes, computations and other records shall be neat and orderly. Field notes shall be complete and in a standard format approved by the Engineer. Unless waived, all quantity surveys made by the Contractor may be reviewed by the Engineer. No separate payment will be made for the work covered under this section of the Specifications and all costs in connection therewith shall be included in the price bid for related work items. 14. UTILITIES The exact locations of existing underground utilities that may conflict with the work are not precisely known. It shall be the Contractor's responsibility to contact the owners of the respective utilities and arrange for field location services. The Contractor alone is responsible for coordinating the work with the utility owners. Any delay resulting from the utilities is the Contractor's responsibility and shall not be cause for an increase in contract time. SPECIAL PROVISIONS Page 10 14.1 Notification. The Contractor shall contact, in writing, all public and private utility companies that may have utilities that may be encountered during excavation. The notification shall include the following information: * The nature of the work that the Contractor will be performing. * The time, date and location that the Contractor will be performing work that may conflict with the utility. * The nature of work that the utility will be required to perform such as moving a power pole, supporting a pole or underground cable, etc. * Requests for field location and identification of utilities. A copy of the letter of notification shall be provided to the Engineer. During the course of construction, the Contractor shall keep the utility companies notified of any change in schedule or nature of work that differs from the original notification. 14.2 Identification. All utilities that may conflict with the work shall be the Contractor's responsibility to locate before any excavation is performed. Field markings provided by the utilities shall be preserved by the Contractor until actual excavation commences. All utility locations on the Drawings should be considered approximate and should be verified in the field by the Contractor. The Contractor shall also be responsible for locating all utilities that are not located on the Drawings. 14.3 Removal or Relocation of Utilities. This section applies to electric power, gas, telephone and television utilities. Whenever there is a direct conflict between the work being performed and the utility, the Contractor shall be responsible to remove, relocate or temporarily support the utility during the course of construc- tion. Any charges by the utility for removing, relocation or temporarily supporting the utility shall be paid for by the Contractor. 14.4 Public Utilities. Water, sewer, storm drainage, street lighting and other utilities owned and operated by the public entities shall, unless otherwise specifically requested by the utility owner, be removed, relocated, supported or adjusted as required by the Contractor at the Contractor's expense. All such work shall be in accordance with these Specifications, or the Owner's Standard Specifications or written instructions when the work involved is not covered by these Specif- ications. 14.5 Other Utilities. Utilities owned and operated by private individuals, railroads, school districts, associations, or other entities not covered in these Special Provisions shall, unless otherwise specifically requested by the utility owner, be removed, relocated, supported or adjusted by the Contractor at the Contractor's ex- pense. All work shall be in accordance with the utility owner's directions, or by methods recognized as being the standard of the industry when directions are not given by the owner of the utility. SPECIAL PROVISIONS Page 11 14.6 Damage to Utilities and Private Property. The Contractor shall protect all utilities and private property and shall be solely responsible for any damage resulting from his construction activities. The Contractor shall hold the Owner and Engineer harmless from all actions resulting from his failure to properly protect utilities and private property. All damage to utilities shall be repaired at the Contractor's expense to the full satisfaction of the owner of the damaged utility or property. The Contractor shall provide the Owner with a letter from the owner of the damaged utility or property stating that it has been repaired to the utility owner's full satisfaction. 14.7 Water Mains and Services. All water mains and services exposed during construction shall be adequately supported and protected from freezing at all times. Sections of water mains shall not be valved off without first giving the Owner sufficient notification and receiving authorization from the Engineer. Unless otherwise permitted in writing by the Owner, water mains and services shall not be shut off for more than 3 hours. All affected water service customers shall be notified by the Contractor in advance of any interruption of service. Whenever a water main or service is damaged as a result of the Contractor's operations, the Contractor shall take immediate steps to repair the damage and disinfect all water mains and services contaminated as a result of the damage. Existing water services from the mains to private property which interferes with trenching operations may be cut and replaced at the Contractor's option and expense provided the requirements for notification, length of interruption, and disinfection specified above are adhered to. 14.8 Maintenance of Flows. Adequate provisions shall be made for maintaining the flow of sewers, drains, and water courses encountered during construction. Culverts, ditches, fences, crosswalks, and structures which are disturbed by this construction shall be satisfactorily restored to their original condition upon com- pletion of the work. 14.9 Structures. The Contractor shall exercise every precaution to prevent damage to existing buildings or structures in the vicinity of his work. Contractor is responsible for determining whether work will potentially affect existing buildings or structures. In the event of such damages, he shall repair them to the satisfaction of the owner of the damaged structure at no cost to the Owner. 14.10 Overhead Utilities. The Contractor shall use extreme caution to avoid a conflict, contact, or damage to overhead utilities, such as power lines, street lights, telephone lines, television lines, poles, or other appurtenances during the course of construction of this project. 14.11 Buried Gas and Petroleum Lines. The Contractor shall provide some means of overhead support for buried gas and petroleum lines exposed during trenching to prevent rupture in case of trench caving. SPECIAL PROVISIONS Page 12 14.12 Pavement Removal. Where trench excavation or structure excavation requires the removal of curb and gutter, concrete sidewalks, or asphaltic or concrete pavement, the pavement or concrete shall be cut in a straight line parallel to the edge of the excavation by use of a spade-bitted air hammer, concrete saw, colter wheel, or similar approved equipment to obtain a straight, square clean break. Pavement cuts shall be 2 feet wider than the actual trench opening as indicated in the Drawings. 14.13 Survey Markers and Monuments. The Contractor shall use every care and pre- caution to protect and not disturb any survey marker or monuments, such as those that might be located at lot or block corners, property pins, intersection of street monuments or addition line demarcation. Such protection shall include markings with flagged high lath and close supervision. No monuments shall be disturbed without prior approval of the Engineer. Any survey marker or monument that is disturbed by the Contractor during the construction of the project shall be replaced at no cost to the Owner by a licensed professional land surveyor. 15. SITE ACCESS Site access is shown on the Construction Drawings. The Contractor shall not unreasonably encumber the site or public rights-of-way with his materials and construction equipment. The Contractor shall comply with all reasonable instructions of the Owner's representative and the ordinances and codes of government agencies regarding signs, traffic, fires, explosives, danger signals and barricades. 16. CONSTRUCTION FACILITIES AND CONTROLS 16.1 Temporary Utilities. The Contractor shall provide all temporary electrical, lighting, telephone, heating, cooling, ventilating, water, sanitary, first aid, fire protection, and other utilities and services necessary for the performance of the work. All fees, charges, and other costs associated therewith shall be paid for by the Contractor. 16.2 Barriers. * The Contractor shall temporarily remove all signs, fences, barricades, minor structures, and other obstructions that interfere with the prosecution of the work. Removal shall not extend beyond designated construction limits or rights-of-way without first obtaining written authorization from the owner of the barrier. * Fences and barricades used for the confinement or exclusion of livestock, animals, or persons shall be replaced at the end of each work day to the extent necessary to perform the restrictive intent of the barrier. * Unless otherwise directed by the Engineer or indicated on the Drawings, all barriers so removed shall be replaced following the completion of the SPECIAL PROVISIONS Page 13 work to as good or better condition than existed prior to the start of work. This requirement applies to small trees and decorative shrubs as well as signs, fences, barricades, and minor structures. * The Contractor shall replace at his own expense all barriers damaged or destroyed. 16.3 Securi . The Contractor shall provide all security measures necessary to assure the protection of his plant and equipment, products and materials in storage, completed work, and the project in general. 16.4 Temporary Controls. The Contractor is reminded state, federal, and local laws and regulations require the Contractor to provide controls to limit or prevent nuisance and pollutive work methods and procedures. 17. DISPOSAL OF USED WATER The Contractor can use City water from the treatment plant to fill the water tank for testing. Disposal of used water shall be the responsibility of the Contractor. Discharge of chlorinated water is the responsibility of the Contractor. It is the Contractor's cost and responsibility to de- chlorinate water per the City of Bozeman Discharge Permit (See Appendix C)prior to pumping water into the treatment plant settling pond. Discharge of 5.3 MG of water will take several days to discharge into Sourdough Creek per requirements of the discharge permit. Discharges to the surface are subject to permit and regulatory requirements and are the Contractor's responsibility. Discharge to sewer or storm drains must be coordinated with the Owner. 18. SITE DEWATERING Site dewatering, if required, shall consist of that dewatering necessary to construct the work as specified, including all excavation and embankment. The Contractor shall submit a plan for dewatering to the Engineer, but this plan is for informational purposes only. The Contractor is responsible for determining the appropriate method of dewatering and analyzing whether any dewatering will affect existing utilities, structures or buildings. The Contractor shall also be responsible for obtaining the necessary permits for discharge of the dewatering operations. 19. SMOKE AND DUST CONTROL The Contractor shall have informed himself of all applicable State Board of Health requirements and similar state or federal requirements pertaining to control of or abatement of air pollution. He shall have provided or be prepared to provide such air pollution control measures as are required to comply with the minimum standards established by such agencies. Hauling of material and transport of equipment along public roadways or through the towns and adjacent other structures and dwellings shall require effective dust abatement procedures. This also applies to the unloading and placement of spoils material at deposition sites. The Contractor SPECIAL PROVISIONS Page 14 shall utilize environmentally sound methods for watering and/or otherwise chemically treating dust generating surfaces to comply with all applicable legal standards for airborne particulates. Prior to any work, the Contractor shall submit a written plan for dust abatement procedures identifying at a minimum the following: * Times and nature of dust generating activity on public roads and at deposition sites. * Nature and chemical characterization of dust abatement materials to be used. * Method of application of dust abatement materials to be used. * Time schedule for application of dust abatement materials to be used. * Availability of equipment and operators for emergency application of dust abatement materials at other than scheduled times. Watering for dust control is considered incidental to the Contract and shall be performed at no additional cost to the Owner. 20. WATER POLLUTION/SEDIMENT CONTROL The Contractor shall comply with all laws and regulations of the Montana Department of Environmental Quality and with all other federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. Sediment control provisions shall be used whenever work is conducted adjacent to drainages or watercourses to control silt in runoff. Adequate silt barriers or sediment traps shall be used to comply with statutory requirements for all stream-side work, both during and after working hours. Measures used may include staked straw bales, sediment ponds, and/or staked silt fence (Mirafi "Enviro-Fence", or equal). Sediment control measures shall be considered incidental to the Work, and no separate payment for them will be allowed. The Contractor will be solely responsible for the selection and implementation of sediment control measures to assure permit and statutory compliance. 21. SANITARY FACILITIES The Contractor shall furnish, install, and maintain ample sanitary facilities for all workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of state and local governments. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. Costs for furnishing, installing, and maintaining sanitary facilities shall be considered incidental to other items of work, and no additional compensation will be allowed. 22. USE OF COMPLETED PORTIONS The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding that the time for completing the entire work or such portions may not have expired; but such taking possession and use shall not be deemed an SPECIAL PROVISIONS Page 15 acceptance of any work not completed in accordance with the Contract Documents. If such prior use causes refinishing of completed work, the Contractor shall be entitled to such extra compensation or extension of time or both, as agreed by the Owner. 23. RECORD DRAWINGS 23.1 The Contractor's Superintendent shall maintain at the project site, a"Record Set of Drawings" showing field changes, as-built elevations, unusual conditions encountered during construction, and such other data as required to provide the Owner with an accurate "as constructed" set of record drawings. The Contractor shall furnish the "Record Set"to the Engineer following the Final Inspection of the Project. 23.2. The Contractor's final estimate and final payment will not be processed until the "Record Set" of drawings are received and approved by the Engineer. 24. OSHA REGULATIONS The Contractor will be required to comply with current Occupational Safety and Health Administration Construction Standards for Excavations. Any conflicting information between OSHA documents and these Contract Documents shall be revised so that the OSHA document requirements supersede and take precedence over all other conflicting information. The Contractor shall be required to obtain copies of the OSHA document and to complete a review of the same to avoid misinterpretation of their regulations. Hazardous Atmospheres: The Contractor shall prevent employee exposure to potentially harmful levels of contaminants and assure acceptable OSHA worker safety procedures are implemented. 25. SHORING The Contractor is responsible for providing all shoring or sheet piling during construction. Some of the underground utilities are located next to private property, water treatment ponds, and shoring is anticipated. It is the Contractor's responsibility to provide adequate shoring to ensure that construction does not enter on to adjacent private properties and that the structural integrity of existing buildings, structures, or ponds near the construction is maintained. In lieu of shoring, the Contractor may negotiate the infringement onto these properties with the appropriate owners, however, these negotiations will not be included as part of this project or contract. All deep excavations over 20 feet in depth and all shoring systems shall be designed and stamped by a professional licensed engineer with a Montana engineering license. 26. PERMITTING The Contractor is responsible for acquiring all permits necessary for construction of the Project. The list of permits below includes some of the permits required, but may not be all inclusive. * All permits required for dewatering of the site * All permits required for storm water discharge/erosion control SPECIAL PROVISIONS Page 16 The City of Bozeman has a Discharge Permit (See Appendix C) and a Gallatin County Zoning permit. 27. SPOILS DISPOSAL Contractor is required to dispose of all excess fill materials at an approved disposal area. 28. CONSTRUCTION SCHEDULING AND SEQUENCING Due to the existing water main needing to stay in operation, the following scheduling/sequencing requirements shall be adhered to: 1. Tank Site — The new water tank, water main piping, and tank drain valve vault will need to be installed and tested prior to making the final tie-ins. The water main to Bozeman shall not be closed for longer than 3 hours at any time. 2. The existing 30" water main to town is cement coated/lined steel pipe. The contractor shall verify diameter and material of existing 30" pipe to verify transition coupling requirement. Cement coating will have to be removed to expose steel core for attachment of coupling. Coat all exposed steel with bitumastic coating before re-burying. 29. CITY WATER The City of Bozeman will allow the Contractor to use potable and non-potable water from the water treatment plant. Contact Eric Campbell, City of Bozeman Superintendent at the Water Treatment Plant, (406) 582-2300. 30. EXPLORATORY EXCAVATION Exploratory excavation will only be approved and paid for if locates for water are not accurate or if additional water main locations are needed to be found at the tie ins. The engineer will need to verify exploratory excavation locations in advance and be present during work. Required personnel and equipment include one excavator or backhoe, one operator, and one laborer with shovel to locate utility. Time for exploratory excavation only includes when equipment or personnel is digging and up until the utility has been located. 31. MAINTENANCE OF FLOWS Water main to Bozeman and Treatment Plant must remain fully operable during construction. Existing piping will need to remain operational during construction except during final tie-ins. This shall be accomplished by retaining the existing piping in service while installing new structures and piping and then converting to new piping when tested by the Engineer and be ready for service. SPECIAL PROVISIONS Page 17 32. TRAFFIC CONTROL Traffic control shall be provided by the Contractor so vehicle traffic is detoured safely and efficiently through the County and around the worksite. Pedestrian traffic must be allowed to access the sidewalks, residences and businesses at all times during construction. The Contractor is reminded that the traffic control plan must be submitted and approved by the Montana Department of Transportation as well as by the Engineer prior to any construction activity. All traffic control shall be provided in full compliance with the Manual of Uniform Traffic Control Devices (MUTCD). The Contractor shall schedule his construction operations in a manner which will assure that: 1) the safety and convenience of motorists and pedestrians, and the safety of construction workers, are adequately met at all times; and 2) the project is completed in a manner most beneficial to the project as a whole. All signing and striping shall conform to the standards set forth in the Manual of Uniform Traffic Control Devices (MUTCD). Traffic control shall be provided in full compliance with MUTCD during materials hauling and equipment operation or transport along public roadways. Control shall include necessary signing, flag-persons, barricades, and hazard markers. At least one-way traffic shall be maintained at all times with continuous passage for emergency vehicles from either direction. In special cases as noted in the Special Provisions, maintenance of two way traffic may be required. At the conclusion of daily construction activities, the Contractor shall insure that proper traffic control measures remain in effect overnight and through the weekend. This includes protecting any open excavations or other hazards. Prior to any construction, the Contractor shall prepare and submit a detailed traffic control plan in accordance with the Submittals Section. The plan shall include, at a minimum, the following: • Calendar time periods of proposed traffic interruptions and control. • Locations of all signs, markers, barricades, and other traffic control devices to be used. • Specifications for signs, markers, and barricades including references to MUTCD. • Locations for flag-persons where used, along with anticipated dates and hours of use. • Routing of any detours required. The traffic plan will be subject to review and approval by the Montana Department of Transportation for roads under their jurisdiction, by the local county for county roads, by the local municipalities for municipal roads, and by the U.S. Forest Service or Bureau of Land Management for roads under their control. These approvals will be in addition to that provided by the Engineer in accordance with the Submittals Section. No work may commence until all approvals of the traffic plan have been secured. All haul routes shall be identified and shown in the Traffic Control Plan. SPECIAL PROVISIONS Page 18 33. HAUL ROADS The Contractor must meet all City, County, MDT, and Federal Regulations and Load requirements. During spring thaw Nash Road and other county roads may not hold up to heavy haul trucks. The County may impose stricter load restrictions during spring thaw or may not allow any haul trucks to operate at all during the spring thaw time period. If Nash Road or any other County road used as a haul route begins to fail, the contractor will be responsible for all repair and project delay costs should they occur. Bidders shall contact the Gallatin County Road Department to satisfy themselves of any constraints that may be placed on them that would affect the progress and cost of the project. If needed the Contractor may apply for a project shut-down for the spring thaw time period. 34. SOILS INFORMATION Soils information for this project was obtained by SK Geotechnical on December 201S. The soil boring locations are shown on the Construction Drawings and their laboratory test results are included at the end of these Special Provisions. This information is provided for informational purposes only. Contractor remains responsible for analyzing site conditions when preparing their bid. 3S. MEASUREMENT & PAYMENT 1. Scope. This section describes the method of measurements and basis of payment for all work covered by the Contract Documents. For the purposes of this Contract, this Measurement and Payment Section shall govern and take precedence over all other references to measurement and payment (with exception to any addenda) referenced in these specifications. 2. Bid Prices. A. The bid price for each item of the Contract in the Bid Proposal shall cover all work shown on the Drawings and required by the specifications and other Contract Documents. All costs in connection with the work, including furnishing all materials, equipment, supplies and appurtenances; providing all required construction support plants, equipment, and tools; constructing and maintaining dewatering systems; and performing all necessary labor and supervision to fully complete the work, shall be included in the unit and/or lump sum prices bid in the Bid Proposal. The amounts shown on the Bid Proposal shall be the contract price. B. No item that is required by the Contract Documents for the proper and successful completion of the work will be paid for outside of or in addition to the prices submitted in the Bid Proposal. All work not specifically set forth as a pay item in the Bid Proposal shall be considered SPECIAL PROVISIONS Page 19 a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid. 3. Retainage. Retainage in the amount of 5% will be withheld from each progress payment. 4. Estimated Quantities. Any estimated quantities stipulated in the Bid Proposal or other Contract Documents are approximate and are to be used; (1) only as a basis for estimating the probable cost of the work and (2) for the purpose of comparing the bids submitted for the work. 5. Incidentals. The following measurement and payment sections do not necessarily name all the incidental items required by the Contract Documents to complete the work. The cost of all such incidentals shall be included in the various related bid items. Final payment will not be made until the work is complete and accepted by the Owner. 6. Method of Measurement. A. No measurement of items contained in this Contract will be made on items representing a lump sum bid. B. Measurement of items contained in this Contract will be made on the number of items represented by each unit installed and described in further detail in the payment section. 7. Basis of Payment. A. Mobilization, Bonding & Submittals (May Not Exceed 5% of Total Bid): * General: This bid item shall include mobilization, bonding, insurance, & permitting. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Transport and set up all equipment, materials and other items needed to complete the project; • All permits, coordination and compliance inspections required for work; • Bonding and Insurance; • Provide all submittals, the construction schedule, and other paperwork required prior to construction start up. • Provide and set-up of job trailers for Engineer and Contractor. * Measurement: Measurement for mobilization, bonding & submittals shall be one lump sum (LS) item. SPECIAL PROVISIONS Page 20 * Payment: Payment shall be by the lump sum (LS) item listed on the Proposal. Payment of this bid item will be allowed once the Contractor is fully mobilized, all submittals are received, and bond and insurance certificates have been submitted and approved; thereon 100% payment will be allowed. This bid item may not exceed four percent (5%) of the total base bid. B. 5.3 MG Water Tank and Appurtenances. * General. This bid item shall include work associated with the new 5.3 MG Pre-Stressed Concrete Tank. * Work Included. • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • Demobilization, site cleanup, and repair and replacement quantity; - • All electrical/telemetry work at the tank site; • Clearing and grubbing within the tank, access road, and tank berm construction limits; • All dewatering, discharge permits and other required permits as required; • All shoring, sheet piling and support systems as necessary; • All crane pads required to build the tank; • All earthwork required to construct the tank, including excavation, embankment, import materials, compaction and testing of native and import materials and offsite disposal of excess excavated material; • Blasting, if necessary, for any subsurface excavation; • Provide and install aggregate base under the tank, compaction and testing; • Provide and install sand around the tank perimeter, compaction and testing; • Provide and install PVC liner, filter fabric and vapor barrier under the tank; • Provide and install ring drain and roof drainage piping, fittings, and appurtenance; • Provide all materials for and construct one 5.3 MG pre-stressed Type I concrete tank, including floor slab, wall footings, column footings, walls, columns, roof, drop panels, pipe blocks, grates and silt stops, interior ladder, hatches, vents, downspouts, vertical post-tensioning, circumferential wire, shotcrete, painting, roofing, impermeable liner, leak testing, disinfection, concrete testing, de-chlorination, proper disposal of tank water, and all other components to supply a complete tank, ready for use, and as specified in the contract documents; • Provide and install all pipe, fittings, gaskets, lubricants, thrust blocking, bedding, trench excavation and backfill and materials associated with the tank piping inside tank, under and near the tank, to the pay limit (STA. 19+84.0 for outlet piping and STA.18+56.8 for inlet piping, not including these two couplers); • Provide and install drop inlets, manhole, buried piping and surface ditch for site drainage system; SPECIAL PROVISIONS Page 21 • Construct stormwater detention pond and related improvements, including rip rap and inlet piping; • Provide all electrical and telemetry shown on the plans; • Construct the tank access road and temporary site access and haul road, including all gravel surfacing on the road and drainage culverts; • Install permanent perimeter fencing and gates; • All work associated with tree removal and disposal; • All work associated with providing and installing new trees; • All work associated with tie-in into the existing irrigation system and providing and installing all irrigation and sprinklers; • Topsoil, seeding, fertilizing and mulching of all disturbed areas around the tank, along the excavation and embankment limits of the new access road, tank berm, and at all stockpiling and equipment/material storage locations; • Design of shoring systems and/or deep excavations by a Montana licensed professional engineer; • All traffic control, to meet County, City, State, Federal and MUTCD requirements; and • Repair and maintenance of all haul roads and routes. * Measurement. Measurement shall be one lump sum item. * Pament. Payment shall be made at the contract unit price bid for the lump sum bid item in the Proposal. Partial payments will be made on the basis of an approved Schedule of Values. The Schedule of Values shall include the following items at a minimum: 1. Excavation, import materials at tank, disposal of material, and geotechnical engineer site visit to verify tank subgrade it adequate; 2. Temporary Access Road and Gate; 3. Aggregate Base; 4. Piping under tank and pipe block(s); 5. Site drainage system(incl. roof drainage piping); 6. Grates and silt stops over pipe openings; 7. Tank floor; 8. Wall footings; 9. Column footings; 10. Walls; 11. Columns; 12. Roof with drop panels; 13. Aluminum hatches; 14. Vents; 15. Interior ladder; 16. Ring drain piping; 17. Application of shotcrete and wire wound pre- stressing cables; 18. Leak testing, disinfection, de-chlorination, and SPECIAL PROVISIONS Page 22 water disposal; 19. Exterior, piping, and appurtenance painting; 20. Clean structural backfill under and around tank; 21. Structural backfill and liners under tank and around ring drain piping; 22. Tank drop inlets and stormwater piping; 23. Tank and access road, embankment and berm; 24. Inlet, outlet and drain piping, bedding, tracer wire, pipe blocks and connections at tank; 25. Perimeter fencing and all gates; 26. Tank access road (including all gravel and culverts); 27. All electrical, control panel and wiring, conduits, telemetry, and ultrasonic level sensor; 28. All site excavation, hauling material from site, grading, compaction, building berms, detention pond, and riprap; 29. Fine grading, gravel removal and replacement, repair and replacement of all haul routes, site cleanup, topsoiling, seeding, fertilizing and mulching; and 30. Landscaping, trees, and irrigation system. C. Pipe: * General: This bid item shall include the installation of new pipes for each size shown in the Bid Proposal. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • All traffic control required to meet MUTCD, Federal, State and County requirements; • All permitting required; • All utility crossings, repairs and slowdown associated with this work; • Exploratory excavation required to determine location and depth of existing utilities that will be crossed or connected too; • Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; • Removal and replacement of barriers, such as fences, along the trench alignment; • All dewatering necessary for installation and backfill of pipe; • Trench excavation and native backfill, including clearing and grubbing, tree removal, topsoil stripping and replacement, trench support by shoring, and gradation and compaction tests specified herein. Includes excavation and native backfill for pipe, installation of trench plugs, valves, and fittings; • Remove and dispose of or salvage any existing pipes, valves, valve boxes, SPECIAL PROVISIONS Page 23 hydrants, fittings, or other specified obstructions; • Furnish and install all Type 1 bedding; • Furnish and install all Type 2 bedding if required; • Fine grading of trenching outside the curb lines; • Furnish and install all main line pipe to pay limit (STA. 19+84.0 for outlet piping and STA. 18+56.8 for inlet piping, including these two couplers) including couplings, tracer wire, corrosion protection, lubricants, gaskets and appurtenances not included in other bid items; • Remove and dispose of any excess material generated by trenching operations; • Provide and install non-shrink backfill where required; • Provide and install rigid foam insulation where required; • Acceptance testing as required including cleaning and disinfection of pipe and fittings; • Thrust blocking and pipe restraints; • Design of all deep excavations and/or shoring systems by a Montana licensed professional engineer; • Associated fittings not shown on the plans; • Provide all equipment, tools and materials for conducting all testing, disinfection and repairs required; • Temporary fittings used for testing and tie-ins; • Utility relocations as required to facilitate pipe installation and as indicated on the plans; • Restoration of any gravel surfacing disturbed during trenching or backfilling operations; • Removal and disposal of any excess material generated by trenching operations; • All seeding, fertilizer, and mulch; and • Site cleanup and demobilization; * Measurement: Measurement for new pipe will be by the linear foot (LF) of new pipe installed, including the length of all in-line valves and fittings. Measurement will be made from centerline to centerline between connections to existing or different sizes or classes of pipe or to the end cap where applicable. The measurement shall be along the centerline of the new pipe and shall be rounded to the nearest one foot. (This does not include piping under the tank or branch lines for fire hydrants or tank drain piping). * Patent: Payment shall be made at the contract unit price bid per linear foot (LF) of each size of new pipe installed and approved. Payment for new pipe will be made only after all work in this section is complete including testing and disinfection. SPECIAL PROVISIONS Page 24 D. Buried Valves: * General: This bid item shall include the installation of buried valves for each size and type as shown in the proposal. Some valves may be incidental to other bid items. Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • Trench excavation, including clearing and grubbing, topsoil stripping and replacement, dewatering, tracer wire, trench support by shoring, bracing and etc., final grading and cleanup, and gradation and compaction tests as specified herein; • All dewatering necessary for installation and backfill of valve; • Furnish and install all Type 1 bedding; • Furnish and install all Type 2 bedding if required; • Furnish and install all valves (that are not included with the fire hydrants), including thrust restraint, coated rebar, polyethylene wrap, valve boxes, valve box lid, corrosion protection, and lubricants; • Removal and disposal of any excess material generated by installing valves; and • Testing, cleaning and disinfection of the valve. * Measurement: Valves will be measured by the number of each (EACH) size and type of valve installed. * Payment: Payment for valves shall be made at the contract unit price bid per each (EACH) valve installed. Payment for this item will only be made after the work covered by this section has been completed; the valve has passed all testing, and has been disinfected and approved by the Engineer. E. Tank Inlet/Outlet Tie-In Connections: * General: This bid item shall include the installation of new pipes for each size shown in the Bid Proposal. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • All permitting required; • All utility crossings, repairs and slowdown associated with this work; • Exploratory excavation required to determine location and depth of existing utilities that will be crossed or connected too; • Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; • Removal and replacement of barriers, such as fences, along the trench alignment; SPECIAL PROVISIONS Page 25 • All dewatering necessary for installation and backfill of pipe; • Trench excavation and native backfill, including clearing and grubbing, tree removal, topsoil stripping and replacement, trench support by shoring, and gradation and compaction tests specified herein. Includes excavation and native backfill for pipe, valves, and fittings; • Remove and dispose of or salvage any existing pipes, valves, valve boxes, hydrants, fittings, or other specified obstructions; • Furnish and install all Type 1 bedding; • Furnish and install all Type 2 bedding if required; • Fine grading of trenching outside the curb lines; • Locating, confirming size and type of existing water main; • Furnish and install all main line connection pipe, including couplings, tees, bends, reducers, tracer wire, corrosion protection, lubricants, gaskets and appurtenances not included in other bid items; • Thrust blocking and pipe restraints; • Remove and dispose of any excess material generated by trenching operations; • Provide and install non-shrink backfill where required; • Provide and install rigid foam insulation where required; • Acceptance testing as required and associated fittings not shown on the plans; • Provide all equipment, tools and materials for conducting all testing, disinfection and repairs required; • Temporary fittings used for testing and tie-ins; • Utility relocations as required to facilitate pipe installation and as indicated on the plans; • Restoration of any gravel surfacing disturbed during trenching or backfilling operations; • Removal and disposal of any excess material generated by trenching operations; • Testing, cleaning and disinfection of pipe and fittings; • Coordination with City of Bozeman and water treatment plant staff, • All seeding, fertilizer, and mulch; and • Site cleanup and demobilization; * Measurement: Measurement shall be on a lump sum basis. * PU ent: Payment shall be made at the contract unit price bid for the lump sum bid item in the Proposal. Partial payment will be made on the basis of percentage of the project completed. SPECIAL PROVISIONS Page 26 F. Air/Vac. Relief Vaults, Tank Drain MH Ring Drain MH Flowmeter and Sampling Vault * General. This bid item shall include construction and installation of the Air/Vacuum Relief Vaults, Tank Drain Manhole, Ring Drain Manhole, and Flowmeter Vault as detailed in the construction drawings. * Work Included. • All labor, tools equipment, materials, royalties and incidentals necessary to complete the work as specified; • Provide all utility locates, surveys, intermediate stakes and grade control necessary; • Excavation and backfill; • Any dewatering required; • Clearing and grubbing, topsoil stripping and replacement; • Trench support, shoring (if necessary); • Design of deep excavations and/or shoring systems by a Montana licensed professional engineer; • Gradation and compaction testing specified; • Removal and dispose of any excess material generated by excavation; • Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; • Furnish and install all branch pipe in all sizes from 42" main, fittings, valves, valve and pipe supports, saddles, vent piping, tracer wire, grout, concrete, and gravel as shown in the construction drawings; • Provide and install air relief valve, gate valves, piping, couplers, flowmeter, sample tubing to treatment plant building, painting, conduit, electrical and controls to vaults, and perform any testing; • Excavate for manhole and provide and compact structural embankment; • Provide and install manhole including base, barrel, exterior manhole coating, steps, lid, adjusting rings, insulation, frame and cover, and hatches; • Provide dewatering necessary for installation of vault; • Backfill and compaction around manhole; • Provide gaskets, fasteners and seals and concrete encasements as shown; • Remove and dispose of any excess material generated by excavation and installation; • Gravel surfacing and culverts near Tank Drain MH; • Fencing and gate at Tank Drain MH; • Seeding, fertilizer, and mulch; and • Site cleanup and demobilization. * Measurement. Measurement shall be on a lump sum basis. SPECIAL PROVISIONS Page 27 * Patent. Payment shall be made at the contract unit price bid for the lump sum bid item in the Proposal. Partial payment will be made on the basis of percentage of the project completed. G. Additional Tank Excavation and Disposal if Needed * General. This bid item shall include the additional tank excavation and disposal if needed for removing material under the tank below the 5175.0 elevation not including excavation for piping excavation under the tank. Additional tank excavation shall be based on the geotechnical engineer's determination on inspection of subgrade. This bid item quantity is based on an additional two feet deep excavation that may or may not be needed. If no additional excavation is required by the geotechnical engineer, this bid item will not be paid. * Work Included. • All labor, tools equipment, materials, royalties and incidentals necessary to complete the work as specified; Provide all utility locates, surveys, intermediate stakes and grade control necessary; • Excavation; • Any dewatering required; • Clearing and grubbing,topsoil stripping and replacement; • Trench support, shoring (if necessary) including design by a licensed professional engineer licensed in the State of Montana; • Gradation and compaction testing specified; • Removal and dispose of any excess material generated by excavation; • Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; • Seeding, fertilizer, and mulch; and • Site cleanup and demobilization. * Measurement: Additional tank excavation and disposal will be measured by the number of cubic yards (CY) of material excavated. * Payment: Payment for additional tank excavation and disposal shall be made at the contract unit price bid per cubic yard (CY of material excavated per the recommendation of the geotechnical engineer. Payment for this item will only be made after the work covered by this section has been completed and approved by the Engineer. H. Additional Structural Tank Backfill if Needed * General. This bid item shall include the additional structural tank backfill if needed for installing structural backfill material under the tank below the SPECIAL PROVISIONS Page 28 5175.0 not including backfill for piping excavation under the tank and shall be based on the geotechnical engineer's determination on inspection of subgrade. This bid item quantity is for 2 additional feet deep structural backfill that may or may not be needed. If no additional structural backfill is required by the geotechnical engineer, this bid item will not be paid. * Work Included. • All labor, tools equipment, materials, royalties and incidentals necessary to complete the work as specified; • Provide all utility locates, surveys, intermediate stakes and grade control necessary; • Any dewatering required; • Trench support, shoring (if necessary); • Gradation and compaction testing specified; • Furnish and install structural backfill; • Fine grading and watering backfill; and • Site cleanup and demobilization. * Measurement: Additional structural tank backfill will be measured by the number of cubic yards (CY) of material installed. * Payment: Payment for additional structural tank backfill shall be made at the contract unit price bid per cubic yard (CY of material installed per the recommendation of the geotechnical engineer. Payment for this item will only be made after the work covered by this section has been completed and approved by the Engineer. I. Additional Non-Structural Tank Backfill if Needed * General. This bid item shall include the additional non-structural tank backfill if needed for installing non-structural backfill material outside the tank footprint due to excavation below the 5175.0 not including excavation for piping excavation and per the geotechnical engineer's determination on inspection of subgrade. This bid item quantity is for 2 additional feet deep excavation that may or may not be needed. If no additional excavation is required by the geotechnical engineer, this bid item will not be paid. * Work Included. • All labor, tools equipment, materials, royalties and incidentals necessary to complete the work as specified; • Provide all utility locates, surveys, intermediate stakes and grade control necessary; • Any dewatering required; • Trench support, shoring (if necessary); • Gradation and compaction testing specified; • Furnish and install non-structural backfill; • Fine grading and watering backfill; and SPECIAL PROVISIONS Page 29 • Site cleanup and demobilization. * Measurement: Additional non-structural tank backfill will be measured by the number of cubic yards (CY) of material backfilled. * Payment: Payment for additional non-structural tank backfill shall be made at the contract unit price bid per cubic yard (CY of material backfilled per the recommendation of the geotechnical engineer. Payment for this item will only be made after the work covered by this section has been completed and approved by the Engineer. SPECIAL PROVISIONS Page 30 SECTION V TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS CONTENTS Incorporation of Montana Public Works Technical Specifications: The Technical Specifications contained in Divisions 2 and 3 in the Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010, and all subsequent Addendum, are hereby incorporated by reference and made a part of this Contract. In the event of a discrepancy between the MPWSS Technical Specifications and the following Technical Specifications contained within this bound document, the following bound versions shall take precedence. NOTE: Measurement and Payment (M&P) provisions included in the MPWSS Technical Specifications do not apply and are superseded by the Special Provisions of this Contract. Technical Specifications Bound Within this Document: Division 1 — General Requirements 01100 Project Requirements and Scheduling 01400 Contractor Quality Control and Owner Quality Assurance 01720 Project Record Documents Division 2— Sitework 02100 Site Preparation 02220 Structural Excavation, Backfill, Fill and Embankment 02221 Trench Excavation and Backfill 02237 Pavement Removal and Replacement 02240 Water Pollution and Erosion Control 02244 Chain Link Fence 02519 Gravel Surfacing and Base Course 02930 Cover Soil 02931 Fertilizing and Seeding 02932 Mulch Division 3— Concrete 03051 Cold Weather Concreting Procedures 03052 Hot Weather Concreting Procedures 03210 Reinforcing Steel 03230 Earthquake Cables 03251 Expansion and Construction Joints 03255 Tank Wall Base and Top Joint 03300 Cast in Place Concrete 03315 Strand Wound, Prestressed Concrete Tank 03360 Grout 03430 Precast Concrete Vaults, Manholes, Inlets 03740 Epoxy Adhesive Injection Division 7— Thermal and Moisture Protection 07115 Bituminous Damp Proofing 07150 Concrete Damp Proofing and Vapor Barriers Division 9— Finishes 09900 Painting 09910 Tank Exterior Finishes Division 10 - Specialties 10910 Tank Appurtenances Division 13— Special Construction 13400 Process Instruments Division 15— Mechanical 15060 Piping - General 15060-02 Cement Lined Ductile Iron Pipe and Fittings 15060-03 PVC Pipe and Fittings, Gravity Service 15060-04 Galvanized Steel Pipe 15060-06 PVC Pressure Pipe 15101 Valves Division 16— Electrical 16005 Electrical SECTION 01100 PROJECT REQUIREMENTS AND SCHEDULING PART I: GENERAL 1.1 DESCRIPTION This section covers miscellaneous project and scheduling requirements which are too project specific to be covered by other Technical Specifications. A. Scheduling Requirements. The existing water treatment plant, chlorine contact chamber and 30-inch transmission main tank shall remain in service until the new tank is ready to be placed in service. General scheduling and sequencing requirements are as follows: 1. Flow from the treatment plant and through the existing 30-inch transmission main shall not be interrupted for more than 3 hrs to facilitate the connection of the new tank inlet and outlet piping and related appurtenances. 2. The Contractor shall provide the means to temporarily bypass the tie- in point and resume potable water flow to the City's distribution system, should the tie-in take longer than the allowed 3 hours. The bypass piping and pumps shall be capable of providing up to 10,000 gpm(depending upon the time of year)until the tie-in is finished.All temporary bypass piping and equipment must be disinfected and must be approved for use with potable drinking water and meet the requirements of the Montana Department of Environmental Quality. B. Geotechnical Investigations. A geotechnical investigation was performed by SK Geotechnical in 2015. A copy of the Geotechnical Evaluation is included in the Construction Drawings. Contractors are reminded that: 1. The geotechnical report is for informational purposes only. 2. The soils information was collected from the specific locations shown on the Drawings. Intermediate soils conditions between these locations may vary, and should be verified by the Contractor prior to bidding. C. Disinfection Requirements. All new potable water piping shall be disinfected in accordance with Specification Section 15060. The new storage tank shall be disinfected in accordance with Specification Section 03315. Chlorinated water from Section 01100 PROJECT REQUIREMENTS AND SCHEDULING Page 1 of 2 the storage tank must be dechlorinated by the contractor prior to discharge. The existing residuals basin may be used to hold the water used for disinfecting and testing the tank. The water must be dechlorinated before it is placed in the residuals basin and must be treated to meet the requirements of the City's existing discharge permit prior to discharge. No more than 1.0 million gallons may be stored in the residuals basin at one time. Therefore,the dechlorinated water from the disinfection process must be discharged in daily batches not to exceed 1.0 million gallons and not to exceed the volume parameters of the City's discharge permit. PART 2: MATERIALS -- NOT USED PART 3: EXECUTION -- NOT USED END OF SECTION 01100 Section 01100 PROJECT REQUIREMENTS AND SCHEDULING Page 1 of 2 SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PART I: GENERAL 1.1 DESCRIPTION A. This section describes the Contractor quality control testing requirements and Owner's quality assurance program. B. All work will be tested and inspected to insure compliance with the Contract Documents. Complete payment will not be made until the Contractor has demonstrated that the work is complete and will perform as intended. 1.2 REFERENCES A. The following ASTM publication is a part of this specification. ASTM E 329 Evaluation of Testing and Inspection Agencies as Used in Construction PART 2: MATERIALS ---NOT USED PART 3: EXECUTION 3.1 GENERAL A. The Contractor shall be responsible for quality control tests and inspections to control production and construction processes. Include in the Contractor quality control system an internal organization, plans, and procedures to produce the specified end product. Assure the system covers all construction operations, both on-site and off-site, and is keyed to the construction sequence. Quality control testing frequency is at the Contractor's discretion, except where test frequencies are specifically required elsewhere in these Specifications for individual products. If quality control testing is specifically required by these Specifications, the results of those tests shall be shared simultaneously with the Contractor, Owner and Engineer. Some testing requires the hiring of an independent testing firm as specified. B. Sampling and testing to assure specification conformance are performed by the Owner or the Owner's testing agency as quality assurance testing. C. The Owner may select a testing agency to perform quality assurance testing. If so, the Owner will pay for (or provide) the quality assurance testing. Quality Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 1 of 6 assurance testing frequency is at the Owner's discretion for individual products. The Owner may not elect to provide quality assurance testing if a reputable independent testing firm is providing the quality control testing for the Contractor, and the results are shared simultaneously with the Contractor, Owner and Engineer. D. Quality control tests required of the contractor include, but are not limited to, the following tests. Costs associated with these tests shall be paid by the Contractor. All tests requiring the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent professional testing laboratory, acceptable to the Engineer, and paid for by the Contractor. 1. Initial aggregate quality tests including: stripping tests, volume swell tests, fracture tests, wear tests, sand equivalency and soundness tests on proposed aggregate sources if not taken from a previously-accepted source (with evidence that the aggregate meets these specifications and can be provided to the Engineer). 2. Moisture-density curves of the different types of subgrade, subbase, base courses, and trench backfill material encountered or supplied. 3. Nuclear Densometer compaction testing, performed by a qualified independent testing agency, of the subgrade, subbase, base course, asphalt pavement, and trench backfill materials to establish and maintain the compactive effort required to meet the compaction specifications. Quality control testing is performed following the standards and frequency in the technical specifications for individual products, or as follows: The following minimum compaction testing procedures shall apply to all utility and roadway construction projects. A professional engineer, or his designated representative, at Contractor's expense, shall be retained to provide the following tests and frequency. Random longitudinal test locations are required. The following are minimum compaction test requirements. For project areas containing less than 300 linear feet of improvements, a minimum of one compaction test for each improvement shall be required for the improvements listed below. Water Storage Tank: The Contractor is responsible for bringing a licensed geotechnical engineer to the site to evaluate the tank once the subgrade is down to a uniform elevation of 5175.00, at Contractor's expense. They will determine if the subgrade meets the settlement requirements of the tank manufactures and if any additional tank excavation is needed. Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 2 of 6 Density tests shall be taken upon the native material, and each lift of the tank backfill material. A test series consists of the multiple tests, beginning at the native material, and each lift to the bottom of tank and around the sides of the tank to the surface as required. Horizontal Frequency: Water Storage Tank - At least 4 field density test series for every uniform lift. Each test location shall be separated horizontally from a prior test location. See concrete section below for concrete testing requirements. Utility Trenches and Underground Structures: Density test shall be taken upon the first lift of the trench backfill material above the pipe and at every two (2') feet vertically through the trench and at the surface. A test series consists of the multiple tests, beginning at eighteen (18") inches above the pipe, every two feet vertically through the trench and at the surface as required. Horizontal Frequency: Utility Main—At least one field density test series for every 200 lineal feet of utility main and at every road crossing. Service Lines —At least one field density test series for every service line per utility type. Open Pit — At least one field density test series for every manhole, water valve, storm inlet, curb inlet, vault, etc.) Each test location shall be separated horizontally from a prior test location. Road subgrade: Gradation test and proctor submitted to Engineer for each existing material type encountered. At least one field density test series for every 200 lineal feet of roadway. A test series consists of three compaction tests at various locations and depths throughout the subgrade. Subbase Course: Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 3 of 6 One gradation test for every 200 cubic yards of material placed. Proctor submitted to Engineer for each material type. At least one field density test series for every 200 cubic yards placed. A test series consists of three compaction tests at various locations and depths throughout the subbase. Base Course: One gradation test for every 200 cubic yards of material placed. Proctor submitted to Engineer, for each material type. At least one field density test series for every 200 cubic yards placed. A test series consists of three compaction tests at various locations and depths throughout the base. Asphalt Pavement: Asphalt mix design submitted to Engineer. Gradation test shall be required for all projects planned to exceed 500 tons of asphalt. Gradation test shall be conducted for each 1,000 tons or days production, whichever is less. The Contractor shall arrange for and pay for an independent laboratory to prepare a bituminous surfacing job-mix formula and to test for compaction and job-mix compliance during the paving operations. At least one field density test series for every 1,000 tons of asphalt or days production, whichever is less. A test series consists of three cores in various, random locations upon the asphalt to determine thickness and density. Concrete: Portland Cement Concrete job-mix formula for any concrete work on the project including, but not limited to thrust blocks, sidewalks, slabs and foundations. The Contractor shall arrange for and pay for an independent laboratory to take and break concrete test cylinders, slump, and air testing as called out in the plans or technical specifications. A minimum of 4 concrete cylinders shall be made and tested for each 20 CY of concrete placed. One cylinder shall be tested at 7-days, two at 28-days, and one retained in reserve for later testing if required. Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 4 of 6 E. Testing Results: Results obtained from the Contractor's certified testing lab shall be provided within 2 working days, plus the time normally required to perform the test, and shall be delivered in writing simultaneously to the Contractor, Owner and Engineer. Any delay, in the receipt of these tests shall cause the work to be stopped until results are obtained and analyzed by the Contractor, Owner and Engineer. No concrete or asphalt may be installed until all test results for underlying material have been received and are in accordance with specifications. F. Performance of Tests and Inspections: The Contractor, Owner, Engineer, and representatives of funding and regulatory agencies may perform periodic inspections and tests to determine compliance with the Contract Documents. The Contractor shall provide qualified manufacturer's representation during tests of equipment and special procedures as required by the Contract Documents. G. Acceptance and Rejection of Materials: Acceptance and rejection will generally be determined from tests made of the various subbase, and base courses complete and in-place in the field. While the Owner and Engineer may, during the course of construction, make tests at the source or point of production; it is the responsibility of the Contractor to conduct, control and test his production operations in such a manner that the material produced will meet the Specification requirements. H. Use of Nuclear Densometer for Acceptance Testing: In lieu of the sand cone method of field density determination, acceptance testing of the subgrade, subbase, base course, and trench backfill materials will be accomplished using a nuclear gage in accordance with ASTM-D-2922. I. Inspection: 1. The Contractor shall inspect the work as it is being performed. Any deviation from the requirements shall be immediately corrected. Prior to any scheduled inspection by the Owner or Engineer, the Contractor shall again inspect the work and certify to the Owner and Engineer that he has inspected the work and it meets the requirements of the Contract Documents. 2. The Engineer's representative will observe work and compare the quality of the work with the requirements of the Contract Documents. Any discrepancies noted shall be brought to the Contractor's attention, who shall immediately correct the discrepancy. Failure of the Engineer to detect a discrepancy will not relieve the Contractor of his ultimate responsibility to perform the work as required. 3. Should the Engineer incur additional costs to make additional observations as a result of unacceptable work, the Contractor shall reimburse the Owner for additional Engineering fees at the Engineer's billable rates at the time of subsequent inspections. 4. Observation by the Engineer's representative shall not be considered as authorization to proceed with the work. Work progress and the performance Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 5 of 6 of quality work are the Contractor's responsibility. The Engineer's observation is for the purpose of determining what work will be paid for and what work will not be paid for. If the Engineer detects a discrepancy between the work and the requirements of the Contract Documents at any time, up to and including final inspection, such work will not be completely paid for until the Contractor has corrected the deficiency. 5. The work will be subject to review by the Owner, and regulatory agencies, whose findings shall be as valid as those of the Engineer. The results of all such observations shall be directed to the Contractor through the Engineer. J. Independent Services provided by the Contractor: The Contractor shall provide the following services at no additional cost to the Owner: 1. Field location of existing utilities involved in the work. 2. Preparation and certification of all required shop drawings and submittals. 3. Maintenance of project drawings which shall be accurately marked up with changes and conveyed to the Engineer at the completion of construction. 3.2 CONTRACTOR COOPERATION WITH QUALITY ASSURANCE AGENCY A. Assure the Owner's personnel and quality assurance agency personnel have access to all work areas at all times work is in -progress. Provide any special facilities or equipment to access work areas at Contractor's expense. B. Notify the Engineer of the work ready for quality assurance testing. Establish and update the construction schedule to provide the Engineer estimated sampling/testing dates and times. 3.3 PAYMENT FOR TESTING A. The Contractor shall arrange and pay for all quality control testing required in these specifications, including the cost of hiring an independent testing laboratory as necessary. B. The Owner will pay for any/all quality assurance testing costs, if required. END OF SECTION 01400 Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 6 of 6 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1: GENERAL 1.1 SCOPE A. Throughout progress of the work, Contractor shall maintain an accurate record of changes in the Contract Documents, as described below. Upon completion of the work, submit all recorded changes over to the Engineer. 1.2 QUALITY ASSURANCE A. Contractor shall delegate the responsibility for maintenance of Record Documents to one person on the Contractor's staff. B. Accuracy of records shall be such that research in the future for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. PART 2: MATERIALS 2.1 RECORD DOCUMENTS A. Job Set. Promptly following receipt of the Engineer's Notice To Proceed, secure from the Engineer at no charge to the Contractor one complete set of all documents. PART 3: EXECUTION 3.1 CHANGES SUBSEQUENT TO ACCEPTANCE A. The Contractor is not responsible for recording changes in the work subsequent to final completion, except for changes resulting from work performed under warranty. END OF SECTION 01720 Section 01720 PROJECT RECORD DOCUMENTS Page 1 of 1 SECTION 02100 SITE PREPARATION PART I: GENERAL 1.1 DESCRIPTION A. This section covers the site development preparation as described on the Plans. The work shall consist of the following: 1. Clearing the site of all plant life and vegetation, except what is specifically indicated to remain. 2. Grubbing all stumps, roots and debris from the site. 3. Removing the remains of existing concrete foundations, pavement (asphalt or concrete), curbs, sidewalks, walls, etc. from the site. 4. Rough-grading the site to provide drainage from and access to the various elements of construction. 1.2 EXISTING UTILITIES A. The Contractor shall verify the locations of all underground and overhead utilities on and adjacent to the site and provide all means necessary to protect the utilities from damages due to construction activities. The owners of all utilities shall be notified prior to starting work in accordance with the General Requirements. 1.3 DISPOSAL A. All vegetation, debris, concrete, large boulders and other undesirable material shall be removed from the site and disposed of in an approved landfill. In the event that there is an excess of clean fill material, it may be disposed of on-site, at a location acceptable to the Owner. PART 2: EXECUTION 2.1 CLEARING AND GRUBBING A. The Contractor shall clear and grub all brush, roots, grass and other vegetation from the site and dispose of them as required. Topsoil shall be stripped and stockpiled onsite or at an approved offsite location if space becomes an issue. Stockpiled topsoil shall be put back in place during the final site grading process to a minimum depth of 6-inches. If necessary additional topsoil shall be imported to meet the 6-inch minimum depth requirement. The Contractor shall make special precautions to protect and preserve any existing trees onsite. The only trees, shrubs and plants to be removed are located within the footprint of the tank Section 02100 SITE PREPARATION Page 1 of 2 and access road. All other existing trees, shrubs and plants with-in the excavation foot prints of the pipelines, access road, retention basin and storage tank or damaged by the construction process shall be removed and replaced. Trees, shrubs and plants that are removed may be re-used provided they are not damaged and are kept alive and healthy. The Owner and Engineer shall approve the re-use of existing trees, shrubs and plants prior to them being replanted. Burning will not be permitted. All concrete, boulders and other surface debris shall be removed and disposed of at a legal disposal site. All damage to the existing landscape irrigation system shall be repaired or replaced at the Contractor's expense. 2.2 REMOVAL OF EXISTING FEATURES A. The Contractor shall excavate, expose, demolish, remove, and dispose of the remains of existing concrete foundations, curbs, paving, pipe tunnels, fencing, sidewalks, trees, shrubs, slabs, and walls along utility and transportation routes, and buildings to be constructed as identified on the Plans. 2.3 SITE GRADING A. After the site has been cleared and grubbed and foundations have been removed, the Contractor shall rough-grade the site to provide positive drainage away from all construction elements and away from the site in such a manner that no damage to adjacent property will result from runoff. B. The site shall be graded sufficiently smooth to provide access to the various elements of construction. 2.4 ASPHALT WASTE A. The Contractor shall excavate, and remove unnecessary asphalt pavements as shown or where new roads, sidewalks or other facilities are proposed on the Drawings. Asphalt waste materials are to be disposed off-site. It is the Contractors responsibility to dispose of this material in an approved manner and location. Recycled/pulverized asphalt may be reused as base course material provided it meets the gradation specification. END OF SECTION 02100 Section 02100 SITE PREPARATION Page 2 of 2 SECTION 02220 STRUCTURAL EXCAVATION, BACKFILL, FILL AND EMBANKMENT PART I: GENERAL 1.1 DESCRIPTION A. This section includes,but is not necessarily limited to, all excavation,embankment, backfill, fill, granular leveling course, and all rough and finish grading for: 1. Structural backfill under all structures. 2. Structural fill within five feet of all structure walls. 3. Structural embankments. 4. Incidental excavation for utilities located under structures. 1.2 DEFINITIONS A. Borrow Material. Satisfactory material imported from off-site for use as structural backfill,structural fill(excavated material may be suitable),structural embankment, and granular leveling course. B. Excavation.Removal of material encountered above subgrade elevations and to lines and dimensions indicated. C. Granular Leveling Course. Borrow material sometimes used directly under floor slabs. D. Structural Backfill. Borrow material used to create a sound structural platform directly under footings, slabs, foundations, retaining walls, tanks, and curbs. E. Structural Embankment.Borrow material used to build up an embankment of sound structural material beneath the structural backfill in areas where additional elevation is required above the final excavation limits. F. Structural Fill.Excavated or borrow material used to fill the void along the sides,and within five-feet of structures. G. Structures. Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. H. Subgrade. Surface or elevation remaining after completing excavation,or top surface Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT. Page 1 of 10 of a structural embankment immediately below the structural backfill. I. Unauthorized Excavation.Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer shall be without additional compensation. J. Utilities. On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.3 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Granular Leveling Course Gradation and Proctor. 2. Structural Backfill Gradation and Proctor. 3. Structural Embankment Gradation and Proctor. 4. Structural Fill Gradation and Proctor (more than one may be required). . 5. Native Materials Gradation and Proctor 1.4 GENERAL REQUIREMENTS A. Excavation work shall be performed in a safe and proper manner with appropriate precautions taken against all hazards. Excavation shall provide adequate working space and clearances for the work to be performed therein and for installation and removal of concrete forms.In no case shall excavation faces be undercut for extended footings. B. Subgrade surfaces shall be clean and free of loose material of any kind before structural materials are placed theron. C. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer.No backfill, fill or embankment materials shall be installed on frozen surfaces,nor shall frozen materials,snow or ice be placed in any backfill, fill or embankment. D. All excavation,backfills,fills and embankment shall be protected from damage from rain and equipment operations. All structures, fences, and other objects not designated for removal shall be protected from damage at all times. E. Compaction, when referred to as a percentage, shall mean the percentage of maximum laboratory density as determined by ASTM D 698. Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 2 of 10 F. The excavation shall be constructed in accordance with OSHA standards. The construction drawings do not show the excavation dimensions or back slopes that may be required by OSHA. The Contractor is responsible for determining which OSHA specifications are applicable, and proceed accordingly. G. Structural backfill at the depth shown on the drawings (8" minimum)shall be placed below all precast manholes,fiberglass sumps,slabs,footings,buildings,and all other structures. H. No rocks or lumps 2 inches or larger shall be allowed within 12-inches of any structure. I. All excavations shall be shored, sheet piled and supported as required to keep the excavation within the City of Bozeman Property and to prevent damage to existing structures. PART 2: MATERIALS 2.1 STRUCTURAL BACKFILL MATERIAL A. All structural backfill material shall be free of frost,organic material,rocks or lumps larger than 6 inches,and other deleterious materials.All material shall have uniform consistency in the entire fill and shall have a maximum plasticity index of 8. 2.2 3/4-INCH CLEAN CRUSHED BASE COURSE A. Clean crushed base course material under the tank floor shall consist of clean mineral aggregate with 100 percent passing the 3/4-inch sieve, not more than 70 percent passing the Number 4 sieve,not more than 5 percent passing the Number 200 sieve as specified below. Sieve Size % Passing (by weight) 3/4» 100 No. 4 40 - 70 No. 10 25 - 55 No. 200 < 5 Plasticity Index Nonplastic Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 3 of 10 2.3 3-INCH STRUCTURAL BACKFILL AND EMBANKMENT A. Structural backfill and embankment material shall be 3-inch minus aggregate and clean aggregate are specified below. Percent Passing (by weight) 3" Minus 3"Minus CLEAN Sieve Size Structural Backfill Structural Backfill 3" 100 100 No. 4 25 - 60 25 - 60 No. 200 < 12 < 5 Plasticity Index < 6 Non Plastic PART 3: EXECUTION 3.1 GENERAL A. No work performed or installed shall be covered or enclosed by backfill, fill or embankment until all required inspections,tests,and approvals have been completed. Any such work so enclosed or covered before it has been approved shall be uncovered at no additional cost to the Owner. 3.2 STAKING A. All staking necessary to complete the excavation,backfill and embankment shall be provided by the Contractor. 3.3 EXCAVATION A. Excavation shall be sufficient to provide an adequate and safe working area. B. All excavation necessary to install utilities or structural appurtenances shall be made as required, maintaining the degree of compaction specified for the backfill throughout all trenches. C. Unclassified Excavation. Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 4 of 10 or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for structural fill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.4 PREPARATION OF SUBGRADE A. Excavated subgrades under fills and embankments shall be scarified and watered as necessary to achieve optimum moisture content, and compacted to a density of no less than 100 percent, at a minimum depth of eight inches. B. All deleterious material in the subgrade shall be removed to the extent determined by the Engineer and replaced with suitable embankment material and compacted as specified above. C. Subgrades shall be protected from excessive moisture until the backfill, fill and embankment material is in place.Any subgrade saturated by rain or flooding shall be sub-excavated,backfilled, and recompacted as described by this specification at the Contractor's expense. D. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. E. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in 02100, SITE PREPARATION. F. Protect and maintain erosion and sedimentation controls, which are specified in 02240, WATER POLLUTION AND EROSION SEDIMENTATION CONTROL during earthwork operations. 3.5 SUBGRADE INSPECTION A. Notify Engineer when excavations have reached required subgrade elevation. B. If Engineer determines that unsatisfactory subgrade soil is present, continue excavation and replace with structural backfill or embankment material as directed. C. Proof-roll subgrade below the building slabs with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 5 of 10 1. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Engineer, and replace with compacted structural backfill or embankment as directed. D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer, without additional compensation. 3.6 BACKFILL OF DIKES A. Where excavations are made in or to construct dikes,the backfill shall be placed in uniform lifts not exceeding 12"in compacted thickness,watered to achieve optimum moisture content, and compacted to a minimum of 95% of the dry density (as determined by ASTM D 698 Standard Proctor Method). B. Backfill and embankment shall be finished to plus or minus 0.05-feet of grade. 3.7 UNIFORMITY OF BACKFILL AND EMBANKMENT A. All backfill and embankment material shall be selectively placed to provide a uniform consistency of material throughout the fill. B. A uniform moisture content shall be maintained at or near optimum throughout the fill to achieve maximum and uniform compaction. C. All soft, spongy areas shall be excavated and the unstable material shall be replaced with suitable material and compacted as required. 3.8 TESTING AND INSPECTION A. All backfill, fill and embankments shall be tested by the Contractor and will be subject to inspection and testing by the Engineer.No further work shall proceed until all tests and inspections have been satisfactorily completed. Access to the work shall be given when requested. 1. The Contractor is required to perform the compaction testing. 2. The Engineer will spot check compaction only to determine the level of effort required to meet the compaction requirements. These tests will not constitute proof that the contractor is meeting the compaction level required. B. The following spot checks and inspections will be performed: 1. Compaction of structural backfill, leveling course, fill and embankments. 2. Materials quality. Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 6 of 10 3. Grade and surface smoothness. 3.9 DEWATERING A. Prevent surface water and ground water from entering excavations,from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system,to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.10 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.11 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill, fill or embankment material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace,or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 PLACEMENT OF STRUCTURAL FILL UNDER AND AROUND STORAGE TANK A. Clean Structural Backfill. Clean structural backfill shall be placed and compacted as specified within 5 feet of the tank walls from the top of the clean crushed base course to the finished surface grade. Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 7 of 10 B. Clean Crushed Base Course. Clean crushed base course shall be placed under the tank slab and footings extending to and under the tank drain piping as shown on the plans. C. Compacted Structural Backfill. Compacted structural backfill shall be placed under the clean crushed base course as shown on the plans and shall be used to replace all unsuitable native material under the storage tank slab and footings. 3.13 COMPACTION OF STRUCTURAL BACKFILL A. Place backfill and fill soil materials in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers, used within five-feet of structures. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under footings and foundations for buildings, other structures, and floor slabs, compact top 12 inches of existing subgrade and each layer of backfill, fill and embankment material at 98 percent. 2. Backfill compaction requirements under the footprint of the 5.3 million gallon prestressed storage tank are specified below. Backfill Exterior Trench Below Tank Tank Backfill Backfill Foundation Wall Landscape Above Parameter/Material and Slabs Backfill Areas Bedding Minimum compaction standard Proctor 100% 98% 98% 98% Moisture, % of optimum ±2% ±2% ±2% ±2% 3.14 FIELD QUALITY CONTROL A. Testing Agency. Contractor will engage a qualified independent geotechnical engineering testing agency to perform field quality-control testing. B. Allow testing agency to inspect and test subgrades and each fill, embankment or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 8 of 10 C. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at a minimum of the following locations and frequencies: 1. Footings and Slab Areas. At subgrade and at each compacted embankment and backfill layer, at least 1 test for every 2000 sq. ft. (186 sq. m) or less of slab area,but in no case fewer than 3 tests;and 1 test for each 100-feet or less of footing length, but no fewer than 2 tests. 2. Foundation Wall Backfill. At each compacted fill layer, at least 1 test for each 1.00 feet(30 n) or less of wall length, but no fewer than 2 tests. D. When the independent testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. E. In addition to compaction testing,the contractor shall pay for a geotechnical engineer to come to the site,inspection the tank footing and floor subgrades. Also,to observe water line subgrades to confirm stable conditions. 3.15 PROTECTION A. Protecting Graded Areas. Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project warranty period elapses, remove finished surfacing,backfill with additional soil material,compact,and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 9 of 10 A. Disposal. Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Owner. 1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02220 Section 02220 STRUCTURAL EXCAVATION,BACKFILL,FILL AND EMBANKMENT Page 10 of 10 - SECTION 02221 TRENCH EXCAVATION AND BACKFILL PART 1: GENERAL 1.1 DESCRIPTION A. This section covers excavation, trenching and backfilling for pipelines, valves, fittings, manholes, and other appurtenances, complete. This item shall consist of all necessary clearing,grubbing and site preparation;removal of all material of whatever description that may be encountered; removal and disposal of debris; handling and storage of materials to be used for fill and backfill;all necessary bracing,shoring and protection; construction dewatering, as necessary; all bedding, backfill, subgrade preparation and final grading, dressing and cleanup of the site. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Type 1 Bedding material gradation and proctor. 2. Type 2 Bedding material gradation. �- 3. Backfill material proctor(s). 4. Manufacturer's Catalog Cuts for Pipe Warning Tape. 5. Manufacturer's Catalog Cuts for Locating Wire. 1.3 EXISTING UTILITIES AND PRIVATE PROPERTY A. Notification. The Contractor shall contact, in writing, all public and private utility companies that may have utilities that may be encountered during excavation. The notification shall include the following information: 1. The nature of the work that the Contractor will be performing. 2. The time, date and location that the Contractor will be performing work that may conflict with the utility. 3. The nature of work that the utility will be required to perform such as moving a power pole, supporting a pole or underground cable, etc. 4. Requests for field location and identification of utilities. 5. A copy of the letter of notification shall be provided to the Engineer. During the course of construction, the Contractor shall keep the utility companies notified of any change in schedule or nature of work that differs from the �- original notification. Section 02221 �. TRENCH EXCAVATION AND BACKFILL Page 1 of 14 B. Identification. All utilities that may conflict with the work shall be the Contractor's responsibility to locate before any excavation is performed.Field markings provided by the utilities shall be preserved by the Contractor until actual excavation commences.All utility locations on the Drawings should be considered approximate and should be verified in the field by the Contractor.The Contractor shall also be re- sponsible for locating all utilities that are not located on the Drawings. C. Removal or Relocation of Utilities. This section applies to electric power, gas, communication and television utilities. Whenever there is a direct conflict between the work being performed and the utility, the Contractor shall be responsible to remove,relocate or temporarily support the utility during the course of construction. Any charges by the utility for removing, relocation or temporarily supporting the utility shall be paid for by the Contractor. D. City Utilities. Water,sewer, storm drainage, street lighting and other utilities owned and operated by the City (Owner) shall, unless otherwise specifically directed, be removed, relocated, supported or adjusted as required by the Contractor at the Contractor's expense.All such work shall be in accordance with these Specifications, or the Owner's Standard Specifications or written instructions when the work involved is not covered by these Specifications. E. Other Utilities. Utilities owned and operated by private individuals,railroads,school districts, associations, or other entities not covered in sections above shall, unless otherwise specifically directed, be removed, relocated, supported or adjusted as required by the Contractor at the Contractor's expense. All work shall be in accordance with the utility owner's directions,or by methods recognized as being the standard of the industry when directions are not given by the owner of the utility. F. Damage to Utilities and Private Property. The Contractor shall protect all utilities and private property and shall be solely responsible for any damage resulting from his construction activities. The Contractor shall hold the Owner and Engineer harmless from all actions resulting from his failure to properly protect utilities and private property. All damage to utilities shall be repaired at the Contractor's expense to the full satisfaction of the owner of the damaged utility or property. The Contractor shall provide the Engineer with a letter from the owner of the damaged utility or property stating that it has been repaired to the Owner's full satisfaction. 1. Whenever a water main or service is damaged as a result of the Contractor's operations, the Contractor shall take immediate steps to repair the damage and disinfect all water mains and services contaminated as a result of the damage. 2. Existing water services from the mains to private property which interferes with trenching operations may be cut and replaced at the Contractor's option Section 02221 TRENCH EXCAVATION AND BACKFILL Page 2 of 14 and expense provided the requirements for notification, length of interruption, and disinfection specified above are adhered to. 3. If construction requires the services to water customers to be shut down for more than 3 hours, the Contractor shall be required to provide temporary water service. 1.4 NATURE OF THE WORK A. As described in the General Conditions,it is mutually understood that the Contractor has conducted all field investigations necessary to satisfy himself of all soil conditions, construction constraints, requirements of the Drawings and Specifications, and all other aspects of the work prior to submitting his bid for the work. It is further understood and agreed that the Contractor has included in his bid price the cost of all labor, tools, materials, equipment and incidentals necessary to perform the work in the manner required by the Drawings and Specifications. 1.5 CLASSIFICATION OF EXCAVATION A. General. Trench excavation will be considered unclassified. There will be no distinction between common and rock excavation,wet or dry excavation,or open or supported excavation except as hereinafter provided. Excavation shall include the removal and subsequent handling of all earth, gravel, rock, or other material encountered, regardless of the type, character, composition or condition of the material. B. Type 3 Trench Excavation. All trench excavation performed shall be considered as Type 3 and shall consist of shored excavation as field conditions warrant. The Contractor shall determine which method of shoring is necessary to complete the work in accordance with the Drawings and Specifications and is reminded that he is subject to OSHA requirements governing work of this nature. C. Exploratory Excavation. Excavation performed for the purpose of locating and identifying underground utilities,structures or other facilities where called out on the Drawings shall be considered Exploratory Excavation. Exploratory Excavation shall be performed only with prior approval from the Engineer and the utility involved. Any excavation to locate underground utilities in the trench path shall be considered incidental to trenching operations. 1.6 CLASSIFICATION OF BACKFILL A. Type 1 Pipe Bedding material includes the material placed 6-inches below, around, and to 6-inches above pipelines for plastic pipe materials, or 6-inches below to the pipe springline for iron, steel and concrete pipe materials. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 3 of 14 B. Select Type 1 Pipe Bedding includes the material placed from the springline of iron, steel or concrete pipe to 6-inches above the pipe. Select Type 1 Pipe Bedding shall not be used with plastic pipe materials. C. Type 2 Pipe Bedding shall be used to replace soft,spongy,or other unstable material encountered in the trench bottom to the depth necessary to support the pipe. D. Type A Backfill refers to compacted backfill in streets, paved areas, or other areas designated on the Drawings to receive Type A Backfill. 1. All backfill within right-of-ways shall be Type A or Flowable Fill as indicated on the Drawings. E. Type B Backfill is designated for fields,borrow pits,or other unsurfaced areas where special compaction is not required as designated on the Drawings. F. Flowable fill is designated for areas indicated on the Drawings. These areas include critical roadway crossings and areas with intersecting utilities that are difficult to properly compact. PART 2: MATERIALS 2.1 GENERAL A. Materials for trench excavation consist of Type 1 Pipe Bedding,Type 2 Bedding,and backfill material. 2.2 TYPE 1 PIPE BEDDING A. Type 1 Pipe Bedding material shall consist of sand, sandy gravel or gravel having a maximum 3/4-inch size with 100%passing the 1-inch sieve. The material shall have a maximum plasticity index of 6 as determined by ASTM D4318 or AASHTO T89 and T90. B. The Contractor shall determine and use the type of bedding material,within the limits specified,that will provide a stable foundation for the trench conditions encountered. C. Bedding material shall be free of loam,clay, excess fines, and deleterious materials. D. Where trench excavation encounters wet or unstable material,Type 1 Pipe Bedding must be free draining and non-plastic. 2.3 SELECT TYPE 1 PIPE BEDDING Section 02221 TRENCH EXCAVATION AND BACKFILL Page 4 of 14 A. Select Type 1 Pipe Bedding material shall consist of soil, sand or fine gravel, free from clods, lumps or frozen material, or rock exceeding 1%2 inches in its greatest dimension. The material shall have a maximum plasticity index of 6 as determined by ASTM D4318 or AASHTO T89 and T90. B. Excavated trench material may be screened or stored for us as Select Type 1 Pipe Bedding subject to approval of the Engineer. C. Where trench excavation encounters wet or unstable material, Select Type 1 Pipe Bedding must be free draining and non-plastic. 2.4 TYPE 2 PIPE BEDDING `— A. Type 2 Pipe Bedding shall be used as directed by the Engineer to replace unsuitable material encountered in the trench bottom. B. Place Type 2 Pipe Bedding from the bottom of the Type 1 Pipe Bedding material down to a depth required to adequately support the pipe or appurtenance. C. Type 2 Pipe Bedding shall be free of loam, clay, excess fines, and deleterious materials and shall consist of granular material meeting the following gradation: Sieve Opening % Passing 3 Inch 100 No. 4 0-25 No. 8 0-10 2.5 SEPARATION GEOTEXTILE A. The plans may require,or the Engineer may direct,the use of a non-woven geotextile fabric intended to provide materials separation. The fabric will wrap all or part of the Type 1 Pipe Bedding to prevent materials migrating into the trench bottom and trench walls as shown on the plans or as directed by the Engineer. The fabric shall be AASHTO M288 Class 1,2 or 3 as specified or determined by the Engineer and shall fully comply with Montana Public Works Standard Specifications Section 02110. 2.6 BACKFILL MATERIAL A. Materials from Trench Excavation 1. Backfill material obtained from trench excavation must be free of cinders, ash, refuse, organic or frozen material, boulders, or other deleterious Section 02221 TRENCH EXCAVATION AND BACKFILL Page 5 of 14 materials that will prevent proper placement and compaction. Backfill material shall be free from rocks greater than 6 inches in diameter.. Material within 6 inches of finish grade or the subgrade shall be free from rocks larger than 2 inches in diameter. Backfill materials and placement are further described in the Execution section of this specification. B. Imported Backfill Material 2. Imported backfill material is from borrow source(s)outside the project limits and is used when, in the opinion of the Engineer, an adequate volume of suitable backfill material is not available within the project limits. Imported backfill material must comply with the requirements of the "Materials from Trench Excavation" above. 2.7 FLOWABLE FILL A. Flowable fill shall meet the requirements of Section 02225, Flowable Fill. 2.8 PIPE WARNING TAPE A. Pipe warning tape shall be installed above all new buried piping. Color shall be in conformance with the APWAIULCC Color Code. Warning tape shall be 3 inches in width and shall be buried no more than 18 inches below finished surface grade unless specified otherwise. 2.9 PIPE WEDGES A. All ductile iron pipe shall have brass wedges inserted at all joints for continuity to allow surface tracing by pipe locator. PART 3: EXECUTION 3.1 GENERAL A. All utilities in the area of the work shall be identified and located before excavation starts. B. All equipment, materials, labor and tools necessary for the excavation, dewatering, trench support, bedding, backfill, compaction and other specified elements of the work shall be on site and operable before excavation starts. Once excavation has started,the various elements of work shall be continued without interruption until the backfill has been completed. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 6 of 14 C. All backfill and compaction shall be completed in all trenching and structural excavations within a maximum distance of 400-feet behind the end of the newly in- stalled pipe. The maximum distance between the newly installed pipe and the excavator shall be 100-feet. For each work group consisting of a trench excavator,a pipe laying crew, and a backfilling and compacting crew, the maximum allowable open trench shall be 500-feet. Base Course shall be completed within a maximum allowable distance of 600-feet from the excavator. D. Maintenance of Flows. Adequate provisions shall be made for maintaining the flow of sewers, water mains, drains and watercourses encountered during construction. Culverts, ditches, fences, crosswalks and structures which are disturbed by this construction shall be satisfactorily restored to their original condition upon completion of the work. E. Structures. The Contractor shall exercise every precaution to prevent damage to existing buildings or structures in the vicinity of his work. In the event of such damages, he shall repair them to the satisfaction of the owner of the damaged structure and at the Contractor's expense. F. Overhead Utilities. The Contractor shall use extreme caution to avoid a conflict, contact with, or damage to overhead utilities such as power lines, street lights, telephone lines, television lines, poles or other appurtenances during the course of construction of this project. Any damage to overhead utilities shall be immediately repaired at the Contractor's expense. G. Buried Gas Lines. The Contractor shall provide some means of overhead support for buried gas lines exposed during trenching to prevent rupture in case of trench caving. H. Pavement Removal. Where trench excavation or structure excavation requires the removal of curb and gutter, concrete sidewalks, or asphaltic or concrete pavement, the pavement or concrete shall be cut in a straight line parallel to the edge of the excavation by use of a spade-bitted air hammer,concrete saw,colter wheel,or similar approved equipment to obtain a straight, square,clean break. Pavement cuts shall be `- 2 feet wider than the actual trench opening as indicated in the Drawings. I. Survey Markers and Monuments. The Contractor shall use every care and precaution to protect and not disturb survey markers or monuments such as those that might be located at lot or block corners,property pins,the intersection of street monuments or addition line demarcations. No monuments shall be disturbed without prior approval of the Owner and Engineer. Any survey marker or monument that is disturbed or destroyed by the Contractor without approval during the construction of this project shall be replaced at no cost to the Owner by a licensed land surveyor. J. Traffic Control & Warning Devices. The Contractor shall construct the Project in Section 02221 TRENCH EXCAVATION AND BACKFILL Page 7of14 such a manner as to minimize the interruption of the use of roads,highways or streets involved and shall provide for emergency runs and fire hydrant access at all times. Access to any building or facility shall not be blocked for more than 8 consecutive hours or as otherwise noted on the Drawings. 1. The Contractor is responsible for providing adequate barricades of high visibility design, flares, lanterns, signs, flagmen and pre-warning devices to alert the public, motorists and pedestrians of hazardous conditions in accordance with the latest issue of the Manual on Uniform Traffic Control Devices for Streets and Highways, published by the Department of Trans- portation. 2. The Contractor shall formulate a traffic control plan for all work on Montana Department of Transportation's right-of-ways, and City and County roads. The Contractor shall submit the traffic control plan to the Engineer for approval by the Engineer and the Montana Department of Transportation. The Contractor shall not begin work in Montana Department of Transportation's right-of-ways until the traffic control plan has been approved by the Engineer and the Montana Department of Transportation. K. Any spoils left after the trench has been properly backfilled shall be properly disposed of at no additional expense to the Owner. 3.2 EXCAVATION A. Stripping. When crossing gravel streets or other developed surfaces, except paved surfaces,the Contractor shall strip the cover material to the full depth of the existing surfacing. This surfacing shall be stockpiled and placed back over the trench after backfilling to the extent that it is acceptable and usable for that purpose. Topsoil shall be removed to full depth of the topsoil, stockpiled, and replaced after backfilling has been completed. 1. All established lawn areas cut by the trench or damaged during the course of the work shall be resodded to the complete satisfaction of the property owner. All other areas cut by the trench or damaged during the course of the work shall be topsoiled, seeded and fertilized. B. During excavation, materials suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave-ins. Excavated material shall be piled on one side of the trench only to permit ready access to existing fire hydrants, valves, manholes, and other appurtenances. Surface drainage of adjoining areas shall be unobstructed. C. All excavated materials not required or not suitable for backfill shall be removed from the site and wasted in an area approved by the Engineer. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 8 of 14 D. The bottom of the trenches shall be accurately graded to the line and grade shown on the Drawings. Bedding material shall provide uniform bearing and support for each section of the pipe at every point along its entire length. Bell holes and depressions for joints shall be dug after the trench bedding has been graded, and shall be only of such length,depth and width as required for properly making the particular type joint. Unauthorized overdepths shall be backfilled with bedding material at the Contractor's expense. E. Portable trench boxes or sliding trench shields may be used in lieu of a shoring system provided they are designed, constructed and maintained in a manner which will provide protection equal to or greater than the sheeting or shoring required for the trench. F. Blasting. Blasting for excavation will be permitted only after securing the approval of the Engineer, and the hours of blasting will be fixed by the Engineer. The Contractor shall use utmost care to protect life and property. All explosives shall be stored in compliance with local laws and ordinances,and all such storage places shall be clearly marked "Dangerous Explosives." No explosives shall be left unprotected where they could endanger persons or property. 1. When blasting rock in trenches,the Contractor shall cover the area to be shot with earth backfill or approved blasting mats that will prevent the scattering of rock fragments outside the excavation. Prior to blasting, the Contractor shall station men and provide signals of danger in suitable places to warn people and stop vehicles. The Contractor will be responsible for all damage to property and injury to persons resulting from blasting or accidental explosions that may occur in connection with his use of explosives. 2. The Contractor shall furnish the following information to the Owner and Engineer prior to commencing blasting operations:name of his powder man, powder man's experience, type of shot, type of explosives and detonator being used, proof of insurance covering liability for such operation, traffic control plans and planned procedures for protecting the public. 3. The Contractor's blasting procedures shall conform to federal,state and local ordinances. The Contractor shall acquire all required permits prior to the start of blasting. G. All existing pipe, valves, fittings and appurtenances in the trench shall be removed and disposed of properly, or salvaged and delivered to the Owners pipe yard if requested by the Owner. H. Trench Width. The width of the trench shall be such to provide adequate working room for men to install and join the pipe in the specified manner. The width of that portion of the trench(a)from the existing ground surface to the bottom of the trench Section 02221 TRENCH EXCAVATION AND BACKFILL Page 9 of 14 for shored, sheeted or braced excavation, or (b) from the bottom of the trench to a maximum of 5-feet above the bottom of the trench for unshored excavation,shall be as follows: 1. A minimum of 3-feet 6-inches for pipe sized 12-inches and under. 2. A minimum of 2-feet 6-inches plus the outside diameter for pipe sizes greater than 12-inches. I. Trench Depth. Trench depth shall be as required for the invert grade or pipe bury shown on the Drawings or specified elsewhere,plus an additional 6-inches below the pipe for Type 1 Pipe Bedding. Care shall be taken not to excavate below the required depth. 1. When soft of unstable material is encountered at the subgrade which will not uniformly support the pipe, such material shall be excavated to an additional depth as determined necessary by the contractor and backfilled with Type 2 Pipe Bedding. J. Equipment. The use of trench digging machinery will be permitted except in places where its operation will cause damage to existing structures or features;in which case hand methods shall be employed. 1. Any equipment operating on tracks which is to be used on pavement shall be equipped with suitable pads to prevent damage to the pavement. All pavement damaged during construction by the Contractor's equipment shall be restored to its original condition by the Contractor.No compensation will be allowed for pavement replacement other than as specified elsewhere. K. Dewatering. Where groundwater is encountered in excavation,it shall be removed to avoid interfering with pipe laying and other construction operations. The cost of dewatering operations will be considered incidental to the work item being installed. L. Excavation'for Appurtenances. Excavations for manholes,hydrants, structures and other appurtenances shall be sufficient to leave 12-inches minimum and 24-inches maximum clearance on all sides. The depth,provisions for removing water and other applicable portions of these specifications shall apply to excavation for appurtenances. L. Tank inlet and outlet pipe trenches. Tank inlet and outlet pipe trenches shall be shored, sheet piled and supported as necessary to preserve the integrity of the concrete settling basins and residuals lagoon. No trench excavation or vault excavation or spoils stockpiling will be permitted outside of City of Bozeman property. Trenches and excavations shall be shored, sheet piled and supported as required to keep the trench excavation on City property. Damage to existing Section 02221 TRENCH EXCAVATION AND BACKFILL Page 10 of 14 structures or adjacent property shall be repaired at the Contractor's expense. 3.3 BEDDING A. Type 2 Bedding shall be used whenever the condition of the trench bottom prohibits the pipe from being installed to the lines and grades, and in the manner specified for the pipe installation. The Contractor shall determine when and to what extent Type 2 Bedding is required. Failure to utilize Type 2 Bedding will not relieve the Contractor of his responsibility to meet the requirements for the pipe installation. B. Type 1 Bedding material under and around the pipe shall be placed by hand in maximum layers of 6-inches and thoroughly compacted by tamping. When moisture conditions prevent adequate compaction, a more granular bedding material with no fines shall be used at no additional cost to the Owner. Special care shall be taken to assure complete compaction under the haunches of the pipe. Backfill material shall be placed in the trench for its full width on each side simultaneously. Compaction of Type 1 Pipe Bedding shall be not less than 95 percent of the maximum density as determined by ASTM D698-91. 1. Water settling of this portion of the trench will not be allowed, and the addition of water shall be limited to that required for optimum moisture for maximum compaction of the material. 2. Failure of the Contractor to provide adequate dewatering equipment and methods will not relieve him of his responsibility to compact the bedding material as specified. 3.4 TRENCH BACKFILL �- A. General. After the select pipe bedding material has been placed and compacted as specified above, the remainder of the trench backfilling shall be done. All backfill material shall be free from cinders, ashes, refuse, organic and frozen material, boulders or other unsuitable materials. From 1-foot above the top of the pipe to 6- inches below the ground surface, or to the subgrade elevation for streets or paved surfaced,material containing stones up to 12-inches in the greatest dimension may be used. 1. Trench backfill from the top of the pipe bedding material to ground surface or �-- to the subgrade of street surfacing is separated into two classifications. Type L A Trench Backfill refers to compacted backfill in streets, Montana Department of Transportation right-of-ways, and paved areas. Type B Backfill is designated for fields,borrow pits,or other unsurfaced areas where special compaction of the trench backfill is not indicated. Locations of the `— types of backfill required shall be as shown on the Drawings. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 11 of 14 2. Backfill material shall be placed and compacted in such a manner as not to disturb the alignment of the pipe or appurtenances. B. Type A Trench Backfill. Type A backfill shall be carefully deposited in 6" layers suitable to the equipment used for compaction, wetted to within±3% of optimum moisture content,and compacted to at least 95%of maximum density,as determined by ASTM D 698-91. 1. Compaction by flooding will not be permitted. Wherever the trenches have not been properly filled,or if settlement occurs,they shall be reopened to the depth required for proper compaction and refilled and re-compacted. 2. The Contractor shall provide excavation equipment to dig compaction test holes through each layer of backfill at 300-foot intervals where the layers exceed 6-inches in depth. Should the test fail, the deficiencies shall be corrected by the Contractor at his expense. 3. For graveled streets, the backfill shall be completed by blading the stripped gravel back over the trench. C. Type B Trench Backfill. Materials used for Type B Trench Backfill shall be placed in layers and compacted by wheel rolling to achieve a density approximately equal to the density of the existing soil. Type B trench backfill shall be within f3% of optimum moisture content as determined by ASTM D 698-91. 1. The Contractor shall mound excess earth over the top of the trench so a depression will not be formed after the trench settles.In cultivated areas,the stripped topsoil shall be placed uniformly over the backfilled trench. The topsoil shall not be compacted, but shall be graded to provide a smooth surface conforming to the adjoining ground surfaces. D. Flowable Fill. Materials used for flowable fill shall be deposited in 18-inch layers. Each layer shall be thoroughly worked to insure all voids have been filled. Extra care shall be taken around utilities to insure they are not damaged, and no air pockets are left around them. E. Backfilling for Appurtenances. Backfill around appurtenances shall be deposited in such a manner as not to disturb the appurtenance from its proper alignment, and compacted to the finished grade. Backfill material, compaction and backfill procedures shall conform to the requirements of the related Type. Backfill under appurtenances and pipelines crossing trenches shall be compacted to 95 percent of maximum density per ASTM D 698-91. F. Backfill Above Original Ground for Minimum Cover Requirements. Where shown on the Drawings,the Contractor shall provide embankment over the pipe above the original ground surface to a height which will satisfy the minimum depth of cover requirements. Such embankment shall be constructed to the cross section shown on Section 02221 TRENCH EXCAVATION AND BACKFILL Page 12 of 14 the Drawings. No additional compensation will be paid for embankment unless shown as a specific item on the proposal. G. Trench Maintenance. The Contractor shall, for a period of two years after completion and final acceptance of the work, maintain and repair any trench settlement which may occur and shall make suitable repairs to any pavement, sidewalks or other structures which may become damaged as a result of backfill settlement. 1. If the Contractor elects to perform such maintenance and repairs by subcontract with the Owner or with others,he shall fttrnish the Owner and the Engineer with a copy of such subcontract or authorization as evidence of his faithful intention to perform such work. 2. In any case,the Contractor shall furnish a written statement of the method of maintenance he proposes to use. Final acceptance and payment will not be made without such statement. 3.5 EXPLORATORY EXCAVATIOIN A. When authorized by the Engineer, the Contractor shall provide a backhoe with an experienced operator and a laborer to excavate and backfill for determination of grade and/or the exact location of buried utilities.The rated size of the backhoe shall be a minimum of 1/2 cubic yard based upon manufacturer's rated capacity of the unit. The Contractor shall be responsible for exercising the required care to avoid damaging the utility and any damage to the utility from this operation shall be `- repaired by the Contractor at his own expense. Compaction requirements following exploratory excavation shall meet those specified above for trench excavation. 3.6 CLEANUP A. As work progresses,that portion of the work completed shall be cleared of debris and brought to the finished grade. Upon completion of the work,the entire site shall be cleared of all debris and ground surfaces shall be finished to smooth,uniform slopes and shall present a neat and workmanlike appearance. All rocks brought to ground surface by excavation or backfilling operations shall be removed. All excess excavation shall be removed and disposed of in a manner approved by the Engineer. 3.7 TESTING A. The following tests will be performed by the Engineer for work covered by this section: 1. Compaction at various levels of backfill. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 13 of 14 B. Should any test fail to meet the specifications,the Contractor shall pay for all retests conducted by the Engineer, or the Contractor is required to have a certified testing laboratory conduct retests at the Contractor's expense. C. The Contractor shall provide and pay for certified laboratory tests for the following: 1. Type 1 and Type 2 Bedding gradation tests and Proctors. 2. Proctors for each type of backfill material encountered. 3. Compaction Testing to ensure compliance with the minimum requirements as set forth in these documents. 3.8 PIPE WARNING TAPE A. Pipe warning tape shall be installed 18 inches below finished grade with the centerline of the tape above the centerline of the pipe. END OF SECTION 02221 Section 02221 TRENCH EXCAVATION AND BACKFILL Page 14 of 14 SECTION 02237 PAVEMENT REMOVAL AND REPLACEMENT PART 1: GENERAL 1.1. DESCRIPTION A. This section covers the removal of asphalt pavement and base courses for utility installations. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Laboratory gradation tests of base course and plant mix aggregates. 2. Laboratory plant mix design 3. Material sources. 1.3 REFERENCE SPECIFICATIONS A. Asphaltic and aggregate materials are referenced to the Montana Public Works Standard Specifications. The latest edition of the Montana Public Works Standard Specifications is hereby made a part of this Contract. 1.4 DAMAGE BY HAUL TRUCKS A. All pavement damaged by haul trucks or construction equipment on haul routes, parking areas or other paved surfaces in or outside of City of Bozeman property shall be repaired and/or replaced to the owner of the pavement's satisfaction. Base course and pavement shall be replaced at a minimum to the original thickness at no cost to the Owner. PART 2: MATERIALS 2.1 GENERAL A. In general, the materials replaced shall consist of the same types of materials removed, but must also meet the requirements of these specifications. Section 02237 PAVEMENT REMOVAL AND REPLACEMENT Page 1 of 4 2.2 CRUSHED BASE COURSE A. Crushed base course shall be installed as specified in Section 02519, GRAVEL SURFACING AND BASE COURSE, at the thickness specified in the contract documents. 2.3 SAND CHOKER COURSE A. When a sand choker course is indicated on the Drawings or present in the existing cross section,the sand shall consist of material meeting the following requirements: Gradation: Sieve Size Percent Passing No. 4 95 - 100 No. 10 50 - 80 No. 200 0 - 12 Liquid Limit: Less than 25 (material passing the No. 40 sieve). Plasticity Index: Shall not exceed 0 (zero) as determined by AASHTO T89, T90, and T91. Sand Equivalent: Not less than 25 as determined by AASHTO T176. 2.4 PLANT MIX PAVEMENT A. Unless otherwise noted in the Construction Drawings, a minimum of 3 inches of pavement shall be required in all locations. Type: Type B aggregate for plant mix surfacing per Montana Public Works Standard Specifications. Asphalt, Percent: PG 58 -28; Percent(by weight) per Plant Mix Design Tack: S S-1 h PART 3: EXECUTION 3.1. PAVEMENT REMOVAL A. Pavement shall be cut in a straight line parallel to the edge of the excavation by use of a spade bitter air hammer, coulter wheel, concrete saw or similar approved equipment to obtain a straight,square cut. Pavement cuts shall extend 1 foot beyond Section 02237 PAVEMENT REMOVAL AND REPLACEMENT Page 2 of 4 each side of the actual trench opening as indicated in the Drawings. B. Several options are available to dispose of removed pavement. The options are as follow: L 1. The pavement may be hauled to a landfill rated to handle this material. 2. The existing pavement may be milled,or removed and crushed. The millings will be accepted as a substitute for crushed base course if the resulting material is 1-1/2-inch minus. Millings cannot be used in pipe bedding,Type A backfill, or Type B backfill. 3.2 PAVEMENT REPLACEMENT A. Trenches in paved surfaces shall have Type A Backfill or Flowable Fill backfill as indicated in the Drawings. B. Subgrade stabilization courses consisting of choker sand, subbase material or fabric shall be uniformly placed to the original thickness for each type of material. Subbase material shall be compacted to 95 percent per ASTM D 698-91. C. Crushed base course shall be uniformly placed in layers not to exceed 6 inches in loose thickness and compacted to 95 percent per ASTM D 698-91. The finished base course shall be given a tack coat of SS-lh liquid asphalt. In the event flowable fill for trench backfill is utilized, the crushed base course may be omitted. The primer coat would then be applied directly to the flowable fill material. D. Plant Mix Pavement. Apply a tack coat of SS-lh asphalt emulsion to the underlying surface being paved. In addition,all edges of existing pavement shall be cut to a neat line and given a tack coat of SS-lh asphalt emulsion. Plant mix shall be applied by paving machine,motor grader,or hand methods and compacted in lifts not to exceed 3-inches to a density equal to or greater than 95 percent of laboratory maximum. Plant mix shall be placed only when the air temperature is at least 40'F and rising, �- and only when the plant mix is 160' F or above. 1. The finished surface shall be rolled smooth to match the surface of the existing pavement on both sides of the trench without depressions or humps exceeding 3/16-inch as measured with a 10-foot straightedge. 2. The Contractor shall, for a period of two years from the date of final acceptance,repair any settlement or failure of the pavement to the satisfaction of, and at no additional cost to, the Owner. Section 02237 PAVEMENT REMOVAL AND REPLACEMENT Page 3 of 4 END OF SECTION 02237 Section 02237 PAVEMENT REMOVAL AND REPLACEMENT Page 4 of 4 SECTION 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL PART I: GENERAL I.I. WATER RESOURCES AND STORM WATER DISCHARGE A. The Contractor shall monitor construction activities to prevent pollution of surface and ground waters. Toxic or hazardous chemicals shall not be applied to soil or vegetation unless otherwise indicated. The Contractor shall monitor all water areas affected by construction activities. For construction activities immediately adjacent to impaired surface waters,the Contractor shall be capable of quantifying sediment or pollutant loading to that surface water when required by State or Federally issued Clean Water Act permits.For morespecific guidelines and regulations the Contractor shall refer to the Erosion and Sediment Control Best Ma=4ement Practices Field Manual (FM) as published by the Montana Department of Transportation Contractor shall be responsible for obtaining and overseeing a Montana Department of Environmental Quality Stormwater discharge Permit for the project 1.2 EROSION, SEDIMENT CONTROLS, AND WETLANDS A. Wetlands 1. The Contractor shall not enter, disturb, destroy, place fill into, or allow discharge of contaminants into any wetlands except as specifically authorized herein. The Contractor shall be responsible for the protection of wetlands within and surrounding the Project area. Authorization to enter specific wetlands identified shall not relieve the Contractor from any obligation to protect other wetlands within, adjacent to, or in the vicinity of the construction site and associated boundaries. B. Erosion and Sediment Control 1. The Contractor shall be responsible for providing erosion and sediment control measures in accordance with Federal, State, and local laws and regulations. The erosion and sediment controls selected and maintained by the Contractor shall be consistent with the following: a. Preservation of Existing Vegetation. The Contractor shall keep site disturbance to a minimum in order to reduce erosion; preserving natural vegetation on steep slopes and near critical areas such as wetlands. (Refer to FM SS-2) Section 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL `- Page 1 of 4 b. Straw Mulch. The Contractor shall place a uniform layer of straw (certified weed free) and incorporate it into the soil with a studded roller or anchor it with a tackifier. Straw will not be placed on the traveled way, sidewalks, lined drainage channels, or existing vegetation and will not be placed during or immediately after rainfall. (Refer to FM SS-6) C. Geotextiles,Plastic Covers,and Erosion Control Blankets/Mats.The Contractor shall place protective coverings on steep slopes to prevent erosion and hold seed in place in order to re-establish vegetation. This BMP has particular application to on-site material Stockpiles left undisturbed for a period of more than 5 working days. (Refer to FM SS-7) d. Rock Lined Ditch. Once final grading is complete, but prior to placement of the paved surface, fractured rock shall be placed along the bottom of all ditches meeting the criteria as indicated in the ESC Plan Detail sheets, to reduce post-developed runoff velocities and channel scouring (Refer to FM SS-9) e. Temporary Outlet ProtectionNelo city Dissipation Devices. The Contractor shall place outlet protection/velocity dissipation devices at pipe outlets to prevent scour and reduce the velocity and/or energy of existing storm water flows. (Refer to FM SS-10) f. Permanent Outlet ProtectionNelocity Dissipation Devices. The Contractor shall place outlet protection/velocity dissipation devices at pipe outlets to prevent scour and reduce the velocity and/or energy of post-developed storm water flows as shown in the ESC Plan details. Native plantings shall also be incorporated as shown in these details. g. Silt Fence.The Contractor shall install silt fence at the base of all fill slopes and below the downstream end of culverts to filter sand and silt from low velocity overland flows, allowing water and fine sediment to pass through the fabric. Silt Fence must be inserted into the ground and placed into a trench that is then firmly compacted with backfill material. Silt fence will be a minimum of 30-inches high and 100%biodegradable. (Refer to FM SC-1) h. Check Dams. The Contractor shall install check dams in locations as indicated on the ESC Plans after road and utility construction is complete to reduce post-developed runoff velocities and channel scouring. Such facilities must be examined by the Contractor and necessary maintenance provided following larger rainfall events. (Refer to FM SC-4). i. Fiber Rolls. The Contractor shall install fiber rolls in all locations where the exposed length of constructed fill slopes exceeds 15-feet to intercept sediment from sheet flow. When the project is complete, the Contractor shall slit the tube and distribute the contents in place to Section 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL Page 2 of 4 act as mulch. The erosion control blanket shall be removed and disposed of off-site. (Refer to FM SC-5) j. Street Sweeping and Vacuuming. If determined by the Engineer that Stabilized Construction Entrances/Exits are not adequate by themselves in preventing the tracking of mud and dirt onto public roads,the Contractor will be directed to provide street sweeping and vacuuming. Sweeping and vacuuming shall not occur when soil is wet or muddy, and kick brooms or sweeper attachments are not allowed. The Contractor should consider incorporating the removed sediment back into the Project if not mixed with debris or trash. (Refer to FM SC-7) k. Straw Bale Barriers. The Contractor shall place straw bale barriers across minor swales and ditches and around above grade temporary concrete washouts as described in Concrete Waste Management. Limit slope length draining to the straw bale barrier to 100-feet. Slopes of 5 0:1 or flatter are preferred, but if the slope exceeds 10:1 the length of slope upstream of the barrier must be less than 50-feet. Straw bale barriers may be removed from constructed ditches once either vegetation has been established or once rock check dams and rock lined ditches have been constructed. (Refer to FM SC-9) 1. Stabilized Construction Entrance/Exit. The Contractor shall install Stabilized Construction Entrances/Exits at all points where construction equipment is provided ingress/egress to the site thereby reducing the tracking of mud and dirt onto public roads.(Refer to FM TC-1) in. Stabilized Driving Surface. Once final grading is complete, all roadways not anticipated to receive a paved driving surface within 15 working days,the Contractor shall place 6-inches of 2"to 4"rock to prevent erosion. The Contractor shall remove this rock prior to placement of the roadway structural section to the extent as is practical. n. Vehicle and Equipment Fueling. The Contractor shall implement practices and procedures to minimize or eliminate the discharge of fuel spills and leaks into the storm drain system or to watercourses as consistent with the Erosion and Sediment Control Best Management Practices Field Manual as published by the Montana Department of Transportation. The Contractor shall designate an area(s)to be used, subject to the approval of the Engineer. (Refer to FM NS-9) o. Stockpile Management. The Contractor shall cover and or protect non-active stockpiles with soil stabilization measures and atemporary perimeter sediment barrier at all times. Such procedures reduce or eliminate pollution of storm water from stockpiles of soil and paving materials. Stockpiles shall be located away from concentrated flows Section 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL Page 3 of 4 of storm water, drainage courses and inlets. (Refer to FM WM-3) p. Concrete Waste Management. The Contractor shall designate an area(s)to be used, subject to the approval of the Engineer, as on-site temporary concrete washout facilities. Concrete waste management practices are implemented on construction projects where concrete is used as a construction material. Such procedures and practices are implemented to minimize or eliminate the discharge of concrete waste materials to the storm drain system or to watercourses. (Refer to FM WM-8) q. Limited Equipment Size. The Contractor shall minimize the size of equipment that is used in critical areas as designated on the Plans. r. Construction Fencing. The Contractor shall fence all critical areas accessible from the project site to prevent disturbance from construction activity. S. Landscape Plan. The Contractor shall put in a place a post- development landscape plan as permanent erosion and sediment control in any disturbed areas. PART 2: PRODUCTS—NOT USED PART 3: EXECUTION—NOT USED END OF SECTION 02240 Section 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL Page 4 of 4 SECTION 02244 CHAIN LINK FENCE PART I: GENERAL 1.1 DESCRIPTION A. This section covers the construction of chain link fence and gates in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the Plans or established by the Engineer. 1.2 SUBMITTALS A. The Contractor shall provide shop drawings and submittals of all chain link fence material and installation details. PART 2: MATERIALS 2.1 GENERAL A. All material used in the construction shall meet the requirements of AASHTO M181, except as specified. The fence shall be Type 1 Zinc-Coated Steel. Zinc coating for Type 1 fabric shall be Class A. B. Posts, rails, gate frames, expansion sleeves, wire ties, fabric ties, hog rings, tension wire, miscellaneous fittings, and hardware furnished for use in conjunction with fabric shall be zinc-coated steel. 2.2 FENCING FABRIC A. The chain link fence fabric shall be made from wire helically wound and interwoven to form a continuous mesh with approximately uniform, 2" square openings having parallel sides and horizontal and vertical diagonals. Fabric shall be woven from 9-gauge wire. B. The height of the fabric shall be as indicated on the drawings. Fabric shall be twisted and barbed at both selvages. 2.3 POSTS, RAILS AND BRACES A. Minimum sizes and weights of posts, rails, and braces shall be as shown in the Construction Drawings. Steel posts shall be galvanized. All posts shall be fitted with an approved top designed to fit securely over the post and carry the top rail. Section 02244 CHAIN LINK FENCE Page 1 of 5 The post top shall fit over the outside of posts and shall exclude moisture from tubular posts. 2.4 TRUSS RODS A. Steel truss rods shall be galvanized, 3/8" diameter rods with drop-forged turnbuckles or other approved type of adjustment. 2.5 FABRIC BANDS AND STRETCHER BARS A. Steel fabric bands shall be not less than 1/8" thick by 3/4 wide. Aluminum fabric bands shall be not less than 1/8" thick by 7/8" wide. B. Steel stretch bars shall be not less than 1/4" thick by 3/4" wide and shall not be shorter than 2" less than the full height of the fabric with which they are being used. 2.6 TIE WIRE A. Steel tie wire shall be nine-gauge galvanized wire meeting the requirements of ASTM A116. Steel hog ring fasteners shall be 11- gauge galvanized wire meeting the requirements of ASTM A116. Galvanizing shall be Class 1. 2.7 TENSION WIRE A. Steel tension wire shall be seven-gauge galvanized coiled spring tension wire. Galvanizing shall be Class 1 meeting the requirements of ASTM A116. 2.8 GATES A. Gates shall be furnished complete with necessary hinges, latch, drop-bar locking device designed for the type of gate and gate posts used on the project, and padlock device. All welding for the assembly of gate frames shall meet the requirements of the AASHTO Specifications, the American Welding Society. Specifications, and the Plans and Special Provisions. B. Gate frames shall be constructed from steel sections of the shapes and sizes shown in the Table of Fence Supports & Framing. The corners of the gate frame shall be fastened together and reinforced with galvanized malleable-iron fittings designed for the purpose, or they may be welded. 1. Chain link fabric for filling the gate frame shall meet the requirements of Part 2.2 and shall be the same type as used in the fence construction. Section 02244 CHAIN LINK FENCE Page 2 of 5 2.9 PRIVACY SLATS A. Privacy Slats, if shown in the Drawings, shall be extruded from High Density Polyethylene (HDPE), color pigments and ultra violet (UV) inhibitors, specifically designed to retard the harmful effects of the sun and lengthen the life of the product. B. Privacy Slats shall maintain their structural integrity through a temperature range from -700 F to 200' F. PART 3: EXECUTION 3.1 POSTS A. Posts shall be spaced at not more than 10' intervals. All intervals shall be measured center-to-center of posts. In determining the post spacing, measurement shall be made parallel to the slope of the existing ground. All posts shall be placed in a vertical position except where designated otherwise. B. Unless otherwise indicated in the Drawings, all posts shall be set in concrete. Footing dimensions shall be three feet deep with a diameter of 10-inches on posts in straight runs and 12-inches at corner posts. All concrete footings shall be crowned to shed water. C. Where solid rock is encountered without an overburden of soil or loose rock, the posts shall be set at a minimum depth of 14" and end, corner, gate, and pull posts a minimum of 20" into solid rock. The hole shall have a minimum width or diameter of 1" greater than the largest dimension of the post section to be set. The posts shall be cut before installation to lengths that will give the required length of post above ground, or if the contractor so elects, he may use an even length of post set at a greater depth into the solid rock. Not more than two successive shortened posts shall be set. The third must be full length. D. Metal posts placed into holes that have been bored into rock or similarly consolidated soils shall be set and plumbed and the hole filled with grout consisting of one part portland cement and three parts clean, uniformly graded sand. The grout shall be thoroughly worked into the holes so as to leave no voids. Where posts are set in the above manner, concrete footings will not be required. E. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown on the standard drawing unless the penetration into solid rock reaches the minimum depth specified above, in which case the depth of penetration may be terminated. Grouting will be required on the portion of the posts in solid rock. Section 02244 CHAIN LINK FENCE Page 3 of 5 F. All posts shall remain solidly in place after backfilling, driving, and until concreting is completed. G. Irregularities in the ground line upon which the fence is being built shall be corrected as directed by use of a bulldozer or other equipment that will perform a satisfactory job. H. Clearing of trees and brush along the fence line shall be performed by the Contractor, and shall be limited to those trees and brush which are within the Owner's property boundary, unless the Contractor obtains written permission from the adjacent landowner to expand the clearing. 3.2 TOP RAIL A. Top rails shall pass through the ornamental tops of line posts, forming a continuous brace from end-to-end of each stretch of fence. Lengths of top rail shall be jointed by sleeve-type couplings. Top rails shall be securely fastened to terminal posts by pressed steel fittings. 3.3 FENCE FABRIC A. Chain link fabric shall be placed on the face of the posts away from the enclosed facility. On curves the fabric on all heights of fence shall be placed on the face of the posts that are on the outside of the curve. B. The chain link fabric shall be placed approximately 1" above the ground and on a straight grade between posts by excavating high points of the ground. Filling of depressions will be permitted only upon approval of the Engineer. The fabric shall be stretched taut and securely fastened to the posts. Stretching by motor vehicle will not be permitted. Fastening to end, gate, corner, and pull posts shall be with stretch bars and fabric bands spaced at 1' intervals. The fabric shall be cut, and each span attached independently at all pull and corner posts. Fastening of fabric to line posts shall be at 14" intervals with tie wire, metal bands, or other approved method. The top edge of the fabric shall be fastened to the top rail with tie wires spaced at 1 S" intervals. C. Rolls of wire fabric shall be joined by weaving a single strand into the ends of the rolls to form a continuous mesh. 3.4 TENSION WIRE A. A tension wire shall be attached to the bottom of the chain link fabric by means of ring fasteners at a maximum of 24" intervals and secured at the terminal posts or pull posts by means of brace bands. Section 02244 CHAIN LINK FENCE Page 4 of 5 3.5 GATES A. The height of the gate frames shall be equal to the height of fabric used on the fence. Chain link fabric shall be fastened to the end bars of the gate frame by stretcher bars and fabric bands and to the top and bottom of the bars of the gate frames by tie wires in the same manner as specified herein before for the chain link fence fabric or by other approved standard methods. B. Welded connections on steel gate frames where the spelter coating has been burned shall be thoroughly cleaned by wire brushing, and all traces of the welding flux and loose or cracked spelter removed. The cleaned areas shall then be painted with two coats of zinc oxide-zinc dust paint compound in a suitable vehicle in the ratio by weight of one part zinc oxide to four parts zinc dust. C. The drop-bar locking device for the double metal gates shall be provided with a 12" diameter by 18" deep footing of concrete crowned at the top and provided with a hole to receive the locking bar. The depth of the penetration of the locking bar into the footing shall be as specified by the manufacturer of the locking device. D. Keepers shall be provided for each gate, set in concrete, to hold the gate open. 3.6 PANELS A. Panels constructed as described below shall be installed where indicated by the Plans or as specified. Double panels for use at fence corners and angle points shall be composed of one corner post, two line posts, two braces, two truss rods, two tip rails, concrete, and other miscellaneous fixtures. Single panels for use at gates and fence ends shall be composed of one gate or end post, one line post, one brace, one truss rod, one top rail, concrete, and miscellaneous fixtures. END OF SECTION 02244 Section 02244 y CHAIN LINK FENCE Page 5 of 5 SECTION 02519 GRAVEL SURFACING AND BASE COURSE PART I: GENERAL 1.1 DESCRIPTION A. This section covers the construction of gravel surfacing for graveled areas and base course and for paved areas disturbed by trenching operations. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements. 1. Gradations of crushed gravel aggregate. 2. Wear factor and Atterberg limits of crushed gravel aggregate. 3. Moisture density curves for crushed gravel aggregate. 4. Proctor for crushed gravel aggregate. PART 2: MATERIALS 2.1 CRUSHED GRAVEL AGGREGATE A. Crushed gravel aggregate for surfacing shall be 1-inch-minus crushed base course meeting the following gradation. Sieve Size %Passing (by weight) 1" 100 No. 4 40-70 No. 10 25-55 No. 200 2-10 B. That portion of fine aggregate passing the No. 200 sieve must be less than 60% of that portion passing the No. 40 sieve. C. The liquid limit for that portion of the fine aggregate passing a No. 40 sieve cannot exceed 25, nor the plasticity index exceed 6, as determined by AASHTO T89 and T90. D. Crushed gravel aggregate shall consist of both fine and coarse fragments of crushed stone or crushed gravel, and/or natural gravel, and when approved, blended with Section 02519 GRAVEL SURFACING AND BASE COURSE Pagel of 3 sand, finely crushed stone, crusher screenings or other similar materials. PART 3: EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade shall be shaped,compacted,fine-graded,and approved prior to placing gravel surfacing. 3.2 PLACING GRAVEL SURFACING AND BASE COURSE A. A minimum of 6-inches of crushed gravel shall be required in all locations. All thicknesses are measured compacted in place. B. No material shall be placed upon a frozen, wet, muddy, or rutted subgrade. The material shall be deposited in a uniform manner,approved by the Engineer,insuring the ultimate planned thickness of the course being placed, following its final spreading and compacting. C. The aggregate material shall be watered to optimum moisture content and mixed by means of a motor grader to achieve a uniform consistency and gradation. Material shall not be mixed unless the material is at or within 2 percentage points of optimum moisture. D. The watered and mixed material shall be spread uniformly to provide the thickness and surface characteristics required after compaction. 3.3 COMPACTION A. Vibratory steel-wheeled compaction equipment shall be used to compact gravel surfacing and base course. B. Compaction shall not proceed unless the material is at or within 2 percentage points of optimum moisture. C. Compaction shall proceed by starting at the edges of the roadway and proceeding inward,overlapping each preceding pass by approximately 1/2 the width of the roller. D. Compaction shall continue until the entire roadway has been uniformly compacted to a density of 95 percent of maximum dry density as determined by AASHTO T99. 3.4 TESTING AND INSPECTION A. The surface smoothness shall not vary by more than 0.05 feet when a 10-foot Section 02519 GRAVEL SURFACING AND BASE COURSE Page 2 of 3 straightedge is used. B. The surface shall not vary above or below grade by more than 0.10 feet. C. The Engineer will perform in-place compaction tests and smoothness inspections. END OF SECTION 02519 ;y Section 02519 GRAVEL SURFACING AND BASE COURSE Page 3 of 3 SECTION 02930 COVER SOIL PART I: GENERAL 1.1 DESCRIPTION A. Topsoil shall be called cover soil after it has been excavated and shall be used to cover all areas to be seeded. Actual thickness of salvaged soil is variable and will be field determined during construction. B. Salvage and Replace On-Site Cover Soil Source: This work consists of site development,excavating,stockpiling,hauling,depositing,spreading,and preparing for seeding all topsoil and subsoil material to be used as cover soil. All cover soil shall be salvaged during excavation and embankment and replaced on construction- disturbed areas prior to seedbed preparation. Stripped cover soil shall be stockpiled onsite or at an approved offsite location should space become an issue. 1. All construction disturbed areas shall be revegetated,including road right-of- ways. Slopes to receive salvaged soil will not exceed 3:1. Application rates shall be a minimum of 6 inches at all construction disturbed areas to be revegetated. PART 2: MATERIALS 2.1 COVER SOIL A. Topsoil and subsoil shall be excavated to a one-foot depth or as otherwise determined by the Engineer from areas to be disturbed by project construction. The suitable topsoil and subsoil used as cover soil shall be reasonably free of trash, rocks, hard lumps of soil, stumps, or brush. Noxious weeds shall be pulled and disposed of properly before topsoil stripping. Suitable cover soil shall contain sod or soils with adequate amounts of humus and other organic materials to promote plant growth. Cover soil suitability will be determined by the Engineer. Suitable soil salvaged shall be stockpiled from unsuitable soil and shall be stored in a manner to prevent erosion or contamination. PART 3: EXECUTION 3.1 SITE DEVELOPMENT A. Site development performed by the Contractor will include clearing and grubbing as Section 02930 COVER SOIL Page I of 3 necessary to prepare the soil borrow area for topsoil and subsoil salvage. Clearing and grubbing consists of removing and disposing of trees, stumps,brush,roots,rock, logs, timber, debris, and other non-soil material. 3.2 COVER SOIL SALVAGE A. Where visible as distinct strata and greater than 6-inches in thickness, topsoil and subsoil shall be excavated and salvaged in separate operations. The first lift, comprised of existing topsoil, shall be stripped. The second lift, comprised of underlying subsoil, shall then be stripped separately. The exact depths of excavation shall be site specific as determined by visual classification. B. First lift topsoil and second lift subsoil shall be stockpiled in separate piles and shall be located where they will not impair drainage. Stockpiles shall be shaped and smoothed to facilitate measurement of the piles. Where possible,topsoil and subsoil shall be hauled directly to the prepared areas to be covered. C. Materials excavated and stockpiled as described herein shall be removed in an operation separate from other excavation. Care shall be exercised to avoid the incorporation of any deleterious subsoils during this work. 3.3 COVER SOIL PLACEMENT A. Cover soil shall not be placed until the areas to be covered have been properly prepared and all construction work in the area has been completed. All slopes to receive cover soil shall have a rough surface. Smooth slopes to receive cover soil shall have a rough surface. Smooth slopes shall be scarified parallel to the contour to facilitate holding cover soil in place. B. Ordinary sod or soil containing grass roots shall be broken up before being placed. Broken up sod or soil shall be capable of passing a 2-inch sieve opening. C. Cover soil material shall be placed on areas to be covered as the soil occurred naturally, with subsoil (second lift) material placed first and underneath the topsoil (first lift) material. D. As determined by the field Engineer, excess coversoil shall be: 1. Placed in the on-site spoils deposition area; or 2. Used as non-critical embankment; or 3. Used to increase topsoil thicknesses where possible. E. After the cover soil has been spread, all large clods, hard lumps, rocks, large roots over 6 inches in diameter, litter, and other foreign material (exposed iron timbers, Section 02930 COVER SOIL Page 2 of 3 etc.) shall be raked up, removed from the seeding areas, and disposed of properly. The cover soil shall be brought to a friable condition to an average depth of 4-inches. F. The finished elevation of the topsoil shall match the final grades shown on the Drawings or the original ground elevation over pipe trenches. 3.4 SEEDED PREPARATION A. Prior to executing the seeding, fertilizing, and mulching work items,the seedbed at all sites shall be prepared so these items can most effectively be completed in �- conformance with the Technical Specifications. The seeding, fertilizing, and mulching work items shall be executed only after the seedbed has been reviewed by the Engineer. `- 3.5 SEDIMENT CONTROL 4 A. Sediment control provisions shall be used whenever work is conducted adjacent to, or in drainages or watercourses to control silt in runoff. Adequate silt barriers or sediment traps shall be used to comply with permit conditions and statutory requirements for all stream-side work, both during and after working hours. Measures used may include staked straw bales, sediment ponds, and/or staked silt fence (Mirafi "Enviro-Fence", or equal). Sediment control measures shall be considered incidental to the Work,and no separate payment for them will be allowed. END OF SECTION 02930 L. Section 02930 `- COVER SOIL Page 3 of 3 SECTION 02931 FERTILIZING AND SEEDING PART I: GENERAL 1.1 GENERAL A. This work shall consist of ground surface preparation; furnishing, applying and incorporating fertilizer into the soil;executing Summer Erosion Control Procedures; furnishing and planting seed; mowing; tracking; and cleanup. The work includes permanent seeding. Fertilizer and seed shall be applied to all project areas requiring revegetation. All construction disturbed areas (excluding paved, graveled, and sodded areas) shall be fertilized and seeded, including road right-of-ways. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with project submittal requirements as described in the Supplementary Conditions. 1. Fertilizing and Seeding Materials, Equipment and Methods. 1.3 SEED CERTIFICATION A. Seed certifications shall be submitted to the Engineer prior to any seeding. The Contractor shall also submit a copy of the bill or other documentation from the seed supplier showing actual bulk weights of the individual seed types combined in the mix. The required certifications and documentation shall be provided to the Engineer at least three days prior to seeding. 1.4 INDIGENOUS SEED CERTIFICATION A. Defined by MCA 80-5-101(4): "Indigenous seeds include the seeds of those plants that are naturally adapted to an area where the intended use is for the revegetation of disturbed sites. These species include grasses, forbes, shrubs and legumes." The Contractor must supply the Engineer with all seed bag tags and a certification from the supplier stating that the seed complies with the Federal Seed Act and the Montana �- Seed Laws (MCA 80-5-101 through 305). 1.5 FERTILIZER CERTIFICATION A. Fertilizer shall be delivered in standard size bags of the manufacturer showing weight analysis and manufacturer's name, or in bulk quantities accompanied with written Section 02931 FERTILIZING AND SEEDING Page 1 of 8 certifications from the manufacturer stating that the fertilizer supplied complies with applicable specifications. PART 2: MATERIALS 2.1 INDIGENOUS SEED A. All seed shall comply with and be labeled in accordance with the Montana Seed Law. MCA 80-5-104(2) states: "Indigenous seeds, as defined in 80-5-101, in amounts of 1 pound or more whether in package or bulk,must be labeled with the following information." (a) . . . the statement "labeled only for reclamation purposes"; (b) . . . lot number or other distinguishing mark; (c) . . . the common name, genus, species and subspecies, when applicable, including the name of each kind of seed present in excess of 5 percent. When two or more kinds of seed are named on the label,the label shall specify the percentage of each. When only one kind of seed is present in excess of 5 percent and no variety name or type designation is shown, the percentage must apply to seed of the kind named. If the name of the variety is given,the name may be associated with the name of the kind. The percentage in this case may be shown as "pure seed" and must apply only to seed of the variety named; (d) state or country of origin; (e) the approximate percentage of viable seed,together with the date of test. When labeling mixtures,the percentage viability of each kind shall be stated; (f) the approximate percentage by weight of pure seed,meaning the freedom of seed from inert matter and from other seeds; (g) the approximate percentage by weight of sand,dirt,broken seeds, sticks, chaff and other inert matter; (h) the approximate total percentage by weight of other seeds; (i) the name and approximate number of each kind of species of prohibited and restricted noxious weed seeds occurring per pound of seed; and 0) the full name and address of the person, firm or corporation selling the seed. B. As listed in the Montana Seed Law, seed shall contain no "PROHIBITED" noxious weed seed. The seed shall contain no "RESTRICTED"noxious weed seed in excess of the maximum numbers per pound as specified by MCA 80-50-105 or as specified by the appropriate County Weed Board,whichever is more stringent. The number of seed allowed per pound, for all other noxious weed seeds shown on the "restricted list" will be zero. C. Seed shall be grown in the North American continent above 41 degrees north latitude. Known varieties whose origin is above the 41 st parallel but grown below Section 02931 FERTILIZING AND SEEDING Page 2 of 8 are acceptable. All seed shall be a standard grade adapted to Montana conditions. Seed which has become wet, moldy, or otherwise damaged will not be accepted. D. Calculations of pure"live seed"may be made on the basis of either a germination test or a tetrazolium test in addition to the purity analysis. Seed shall be applied on a pure "live seed" basis. The quantity of pure "live seed" in a 100-pound container shall be determined by the formula: 100 multiplied by germination percentage and this product multiplied by the purity percentage. (For example, if the seed is 85 percent pure and test 90 percent germination, then a 100 percent container would contain 76.5 pounds of pure "live seed.") 2.2 FERTILIZER A. Fertilizer shall be a soluble commercial carrier of available plant food element or combination thereof. The fertilizer shall be in uniform composition and in good condition for application by suitable equipment. It shall be labeled with the manufacturer's guaranteed analysis as governed by applicable fertilizer laws. Any fertilizer which becomes contaminated or damaged,making it unsuitable for use,will not be accepted. 2.3 WATER A. Water used for seeding shall be of irrigation quality and free of impurities that would be detrimental to plant growth. Any water required for seeding or mulching shall be at no additional cost to the Owner. PART 3: EXECUTION 3.1 GENERAL A. Areas to be seeded and fertilized shall be completed, in reasonable conformity, to specified line and grade prior to seeding and fertilizing and approved by the Engineer. B. Slopes and areas finished during the period of October 15 through May 31 shall be top soiled and permanently seeded within this time period. The Contractor must obtain Engineer permission to commence topsoil placement and seeding operations. Slopes and areas finished during the period June 1 through October 14 shall be top soiled in accordance with the Cover Soil Specifications, and mulched or otherwise treated in accordance with the Summer Erosion Control Procedure as specified herein. The permanent seeding of these areas shall then commence during the fall at a time approved by the Engineer. The Contractor shall be required to either mulch or otherwise treat in accordance with the Summer Erosion Control Procedure or permanently seed any topsoil area within 15 days of topsoil placement. Application Section 02931 FERTILIZING AND SEEDING Page 3 of 8 rates for permanent seeding are shown in this Specification under Seed Rate. C. Seeding of the finished slopes shall require repeated seeding operations until approved by the Owner, and shall not be construed to mean that the required finishing,top soiling,fertilizing,mulching, Summer Erosion Control Procedure,and seeding may be done only once at the convenience of the Contractor. Any additional move-in required will not be paid for separately. D. It is necessary, insofar as it is practical and feasible, that the seedbed surface, at the time of application of seeds,not be excessively wet,snow-covered,or frozen and be reasonably free of large lumps, clods, and impervious crusts of dirt;that there be no appreciable areas of loose soils which can feasibly be compacted;that the surface,to a depth of approximately 4 inches,not be so tightly compacted that seed cannot begin growth. The Contractor shall treat such areas, to attain, as nearly as practical, the condition described. E. If seeding is hampered due to standing vegetation, the vegetation shall then be mowed and left lay after seeding. Mowing shall be done,where terrain permits,with equipment using a cutting blade which rotates in a plane parallel to the ground. Whether alive or dead,the vegetation shall be removed if it will prevent good seeding practice. F. Excessively tight or compacted soils shall be loosened to the minimum depth of 4 inches. Discing, harrowing, or tilling of the soil shall be done at right angles to the natural flow of water on the slopes, unless otherwise approved by the Engineer. Compaction of the soil when required shall be performed by equipment which will produce a uniform rough textured surface ready for seeding and mulching. Compacting of loose soils may be required by the Engineer. 3.2 SEED RATE A. The following application rates for seed are based on the drill seeding method and intended for seeding areas not to be used as lawn. When the broadcast seeding method or the hydraulic seeding method is used, the application rates listed below must be doubled at no additional cost to the Owner: Section 02931 FERTILIZING AND SEEDING Page 4 of 8 Common Scientific Variety Seed Mix Ob. PLS/acre * Bluebunch wheatgrass A ro yron s icatum Secar 4.0 Thicks ike wheat grass Agro yron dasystahyum Critana 3.0 Streambank wheat grass A ro on riparian Sodar 4.0 Basin wildrye Elymus cinereus Magnar 3.0 S eep fescue Festuca ovina Covar 5.0 Total 19.0 *Pounds "pure live seed" per acre. B. The following application rates for seed are based on the drill seeding method and intended for seeding areas to be used as lawn. When the broadcast seeding method or the hydraulic seeding method is used, the application rates listed below must be doubled at no additional cost to the Owner: Common Scientific Variety Seed Mix lb. PLS/acre * Perennial Ryegrass Lolium perenne Tonga 5.0 Kentucky Blue Grass Poa pratensis Ginger 5.0 Canada Blue Grass Poa Com ressa Reubens 5.0 Creeping Red Fescue Frestuca rubra Inverness 5.0 Total -7 20.0 *Pounds "pure live seed" per acre. Section 02931 FERTILIZING AND SEEDING Page 5 of 8 3.3 APPLICATION OF FERTILIZER A. Fertilizer Rate: Fertilizer shall be applied at the rates specified below. Fertilizer shall be applied to the prepared seedbed prior to seeding or mulching and shall be blended with the cover soil as called for herein,or concurrently with the seed(as"no- till" drills allow). 1. All areas shall be fertilized with an inorganic chemical fertilizer with the following nutrients: a. Nitrogen(Elemental) 40 lbs/acre b. Phosphorus (P205) 60 lbs/acre C. Potassium (K20) 30 lbs/acre 2. All required fertilizer certificates shall be provided to the Engineer a minimum of three days prior to fertilizing. The certification shall include the guaranteed analysis of the fertilizer(s) stated in terms of the percentages of nitrogen(N), available phosphorus (P205) and potash(K20) in that order. B. Mechanical or hydraulic methods of application are acceptable so long as a uniform application at the specified rate is accomplished. Fertilizer shall be applied prior to seeding. The application method is subject to the submittal review process. C. The fertilizer shall be incorporated into the soil by discing, raking, or shallow plowing to the full depth of the topsoil or to a maximum depth of 6 inches,whichever is less. Exceptions will be made for seed drills that are capable of incorporating the fertilizer and seed directly into the seedbed. In no instance shall subsoil be incorporated into the seedbed as a result of this operation. Fertilizer shall be incorporated with equipment operated at right angles to the slope of the land. D. If the Contractor is required to perform the Summer Erosion Control Procedure, fertilization will be completed at the time of permanent seeding. The application methods and methods for incorporating the fertilizer into the seedbed shall be specified herein. 3.4 SEED DISTRIBUTION A. Seed shall be applied to the conditioned seedbed no longer than 48 hours after the seedbed has been conditioned. Broadcast or hydraulic seeding methods shall not be used during adverse weather as determined by the Engineer. The applied seed, regardless of the method of application, shall not be covered by a soil thickness greater than 1/2-inch in depth. B. Seeding by Drill. Seeding equipment used for applying grass seed must be designed, modified or equipped to regulate the application rate and planting depth of grass seed. If equipment for sowing cover crop seed is not equipped with press wheels,the Section 02931 FERTILIZING AND SEEDING Page 6 of 8 seed shall be compacted with a cultipacker immediately after the ground has been drilled. Seed must be uniformly distributed in the drill hopper during the drilling operation. Acceptable drills are: custom seeders,furrow drills,disc drills, or no till drills. All grass establishment equipment shall be operated normal to the slope drainage. 1. Planting depth shall be regulated by depth bands or coulters. The drill box shall be partitioned by dividers no more than 24 inches apart, in order to provide for more even distribution on sloping areas. A drill shall be no wider than the width of the area over which it is to operate. 2. The rows of planted seed shall be a maximum of 8 inches apart and shall be at right angles to the natural slopes. C. Broadcast Seeding. Seeding by hand or mechanical broadcasting will be permitted on areas inaccessible to drills or impractical to seed by other prescribed methods. Broadcast seeding requires the approval of the Engineer. D. Hydraulic Seeding. Hydraulic seeding equipment may be used. Seed and mulch will be applied in separate and distinct operations except for the following: 1. When using the hydraulic seeding method, the Contractor must provide 1 pound of wood fiber or organic mulch per each 3 gallons of water in the hydraulic seeder as a cushion against seed damage. The mulch used as a cushion may be part of the total required mulch with the remainder applied after the seed is in place. 2. When hydraulically applying mulch in a separate operation, the Contractor may mix the seed with the fertilizer if his hydraulic seeding equipment is capable of uniformly mixing water, fertilizer, and seed--in that order--and power blowing or spraying the mixture uniformly over the seedbed. THIS OPTION OF MIXING FERTILIZER AND SEED WITH MULCH MAY ONLY BE APPLIED ON SLOPES STEEPER THAN 2:1. After blending, the slurry shall be applied to the seedbed within 45 minutes after the seed has been added to the water/fertilizer mixture. If the slurry cannot be applied within the specified 45 minutes, it shall be fortified, at no cost to the Owner, with the correct ratio of seed to the remaining slurry and a new 45-minute time frame established for applying the fortified mixture. 3. The Contractor will be required to use extension hoses to reach the extremities of slopes. 4. The Contractor shall remove any equipment tracks on the seedbed prior to final mulching. The Contractor shall use a rake, small harrow, or other acceptable means to remove the tracks. Section 02931 FERTILIZING AND SEEDING Page 7 of 8 3.5 TRACKING A. Tracking will be required on hydroseeded or broadcast areas where mulch crimping cannot be accomplished and where hydromulching will be accomplished. Exceptions will be allowed for small areas (0.1 ac.) not accessible to hydroseeding equipment. B. Tracking shall be accomplished using a tracked vehicle equipped with grousers sufficient to groove the surface to at least 1/2-inch. The tracking vehicle shall be operated so as to completely cover the surface with grouser marks. All grousers marks shall run perpendicular to the natural slopes. The tracking vehicle shall be operated alternately between forward and reverse on each pass to eliminate damage to the seedbed resulting from 180 degree skid turns. C. If the area is seeded by hydraulic methods, tracking of the slopes shall be done at such time when the surface has had sufficient time to dry. The length of time established will be at the discretion of the Engineer. 3.6 SEEDING DATES A. Seeding shall be permitted from October 15 through April 30. 3.7 SUMMER EROSION CONTROL PROCEDURE A. In the event the construction is completed after April 30 but before October 15, cover-soiled areas shall then be either mulched immediately with a vegetative mulch of straw or hay, applied at a rate of 2,000 pounds per acre or a soil stabilizer applied at the manufacturer's recommendation with a hydroseeder. The mulch shall be anchored into the seedbed. A "no-till" drill with "no-till" coulters may be used to seed and fertilize directly into the mulched areas during permanent seeding after the October 15 date. If a"no-till" drill(Brillion seeder,or equal)will not be utilized for permanent seeding,the seedbed preparation,fertilizing, seeding and mulching must be conducted in addition to and after Summer Erosion Control Procedure mulch application. Areas treated with a soil stabilizer must also follow the provisions,after the October 15 date, for permanent seeding. B. Cost for all summer erosion control installations will be considered incidental. No additional compensation will be allowed for this work item. END OF SECTION 0-2931 Section 02931 FERTILIZING AND SEEDING Page 8 of 8 SECTION 02932 MULCH PART I: GENERAL 1.1 DESCRIPTION A. This work shall consist of covering and processing specified seeded areas with a mulch of the stipulated materials. Mulch shall be applied to all project areas requiring revegetation. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Manufacturer's specifications and material content for mulch products. 2. Manufacturer's recommended application methods and rate. 3. Vegetative mulch source and weed-free certification. 1.3 MULCH TYPE AND RATE A. The Contractor shall use Vegetative Mulch, or Wood Fiber Mulch and Tackifier. B. Vegetative Mulch. A grass hay or straw mulch shall be applied at a rate of 2,000 pounds per acre in those areas which are to be seeded with the Seed Mix. Grass hay or straw mulch shall be anchored by a mulch tiller (crimper). C. Wood Fiber Mulch shall be applied at a rate of 2,000 pounds per acre in those areas which are to be seeded. D. Tackifier shall be applied with all hydromulched areas at the manufacturer's recommended rate of 40 pounds per acre for slopes flatter than 2:1 and 80 pounds per acre for slopes 2:1 or steeper. PART 2: MATERIALS 2.1 VEGETATIVE MULCH A. This type of mulch material shall be composed of grass hay,wheat straw,rye straw, or barley straw, in that order of preference. Section 02932 MULCH Page 1 of 5 B. Grass Hay. This type of mulch material shall be composed primarily of perennial grasses at least 10 inches. The grass hay mulch shall contain greater than 70 percent grass by weight and shall not contain greater than 10 percent alfalfa, crested wheatgrass or yellow sweet clover. Grass hay is subject to the submittal review process and must be"Montana Noxious Weed Seed Free Hay"provided by a certified supplier. C. Straw. This type of mulch material shall be clean grain straw,at least 10 inches,shall be "Montana Noxious Weed Seed Free" straw and shall not contain greater than 5 percent cereal seed by weight, (i.e., seed heads). Written confirmation from a certified supplier will be required. D. Chopped or ground material is not acceptable. The mulch material is not acceptable if it is musty,moldy or rotted, or if it contains seed bearing stalks of noxious weeds. It shall be free of stones, dirt, roots, stumps or other foreign material. 2.2 WOOD FIBER MULCH A. Wood fiber mulch shall consist of specially prepared wood fibers and shall be processed in such a manner that it will not contain any growth or germination inhibiting factors. Fiber shall not be produced from recycled material such as sawdust,paper, cardboard, or residue from pulp and paper plants. The fiber shall be dyed an appropriate color to facilitate visual metering during application. The mulch shall be of such a consistency that after being combined in a slurry tank with water and other approved additives,the fibers in the material will be uniformly suspended to form a homogeneous slurry. During application the material shall produce a mat- like net covering the grass seed. Wood fiber shall be supplied in packages. Each package shall be marked by the manufacturer to show the air-dry weight content. If requested by the Owner,the Contractor shall submit a signed statement certifying that the material furnished has been laboratory and field tested and that it meets requirements and intents specified. Wood fiber mulch shall be as manufactured by Weyerhaeuser Company, or approved equal. 2.3 TACKIFIER A. Tackifier shall be a biodegradable organic formulation processed specifically for the adhesive binding of mulch. The tackifier shall uniformly disperse when mixed with water and not be detrimental to the homogeneous properties of the mulch slurry. Any tackifier which has been moisture damaged or damaged by other means will not be acceptable. Tackifier may be added either during the manufacturing of the mulch or incorporated during mulch application. B. Organic soil and mulch tackifier for use in hydraulically planting of grass seeds, flowers,or woody tree seeds,or stolen,either alone or in combination with fertilizer, Section 02932 MULCH Page 2 of 5 wood fiber mulch and other approved additives, shall consist of specifically blended compatible hydrocolloids. Starch-based tackifiers are unacceptable. C. The soil and mulch tackifier shall be supplied in easily disposable packages containing 5, 20, or 40 pounds of material having an equilibrium air-dry moisture content at time of manufacture of 8 percent,plus or minus 2 percent,with a minimum water-holding capacity of 6-1/2 times by weight of dry material. D. The organic soil and mulch tackifier shall have the additional characteristics of hydrating and dispersing in circulating water to form a homogeneous slurry and remain in such a state in the hydraulic mulching unit, or adequate equal, with the specified, or other approved materials. E. Soil and mulch tackifier shall be applied at a minimum rate of 40 pounds per acre on slopes 2:1 or flatter, or at 80 pounds per acre, or more on slopes steeper than 2:1, or at submitted manufacturer's recommendations. F. When applied, the organic soil and mulch tackifier shall form a loose chain-like protective film, but not a plant inhibiting membrane, which will allow moisture to �- percolate into the underlying soil, while helping "stick" seeds, fertilizer and other �. specified materials to the soil surface during germination and initial seedling growth, after which the organic soil and mulch tackifier shall break down by microbial action. PART 3: EXECUTION 3.1 GENERAL CONSTRUCTION A. Mulch,when required,must be applied to seeded areas not more than 24 hours after seeding regardless of the type used. If the Contractor does not mulch within 24 hours after seeding, the Contractor may be required to re-seed the project at no additional cost to the Owner. Mulch shall not be applied in the presence of free surface water, but may be applied upon damp ground. Mulch shall not be applied to snow-covered ground surfaces. B. Mulch shall not be applied to areas having a substantial vegetative growth, such as grasses, weeds and grains. Mulching shall not be done during adverse weather conditions or when wind prevents uniform distribution. Application,if after seeding, shall be in a manner to not seriously disturb the seedbed surface. All roadway - structures and facilities shall be protected and kept undamaged from application of bituminous material and other operations. Any such material deposited on such structures or facilities shall be removed, at the expense of the Contractor. C. Additional mulching may be required in accordance with summer erosion control procedures as noted in Section 02931, FERTILIZING AND SEEDING. Section 02932 �- MULCH Page 3 of 5 SECTION 03051 COLD WEATHER CONCRETING PROCEDURES PART 1: GENERAL 1.1 DEFINITIONS A. Cold weather is defined as a period when for more than 3 successive days the mean daily temperature falls below 40'F or any day when the temperature is expected to fall or falls below freezing. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Not less than 30 days prior to expected placement of concrete under cold weather conditions, a complete procedure shall be submitted for review covering all aspects of protection of concrete and its ingredients from the detrimental effects of cold weather. Concrete placement during cold weather shall not commence prior to return of the approved procedure. 1.3 PRODUCT DELIVERY, HANDLING AND STORAGE A. The concrete temperature, during placement in cold weather, shall not be less than 50° F. Temperature measurements of the concrete as delivered to the job site shall confirm this requirement. PART 2: MATERIALS 2.1 WATER AND AGGREGATE A. Water and aggregate may be preheated for cold weather placement; however, their temperature shall not exceed 150'F. All methods and equipment for heating of water and aggregate shall be subject to the approval of the Engineer and shall conform to ACI 306. PART 3: EXECUTION 3.1 GENERAL A. No concrete shall be placed on frozen ground. Section 03051 COLD WEATHER CONCRETING PROCEDURES Pagel of 2 B. The ground, against which concrete is to be poured, must be protected against freezing after its preparation, or the concrete placement shall be delayed until the ground has fully thawed out. C. When temperatures are expected to be below 32'F the night before the concrete is placed,all reinforcing steel,forms and the ground shall be preheated,for a minimum of 12 hours, under a minimum temperature of 50'F. D. When temperatures are expected to be below 32'F any time before the concrete has reached strength of 1000 psi,the concrete must be adequately protected against frost damage by heating blankets,straw or insulation materials for a minimum of 7 days or until at least 1000 psi concrete strength has been reached. The concrete temperature shall at no time fall below 40'F based on recording temperature monitors placed at a maximum of 50 feet on centers,each way,and around the circumference of the floor, wall,roof slab and wall-footing. Contractor shall provide heat as required to keep the concrete temperature as specified throughout the entire curing period of 7 days. E. Weather prediction made by the nearest NOAA station, and corrected for the local elevation and environmental conditions, may be used to determine whether cold weather protection shall be required. Thermometers will be used by the Engineer and these readings shall determine whether cold weather protection shall be required and whether cold weather protection is adequate. F. When combustion type heaters are used to maintain concrete temperatures within an enclosure, the exhaust gases shall be vented from the heater to the outside atmosphere so that the concrete is not exposed to the products of combustion. G. There will not be any additional reimbursement made to the Contractor for costs incurred for placing concrete during cold weather. END OF SECTION 03051 Section 03051 COLD WEATHER CONCRETING PROCEDURES Page 2 of 2 SECTION 03052 HOT WEATHER CONCRETING PROCEDURES PART 1: GENERAL 1.1 DEFINITIONS A. Hot weather is defined as any combination of high air temperature, low relative humidity and wind velocity tending to impair the quality of fresh or hardened concrete or otherwise resulting in abnormal concrete properties. During hot weather, any or all of the methods specified herein for temperature control of concrete shall be used as required to maintain the concrete temperature below the limits specified. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Not less than 30 days prior to expected placement of concrete under hot weather conditions, a complete procedure shall be submitted for review covering the aspects of protection of concrete and its ingredients from the detrimental effects of hot weather. Concrete placement during hot weather shall not commence prior to the return of the approved procedure. 1.3 PRODUCT DELIVERY, HANDLING AND STORAGE A. Aggregate piles,cement bins and batch plant bins shall be shaded from direct rays of sunlight. B. Aggregate piles shall be cooled by wetting and evaporation.Aggregate wetting shall be performed in such a manner that it will not cause wide variations in moisture content impairing slump uniformity. 1.4 GENERAL PRACTICES AND MEASURES A. The following list of practices and measures, as described in ACI 305, may be used to reduce or avoid the potential problems of hot weather concreting: 1. Use concrete materials and proportions with satisfactory records in field use under hot weather conditions. 2. Use cool concrete. �- 3. Use a concrete consistency that permits rapid placement and effective Section 03052 HOT WEATHER CONCRETING PROCEDURES Pagel of 3 consolidation. 4. Transport, place, consolidate, and finish the concrete with least delay. 5. Plan the job to avoid adverse exposure of the concrete to the environment; schedule placing operations during times of the day or night when weather conditions are favorable. 6. Protect the concrete against moisture loss at all times during placing and during its curing period. B. There will not be any additional reimbursement made to the Contractor for costs incurred for placing concrete in hot weather. PART 2: MATERIALS 2.1 BATCHING AND MIXING A. Concrete mix water shall be refrigerated or ice shall be added to the mix up to 100 percent of the water requirement. Ice, when introduced into the mixer, shall be in such form that it will be completely melted and dispersed throughout the mix at the completion of the mixing time. The mixing time shall be held to the minimum practicable consistent with producing concrete meeting the specified requirements. B. All methods and equipment for cooling of water and aggregate shall be subject to the approval of the Engineer and shall conform to ACI 305. PART 3: EXECUTION 3.1 CONCRETE TEMPERATURE A. The temperature of concrete,as delivered at the time and location of placement,shall not exceed 100'F under any conditions. The temperature of concrete as delivered at the time and location of placement under the following combined ambient conditions, except concrete that will be deposited within wall or column forms,shall not exceed the following temperatures: Relative humidity Ambient temperature Maximum concrete less than % greater than EF temperature EF 80 90 100 70 90 95 60 90 90 50 90 85 40 90 80 30 80 75 20 75 70 Section 03052 HOT WEATHER CONCRETING PROCEDURES Page 2 of 3 3.2 DELIVERY A. Concrete shall be placed in the Construction within 90 minutes after the completion of mixing. 3.3 PREPARATION FOR PLACING A. Elevated forms and reinforcing steel for beams and similar members shall be cooled by fog spraying and evaporation immediately prior to placing concrete. Forms shall be free of standing water when concrete is placed herein. 3.4 PLACING A. Concrete shall be placed in shallower layers than under normal weather conditions if necessary to assure coverage of the previous layer while it will respond readily to vibration. 3.5 FINISHING A. Fog spray shall be used during finishing operations whenever necessary to avoid surface plastic-shrinkage cracking. Fog spray shall also be used after finishing and before the specified curing is commenced to avoid surface plastic-shrinkage cracking. 3.6 PROTECTION AND CURING A. Forms shall be kept covered and continuously moist. Once forms are loosened and during form removal, concrete surfaces shall be protected from drying and shall be kept continuously wet by fog spraying or other approved means. END OF SECTION 03052 Section 03052 HOT WEATHER CONCRETING PROCEDURES Page 3 of 3 SECTION 03210 REINFORCING STEEL PART 1: GENERAL 1.1 DESCRIPTION A. This section covers the work necessary to furnish, install and complete the reinforcing steel. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. B. Shop drawings of detailed placing and bending lists for the Engineer's approval before the reinforcement is fabricated. 1.3 TEST CERTIFICATES A. Mill test certificates shall be submitted to the Engineer to certify that the reinforcing steel meets the specified requirements. Mill test certificates shall be furnished and paid for by the Contractor. B. In addition,the Engineer may require that test samples be taken and test certificates be furnished by a reputable material testing laboratory at the Owner's expense. PART 2: MATERIALS 2.1 DEFORMED REINFORCING BARS A. Unless otherwise specified,reinforcing steel shall be Grade 60 billet steel conforming to ASTM A-615. ASTM A-615 Grade 40 steel shall be allowed for#3 and smaller bars. B. Varying grades shall not be used interchangeably in structures. C. All such reinforcing shall be deformed steel bars with deformations conforming to the requirements set forth in ASTM Specification A-615. D. Steel bending processes shall conform to the requirements of ACI-318. Section 03210 REINFORCING STEEL Page 1 of 5 E. Bending or straightening shall be accomplished so that the steel will not be damaged. F. Kinked bars shall not be used. 2.2 SUPPORTS A. Bar supports shall conform to ACI 315. B. Bar supports shall consist of approved high-density "adobes," stainless steel chairs, plastic spacers or plastic shim plates. 1. High-density adobes shall,as a minimum,be no less in compressive strength or cement content than the concrete in which it will be cast. Adobes manufactured from plastic or with low cement contents will not be accepted. Brick,broken concrete masonry units, spalls,rocks or similar materials shall not be used for support of reinforcing steel. 2. Steel chairs shall be furnished with plastic tips when incorporated into concrete exposed to view. - C. The vertical wall elements shall have mat spacers comprising of#3 bars of either"U- bar" or"Hairpin"type configuration placed in a maximum of a 4'-0" grid on center each direction. 2.3 WELDED WIRE FABRIC REINFORCEMENT A. If specified on the Drawings,welded wire fabric shall be manufactured in accordance with ASTM A185. It shall be of new stock and free from rust when placed in the work. 2.4 STEEL TIE WIRE A. Annealed steel tie wire shall be used to fasten the reinforcing steel in place. PART 3: EXECUTION 3.1 REINFORCING BARS A. General. 1. Mild steel reinforcing bars shall be furnished, cut, bent and placed as indicated on the Drawings. 2. At the time of placing concrete, all reinforcement shall be free from loose mill scale, rust, grease or other coating which might destroy or reduce its bond with concrete. Section 03210 REINFORCING STEEL Page 2 of 5 3. Steel reinforcement which is to be placed in the work shall be stored under cover to prevent rusting, and shall be placed on blocking such that no steel touches any ground surface. 4. All reinforcing steel placed in the work shall be tied together and supported in such a manner that displacement during placing of concrete will not occur. 5. When there is a delay in depositing concrete, reinforcement shall be re- inspected and cleaned when necessary. B. Cutting and Bending. �- 1. Steel reinforcement shall be cut and bent in accordance with ACI 350, the CRSI"Manual of Standard Practice for Reinforced Concrete Construction" and with approved practices and machine methods,either at the shop or in the field. 2. Reinforcement shall be accurately formed to the dimensions indicated on the Drawings and on the bending schedule. 3. Bends for hooks on bars shall be made around a pin having a diameter not less than six times the minimum thickness of the bar. 4. All bars shall be bent cold. �- 5. Reinforcing partially embedded in concrete shall not be field bent unless indicated on the Drawings. C. Minimum Bar Spacing: The clear distance between parallel bars shall not be less than one and one-half times the diameter of the bars and, unless specifically authorized, shall in no case be less than one inch,nor less than the maximum size of coarse aggregate specified. D. Concrete Cover (Minimum). 1. On all formed surfaces which will be exposed to water, ground or the elements, there shall be a nominal cover over the steel of 2 inches, with an installation tolerance of+ 1/4 inch. 2. Unless otherwise specified in these specifications or shown on the Drawings, all reinforcing steel facing subgrades in footing and floors shall be given a .- nominal protective cover of 3.0 inch minimum. 3. No "bury" or "carrier" bars will be allowed unless specifically approved by 4 the Engineer. E. Splicing. 1. Except as shown or specified on the Drawings, reinforcing steel shall not be spliced at any location without specific approval by the Engineer. Splices in adjacent bars shall be staggered a minimum of one lap length. Section 03210 REINFORCING STEEL Page 3 of 5 2. Where permitted or required splices in reinforcing steel shall have sufficient lap to transfer full strength of the bar by bond and shear. Unless specified or shown otherwise on the Drawings,the bars at a lap splice shall be in contact with each other. In no event shall the lap be less than 3 8 diameters of the spliced bars, unless noted otherwise on the Drawings. 3. Unless specified or shown otherwise on the Drawings, bars shall be lap spliced in accordance with ACI 350 and shall be fastened together with steel tie wire. Lap splices shall be class "B"tension lap splices. 4. Unless shown otherwise on the Drawings,where bars are to be lapped spliced at joints in the concrete,all bars shall project from the concrete first placed,a minimum length equal to the lap splice length indicated on the Drawings. All concrete or other deleterious coating shall be removed from dowels and other projecting bars by wire brushing or sandblasting before the bars are embedded in a subsequent concrete placement. F. Supports. 1. All reinforcement shall be retained in place, true to indicated lines and grades,by the use of approved bar supports. The Contractor shall submit for Engineer's approval, samples of all bar supports he proposes to use along with a written description of where each bar support will be used. 2. The supports shall be of sufficient quantity,strength and stability to maintain the reinforcement in place throughout the concreting operations. Bar supports shall be placed no further than 4 feet apart in each direction. 3. Supports must be completely concealed in the concrete and shall not discolor or otherwise mar the surface of the concrete. 4. The Contractor shall be held responsible for providing the appropriate quantity and type of bar supports. G. Bar Tying. 1. Bars shall be tied sufficiently often to prevent shifting.There shall be at least three ties in each bar length (this shall not apply to dowel laps or to bars shorter than 4 feet, unless necessary for rigidity). 2. Slab bars shall be tied at every intersection around the periphery of the slab. Wall bars and slab bar intersections shall be tied at not less than every second intersection, but at not greater than the following maximum spacings: Slab Bars Wall Bars inches inches Bars No. 5 and smaller 30 24 Bars No. 6 through No. 9 48 30 Bars No. 10 through No. 11 60 48 Section 03210 REINFORCING STEEL Page 4 of 5 H. Reinforcement Around Openings. Where reinforcing steel has to be cut to permit passage of pipe or to create openings, and should no detail be shown for extra reinforcing in such areas, the area of steel removed by the creation of the opening must be replaced by placing at least double the area of steel removed by the opening equally around the openings. The steel shall be placed such that it extends 5 feet beyond the opening on each side to provide for sufficient bond. 3.2 WELDED WIRE FABRIC REINFORCEMENT A. General. 1. All necessary tie wiring,spacing chairs,or supports shall be installed to keep the welded wire fabric in place while concrete is being placed. 2. The welded wire fabric shall be bent as shown or required on the Drawings to fit the work. Welded wire fabric shall be rolled or otherwise straightened to make a perfectly flat sheet before placing in the Work. 3. Unless otherwise shown on drawings,all welded wire reinforcement shall be placed in the center of the respective concrete member. B. Splicing. 1. Welded wire fabric shall be lap spliced as indicated on the Drawings. If the lap splice length is not indicated on the Drawings, the welded wire fabric shall be spliced in accordance with ACI 318 and no less than a minimum of 40 wire diameters of the lapped wire. END OF SECTION 03210 Section 03210 REINFORCING STEEL Page 5 of 5 SECTION 03230 EARTHQUAKE CABLES PART I: GENERAL 1.1 WORK INCLUDED A. This section covers the work necessary for the prestressed concrete tank earthquake cables, complete. B. The Contractor shall submit five copies of the quantity, location and details for the Engineer's approval before the earthquake cables are fabricated. PART 2: MATERIALS 2.1 EARTHQUAKE CABLES A. Where called for on the Contractor's submittal drawings, earthquake cables consisting of 7 wire galvanized strands,meeting the minimum strength requirements on the Drawings, shall be installed to connect wall and wall footing. If no strength requirements are shown on the drawings, the minimum ultimate strength for 3/8" diameter and11/2" strand shall be 21,400 lbs. and 38,200 lbs., respectively. B. The strands shall be hot-dipped galvanized before stranding with a minimum zinc coating of 0.85 oz./ft2. C. Galvanized strands for earthquake cables shall meet the quantity and spacing outlined on the Drawings. 2.2 CLOSE CELL NEOPRENE SEISMIC CABLE SLEEVES `~ A. Neoprene sleeves for seismic cables, which encase the galvanized strands, shall conform to the minimum dimensions shown on the Drawings to permit unrestrained flexing of the strands inside the sleeves under the maximum projected radial wall movements. B. The material shall be medium grade closed cell neoprene conforming to 2A3 of `._ ASTM D 1056-85 and as further specified here-in and on the Drawings. 1. Compression deflection 9-13 PSI 2. Shore 00 durometer 60-80 PCF 3. Density 12-28 PCF Section 03230 EARTHQUAKE CABLES Page 1 of 2 4. Water absorption by weight 5% 5. Temperature range: low(flex without cracking) -30' F high continuous 150' F high intermittent 200' F 6. Heat aging (7 days @ 15 8' F) lineal shrinkage (max.) 5% 7. Tensile strength 175 PSI min. 8. Elongation 180% min. 9. Resilience (bayshore-%rebound average 2" thickness @ 72'F) : 20%-40% C. Neoprene sleeves shall be RUBATEX R431N or R423N, or CYPRESS SPONGE 431N or 432N, or approved equal. 2.3 MILD STEEL REINFORCING BARS A. The mild steel reinforcing bars for the support of the earthquake cable anchors shall conform to the requirements of Section 03210, REINFORCING STEEL. PART 3: EXECUTION 3.1 EARTHQUAKE CABLES A. The cables may be cut to length with a burning torch. B. Where necessary, the strands shall be pre-bent before placing the units in wall and wall footings, as called for on the Drawings. C. The strands shall be tied to circumferential reinforcing as required and as shown on the Drawings. D. In the footing, the strands shall be tied to the radial footing bars. END OF SECTION 03230 Section 03230 EARTHQUAKE CABLES Page 2 of 2 SECTION 03251 EXPANSION AND CONSTRUCTION JOINTS PART 1: GENERAL �- 1.1 DESCRIPTION L A. This section covers the work necessary to furnish, install and complete expansion and construction joints. 4- 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. B. Certified mill certificates showing that the material meets all of the requirements specified here-in. The Engineer, at his option, may take samples of any materials and have them tested by an independent testing laboratory to verify their compliance with these Specifications. All such costs shall be borne by the Owner. If any materials should fail to meet these Specifications, all costs for further testing of the replacement material shall be borne by the Contractor. 1.3 OBSTRUCTIONS A. Contractor shall pay particular attention to removing all obstructions such as concrete, nails, etc., from joints when movements of floor, wall and roof sections can be expected under temperature or other conditions. PART 2: MATERIALS 2.1 WATERSTOPS A. Waterstops shall be of an approved type, supplied by an approved manufacturer and shall be plastic made of virgin polyvinylchloride compound, shall be ribbed, uniform in dimensions, dense, homogeneous, free from porosity, and as detailed on the Drawings. B. No reclaimed PVC shall be used in the compound. C. The finished waterstop material shall meet the following minimum requirements: 1. Tensile strength 2,000 psi (ASTM D-412) 2. Ultimate elongation 350% (ASTM D-412) Section 03251 EXPANSION AND CONSTRUCTION JOINTS Page 1 of 5 3. Shore hardness 75 + 5 (ASTM D-2240) 4. Specific gravity 1.3 (ASTM D-792) 5. Stiffness in flexure 600 psi (ASTM D-747) 6. Cold brittleness -350 F (ASTM D-746) 7. Water absorption: 48 hours 0.320%max (ASTM D-570) 8. Tear resistance 2901b./in. (ASTM D-624) 2.2 MANUFACTURER'S REFERENCE A. For construction joints requiring a ribbed flat 4-inch PVC waterstop, use Greenstreak Style 781, or approved equal. B. For construction joints requiring a ribbed flat 6-inch PVC waterstop, use Greenstreak Style 679, or approved equal. C. For construction joints requiring a center-bulb 6-inch PVC waterstop, use Greenstreak Style 732, or approved equal. 2.3 JOINT SEALERS A. Joints, not requiring waterstops or when so indicated on the Drawings, shall be sealed with a mastic joint sealer material of uniform, stiff consistency that does not contain solvents. B. The mastic shall tenaciously adhere to primed concrete surfaces, shall remain permanently mastic and shall be NSF approved for use with potable water. C. The material shall be of a type that will effectively and permanently seal joints subject to movements in concrete. D. The mastic joint sealer shall be an acceptable two-part, self-leveling (or gun grade), non-staining, polyurethane elastomeric sealant which cures at ambient temperature. Acceptable sealants shall conform to ASTM C-920 or Federal Specification TT-S-00227E. E. For sloping joints, vertical joints and overhead horizontal joints, only "non-sag" compounds shall be used; all such compounds shall conform to the requirements of ANSI/ASTM C 920 Class 12-1/2, or Federal Specification TT-S-0027 E(3), Type II. F. For plane horizontal joints, the self-leveling compounds which meet the requirements of ANSI/ASTM C 920 Class 25, or Federal Specification TT-S- 0027 E(3), Type I shall be used. For joints subject to either pedestrian or vehicular traffic, a compound providing non-tracking characteristics, and having a Shore "A"hardness range of 25 to 35, shall be used. Section 03251 EXPANSION AND CONSTRUCTION JOINTS Page 2 of 5 G. Primer materials, if recommended by the sealant manufacturer, shall conform to the printed recommendations of the sealant manufacturer. H. Acceptable polyurethane materials are PERMAPOL RC-270SL RESERVOIR SEALANT, as manufactured by PRODUCTS RESEARCH & CHEMICAL CORP., Gloucester City, New Jersey (800-257-8454), SIKAFLEX/2C POLYURETHANE ELASTOMERIC SEALANT, as manufactured by SIKA CHEMICAL CORP., Santa Fe Springs, CA (213-941-0231) and SELECT SEAL U-227 RESERVOIR GRADE, as manufactured by SPC, Upland, CA (714-985- 5771), or approved equal. 2.4 PREFORMED JOINT FILLER A. Preformed joint filler material shall be of the preformed non-extruding type joint filler constructed of cellular neoprene sponge rubber or polyurethane of firm texture. Bituminous fiber type will not be permitted. All non-extruding and resilient-type preformed expansion joint fillers shall conform to the requirements and tests set forth in ASTM D 1752 for Type I, except as otherwise specified herein. 2.5 BACKING ROD A. Backing rod shall be an extruded closed cell, polyethylene foam rod. The material shall be compatible with the joint sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width except that a one-inch diameter rod shall be used for a 3/4-inch wide joint. 2.6 BOND BREAKER A. Bond breaker shall be SUPER BOND BREAKER WATER BASE as manufactured by Burke Company, San Mateo, California; SELECT EMULSION CURE 309, as distributed by Select Products Co., Upland, CA (clear or white pigmented) or equivalent. Fugitive dye may be used in bondbreakers if recommended by the manufacturer. PART 3: QUALITY ASSURANCE 3.1 WATERSTOP INSPECTION A. It is required that all waterstop field joints shall be subject to rigid inspection, and no such work shall be scheduled or started without having made prior arrangements with the ENGINEER to provide for the required inspections. Not less than 24 hours' notice shall be provided to the ENGINEER for scheduling such inspections. All field joints in waterstops shall be subject to rigid inspection Section 03251 EXPANSION AND CONSTRUCTION JOINTS Page 3 of 5 for misalignment, bubbles, inadequate bond, porosity, cracks, offsets, and other defects which would reduce the potential resistance of the material to water pressure at any point. All defective joints shall be replaced with material which shall pass said inspection, and all faulty material shall be removed from the site and disposed of by the CONTRACTOR at its own expense. B. The following waterstop defects represent a partial list of defects which shall be grounds for rejection. 1. Offsets at joints greater than 1/16-inch or 15 percent of material thickness, at any point, whichever is less. 2. Exterior crack at joint, due to incomplete bond, which is deeper than l/16- inch or 15 percent of material thickness, at any point, whichever is less. 3. Any combination of offset or exterior crack which will result in a net reduction in the cross section of the waterstop in excess of 1/16-inch or 15 percent of material thickness at any point, whichever is less. 4. Misalignment of joint which result in misalignment of the waterstop in excess of/2-inch in 10 feet. 5. Porosity in the welded joint as evidenced by visual inspection. 6. Bubbles or inadequate bonding which can be detected with a pen knife test. (If, while prodding the entire joint with the point of a pen knife, the knife breaks through the outer portion of the weld into a bubble, the joint shall be considered defective.) 3.2 WATERSTOP SAMPLES A. Field samples of fabricated fittings (crosses, tees, etc.) may be selected at random by the ENGINEER at his discretion, for testing by a laboratory at the OWNER'S expense. When tested, they shall have a tensile strength across the joints equal to at least 600 psi. These samples shall be fabricated so that the material and workmanship represent in all respects the fittings to be furnished under this contract. PART 4: EXECUTION 4.1 INSTALLATION OF WATERSTOPS A. The waterstop shall be correctly positioned in the forms so that the center of the waterstop is centered on the joint. B. In cases where preformed expansion joint material is used in conjunction with the waterstop, allowance shall be made for equal waterstop embedment on each side in the concrete. C. Waterstop shall be held in place in the forms by use of a split form or other Section 03251 EXPANSION AND CONSTRUCTION JOINTS Page 4 of 5 approved method that will positively hold the waterstop in the correct position and to the correct alignment. D. Horizontal waterstops shall be bent up during placing of concrete until the concrete has been brought to the level of the waterstop; additional concrete shall then be placed over the waterstop, after which the concrete shall be thoroughly vibrated. E. All horizontal and vertical waterstops, which are not accessible during pouring, shall be tied off in two directions every 12 inches in such a manner that bending over one way or another is prevented. F. A hog-ring or nail may be driven through both ends of the waterstop to facilitate placing and tying of waterstops to reinforcing steel forms or form-ties. G. All waterstops shall be properly spliced and joints shall be checked for strength and pinholes after splicing. H. Splices shall be strong enough to develop a pulling force of 75 percent of the strength of the waterstop, and shall be watertight. I. PVC waterstop may be butt-spliced on the job with an electrical splicing iron. There is no crimping, shaping, brazing, or vulcanizing necessary. Elbows, tees, and crosses can also be produced by this method. J. Connect the ends of the radial waterstop in the wall footing joints to the circumferential waterstop in the wall to wallfooting joint and to the circumferential waterstops in the floor to wall-footing joints if they should exist. 4.2 JOINT SEALERS A. Joint sealed areas shall be sandblasted or roughened and blown clean of dust and sand with compressed air before the material may be applied. B. Joints shall be primed (if required) and the sealant shall be applied in accordance with the manufacturer's recommendations. END OF SECTION 03251 Section 03251 EXPANSION AND CONSTRUCTION JOINTS Page 5 of 5 SECTION 03255 TANK WALL BASE AND TOP JOINT PART 1: GENERAL 1.1 DESCRIPTION A. This section covers the work necessary for the prestressed concrete tank wall base and top joint, complete. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. A 2 foot minimum length of each of the closed cell neoprene pads and the neoprene bearing pads in order that the Engineer can test the pads for compliance with these Specifications. 2. Certified mill certificates showing that the material meets all of the requirements specified herein. The Engineer,at his option,may take samples of any materials and have them tested by an independent testing laboratory to verify their compliance with these Specifications. All such costs shall be borne by the Owner. If any materials should fail to meet these Specifications, all costs for further testing of the replacement material shall be borne by the Contractor. �. PART 2: MATERIALS 2.1 PVC WATERSTOPS A. PVC waterstops shall conform to requirements in Section 03251, EXPANSION AND CONSTRUCTION JOINTS. The size and location of the waterstop shall be as �- shown. 2.2 NEOPRENE BEARING PADS A. Neoprene pads shall be of dimensions and hardness shown on the Drawings and shall be made by an approved manufacturer. B. The material for 40 durometer neoprene pads shall conform to ASTM D-2000 M2BC414A14C12F17 and the material for 30 durometer neoprene pads shall w conform to ASTM D-2000 M2BC310A14C12F17. ~ Section 03255 TANK WALL BASE AND TOP JOINT Pagel of 3 C. Unless otherwise specified on the Drawings,neoprene pads shall be of 40 durometer. D. KIRKHILL RUBBER CO. and WEST AMERICAN RUBBER COMPANY, INC.are two of several suppliers who can furnish neoprene pads meeting these requirements. Approved equal materials may be used. 2.3 CLOSED CELL NEOPRENE PADS A. Closed cell neoprene pads, shall be used as a filler material in the flexible joints between the wall and wall-footing and between the wall and roof connection in the areas not taken up by the solid neoprene bearing pads and waterstops. B. The materials shall be medium grade closed cell neoprene conforming to 2A3 of ASTM D 1056-85 and as further specified here-in and on the Drawings. 1. Compression deflection 9-13 PSI 2. Shore 00 durometer 60-80 PCF 3. Density 12-28 PCF 4. Water absorption by weight 5% 5. Temperature range: low(flex without cracking) -30' F high continuous 150' F high intermittent 2000 F 6. Heat aging (7 days @ 158'F) lineal shrinkage (max.) 5% 7. Tensile strength 115 PSI min. 8. Elongation 180% min. 9. Resilience (bayshore-%rebound average 1/2" thickness @ 720 F) 20%-40% C. Neoprene pads shall be RUBATEX R431N or R423N,or CYPRESS SPONGE 431N or 432N, or approved equal. 2.4 SOFT MASTIC A. Soft mastic shall be installed in all voids and cavities around bearing pads,waterstops and seismic cable sleeves. Such material shall be installed with a consistency that will not adversely affect the quality of PVC and neoprene materials. B. SIKA 1A, as manufactured by Sika Corporation or SELECT SEAL U-230, as manufactured by Select Products Company, or approved equal, are acceptable materials. PART 3: EXECUTION Section 03255 TANK WALL BASE AND TOP JOINT Page 2 of 3 3.1 INSTALLATION OF PVC WATERSTOP A. PVC waterstops shall be continuous and shall be installed where shown. The method of installation shall be as specified in Section 03251. 3.2 BEARING AND FILLER PADS A. Bearing and filler pads shall be installed as indicated on the Drawings. B. Bearing and filler pads shall be glued to the concrete with an approved rubber cement material to prevent uplift of the pads during concrete pouring. C. In addition, all pads shall be held down with approved plastic shim plates placed under the reinforcing steel. D. Nailing down pads will not be permitted E. All voids and cavities between bearing and filler pads, waterstop and seismic cable sleeves, irrespective of whether these voids are large or small, shall be filled with a soft mastic in accordance with the requirements of Section 03255, Part 2.4. F. Closed-cell neoprene shall be ordered at least 1/4-inch wider than theoretically required to facilitate placing and to reduce development of voids between filler pads, bearing pads and waterstops. G. Contractor's workmanship shall be such that no cement grout or concrete seepage will occur through the bearing and filler pad area resulting in a restraint of radial wall-movements. H. A continuous neoprene pad and one or more sponge filler pads are required between the top of the wall and the underside of the roof. Any void areas between such pads shall be caulked and sealed to prevent any mortar from the roof pour to come in contact with the wall top. END OF SECTION 03255 Section 03255 TANK WALL BASE AND TOP JOINT Page 3 of 3 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1: GENERAL ` 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in place concrete, including formwork, cement, concrete materials, mix design, placement procedures, and finishes. B. Related Sections include the following: 1. Division 3 Section"Reinforcing Steel" 2. Division 3 Section"Expansion and Construction Joints" 3. Division 3 Section"Cold Weather Concreting Procedures" 4. Division 3 Section"Hot Weather Concreting Procedures" 1.3 DEFINITIONS A. Cementitious Materials. Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data. For each type of manufactured material and product indicated. B. Design Mixes. For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mix water to be withheld for later addition at Project site. ~" C. Formwork Shop Drawings. Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork. Design and engineering of formwork are Contractor's responsibility. Section 03300 CAST-IN-PLACE CONCRETE Page 1 of 17 v 1. Shoring and Reshoring. Indicate proposed schedule and sequence of stripping formwork and shoring removal. D. Welding Certificates. Copies of certificates for welding procedures and personnel. E. Material Test Reports. From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: F. Material Certificates. Signed by manufacturers certifying that each of the following items complies with requirements: 1. Cementitious materials. 2. Aggregates. Provide tests per ASTM C33. Tests may be waived by Engineer if aggregates to be used have shown by actual use to produce concrete of required strength, durability, water-tightness, fire resistance and wearing qualities. Proof of satisfactory results used to waive tests of aggregates shall be less than 2 years old. 3. Form materials and form-release agents. 4. Admixtures. 5. Curing materials. 6. Bonding agents. 7. Adhesives. 8. Vapor retarders. 9. Epoxy joint filler. 10. Joint-filler strips. 11. Repair materials. 1.5 QUALITY ASSURANCE A. Installer Qualifications. An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications. A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications. An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and Section 03300 CAST-IN-PLACE CONCRETE Page 2 of 17 ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. D. Source Limitations. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. Welding. Qualify procedures and personnel according to AWS D1.4, "Structural Welding Code—Reinforcing Steel." F. ACI Publications. Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 3. ACI 211, "Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete" 4. Standards of the American Society for Testing and Material (ASTM) where applicable. G. Construction Tolerances. Cast-in-place concrete construction tolerances shall be in accordance with ACI 301. PART 2: MATERIALS 2.1 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete. Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. 2. Exterior-grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: a. High-density overlay, Class 1, or better. b. Medium-density overlay, Class 1, or better, mill-release agent treated and edge sealed. C. Structural 1, B-B, or better, mill oiled and edge sealed. d. B-B (Concrete Form), Class 1, or better, mill oiled and edge sealed. Section 03300 CAST-IN-PLACE CONCRETE Page 3 of 17 A. Chamfer Strips. Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch(19 by 19 mm), minimum. B. Form-Release Agent. Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form-release agent with rust inhibitor for steel form-facing materials. C. Form Ties. Factory-fabricated, removable or snap-off metal or glass-fiber- reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. Provide waterstops on all wall form ties. 2.2 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I/11. 1. Fly Ash: ASTM C 618, Class C or F. B. Normal-Weight Aggregate: ASTM C 33, uniformly graded, and as follows: 1. Class: Severe weathering region, but not less than 3S. 2. Nominal Normal and Maximum Aggregate Size: 3/4 inch(19 mm). C. Water: Potable and complying with ASTM C 94. 2.3 ADMIXTURES A. General. Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air-Entraining Admixture: ASTM C 260. C. Water-Reducing Admixture: ASTM C 494, Type A. D. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 2.4 VAPOR RETARDERS A. Vapor Retarder: ASTM E 1745, Class C, of one of the following materials; or polyethylene sheet, ASTM D 4397, not less than 10 mils (0.25 mm) thick: Section 03300 CAST-IN-PLACE CONCRETE Page 4 of 17 1. Nonwoven, polyester-reinforced, polyethylene coated sheet; 10 mils (0.25 mm) thick. 2. Three-ply; nylon- or polyester-cord-reinforced, laminated, high-density polyethylene sheet; 7.8 mils (0.18 mm) thick. B. Granular Fill: Clean mixture of crushed stone or crushed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passing a 1-1/2-inch (38-mm) sieve and 0 to 5 percent passing a No. 8 (2.36-mm) sieve. 2.5 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) dry. B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap- polyethylene sheet. C. Water: Potable. D. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. E. Available Products. Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: a. Spray-Cure & Seal Plus; ChemMasters. b. UV Super Seal; Lambert Corporation. C. Lumiseal Plus; L&M Construction Chemicals, Inc. d. CS-309/30; W. R. Meadows, Inc. e. Seal N Kure 30; Metalcrete Industries. f. Rich Seal 31 percent UV; Richmond Screw Anchor Co. g. Cure & Seal 31 percent UV; Symons Corporation. h. Certi-Vex AC 1315; Vexcon Chemicals, Inc. 2.6 RELATED MATERIALS A. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. B. Epoxy Joint Filler: Two-component, semirigid, 100 percent solids, epoxy resin with a Shore A hardness of 80 per ASTM D 2240. C. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. Section 03300 CAST-IN-PLACE CONCRETE Page 5 of 17 D. Epoxy-Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class and grade to suit requirements, and as follows: 1. Type II, non-load bearing, for bonding freshly mixed concrete to hardened concrete. 2. Types I and II, non-load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 3. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 2.7 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: Submit the design mixes for review at least 21 days before first use is planned. Include substantiating test data and mix design details, including aggregate gradation and source, water/cement ratio, mix proportions, air content, slump, strength and all admixtures. Substantiating data must include tests by an independent testing laboratory verifying the requirements of these specifications and shall be less than 2 years old. 1. Proportion normal-weight concrete according to ACI 211.1 and ACI 301. B. Use a qualified independent approved testing agency for preparing-and reporting proposed mix designs for the laboratory trial mix basis. C. MIX 1. Water-Retaining Structures - Walls and Slabs; Proportion normal- weight concrete mix as follows: 1. Compressive Strength(28 Days): 5000 psi (27.6 MPa). 2. Maximum Slump: 4 inches (100 min). D. MIX 2. Exterior Slabs-on-Grade, Walks, Stoops, Stairs, Pavement Slabs: Proportion normal-weight concrete mix as follows: 1. Compressive Strength (28 Days): 4000 psi (27.6 MPa). 2. Minimum Cementitious Materials Content: 540 lb/cu. Yd. (320 kg/cu. M). 3. Maximum Slump: 4 inches (125 mm). E. Cementitious Materials. Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2. Combined Fly Ash and Pozzolan: 25 percent. Section 03300 CAST-IN-PLACE CONCRETE Page 6 of 17 F. Maximum Water-Cementitious Materials Ratio: 0.42. G. Maximum Water-Cementitious Materials Ratio: 0.45 for concrete exposed to deicers, subject to freezing and thawing while moist. This includes all concrete for MIX 2. H. Air Content. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows within a tolerance of plus 1 or minus 1.5 percent, unless otherwise indicated: 1. Air Content: 5.0 percent for 1-1/2-inch- (38-mm-) nominal maximum aggregate size. 2. Air Content: 5.5 percent for 3/4-inch- (19-mm-) or 1-inch nominal maximum aggregate size. I. All concrete for this project shall be air entrained to meet the above requirements. J. Limit water-soluble, chloride-ion content in hardened concrete to 0.15 percent by weight of cement. K. Admixtures. Use admixtures according to manufacturer's written instructions. 1. Use water-reducing admixture or high-range water-reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 2.8 CONCRETE MIXING A. Ready-Mixed Concrete. Measure, batch, mix, and deliver concrete according to ASTM C 94, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3: EXECUTION 3.1 FORMWORK Section 03300 CAST-IN-PLACE CONCRETE Page 7 of 17 A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI347R as abrupt or gradual, as follows: 1. Class B, I/4 inch (6 mm). D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 1. Do not use rust-stained steel form-facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement. Section 03300 CAST-IN-PLACE CONCRETE Page 8 of 17 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located, to elevations required. 2. Install reglets to receive top edge of foundation sheet waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 3.3 REMOVING AND REUSING FORMS A. General. Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F (10 deg C) for 24 hours after placing concrete provided concrete is hard enough to not be damaged by form-removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits,joists, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1. At least 70 percent of 28-day design compressive strength. C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. 3.4 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. Section 03300 CAST-IN-PLACE CONCRETE Page 9 of 17 1. Do not add water to concrete after adding high-range water-reducing admixtures to mix. D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. E. Deposit concrete in forms in horizontal layers no deeper than 24 inches (600 mm) and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches (150 mm) into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 3.5 FINISHING FORMED SURFACES A. Rough-Formed Finish. As-cast concrete texture imparted by form-facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. Section 03300 CAST-IN-PLACE CONCRETE Page 10 of 17 B. Smooth-Formed Finish. As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch (3 mm) in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. C. Related Unformed Surfaces. At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.6 FINISHING FLOORS AND SLABS A. General. Comply with recommendations in ACI302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish. While still plastic, texture concrete surface that has been screeded and bull-floated or darbied. Use stiff brushes, brooms, or rakes. 1. Apply scratch finish to surfaces indicated and to surfaces to receive grout shaping. C. Float Finish. Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces to receive trowel finish: D. Trowel Finish. After applying float finish, apply first trowel finish and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish at locations indicated in the Drawings. E. Broom Finish. Apply a broom finish to walking surfaces, sidewalks, steps, and ramps. Section 03300 CAST-IN-PLACE CONCRETE Page 11 of 17 L Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.7 MISCELLANEOUS CONCRETE ITEMS A. Filling In. Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. B. Curbs. Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations. Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. D. Aluminum Inserts and Embeds. All aluminum materials inserted in concrete shall have the contact surface coated with bitumastic. 3.8 CONCRETE PROTECTION AND CURING A. General. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with recommendations in ACI 305R for hot-weather protection during curing. B. Formed Surfaces. Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by one or a combination of the following methods: C. Unformed Surfaces. Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by one or a combination of the following methods: 1. Moisture Curing. Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water-fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch(300-mm) lap over adjacent absorptive covers. Section 03300 CAST-IN-PLACE CONCRETE Page 12 of 17 2. Moisture-Retaining-Cover Curing. Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. b. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. C. Cure concrete surfaces to receive floor coverings with either a moisture-retaining cover or a curing compound that the manufacturer recommends for use with floor coverings. 3. Curing and Sealing Compound. Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.9 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least six months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid epoxy joint filler full depth in saw-cut joints and at least 2 inches (50 mm) deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.10 CONCRETE SURFACE REPAIRS A. Defective Concrete. Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. B. Patching Mortar. Mix dry-pack patching mortar, consisting of one part Portland cement to two and one-half parts fine aggregate passing a No. 16 (1.2-mm) sieve, using only enough water for handling and placing. Section 03300 CAST-IN-PLACE CONCRETE Page 13 of 17 C. Repairing Formed Surfaces. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discoloration that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch (13 mm.) in any dimension in solid concrete but not less than 1 inch (25 mm) in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. D. Repairing Unformed Surfaces. Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch (0.25 mm) wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch (6 mm) to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Section 03300 CAST-IN-PLACE CONCRETE Page 14 of 17 6. Repair defective areas, except random cracks and single holes 1 inch (25 mm) or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch (19 mm) clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch (25 mm) or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Engineer's approval. 3.11 WATER HOLDING STRUCTURES LEAKAGE TESTING A. All prestressed concrete water tanks shall meet water tightness guidelines noted in Technical Specification Section 03315. B. All concrete structures, other than the prestressed water tank, that are designed to hold or pass water shall be hydraulically tested after curing has completed. All structures shall be prepared for testing by plugging the outlets or providing proper standpipes. The structure shall be filled to the proper operating depth and maintained at that level for (7) days. No leakage will be allowed. C. All cracks, leaks, and irregularities shall be properly and aesthetically repaired by the contractor at no additional expense to the Owner. All repairs shall be completed to the satisfaction of the Owner. 3.12 FIELD QUALITY CONTROL A. Testing Agency. Contractor shall engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. Section 03300 CAST-IN-PLACE CONCRETE Page 15 of 17 B. Testing Services. Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency. Obtain one composite sample for each day's pour of each concrete mix exceeding 20 cu. Yd. but less than 45 cu. Yd. plus one set for each additional 50 cu. Yd. (38 cu. M) or fraction thereof. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mix, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump. ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content. ASTM C 231, pressure method, for normal-weight concrete; ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature. ASTM C 1064; one test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31M; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests. ASTM C 39; test two laboratory-cured specimens at 7 days and two at 28 days. a. Test two field-cured specimens at 7 days and two at 28 days. b. A compressive-strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at age indicated. C. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. D. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). E. Test results shall be reported in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, Section 03300 CAST-IN-PLACE CONCRETE Page 16 of 17 design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. F. Nondestructive Testing. Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as sole basis for approval or rejection of concrete. G. Additional Tests. Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other methods as directed by Engineer. END OF SECTION 03300 Section 03300 CAST-IN-PLACE CONCRETE Page 17 of 17 SECTION 03315 STRAND WOUND, PRESTRESSSED CONCRETE TANK PART I: GENERAL 1.01 DESCRIPTION A. Work Included 1. This section specifies the design qualifications for the Tank Contractor and requirements for the construction of an AWWA D110 Type I strand wound, prestressed, concrete circular tank; including all reinforcing, concrete work, prestressing, and appurtenances directly related to the tank unless otherwise specified. 2. This section also provides clarification for site work, excavation, disinfection, testing, and backfill pertaining to the tank. 3. In the event of discrepancy between this section of the Specifications and any other section of the Specifications,this section shall govern. 4. The Tank Contractor shall furnish all labor, materials, tools, and equipment necessary to construct the strand wound, prestressed concrete tank and appurtenances as indicated on the drawings, and as specified. 1.2 RELATED WORK A. Related work specified in other sections: 1. Section 02220 - Structural Excavation, Backfill and Embankment 2. Section 03051 - Cold Weather Concreting Procedures 3. Section 03052 -Hot Weather Concreting Procedures 4. Section 03230 - Earthquake Cables 5. Section 03251 - Expansion and Construction Joints 6. Section 03255 - Tank Wall Base and Top Joint 7. Section 03300 - Cast-In-Place Concrete 8. Section 03740 - Epoxy Adhesive Injection of Cracks in Concrete Members 9. Section 09910 - Tank Exterior Finishes 10. Section 10910 - Tank Appurtenances B. Description of System The tank shall consist of a cast-in-place reinforced concrete floor, a strand wrapped, cast-in-place vertical prestressed concrete wall, and a cast-in-place column supported,two-way flat slab roof. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 1 of 29 1.02 QUALITY ASSURANCE A. Qualifications and Experience 1. Singular Responsibility: It is the intent of this specification to require single party responsibility for the design and construction of the tank. The tank design and construction shall be performed by an established Tank Contractor of recognized ability, having at least ten years of experience in the design and construction of AWWA D110 Type I, strand wound prestressed concrete tanks as specified herein. The design and construction of all aspects of the foundation, floor slab, wall, prestressing, shotcrete, and roof of the prestressed concrete tank shall be performed by the Tank Contractor. The Tank Contractor may subcontract labor for reinforcing steel installation and for concrete slab finishing under the Tank Contractor's direct supervision. 2. All tank work shall be performed by a company that specializes in the design and construction of cast-in-place, vertical prestressed, strand wound prestressed concrete tanks using the method of circumferential prestress reinforcing and with proven capability of meeting all the requirements of these specifications. No company is considered qualified unless it has designed and built in its own name, or under one of its divisions, at least ten AWWA D110 Type I prestressed concrete tanks in the last ten years, five of which are located within a region with a mapped spectral response acceleration, Ss, of 1.0g or greater. The five tanks that are located in a region with an SS of 1.0g or greater must have been in successful service for at least five years. Experience in the design and construction of Type II, III or IV tanks is not acceptable. 3. The Tank Contractor shall have in its employ a design professional engineer with a minimum experience of ten years in the design of AWWA D 110 Type I tanks. The design engineer shall have been the engineer of record for a minimum of five AWWA D110 Type I tanks in the past five years. The design engineer shall have designed a minimum of five AWWA D110 Type I tanks in a region with a mapped spectral response acceleration, Ss, of 1.0g or greater in the past five years. 4. The Tank Contractor shall have in its employ for this project a team consisting of a tank superintendent, project manager, certified shotcrete foreman, prestressing foreman, each of whom shall have constructed a minimum of three AWWA D110 Type I tanks. 5. Experience in the design and construction of AWWA D110 Type 11, III or Type IV tanks, tanks having fixed wall bases, mild-steel reinforced tanks or tanks incorporating internal stressing systems or external wire wrapping (in lieu of strand wrapping) is not acceptable. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 2 of 29 6. At the time of bid the qualified Tank Contractor shall have a minimum of two operable strandwrapping and automated shotcrete machines meeting these requirements. Machines under construction shall not be considered in meeting the requirement of having two operable strandwrapping and automated shotcrete machines. Additionally, literature shall be submitted with the bid showing the proposed machinery with the recorders and a typical copy of an actual recording of the applied forces taken from one of the jobs on which such machinery has been used. Any stressing system that will not provide the substantial equivalent of the above requirements will be rejected. B. Codes & Standards All Codes shall be considered the most current version of that code unless noted otherwise. 1. ACI 301 Specifications for Structural Concrete 2. ACI 305 Hot Weather Concreting 3. ACI 306 Cold Weather Concreting 4. ACI 309R Guide for Consolidation of Concrete 5. ACI 318 Building Code Requirements for Reinforced Concrete and Commentary 6. ACI 350 Code Requirements for Environmental Engineering Concrete Structures and Commentary 7. ACI 350.3 Seismic Design of Liquid Containing Concrete Structures and Commentary 8. ACI 372R Design and Construction of Circular Wire- and Strand Wrapped Prestressed Concrete Structures 9. ACI 506R Guide to Shotcrete 10. ASTM A123/A123M Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products 11. ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete 12. ASTM A416 Standard Specification for Steel Strand, Uncoated Seven- Wire for Prestressed Concrete 13. ASTM A475 Standard Specification for Zinc-Coated Steel Wire Strand 14. ASTM A615/A615M Standard Specification for Deformed and Plain �- Carbon-Steel Bars for Concrete Reinforcement 15. ASTM A706/A706M Standard Specification for Low-Alloy Steel `. Deformed and Plain Bars for Concrete Reinforcement Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 3 of 29 16. ASTM A722/A722M Standard Specification for Uncoated High-Strength Steel Bar for Prestressing Concrete 17. ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field 18. ASTM C33 Standard Specification for Concrete Aggregates 19. ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 20. ASTM C231 Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 21. ASTM C618, Type F Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete 22. ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 Ft. — lbf/ft3) 600 KN-M/M3) 23. ASTM C920 Specification for Elastomeric Joint Sealants 24. ASTM D1056 Standard Specification for Flexible Cellular Materials — Sponge or Expanded Rubber 25. ASTM C1116/C1116M Standard Specification for Fiber-Reinforced Concrete and Shotcrete 26. ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method 27. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 Ft. — lbf/ft3) 2700 KN-M/M3) 28. ASTM D2000 Classification System for Rubber Products in Automotive Applications 29. ASCE Standard 7 Minimum Design Loads for Buildings and Other Structures 30. AWWA C652 Standard for Disinfection of Water-Storage Facilities 31. AWWA D110 Wire and Strand Wound, Circular, Prestressed Concrete Water Tanks 32. TID-7024, Dynamic Pressure on Fluid Containers of Nuclear Reactors and Earthquakes 33. US Army Corps of Engineers Specification CRD-C-572, Specification for PVC Waterstop Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 4 of 29 C. Design Criteria 1. The prestressed concrete tank shall be designed and constructed in accordance with the provisions of AWWA D110 Standard for Wire or Strand Wound Circular Prestressed-Concrete Water Tanks, Type I, ACI 350, ACI 350.3, ASCE 7 and IBC. 2. Horizontal prestressing shall be continuous. Discontinuous prestressing tendons or strands will not be allowed. 3. The Tank Contractor shall use the following loadings and requirements in the design calculation: a. Capacity: 5.3 million gallons. b. Dimensions: 205 feet inside diameter, 20.0 feet normal water depth, 22.3 8 feet overflow water depth. C. Dead Load: shall be the estimated weight of all permanent imposed loads. Unit weight of concrete 150 pounds per cubic foot; steel 490 pounds per cubic foot. d. Live Load: shall be the weight of all the liquid when the reservoir is filled to overflowing. Unit weight of liquid 62.4 pounds per cubic foot. e. Total Roof Live Load: 20 psf. f. Superimposed Roof Dead Load: 10 psf. g. Wind Loads: shall be as required by ASCE 7 h. Minimum Backfill Height from Finished Floor: 22.16 feet. i. Maximum Backfill Height from Finished Floor: 22.16 feet. j. Backfill Downward Drag Coefficient: 0.40 k. Equivalent Liquid At-Rest Pressure: 60 pcf/ft+ 0.50 x surcharge load. 1. Backfill Pressure Increase on Wall under Seismic Excitation: 7.5 psf/ft (inverted). M. Equivalent Liquid Passive Earth Pressure: 540 psf/ft+ 5.8 x surcharge load. n. Backfill Soil Density: 140 pcf. o. Lateral Vehicle Surcharge on Tank Wall: 100 psf. �- p. Foundation Loads: the tank foundation shall be proportioned so that soil pressure shall be less than the soil bearing capacity. The allowable net soil bearing capacity is 5,000 psf. Net soil bearing capacity is defined as the gross bearing capacity excluding liquid and/or soil overburden pressure. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 5 of 29 q. Settlements: Tank shall be designed for maximum total settlement of 1/2 inches and a maximum differential settlement of 1/4 inches over 50 feet horizontal distance. r. Groundwater elevation is N/A. S. Coefficient of friction will be 0.55. t. Seismic Criteria: i. Seismic Design Criteria: Seismic design shall be based on the applicable sections of AWWA D110-04, ACI 350.3, ASCE 7-10, TID 7024 and the local jurisdictional building code. Impulsive and convective forces, as well as, fluid spectral velocity shall be calculated utilizing each code and the maximum value of each component shall be used to calculate the total base shear. The wall bearing pads cannot be considered as contributing to the shear resistance during a seismic event. ii. AWWA D110-13 Design Criteria: 1. Mapped Spectral Accelerations for Short Periods, Ss: 0.716 g 2. Mapped Spectral Accelerations for 1-Second Period; S1: 0.211 g 3. Importance Factor, I: 1.5 4. Soil Class, S: N/A 5. Impulsive Structural Coefficient, R;: 3.5 6. Convective Structural Coefficient, R,: 1.0 iii. ASCE 7 Design Criteria: 1. Mapped Spectral Accelerations for Short Periods; SS: 0.879 g 2. Mapped Spectral Accelerations for 1-Second Period; Si: 0.417 g 3. Site Class: D 4. Response Modification Factor, R: 3.25 5. Long-period Transition Period, TL: 6 6. Risk Category: IV 7. Importance Factor, I: 1.5 Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 6 of 29 iv. Sloshing Height: The sloshing height shall be calculated using AWWA D110, but need not exceed the fluid displacement calculation when determined using ACI 350.3, TID 7024 or ASCE 7. The effects of the "sloshing wave" shall be accounted for by increasing the freeboard between the normal operating surface and the underside of the roof, or a roof capable of resisting the uplift of such a wave designed. A minimum freeboard height of 12 inches above the design liquid level shall be utilized. Any confined portion of the convective (sloshing) mass shall be calculated and applied as an additional impulsive mass. V. Base Restraint Cable Design: 1. The base restraint cables shall be designed for the total base shear obtained from the maximum values of impulsive and convective components and the dynamic effects of backfill. The allowable cable stress is 0.75 fpu. 2. For the total base shear obtained from the loading conditions of ASCE 7 that incorporate an overstrength factor (Omega Factor), the allowable cable stress shall be increased by 20%. The Omega factor shall be 2.0 for all loading cases. U. Vent Capacity Requirements: i. Maximum Fill Rate: 3,903 cfm. ii. Maximum Draw Down Rate: 11,880 cfm. V. Overflow Design Capacity: 70.3 MGD. 4. The Tank Contractor shall design the Type I tank core wall based on the following design criteria and requirements: a. The prestressed tank wall shall be considered as a cylindrical shell with partial edge restraint. b. Minimum cast-in-place tank core wall thickness shall be 10 inches. The core wall is that area of the wall interior to all circumferential prestressing. C. The minimum final shotcrete cover layer over the circumferential prestressing strand shall be 1.50 inches. d. The cast-in-place tank core wall shall be prestressed vertically with high-strength threadbars conforming to AWWA D110 and material requirements of ASTM A722. All vertical prestressing of the tank Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 7 of 29 wall shall be done with 1.25 inches or 1.375 inches diameter threadbars, with screw nut anchors, conforming to the material requirements in these Specifications. The maximum horizontal distance between any two vertical prestressing threadbars shall not exceed 50 inches. e. The inside face of the tank core wall shall be further reinforced at the bottom with no. 5 bars having a length not less than 40% of the total wall height and spaced, on average, no farther apart than 18 inches on centers. f. The cast-in-place tank core wall shall be supported by solid neoprene bearing pads allowing free radial movement of the wall relative to the wall footing. The walls shall be tied circumferentially to the wall footing with seismic cables consisting of hot-dip galvanized strands encased in closed cell sponge rubber sleeves. A PVC waterstop connection shall be provided between wall and wall footing. g. The minimum pad thickness under the cast-in-place tank core wall shall be 0.75 inch. h. The minimum total neoprene bearing pad width under the cast-in- place tank core wall shall be 2.5 inches. i. All neoprene or natural rubber pad sections shall be based on continuous loading values not to exceed those allowed in the neoprene design manual. j. No reduction in ring compression or tension in the cast-in-place tank core wall will be taken due to restraint at the bottom. k. The long-term prestressing losses caused by shrinkage, creep, and relaxation in the prestressed reinforcement of the cast-in-place tank core wall shall not be assumed less than 25,000 psi. 1. Friction between wall and rubber bearing pads and lateral soil pressures shall not be considered in resisting seismically generated shear forces between the wall footing and the wall between. These forces shall be resisted by positive connections taking the loads in the tangential direction only and at the same time allowing free radial motion of the wall. in. Tank wall systems based on jack-operated cable or rod type tendons, involving the circumferential movement of prestressing steel relative to the wall surface shall not be considered. Circumferential systems relying on strand cables placed inside of ducts (cast in the core wall) or manually around the exterior will not be accepted. Circumferential systems that utilize wire wrapping (in lieu of strand wrapping)will not be accepted. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 8 of 29 n. Shotcrete, precast concrete or other alternative core walls are not permitted. 5. Floor Slab a. The floor slab shall be designed as a membrane floor not less than 6 inches thick. Construction joints will only be allowed as shown on the shop drawings and as approved by the Engineer. Construction joints shall incorporate a 6 inch horizontal PVC waterstop. b. Wall footings may be constructed above or below floor grade. If required, the floor shall have thickened regions to facilitate transitions from under slab concrete pipe encasements into the floor, appurtenance loadings and shall incorporate a 2 inch recess centered below each column. The recess shall have a diameter equal to the length of the column footing minus 6 inches. C. Minimum concrete cover to the tank interior and sub-base material shall be no less than 2" and 3", respectively. d. Minimum cross sectional area ratio of floor reinforcement to concrete shall be 0.5%. e. The floor concrete shall incorporate a shrinkage reducing admixture. f. Polypropylene or cellulose fibers may be used at the Tank Contractor's discretion. 6. Cast-in-Place Concrete Two Way Slab with Concrete Columns a. The roof shall be cast-in-place, flat-slab reinforced concrete with a minimum thickness of 9 inches. b. The roof shall be of flat-slab two-way action design, constructed of cast-in-place concrete, shall incorporate drop panels and shall be supported by interior columns. C. The interior columns shall have a minimum diameter of 18 inches. d. Columns shall be reinforced with vertical and spiral reinforcement. e. The roof shall be supported by solid neoprene or natural rubber bearing pads, according to the specifications herein, allowing free radial movement of the wall and roof. A seismic connection between the roof and wall shall be incorporated. The connection shall permit free radial movement of the wall and roof, and shall be capable of directing and resisting the shear load tangential to the wall. i. All neoprene or natural rubber pad sections shall be based on continuous loading values not to exceed those allowed in the neoprene design manual. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 9 of 29 ii. The minimum bearing pad thickness under roof slab shall be 1/2 inch. iii. The minimum total pad width under roof slab shall be 2 inches. iv. The remaining voids between wall and roof, not taken up by the solid neoprene or natural rubber pads, shall be filled with closed cell rubber pads and soft mastic to ensure a substantially unrestrained free movement of wall and roof. f. Non-prestressed steel-reinforced concrete flat slabs shall conform to the applicable requirements of ACI 350, including sanitary environmental durability coefficients factor with special attention to crack control. g. The design shall provide a weather-tight roof to minimize cracking and to prevent leakage and contamination of the contents. Consideration shall be given for the exposure conditions. Reinforcement of concrete slabs shall also be provided to resist temperature stresses. h. Alternate roof designs such as post-tensioned, pre-tensioned, precast, dome, flat slab roofs without drop panels or waffle type roofs shall not be considered. 1.03 SUBMITTALS A. Submittal Required with Bid 1. Tank Contractors shall submit preliminary design drawings and calculations showing the dimensions of the tank, details of the type of construction, strand wound prestressing methods, and sizes of principal members. The drawings and calculations shall be of sufficient detail to show compliance with the specification and all required standards and shall be signed and sealed by an Engineer registered in the state the tank is to be constructed. The registered Engineer shall certify the design is in conformance with AWWA D110, Type I. 2. Tank Contractors shall submit an experience record for the tanks they have designed and built in their own name or one of their divisions meeting the Qualifications and Experience criteria identified in Section 1.02 A.1 and 1.02 A.2. The record shall include the Tank Contractor's experience in the design and construction of vertically prestressed cast-in-place, strand wound, prestressed concrete tanks conforming to AWWA D110, Type I. The record shall also indicate the size of the tank, mapped seismic acceleration for short periods (Ss), the name and address of the Owner, the year of construction, and the name of the Engineer for each project. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 10 of 29 3. Tank Contractors shall submit the name of the tank designer currently in their employ, and his/her experience as the designer of record for AWWA D 110 Type I tanks, meeting the requirements of Section 1.02 A.3.The record shall also indicate the size of the tank, mapped seismic acceleration for short periods (Ss), the name and address of the Owner, the year of construction, and the name of the Engineer for each project. 4. Tank Contractors shall submit the resumes for each member of the project team including the tank superintendent, project manager, shotcrete foreman, and strand-winding foreman that will be used for this project, meeting the requirements of Section 1.02 A.4. 5. Experience in the design and construction of AWWA D110 Type II, III or IV tanks, tanks having fixed wall base, a mild-steel reinforced tank or a tank incorporating internal stressing systems or external wire wrapping (in lieu of strand wrapping) is not acceptable. 6. The Contractor shall submit descriptive literature of the strand wrapping, the vertical prestressing, and the automated shotcrete machinery meeting all of these specification requirements. Include in such data photographs or prints of the means of recording of both the circumferential and vertical prestressing applications and copies of actual photographs, print-outs or other records of applied wrapping forces (as well as force-elongation diagrams if available) taken from jobs in which the machinery has been used. 7. The Contractor shall submit a written statement indicating that it has a minimum of two operable strandwrapping and automated shotcrete machines meeting these specifications. 8. Failure to submit any of the above with the bid will cause the bid to be considered non-responsive and the bid will be rejected. In addition, the Contractor's bid will be rejected if the listed Tank Contractor's drawings and technical documents are not in conformance with the technical requirements of the project specifications. B. Design Submittal after Execution of Contract 1. Design calculations and drawings in quadruplicate, showing details and procedures of construction, shall be submitted to the Engineer for approval after execution of the Contract. After approval by the Engineer, one set of the drawings and calculations will be returned to the Tank Contractor, and any changes found necessary by the Engineer shall be made by the Tank Contractor. 2. Approval by the Engineer of the drawings and calculations submitted by the Tank Contractor will not in any way relieve the Tank Contractor of full responsibility for the accuracy and completeness of the drawings and calculations. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 11 of 29 3. Design calculations and drawings shall be stamped by a professional engineer meeting the requirements of Section 1.02.A.3, and registered in the state of Montana. C. Construction Submittals for Review Prior to Use 1. Design proportions for all concrete and shotcrete. Concrete strengths of trial mixes. 2. Admixtures to be used in the concrete or shotcrete and their purpose. 3. Reinforcing steel shop drawings showing fabrication and placement. 4. Catalog cuts or shop drawings of all appurtenances, i.e. hatch, vent, ladders, waterstops. 1.04 GUARANTEE The Tank Contractor shall guarantee the structure against defective materials or workmanship for a period of one year from the date of completion. If any materials or workmanship prove to be defective within one year, they shall be replaced or repaired by the Tank Contractor at the Tank Contractor's expense. PART 2—MATERIAL 2.01 CONCRETE A. Concrete shall conform to ACI 301. B. Cement shall be Portland cement Type I or Type IUV. C. Admixtures, other than air-entraining, superplasticizers, shrinkage reducing and water reducing admixtures will not be permitted unless approved by the Engineer. D. Concrete for tank wall and roof construction shall have a minimum compressive strength of 4,500 psi at twenty-eight days and a maximum water to cementitious ratio of 0.42. E. Concrete for the tank floor, footings, pipe encasement, and all other work shall have a minimum compressive strength of 4,000 psi at twenty-eight days, shall not be air-entrained and have a maximum water to cementitious ratio of 0.42. The coarse and fine aggregate shall meet the requirements of ASTM C33. Coarse aggregate shall be No. 67 with 100% passing the 1 inch sieve. Superplasticizers, water-reducing, and shrinkage reducing (if applicable) admixtures shall be incorporated into the floor concrete. If fibers are used, they shall be virgin polypropylene or cellulose fibers, Microfiber by Grace, Fibermesh 150 by Propex, U1traFiber 500 by Buckeye, or equal. Fiber lengths shall be a maximum of 1/4 inches. The amount of fibers added to the concrete mix shall conform to the Manufacturer's recommendations. F. Proportioning for concrete shall be in accordance with ACI 301. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 12 of 29 G. All concrete shall have a maximum water soluble chloride ion concentration of 0.06% by weight of cementitious material. 2.02 SHOTCRETE A. Shotcrete shall conform to ACI Standard 506, except as modified herein. B. The wet mix process shall be employed for shotcreting. C. Shotcrete used for covering prestressed strand shall consist of not more than three parts sand to one part Portland cement by weight. Additional coats of shotcrete shall consist of not more than four parts sand to one part Portland cement by weight. Polypropylene fibers shall be included in the shotcrete used for the finish cover coat. Fibers shall be Fibercast 500 by Propex, Fibermesh or equal. Fibers shall be virgin polypropylene and comply with ASTM C-1116 performance level I. Fiber length shall be 1/4 inch. The amount of the fibers added to the shotcrete used for the finish cover coat shall conform to the Manufacturer's recommendations. Fly ash may be incorporated into the finish cover coat. Fly ash shall conform to ASTM C618, Type F. Shotcrete shall have a minimum strength of 5,000 psi at twenty-eight days and have a maximum water to cementitious ratio of 0.42. D. Rebound material shall not be reused in any form for shotcrete. E. If used by the Tank Contractor, the total volumetric air content of the shotcrete before placement shall not exceed 7% (±1%) as determined by ASTM C-173 or ASTM C-231. F. Fine Aggregates: 1. The fineness modulus shall be between 2.7 and 3.0. A well-graded coarse sand shall be used for all shotcrete applications. 2. The gradation for the fine aggregates shall adhere to the "Grading No. 1" requirements listed in "Table 1.1 — Grading Limits for Combined Aggregates" of ACI 506. G. All shotcrete shall have a maximum water soluble chloride ion concentration of 0.06% by weight of cementitious material. 2.03 REINFORCING STEEL A. Reinforcing steel shall be new billet steel Grade 60, as shown on the Drawings, meeting the requirements of ASTM A615. Welded wire fabric and weldable reinforcing steel shall conform to ASTM A185 and ASTM A706, respectively B. Reinforcing steel shall be accurately fabricated and shall be free from loose rust, scale, and contaminants, which reduce bond. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 13 of 29 C. Reinforcing steel shall be accurately positioned on supports, spacers, hangers, or other reinforcements and shall be secured in place with wire ties or suitable clips. Rebar chair supports may be either steel with plastic tips, turned up legs or plastic. D. Circumferential reinforcing shall be continuous through vertical joints of prestressed walls. E. Continuous reinforcing is required through floor and roof joints, where applicable, shall have a Class 1 galvanized coating in accordance with ASTM A767 without chromate. 2.04 BASE RESTRAINT CABLES A. The tank designer shall use base restraint cables to resist earthquake and/or wind loads. Base restraint cables shall be hot-dip galvanized seven-wire strand and shall be manufactured in accordance with ASTM A416 prior to galvanizing, and ASTM A475 after galvanizing. Only seven-wire strand will be allowed. B. Hot-dip galvanized seven-wire strand shall have a nominal strand diameter of 0.375 in, 0.50 in or 0.60 in. 0.375 inch diameter strand shall have an MUS after galvanization of 21.36 kips and a min. yield at 1% extension of 15.60 ksi. 0.50 inch diameter strand shall have an MUS after galvanization of 38.25 kips and a min. yield at 1% extension of 28.00 ksi. 0.60 inch diameter strand shall have an MUS after galvanization of 54.20 kips and a min. yield at 1% extension of 40.70 ksi. All strands shall have a minimum of weight of zinc coating of 0.85 ounces per square foot. C. Neoprene sleeves for base restraint cables shall be closed-cell conforming to ASTM D1056, Type 2, Class A, and Grade 3. The sleeves shall have a compression deflection limited to 25% at 9 to 13 psi, hardness of 60 to 80 durometer, a minimum tensile strength of 175 psi, a minimum elongation of 180%, and a maximum compressive set of 35%. 2.05 MORTAR FILL AND NON-SHRINK GROUT A. Mortar fill and non-shrink grout shall have a minimum compressive strength of 4,500 psi at twenty-eight days, have a maximum water to cementitious ratio of 0.42 and meet all requirements for concrete contained in this specification. D. Portland cement grout will not be accepted. 2.06 HIGH-STRENGTH THREADBARS A. Deformation of the threadbar shall form a screw-thread suitable for mechanically coupling lengths of threadbar and for positive attachment of anchor assemblies. B. Deformations shall conform to ASTM A-722, Type II requirements and shall be uniform such that any length of bar may be cut at any point and the internal threads of a coupling designated for that size of bar can be freely screwed on the bar. The bars and their deformations shall be hot rolled. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 14 of 29 C. In order to provide reduced relaxation, more uniform elastic modulus and reduced residual stress in the critical thread area, only threadbars that are stress relieved after the threads are formed will be accepted. All threadbars shall be proof stressed after stress relieving and threading. Threadbars with cold rolled threads or threadbars with quenched or tempered steels will not be permitted. Threadbars shall have a maximum carbon content of 0.55%. Only manufacturers with not less than five years of experience, under their current name, in the manufacturing of post-tensioning material meeting all the requirements'of this specification will be accepted. 2.07 DUCTS FOR VERTICAL THREADBARS A. Duct enclosures for vertical prestressing steel shall be standard 1.25 inches or 1.50 inches diameter PVC pipe Class 160 or Class 200, respectively, unless otherwise specified in the drawings. B. All ducts shall be provided with PVC ball valves to facilitate the injection of epoxy after prestressing. C. All connection details shall be as shown on the drawings. 2.08 EPDXY GROUT FOR VERTICAL THREADBARS A. The vertical threadbar system shall offer complete two part epoxy protection of the prestressing steel inside ducting and anchors. B. Portland cement grout will not be accepted. 2.09 CIRCUMFERENTIAL PRESTRESSING STEEL A. Steel for prestressing shall be hot-dip galvanized seven-wire strand. B. Galvanized strand shall meet the requirements of ASTM A416 with zinc coating for galvanizing meeting the requirements of ASTM A641/641M or ASTM A475. Each wire shall be individually hot-dip galvanized before being stranded. The minimum weight of zinc coating per unit area of uncoated wire surface area shall be no less than 0.85 ounces per square foot. C. Splices for horizontal prestressed reinforcement shall be ferrous material compatible with the reinforcement and shall develop the full strength of the strand. Strand splice and anchorage accessories shall not nick or otherwise damage the prestressing. 2.10 ANCHORAGES FOR VERTICAL POST-TENSIONING THREADBARE A. All post-tensioned prestressing shall be secured at the ends by means of approved permanent anchoring devices, which shall hold the prestressing steel at a force not less than 95% of the guaranteed minimum tensile strength of the prestressing steel. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 15 of 29 B. The load from the vertical prestressing anchoring device shall be distributed to the concrete through steel bearing plates of dimensions and details shown on the Drawings. C. All vertical prestressing anchor plate dimensions, all dimensions relating to the conical hole in the top and bottom of the bearing plate (35 degree cone angle with the vertical), all steel tubing attached to the top bearing plate, and all threadbar spacing shall strictly conform to the details shown on the drawings. D. Fully threaded anchor connections shall be used at both ends of the vertical prestressing bar, which shall incorporate a spherical shaped bearing surface to match the conical surface in the bearing plate. E. The contact point of the spherical shaped vertical prestressing bearing surface to conical hole shall be approximately 1/4 inch to 1/2 inch below the bearing plate surface. F. Wedge anchors shall not be used for permanent anchor hardware. , 2.11 ANCHOR POCKETS FOR VERTICAL THREADBARS A. Anchor pockets for vertical prestressing threadbars shall consist of steel cans, hot- dip galvanized after cutting (unless shown otherwise on the drawings) and subsequently welded to the top bearing plate. B. Anchor pockets shall be adequately sealed from moisture and concrete intrusion by wooden lids and 2 inch wide plastic adhesive tape. C. Anchor pockets for vertical prestressing threadbars shall have adequate provisions for flushing of ducts with water during concrete placement. 2.12 ELASTOMERIC MATERIALS A. A 9-inch minimum waterstop with centerbulb shall be polyvinyl chloride meeting the requirements of the Corps of Engineers Specification CRD-C 572. Splices shall be made in accordance with the Manufacturer's recommendations subject to the approval of the Engineer. Waterstop shall be manufactured by Greenstreak Plastic Products Company, Inc., or equal. B. Bearing pads shall be neoprene and have a minimum thickness of 0.75 inch. Neoprene bearing pads shall have a hardness of 40 durometer, a minimum tensile strength of 1,500 psi, a minimum elongation of 500%, and a maximum compressive set of 50%. Pads shall meet the requirements of ASTM D2000 Line Call-Out M 2 BC 410 Al 4 B14 or M 2 BC 414 A14 C12 F17 for 40 durometer material. C. Sponge filler shall be closed-cell neoprene or rubber conforming to ASTM D1056, Type 2, Class A, and Grade 1 or 3. Compression deflection limited to 25% at 2 to 5 psi. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 16 of 29 D. Polysulfide or polyurethane sealant will be a two or three component elastomeric compound meeting the requirements of ASTM C920. Sealants shall have permanent characteristics of bond to metal surfaces, flexibility, and resistance to extrusion due to hydrostatic pressure. Air cured sealants shall not be used. E. The remaining voids below the wall, not taken up by the solid neoprene or natural rubber pads, shall be filled with closed cell rubber pads and soft mastic to ensure a substantially unrestrained free movement of wall and roof. 2.13 EXTERIOR COATINGS A. A decorative coating shall be applied to the above grade exterior wall surfaces using two coats of a non-cementitious, high build, 100% acrylic resin polymer such as "Tammscoat Smooth" textured protective coating, "Tnemec Envirocrete 156", "Sherwin Williams Loxon XP WP" or equal. B. See Technical Specification 09910.2.1 for tank coating below finished grade. 2.14 APPURTENANCES A. The Site work or Tank Contractor shall provide and install all appurtenances as shown on the drawings. Appurtenances shall include the following: 1. Inlet Pipe: 42" DI 2. Outlet Pipe: 42" DI 3. Overflow Piping and Weir: N/A 4. Roof Pipe Penetration: 8" diameter flange x plain end, type 304 stainless steel pipe with seep ring. 5. Bearing Pad: See Technical Specification Section 03255.2.2.B. 6. Roof Hatches: A 4 feet x 8 feet minimum rectangular aluminum hatch with lockable, hinged cover and curb frame. The hatch shall have a lift handle, padlock tab, padlock and a cover hold open mechanism. All hardware shall be aluminum or stainless steel. The lid shall be a shoe box style with 2" overlap of lid. Location of hatches are shown on drawings. Hatch shall be USF Fabrication Inc. special hatch FPS 625- 48 x 96 aluminum with special frame, tamperproof exterior, staple and SS316 gas shock, and lockable or approved equal. A 3 feet x 3 feet minimum square aluminum hatch with lockable, hinged cover and curb frame. The hatch shall have a lift handle, padlock tab, padlock and a cover hold open mechanism. All hardware shall be aluminum or stainless steel. The lid shall be a shoe box style with 2" overlap of lid. Location of hatches are shown on drawings. Hatch shall be USF Fabrication Inc. FPS 625- 36 x 36 aluminum with special frame, tamperproof exterior, staple and SS316 gas shock and lockage or approved equal. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 17 of 29 7. Roof Ventilator: Fiberglass or aluminum, with #24 stainless steel insect mesh, minimum diameter 2 feet. 8. Interior Ladder: The ladder shall extend from the floor to the hatch. The ladder shall be made out of 6061-T6 aluminum and have an OSHA- approved stainless steel fall prevention device consisting of a sliding, locking mechanism and safety belt. Location as shown on the drawings. 9. Davit Crane Curb: Location shown on the drawings. PART 3—CONSTRUCTION 3.01 SAFETY A. Every precaution shall be taken to keep personnel and visitors outside the prestressing area. B. At no time shall anyone stand in the line of stressed strand. C. No personnel are allowed outside of the tank, other than the prestressing crew, within 100 feet from the wrapping operation. Additional precautions shall be taken by Tank Contractor should specified clearance not be available. D. Where access to the site by unauthorized persons is outside the Tank Contractor's control, while prestressing work is in progress, Tank Contractor shall erect protective fencing. E. Tank Contractor to conform and enforce all Local and Federal OSHA safety rules and regulations. 3.02 CLEARING, GRUBBING,AND STRIPPING A. All trees, shrubs, brush, stumps, roots, and other unsuitable material shall be removed to a minimum distance of 10 feet outside the edge of the tank foundation, plus additional areas necessary for the tank construction. The limits of clearing shall be as shown on the drawings and/or as approved by the Engineer. B. No burning will be allowed unless approved by the Engineer and local authorities. All trees and vegetation shall be disposed of off-site, unless approved otherwise by the Engineer. C. All topsoil shall be stripped from the proposed construction work area and stockpiled on site. 3.03 EXCAVATION AND BACKFILL A. The Site Work Contractor shall excavate to such depths and widths to provide adequate room for tank construction. A minimum working area of 10 feet beyond the circumference of the tank foundation at an elevation 12 inches below the top of the tank foundation shall be provided. Excavated material may be used as Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 18 of 29 suitable backfill material and stockpiled on site if acceptable per the geotechnical report. B. The excavation shall be dewatered as required during construction. The dewatering method used shall prevent disturbance of the tank foundation soils. C. The Site Work Contractor shall excavate rock, if encountered, to the lines and grades indicated on the drawings, or as directed by the Engineer. Rock excavation shall be measured separately and paid for by the unit price item for rock excavation indicated in the bid. The pay limit for rock in the area of the tank shall be carried out to 10 feet beyond the circumference of the tank foundation and at an elevation of 12 inches below the tank foundation. D. In the event the subgrade material is disturbed or over excavated by the Site Work Contractor during excavation, it shall be removed and replaced with compacted select fill, at the Site Work Contractor's expense. E. If, in the opinion of the Engineer, the subgrade is unsuitable for the foundation, the Engineer shall direct that it be removed by the Site Work Contractor and replaced with compacted select fill. Unsuitable material and compacted select fill shall be measured separately and paid for by the unit price indicated in the bid. F. After excavation is complete, the bottom of the excavation shall be proof rolled and leveled as directed by the Engineer before the compacted select fill is placed. The Engineer shall inspect the subgrade for conformance with the original geotechnical report and its suitability for the tank foundation. Before any select fill is to be placed against rock surfaces, the rock shall be relatively free of all vegetation, dirt, clay, boulders, scale, excessively cracked rock, loose fragments, ice, snow, and other objectionable substances. All free water left on the surface of the rock shall be removed. G. A leveling base material consisting of a minimum 6 inch thick layer of compacted select fill shall be placed beneath the entire tank foundation. Select fill shall consist of a clean, well graded, angular or sub-angular, 3/4" (maximum) base material. The base material shall permit free drainage without the loss of fines or intermixing with subgrade material by limiting the amount of material that passes the No. 200 sieve to a maximum 8 percent by weight of the total base material. Select fill shall be placed in layers not exceeding 6 inches and compacted to a minimum density equal to 95% of the maximum laboratory density in accordance with ASTM D1557. Field testing for density achieved shall be in accordance with ASTM D1556 or D2922. H. The Site Work Contractor shall provide a perimeter drainage system as described below and shown on the drawings. 1. A 6 inch diameter perforated schedule 40 PVC pipe shall be used for the tank foundation perimeter drainage system. All such piping shall be encased in approved drain rock as specified herein. The pipe shall be wrapped with an approved non-woven geotextile filter fabric material prior to its installation. Alternately, a heavy duty perforated tubing or Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 19 of 29 perforated highway tubing, meeting AASHTO-M-252 and wrapped with an approved nylon screen material, may be used. Products that meet these criteria include "DrainGuard", as manufactured by ADS, INC., Madera, CA (phone #209-674-0054) or CONSTRUCTION SPECIALTIES COMPANY, San Diego, CA. 2. Prior to placing the 6 inch (min) coarse aggregate base or drain rock, the compacted subgrade base and perimeter drainage trench shall be lined with a 30 mil. PVC Liner using waterproof joints. 3. Laps shall be sealed by glue at all joints in accordance with the Manufacturer's instructions. 4. Placement of the 30 mil liner shall start at the outside circumference of the tank and be carried into the center of the tank. 5. The Tank Contractor shall not puncture and/or drive stakes through the membrane unless an acceptable method of liner repair is utilized. I. The surface elevation of the leveling base shall be fine graded to a tolerance of plus zero inches to minus 1/2 inch over the entire foundation areas. Fine grading tolerances for floor pipe encasements shall be plus zero inches to minus 6 inches. J. The tank shall be backfilled and rough graded to the contours shown on the drawings by the Site Work Contractor as approved by the geotechnical engineer. Unless other material is specified by the Engineer, materials used for backfilling shall be suitable on site material. All fill materials for backfill shall be approved by the Engineer and/or Owner and Geotechnical Engineer. 1. Frozen material shall not be used for backfill nor shall fill material be placed on snow, ice, or frozen material. Rock or concrete spoils (greater than 4 inches) shall not be used in backfill within 5 feet of the tank wall. 2. Backfill shall be placed in successive uniform layers not exceeding 8 inches, and shall be compacted to 100% of the maximum laboratory density in accordance with ASTM D1557. 3. Only hand-operated, light- weight earth moving equipment may be operated on the backfill material within a distance of 5 feet from the tank. 4. Earth moving equipment limited to a maximum size and weight of a CAT D4 dozer and CAT 928G wheel loader can be operated on the backfill material beyond a 5 foot distance from the tank wall. 3.04 FLOOR A. The floor and wall footings shall be constructed to the dimensions shown on the Approved Shop Drawings. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 20 of 29 B. Prior to placement of the floor reinforcing, a 6 mil polyethylene moisture barrier shall be placed over the leveling base material. Joints in the polyethylene shall be overlapped a minimum of 6 inches. C. Prior to placement of the floor concrete, all piping that penetrates the floor shall be set and encased in concrete. D. The vertical waterstop shall be placed and supported so that the bottom of the center bulb is at the elevation of the top of the footing. The waterstop shall be supported without puncturing any portion of the waterstop other than pre- manufactured holes, grommets or hog rings for tying at 12 inches o.c.. The waterstop shall be spliced using a thermostatically controlled sealing iron and each splice shall be inspected using a penknife prior to encasement in concrete. Spark testing of the welded joint shall not be permitted. E. Floors over 20,000 sq. ft. in surface area, at the option of the Tank Contractor, may have one or more construction joints. Such construction joints shall be approved by the Engineer prior to placement and shall include a continuous waterstop and galvanized or epoxy coated reinforcement through joint. F. The floor shall be cured by applying one coat of curing compound, curing blankets and/or flooding with water, and shall remain saturated for a minimum of seven days. 3.05 CAST-IN-PLACE CORE WALL A. The wall design shall be such that wall sections can be poured full height without creating horizontal cold joints. B. Pouring of walls shall be done only through pour openings on one side of the wall. The pour openings size shall be 18 inches x 18 inches and the horizontal distance between such openings shall not exceed 96 inches nor shall the distance between the pour opening and the bulkhead for the vertical joint exceed 36 inches. C. Under no circumstance shall the forming be such that the drop of concrete in the forms will exceed 8 feet in any one place. D. The out of round tolerance is: 3/4 inch in 50 feet, 3/8 inch in 10 feet and 3/16 inch in 24 inches from the true curvature specified at any point on the wall. E. The maximum permissible variation in the vertical alignment, from the bottom to the top of the wall, is plus or minus 3/8 inch. F. The allowable tolerance in the average wall thickness for poured walls shall not vary more than 1/8 inch either way. All transitions from plus to minus shall be gradual, even and smooth, and without abrupt changes in the surfaces. G. Removal of wall forms shall not be started any sooner than twelve hours of accumulated time with the ambient air temperature above 50°F after completion of the wall pour. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 21 of 29 3.06 COLUMNS AND COLUMN FOOTINGS A. The columns and column footings shall be constructed as shown on the approved shop drawings. B. All column footings shall project above the floor and not below the floor. The size of these footings shall be determined based upon the soil bearing capacity. C. Any reinforcing steel added to the floor steel shall be without laps. The addition of such bars shall result in an even spacing of reinforcing bars including the floor reinforcing bars. D. Concrete in circular spirally-tied columns, having no horizontal reinforcing crossing into the region bounded by the vertical reinforcement, may be deposited from the top of the column form such that no separation of the coarse aggregate from the mortar takes place. E. Removal of column forms shall not be started any sooner than twelve hours of accumulated time with the ambient air temperature above 50°F after completion of the column pour. 3.07 CAST-IN-PLACE ROOF CONSTRUCTION A. Roofs over 20,000 sq. ft. in surface area may, at the option of the Tank Contractor, have one or more construction joints. Such construction joints shall be approved by the Engineer prior to placement and shall include a continuous waterstop and galvanized or epoxy coated reinforcement through joint. B. The roof and drop panels shall be constructed to the dimensions and slope provided on the approved drawings. Provisions shall be made to ensure proper slope and reinforcing cover. C. Roof formwork shall not vary from slope shown, more than 1/4 inch in 10 feet or 1/2 inch maximum in 20 feet or more. 3.08 CONCRETE A. All concrete shall be conveyed, placed, finished, and cured as required by pertinent ACI standards. B. Weather Limitations 1. Unless specifically authorized in writing by the Engineer, concrete shall not be placed without special protection during cold weather when the ambient temperature is below 35 degrees Fahrenheit and when the concrete is likely to be subjected to freezing temperatures before initial set has occurred and the concrete strength has reached 500 psi. Concrete shall be protected in accordance with ACI 306. The temperature of the concrete shall be maintained in accordance with the requirements of ACI 301 and Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 22 of 29 ACI 306. All methods and equipment for heating and for protecting concrete in place shall be subject to the approval of the Engineer. 2. During hot weather, concreting shall be in accordance with the requirements of ACI 305. 3. Placement of concrete during periods of low humidity (below 50%) shall be avoided when feasible and economically possible, particularly when large surface areas are to be finished. In any event, surfaces exposed to drying wind shall be covered with polyethylene sheets immediately after finishing, or flooded with water, or shall be water cured continuously from the time the concrete has taken initial set. Curing compounds may be used in conjunction with water curing, provided they are compatible with coatings that may later be applied, or they are degradable. C. Finishes The tank shall be given the following finishes: l. The floor slab shall receive a mechanical hard-trowel finish. The top of the wall footing, exterior to the waterstop, shall receive a steel trowel or magnesium trowel finish. 2. Column footings shall receive a steel trowel finish on the top surface and a form finish on the sides. 3. Columns shall have a form finish. 4. The interior surface of the tank wall shall have a form finish. 5. The top surface of the roof shall receive a light broom finish and a form finish on the bottom and edge surfaces. 6. Exterior shotcrete shall receive a natural gun/nozzle finish. D. Curing Concrete shall be cured using water methods, sealing materials, or curing compounds. Curing compounds shall not be used on surfaces to which decorative coatings, mortar, or shotcrete is to be applied. Curing compounds used within the tank shall be suitable for use with potable water. E. Testing 1. For all concrete, two sets of five cylinders for the first 50 cubic yards, and one set of five cylinders for every 100 cubic yards thereafter placed in the same day. Two cylinders shall be tested at seven days, two at twenty-eight days, and one held as a spare. 2. Slump, air content and temperature testing shall be performed on each truck where cylinders are taken. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 23 of 29 3. All concrete testing shall be in accordance with ASTM C31 and C39, at the expense of the General Contractor, and shall be conducted by an independent testing agency approved by the Engineer. 3.09 SHOTCRETING A. Weather Limitations 1. Shotcrete shall not be placed in freezing weather without provisions for protection against freezing. Shotcrete placement can start without special protection when the temperature is 35 degrees Fahrenheit and rising, and shall be suspended when the temperature is 40 degrees Fahrenheit and falling. The surface to which the shotcrete is applied shall be free from frost. Cold weather shotcreting shall be in accordance with ACI 506, ACI 301 and ACI 306. 2. Hot weather shotcreting shall be in accordance with the requirements of ACI 506, ACI 301 and ACI 305. B. Coating Over Prestressing Strand 1. Each prestress strand shall be individually encased in shotcrete. Shotcrete thickness shall be sufficient to provide a clear cover over the strand of at least 3/8 inch. 2. Finish cover coat shotcrete shall be applied as soon as practical after the last application of strand coat. 3. The minimum final shotcrete cover over the outermost prestressing strand layer shall be 1.5 inches. C. Placement of Shotcrete 1. Shotcrete shall be applied by automated shotcrete equipment using the wet mix process only. Nozzles shall be kept mounted on power driven machinery enabling the nozzle to travel parallel to the surface to be sprayed at a uniform linear or bi-directional speed. The nozzle shall be kept at a uniform constant distance from the surface, always insuring a right angle spray of the material to the surface. The high velocity impact shall be developed pneumatically by injecting compressed air at the nozzle. 2. Shotcrete shall be applied by an ACI 506 certified nozzleman. 3. For localized touchup, manually applied shotcrete is allowed. The shotcrete nozzle shall be held at a small upward angle not exceeding 5 degrees and constantly moving during application in a smooth motion with the nozzle pointing in a radial direction toward the center of the tank. The nozzle distance from the prestressing shall be such that shotcrete does not Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 24 of 29 build up or cover the front face of the strand until the spaces behind and between the prestressing elements are filled. D. Curing 1. Shotcrete shall be cured using water curing methods, sealing materials or curing compounds at the option of the Tank Contractor. Curing compounds shall not be used on surfaces to which decorative coatings, mortar or shotcrete is to be applied. Intermediate layers of shotcrete shall be kept damp by water curing or other means no sooner than twelve hours after the shotcrete has been applied. 2. Water curing is not required should additional shotcrete be applied on the entire wall surface within the following twelve hours. 3. Indiscriminate use of continuous water cure for intermediate layers shall be avoided. 4. Complete shotcrete surfaces, which do not receive any additional coatings, may be water cured for a period of at least seven days by encapsulating the shotcrete inside of plastic sheeting. E. Testing Shotcrete applied with an automated process shall be in accordance with ACI 301 and conform to Division 13, Section 3.08.E "Concrete Testing" of these specifications. 3.10 PRESTRESSING A. Circumferential Prestressing: 1. The circumferential stressing system shall produce a continuously, electronically (or substantial equivalent) monitored permanent stress or force recording along its full length as it is being applied and the stress variation in any strand at any point around the circumference shall not be greater than± 1.5% of the ultimate strength of the steel. In addition to this recording, any system which deflects the tensioned prestressing material between the tensioning device and the wall after it has left the tensioning device shall provide a similar continuously monitored stress or force record along its full length as it is being applied to the wall. These recordings shall show that either before or after deflection that the stress variation in the prestressing material at any point around the circumference shall not be greater than± 1.5% of the ultimate strength of the steel. 2. No manual, individual or intermittent force readings taken on wrapped strand in full bodily contact with the wall will be accepted. Force readings based on anything other than instantaneous force readings, as the strand is Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 25 of 29 being tensioned, and wrapped around the tank, will not be accepted. This requirement shall be strictly adhered to. 3. The prestressing system shall be capable of applying a continuous wrapped force at any point around the circumference within the specified tolerances. Circumferential stressing systems based on jack-operated cable or rod-type tendons will not be allowed. 4. Each reel of prestressing shall be temporarily anchored at sufficient intervals to minimize the loss of prestress in case a strand breaks during wrapping. 5. Minimum clear distance between prestressing strands is 3/8 inch or 1.5 strand diameters, whichever is greater. Any strands not meeting the spacing requirements shall be respaced. Prestressing shall be placed no closer than 2 inches from the top of the wall, edges of openings, or inserts, nor closer than 3 inches from the base of walls or floors where radial movement may occur. 6. The band of prestressing normally required over the height of an opening shall be displaced into circumferential bands immediately above and below the opening to maintain the required prestressing force. Bundling of the prestressing strand shall be prohibited. 7. Ends of individual reels shall be joined by suitable steel splicing devices capable of developing the full strength of the prestressing strand. B. Vertical Prestressing: 1. All permanent anchor hardware shall have a ball-shaped threaded nut that can be screwed down on to a matching cone-shaped bearing surface in the bearing plate after the desired tension on the anchor hardware and/or prestressing steel has been applied. 2. All vertical threadbar forces and elongations shall be simultaneously, permanently electronically monitored and recorded on graph paper from start to finish of each stressing operation. 3. All ducts shall be clean and free of water and deleterious materials that would impair bonding of the grout or interfere with grouting procedures. 4. Epoxy injection pipes shall be fitted with positive mechanical shutoff valves, which shall not be removed within the first twenty-four hours. Epoxy injecting of threadbars shall be started at the lowest grout connection. Each vertical threadbar duct shall be pumped until the entire nut at the top anchor has been covered. Pea gravel and/or clean sand may be placed (at Tank Contractor's option) in the threadbar can as a filler prior to or after epoxy pumping. 5. In cold weather, and especially during frosts, special precautions shall be taken to avoid the freezing of grout. In the event that the grouting Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 26 of 29 procedure cannot be postponed, the wall temperature shall be kept above the freezing point with hot blankets or by other approved means. 6. Upon completion of the vertical stressing and grouting operation, all anchor pocket areas above the anchor nuts shall be drypacked with a one part cement to two parts sand mortar mix or non-shrink grout immediately after the epoxy coating on the inside can surface has become, tacky, alternately, the metal can may filled with concrete aggregates and epoxy. 7. The inside surfaces of any metal cans to be drypacked shall be coated with a two part epoxy. The drypack surface shall be finished flush with the adjoining concrete surface. 8. Vertical prestressing threadbars be securely fastened in place to reinforcing steel and form ties to prevent movement during placement of concrete. Placing of vertical threadbars shall be done to proper locations, elevations and alignments, with a maximum tolerance of plus or minus 1/4 inch. All vertical threadbars shall be properly tied at the anchor plates and shall be tied with #4 bars at 2 feet intervals between the anchor plates, unless shown otherwise on the drawings. 9. All vertical threadbars shall be flushed with water from the top immediately upon completion of the wall concrete vibrating operation. 10. Cleaning of threadbars with air only, or removal of water with air from the bottom connection,will not be permitted. 11. Anchor plates shall be installed at right angles to the threadbar alignment near the anchor. Anchor plates shall be installed with long sides, if applicable, aligned parallel with the wall forms and secured to prevent rotation while wall concrete is placed. The maximum permissible misalignment of anchor plate to threadbar alignment is plus or minus 2.5 degrees. 12. Unless indicated otherwise on the drawings, the minimum concrete cover around metal anchor pockets and bearing plates shall be 1.5 inches. 3.11 ABRASIVE BLASTING A. Exterior surfaces of the concrete core wall, which will receive prestressing shall be abrasive blasted, regardless of the forming method used, by a mechanical etching or shotblast system combined with a vacuum recovery system, or a waterblasting system. Systems that have not been used successfully in the past to prepare circular tank wall surfaces for shotcreting and strandwrapping or systems which rely on sandblasting or steel shot without a vacuum recovery system will not be allowed. The surface shall be abrasive blasted sufficiently to remove all laitance, form oil or other type of coatings. The surface shall be cut to a minimum CSP5 profile, as established by the International Concrete Repair Institute (ICRI), over a minimum of 90% of the surface being prepared as measured over any 1 Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 27 of 29 foot square area. The Tank Contractor shall make available to the inspector ICRI sample coupons to assist in evaluating the abrasive cut. 3.12 EXTERIOR COATINGS A. All exterior exposed wall surfaces shall be given a two-coat finish of a non- cementitious 100% acrylic such as "Tammscoat Smooth", "Tnemec Envirocrete 156", "Sherwin Williams Loxon XP WP", or equal. B. The Owner shall select the color for the exterior.decorative wall coating. C. All Work shall be performed by workmen skilled in the application of these types of products. The Manufacturer's application instructions shall be submitted to the Engineer for approval. The Contractor shall confer with the Manufacturer's representatives regarding application techniques and shall follow the Manufacturer's instructions implicitly. D. The concrete surface to be coated shall be clean, free of all laitance, dirt, grease, or other foreign materials. All defective surfaces shall be filled and/or repaired. Application shall be in full accordance with the manufacturer's instructions or as amended by the Engineer. 3.13 DISINFECTION A. The Contractor shall, at the completion of tank construction, thoroughly clean the interior of the tank. B. The Contractor shall notify the Engineer prior to disinfecting the tank. Disinfection shall meet with the approval of the Engineer, AWWA C652, and the appropriate state agency. C. The tank floor and interior of the wall shall be disinfected by using a solution of chlorine and water per Method 3 of AWWA C652. D. Prior to placing the tank in service, two or more successive set of samples of bacteriological tests shall be taken, at 24-hour intervals, and must indicate microbiologically satisfactory water. Testing shall be by an independent testing laboratory at the expense of the contractor. 3.14 WATERTIGHTNESS TEST A. Upon completion, the tank shall be tested to determine watertightness. The tank shall be filled with potable water to the maximum level. Water will be furnished to the tank by the owner. The test shall consist of measuring the liquid level over the next twenty-four hours to determine if any change has occurred. If a change is observed and exceeds the maximum allowance, the test shall be extended to a total of five days. If at the end of five days the average daily change has not exceeded the maximum allowance, the test shall be considered satisfactory. Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 28 of 29 B. The liquid volume loss for a period of twenty-four hours shall not exceed 1/201h of 1% of the tank capacity, 0.0005 x tank volume. If the liquid volume loss exceeds this amount, it shall be considered excessive, and the tank shall be repaired and retested. C. Damp spots will not be permitted at any location on the tank wall. Damp spots are defined as spots where moisture can be picked up on a dry hand. All such areas shall be repaired as necessary. D. Measurable flow, damp spots or standing water on the wall footing are not permissible and shall be corrected. 3.15 CLEAN-UP A. The premises shall be kept clean and orderly at all times during the work. Upon completion of construction, the Tank Contractor shall remove or otherwise dispose of all rubbish and other materials caused by the tank construction operation. The Tank Contractor shall leave the premises in as good a condition as it was found. END OF SECTION Section 03315 STRAND WOUND,PRESTRESSED CONCRETE TANK Page 29 of 29 SECTION 03360 GROUT PART 1: GENERAL 1.1 WORK INCLUDED A. This section covers the uses of grout in the manholes and where indicated on the Drawings. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Manufacturer's information indicating the application, formulation, and installation procedures for each brand and type of grout to be used. 1.3 PRODUCT HANDLING A. Delivery of Materials. The Contractor shall deliver all materials to the job site in original, new and unopened containers bearing the manufacturer's name and label showing at least the following information: 1. Name or title of the material. 2. Federal Specification number, if applicable. 3. Manufacturer's stock number. 4. Manufacturer's name. 5. Contents by volume for major constituents. 6. Handling instructions. 7. Application instructions. B. Storage of Materials. The Contractor shall provide proper storage to prevent moisture contamination of, damage to, and deterioration of grout materials. C. Protection. The Contractor shall use all means necessary to protect the materials in this section before,during, and after installation to protect the work and materials of all other trades. PART 2: MATERIALS 2.1 NON-SHRINKING GROUT Section 03360 GROUT Page 1 of 4 A. Non-shrinking grout shall be Sika Grout 212, or equal. 2.2 EPDXY GROUT A. Adhesive. Two-component liquid equal to Thermal-Chem "Mortar Resin Product No. 3," Minwax "Por-Rok Epoxy Grout." B. Aggregate. As recommended by the epoxy grout manufacturer. 2.3 QUICK SETTING HYDRAULIC CEMENT A. Quick setting hydraulic cement shall be SikaSet Plug, or equal. 2.4 WATER A. Clean and free from deleterious substances. PART 3: EXECUTION 3.1 NON-SHRINKING GROUT A. General. Non-shrinking grout shall be furnished factory-premixed so only water is added at the job site. Grout shall be mixed in a mechanical mixer. No more water shall be used than is necessary to produce a flowable grout. B. Preparation. The concrete foundation to receive non-shrinking grout shall be saturated with water for 24 hours prior to grouting. C. Placement. Grout shall be placed in strict accordance with the directions of the manufacturer so all spaces and cavities below the top of baseplates or against existing concrete slabs or walls are completely filled without voids. Forms shall be provided where structural components of baseplates or launders will not confine the grout. D. Finishing. The grout shall be finished smooth in all locations where the top surface or edge of the grout will be exposed to view after it has reached its initial set. Except where shown to be finished on a slope,the edges of grout shall be cut off flush at the baseplate, bedplate, member, or piece of equipment. E. Curing. Non-shrink grout shall be protected against rapid loss of moisture by covering with wet rags or polyethylene sheets. After edge finishing is completed,the grout shall be wet-cured for at least 7 days. 3.2 EPDXY GROUT Section 03360 GROUT Page 2 of 4 A. General. Components shall be packed separately at the factory and field mixed. All proportioning and mixing of the components shall be in accordance with the manufacturer's recommendations. B. Preparation. Where indicated on the Drawings, anchor bolts and reinforcing bars shall be epoxy grouted in holes drilled into hardened concrete. Diameters of holes shall be 1/4-inch larger than the maximum dimension of the bolt head, and 1/2-inch larger than the bar diameter. The embedment depth for epoxy-grouted anchor bolts and reinforcing bars shall not be less than 10-bolt or bar diameters unless indicated otherwise on the Drawings. 1. Holes shall be prepared for grouting as recommended by the grout manufacturer. C. Installation. Anchor bolts and reinforcing bars shall be clean,dry,and free of grease or other foreign matter at the time of installation. The bolts and bars shall be set and positioned and the epoxy grout shall be placed and finished in accordance with the recommendations of the grout manufacturer. Particular care shall be taken to insure that all spaces and cavities are filled with epoxy grout, without voids. 3.3 QUICK SETTING HYDRAULIC CEMENT A. General. Contents shall be packaged at the factory and mixed with water in the field to obtain the desired consistency. Proportioning and mixing shall be in accordance with the manufacturer's recommendations. B. Preparation. The concrete area to receive quick setting hydraulic cement should be thoroughly cleaned and lightly dampened just prior to application. C. Installation. The quick setting hydraulic cement shall be placed and finished in accordance with the recommendations of the grout manufacturer. Particular care shall be taken to insure that all spaces and cavities are filled without voids. 3.4 USES OF GROUT A. Non-shrink grout shall be used beneath all equipment bases and other locations shown on the Drawings or specified herein. Grouting thicknesses and application shall meet the equipment manufacturer's requirements. B. Epoxy grout shall be used at locations shown on the Drawings or specified herein. Repair of rock pockets or surface defects in concrete work approved for repair by the Engineer shall generally be repaired with epoxy grout unless otherwise directed by the Engineer. Anchor bolts approved by the Engineer for installation in concrete Section 03360 GROUT Page 3 of 4 shall be set in epoxy grout unless otherwise directed by the Engineer. This grout shall not be used in contact with potable water. C. Quick setting hydraulic cement shall be used at locations shown on the Drawings or specified herein. All penetrations/joints in concrete manholes, vaults, or structures where a watertight seal is required shall use this type of grout. END OF SECTION 03360 Section 03360 GROUT Page 4 of 4 SECTION 03430 PRECAST CONCRETE VAULTS, MANHOLES, INLETS PART I: GENERAL 1.1 DESCRIPTION A. This section covers the construction of precast concrete structures including,but not limited to,vaults,manholes and inlets. Vaults,manholes and inlets specified herein are constructed of reinforced concrete pipe sections and precast concrete slabs. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Complete manufacturer's information covering materials used, details of intended methods of construction, and shop drawings portraying the assembled structure(s). PART 2: MATERIALS 2.1. VAULT MATERIALS A. Concrete. 1. Precast. Conforming to ASTM C478,"Precast Reinforced Concrete Manhole Sections", specifically including mandatory rejection requirements. 2. The vault slab and risers shall be designed by the manufacturer to withstand HS-20 loading. B. Joint Sealer. "Ram-nek," or approved equal. C. Grout. Conforming to Section 03360, Grout. D. Manhole Steps. Steel encased in rubber,precast into concrete;vertical load rating of 400 pounds and pull-out resistance of 1,000 pounds; 12 inches wide,set at 16 inches O.C.; M.A. Industries PSI-PF Manhole Step, or equal. E. Manhole cover and frame. Cast-iron,24-inch opening,7-inch high frame,designed for HS-20 loading. Section 03430 PRECAST CONCRETE VAULTS,MANHOLES,INLETS Page 1 of 4 F. Access Hatches. Where shown or called on the Plans, vaults shall be fitted with hinged access hatches of the type and construction shown or specified. G. Insulation. All dry vaults containing exposed piping or equipment shall be insulated as shown and specified.Insulation shall include exterior vault wall insulation,interior cover slab insulation, and lift-out insulating panels in access openings. Insulation shall comply with Section 07211, Rigid Insulation. H. Pipe penetrations. Pipes penetrating water-holding manholes and vaults, and dry manholes and vaults set in groundwater, shall be sealed according to the following requirements: 1. New PVC Sanitary Sewers. PSX boots with stainless steel clamps. 2. Existing Sewers and Process Pipes.PSX boots with stainless steel clamps or Ribbed O-ring(min.3/4" cross sectional area)in grout space;pack with low- shrinkage concrete or Non-shrink Grout Formed 1"xl" recess in interior (wetted side)vault wall, filled with Non-Sag Urethane Sealant. 3. The Contractor shall perform his/her sealing methods to assure passage of manhole/vault leakage test requirements for wetted structures. Existing pipes shall be neatly cut and beveled for connection to existing vaults. Exterior surfaces of existing pipes at penetrations shall be thoroughly cleaned to provide suitable sealing surfaces. 4. Pipe penetrations for dry manholes and vaults not submerged_ in groundwater may be sealed with low-shrinkage concrete or Non-Shrink Grout. I. Joints and Bottoms. All manholes and vaults shall have a monolithic bottom and waterproof j oints to prevent groundwater infiltration. Joints shall be CX-2 type joint with an O-ring gasket meeting the requirements of ASTM C443. J. The exterior of all manholes and vaults shall be damp proofed per Section 07150, Concrete Damp Proofing and Vapor Barriers. PART 3: EXECUTION 3.1 STRUCTURAL FILL A. Structural fill used under manholes shall be a minimum thickness of 8-inches and shall meet the requirements of Section 02220, Structural Excavation, Backfill, Fill and Embankment. 3.2 VAULT AND MANHOLE CONSTRUCTION A. Vaults shall be constructed plumb to the dimensions shown in the Drawings. Connections between the vault wall sections, adjusting rings and frame shall be Section 03430 PRECAST CONCRETE VAULTS,MANHOLES,INLETS Page 2 of 4 jointed with Ram-nek, or equal. This type of joint shall be the minimum accepted. Ultimately each manhole/vault must pass the testing requirements outlined in the Manhole Leakage Testing section below. All joints in manholes shall be grouted watertight.Manhole construction shall conform to ASTM C478,latest revision,and the rejection criteria therein. B. It shall be the Contractor's responsibility to verify the structural adequacy of the intended materials and arrangement for the loading conditions to which the manhole will be subjected. These conditions include, but are not limited to, earth loading, groundwater pressure, live loads, equipment loads,freezing and seismic conditions. This applies to both precast RCP sections provided for construction-in-place and premanufactured structures. The Owner reserves the right to require calculations stamped by a registered Structural Engineer verifying the adequacy of the structures provided for the intended application during submittal review. C. All manholes and vaults six feet or less in depth shall be standard straight manholes conforming to Standard Drawings No. 02720-4 of the Montana Public Works Specifications. 3.3 MANHOLE LEAKAGE TESTING A. General. 1. Conduct tests in the presence of and to the complete satisfaction of the Engineer. 2. Should a manhole not satisfactorily pass testing, discontinue manhole construction in the Project until such manhole does test satisfactorily. 3. The contractor may choose the type of manhole testing to be done on this project. Both exfiltration testing and vacuum testing will be acceptable. 4. Provide tools, materials (including water), equipment and instruments necessary to conduct manhole testing specified herein. a. Vacuum Testing Equipment. 1) Use vacuum apparatus equipped with necessary piping, control valves and gauges to control air removal rate from manhole and to monitor vacuum. 2) Provide an extra vacuum gauge of known accuracy to frequently check test equipment and apparatus. 3) Vacuum testing equipment and associated testing apparatus are subject to approval by the Engineer. 4) Provide seal plate with vacuum piping connections. 5. Prior to testing, clean manholes thoroughly and seal openings both to the complete satisfaction for the Engineer. Seal openings using properly sized plugs. 6. Perform testing with frames installed. Include the joint between the manhole Section 03430 PRECAST CONCRETE VAULTS,MANHOLES,INLETS Page 3 of 4 and manhole frame in the test. 7. The Contractor may elect to make a test for his/her own purposes prior to backfilling. However,only tests on installed(backfilling complete)manholes will be accepted by the Engineer. B. Vacuum Test Procedure. 1. Perform vacuum testing in accordance with the testing equipment manufacturer's written instructions. 2. Create a vacuum of 10 inches of mercury and close the valves. 3. Consider manhole acceptable when vacuum does not drop below 9 inches of mercury for the following manhole sizes and times: a. 4-foot diameter - 60 seconds b. 5-foot diameter- 75 seconds C. 6-foot diameter- 90 seconds C. Exfiltration Test Procedure.Test in accordance with ASTM C969 and the following testing procedures: 1. Completely fill manhole to the top of the frame with water. 2. Allow water-filled manhole to stand a minimum of 4 hours prior to testing to allow absorbing in materials. 3. At commencement of test, fill manhole to top lip of manhole frame. 4. During a consecutive 4-hour long period, keep an accurate record of the amount of water to be added because of exfiltration. (How much water is added to maintain the water level at the top of the frame). 5. Consider the manhole acceptable when exfiltration rate does not exceed the following rate: (0.1 gal) x (diameter in feet) x (head in feet) x (hours) For manholes set in groundwater, the head is the difference between the water surface elevation inside the manhole and the groundwater elevation. D. Repair and Retest. Determine source or sources of leaks in manholes failing acceptable limits. 1. Repair or replace defective materials and workmanship, as is the case,before conducting such additional Manhole Acceptance Tests and such subsequent repairs and retesting as required until manholes meet the test requirements. 2. Make repairs,replacements and retests at no additional expense to the Owner. END OF SECTION 03430 Section 03430 PRECAST CONCRETE VAULTS,MANHOLES,INLETS Page 4 of 4 SECTION 03740 EPDXY ADHESIVE INJECTION OF CRACKS IN CONCRETE MEMBERS PART 1: GENERAL 1.1 SCOPE A. The Contractor or his Subcontractor shall furnish all materials, tools, equipment, appliances, transportation, labor and supervision required to repair cracks in water- holding structures by the injection of an epoxy resin adhesive. 1.2 QUALIFICATIONS A. Epoxy injection shall be performed by a certified applicator. B. Contractor's/Subcontractor's operator engaged in the epoxy injection process shall have satisfactory operator experience in the methods of restoring concrete structures utilizing the specific epoxy injection process indicated. Operator's experience shall include previous repairs of cracked or damaged concrete structures, the technical knowledge of correct material selection and use,and the operation,maintenance and troubleshooting of equipment. PART 2: MATERIALS & EQUIPMENT 2.1 EPDXY RESIN ADHESIVE FOR INJECTION A. Epoxy adhesive grout shall be a 100% solids 2-part water insensitive low-viscosity epoxy resin system. Epoxy shall be suitable for grouting both dry and damp cracks. Epoxy shall develop a minimum tensile strength (ASTM D695) of 6,000 psi and a minimum compressive strength of 8,000 psi. Epoxy shall be SELECT BOND GP- 4440, as manufactured by SPC, or equal. 2.2 SURFACE SEAL A. The surface seal material is that material used to confine the injection adhesive in the fissure during injection and cure. B. The surface seal material shall have adequate strength to hold injection fittings firmly in place and to resist injection pressures adequately to prevent leakage during injection. Section 03740 EPDXY ADHESIVE INJECTION Page 1 of 4 2.3 EQUIPMENT FOR INJECTION A. The equipment used to meter and mix the two injection adhesive components and inj ect the mixed adhesive into the crack shall be portable,positive displacement type pumps with interlock to provide positive ratio control of exact proportions of the two components at the nozzle. The pumps shall be electric or air powered and shall provide in-line metering and mixing. B. The injection equipment shall have automatic pressure control capable of discharging the mixed adhesive at any pre-set pressure up to 200 psi±5 psi and shall be equipped with a manual pressure control override. C. The injection equipment shall have the capability of maintaining the volume ratio for the injection adhesive prescribed by the manufacturer of the adhesive within a tolerance of± 5 percent by volume at any discharge pressure up to 200 psi. PART 3: EXECUTION 3.1 PREPARATION A. Surface adjacent to cracks or other areas of application shall be cleaned of dirt,dust, grease, oil, efflorescence or other foreign matter which may be detrimental to the integrity of the bond between the epoxy and the injection surface. Acids and corrosives shall not be permitted. B. Entry ports shall be provided along the crack at intervals of not less than the thickness of the concrete at that location. C. Surface seal material shall be applied to the face of the crack between the entry ports. For through cracks, surface seal shall be applied to both faces. D. Enough time for the surface seal material to gain adequate strength shall pass before proceeding with the injection. 3.2 EPDXY INJECTION A. Injection of epoxy adhesive shall begin at lower entry port and continue until there is an appearance of epoxy adhesive at the next entry port adjacent to the entry port being pumped. B. When epoxy adhesive travel is indicated by appearance at the next adjacent port, injection shall be discontinued on the entry port being pumped, and epoxy injection shall be transferred to the next adjacent port where epoxy adhesive has appeared. Section 03740 EPDXY ADHESIVE INJECTION Page 2 of 4 C. Epoxy adhesive injection shall be performed continuously until cracks are completely filled. D. If port to port travel of epoxy adhesive is not indicated,the work shall immediately be stopped and the Engineer notified. 3.3 FINISHING A. When cracks are completely filled,epoxy adhesive shall be cured to sufficient time to allow removal of surface seal without any draining or runback of epoxy material from cracks. B. Surface seal material and injection adhesive runs or spills shall be removed from concrete surfaces. C. The face of the crack shall be finished flush to the adjacent concrete showing no indentations or protrusions caused by the placement of entry ports. 3.4 PRESSURE TEST A. The mixing head of the injection equipment shall be connected and the equipment run until clear uniformly mixed material flows into the purge pail. The Operator shall engage the equipment shut-off nozzle valve and subsequently bump the on-off switch while monitoring pressure on psi gauge until the pressure reaches 200 psi. Pressure gauge shall be monitored for one minute. If pressure is maintained between 190-200 psi, check valves shall be considered to be functioning properly and the injection may proceed. If pressure drops below 190 psi,Contractor shall be required to have new seals installed on the check valves and the equipment shall be subsequently retested. B. The pressure test shall be run for each injection unit at the beZD ginning and after meal break of every shift that the unit is used in the work of crack repair. C. The adequacy and accuracy of the equipment shall be solely the responsibility of the Contractor. 3.5 RATIO TEST A. The epoxy mixture ratio shall be monitored continuously while injecting by placing a strip of masking tape on the sides of the A & B reservoirs full height. After filling reservoirs,the A&B levels shall be marked and monitored while running injection machine into purge pail for a period of one minute. B. The ratio test shall be run for each injection unit at the beginning and after meal `- Section 03740 EPDXY ADHESIVE INJECTION Page 3 of 4 break of every shift that the unit is used in the work of crack repair. 3.6 PROOF OF RATIO AND PRESSURE TEST A. At all times during the course of the work the Contractor shall keep complete and accurate records available to the Engineer of the pressure and ratio tests specified above. B. In addition,the Engineer at any time without prior notification of the Contractor,may request the Contractor to conduct the tests specified above in the presence of the Engineer. END OF SECTION 03740 Section 03740 EPDXY ADHESIVE INJECTION Page 4 of 4 SECTION 07115 BITUMINOUS DAMPPROOFING PART I: GENERAL 1.1 SECTION INCLUDES A. Bituminous dampproofing. 1.2 REFERENCES A. ASTM D 41 - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing; 2005. B. ASTM D 1227 - Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing; 1995 (Reapproved 2000). C. ASTM D 2822 - Standard Specification for Asphalt Roof Cement, Asbestos- Containing; 2005. D. NRCA ML104 - The NRCA Roofing and Waterproofing; National Roofing Contractors Association; Fifth Edition, with interim updates. 1.3 SUBMITTALS A. Product Data. Provide properties of primer, bitumen, and mastics. B. Manufacturer's Installation Instructions. Indicate special procedures and perimeter conditions requiring special attention. 1.4 QUALITY ASSURANCE A. Perform work in accordance with NRCA Roofing and Waterproofing Manual. B. Installer Qualifications. Company specializing in performing the work of this section approved by manufacturer. 1.5 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient temperatures above 40 degrees F for 24 hours before and during application until dampproofing has cured. PART 2: PRODUCTS Section 07115 BITUMINOUS DAMPROOFING Page 1 of 3 2.1 MANUFACTURERS A. Acceptable Manufacturers. 1. Karnak Chemical Corp: www.kamakcorp.com. 2. Mar-Flex Systems, Inc: www.mar-flex.com. 3. W.R. Meadows, Inc: www.wrmeadows.com. 4. Or Approved Equal. 2. 2 COLD ASPHALTIC MATERIALS A. Bitumen. Emulsified asphalt, ASTM D 1227; with fiber reinforcement other than asbestos (Type II). B. Asphalt Primer. ASTM D 41, compatible with substrate. C. Sealing Mastic. Asphalt roof cement, ASTM D 2822, Type I. PART 3: EXECUTION 3.1 EXAMINATION A. Verify existing conditions before starting work. B. Verify substrate surfaces are durable, free of matter detrimental to adhesion or application of dampproofing system. C. Verify items which penetrate surfaces to receive dampproofing are securely installed. 3.2 PREPARATION A. Protect adjacent surfaces not designated to receive dampproofing. B. Clean and prepare surfaces to receive dampproofing in accordance with manufacturer's instructions. C. Do not apply dampproofing to surfaces unacceptable to manufacturer. D. Apply mastic to seal penetrations, small cracks, or minor honeycomb in substrate. 3.3 APPLICATION A. Prime surfaces in accordance with manufacturer's instructions. Section 07115 BITUMINOUS DAMPROOFING Page 2 of 3 B. Apply bitumen with roller. C. Apply bitumen in two coats, continuous and uniform. D. Apply from 2 inches below finish grade elevation down to top of footings. E. Seal items projecting through dampproofing surface with mastic. Seal water tight. F. Scribe and cut boards around projections, penetrations, and interruptions. 3.4 SCHEDULE A. Foundation Wall. Two coatings of asphalt dampproofing. END OF SECTION 07115 Section 07115 BITUMINOUS DAMPROOFING Page 3 of 3 SECTION 07150 CONCRETE DAMP PROOFING AND VAPOR BARRIERS PART I: GENERAL 1.1 DESCRIPTION A. This section covers membrane-type vapor barriers laid beneath slabs and the bituminous damp proofing on the exterior of concrete manholes, vaults and foundation walls. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. B. Manufacturer's catalog cut for the type of vapor barrier used. 1.3 VAPOR BARRIERS A. A vapor barrier of polyethylene film shall be provided beneath each concrete floor slab which is poured directly on grade, except floors of basements and basins. PART 2: MATERIALS 2.1 VAPOR BARRIERS A. Vapor barriers shall be a single layer of polyethylene film, 6 mils or greater in thickness. Film shall be "Visqueen," or equal. 2.2 BITUMINOUS DAMP PROOFING A. Damp proofing shall be cold-applied asphalt emulsion, semifibrated mastic type. B. Protection course shall be compatible with damp proofing. PART 3: EXECUTION 3.1 VAPOR BARRIER INSTALLATION A. Vapor barrier installation shall provide a contiguous sheet under the full area of each applicable slab. All joints shall be sealed with waterproof sealing tape. Care shall be Section 07150 CONCRETE DAMP PROOFING AND VAPOR BARRIERS Page 1 of 2 exercised to prevent tearing the film or punching holes in it during or after placement. Any damage shall be promptly repaired and the film shall be inspected for damage immediately before the concrete is placed. B. Damp proofing shall be installed on the exterior surfaces of all foundation walls, manholes and vaults. END OF SECTION 07150 Section 07150 CONCRETE DAMP PROOFING AND VAPOR BARRIERS Page 2 of 2 SECTION 09900 PAINTING PART I: GENERAL 1.1 DESCRIPTION A. This section covers surface preparation, furnishing, and application of paint and special protective coatings, complete. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Product Data Sheets. For each paint system used herein, furnish a Paint System Data Sheet(PSDS),Technical Data Sheets,and paint colors available for each product used in the paint system, except for products applied by equipment manufacturers. A sample PSDS is appended to the end of this section. This information shall be submitted on a system-by-system basis. Also provide copies of paint system submittals to the coating applicator. 2. Manufacturer's Written Instructions for applying each type of paint or protective coating prior to application. 3. Color Reference Panel. Before painting work is started, prepare an 8- by 10-inch sample for every color and coating application specified on substrate similar to which the coating is to be applied. a. Furnish additional samples as required until colors, finishes, and textures are approved. b. Retain approved samples to be used as the quality standard for final finishes. 4. Quality Control Submittals. Furnish the following: a. Applicator's Experience: List of references substantiating the experience requirement specified. b. Factory Applied Coatings: Manufacturer's certification stating factory applied coating system meets or exceeds requirements specified herein. 1.3 ABBREVIATIONS Section 09900 PAINTING Page 1 of 14 ANSI American National Standards Institute AWWA American Water Works Association MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness Per Coat mil Thousandths of an Inch MIL-P Military Specification- Paint NACE National Association of Corrosion Engineers NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PSDS Paint System Data Sheet SFPG Square Feet Per Gallon SFPGPC Square Feet Per Gallon Per Coat SP Surface Preparation SSPC Steel Structures Painting Council 1.4 PAINT DELIVERY, STORAGE AND HANDLING A. Deliver paint to project site in unopened containers that plainly show, at time of use, the designated name, date of manufacture, color, and name of manufacturer. B. Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by paint manufacturer. C. Shipping. l. Where precoated items are to be shipped to the job site,protect coating from damage. 2. Use nonmetallic or padded slings and straps in handling. 3. Items will be rejected for excessive damage. 1.5 WARRANTY A. The Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the work under this section against defective workmanship and materials for a period of 3 years commencing on the date of final acceptance of the work. PART 2: MATERIALS 2.1 PAINT AND COATING MANUFACTURERS Section 09900 PAINTING Page 2 of 14 A. Below is a list of manufacturers that may be able to supply the materials outlined in these Specifications. Contact the manufacturer's offices shown below for information regarding the location of representative nearest the project site. 1. Tnemec Coatings, Kansas City, MO. (1-800-TNEMECI) 2. Sherwin Williams, Cleveland, OH. 3. Columbia Paints & Coatings, Spokane, WA. 4. Rustoleum Corp., Evanston, IL. 5. Master Builders, Inc., Cleveland, OH. 6. DuPont Chemical Co., Wilmington, DE. 7. Valspar Corp., Azusa, CA. 8. Benjamin Moore Paints,New York,NY. 9. Fuller/O'Brien Paint Co., San Francisco, CA. 10. Pittsburgh Paints, Pittsburgh, PA. 11. Pratt and Lambert, Inc., Buffalo,NY 2.2 PAINT MATERIALS A. Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer.Paint or color additives that contain lead will not be allowed. B. Each Paint System specified herein shall include products from pal one manufacturer. C. Thinners, Cleaners,Driers, and Other Additives shall be provided as recommended by the coating manufacturer. D. Paint products specified in the COATING SYSTEMS section of this specification are listed in the following table: Generic Product Name Description Manufacturers &Products Polyamide Epoxy Polyamide epoxy coating 1. Tnemec Series 66 Hi- Build Epoxoline 2. Sherwin-Williams Macropoxy 646 3. Or equal Section 09900 �— PAINTING Page 3 of 14 Generic Product Name Description Manufacturers & Products Polyamidoamine Corrosion-resistant primer for steel 1. Tnemec Series N68 Epoxy Primer substrates PoxiPrimell 2. Sherwin-Williams Recoatable Epoxy Primer 3. Or equal Polyurethane Enamel Two-component, aliphatic acrylic 1. Tnemec Series 1074 based polyurethane; gloss finish Endura-Shield H 2. Sherwin-Williams Hi- Solids Polyurethane 3. Or equal Coal Tar Epoxy High-build, corrosion resistant 1. Tnemec 46H-413 Hi- polyamide epoxy coal tar coating Build Tneme-Tar 2. Sherwin-Williams Targuard 3. Or equal Wash Primer Low VOC, water-based wash 1. Sherwin-Williams primer free of heavy metals and DTM Wash Primer mineral acids 2. Or equal Alkyd Undercoater Primer/sealer for wood surfaces to 1. Tnemec Series 36 be topcoated with alkyd, latex or Undercoater acrylic finish coats 2. Or equal Acrylic Polymer Finish Water-based, acrylic polymer 1. Tnemec Series 29 coating (semi-gloss) Tufcry1 2. Sherwin-Williams Sher-Cryl HPA 3. Or equal Latex Enamel Interior water-based latex primer, 1. Columbia 02-735 Undercoater sealer and enamel undercoater. Premium Pro 2. Or equal Section 09900 PAINTING Page 4 of 14 Generic Product Name Description Manufacturers & Products Gloss Enamel Finish Interior styrene-acrylic latex gloss 1. Columbia 05-260 Hi- Coat enamel Performance 2. Or equal Concrete Sealer Clear, penetrating, water-based 1. Tnemec/Chemprobe sealer for horizontal concrete Series 629 CT surfaces Densiffer 201 2. Or equal PART 3: EXECUTION 3.1 SURFACE PREPARATION A. Inspect and provide substrate surfaces prepared in accordance with these Specifications and the printed directions and recommendations of paint manufacturer whose product is to be applied. B. Provide Engineer minimum 3 days notice prior to start of surface preparation work and coating application work. C. Do not perform abrasive blast cleaning whenever relative humidity exceeds 85 percent, or whenever surface temperature is less than 5E F above dewpoint of ambient air. D Prepare surfaces in accordance with these specifications and the manufacturer's printed directions and recommendations. In the event that these specifications are not in agreement with the manufacturer's recommendations, the manufacturers recommendations shall govern. E. Protection of materials not to be painted. 1. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. 2. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. 3. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. 4. Mask openings in motors to prevent paint and other materials from entering Section 09900 PAINTING Page 5 of 14 r the motors. F. Application Safety. 1. Perform surface preparation and painting in accordance with recommendations of the following: a. Paint manufacturer's instructions. b. NACE, contained in the publication, Manual for Painter Safety. C. Federal, state, and local agencies having jurisdiction. 2. Contractor will be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions will conform to U.S. Department of Labor, Occupational Safety and Health Act, any equivalent state law,and all other applicable federal, state, county, and local laws, ordinances, and codes. G. Workmanship for metal surface preparation as specified shall meet current SSPC Specifications as follows: 1. SP1: Solvent Cleaning 2. SP2: Hand Tool Cleaning 3. SP3: Power Tool Cleaning 4. SPS: White Metal Blast Cleaning 5. SP6: Commercial Blast Cleaning 6. SP7: Brush-Off Blast Cleaning 7. SP8: Pickling 8. SP 10: Near-White Metal Blast Cleaning 9. SP11: Power Tool Cleaning to Bare Metal 10. SP12: Surface Preparation by Water Jetting H. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning,"or similar words of equal intent are used in these Specifications or in paint manufacturer's specifications,they shall be understood to refer to the applicable SSPC Specifications listed above. I. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacu-blast methods may be required. Coating manufacturers'recommendations for wet blast additives and first coat application shall apply. J. Hand tool clean areas that cannot be cleaned by power tool cleaning. Section 09900 PAINTING Page 6 of 14 3.2 SOLVENT CLEANING A. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by using solvents, emulsions, cleaning compounds,steam cleaning,or similar materials and methods which involve a solvent or cleaning action. B. Method meets SSPC-SP 1. 3.3 APPLICATION OF PAINT A. Inspection. Schedule with Engineer in advance for cleaned surfaces and all coats prior to succeeding coat. B. Apply coatings in accordance with paint manufacturer's recommendations. Allow sufficient time between coats to assure thorough drying of previously applied paint. C. Fusion Bonded Coatings Method Application. Electrostatic, fluidized bed, or Rocking. D. Paint units to be bolted together and to structures prior to assembly or installation. E. Mixing Multiple Component Coatings. 1. Prepare using all the contents of the container for each component as packaged by the manufacturer. 2. No partial batches will be permitted. 3. Do not use multiple-component coatings that have been mixed beyond their pot life. 4. Provide small quantity kits for touch up painting and for painting other small areas. 5. Mix only components specified and furnished by paint manufacturer. 6. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. F. Keep paint materials sealed when not in use. G. Where more than one coat of a material is applied within a given system, alternate color to provide a visual reference that the required number of coats have been applied. Section 09900 PAINTING Page 7 of 14 H. For coatings subject to immersion, obtain full cure for completed system. Consult coating manufacturer's written instructions for these requirements. Do not immerse coating for any purpose until completion of curing cycle. I. Do not apply paint in temperatures exceeding manufacturer's recommended maximum or minimum allowable, or in dust, smoke-laden atmosphere, damp or humid weather. J. Apply paint in accordance with these specifications and the manufacturer's printed directions and recommendations. In the event that these specifications are not in agreement with the manufacturer's recommendations, the manufacturer's recommendations shall govern. 3.4 TIE AND BARRIER COATS A. Paint Compatibility. The Contractor, working with his coatings supplier, shall be responsible for verifying compatibility of newly applied coatings with existing paint substrates The Contractor shall conduct such investigations and testing as necessary to assure compatibility between new and existing paint products. B. Tie Coats. The Contractor,working with his coatings supplier,shall apply a suitable tie coat(s)as recommended by the coating manufacturer,where new coatings will not develop suitable adhesion with existing, in-place coatings. The cost of tie coats, where used, shall be considered incidental to the Work, and will not be allowed as a basis for a change to the Contract Price. The Contractor shall conduct such investigations as he/she deems necessary prior to proceeding with the work. C. Barrier Coats. The Contractor, working with his coatings supplier, shall apply a suitable barrier coat(s) as recommended by the coating manufacturer, where new coatings are not compatible with existing, in-place coatings. The cost of barrier coats, where used, shall be considered incidental to the Work, and will not be allowed as a basis for a change to the Contract Price. The Contractor shall conduct such investigations as he/she deems necessary prior to submitting a Bid for the Work to satisfy himself/herself where barrier coats may be necessary. 3.5 SHOP PRIMED OR FACTORY FINISHED SURFACES A. Inspection: Schedule with Engineer in advance for shop primed or factory finished items delivered to job site for compliance with Specifications. Section 09900 PAINTING Page 8of14 B. Hand or power sand areas of chipped, peeled, or abraded coating, feathering the edges. Follow with a spot primer using specified primer. C. For two-package or converted coatings, consult coatings manufacturer for specific procedures as they relate to manufacturer's products. D. Prior to application of finish coats, clean shop primed surfaces free of dirt, oil, and grease and apply mist coat of specified primer, 1-mil dry film thickness. E. After welding, prepare and prime holdback areas as required for specified paint system. Apply primer in accordance with manufacturer's instructions. 3.6 MANUFACTURER APPLIED PAINT SYSTEMS A. Repair abraded areas on factory finished items in accordance with the equipment manufacturer's directions. B. Carefully blend repaired areas into original finish. 3.7 FILM THICKNESS A. Coverage is listed as either total minimum dry film thickness in mils(MDFT)or the spreading rate in square feet per gallon(SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. B. Minimum number of coats shall be as specified in the PROTECTIVE COATING SYSTEMS sub-section, irrespective of coating thickness. Additional coats may be required to obtain minimum required paint thickness, depending on method of application, differences in manufacturers' products, and atmospheric conditions. C. Maximum film build per coat shall not exceed coating manufacturer's recommendations. D. Film Thickness Measurements and Electrical Inspection of Coated Surfaces. 1. Perform with properly calibrated instruments. 2. Recoat and repair as necessary for compliance with the Specifications. 3. All coats will be subject to inspection by Engineer and coating manufacturer's representative. 4. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to Section 09900 PAINTING Page 9 of 14 ensure proper and complete coverage has been attained. 5. Give particular attention to edges, angles, flanges, and other similar areas, where insufficient film thicknesses are likely to be present,and ensure proper millage in these areas. 6. Thickness Testing: a. After repaired and recoated areas have dried sufficiently, final tests will be conducted by the Engineer. b. Measure coating thickness specified in mils with a magnetic type dry film thickness gauge as specified. C. Test finish coat, except zinc primer, galvanizing, and elastomeric coatings in excess of 25 mils dry, for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type as specified. d. Holiday detect coatings in excess of 25 mils dry with high voltage units recommended by the coating manufacturer. e. Check each coat for correct millage. Do not make measurement before a minimum of 8 hours after application of coating. 3.8 DAMAGED COATING, PINHOLES, AND HOLIDAYS A. Feather edges and repair in accordance with recommendations of paint manufacturer. B. Repair fusion bonded coatings as recommended by original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by coating manufacturer. C. Apply finish coats, including touch up and damage-repair coats in a manner which will present a uniform texture and color-matched appearance. 3.9 UNSATISFACTORY APPLICATION A. If item has an improper finish color,or insufficient film thickness,clean and top coat surface with specified paint material to obtain specified color and coverage. Obtain specific surface preparation information from coating manufacturer. B. Hand or power sand visible areas of chipped,peeled,or abraded paint,and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on extent of repair and appearance, a finish sanding and topcoat may be required. C. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for Section 09900 PAINTING Page 10 of 14 rejection. D. Repair defects in coating system per written recommendations of coating manufacturer. E. Leave all staging and scaffolding up until Engineer has inspected surface or coating. Replace staging and scaffolding removed prior to approval by Engineer. 3.10 CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroy at the end of each day. B. Upon completion of the work,remove staging, scaffolding, and containers from the site or destroy in a legal manner. C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. 3.11 PROTECTIVE COATING SYSTEMS A. SYSTEM NO. 1: METAL IN MILDLY CORROSIVE LOCATIONS Surface Pre T—coatin Product Min. Coats, Cover ABRASIVE BLAST POLYAMIDOAMINE 1 coat, 3 mils MDFT OR CENTRIFUGAL EPDXY PRIMER WHEEL BLAST (SP 5) POLYURETHANE 2 coats, 5 mils MDFTPC ENAMEL Section 09900 PAINTING Page 11 of 14 B. SYSTEM NO. 2: BURIED METAL Surface Prep. Coatin Product Min. Coats, Cover COMMERCIAL COAL TAR EPDXY 2 coats, 10 mils MDFTPC BLAST CLEANING (SP6) C. SYSTEM NO. 3: EXPOSED PVC i Surface Prep. Coating Product Min. Coats, Cover Remove all Oil, Grease, POLYURETHANE 2 coats, 5 mils MDFTPC and loose particles ENAMEL D. SYSTEM NO. 4: ALUMINUM AND DISSIMILAR METAL INSULATION Surface Prep. Coatin Product Min. Coats, Cover Solvent Clean (SP 1) WASH PRIMER 1 coat, 1 mils MDFT COAL TAR EPDXY 2 coats, 10 mils MDFTPC 3.12 PAINT APPLICATION SCHEDULE A. Unless otherwise shown or specified in these Specifications paint or coat the work in accordance with the following application schedule. Electrical Conduit, stainless steel, or aluminum is not to be painted. In the event of discrepancies or omissions in the following, request clarification from Engineer before starting work in question. B. SYSTEM NO. 1: METAL IN MILDLY CORROSIVE LOCATIONS. Use on all exposed metal not included under SYSTEM NO. 1 (except galvanized, Section 09900 PAINTING Page 12 of 14 aluminum, stainless steel, galvanized steel, and concrete reinforcing steel). Items to be coated with this system include, but are not necessarily limited to, the following: 1. All exposed metal piping. 2. All new steel handrailing, landings, and support structures. 3. All pipe bollards. 4. All exposed new piping and piping scheduled for reuse that is not listed elsewhere. C. SYSTEM NO. 2: BURIED METAL. Use on all buried metal (except Stainless Steel). Items to be coated with this system include, but are not necessarily limited to,the following: 1. New buried steel piping and fittings. D. SYSTEM NO. 3: EXPOSED PVC. 1. Use on all exposed PVC. E. SYSTEM NO. 4: ALUMINUM AND DISSIMILAR METAL INSULATION. 1. Use on all aluminum in contact with concrete. 3.13 PAINT SYSTEM DATA SHEET (PSDS) A. Provide, as a construction submittal, a PSDS for each paint system. A sample PSDS is included at the end of this section. 3.14 COLOR A. Color samples must be submitted and approved prior to application of any coatings. Section 09900 PAINTING Page 13 of 14 PAINT SYSTEM DATA SHEET Attach products' Technical Data Sheet (if applicable)to this sheet for each paint system submittal. Paint System Number from Spec.): Paint System Title (from Spec.): Coatings Supplier: presentative: Surface Preparation: Product Name/Number Paint Material Generic (Proprietary) Min. Coats Coverage END OF SECTION 09900 Section 09900 PAINTING Page 14 of 14 SECTION 09910 TANK EXTERIOR FINISHES PART 1: GENERAL 1.1 DESCRIPTION A. This section covers furnishing and applying paints and coatings to the exterior wall and roof areas of the tank. No coatings are required for the tank interior. 1.2 PROTECTION OF MATERIALS A. All material shall be delivered to the job site in their original unopened containers bearing the manufacturer's name, brand and batch number. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat and cold. Flammable coatings or paints must be stored to conform with city,county and state safety codes for flammable coating or paint materials. 1.3 SUBSTITUTIONS A. Requests for material substitutions must be made and approved in writing. 1.4 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. Unless otherwise specified here in,submit manufacturer's data sheets showing the following information: 1. Percent solids by volume. 2. Minimum recommended dry-film thickness per coat for prime,intermediate and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. 5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. 6. Application instructions including recommended equipment and temperature limitations. 7. Color chips for alkyd enamel and exterior tank coatings. Section 09910 TANK EXTERIOR FINISHES Page 1 of 6 1.5 PAINTING CONTRACTOR A. The Painting Contractor must be capable of performing the various items of work as specified. If required by the Engineer, the Painting Contractor shall furnish a statement covering experience on similar work, a list of machinery, plan and other equipment available for the proposed work, and a financial statement, including a complete statement of the Paint Contractor's financial ability and experience in performing similar painting and coating work. The Painting Contractor shall have a minimum of five (5) years practical experience and a successful history in the application of the specified products to concrete surfaces. Upon request,the Painting Contractor shall substantiate this requirement by furnishing a list of references,which shall include jobs of similar nature. PART 2: MATERIALS 2.1 UNDERGROUND WALL AREAS A. Underground wall areas shall be coated with SIKA-PROOF MEMBRANE,SELECT SHIELD 300A,KOPPERS BITUPLASTIC NO. 33,or an approved equal in confor- mance with these Specifications. B. The material shall be an approved waterproofing/damproofmg composition for use on exterior concrete and shotcrete surfaces of liquid retaining structures. C. Approved materials shall conform to the following physical properties. 1. Percent solids: 50 minimum 2. Tack force time: 30 minutes approx. (initial set) 3. Tensile stress: 150 psi minimum @ 21 day(ASTM D412) 4. Ultimate elongation: 1500% minimum @ 21 day (ASTM D412) 5. Moisture vapor transmission: 0.03 perms @ 21 day(ASTM E96) 6. Ultra-violet resistance: No degradation (ASTM D822) 7. Adhesion in Peel(ASTM D903): 20 lbs.peel strength with 0%adhesion loss 2.2 ABOVE GROUND WALL AREAS A. Aboveground wall areas shall be coated with a modified-acrylate elastomer such as TNEMEC SERIES 156 ENVIRO-CRETE, or an approved equal, in conformance with these Specifications. Color(s)for the above-ground wall areas shall be Owner- Select. 2.3 EXPOSED FLAT ROOF AREAS A. Exposed flat roof areas shall have no coating over the concrete. Section 09910 TANK EXTERIOR FINISHES Page 2 of 6 PART 3: EXECUTION 3.1 EQUIPMENT A. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval of the Engineer. 3.2 SURFACE PREPARATION A. All concrete surfaces shall be prepared in accordance with the recommendations of the coating manufacturer. B. The surfaces shall be thoroughly cleaned, if they are not free of grease, curing compounds or other deleterious matter, as recommended by the coating manufacturer. 3.3 APPLICATION A. Two coats of SIKA-PROOF MEMBRANE, SELECT SHIELD 300A, KOPPERS BITUPLASTIC NO. 33, or an approved equal, shall be applied by brush, spray or roller to completely cover the underground wall at a maximum coverage of 80 square feet per gallon per coat, or, if smaller, at the manufacturers recommended usage rate. B. Two coats of TNEMEC SERIES 156 ENVIRO-CRETE,or an approved equal,shall be applied by brush, spray or roller to completely cover any exposed exterior tank wall surface at a rate of 100 square feet per gallon per coat. C. Each coat shall be free of runs, skips or holidays. D. All work shall be done in accordance with the manufacturer's recommendations, except for the above usage rate of the paint. E. The application of the coatings shall commence within 5 days after completion of the watercuring. F. The exposed flat roof areas shall be coated with a suitable concrete primer and then covered with Type II asphalt, conforming to ASTM D449, at a minimum rate of 60 lbs.per 100 square feet and while it is still hot embed therein an approved gravel or small rock at the rate of approximately 10 pounds per square foot. The concrete primer shall be compatible with the asphalt used and shall be applied in accordance Section 09910 TANK EXTERIOR FINISHES Page 3 of 6 with the manufacturer's suggested installation and coverage. If no roof curb is shown on the Drawings,a galvanized metal gravel stop shall be incorporated around the entire roof edge to contain the asphalt and rock. As required by the roofing manufacturer, the roof surface shall be prepared in accordance with their recommendations. 3.4 SURFACES NOT TO BE COATED A. The following surfaces shall not be painted and shall be protected during the surface preparation and painting of adjacent areas. 1. Mortar-coated pipe and fittings. 2. Stainless steel. 3. Metal letters. 4. Nameplates. 5. Grease fittings. 6. Brass and copper. 7. Buried pipe, unless specifically required in the piping specifications. 3.5 PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces,machined surfaces, couplings, shafts,bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Mask openings in motors to prevent paint and other materials from entering the motors. 3.6 THINNING A. The Contractor shall not add thinner to any paint product without prior approval of the Engineer and the paint manufacturer. Only thinner manufactured by the paint manufacturer will be allowed if thinning is approved. 3.7 WEATHER CONDITIONS A. No painting shall be done under unfavorable weather conditions unless the work is well-protected from such conditions,and then only with the specific approval of the Engineer. No painting shall be done when the air temperature is less than 50' F, when the relative humidity is greater than 70 percent, or when the surface temperature is less than 5°F above the dew-point,unless otherwise approved by the Engineer. If dew or moisture condensation should be anticipated and if such conditions are prevalent,painting should be delayed until surfaces are dry. Further, Section 09910 TANK EXTERIOR FINISHES Page 4 of 6 the day's painting should be completed in advance of the problem time when condensation will occur, in order to permit the film sufficient drying time prior to the formation of moisture. B. No painting shall be applied on any surface whose temperature is less than 50'F or more than 120' F or in conflict to the manufacturer's recommendations, unless otherwise approved by the Engineer. 3.8 SAFETY A. In accordance with requirements of the latest revision of the OSHA Regulations for Construction, the Contractor shall provide and require use of personal protective life-saving equipment for persons working in or about the project site. B. Head and Face Protection and Respiratory Devices. 1. Equipment shall include protective helmets conforming to the requirements of ANSI Standard Z89.2, and shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during sandblasting shall wear eye and face protection devices meeting the requirements of ANSI Standard Z87.1 and OSHA Regulations for Sandblasting Operations, and air-purifying half-mask or mouthpiece respirator with appropriate filter. C. Ventilation. 1. Where ventilation is used to control potential exposure as set forth in section 1910.924 of the OSHA Regulations for Construction, ventilation shall reduce the concentration of air contaminant to the degree a hazard does not exist. D. Sound Levels. 1. Whenever the occupational noise exposure exceeds the maximum allowable sound levels as set forth in Table D-2 of Subpart C, Section 1926.52 of the OSHA Regulations for Construction, the Contractor shall provide and require the use of approved ear protection devices. E. Illumination. 1. Adequate illumination shall be provided while work is in progress. Whenever required by the Engineer,the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the Section 09910 TANK EXTERIOR FINISHES Page 5 of 6 Engineer. F. Temporary Ladders and Scaffolding. 1. All temporary ladders and scaffolding shall conform to the applicable requirements of Subpart L, Sections 1926.45 and 1926.451 of the OSHA Regulations for Construction. They shall be erected where requested by the Engineer to facilitate inspection and be removed by the Contractor to locations requested by the Engineer. END OF SECTION 09910 Section 09910 TANK EXTERIOR FINISHES Page 6 of 6 SECTION 10910 TANK APPURTENANCES PART 1: GENERAL 1.1 DESCRIPTION A. This section covers miscellaneous tank appurtenances as specified and indicated. 1.2 SHOP DRAWINGS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Complete shop drawings of the hatches, vents, ladders and cages. 1.3 AISC SPECIFICATIONS A. Fabrication and erection of the ladders and cages shall be in accordance with the Specification for the Design, Fabrication and Creation of Structural Steel for Buildings of the latest edition of the AISC(American Institute of Steel Construction) Manual, and Section 1910.27 of the latest edition of the OSHA standards. PART 2: MATERIALS 2.1 LADDERS, CAGES AND FASTENERS A. All ladders, cages, grating, fall prevention devices and brackets shall be stainless steel,hot-dipped galvanized(after fabrication),fiberglass or aluminum,as shown on the Drawings. Ladder rungs shall be manufactured from solid bar stock. All ladder bolts, expansion bolts/sleeve inserts, nuts, washers and wedge anchors shall be stainless steel Type 316. Aluminum shall be 6061-T6 or 6105-T5 with a minimum tensile strength of 38,000 psi and a minimum yield strength of 35,000 psi. 2.2 WELDS A. All welds shall have full penetration and shall be 1/4" minimum unless shown otherwise on the Drawings. 2.3 ROOF VENTS A. Provide aluminum roof ventilators with 24-mesh non-corrodible insect screen and a Section 10910 TANK APPURTENANCES Pagel of 3 removable access plate/cover to facilitate maintenance. The quantity and location of vents shall be as shown on the Drawings. The ventilator shall be GREENHECK FAN CORP model GRS-24 with Model ISB insect screen base, or approved equal. 2.4 ROOF HATCHES A. The roof hatches shall be lockable aluminum Batches (BILCO J-AL/JD-AL or approved equal) and conform to the following minimum requirements: 1. Frame opening dimensions: as shown on the Drawings 2. Recessed padlock hasp. 3. Flush grip handle. 4. Compression spring lifting mechanism assembly. 5. Heavy duty forged brass hinges with stainless steel pins. 6. Heavy duty automatic lock open arm with red vinyl release grip. 7. Heavy duty check chain. 8. Plate cover reinforced for 300 #/S.F. live load. 9. 1-1/2" Drain coupling. 10. Channel frame with anchor flange. 11. Stainless steel slamlock with brass spoon handle. 12. All steel plate, sheeting and hardware galvanized or cadmium plated except as noted above. 13. Shop finish of cover and frame: Mill finish. 14. 1" of insulation sandwiched between the aluminum door and a metal protective sheeting. B. The completed roof hatch assembly shall be water-tight. 2.5 RETRACTABLE LADDER SAFETY POST A. Unit shall be designed with a telescoping tubular section that locks automatically when fully extended. Upward and downward movement shall be controlled by a stainless steel spring balancing mechanism.Unit shall be completely assembled with fasteners for securing to the ladder rungs in accordance with the manufacturer's instructions. B. Unit shall be LadderUP Safety Post,model LU-4,by The Bilco Company, or equal. PART 3: EXECUTION 3.1 GALVANIZING A. When a fabricated item is called to be galvanized, it shall be galvanized in accordance with ASTM A123 and all applicable documents listed therein. Where Section 10910 TANK APPURTENANCES Page 2 of 3 fabricated pieces are too large to be galvanized as a single unit,the fabricated piece may be broken down into smaller units.to be welded or bolted together after galvanizing. The location of all added connections must be clearly identified as such on a shop drawing submitted to the Engineer for approval. All welded connections must be repaired in accordance with methods Al or A3 of ASTM A780. Repairs of other defects such as those caused by inadequate surface preparation, failure to remove weld slag, rough welding, poor galvanizing practice or defects due to any other causes shall only be accepted or approved by the Engineer after inspecting the item after delivered to the jobsite. 3.2 INSTALLATION A. Install miscellaneous tank specialties as indicated in the Drawings and in accordance with the manufacturer's written instructions. B. Coat all metal surfaces as required in Section 09900, PAINTING. 3.3 BOLTS A. Where stainless steel bolts are in contact with dissimilar metals, insulating sleeves and phenolic washers shall be incorporated to electrically isolate the bolts. B. Install the expansion anchor in a hole drilled to the same nominal diameter as the bolt. The hole shall be cleaned before insertion of the bolt. The bolt shall be driven into the hole such that 6 or more threads are below the top of the surface of the fixture, unless otherwise recommended by the manufacturer. The expansion bolts shall be tightened with a torque wrench to the recommended value. C. Adhesive anchors shall be installed in a pre-drilled hole installed in the required hole depth. Dust and fragments shall be cleaned out of the drilled hole by water, wire brush and/or compressed air. All standing water shall be blown out with air. Adhesive anchors shall be installed in strict conformance with the manufacturer's recommendations. The set anchor shall not be disturbed or loaded before the end of the specified curing time. END OF SECTION 10910 Section 10910 TANK APPURTENANCES Page 3 of 3 SECTION 13400 PROCESS INSTRUMENTS PART 1: GENERAL 1.1 DESCRIPTION A. This section covers process instruments and transmitters to be installed for system monitoring. B. Major constituents of this system include, but are not limited to, all materials, equipment, and work required for implementation of completely operable instruments. The system shall include primary elements for process variable measurements,analog and discrete outputs,and display and control elements(where specified). C. Conduct all calibration adjustments, troubleshooting, and startup to assure instruments are properly operating and interfaced with other equipment. 1.2 SUBMITTALS A. The following submittals for construction shall be made as described in the Supplementary Conditions. 1. Catalog information, descriptive literature, wiring diagrams, and shop drawings on all controllers, recorders, indicators, transmitters, primary elements,flow measuring equipment and appurtenances,flow meters,gauges, and all other components of the System. 2. Individual data(or specification)sheets shall be provided for all components provided under this section.The purpose of these data sheets is to supplement the generalized catalog information provided by citing all specific features for each specific component(e.g.: scale range,materials of construction,special options included,etc.). Each component data sheet shall bear the component name and instrument tag number designation shown in the Drawings and Specifications. 3. Manufacturer's ratings for each instrument, including: a. Certified accuracy and precision(including repeatability). b. Environmental tolerance(temperature,humidity,electrical induction isolation). C. UL, ANSI, or other ratings. 4. Shop drawings and catalog material for all control panels and enclosures. 5. Panel elementary diagrams of pre-wired panels. Diagrams shall be similar to Section 13400 PROCESS INSTRUMENTS Page 1 of 7 those diagrams shown on the Drawings,but with the addition of all switched analog signals and all auxiliary devices such as relays, alarms, fuses, lights, fans, heaters, etc. 6. Interconnecting wiring diagrams to tie instruments to the Telemetry System, showing all component and panel terminal board identification numbers and external wire numbers. This diagram shall include all intermediate terminations between field elements and panels(e.g.,terminal junction boxes, motor control centers, etc.). B. Spares Parts Recommendations. 1. The Contractor shall provide a list of recommended spares and expendable items in sufficient quantities to sustain equipment provided under this section for a period of 1 year after acceptance. A total purchase cost for the recommended list shall be provided in addition to the unit cost for each item. C. Operating and Maintenance Manuals: Manufacturer's O & M manuals shall be provided per these Specifications. D. Record Drawings. 1. The Contractor shall provide one set of record drawings for the following submittal documents: a. Plumbing Installation Diagrams. b. Interconnecting Wiring Diagrams. 1.3 REQUIRED INTERFACE WITH RELATED WORK SPECIFIED IN OTHER SECTIONS A. Work in this Section shall support Division 16, Electrical. 1.4 RESPONSIBILITY FOR COMPLETE SYSTEM A. Unit Responsibility for Process Instruments and Control Loops: 1. Unit responsibility for the Process Instruments shall be provided by the Contractor. B. The Contractor shall be responsible for coordination of the work to ensure that: 1. All components provided under this section are properly installed. 2. The proper type, size, and number of control wires with their conduits are provided and installed. 3. Proper electric power and control circuits are provided for all components and systems. Section 13400 PROCESS INSTRUMENTS Page 2 of 7 4. Instrumentation cable, power conductors, and conduits, and the installation thereof shall be provided and installed to meet the requirements of Division 16, Electrical. PART 2: PRODUCTS 2.1 GENERAL A. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. 2.2 EQUIPMENT SPECIFICATIONS A. Unless superseded by other specifications herein or the manufacturer's standard ratings for a referenced instrument brand and model,all instruments shall be capable of the following minimum accuracy and precision: 1. Accuracy: plus-or-minus 1.0% of full scale. 2. Precision: plus-or-minus 0.5% of full scale. B. Environmental Conditions. Unless otherwise noted,equipment shall be suitable for the following environmental conditions: 1. Temperature: 32 'to 120' F. 2. Relative Humidity: 10 to 90 percent. 3. Enclosure Rating: NEMA Type 12 (panel-mounted instruments);NEMA 4 (instruments outside panels). 4. Process Water Temperature: 32° to 100° F. C. Wiring. 1. All electrical wiring shall be in accordance with the applicable requirements of Division 16,Electrical. Instrumentation cable and power conductors shall meet the requirements stated therein. 2. Wiring for signal circuits and 24VDC shall not be smaller than No. 18 AWG, and be separated at least 18 inches from any 120 VAC power wiring. 3. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. All wires shall be color coded, and be identified by permanent plastic number tags placed within 2 inches of each termination. 4. Wiring run in panels shall be run in covered wiring duct identified by permanent plastic number tags within two inches of entering and leaving the duct. Wiring duct shall be covered,constructed of plastic and be of a snap-in Section 13400 PROCESS INSTRUMENTS Page 3 of 7 slot type design. D. Terminal Blocks. 1. Terminal blocks shall be one-piece molded plastic blocks with screw type terminals and barriers rated for 300 volts. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall be numbered and have permanent, legible identification, clearly visible with the protective cover removed. 2. Wires shall be terminated at the terminal blocks of one of the following ways: a. Crimp type,preinsulated,forked-tongue lugs for screw post terminals. b. Bared wire ends for clamp-type terminals. 3. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. 2.3 INSTRUMENT SPECIFICATIONS A. Ultrasonic Level Indicator/Controller 1. General. a. Function: Provide continuous non-contacting level measurement with output proportional to level being sensed. b. Type: Ultrasonic. C. Parts: Level element, transmitter, and cable for connection from element at tank to transmitter in water treatment plant building. 2. Service. a. Medium: Liquids, slurries, solids, granulated solids. b. Pressure: Atmospheric. C. Temperature Range: Level element shall be capable of operating in range of-20 to+120 degrees F,while transmitter shall be capable of operating from+30 to +120 degrees F. 3. Performance. a. Range: 0 to 35 feet, minimum; field adjustable from keypad b. Zero Reference: Bottom of tank. C. Accuracy: Plus or minus 0.5 percent of full scale for analog output signal and alarm set points shall be repeatable within plus or minus 1 percent of full scale. Resolution shall be 2 mm or 0.1 percent of range, whichever is greater. 4. Features. a. Unit shall be provided with output indicating meter with four- character LCD display programmable from a keypad in engineering units of, feet, inches, meters, centimeters, or percent of span; and at least 4 standard tank shape volume conversions. b. Interconnecting Cable: Cable between level element and transmitter Section 13400 PROCESS INSTRUMENTS Page 4 of 7 shall be supplied with unit. Transducer wire shall have a minimum of 1,000 feet of twisted shielded pair wire. An excess of 20 feet of excess cable shall be provided and coiled at transmitter end. C. Discrete Outputs: The transmitter shall provide four discrete outputs, each adjustable over entire scale range by screwdriver or programming module. Output terminals shall be 120 VAC, 5 amp. d. Alarm Messages: Loss of echo and cable circuit open or shorted. 5. Signal Interface. - a. Transmitter Output: 4 to 20 mA do output for load impedance of 0 to 600 ohms. Output shall also be reversible, 4 to 20 mA over range selection. b. Power Supply: Unit shall operate on 120-volt, 60-Hz power. C. Discrete Outputs: Unit shall transfer SPDT contacts rated at 5 amperes, noninductive, continuous, at 120V AC. 6. Transducer Element. a. Type: Shall be of a waterproof/weatherproof design in a NEMA 7 enclosure (explosion proof), with optional vinyl facing or other corrosion proof treatment as recommended by manufacturer for frost- deterrent clean water service. b. Process Connection: 1-inch NPT. C. Mounting: Provide mounting detail for this application, compatible with the mounting design shown on the Drawings. 7. Transmitter. a. Transmitter shall be mounted in a NEMA 12 enclosure, suitable for mounting as noted. b. Mounting: PLC panel, unless otherwise noted. Provide stainless bolts for outdoor applications. 8. Setpoints. a. High Water Alarm b. Low Water Alarm C. Continuous Water Level 9. Temperature Compensation: Provide manufacturer's standard temperature compensation option kit. 10. Manufacturer's Reference: Ultrasonic level indicator/transmitter systems shall be Pulsar Process Measurement model `Ultras 3' with model `dB10' standard beam angle or equal. B. Full Profile Insertion Flow Meter 1. Sensor. a. Provide high performance and accuracy to flow measurement. b. The sensor material shall be construction of 316 stainless steel and coated with NSF 61 certified approved epoxy coting. C. Sensor operating Temp shall be 14' to +170' F @ 250 PSI. Section 13400 PROCESS INSTRUMENTS Page 5 of 7 r d. Electronics operating temperature(Converter)shall be 4°to+140'F. e. Installation hardware shall include a stainless 2" full ported valve with a stainless steel nipple. f. The senor shall be NEMA 6P or IP68 rated to be permanently submerged up to 6 feet. g. The converter enclosure shall be NEMA 4X or IP67 enclosure. h. The display background illumination shall have a three button menu driven alphanumeric 5-line,40-character display to indicate flow rate, totalized values, settings, and faults. i. The outputs shall be 4-20mA(0-21mA) into 1000 ohms max. j. The standard outputs shall be four separate digital programmable outputs: open transistor useable for pulse, frequency, or alarm settings, for standard converters and Modbus configuration. k. Communications shall be RS-485 Modbus, Profibus Protocols and HART. 1. Flow range shall be 0.3 fps to 32* fps for accuracies stated below. *Maximum velocities may be restricted to less than 32 fps in larger diameter applications. in. The totalizer shall have three eight-digit counters for forward flow, reverse flow and net. o. One set of manufacturer's recommended spare parts. p. The electromagnetic insertion flow meter shall be McCrometer 395L Full Profile Insertion Mag Meter for Forward Flow or equal. PART 3: EXECUTION 3.1 GENERAL A. Coordinate process instrument electrical interface, installation and startup of all process instruments. B. Follow manufacturers'installation instructions explicitly,unless otherwise indicated. Wherever any conflict arises between manufacturers'instructions,and these Contract Documents, follow Engineer's decision, at no additional cost to Owner. Keep copy of manufacturers' instructions on the jobsite available for review at all times. 3.2 ELECTRICAL POWER AND SIGNAL WIRING A. Control and signal wiring external to the control panels and all power wiring shall conform to the requirements of Division 16, Electrical. B. Control and signal wiring in control panels shall be restrained by plastic ties or ducts. Hinge wiring shall be secured at each end so that any bending or twisting will b Section 13400 PROCESS INSTRUMENTS Page 6 of 7 around the longitudinal axis of the wire and the bend area shall be protected with a sleeve. C. Arrange wiring neatly, cut to proper length, and remove surplus wire. Provide abrasion protection for any wire bundles which pass through holes or across edges of sheet metal. D. Wiring shall not be spliced or tapped except at device terminals or tenninal blocks. 3.3 MANUFACTURER'S SERVICES A. Provide equipment manufacturer's services for magnetic flow meter and ultrasonic level element and transmitter. An authorized representative shall conduct startup,a demonstration and testing, and Owner training. B. Startup services and training of Owner's personnel shall be at such times as requested by the Owner. END OF SECTION 13400 Section 13400 PROCESS INSTRUMENTS Page 7 of 7 SECTION 15060 PIPING - GENERAL PART 1: GENERAL 1.1 DESCRIPTION A. This section covers the work necessary to furnish and install piping and appurtenances in both buried and exposed applications. B. Piping and appurtenances for both pressure and gravity applications are included in this section. C. For specific piping material requirements,reference the Construction Drawings and other 15060 Detail Piping Specifications following this section. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements. 1. Product Data. Furnish the following: a. Catalog information of products manufactured to ASTM,AWWA or similar standards or described by a manufacturers name and model. b. Framing Support Systems. Detailed installation drawings, catalog information, and complete component specifications. 2. Shop Drawings. Furnish the following: a. A specific selection of pipe material and joint type for each pipeline where alternative materials and joints are specified for selection by the Contractor. b. Shop Drawings,including layouts,shall be submitted to the Engineer for approval. Drawings shall include locations for each pipe of special length, field welding, areas which require painting, and fittings. C. Details of special fittings and/or specialized pipe fabrications. d. Manufacturer's information of non-shrink grout to be used for repair and touching up cement mortar lining. e. Support System. 1) Laying drawing showing location of each pipe section and each special length; number or otherwise designate laying sequence on each piece. f. Hydraulic Thrust Restraint. Details including materials, sizes, and Section 15060 PIPING—GENERAL Page 1 of 26 assembly ratings,and pipe attachment methods of each pipe material. g. Thrust blocks including concrete quantity,strength,area of bearing on pipe, and fitting joint locations. 3. Quality Control Submittals. Furnish the following: a. Welders and Welding. 1) Inspection and Testing Laboratory Qualifications. Submit background information including experience, years in business,and five references for proposed independent testing laboratory. 2) Performance Qualifications. Submit list of welders and welding operators, and type of welding for which each has been qualified, for both shop and field welding. 3) Procedure Specifications and Qualifications. Provide procedures in accordance with Section IX, Article II of the ASME Boiler and Pressure Vessel Code for each type of weld and for each base metal. b. Copy of Manufacturer's quality control inspection of pipe material and production. 4. Manufacturer's Certification of Compliance. Submit for the following manufactured items and materials to certify compliance with the specifications: a. ASME and AWS certifications for welded steel pipe. b. NSF and AWWA certifications for pipe and appurtenances. C. NSF certification for potable water coatings. d. Structural design for piping and support systems. 5. Hydrostatic Testing. a. Detailed plan for filling and testing pipeline sections; submit at least (30) days in advance of testing. b. Testing procedures to be used,locations for necessary equipment and materials, and date and duration of tests. C. Logs of testing indicating time, pressures and results. 6. Cleaning and Disinfection. a. Detail plan for cleaning. 1.3 GENERAL A. Like items of material provided hereunder shall be the end products of one manufacturer. B. All piping and appurtenances require coatings per Section 09900,Painting,except as specified herein. Section 15060 PIPING—GENERAL Page 2 of 26 1.4 QUALITY ASSURANCE A. Welded Steel Pipe. 1. Qualify welders and welding operators by approved testing laboratory before performing any welding under this section. 2. Perform welder qualification tests in accordance with Section IX,Article III of the ASME Boiler and Pressure Vessel Code. 3. Qualification tests may be waived if evidence of prior qualification is deemed suitable by the Engineer. 4. Qualify welders and operators in the performance of making groove welds in each different pipe material,including carbon steel pipe,in Positions 2G and 5G for each welding process to be used. 5. Qualify welders and welding operators for stainless steel as stated herein on the type of stainless steel being welded with the welding process used. 6. Retest any welders at any time Engineer considers the quality of the welder's work substandard. When the Engineer requests a retest of a previously qualified welder, the labor costs for the retest will be at Owner's expense if the welder successfully passes the test. If the welder fails the retest,all costs shall be at the Contractor's expense. 1.5 PIPING SYSTEM DESIGN CRITERIA A. Pipe Diameters. 1. Nominal sizes for standardized products,such as ductile iron pipe,PVC pipe, and mill type steel pipe. 2. Fabricated Steel Piping. Outside diameter in accordance with ANSI B36.10. 3. Reinforced Concrete Piping. Inside diameter equal to nominal size shown. B. Thrust Restraint. 1. Thrust Blocks and Ties. Generally not shown on Drawings of the individual pipelines; their absence shall not relieve Contractor of the responsibility for providing them as required to provide complete systems for the use intended. PART 2: MATERIALS 2.1 GENERAL A. Pipe Materials. 1. General materials to be used for each piping system shall be as identified in the Drawings or as listed in the Piping Schedule (if applicable). Section 15060 PIPING—GENERAL Page 3 of 26 2. Specific material requirements are specified in other 15/060 Detail Piping Specifications following this section. B. Appurtenances. All fittings,couplings,valves,and other appurtenances shall be rated for the same or higher design pressure as the pipe to which they shall be joined and shall withstand the test pressure without damage. 2.2 JOINT LUBRICANT A. Furnished with pipe. B. Amount and Type. As recommended by pipe manufacturer. C. Composition. 1. Water soluble,nontoxic,vegetable soap compound suitable for use in potable waterlines. 2.3 MODULAR MECHANICAL SEALS (LINK-SEALS) A. Rubber links shall be modular,mechanical type,consisting of inter-locking synthetic rubber links shaped and sized to continuously fill the annular space between the pipe and the wall opening. B. Wall opening size and/or type shall be per seal manufacturer's recommendations. C. Seal pressure plates shall be of molded glass reinforced nylon. D. All fasteners shall be stainless steel. E. Modular mechanical seals shall be Link-Seals as manufactured by PSI/Thunderlink/Link-Seal, or approved equal. 2.4 COUPLINGS A. General. 1. Thrust Ties. Provide where required to restrain the force developed by 1-1/2 times the operating pressures specified. a. Steel Pipe. Attach with fabricated lugs. b. Ductile Iron Pipe. Attach with socket clamps against a grooved joint coupling or flange. C. Flanged Coupling Adapters. Anchor studs placed perpendicular to the longitudinal axis of the pipe are not acceptable. Use tie rods. Section 15060 PIPING—GENERAL Page 4 of 26 2. Exposed Installations. Zinc-plated nuts and bolts, however high-strength, low-alloy steel,in accordance with AWWA C 111,may be substituted for use on ductile iron couplings. 3. Submerged Installations. Provide stainless steel bolts and nuts. 4. Buried Installations. Provide stainless steel bolts and nuts. 5. Steel Middle Rings and Followers. a. Fusion bonded epoxy-lined and coated in accordance with AWWA C213. B. Flange Adapters. 1. Flange. a. Ductile iron per ASTM 536, Grade 65-45-12. b. Drilling per ANSI B 16.1 or ANSI B 16.5. C. Bolt circles and bolt holes shall meet ANSI/AWWA C110/A21.10. 2. Set Screws. a. AISI 4140 Steel, heat treated to Rockwell hardness C 42-50; or b. Ductile iron with Rockwell hardness of C 40-45. 3. Gasket. a. SBR Buna-S. 4. Manufacturers and Models. a. Ford Meter Box Co.,"Uni-Flange" Adapter Series 400. b. EBAA Iron, Inc., Series 1000 "E-Z Flange". C. Or equal. C. Flexible Couplings. 1. Manufacturers and Models for Steel Pipe. a. Dresser, Style 38. b. Smith Blair, Style 411. C. Or equal. 2. Manufacturers and Models for Ductile Iron Pipe. a. Dresser, Style 38 or 138. b. Smith Blair, Style 411. C. Or equal. D. Transition Couplings. 1. Manufacturers and Models. a. Dresser, Style 162. b. Smith Blair, Style 413. C. For 30" cement coated/lined steel pipe - Romac RC400—32"x 30" Or equal. Contractor shall field the exact diameter of the existing pipe and steel lining prior to ordering. Section 15060 PIPING—GENERAL Page 5 of 26 E. Flanged Coupling Adapters. 1. Manufacturers and Models. a. Smith Blair, Series 913. b. Dresser Industries, Inc., Style 128. C. Or equal. F. Dismantling Joints. 1. Manufacturers and Models. a. Romac, DJ400. b. Or equal. 2.5 WALL PIPES A. Ductile Iron Wall Pipe. 1. For penetrations through concrete walls, floors, slabs, or roofs that are to be watertight. 2. Diameter and Ends. Same as connecting ductile iron pipe. 3. Thickness. Equal to or greater than remainder of pipe in line. 4. Fittings. In accordance with the applicable Detail Piping Specification. 5. Provide taps for stud bolts in flanges set flush with wall face. 6. Thrust Collars. a. Provide for all wall pipes. b. Rated for thrust load developed at 250 psi. C. Safety Factor: Minimum of 2. d. Material and Construction. 1) Ductile iron or cast iron,cast integral with wall pipe wherever possible. 2) Fabricate by welded attachment of ductile iron thrust collar to pipe where casting impossible. a) Perform in pipe manufacturer's shop by qualified welders as specified herein. b) Welds. Electric arc welds of ductile iron with NI-55 or FC-55, nickel-iron-carbon weld rod. c) Continuously weld on each side all around. B. Steel Wall Pipe. Fabricate of same material and thickness as connecting pipe. 1. Below grade or in Submerged or Damp Environments.Lined and coated after Section 15060 PIPING—GENERAL Page 6 of 26 fabrication as specified in Section 09/900, Painting. 2. Minimum thickness of 1/4 inch. 3. Thrust Collar. a. Outside diameter 3 inches greater than outside diameter of wall pipe. b. Continuously fillet welded on each side all around. 2.6 DETECTABLE PIPE LOCATING TAPE FOR NONMETALLIC PIPE A. Material. l. Solid aluminum foil encased in a protective high visibility,inert polyethylene plastic jacket. Foil shall be visible on unprinted side. 2. Special tin or nickel-coated clips to joint ends of tape rolls at each valve. B. The minimum thickness shall be 5.5 mils. The minimum width shall be 6 inches. Color shall follow the APWA/ULCC Color Code. Identifying lettering shall be a minimum of 1-inch high, permanent black lettering imprinted continuously over entire length. C. Use for all buried non-metallic pipe with greater than 2-foot bury. D. Manufacturers and Products. 1. Reef Industries, Terra "D." 2. Allen, Detectatape. 2.7 WELDING ELECTRODES A. As approved in submitted welding procedures. 2.8 PAINTING A. Provide products specified in Section 09900, PAINTING. 2.9 PIPE JOINT GASKET LUBRICANTS A. Pipe manufacturer's recommended product, applied in accordance with their recommendations. 2.10 POTABLE WATER BRASS FITTINGS —GENERAL A. All fittings shall be "No-Lead" or "Low Lead", conforming to ANSI/AWWA Standard C800, latest revision. All brass goods shall be new and unused. Section 15060 PIPING—GENERAL Page 7 of 26 B. All brass components in contact with potable water must be made from either CDA/UNS Brass Alloys C89520 or C89833 with a maximum lead content of 0.24% by weight. Brass alloys not listed in ANSUAWWA C800 Paragraph 4.1.2 are not approved. Brass,saddles shall be made from CDA/UNS C83600. C. All service fittings shall be certified as suitable for contact with drinking water by an ANSI accredited organization in accordance with ANSI/NSF Standard 61,Drinking Water Systems Components—Health Effects. D. All fittings shall be stamped or embossed with a mark or name indicating that the product is manufactured from the low-lead alloy. 2.11 CURB VALVES, CORPORATION STOPS AND SERVICE SADDLES A. Curb valves shall be of the "No-Lead" or "Low-Lead" design, conforming to ANSUAWWA Standard C800, latest revision. Curb valves shall be brass ball type corporation stops with inlet end to suit tapping requirements and compression outlet suitable for service pipe material. Curb valves shall be rated for 300 psig working pressure. Valves shall be Mueller 300 ball curb valves, or approved equal. B. Curb valve boxes shall be extension type with arch pattern base. C. Corporation stops shall be of the "No-Lead" or"Low-Lead" design, conforming to ANSUAWWA Standard C800, latest revision. Corporation stops shall be brass ball type corporation stops with inlet end to suit tapping requirements and compression outlet suitable for service pipe material. Corporation stops shall berated for 300 psig working pressure. Corporation stops shall be Mueller 300 ball type corporation stops, or approved equal. D. Service saddles shall be all stainless steel double bolt service saddles with Nitrile (Buna N) gaskets and appropriate threads for compatibility with the corporation stops. Service saddles shall be Mueller SS Series Stainless Steel Service Saddles, Smith-Blair Model 372 TaperSeal Service Saddles, or approved equal. 2.12 TAPPING SLEEVES A. Body. 1. Full circumference band. 2. 18-8 type 304 stainless steel. B. Flange. Section 15060 PIPING—GENERAL Page 8 of 26 1. AWWA C207 Class D ANSI. 2. 150 lb. drilling. 3. Epoxy coated finish or 18-8 type 304 stainless steel. C. Gasket. 1. Grade 60; compounded to resist oils, alkalies, most(aliphatic) hydrocarbon fluids, water, &many chemicals. 2. Temperatures up to 212°F. 3. Suitable for use in potable water systems. D. Bolts and Nuts. 1. 18-8 type 304 stainless steel heavy hex nuts, stud bolts, and washers. 2. Nuts and studs shall be coated to prevent galling. E. Manufacturers and Models. 1. Smith-Blair, Model 662 or 663. 2. Or equal. 2.13 PRESSURE GAUGES AND ISOLATION VALVES A. Pressure gauges shall be silicone-filled with a die cast aluminum case. The gauge shall be ANSI grade A,with 1%accuracy at full scale. The scale range shall be 0 to 200 psi, unless otherwise noted in Drawings, with graduations marked at 2 psi increments. The gauge shall utilize a phosphor bronze bourdon tube as a sensing unit. Gauges shall have a 3"NPT connection unless otherwise indicated. B. All pressure gauge assemblies shall include an isolation valve between the pressure gauge and the carrier pipe. Isolation valves shall be bronze body ball valves with standard or full port and Teflon seats. Valves shall be rated for minimum 600 psi water pressure. 2.14 MECHANICAL JOINT DUCTILE IRON RESTRAINTS A. Mechanical joint ductile iron restraints shall be provided where shown on the Drawings, and shall be designed to fit standard mechanical joint bells and have ductile iron glands with hardened iron ductile iron set screws. Restraints shall have a working pressure of at least 250 psi with a rated safety factor of 2:1,and shall be UL listed and Factory Mutual approved. Restraints shall be mechanical joint ductile iron retainer glands, and shall be EBBA IRON, Inc. Series 100, or equal. 2.15 PIPE WEDGES FOR BURIED DUCTILE IRON WATER MAIN Section 15060 PIPING—GENERAL Page 9 of 26 A. All ductile iron pipe shall have brass wedges inserted at all joints for continuity to allow surface tracing by pipe locator. PART 3: EXECUTION 3.1 EXAMINATION A. Verification of Existing Pipe and Penetrations. 1. Prior to ordering materials, expose all existing pipes which are to be connected to new pipelines. 2. Verify the size,material,joint types, elevation,horizontal location, and pipe service of existing pipes. 3. Inspect size and location of structure penetrations to verify adequacy of wall pipes, sleeves, and other openings before installing connecting pipes. 3.2 RESPONSIBILITY FOR MATERIAL A. The Contractor shall be responsible for all material furnished by him and shall replace at his own expense all such material found defective in manufacture or damage in handling after delivery by the manufacturer. This shall include the furnishing of all materials and labor required for the replacement of installed material discovered damaged or defective prior to the final acceptance of the work,or during the guarantee period. B. The Contractor shall be responsible for the safe and proper storage of material furnished by him or to him and accepted by him, and intended for the work, until it has been incorporated in the completed project and accepted and approved. The interior of all pipe and other accessories shall be kept free from dirt and foreign matter at all times. 3.3 HANDLING OF PIPE AND FITTINGS A. All pipe furnished by the Contractor shall be delivered and distributed at the site by the Contractor. Pipe, fittings, specials, valves and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. B. Pipe handled on skidways shall not be skidded or rolled against pipe already on the Section 15060 PIPING—GENERAL Page 10 of 26 ground. All pipe,fittings,and valves shall be carefully lowered into the trench piece by piece by means of a derrick,ropes, or other suitable tools or equipment, in such a manner as to prevent damage to pipe materials and protective coatings and linings. Under no circumstances shall materials be dropped or dumped into the trench. 3.4 PREPARATION A. Pipe and Fittings. 1. Inspect before exposed pipe or fitting is installed or buried pipe or fitting is lowered into the trench. 2. Clean ends of pipe thoroughly,remove foreign matter and dirt from inside of pipe, and keep clean during and after installation or laying. B. Damaged Coating. 1. Repair damaged areas in field with material equal to original. C. Field Fabrication. 1. Notify Engineer at least 2 weeks prior to fabrication of pipe or fittings and at least 3 days prior to start of any surface preparation or coating application. 3.5 FIELD WELDING A. General. 1. Perform in accordance with latest editions of Section IX,ASME Boiler and Pressure Vessel Code and ANSI Code for Pressure Piping, as follows: a. All Piping: ASME Section IX. b. Heating and Cooling Water Services: ANSI B31.1. C. Flammable Gas, LP Gas, Ammonia, Chlorine Liquid and Vapor, Engine Exhaust, and Compressed Air Services: ANSI B31.2. 2. See other 15060 Detail Piping Specifications for additional requirements. 3. Field welding permitting only on pipes in which linings will not be damaged by welding or in which linings are designed for field repair and inspection. B. Identification of Welds. Mark each weld with a symbol which identifies the person who made the weld. C. Pipe End Preparation. 1. Preferably by machine shaping. 2. Oxygen or arc cutting are acceptable only if the cut is smooth and true and all Section 15060 PIPING—GENERAL Page 11 of 26 slag is removed either by chipping or grinding. 3. Beveled Ends for Butt Welding: Meet requirements of ANSI B16.25. D. Surfaces. Clean and free of paint, oil,rust, scale, slag, or other material detrimental to welding. E. Alignment and Spacing. Align ends to be joined with existing commercial tolerances on diameters, wall thicknesses, and out-of-roundness. 1. Root Opening of Joint. As stated in paragraph Procedure, below. F. Procedure. 1. Shielded Metal-Arc Process. Use for all field welding, unless otherwise approved or specified herein or in the Detail Piping Specifications. 2. Welding on Stainless Steel. Use direct current, reverse polarity, shielded metal-arc or gas metal-arc process or direct current, straight polarity, gas tungsten-arc or gas metal-arc process, unless otherwise approved. 3. Do not perform welding if there is impingement of any rain, snow, sleet, or high wind on the weld area,or if the ambient temperature is below 32 degrees F. 4. Tack Welds. Remove completely prior to proceeding with welding if all following requirements are not met. a. Tack welds performed by qualified welder using the same procedure as for the completed weld. b. Tack welds made with an electrode similar or equivalent to electrode to be used for first weld pass. C. Not cracked or otherwise inconsistent. 5. Thoroughly clean each layer of deposited weld metal,including the final pass, prior to deposition of each additional layer of weld metal with a power-driven wire brush. 6. Surface Defects. Chip or grind out those that will affect the soundness of weld. 7. Pipe 4 Inches and Under. Provide minimum of full root and second pass. 8. Pipe Sizes 6 Inches Through 24 Inches. Provide minimum of three weld passes using the specified covered electrode. 9. Welds. Free of cracks,incomplete penetration,weld undercutting,excessive weld reinforcement, porosity slag inclusions, and other defects in excess of the limits prescribed in Chapter V of the specified ANSI Codes. 10. Branch Connections. Fit and groove weld in accordance with the details described and shown in Chapter V of the specified ANSI Codes. 3.6 PIPING INSTALLATION - GENERAL Section 15060 PIPING—GENERAL Page 12 of 26 A. General. Install in conformance with reviewed shop drawings. B. Pipe Fittings and Appurtenances. In accordance with the manufacturer's instructions and these Specifications. C. All submerged carbon steel,ductile iron,or galvanized piping in reinforced concrete basins shall be isolated from the concrete reinforcement. D. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. During laying operations, no debris, tools, clothing, or other materials shall be placed in the pipe. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or other means approved by the Engineer to ensure absolute cleanliness inside the pipe. E. Cutting pipe for inserting valves,fittings,or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or coating and so as to leave a smooth end at right angles to the axis of the pipe. 3.7 BURIED PIPE INSTALLATION A. General. 1. Lay pipe and fittings in conformance with laying drawings, manufacturer's instructions and alignment and elevations shown. 2. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. 3. Use pipe joint lubricant as specified; no substitutions will be permitted. 4. Do not lay pipe in water or when, in the opinion of the Engineer, trench conditions are unsuitable. 5. Prevent uplift and floating of pipe prior to backfilling. 6. Minimum Bury Depth. 6 feet of cover unless otherwise shown in the Drawings. 7. Do not deviate more than 1 inch from line or 1/4 inch from grade for gravity piping. 8. Measure for rD grade at the pipe invert, not at the top of the pipe. 9. Before laying each section of the pipe, check the grade with a straightedge and correct any irregularities found. 10. Prevent foreign material from entering pipe at all times during placement. a. If pipe cannot be placed without foreign material entering pipe,place a tightly woven canvas bag snugly over each end before lowering pipe. b. Leave bags in-place until connection is made to adjacent pipe. 11. After a section of pipe has been lowered into the prepared trench, clean the end of the pipe to be joined, the inside of the joint, and the rubber ring Section 15060 PIPING—GENERAL Page 13 of 26 immediately before joining the pipe. 12. Check gasket position with feeler gauge furnished by the pipe manufacturer, to assure proper seating. a. Feeler Gauge. Of proper size, type, and shape for use during installation for each type of pipe furnished. 13. After the joint has been made as specified under Paragraph JOINING PIPE, check pipe for alignment and grade. 14. Joint Deflection. a. Deflect pipe at joints for pipelines laid on a curve, using unsymmetrical closure of spigot into bell. b. Maximum Deflection. 75 percent of maximum deflection recommended by pipe manufacturer. C. Use one of the following methods if j oint deflection of standard pipe lengths will not accommodate horizontal or vertical curves in alignment: 1) Shorter pipe lengths. 2) Special mitered joints. 3) Standard or special fabricated bends. 15. Apply sufficient pressure in making the joint to assure that the joint is "home," as defined in the standard installation instructions provided by the pipe manufacturer. 16. Place sufficient pipe zone material to secure the pipe from movement before the next joint is installed. 17. Keep trench dry until the pipe laying and jointing are completed. 18. Close and block the open end of the last laid section of pipe to prevent entry of foreign material or creep of the gasketed joints, at all times when laying operations are not in progress, at the close of the day's work, or when the workers are absent from the job. 19. The bottom of the trench shall be shaped to fit the bottom quadrant of the pipe with holes for couplings just large enough to permit assembly of the coupling. B. Dewatering Trench. 1. Where water is encountered in the trench,it shall be removed below the level of the pipe bedding during pipe laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water shall not be allowed to enter the pipe at any time. C. Joining Pipe. 1. Bell-and-Spigot with Rubber Gasket Joints (Push-On Joints). Assemble in accordance with manufacturer's instructions, and the following: Section 15060 PIPING—GENERAL Page 14 of 26 a. As next section of pipe is being readied for laying, clean bell of previously laid pipe of foreign material and apply thin film of specified lubricant to entire surface of bell ring. b. At same time, lubricate gasket and install in spigot groove. C. Ensure gasket tension is uniform around groove before placing pipe in trench. d. Lower pipe section into trench until approximately in line with previously laid pipe section and spigot is centered in bell. e. Then force pipe "home" as defined in manufacturer's installation instructions and secure to proper alignment and grade with specified pipe zone material. f. Check gasket position with feeler gauge, furnished by pipe manufacturer, to assure proper seating. D. Backfill in the Pipe Zone. 1. See Section 02221, Trench Excavation and Backfill 3.8 EXPOSED PIPING INSTALLATION A. General. 1. Install parallel to building lines, unless shown otherwise 2. Align hangers supporting adjacent piping with equal support spans where possible. 3. Install piping without springing or forcing the pipe which would create stresses in the pipe, valves, or connected equipment. a. Use torque-limiting wrenches to tighten bolts. 4. Straight runs of piping upstream and downstream of flow measuring devices shall be smooth. B. Pipe Flanges. 1. Set level, plumb, and aligned. 2. Install flanged fittings true and perpendicular to the axis of the pipe. 3. Bolt holes shall straddle vertical centerline of pipes. 4. Plastic Flanges. a. Bold up using a filler gasket at any joint with a raised face. b. The filler gasket shall bear the bolt load uniformly and remove the flange moment from that part of the flange protruding beyond the outer edge of the raised face. C. Unions. Install where required for piping or equipment installation. Section 15060 PIPING—GENERAL Page 15 of 26 D. Valve Orientation. 1. As shown where valve handwheels are shown. 2. Where valve handwheels are not shown, orient to permit easy access to the valve operator, and to avoid interferences. 3.9 PIPING EXPANSION AND FLEXIBILITY A. Piping Expansion Provisions. Where recommended by the pipe material supplier, install expansion provisions as follows. 1. Piping. Install expansion devices to allow for thermal expansion due to differences between temperature during installation and operating temperatures. 2. Anchors. Install to withstand expansion thrust loads and to direct and control thermal expansion. B. Piping Flexibility Provisions. 1. Install thrust protection as specified. 2. Install flexible couplings and expansion joints for piping systems and at connections to equipment where shown. 3. Install additional pipe anchors and flexible couplings to facilitate piping installation, in accordance with reviewed shop drawings. 3.10 FLEXIBLE COUPLINGS,FLANGED COUPLING ADAPTERS,MECHANICAL JOINT COUPLINGS, AND SERVICE SADDLES A. Thoroughly clean oil,scale,rust,and dirt from the pipe to provide a clean seat for the gasket. B. Wipe gaskets clean prior to installations. C. Lubricate flexible couplings and flanged coupling adapter gaskets with soapy water or manufacturer's standard lubricant before installation on the pipe ends. D. Install couplings and service saddles in accordance with manufacturer's instruction. E. Tighten bolts progressively,drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. F. Use only torque-limiting wrenches to tighten bolts. 3.11 SLAB, FLOOR, WALL, AND ROOF PENETRATIONS Section 15060 PIPING—GENERAL Page 16 of 26 A. Except where shown otherwise on the Drawings, all piping penetrating concrete walls shall have a wall pipe or pipe sleeve. 1. Existing walls above water lines may have rotary drilled hole in lieu of wall sleeve. B. Isolate embedded metallic piping from concrete reinforcement. C. Support wall pipes securely by formwork to prevent contact with reinforcing steel and tie-wires. D. Seal pipe penetrations with concrete,non-shrink grout,or non-sag urethane. Drilled or formed circular openings may be sealed with modular mechanical wall sleeves. 1. Assemble the interconnected rubber links with bolts,nuts,and pressure plates under each bolt head and nut to prevent the nut from turning when the bolt is tightened. 3.12 CONNECTING DISSIMILAR PIPE A. Flexible Transition Couplings. Install in accordance with pipe manufacturer's instructions. 3.13 BURIED PIPE IN CONCRETE ENCASEMENTS OR CONCRETE BEDDING A. Pipe Joints. Do not encase in concrete unless specifically shown. B. Pipe Coatings. Continuous through concrete encasements, thrust blocks, anchors, collars, etc., unless otherwise shown. 3.14 FLEXIBLE JOINTS AT CONCRETE STRUCTURES A. Rubber ring joints,mechanical joints, flexible couplings, and proprietary restrained ductile iron pipe joints are considered flexible joints; welded pipe joints are not. B. Provide flexible joints at the face of all structures, whether or not shown. 1. Joint may be flush with face or may be up to one pipe diameter away from face, but not further than 18 inches away from face. C. Install a second flexible joint, whether or not shown, for: 1. Pipelines smaller than 18 Inches in Diameter: Within 18 inches of the first joint. Section 15060 PIPING—GENERAL Page 17 of 26 2. Pipelines Larger than 18 Inches in Diameter: Within one pipe diameter of the first joint. 3.15 THRUST RESTRAINT A. Location. 1. At pipeline tees, plugs, caps, bends, and other locations where unbalanced forces exist. 2. Provide thrust blocks and ties where required, whether or not shown. B. Thrust Ties. Install where shown and as detailed. C. Mechanical Joint Valves in Proprietary Restrained Joint Pipe and Fittings. Restrain mechanical joints with the proprietary restrained joint manufacturer's adapter gland follower and pipe end retainer or provide thrust tie-rods and socket clamps. D. Thrust Blocking. 1. Allowable Soil Pressure. 2,000 pounds per square foot. 2. Place between undisturbed ground and fitting to be anchored. 3. Quantity of Concrete. Sufficient to cover area of bearing on pipe, as shown or as approved. 4. Place blocking so that pipe and fitting joints will be accessible for repairs, unless otherwise approved. 5. Place concrete in accordance with Section 03300, CAST-IN-PLACE CONCRETE. 6. Low Pressure Pipelines. a. When bearing surface of the fitting against soil provides an area equal to or greater than area required for thrust restrain, concrete thrust blocks will not be required. b. Determine bearing area for fittings without thrust blocks by the projected area of 70 percent of the internal diameter multiplied by the chord length for the curve along the centerline of the fitting. 3.16 TAPE WRAP A. Field Applied. In accordance with manufacturer's instruction and as specified herein. B. Clean items with power brushes to remove rust, scale, or other material. C. Grind or file smooth any sharp burrs that will damage the warp, and solvent clean to remove oils or greases. Section 15060 PIPING—GENERAL Page 18 of 26 D. Apply primer and spiral wrap with a 50 percent overlap to form a double layer. E. Apply with enough tension to make wrap conform to the surface without wrinkles, but do not stretch excessively. F. Roll or press the overlap seams to ensure complete bonding. 3.17 MARKING TAPES A. Install along centerline of all pipe, on top of last lift of pipe zone material. B. Install 18 inches feet deep taking care to prevent damage to tape; repair damage incurred. C. Detectable Pipe Locating Tape. 1. Adjoin at ends of rolls with clips provided by manufacturer. 2. Bring to surface inside each manhole or terminal structure. 3.18 VENTS AND DRAINS A. Vent the high points and drain the low points of pipelines as required and where shown. B. Valves. Install a ball or plug valve on all vents or drains. Valve shall be suitable for service. Locate where shown on the Valve Schedule and install as specified in Section 15101, VALVES. 3.19 CORROSION PROTECTION AND PAINTING A. General. 1. Protect all pipe and piping accessories from corrosion and adverse environmental conditions. 2. Additional requirements for protection to those specified below are included in the Detail Piping Specifications and in Section 09900, PAINTING. 3. See the Piping Schedule in the Drawings for additional pipe lining and coating requirements. B. Buried Pipe. 1. Carbon Steel or Copper Piping. Tape coat wrap. 2. Ductile Iron and Cast Iron Soil Pipe. Bag with polyethylene in accordance Section 15060 PIPING—GENERAL Page 19 of 26 with AWWA C 10 5 and manufacturer's instructions. 3. Piping Accessories. Provide corrosion protection for ferrous metal piping appurtenances. a. See Standard Detail for coating, mastic and heat shrink wrap application to: 1) Tie-Rods and Similar Items. 2) Flange Bolts,Nuts, and Similar Items. 3) Flexible Couplings, Grooved Couplings, and Similar Items. b. Buried Valves and Similar Elements. 1) Ductile Iron or Nonmetallic Pipelines. Wrap entire valve in polyethylene as specified for ductile iron pipe. 2) Cement-Coated Pipelines. Cement-coat. C. Atmospheric Exposed Pipe. 1. Copper and Plastic Pipe. a. Paint if exposed to sunlight,and as required for color code in Section 09900, Painting. 2. Steel, Ductile Iron. a. Paint in accordance with Section 09900, Painting. 3. Piping Accessories. a. Paint atmospheric exposed surfaces of black and hot-dip galvanized steel, brass, copper, and bronze piping components as specified in Section 09900, Painting, as applicable to the base metal material. b. Accessories include, but are not limited to, pipe hangers, supports, expansion joints, pipe guides, flexible couplings, vent and drain valves, and fasteners. D. Submerged or Embedded Pipe. 1. Carbon Steel Piping. Paint as specified in Section 09900, Painting. 2. Ductile Iron and Cast Iron Pipe. Paint as specified in Section 09900, Painting. 3.20 PIPE LEAK TESTING- GENERAL A. General. 1. Conduct pressure and leakage tests on newly installed pipelines and appurtenances, in accordance with reviewed testing plan. 2. Furnish necessary equipment and material and make taps in piping, as necessary for testing and as specified. 3. Engineer will observe the tests. 4. Provide 5 days advance written notice of start of testing to Engineer. 5. Test Type. Test pressure shall be 1.5 time normal operating pressure for all Section 15060 PIPING—GENERAL Page 20 of 26 new pressure pipelines. Test pressure shall be 2 feet (of water) above the pipe crown at the highest point in the pipeline for all new gravity pipelines. Type of leak test shall be hydrostatic,unless otherwise approved through the Submittal process. 6. Test Records. Make records of each piping system during the test to document the following: a. Date of test. b. Description and identification of piping tested. C. Test fluid. d. Test pressure. e. Remarks, including: 1) Leaks (type, location). 2) Repairs made on leaks. f. Certification by Contractor and signed acknowledgment by Engineer that tests have been satisfactorily completed. B. Testing New Pipe Connected to Existing Pipe. 1. Isolate new pipe with grooved-end pipe caps, spectacle blinds, or blind flanges. 2. Test joint between new piping and existing piping by methods, approved by the Engineer, that do not place the entire existing system under test load. C. Buried Pressure Piping. 1. Initial Service Leak Test. Conduct with partially backfilled trench and joints left open for inspection, as field conditions permit and as approved by Engineer. 2. Final Hydrostatic Acceptance Test. Conduct after trench has been completely backfilled. 3. Expose all joints on buried pressure piping to be pneumatically tested or subjected to an initial service leak test. D. Exposed Pressure Piping. Conduct tests after piping has been completely installed and inspected for proper installation including all supports,hangers,and anchors,but prior to installation of insulation. 3.21 HYDROSTATIC LEAK TESTING—PRESSURE PIPELINES A. Testing Equipment. Quantity Equipment Section 15060 PIPING—GENERAL Page 21 of 26 2 Graduated containers 2 Pressure gauges 1 Hydraulic force pump As required Suitable hose and suction pipe B. Procedure. 1. Use water as the hydrostatic test fluid. 2. Provide clean test water of such quality to prevent corrosion of the materials in the piping system. 3. Maximum Velocity During Filling. 0.25 foot per second applied over full area of pipe. 4. Open vents at all high points of the piping system to purge air pockets while the piping system is filling. 5. Venting during filling may also be provided by loosening flanges with a minimum of four bolts of by the use of equipment vents. 6. Test all parts of the piping system at the test pressure specified. 7. Maintain hydrostatic test pressure continuously for 30 minutes minimum and for such additional time as necessary to conduct examinations for leakage. 8. Examine all joints and connections for leakage. 9. The piping system,exclusive of possible localized instances at pump or valve packing, shall show no visual evidence of leaking. 10. Correct visible leakage and retest as required by Engineer. 11. Leave pipe full of water after repair of leaks. C. Buried Pressure Piping. 1. A limited amount of leakage is permissible according to the formula specified herein. 2. Pipe with Concrete Thrust Blocking. Do not conduct pressure test until a minimum of 5 days after thrust blocking is installed. 3. Cement-Mortar Lined Piping. Slowly fill test section with water and allow to stand for 24 hours under low pressure to allow cement-mortar lining to absorb water. 4. Expel all air from piping system prior to testing. 5. Apply and maintain specified test pressure with hydraulic force pump. 6. Valve off the piping system when test pressure is reached. 7. Maintain hydrostatic test pressure continuously for 2 hours minimum, reopening isolation valve only as necessary to restore test pressure. 8. Accurately measure amount of water required to maintain test pressure by placing pump suction in a barrel or similar device, or by metering. 9. Determine maximum allowable leakage in gallons per hour from the following formula: a. L= SD(P)1i2 148,000 Section 15060 PIPING—GENERALmmdIC Page 22 of 26 b. In the above formula: 1) L= Allowable leakage, in gallons per hour, which represents the quantity of water necessary to maintain the specified test pressure for the duration of the test period. 2) S = Length of pipe tested, in feet. 3) D = Nominal diameter of pipe, in inches. 4) P = Test pressure during the leakage test, in pounds per square inch. C. Correct leakage greater than the allowable determined under this formula, and retest as required by Engineer. 3.22 HYDROSTATIC LEAK TESTING—GRAVITY PIPELINES A. Underground Gravity Pipelines. 1. General. Gravity mains, manholes and appurtenances will be subject to testing to determine compliance with the contract requirements.No drainage shall be permitted to enter any new gravity main or manhole until testing has been satisfactorily completed and approval has been given by the Engineer. The Contractor shall thoroughly clean all gravity mains and manholes before any tests are performed. No materials removed during the cleaning and flushing operation shall be permitted to enter existing live sewers.Tests shall be performed after all backfill and compaction has been completed between and around the sections being tested and before any surface restoration or paving has been performed. 2. Alignment Test. A light test shall be performed to determine horizontal deflection of gravity mains between manholes.The Contractor shall provide the testing equipment necessary and perform the test in the presence of the Engineer.A test shall be considered successful when a full circle of light can be observed both ways from the pipe end opposite the light source one block away without undue deflection or irregularity visible in the pipe in the opinion of the Engineer. The tolerances specified in this section must be complied with nonetheless. 3. Grade Test. Grade tests will not be performed until alignment tests have been satisfactorily completed. Compliance with grade requirements will be determined by visual inspection of any ponding in the gravity main between manholes after flushing with water. The Contractor will perform the test in the presence of the Engineer. The test shall be considered a failure if ponds longer than one pipe length are observed. 4. Leakage Test,Exfiltration Method.For all new gravity mains,an exfiltration test will be performed. The Contractor shall provide and install a suitable sewer plug to positively seal the downstream end of the main and provide all water necessary to perform the test. The test will be performed by filling the Section 15060 PIPING—GENERAL Page 23 of 26 upstream manhole to a depth of 2' over the highest groundwater elevation at any point in the section of pipe being tested. Leakage will be tested by measuring the drop in the water level over a period of 4 hours. The length of sewer main tested during any one test shall not exceed 1,200'. 5. The leakage as determined by the above methods shall not exceed 200 gallons per day per mile of sewer per inch of inside pipe diameter for the section tested or any part thereof. Obvious and concentrated leaks such as open joints, pinched gaskets, cracked pipe, etc. will not be allowed, regardless of the amount of leakage. 6. Deflection Test. Seven or more days after the pipe has been laid and backfilled, all PVC pipe shall be tested for deflection in the presence of the Engineer. This test shall consist of pulling an approved mandrel ("Go - No Go" device with a minimum of 9 arms) through the pipe. The maximum deflection allowable shall not exceed 5%of the pipe's internal diameter.Tests conducted on pipe that has been backfilled more than 30 days will be considered acceptable if the maximum deflection does not exceed 7 1/20 of the pipe's internal diameter. The Contractor shall conduct the test and shall furnish all necessary test equipment and labor.If the pipeline fails to meet the deflection requirements,the Contractor shall re-excavate,re-bed,backfill and compact the pipe and re-conduct the test as specified. 7. TV Testing. The Owner may, at his option, require any or all sewers to be inspected by the use of a television camera before final acceptance.The costs incurred in making the initial inspection shall be borne by the Owner unless testing reveals deficiencies in the work. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection that may be required by the Owner to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. 8. If any test fails to meet the requirements of the Plans and Specifications within the tolerances allowed,the Contractor shall make all necessary repairs and the tests shall be repeated.Defective pipe joints shall be repaired only by the use of approved jointing material which is flexible when set and that forms a permanent bond to the pipe. Cracked or broken pipe or manholes shall be replaced. Leaks in manholes shall be repaired with hydraulic grout. Other repairs shall be made in a manner approved by the Engineer. B. Gravity Drain Piping in Buildings. 1. Test with 15 feet of water to include the highest horizontal vent in the filled piping. 3.23 TOLERANCES FOR UNDERGROUND PIPE LAYING A. Construction tolerances for the work covered by this section shall be as follows: Section 15060 PIPING—GENERAL Page 24 of 26 B. Pressure Main Installation. 1. Alignment: + 1/10 inside pipe dia. C. Gravity Main Installation. 1. Grade less than 1%: + 1/4" 2. Grade greater than 1%: + 2" 3. Alignment: + 1/10 inside pipe dia. D. Manhole Installation on Gravity Mains. 1. Horizontal location: +2" 2. Vertical Plumb: + 2" of vertical 3. Elevation of inverts: + 0.02' 4. Elevation of cover: + 0.04' 5. Channel dimensions: + 1/4" 6. Channel smoothness: + 1/8" per two-foot straight edge 3.24 REQUIRED CLEARANCE BETWEEN WATER MAINS AND GRAVITY DRAINS A. Horizontal Clearance.New gravity drains and sewers shall be installed to provide no less than 10'of horizontal clearance measured from the edge of new or existing water mains to the edge of the sewer main. This applies to sewers adjacent to water mains and sewers crossing water mains at angles less than 85 degrees. B. Vertical Clearance. At crossings, gravity drains and sewers shall be installed to provide no less than 18" of vertical clearance measured from the edge of the water main to the edge of the drain or sewer main. This shall be the case where the water main is either above or below the sewer. The crossing shall be arranged so that the sewer joints will be equidistant and as far as possible from the water main joints. C. Special Conditions. When it is impossible to obtain the specified horizontal or vertical clearance,PVC water pipe shall be used in place of the PVC sewer pipe in all areas that are not in compliance with the clearance requirements specified.The PVC water pipe shall be pressure-tested by the Contractor to assure water tightness to the satisfaction of the Engineer. D. When a water main is found to intersect the alignment of a new sewer main as indicated on the Plans, the Contractor shall immediately notify the Engineer in writing.The Engineer will promptly evaluate the situation and issue a Field Order or Change Order as applicable to the Contractor with directions for alleviating the conflict. Section 15060 PIPING—GENERAL Page 25 of 26 7 E. Claims for additional costs and contract time due to delays caused by conflicts with water mains will not be considered except for any special fittings, materials or construction methods ordered by the Engineer by issuance of a Field or Change Order as defined in Section 3.2.5 above. The Contractor shall field verify water main locations and identify all conflicts with water mains sufficiently in advance of his sewer main construction to permit the conflicts to be remedied without delay. 3.25 FINAL CLEANING A. Interim Cleaning. 1. Prevent accumulation of weld rod, weld spatter, pipe cuttings and filings, gravel,cleaning rags, and other foreign material within piping sections during fabrication. 2. Examine piping to assure removal of these and other foreign objects prior to assembly and installation. B. Following assembly and testing,and prior to final acceptance,flush pipelines(except as stated below) with water to remove accumulated construction debris and other foreign matter. C. Flush until all foreign matter is removed from the pipeline. D. Provide hoses, temporary pipes, ditches, and other items as required to properly dispose of flushing water without damage to adjacent properties. E. Minimum Flushing Velocity: 2.5 fps. F. For large diameter pipe where it is impractical to flush the pipe at 2.5 fps velocity, clean the pipeline in-place from the inside by brushing and sweeping,then flush the line at a lower velocity. G. Insert cone strainers in the flushing connections to attached equipment and leave in- place until cleaning has been accomplished. H. Remove accumulated debris through drains 2 inches and larger or by removing spools and valves from piping. END OF SECTION 15060 Section 15060 PIPING—GENERAL Page 26 of 26 SECTION 15060-02 DETAIL PIPING SPECIFICATION CEMENT-LINED DUCTILE IRON PIPE AND FITTINGS PART I: GENERAL 1.1 DESCRIPTION A. This specification covers the materials and installation of cement-lined ductile iron pipe and fittings for both buried and exposed installations. B. Products and methods described herein are supplemental to products and methods specified in Section 15060, PIPING-GENERAL. PART 2: MATERIALS 2.1 PIPE A. Centrifugally cast,Grade 60-42-10 iron,cement-lined and seal-coated in accordance with AWWA C151, 350 psi minimum working pressure. 2.2 JOINTS A. Push-on, flanged, or mechanical joint as shown. B. Flanged j oint pipe shall conform to AWWA C 115 and shall use ductile iron flanges. C. Push-on or mechanical joints shall conform to AWWA C111. 2.3 FITTINGS A. Gray or ductile iron, 150 psi working pressure, cement-lined and seal-coated. All fittings shall be "No-Lead" or "Low Lead", maximum lead content of 0.24% by weight. Where taps are shown on fittings, tapping bosses shall be provided. 1. Flanged: AWWA C110, faced and drilled 125-pound ANSI standard. 2. Push-On: AWWA C110 or AWWA C153. 3. Mechanical Joint: AWWA C110 or AWWA C153. 2.4 FLANGE BOLTS A. For above-grade piping and Class 125 FF Flanges: Carbon steel, ASTM A307, Section 15060-02 CEMENT LINED DUCTILE IRON PIPE AND FITTINGS Pagel of 2 Grade A hex head bolts and ASTM A563, Grade A hex head nuts. B. For buried piping, and piping installed in the wet well:Type 307 Stainless Steel nuts and bolts. 2.5 GASKETS A. Gaskets for mechanical, push-on, and proprietary restrained joints shall be rubber, conforming to AWWA C111. B. Gaskets for flanged joints shall be 1/8-inch thick, full face cloth-inserted rubber conforming to applicable parts of ANSI B 16.21 and AWWA C207, Gasket material shall be free from corrosive alkali or acid ingredients and suitable for use in potable waterlines. Gaskets shall be full-face type for 125-pound FF flanges. 2.6 LINING A. Pipe and fittings shall be cement-lined in accordance with AWWA C104. 2.7 EXTERIOR COATING FOR PIPE AND FITTINGS A. All pipe and fittings for buried installations shall be coated outside with an asphaltic coating, 1 mil thick, per AWWA C151 for push-on and mechanical joint pipe, AWWA C115 for flanged pipe, and AWWA C110 and C153 for fittings. B. All pipe and fittings for exposed installations shall be manufactured and delivered with no asphaltic coating, but rather shall be coated outside with a factory-applied high-solids epoxy primer compatible with the finish coatings specified in Section 09/900, Painting. 2.8 POLYETHYLENE ENCASEMENT (POLYWRAP) A. Furnish and install polyethylene encasement for all buried pipe in accordance with AWWA C105. PART 3: EXECUTION 3.1 See Section 15060, PIPING-GENERAL. END OF SECTION 15060-02 Section 15060-02 CEMENT LINED DUCTILE IRON PIPE AND FITTINGS Page 2 of 2 SECTION 15060-03 DETAIL PIPING SPECIFICATION POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS - GRAVITY SERVICE PART 1: GENERAL 1.1 DESCRIPTION A. This section covers materials and installation for PVC plastic pipe materials for gravity service. B. Products and methods described herein are supplemental to products and methods specified in Section 15060, PIPING- GENERAL. PART 2: MATERIALS 2.1 PIPE A. Rigid PVC Pipe. 1. 18 Inches Through 27 Inches: SDR 35 PVC conforming to ASTM D1784 and ASTM F679, T-1 wall thickness. 2. 4 Inches Through 15 Inches: SDR 35 PVC conforming to ASTM D1784 and ASTM D3034. 3. 3 Inches and Smaller: Schedule 40 PVC drain/waste/vent conforming to ASTM D1784 and ASTM D1785 with socket ends; NSF certified. 2.2 NIPPLES A. Rigid Pipe. Same as pipe, except threaded nipples shall be Schedule 80. 2.3 JOINTS A. 4 Inches and Larger: Gasketed bell and spigot, manufacturer's standard. B. 3 Inches and Smaller: Solvent-weld,except where connecting to unions,valves,and equipment with threaded connections that may require future disassembly. Section 15060-03 PVC PIPE AND FITTINGS,GRAVITY SERVICE Page 1 of 3 2.4 FITTINGS A. 4 Inches and Larger: SDR 35 gasketed, as specified under PIPE above. B. 3 Inches and Smaller: Conforming to the requirements of ASTM D2466 for socket type and ASTM D2464 for threaded type. 2.5 GASKETS A. Full-faced, 1/8-inch thick, fabricated from ethylene propylene rubber (EPR). B. When mating flange has raised face, use flat ring gasket and provide filler gasket between OD of raised face and flange OD to protect PVC flange from bolting moment. C. Bell and spigot joints: Manufacturer's standard. 2.6 SOLVENT CEMENT A. All socket connections shall be joined with PVC solvent cement conforming to ASTM D2564. Manufacture and viscosity shall be as recommended by the pipe and fitting manufacturer to assure compatibility. 2.7 THREAD LUBRICANT A. Teflon tape. PART 3: EXECUTION 3.1 GENERAL A. See Section 15060, PIPING- GENERAL. B. All rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe manufacturer's recommendations. Plastic pipe shall be laid by snaking the pipe from one side of the trench to the other. Offset shall be as recommended by the manufacturer for the maximum temperature variation between time of solvent welding and during operation. C. Schedule 40 pipe shall not be threaded. Use Schedule 80 threaded nipple where necessary to connect to threaded fittings. D. Only strap wrenches shall be used for tightening threaded plastic joints,and care shall be taken not to over tighten these fittings. Pipe shall not be laid when the Section 15060-03 - PVC PIPE AND FITTINGS, GRAVITY SERVICE Page 2 of 3 temperature is below 40E F,nor above 90E F when exposed to direct sunlight. Ends to be joined shall be shielded from direct sunlight prior to and during the laying operation. E. Provide adequate ventilation when working with pipe joint solvent cement. END OF SECTION 15060-03 Section 15060-03 PVC PIPE AND FITTINGS, GRAVITY SERVICE Page 3 of 3 SECTION 15060-04 DETAIL PIPING SPECIFICATION GALVANIZED STEEL PIPE PART I: GENERAL 1.1 DESCRIPTION A. This specification covers the materials galvanized steel pipe and fittings. B. Products and methods described herein are supplemental to products and methods specified in Section 15060, PIPING - GENERAL. PART 2: MATERIALS 2.1 PIPE A. Black carbon steel meeting the requirements of ASTM A 53, Grade B seamless or electric resistance welded, except piping 1-1/2 inch and smaller shall be ASTM A106, Grade B. 2.2 JOINTS A. Joints shall be threaded. 2.3 FITTINGS A. Threaded, 150-pound malleable iron, galvanized, ASTM A197 or ASTM A47, dimensions conforming to ANSI B16.3; unions, 300-pound malleable iron, galvanized, ASTM A197 or ASTM A47, dimensions conforming to ANSI B16.3, brass to iron seat. All fittings shall be "No-Lead" or "Low Lead", maximum lead content of 0.24%by weight 2.4 THREAD LUBRICANT A. Teflon tape or joint compound that is insoluble in water. 2.5 GALVANIZING A. Pipe shall be hot-dipped galvanized per ASTM A123. Section 15060-04 GALVANIZED STEEL PIPE Page 1 of 2 PART 3: EXECUTION 3.1 See Section 15060, PIPING - GENERAL. END OF SECTION 15060-04 Section 15060-04 GALVANIZED STEEL PIPE Page 2 of 2 SECTION 15060-06 DETAIL PIPING SPECIFICATION POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1: GENERAL 1.1. DESCRIPTION A. This specification covers the materials and installation of polyvinyl chloride(PVC) pressure pipe for water transmission and distribution systems. B. Products and methods described herein are supplemental to products and methods specified in Section 15060, PIPING- GENERAL. PART 2: MATERIALS 2.1. PIPE A. PVC water main pipe 12 inches in diameter or less shall meet AWWA C900 requirements, made to ductile iron O.D.'s for "Push-On" style joints. PVC pipe greater than 12 inches in diameter shall meet AWWA C905 requirements. Assure pipe joints are bell and spigot having an elastomeric gasket. PVC pressure pipe shall be DR 14 Class 200. 2.2. JOINTS A. Joints shall be bell and spigot,push-on style joints. 2.3. FITTINGS A. All fittings for PVC pressure pipe shall be ductile iron, conforming to the specifications in Technical Specifications 15060-02, CEMENT-LINED DUCTILE IRON PIPE AND FITTINGS 2.4. JOINT AND FITTING BOLTS A. For above-grade piping and Class 125 FF Flanges: Carbon steel, ASTM A307, Grade A hex head bolts and ASTM A563, Grade A hex head nuts. B. For flanged buried piping: Stainless Steel nuts and bolts. C. For mechanical joint buried piping: Low alloy steel tee head bolts with hex nuts. Section 15060-06 PVC PRESSURE PIPE Page 1 of 2 2.5. RESTRAINED JOINTS A. Restrained joints are required at all pipe joints inside a pipe casing. Restrained joint system shall be Certa-Lok C900/RJ, or approved equal. PART 3: EXECUTION 3.1. GENERAL A. See Section 15060 PIPING- GENERAL. END OF SECTION 15060-06 Section 15060-06 PVC PRESSURE PIPE Page 2 of 2 SECTION 15101 VALVES PART 1: GENERAL 1.1 WORK INCLUDED A. This section covers the work necessary for furnishing and installing the various valves as shown in the Drawings. 1.2 SUBMITTALS A. The following submittal for construction shall be made in accordance with the project submittal requirements described in the Supplementary Conditions. 1. Product Data (provide for each type of valve specified) a. Complete specifications, dimensions, data and catalog cuts or drawings shall be submitted for all valves. b. Drawings and data submitted shall include complete connection and schematic wiring diagrams for electrical actuators and controls. C. Instructions for adjustment,adjustment range,a cut section view,and narrative description of valve operation for pressure relief valves,air release and vacuum valves, and check valves. 2. List any exceptions taken to these Specifications. PART 2: PRODUCTS 2.1 GENERAL A. All valves shall be complete with all necessary operators, actuators, hand wheels, chain wheels,extension stems,floor stands,worm and gear operators,operating nuts, chains,wrenches, and other accessories or appurtenances which are required for the proper completion of the work. Operators, actuators, and other accessories shall be sized and furnished by the valve supplier and factory mounted. B. Valves shall be suitable for the intended service. Renewable parts including discs, packing,and seats shall be of types recommended by valve manufacturer for intended service, but not of a lower quality than specified herein. C. Valves and operators shall be suitable for the applicable exposure: buried,interior or exterior. They shall have all safety features required by OSHA. Section 15101 VALVES Page 1 of 12 D. Unless otherwise shown, valves shall be the same size as the adjoining pipe. E. All units shall have the name of the manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached stainless steel or aluminum plate in raised letters. F. For the purpose of designating the type and grade of valve desired,a manufacturer's name and list or figure number is given in the following specifications. Valves of equal quality by other manufacturers will be considered in accordance with the General Conditions. 2.2 DESIGN FEATURES A. Brass and bronze components of valves and appurtenances which have surfaces in contact with the water shall be alloys containing less than 16 percent zinc and 2 percent aluminum. B. Approved alloys are of the following ASTM designations: 1. B61, B62, B98 (Alloy UNS No. C65100, C65500, or C66100), B139 (Alloy UNS No. C51000),B584(Alloy UNS No. C90300 or C94700),B164, B 194, and B 127. 2. Stainless steel Alloy 18-8 may be substituted for bronze at the option of the manufacturer and with the approval of the Engineer. C. Valve ends shall be as specified, as shown on the Drawings, and to suit the adjacent piping. 2.3 VALVE OPERATORS A. General. 1. All valves shall be equipped with operators. The valve operator types, as specified herein,describe only the general characteristics of the operator. The operator shall be compatible with the valve with which it will be used and shall be of the same manufacturer, or a product that is recommended by the valve manufacturer. The operator shall be sized to operate the valve for the full range of pressures and velocities imposed by the service. All valve operators shall be installed such that there is no interference with existing piping or other equipment. B. Manual Operators. 1. Manual hand wheel or lever operators shall be provided unless otherwise Section 15101 VALVES Page 2 of 12 shown or specified. Ferrous hand wheel shall be painted the same color as the valve and associated pipeline. Lever operators may be supplied on quarter-turn type valves 8 inches and smaller, if recommended by the manufacturer;however, operator force shall not exceed 40 pounds under any operating condition, including initial breakaway. 2. When the maximum force required to operate a valve under full operating head exceeds 40 pounds, gear reduction operators shall be provided. Gear operators shall be totally-enclosed and lubricated. 3. On quarter-turn valves,the valve operators shall be of the self-locking type to prevent the disc or plug from creeping and shall be provided with position indicators to show the position of the valve disc or plug. 4. Worm and gear type operators shall have self-locking worm-gears,one-piece design, of gear bronze material, accurately machine cut. The worm shall be hardened alloy steel, with thread ground and polished. Operators of the geared traveling nut type shall have threaded steel reach rods with an internally threaded bronze or ductile iron nut. C. Exposed Operators. 1. Exposed operators shall be furnished with chain wheel operators, geared operators, extension stems, floor stands, and other elements as required to permit operation from the normal operating level. D. Buried Operators. 1. Buried service operators on valves larger than 2-1/2 inches shall have a 2-inch AWWA operating nut. All moving parts of the valve and operators shall be enclosed in a housing to prevent contact with the soil. 2. Buried service operators for quarter-turn valves shall be designed to withstand 450 foot-pounds of input torque at the FULLY OPEN or FULLY CLOSED positions without damage to the valve or operator and shall be grease packed and gasketed to withstand a submersion in water to 10 psi. 3. Buried valves shall be installed with valve boxes and extension stems, as required. 2.4 APPURTENANCES A. Limit Switches. Some valves shall be provided with limit switches. Switches and associated attachment mountings shall be factory installed. Check the various process mechanical drawings and the instrumentation and control drawings to locate valves requiring limit switches. Section 15101 VALVES Page 3 of 12 2.5 VALVES A. Gate Valves. 1. Gate valves 3-inch and smaller for exposed service shall be all-bronze with screwed bonnet, single solid wedge gate, and non-rising stem. Valves shall be rated 125-pound SWP, 200-pound WOG, and shall have threaded ends. Gate valves shall be Stockham B103, Crane 438, or approved equal. 2. Gate valves,4-inch to 12-inch, shall be iron-body,bronze-mounted,resilient seat gate valves with non-rising stems with design,construction and pressure rating conforming to AWWA Specification C509 or C515, with modifications specified herein. Stem seals shall be double rubber O-rings designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. Gate valves for buried installation shall have mechanical j oint ends(unless otherwise indicated in the Drawings)and a 2-inch square wrench nut for key operation. Gate valves for exposed installation shall have flanged ends and a hand wheel operator. All valves shall open counter-clockwise unless indicated otherwise in the Drawings or these Specifications. Valves shall be Mueller Resilient Wedge gate valves,or approved equal. B. Butterfly Valves. 1. General. Butterfly valves specified as AWWA C504 shall be in full compliance with AWWA C504,Class 150B,and the following requirements: a. Valves shall be suitable for throttling operations and for infrequent operation after extended periods of inactivity. b. Elastomer seats that are bonded or vulcanized to the body shall have the adhesive integrity of the bond between seat and body assured by sample testing with a minimum 75-pound pull in accordance with ASTM D429, Method B. Elastomers shall be suitable for 32 - 90 degrees F water. C. Valves shall be bubble-tight with rated pressure applied from either side of the valve disc. d. There shall be no travel stops for the disc on the interior of the body. e. Shaft seals shall be elastomer, self-adjusting V-type or O-rings. f. Thrust bearing surfaces of metal-to-metal shall not be exposed in the flowstream of the valve. g. Butterfly valves shall be Mueller Lineseal III butterfly valves, or approved equal. C. Ball Valves. 1. Bronze ball valves 4-inch and smaller,for general water and air service,shall Section 15101 VALVES Page 4 of 12 be end entry type, with Teflon seats and packing and have hand lever operators. Valves shall be rated 150-pound SWP, 400-pound WOG, and have threaded ends unless otherwise shown. Ball valves shall be Jenkins Figure 901-A,Nibco T-585-70, or approved equal. 2. PVC ball valves 2-inch and smaller shall be rated 150 psi at 120° F. Valves shall be of end entry, true union design, with threaded ends. Valves shall have replaceable elastomer seats, Viton or teflon 0-ring stem seals, and handle for manual operation. Ball valves shall be Nibco True-Block; McCannaplast Series 150; Asahi/America, Duo-Bloc; or approved equal. 3. Stainless steel ball valves shall be two-piece, full-port, Type 316 stainless steel valves with PTFE seats and FNPT connections. Valves shall be rated for 1000 psi max pressure. Ball and stem material shall be Type 316 stainless steel. Provide lockable lever-style stainless steel handle with vinyl grip.Ball valves shall be Grainger Series 1 WM, or approved equal. D. Deep Well Service Air Release and Vacuum Valve. 1. Valve shall conform to AWWA C512. 2. The Deep Well Service Air/Vacuum Valve shall employ the Kinetic Principle to automatically exhaust controlled quantities of air at pump start-up and to allow air to re-enter during draining or when a negative pressure occurs. 3. Valves shall be designed to exhaust air at up to sonic velocity without blowing shut. Valve shall be complete with a throttle device installed on the outlet to allow control of the air discharge rate and pressure and column ascent rate. 4. Valve inlets shall be the nominal size of the valve. The outlet shall be the same size as the inlet. The float shall be spherical and shall be capable of withstanding a test pressure of 1000 psi and shall seal against a renewable resilient seat. Body and cover shall be of cast iron conforming ASTM A126, Class B. The float shall be made of stainless steel. 5. Inlet and outlet connecting piping shall be of the same diameter as the nominal size of the valve. 6. Kinetic Deep Well Service Air/Vacuum Valve shall be as manufactured by GA Industries, Inc., Figure 933, or approved equal. E. Air Release Valves. 1. Air release valves shall conform to AWWA C512 and suitable for use with clean water. 2. Valve shall be float operated and automatically release air from the pipeline or system while in operation and under pressure. 3. Valve connection size shall be as shown in the Drawings with NPT inlet and outlet connections and additional plugged NPT connections near the top and bottom for testing and draining. Section 15101 VALVES Page 5 of 12 4. Valves with 1" or larger connection size shall be compound lever type with adjustable seat. Smaller size valves shall be simple lever type. 5. The valve's venting orifice diameter shall be selected for 300 psi maximum working pressure. 6. Valve body and cover shall be rated for 300 psi and made from cast iron. Exterior of valve shall be shop coated with enamel primer. 7. The float ball, orifice and internal linkage mechanism shall be of Type 316 stainless steel. 8. The set shall be replaceable and made from Buna-N rubber,or other suitable elastomer compounds. 9. Air Release Valves shall be as manufactured by GA Industries,Inc. (Figures 910, 912, 920, 922, 923), or approved equal. F. Combination Air Release and Vacuum Valves. 1. Combination air release and vacuum valves shall conform to AWWA C512. 2. The Combination Air Valve shall consist of Combination Air and Vacuum Valve and an Air Release Valve contained in a single body housing with a double orifice. The valve floats shall be heavy stainless steel. The plug or float shall be center guided through bushings for positive shut-off. The valve shall be designed to exhaust large amounts of air during filling, to release small amounts of accumulated air during operation and to admit large amounts of air upon impending vacuum during draining. 3. Valve inlets shall be the nominal size of the valve. The outlet shall be the same size as the inlet. Body and cover shall be of cast iron conforming ASTM A126, Class B. The Air and Vacuum portion of the valve shall be designed to exhaust air at up to sonic velocity without blowing shut. The air vacuum float shall be spherical and shall be capable of withstanding a test pressure of 1000 psi. The Air Release portion shall have a stainless steel leverage mechanism and float. The small orifice shall be stainless steel and have a rubber seat. 4. Inlet and outlet connecting piping shall be of the same diameter as the nominal size of the valve. The valve body inlet must be baffled to protect the float from direct forces of rushing air and water to prevent premature valve shut-off. 5. Shall provide a two year warranty. 5. Combination Air Vacuum Valves shall be as manufactured by DeZurik, Apco,Hilton, Series 140C Standard Combination Single Body, or approved equal. G. Flap Valves. 1. Flap valves shall be designed to allow free outflow and prevent backflow for maximum seating heads up to 25 feet. Section 15101 VALVES Page 6 of 12 2. The frame shall be of cast iron and shall be the flangeback type. The seating face shall be inclined from vertical at an angle of 7'/2 degrees to assure a positive closure. 3. The cover shall be cast iron ASTM A-126 and shall be domed to withstand the seating head specified. An integral cast lifting eye shall be included for manual operation. 4. The seating surfaces on the frame and cover shall be: Bronze on frame and neoprene in cover. 5. The hinge links shall be cast as one piece with the cover and shall be attached to the frame by means of a bronze hinge pin. A positive stop shall be included to prevent over-opening of the cover. 6. All cast iron shall be painted with manufacturer's standard shopcoat paint. 7. Flap valves shall be Waterman Industries Model PF-25F, or equal. H. Pressure Relief Valve. 1. Pressure relief valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Valve shall be designed to maintain constant pressure upstream within close limits.The pressure relief(high pressure)function shall be initially set at 130 psi, but be able to be easily adjustable in the field from 20-200 psi. 4. Pressure relief valve shall be a Cla-Val 50-0113, or approved equal. 1. Altitude Valve. 1. Altitude valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Valve shall be hydraulically operated and pilot controlled and designed to control high water level in a reservoir without the need for floats or other devices. The valve shall be non-throttling and remain fully open until the shut-off point is reached. 4. Altitude valve shall be a Cla-Val 21OG-01BY, or approved equal. J. Combination Altitude Control, Pressure Sustaining and Solenoid Shut-Off Valve. Section 15101 VALVES Page 7 of 12 1. Valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Altitude Valve Feature: Altitude control shall be a spring-loaded, 3-way, diaphragm actuated control that senses pressure in the reservoir. When reservoir pressure (liquid level) is lower than the set point of control, main valve shall open to fill the reservoir. When reservoir pressure(liquid level) increases to the set point of control, main valve shall close. 4. Pressure Relief Feature: Pressure relief control shall be normally closed and respond to inlet pressure changes. The main valve shall modulate with inlet pressure changes,maintaining a relatively constant inlet pressure. When inlet pressure is lower than the set point of control, main valve shall close. 5. Solenoid Control Feature: Solenoid control shall be a direct acting, 3-way solenoid control that applies or relieves pressure in the cover chamber of valve. 6. Valve adjustment range shall be 5-40 feet. 7. Valve shall be a Cla-Val 210DG-19BSY, or approved equal. K. Hydraulic Check Valves. 1. Check valves shall be Class 150 valves suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Valve shall be hydraulically operated,pilot controlled, no-slam check valve with dual speed controls. Valve shall be designed to open when the pressure at the inlet exceeds the discharge pressure. A gradual rate of opening shall prevent sudden opening surges. When a pressure reversal occurs,the higher downstream pressure shall be applied to the cover chamber through the control tube lines, and the main valve shall close drip tight. 4. Valve shall include integral valve position indicator and pressure gauge. 5. Check valves shall be Cla-Val 81-02PV, or approved equal. L. Disc/Mechanical Check Valves. 1. Wafer check valves 3 through 12-inch shall be rated for 150 psi. The body of the wafer check valve shall be of ASTM A-126 class B cast iron. Split rings Section 15101 VALVES Page 8 of 12 of PTFE teflon packing shall be used to prevent leakage through the shaft.A one piece shaft constructed of 316 stainless steel shall be used and supported by two SAE 660 bronze bushings allowing field change out. A precision machined 316 stainless steel disc shall be attached to the shaft by a 316 stainless steel disc arm through the use of stainless steel fasteners. The reversible spring arm assembly shall be carbon steel meeting ASTM A-36 standards. The spring shall be Spring Steel meeting ASTM A-228 standards. All other components shall meet respective ASTM specifications. Wafer check valves shall be Milliken Figure 700, or approved equal. 2. Check valves 3-inch and smaller shall have threaded ends and be of bronze construction, and a 200 psi rated non-shock cold working pressure. Valves shall be Y-pattern with bronze seat and hinge assembly. Valves shall be designed to operate in both horizontal and vertical lines with upward flow or in any intermediate position. Check valves shall be Nibco Model T-413, or approved equal. M. Plug Valves. 1. Plug valves shall be the eccentric,non-lubricated type,drip-tight shutoff with pressure from either direction, conforming to AWWA C517. Valve sizes %2"to 12"shall have a minimum 175 psi pressure rating. Valve sizes 14"and larger shall have a minimum 150 psi pressure rating. Valves shall have ductile iron body with 125-pound flanged ends or grooved ends in accordance with AWWA C606 for rigid joints. The laying length of valves shall be in accordance with ANSI B 16.10. Plug shall be ductile iron with a vulcanized synthetic rubber seat facing suitable for the application. Seats shall be of 95% welded nickel applied directly to the body and machined to a smooth finish. Stem bearings shall be self lubricating stainless steel. Stem seals shall be multiple V-rings of nitrile rubber or other suitable compound and shall be externally adjustable and repackable without removing the actuator or bonnet from the valve under pressure. Valves shall be suitable for water and sludge service at 32-90 degrees F liquid temperature. Packing requiring regular adjustment is not acceptable. Provide grit seals on stem to prevent grit from entering bearings and thrust device to maintain proper plug position. Operators for exposed valves shall be as called out on the Drawings. Buried valves shall be equipped with AWWA 2" operating nuts. Plug valves shall be GA Industries Figure 517 Eco-Centric, DeZurik Series PEC or approved equal. N. Reduced Pressure Zone (RPZ) Assembly. 1. RPZ backflow preventers, 1/4" through 3", shall be UL listed and in conformance with AWWA C511. The RPZ assembly shall be rated for 175 psi and be equipped with a manufacturer provided air gap drain fitting and Section 15101 VALVES Page 9 of 12 test cocks to facilitate field testing. Seats and seat discs shall be replaceable in both check modules and the relief valve. The assembly shall consist of an internal pressure differential relief valve located in a zone between two positive seating check modules with captured springs and silicone seat discs. The assembly shall also include two resilient seated isolation valves, four resilient seated test cocks and an air gap drain fitting. The RPZ assembly is to be rated for horizontal or vertical installation. The RPZ assembly shall be Watts Series 009, or approved equal. O. Sewage Air Release Valves. 1. Cast iron body with stainless steel float and stainless steel internal components. Provided with replaceable rubber seat for drip tight shut-off. Unit must be provided with flushing connection. Valve shall be GA .Industries Sewage Air Release, or approved equal. P. Combination Air Release and Vacuum Valve for Wastewater. 1. Valve shall be specially designed to operate with liquids carrying solid particles such as wastewater and effluents. Valve shall have working pressure rating of 150 psi. Reinforced nylon body with foamed polypropylene float and stainless steel internal components. Valve shall be A.R.I. Model D-025, or approved equal. Q. Float Valve. 1. Valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Valve shall be a hydraulically operated, pilot controlled, diaphragm valve. Valve shall maintain a relatively constant level in reservoir by admitting flow into the reservoir in direct proportion to the flow out of the reservoir. 4. The rotary disc type float operated pilot control is to be installed at the high liquid level in the reservoir and is connected via tubing or pipe to the main valve. As the liquid level changes,the float control proportionally opens or closes the main valve, keeping the liquid level nearly constant. 5. Valve shall be a Cla-Val Model 129-01, or approved equal. R. Combination Flow Control and Pressure Reducing Valve 1. Valve shall be a Class 150 valve suitable for a working pressure of 250 psi. Section 15101 VALVES Page 10 of 12 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Valve shall be a hydraulically operated, pilot controlled, diaphragm valve. Valve shall be designed to prevent excessive flow by limiting flow to a preselected maximum rate. Also, valve shall automatically reduce a higher inlet pressure to a steady lower downstream pressure regardless of changing flow rate and/or varying inlet pressure, as long as the flow rate is below a preset maximum. 4. The pilot system includes a direct-acting pressure reducing pilot and a rate of flow differential control. The pressure reducing pilot is responsive to slight variations in downstream pressure and immediately controls the main valve to maintain the desired line pressure. 5. The rate of flow control responds to the differential pressure produced across an orifice plate in the main line. Orifice plate shall be sized and provided by valve manufacturer. Accurate control is assured as very small changes in the controlling differential pressure produce immediate corrective action by the main valve. 6. Flow rate and pressure settings shall be easily field-adjustable. For this project, the valve shall be installed with the following initial settings: Maximum Flow Rate: gpm Approximate Upstream Pressure: psi Downstream Pressure Setting: psi 7. Valve shall be a Cla-Val Model 49-01, or approved equal. PART 3: EXECUTION 3.1 GENERAL A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. Prior to installing flanged valves,the flange faces shall be thoroughly cleaned. After cleaning,insert gasket and bolts,and tighten the nuts progressively and uniformly. If flanges leak under pressure,loosen or remove the nuts and bolts,reseat or replace the gasket,re-tighten and/or reinstall the nuts and bolts,and retest the j oints. Joints shall be watertight at test pressures before acceptance. B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other approved methods. Apply approved joint compound to threads prior to making joints. Joints shall be watertight at test pressures before acceptance. 3.2 PLACING Section 15101 VALVES Page 11 of 12 A. Generally, unless otherwise indicated on the Drawings, all valves installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the finish floor shall be installed with their operating stems vertical. Valves installed in horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 7 feet above the finish floor shall be installed with their operating stems horizontal, unless otherwise shown on the Drawings. If adjacent piping prohibits this,the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems orientated to facilitate the most practicable operation. 3.3 ISOLATION VALVES A. A line size union ball valve shall be installed upstream of each solenoid valve, pressure switch, in-line flow switch, or other in-line electrical device, excluding magnetic flow meters, for isolation during maintenance. Isolation valves on other devices shall be plug valves unless otherwise specified on the drawings. 3.4 ANCHOR BOLTS A. Anchor bolts for floor stands, stem guides, etc., shall be in accordance with Section 05/500, FABRICATED METALWORK AND CASTINGS. 3.5 TESTING A. Valves shall be field tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test,they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. B. All valve operators shall be tested under pressure to confirm free operation without binding after connections to piping are completed. END OF SECTION 15101 Section 15101 VALVES Page 12 of 12 SECTION 16005 ELECTRICAL PART 1: GENERAL 1.1 DESCRIPTION A. This section covers all electrical work as indicated on the drawings. B. The work, in general, consists of, but is not limited to,providing: 1. Installation of a new electrical service. 2. Electrical feeds to new and existing buildings. 3. Conduit and wiring for all outlets and equipment shown. 4. Lighting fixtures and Area Lighting. 5. Lightning and Surge Protection Equipment. 6. Motor Control. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the proj ect submittal requirements as described in section 01610 and the Supplementary Conditions. 1. Complete manufacturer's descriptive information and shop drawings for all equipment, material, and devices furnished under this Section, including certified outline drawings, arrangement drawings, elementary (schematic) diagrams, panel elevation drawings, interconnection and connection wiring diagrams. 2. Manufacturers' installation instructions and Operation and Maintenance Manuals for electrical equipment and fixtures as specified herein. 1.3 ELECTRIC UTILITY SERVICE A. Contractor shall be responsible for power service on the Customer side of the transformer. B. Contractor shall be responsible for providing power service for the ultrasonic level transducer. This includes all costs,work,and coordination required with Northwest Energy. C. Contractor shall be responsible for all temporary power needed at construction sites. Section 16005 ELECTRICAL Page 1 of 21 D. All materials and work shall meet the requirements of the Northwest Energy, the current edition of the National Electric Code (NEC), and any applicable state and local codes. 1.4 RESPONSIBILITY A. The Contractor shall be responsible for: B. Complete systems in accordance with the intent of these Contract Documents. C. Coordinating the work required under all Sections of this Specification that affect the work covered in this section. This effort is required to assure that the project construction proceeds in an appropriate and timely manner. D. Furnishing and installing all incidental items not actually shown or specified, but which are required by code or good practice to provide complete functional systems. 1.5 INTENT OF DRAWINGS A. Electrical plan drawings show only general locations of equipment, devices, and raceway,unless specifically dimensioned. The Contractor shall be responsible for the proper routing of raceways,final sizing of conductors,and location of equipment and connections. B. The control diagrams for the equipment are diagrammatic and intended to show the desired operation.The Contractor shall install exactly as shown unless this operation will cause failure of the equipment due to unique operating characteristics of the supplied equipment not known to the Engineer. C. The contractor shall notify the Engineer of such conflicts within 30 days of the Contract award and receive written resolution before proceeding with the Contract work. Any damage to the Contractor-supplied equipment arising due to improper control shall be the responsibility of the Contractor. 1.6 CODES, PERMITS, AND REGULATIONS A. All work shall be performed in strict accordance with the current edition of the Local Laws and Ordinances, National Electrical Code (NEC), National Electrical Safety Codes (NESC), and the Occupational Safety and Health Act. (OSHA). Conflicts, if any that may exist will be resolved at the discretion of the Engineer. B. Wherever the requirements of the Specifications or Drawings exceed those of these codes, the requirements of the Specifications or Drawings shall govern. Code Section 16005 ELECTRICAL Page 2 of 21 compliance is mandatory. Nothing in the Contract Documents shall be construed as permitting work not in accordance with these laws and codes. C. Obtain all permits and pay all fees required by any governmental agency having jurisdiction over this work. Upon completion of the work, furnish satisfactory evidence to the Engineer that the work is acceptable to the regulatory authorities having jurisdiction. 1.7 WARRANTY A. The materials, equipment and workmanship specified herein shall be guaranteed to the Owner against defects for a period of 2 years from the date of completion of the improvements,not to exceed 36 months from the date of shipment.In the event that the materials and equipment installed fails to perform as specified, the contractor shall promptly repair or replace the defective items without cost to the Owner, including handling and shipping costs. PART 2: MATERIALS 2.1 GENERAL A. Unless otherwise indicated, provide all first-quality, new materials and equipment, free from any defects, in first-class condition, and suitable for the space provided. Provide materials and equipment listed by UL wherever standards have been established by that agency. No used equipment shall be allowed. B. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. 2.2 STANDARD PRODUCTS A. Unless otherwise indicated, provide materials and equipment that are the standard products of manufacturers regularly engaged in the production of such materials and equipment. Provide the manufacturers' latest standard design that conforms to these Specifications. 2.3 EQUIPMENT FINISH A. Provide materials and equipment with manufacturers' standard finish system unless otherwise noted. Provide manufacturers'standard finish color,except where specific color is indicated. If manufacturer has no standard color, finish equipment with ANSI NO. 61, light gray color. Section 16005 ELECTRICAL Page 3 of 21 2.4 OUTDOOR EQUIPMENT A. Equipment and devices to be installed outdoors or in unheated enclosures shall be capable of continuous operation within an ambient temperature range of minus 20'F to 104' F. 2.5 HAZARDOUS AREAS A. Provide materials and equipment acceptable to the regulatory authority having jurisdiction for the Class,Division,and Group of hazardous area indicated. The only hazardous location in this project is located in the Wet Wells of the Lane Avenue Lift Station and K&R Lift Station. 2.6 SERVICE ENTRANCE AND METER/MAINS A. Service Entrance shall be as indicated on the Drawings, conforming to the requirements of Northwestern Energy, and national and local electrical codes. Shop drawings shall be submitted to the Engineer and, at the Engineer's option, to the power company for approval. B. New or replacement service entrances up to 1200 amp rating,where indicated on the Drawings, shall be of the meter/main type, incorporating both a meter and main disconnect. Contractor shall provide current transformer can,200A j aw meter socket and landing lug. Meter/mains shall include 1200A main disconnect for 480VAC,3- phase service. Meter/mains shall include lockable NEMA 3R enclosures. 2.7 MOTOR CONTROL, GENERAL A. Provide each motor with a suitable controller and devices that will function as specified for the respective motors. Motor horsepower ratings and enclosures shown are what is expected. Ratings are for guidance only and do not limit the equipment size. When motors furnished by the Contractor differ from the expected ratings indicated, make the necessary adjustments to wiring, conduit, disconnect devices, motor starters,branch circuit protection,and other affected material or equipment to accommodate the motors actually installed. B. Motor starters shall be furnished with adequate NO and NC auxiliary contacts to accomplish the control, status indication, and telemetry functions indicated in the Drawings and Specifications. Where auxiliary contacts are not required for the Work, furnish starters with integral spaces for future addition of such contacts. C. Each motor shall have solid state thermal overload protection. This protection shall have 3:1 adjustment for trip current protection and LED power indication. Overloads shall be ambient sensitive, self-powered, and mounted within the motor controller. Section 16005 ELECTRICAL Page 4 of 21 All overload protection devices shall be the inverse time limit type. D. The Contractor shall select and install overload protection after the actual nameplate full-load current rating of the motor has been determined. E. Supply individual control power transformers where indicated. The transformers shall have sufficient capacity to serve the connected load and limit voltage regulation to 10 percent during contact pick up. Fuse one side of the secondary winding and ground the other side. F. Control wiring shall have permanent sleeve type markers applied to all wires. Minimum wire size shall be 14 AWG copper. 2.8 LIGHTING AND POWER DISTRIBUTION PANELBOARDS A. Panels shall meet standards established by UL 67,NEMA PB 1 and the NEC. B. Panelboards and Circuit Breakers: Suitable for use with 75 degrees C wire at full NEC 75 degrees C ampacity. C. Rating.Applicable to a system with available short-circuit current of 10,000 amperes RMS symmetrical at 208Y/120 or 240/120 VAC. D. Bus Bars. Copper, full sized throughout length. Neutral shall be insulated and rated the same as the phase bars with at least one terminal screw for each branch circuit. Ground shall be copper, installed on panelboard frame, bonded to box with at least one terminal screw for each circuit. Lugs and connection points shall be suitable for either copper or aluminum conductors,subfeed or through-feed lugs.Solderless main lugs for main, neutral and ground bus bars. E. Panelboards shall be of the slot-size shown on the Drawings. Breakers or the ratings shown shall be included, except where "Space" is indicated. F. Building branch circuit panelboards shall be the plug-on circuit breaker type. G. The panels shall be provided with locking door latch. All locks shall be identically keyed, with two milled keys for each lock. Provide a typewritten sheet installed inside the door of each panel, identifying the use of the branch circuits. Panels shall be furnished with ground bus. 2.9 CIRCUIT BREAKERS A. Furnish thermal-magnetic, quick-make, quick-break,molded case,of indicating type showing ON/OFF and TRIPPED positions of the operating handle. All panelboard Section 16005 ELECTRICAL Page 5 of 21 circuit breakers shall be bolt-on type. Do not use single-pole circuit breakers with handle ties where multi-pole circuit breakers are indicated. Use multi-pole circuit breakers designed so that an overload on one pole automatically causes all poles to open.Provide circuit breakers meeting requirements of the UL 489 and NEMA AB 1. B. Do not use tandem or dual circuit breakers in normal single pole spaces. 2.10 MAIN CIRCUIT BREAKER A. Provide static trip circuit breaker in accordance with NEMA AB 1 and UL 489 and UL labeled as suitable for service entrance. B. Molded case breakers with ambient insensitive solid-state trips and having current sensors and logic circuits integral in breaker frame. C. Solid-state current control with adjustable ampere setting,adjustable long-time delay, adjustable short-time trip and delay band, fixed instantaneous trip set at 15 times current sensor rating and adjustable ground fault trip and delay band. D. Setting adjustments to be covered by a sealable, tamper-proof, transparent cover. E. Locate trip button on front cover of breaker to permit mechanical simulation overcurrent tripping for test purposes and to trip breaker quickly in an emergency situation. F. Minimum Interrupt Rating: 42,000 amps RMS symmetrical at 480 VAC. G. Suitable for use with 75 degrees C wire at full NEC 75 degrees C ampacity. H. Locking. Provisions for padlocking handle. I. Enclosure.NEMA 250, Type 12. J. Interlock.Enclosure and switch shall interlock to prevent opening cover with breaker in the ON position. 2.11 SAFETY SWITCHES A. Safety switches shall be quick-make, quick-break, motor rated, load-break, fusible where specified,heavy-duty type with external markings clearly indicating ON/OFF positions. B. Suitable for use with 75 degrees C wire at full NEC 75 degrees C ampacity. Section 16005 ELECTRICAL Page 6 of 21 C. Enclosures. NEMA 12 for indoor installation or NEMA 3R rain-tight for outdoor installations. D. Interlock. Enclosure and switch to prevent opening cover with switch in the ON position. 2.12 CONDUITS A. Rigid Galvanized Steel(RGS)or Intermediate Metal Conduit(IMC). Use rigid steel or intermediate metal conduit, including threaded type couplings, elbows, nipples, and other fittings, galvanized by hot dipping, electroplating, or metalizing process and meeting the requirements of ANSI C80,NEMA FB 1, UL 6, and the NEC. B. Electric Metallic Tubing(EMT). Use electric metallic tubing,which is zinc-coated, enamel-lined and threadless,couplings,bushings,elbows,nipples,and other fittings meeting the requirements of ANSI C80,NEMA FB 1, UL 797, and the NEC. C. PVC Conduit. Use rigid PVC Schedule 80 conduit,UL listed for concrete encased, underground direct burial, concealed and direct sunlight exposed use, and UL listed and marked for use with conductors having 90' C insulation. Use conduits, couplings,bushings,elbows,nipples, and other fittings meeting the requirements of NEMA TC 2 and TC 3,Federal Specification W-C-1094,UL 651,NEC,and ASTM specified tests for the intended use. D. Flexible Metal Conduit,Liquid-tight. Use UL 360 listed for 105 degrees C insulated conductors, conduit consisting of galvanized steel flexible conduit covered with an extruded PVC jacket and terminated with nylon bushings or bushings with steel or malleable iron body and insulated throat and sealing O-ring. Fittings and conduit bodies shall meet the requirements of NEMA FB 1. L E. Flexible Conduit, Non-liquid-tight. Use non-liquid-tight flexible steel conduit tubing,consisting of hot-dipped galvanized or electrogalvanized,inside and outside, made in one continuous length of spirally-wound steel strip with uniform interlocking ``- convolution meeting the requirements of UL-1,or any subsequent revisions. Fittings `- and conduit bodies shall meet the requirements of NEMA FB 1. 2.13 CONDUCTORS A. All conductors shall be copper. Provide stranded conductors except provide solid conductors where No. 10 AWG and No. 12 AWG are used for branch circuit power wiring in lighting and receptacle circuits. B. Wire sizes No. 8 AWG and smaller shall have a thermoplastic PVC insulation with an overall nylon jacket. Stranded wire shall be Class C stranded.The conductor shall Section 16005 ELECTRICAL Page 7 of 21 be rated THHN/THWN. C. Wire sizes larger than No. 8 AWG shall be non-organically filled cross-linked polyethylene insulation Type XHHW,or have thermoplastic PVC insulation with an overall nylon jacket rated THHN/THWN. D. Cords shall be type SEOW, American Insulated Wire Corp., Coleman Cable Co Seoprene 105, or approved equal. E. Multi-Conductor Cable: Provide cables as specified under the following Type numbers. 1. Type 1 (600 Volt Multi-Conductor Control Cable, Type TC) a. General. 1) Multi-conductor control circuit interconnection cable with ground. Suitable for installation in open air, in cable trays, conduit, or other approved raceways. Minimum cable temperature rating shall be 90' C dry locations,and 75'C wet locations. 2) Individual conductors. 3) No. 14 AWG, 19 strand copper. 4) Insulation and Jacket. 5) Each conductor shall have 15-mil PVC insulation with THHN-THWN legend. Conductor group shall be color-coded in accordance with ICEA method 1, Table K2, and shall include one full size green grounding conductor. Group shall be bound with a spiral wrap of barrier tape. Jacket shall be flame retardant and sunlight and oil resistant PVC. 6) Provide 5-,7-, 12-,25-,conductor cable as required,including a green grounding conductor. 7) Manufacturer and type: a) Okonite FMR-Okoseal Type TC; Cablec Corp.XLPE Control Cable Type TC; or equal. 2. Type 2 (600 Volt Multi-Conductor Power Cable, Type TC) a. General. 1) Three or four conductor, with ground and overall jacket. Suitable for installation in open air,in cable trays,conduit,or other approved raceways. Minimum cable temperature rating shall be 90' C dry locations, and 75' C wet locations. b. Individual Conductors. 1) Class B stranded per ASTM B-8. Size as shown. C. Insulation and jacket. 1) Each phase conductor shall be insulated with chemically crosslinked polyethylene,or ethylene propylene,meeting type Section 16005 ELECTRICAL Page 8 of 21 XHHW, VW-1 requirements of Underwriters Laboratories. Jacket shall be flame retardant and sunlight and oil resistant Hypalon. d. Manufacturer and type. 1) Okonite-FMR Okolon;B/W Cable Systems Inc.Pyronot 11;or equal. 3. Type 3 (600 Volt No. 16 AWG Twisted, Shielded Pair Instrumentation Cable, Type TC). a. General. 1) Single pair instrumentation cable designed for noise rejection for process control, computer, or datalog applications. Suitable for installation in cable trays, conduit, or other approved raceways. Minimum cable temperature rating shall be 90' C dry locations, and 75' C wet locations. C. Individual Conductors. 1) No. 16 AWG Soft annealed copper, Class B, seven strand concentric per ASTM B 8. Size 20 AWG tinned copper drain wire. d. Insulation and Jacket. 1) Each conductor shall have 15 mil PVC insulation. Jacket shall be flame retardant and sunlight and oil resistant PVC with 35 mils nominal thickness. Shield shall be 0.35 mil aluminum/mylar overlapped to provide 100 percent coverage. e. Manufacturer and type. 1) Okonite Okoseal-N P-OS; Belden No. 9342; or equal. F. Equipment Grounding Conductors. 1. Provide stranded copper conductors with green insulation,size as required by NEC for equipment grounding. G. Service Grounding Conductors. 1. Provide bare solid or stranded copper, size as required by NEC for service grounding. 2.14 TERMINAL BLOCKS A. Provide terminal blocks for termination of all control circuits leaving or entering equipment,panels,or boxes. Terminal blocks shall be UL 1059,compression screw clamp type with current bar providing direct contact with wire and yoke. Yokes and clamping screws shall be zinc-plated hardened steel. Individual terminals shall be rail mounted to create a complete assembly. Units shall be UL approved, CSA certified, and rated for 600V ac and currents as required. Marking system shall Section 16005 ELECTRICAL Page 9 of 21 permit use of preprinted or field-marked tags. 2.15 CONTROL RELAYS A. Time Delays and Relays: All time delays shall be of plug-in construction,industrial rated with contacts rated for 3 amps resistive min. at 240 VAC, with two Form-C contacts(minimum). Time Delays shall switch selectable ranges from.1-1 s, 1.2-60, 12-600 seconds with a repeat accuracy of±2 percent. Time Delays shall have both "timing" and"timed"LED indicators. Time delays and relays shall be IDEC series GTSY and RY4s or approved equal. B. Where latching (mechanically held) relays are specified, provide magnetic control relays with mechanical latch attachment with unlatching coil and coil clearing contacts. Utilize an attachment allowing easy manual latching and unlatching. 2.16 PUSHBUTTONS, INDICATING LIGHTS, AND SELECTOR SWITCHES A. For nonhazardous, indoor, dry locations, including motor control centers, control panels, and individual stations, provide heavy-duty, oil tight type pushbuttons, indicating lights, selector switches, and stations for these devices. Contact Rating, NEMA ICS 2, Type A600. B. Indicating lights shall be 120 volt,Push-to-Test,transformer type,with colors shown in the drawings. Utilize General Electric Type CR 104P, Cutler-Hammer type PB 1, or equal. C. Selector Switch Operating Lever: Standard. 2.17 ELAPSED TIME METERS A. Elapsed Time Meters: Provide synchronous-motor-driven,elapsed time meters,0 to 99,999.9 hours range, non-reset type, suitable for semi-flush, panel mounting. Provide Crompton Type 15; Eagle Signal Bulletin 705 unit, or equal. 2.18 LIGHTING FIXTURES A. Provide fixtures with proper hangers,pendants,canopies,concrete bases,lamps,and ballasts necessary for complete installation. Use only UL listed luminaires. B. Ballasts for fluorescent fixtures shall be of the low(ambient)temperature type. C. Lighting fixtures shall be of the brand and model listed in the Fixture Schedule(s)on the Drawings, or equal, subject to the requirements for Submittal review. Section 16005 ELECTRICAL Page 10 of 21 2.19 RECEPTACLES A. Provide UL listed, ground fault interrupted(GFI)receptacles meeting NEMA WD 1 performance standards.Use two-pole,three-wire grounding type receptacles rated 20 amps, 125 volts, NEMA Configuration 5-20R and with screw type wire terminals suitable for No. 10 AWG. Provide phenolic composition bases colored ivory. Provide Hubbell GF5352, or equal. B. Provide special receptacles of the type, rating, and number of poles indicated or required for anticipated purpose. 2.20 SWITCHES A. ON/OFF Snap switches.Provide UL listed,specification grade,totally enclosed,AC type, quiet tumbler switches meeting NEMA WD 1 performance standards, and capable of control of 100 percent tungsten filament and fluorescent lamp loads. Use switches rated at 20 amps, 120/277 volts unless otherwise noted. Provide phenolic operating handles colored ivory. Use switches with screw terminals. B. Photocell switches. Provide heavy duty specification grade photoelectric cell for day/night lighting control. Outdoor weatherproof unit required with built-in delay to prevent false cycling. Switches are to mount in standard %" knockout; 1800 watt, 120 volt, minimum. Provide Intermatic model K4021 C, or equal. 2.21 BOXES A. Provide boxes not less than 2 inches deep, unless shallower boxes are required by structural conditions. Do not use box extensions to provide wiring space required by the NEC.For hollow masonry construction,provide boxes of sufficient depth so that conduit knockouts or hubs are in the masonry void space. B. For hand holes,use reinforced cast concrete boxes sized to provide adequate working space as required by standard procedures and the NEC.Provide boxes and covers for traffic loading where required. 2.22 COVER PLATES A. Provide plates fitting closely and tightly to the box on which they are to be installed. On surface mounted boxes,provide plates that do not extend beyond the sides of the box unless the plates do not have sharp corners or edges. B. Provide ivory one piece with smooth exterior faces and with oval head metal mounting screws of a color matching that of the plate. Section 16005 ELECTRICAL Page 11 of 21 C. Where weatherproof devices are indicated, provide a gasketed, weatherproof, cast metal coverplate and stainless steel mounting screws. D. For concrete handholes,provide galvanized steel or cast iron,bolt on coverplate with stainless steel bolts. Engrave or burnweld before galvanizing to read"ELECTRIC," or as otherwise shown on the Drawings. 2.23 DRY TYPE TRANSFORMERS (0 TO 600 VOLTS) A. Provide self-cooled, two-winding, UL listed, dry type transformers of the ratings indicated on the Drawings, and built in accordance with the latest IEEE,UL,ANSI, and NEMA standards. Utilize units with manufacturer's standard insulation class and standard temperature rise. For ratings 0 to 30 kVA,provide units with core and coils completely encapsulated and for units rated at 37.5 kVA and larger core and coils varnish impregnated. B. Enclosures.For ratings 0 to 30 kVA,NEMA 250,Type 3R,nonventilated. For units rated at 37.5 kVA and larger,NEMA 250, Type 2, ventalated. C. On all transformers 3 kVA and larger provide units with at least four,2-1/2 percent, full-capacity voltage taps; two above and two below normal voltage rating. D. For transformers 20 kVA and larger, equip units with integral vibration isolators completely isolating the core and coil assembly from the transformer enclosure. For smaller transformers,provide integral vibration isolators or install external vibration isolators which isolate the entire unit from the structure on which it is mounted. Utilize only integral or external vibration isolators which are rated for the weight of the transformer and provide 99 percent isolation efficiency at the fundamental frequency of sound emitted by the transformer. E. Provide transformers manufactured by Cutler-Hammer, General Electric, Square D, or equal. 2.24 WARNING TAPE A. Provide heavy gauge, red plastic tape of 3 -inch minimum width for use in trenches containing electric conduits or circuits. Utilize tape made of material resistant to corrosive soil. Use tape with printed warning that an electric circuit is located below the tape. Manufacturers and types: Klein No. 58003, ITT Blackburn Type RT; Griffolyn Terra Tape; or equal. 2.25 TRANSIENT VOLTAGE SURGE SUPPESSION (TVSS) PROTECTION A. Units shall be suitable for the service voltage and configuration (phases and wires) Section 16005 ELECTRICAL Page 12 of 21 shown. B. Protection modes. 1. Normal, differential, and common. 2. Bipolar or bi-directional. C. Ratings. Short-circuit current rating shall equal or exceed that of protected distribution equipment. Surge Voltage Rating(SVR)shall not exceed those specified under UL 1449 for the associated nominal system voltage. Maximum Allowable Continuous Operating Voltage(MCOV) shall be at least 115 percent of the nominal system voltage. D. Unit shall be UL listed and be suitable for use in service entrance locations. E. Provide status indicators for unit ON-LINE and unit operation NORMAL. F. Provide common alarm contact output and audible alarm with enable/disable switch. G. TVSS unit shall be mounted within the Main Switchboard or remotely located in a separate unit with a minimum enclosure rating of NEMA 12 for indoor and NEMA 3R for outdoor locations. 2.26 OTHER ENCLOSURES A. Other electrical enclosures for outdoor applications shall be NEMA Type 4, with gasketed, lockable covers. Outdoor enclosures shall be Hoffman Type 4 CHNF with lock kit, or equal. B. Other electrical enclosures for indoor applications shall be NEMA Type 12, with gasketed,bolted or latching covers. Indoor enclosures shall be Hoffman Type CH,or equal. PART 3: EXECUTION 3.1 GENERAL A. Install materials and equipment in a workmanlike manner utilizing craftsmen skilled in the particular trade. Provide work which has a neat and finished appearance. B. Coordinate electrical work with the Owner and work of other trades to avoid conflicts, errors, and delays. C. Check the approximate locations of light fixtures, electrical outlets, equipment,and Section 16005 ELECTRICAL Page 13 of 21 other electrical system components shown on Drawings for conflicts with openings, structural members, and components of other systems and equipment having fixed locations. In the event of conflicts, consult the Engineer. The Engineer's decision shall govern. Make modifications and changes required. D. Provide all conduit,wiring,and connections for Owner's existing equipment,or new equipment specified under other Sections.Obtain required information from the other trades and rough-in to meet requirements of said equipment.No allowance will be made for failure to comply with obtaining complete information from other trades. 3.2 PROTECTION DURING CONSTRUCTION A. Throughout this Contract, provide protection for materials and equipment against loss or damages in accordance with provisions elsewhere in these Contract Documents. Protect everything from the effects of weather. B. Items that are subject to corrosion under damp conditions and items containing electrical insulation,such as transformers,conductors,motors,and controls,shall be stored in clean, dry, indoor, heated locations. C. Following installation, protect materials and equipment from corrosion, physical damage, and the effects of moisture on insulation. Cap conduit runs during construction with manufactured seals. Keep openings in boxes or equipment closed during construction. 3.3 MATERIAL AND EQUIPMENT INSTALLATION A. Follow manufacturers'installation instructions explicitly,unless otherwise indicated. Wherever any conflict arises between manufacturers' instructions, codes and regulations, and these Contract Documents, follow Engineer's decision. Keep copy of manufacturers' installation instructions on the jobsite available for review at all times. 3.4 CUTTING AND PATCHING A. Lay out work carefully in advance. Do not cut or notch any structural member of building surface without specific approval of Engineer. Carefully carry out any cutting, channeling, chasing, or drilling of floors,walls,partitions, ceilings,paving, or other surfaces required for the installation, support, or anchorage of conduit raceways,or other electrical materials and equipment. Following such work,restore surfaces neatly to original condition. 3.5 MOTOR ROTATION A. After final service connections are made, check and correct if necessary the rotation Section 16005 ELECTRICAL Page 14 of 21 of all motors. B. Coordinate rotation checks with the Engineer and the Contractor responsible for the driven equipment. Submit a written report to the Engineer for each motor verifying that rotation has been checked and corrected. 3.6 CLEANING AND TOUCH PAINTING A. Keep the premises free from accumulation of waste material or rubbish. Upon completion of work remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type,color,consistency,and type of surface of the original finish. 3.7 HAZARDOUS AREAS A. Install all materials and equipment in hazardous areas in a manner acceptable to the regulatory authority having jurisdiction for the Class, Division, and Group of hazardous area indicated. 3.8 CONDUIT A. All power and instrumentations conductors shall be installed in conduit in accordance with the following table, unless otherwise indicated in the Drawings: AREA CONDUIT Exterior Rigid Steel or IMC Interior exposed Rigid Steel or IMC Interior concealed EMT Interior lighting and receptacles exposed or EMT concealed Underground, earth burial PVC Embedded in concrete PVC B. The flexible conduit shall be long enough to allow the item to which it is connected to be withdrawn or moved off its base. Use liquid-tight flexible metal conduit in Section 16005 ELECTRICAL Page 15 of 21 outside areas, process areas exposed to moisture, and areas required to be oil tight and dust-tight. Use flexible conduit in other areas. C. Flexible conduit used in dry areas for final connections to lighting fixtures or appliances may be non-liquid-tight, flexible steel conduit. D. Special Locations. 1. Use rigid steel conduit or IMC: a. Where conduit changes from underground and/or concrete embedded to exposed. b. Under equipment mounting pads. C. In exterior light pole foundations. E. Provide all necessary sleeves and chases required where conduits pass through floors and walls, seal all openings and finish to match adjacent surfaces. Provide escutcheon plates where exposed conduits pass through walls, floors or ceilings. F. Conduits entering cabinets, pull boxes or outlet boxes shall be secured with double galvanized locknuts, one inside and outside of box, and bushings. G. Conduit shall be sized in accordance with the NEC and shall be of such size and so installed that conductors may be drawn in without injury or excessive strain. H. Make final connection to motors, wall or ceiling mounted fans, HVAC equipment, valves, local instrumentation, and other equipment where flexible connection is required to minimize vibration or where required to facilitate removal or adjustment of equipment, with 18-inch minimum, 60-inch maximum lengths of liquid-tight, PVC jacketed, flexible steel conduit where the required conduit size is 4 inches or less. For larger sizes, use nonflexible conduit as specified. 1. All roof and exterior wall penetrations shall be sealed with a waterproof, non-sag sealant. Sealant shall be applied to both the exterior and interior of conduits. J. Direct Earth Burial Conduit Zone Backfill Installation. 1. Backfill material for the conduit zone of direct burial conduit trenches may be selected from the excavated material if it is free from roots,foreign material, and oversized particles. Use material with 3/4 inch maximum particle size and suitable gradation for satisfactory compaction. Sort material if necessary to meet these requirements. Carefully tamp around and over conduits with hand tampers. 2. Imported 3/4 inch minus gravel or sand may be used in lieu of material from the excavation. Section 16005 ELECTRICAL Page 16 of 21 3. After conduits have been properly installed and bedded, backfill the trench above conduits with material meeting the requirements of Section 02221, TRENCH EXCAVATION AND BACKFILL. 4. Final conduit cover shall be 12 inches minimum. K. Prohibition Against Installing Instrumentation Cable in Conduit with Power Conductors. 1. Instrumentation cable shall be placed in separate conduit runs, and may not be installed in the same conduit as power distribution conductors. 2. Instrumentation cable conduit runs in parallel with power distribution conductors and/or conduits must be laid with a minimum of 18 inches of spatial separation. 3. Instrumentation cable shall not be routed through junction boxes shared by power distribution conductors. 3.9 GROUNDING A. All services, panelboard cabinets, equipment and enclosures, and the complete conduit system shall be grounded securely in accordance with pertinent sections of Article 250 of the NEC. All electrically operated equipment shall be bonded to the grounding conduit system. Grounding shall include the grounding conductors as specified. 3.10 OUTLET AND JUNCTION BOXES A. Provide a box suitable for the conditions encountered at each outlet in the wiring or raceway system and sized in accordance with the NEC. B. Install boxes in a secure, substantial manner supported independently of conduit by attachment to the structure. Boxes embedded in concrete or masonry need not be additionally supported. Utilize galvanized mounting hardware in industrial areas. C. Install boxes for conduits below grade flush with finished grade. Boxes in paved areas, roadways, or walkways shall be boxes and covers suitable for the weights to which they may be subjected. D. Box mounting height: Unless otherwise noted, install lighting and receptacle boxes with centerline at following heights: 1. Install light switch boxes at 48 inches above finished floor. 2. Install receptacle boxes in office areas at 12-inches above finished floor. 3. Install receptacle boxes in process areas at 24-inches above finished floor. 4. Install counter-top receptacles 8-inches above counter top. Section 16005 ELECTRICAL Page 17 of 21 3.11 WIRING A. No wire shall be drawn into conduit until conduit system is complete.Lubricant shall be approved by wire manufacturer. 3.12 COLOR MARKINGS A. Where two or more conduits run to a single outlet box, each circuit shall be color coded as a guide in making connections. Colors shall be carried continuously throughout the system if more than one multi-wire branch circuit is carried through a single raceway. All circuit conductors of the same color shall be connected to the same underground feeder conductor throughout the installation. 3.13 CIRCUITS A. Deviations from conduit runs will be permitted with the engineers approval. Combining circuits in single conduit is permitted with proper identification and wire derating. 3.14 LIGHTING FIXTURES A. Furnish and install all lighting fixtures, complete with lamps and accessories, as indicated.Electrical Contractor shall verify ceiling construction,hanger length,etc., prior to ordering fixture. B. Photocells for photocell-actuated light fixtures shall be installed to prevent nuisance turn-on's by vehicle headlights or interior building lighting when doors are open. Position photocells on the opposite-from-opening side of(and not above)doorways, and on a building side away from normal vehicle access. 3.15 MOTOR STARTERS A. Field adjust the trip settings of all motor starter magnetic trip only circuit breakers in accordance with manufacturer's instructions. Determine motor rated current from motor nameplate following installation. 3.16 LIGHTING AND DISTRIBUTION PANEL BOARDS A. Mount panelboards securely where indicated,plumb,in-line, and square with walls. Unless otherwise indicated,mount panelboard with top of its cabinet approximately 6 feet above the floor. Provide a typewritten circuit directory under a metal framed transparent plastic cover inside each panelboard. Provide an engraved, laminated plastic nameplate on the outside of the panelboard showing the panelboard designation, voltage, and phases. Section 16005 ELECTRICAL Page 18 of 21 3.17 DRY TYPE TRANSFORMERS (0 TO 600 VOLTS) A. Mount transformers approximately where indicated. Load any vibration isolators external to the unit properly and provide complete isolation with no direct transformer unit metal contact with the mounting surface. Connect electrical circuits to transformers by means of moisture proof, flexible conduit in a manner that prevents transformer vibrations from being transmitted to the building or other equipment. B. Ground neutrals and enclosures of all transformers in accordance with applicable codes and as otherwise may be indicated. Connect voltage taps on all transformers to give as close as possible to rated output voltage under normal plant load conditions. 3.18 LOAD BALANCE A. The Drawings and Specifications indicate circuiting to electrical loads and distribution equipment; however, after installation, if necessary, balance electrical load between phases as nearly as possible on switchboards, panelboards, motor control centers, etc. 3.19 TESTS A. Operations. After the electrical system installation is completed and at such time as the Engineer may indicate,conduct an operating test for approval. Demonstrate that the equipment operates in accordance with the requirements of these Specifications and Drawings. Perform the test in the presence of the Engineer. Furnish all instruments and personnel required for the tests. The Owner will furnish the necessary electric power. B. Voltage. 1. When the installation is essentially complete and the plant is in operation, check the voltage at the point of termination of the power company supply system to the project. Check voltage amplitude and balance between phases for loaded and unloaded conditions. 2. At the request of the Engineer,record the supply voltage for 24 hours during a normal working day. 3. If the unbalance (as defined by NEMA) exceeds 1 percent, or if the voltage varies throughout the day and from loaded to unloaded conditions more than plus or minus 4 percent of nominal, make a written request to the power company that the condition be corrected. If corrections are not made,obtain from a responsible power company official a written statement that the voltage variations and/or unbalance are within their normal standards. 4. Equipment Line Current. Check the line current in each phase for each piece Section 16005 ELECTRICAL Page 19 of 21 of equipment. If the power company makes adjustments to the supply voltage magnitude or balance, make the line current check after the adjustments are made. If any phase current in any piece of equipment is above the rated nameplate current, determine and submit in writing to the Engineer the cause of the problem. 3.20 ELECTRICAL PERMITS AND INSPECTIONS A. The Contractor shall be responsible for obtaining all required electrical building permits and inspections required for the work, including any associated fees. B. All materials,equipment,and workmanship shall be subj ect to inspection at any time by the Engineer. Correct any work, materials, or equipment not in accordance with these Contract Documents or found to be deficient or defective in a manner satisfactory to the Engineer. 3.21 SPARE PARTS A. Provide the following spare parts (in the quantities indicated) under this Section: - 1. Panel-mounted indicator light bulbs -- (3) of each size and type used in the Work. 2. Panel-mounted indicator light colored lenses -- (1) of each size, color, and type used in the Work. 3.22 OPERATIONS AND MAINTENANCE MANUALS A. Provide operations and maintenance manuals. Provide five copies including, as a minimum, all information listed below in one or more three ring binders. 1. Operation, maintenance, recommended spare parts, and renewal parts information for all equipment furnished under this section. 2. Set of complete as-reviewed information herein required to be submitted for review following Contract award. 3. As-built electric circuit and equipment drawings. 4. Index of all equipment suppliers listing current names, addresses, and telephone numbers of those who should be contacted for service,information, and assistance. 5. As-built Contract Drawings on reproducible sepia showing all departures from original Drawings. Show all underground cable, conduit, or duct runs dimensioned from established building lines, and all electrical work revisions. Prepare by obtaining new, clean sets of Contract Drawings from Engineer and pay all costs for same. 6. All field and factory test results. Section 16005 ELECTRICAL Page 20 of 21 7. Information listed under individual specification items. 8. All material to be clean and filed under dividers with heading in accordance with Specification item title. 9. Submit material to Engineer for approval prior to delivery to Owner; make additions or changes as required by the Engineer. END OF SECTION 16005 Section 16005 ELECTRICAL Page 21 of 21 SECTION VI PREVAILING WAGE RATES MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2017 Effective: January 7, 2017 Steve Bullock, Governor State of Montana Pam Bucy, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition,we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required that each employer pay(as a minimum)the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at (406)444-5600 or TDD (406)444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at (406) 444-5600 or TDD (406)444-5549. PAM BUCY Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ............................................................................................................................... 3 B. Definition of Heavy Construction ................................................................................................................ 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ........................................................................................................................................ 4 I. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem ............................................................................................................................................ 4 L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ..................................................................................................................................... 5 R. Foreman Rates 5 WAGE RATES: BOILERMAKERS ......................................................................................................................................... 6 BRICK, BLOCK, AND STONE MASONS ........................................................................................................... 6 CARPENTERS 6 CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 ............................................................................................................................. 7 OPERATORSGROUP 2 ........................................................................................................................... 7 OPERATORSGROUP 3 ............................................................................................................................ 8 OPERATORSGROUP 4 ............................................................................................................................ 8 OPERATORSGROUP 5 ............................................................................................................................ 8 OPERATORSGROUP 6 ............................................................................................................................ 8 OPERATORSGROUP 7 ............................................................................................................................ 9 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ............................................................................................................................ 10 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 10 DIVERTENDERS ........................................................................................................................................ 11 ELECTRICIANS 11 HEATING AND AIR CONDITIONING 11 INSULATION WORKERS-MECHANICAL(HEAT AND FROST) ........................................................................... 12 IRONWORKERS -STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 12 LINE CONSTRUCTION EQUIPMENTOPERATORS .......................................................................................................................... 12 GROUNDMAN .......................................................................................................................................... 12 LINEMAN .................................................................................................................................................. 13 MILLWRIGHTS ............................................................................................................................................ 13 PAINTERS ............................................................................................................................................................ 13 PILEBUCKS ............................................................................................................................................... 13 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS ............................................................................................ 13 SHEETMETAL WORKERS ........................................................................................................................... 13 TEAMSTERS GROUP 1 (Pilot Car Drivers) ......................................................................................................................... 13 TEAMSTERS GROUP 2 (Truck Drivers) ................................................................................................................ 14 2 A.Date of Publication January 7,2017 B.Definition of Heavy Construction The Administrative Rules of Montana(ARM),24.17.501(4)—(4)(a), states "Heavy construction projects include, but are not limited to, those projects that are not properly classified as either `building construction', or `highway construction.' Heavy construction projects include, but are not limited to, antenna towers, bridges(major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects (outdoor),fish hatcheries,flood control projects, industrial incinerators (other than building), irrigation projects,jetties, kilns, land drainage (not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings),pipe lines,ponds,pumping stations (prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers (sanitary, storm, etc), shoreline maintenance, ski tows, storage tanks, swimmingpools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines (not incidental to building), water and sewage treatment plants (other than buildings)and wells." C.Definition of Public Works Contract Section 18-2-401(11)(a),MCA defines"public works contract"as "...a contractfor construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of,$25,000...". D.Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein.These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction,Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549. E.Rates to Use for Projects ARM,24.17.127(1)(c),states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 months to fully perform must include a provision to adjust, as provided in subsection (2), the standard prevailing rate of wages to be paid to the workers performing the contract.. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate ofprevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency." 3 w� G. Fringe Benefits Section 18-2-412,MCA states: "(1) To fulfill the obligation...a contractor or subcontractor may: (a)pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a f•inge benef t fiend,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections (1)(a) and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including f Tinge benefits and travel allowances, applicable to the district for the particular type of work being performed. (2) The fringe benefit fund,plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor." Fringe benefits are paid for all hours worked(straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in effect that specifies otherwise. H.Dispatch City ARM,24.17.103(11),defines dispatch city as "...the courthouse in the city fi-om.the following list which is closest to the center of the job:Billings,Bozeman,Butte, Great Falls,Helena,Kalispell, and Missoula." I.Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as "...an amount added to the base pay; the combined sum then becomes the new base wage rate to be paid for all hours worked on the project. Zone pay must be determined by measuring the(road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22),states " `Travel pay,'also referred to as `travel allowance,'is and must be paid for travel both to and f orn the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18), states " Per diem'typically covers costs associated with board and lodging expenses.Per diem is paid when an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states, "...The fidl amount of anv applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. 4 M.Posting Notice of Prevailing Wages Section 18-2-406,MCA,provides that contractors, subcontractors, and employers who are "...performing work or providing construction services under public works contracts., as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the entire duration of the project, a legible statement of all wages and fringe benefits to be paid to the employees." N.Employment Preference Sections 18-2-403 and 18-2-409,MCA require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. O.Projects of a Mixed Nature Section 18-2-408,MCA states: "(1) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for thatproject classification" -- P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www.bls.gov/oes/current/oes stru.htm Q.Welder Rates Welders receive the rate prescribed for the craft performing an operation to which welding is incidental. R.Foreman Rates Rates are no longer set for foremen. However, if a foreman performs journey level work,the foreman must be paid at least the journey level rate. ,y 5 WAGE RATES BOILERMAKERS Wage Benefit Travel: $30.25 $30.30 0-120 mi.free zone >120 mi.federal mileage rate/mi. Duties Include: Construct, assemble, maintain, and repair stationary Special Provision: steam boilers, boiler house auxiliaries, process vessels, Travel is paid only at the beginning and end of the job. pressure vessels and penstocks. Bulk storage tanks and bolted steel tanks. Per Diem: 0-70 mi.free zone >70-120 mi. $55.00/day >120 mi. $70.00/day j Back to Table of Contents BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $31.07 $13.90 0-20 mi.free zone >20-35 mi. $30.00/day >35-55 mi. $35.00/day >55 mi. $65.00/day Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+$6.00/hr. T Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $21.73 $10.51 0-30 mi. free zone >30-60 mi. base pay+ $2.95/hr. Duties Include: >60 mi. base pay+ $4.75/hr. Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. T Back to Table of Contents 6 CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $25.41 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Compressor;Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $26.20 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float &Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts &Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot(Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine;Washing/Screening Plant j Back to Table of Contents 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $27.95 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavato r\S hovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $28.95 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. r Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $29.95 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Cranes, 45 tons up to and incl. 74 tons. j Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $30.95 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley(All). Back to Table of Contents 8 CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $31.95 $12.05 0-30 mi.free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+ $5.50/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $21.58 $8.69 0-30 mi.free zone >30-60 mi. base pay+ $3.05/hr. >60 mi. base pay+ $4.85/hr. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $24.40 $8.69 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+ $4.85/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. T Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.54 $8.69 0-30 mi.free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+ $4.85/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handier; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger(Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power and Tamper. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: $25.26 $8.69 0-30 mi.free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay + $4.85/hr. Hod Carrier';Water Well Laborer; Blaster; Wagon Driller; Asphalt Raker; Cutting Torch; Grade Setter; ***Hod Carriers will receive the same amount of travel High-Scaler; Power Saws (Faller&Concrete) and/or subsistence pay as bricklayers when requested to Powderman; Rock&Core Drill; Track or Truck Mounted travel. Wagon Drill and Welder Incl. Air Arc. T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.16 $14.52 0-30 mi.free zone Diving $76.32 $14.52 >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+$6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. T Back to Table of Contents 10 DIVER TENDERS Wage Benefit Zone Pay: $37.16 $14.52 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay+$6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions. j Back to Table of Contents ELECTRICIANS Wage Benefit Travel: $32.74 $13.45 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: 0-18 mi.free zone >18-60 mi.federal mileage rate/mi. >60 mi. $75.00/day T Back to Table of Contents HEATING AND AIR CONDITIONING Wage Benefit Travel: $28.04 $17.38 0-50 mi.free zone >50 mi. Duties Include: M $0.25/mi. in employer vehicle. Testing and balancing, commissioning and retro- 0 $0.65/mi. in employee vehilcle. commissioning of all air-handling equipment and duct work. Per Diem: $65/day T Back to Table of Contents 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) Wage Benefit Travel: $34.17 $19.47 0-30 mi.free zone >30-40 mi. $20.00/day Duties Include: >40-50 mi. $30.00/day Insulate pipes, ductwork or other mechanical systems. >50-60 mi. $40.00/day >60 mi. $45.00/day plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. >60 mi. $80.00/day on jobs requiring an overnight stay plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. T Back to Table of Contents IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $27.25 $23.16 0-45 mi.free zone >45-85 mi. $55.00/day Duties Include: >85 mi. $85.00/day Structural steel erection; assemble prefabricated metal buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; handrail fabrication and ornamental steel. T Back to Table of Contents LINE CONSTRUCTION — EQUIPMENT OPERATORS Wage Benefit Zone Pay: $33.27 $14.71 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION — GROUNDMAN Wage Benefit Zone Pay: $25.98 $13.31 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents 12 LINE CONSTRUCTION — LINEMAN Wage Benefit Zone Pay: $43.43 $15.30 No Free Zone Duties Include: $60.00/day All work on substations Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $32.00 $11.82 0-30 mi.free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. T Back to Table of Contents PAINTERS Wage Benefit Travel: $25.05 $16.72 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: No free zone. $0.60/mi. Per Diem: $80.00/day j Back to Table of Contents 12 PILE BUCKS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. Duties Include: >60 mi. base pay+ $6.00/hr. Set up crane; set up hammer; weld tips on piles; set leads; insure piles are driven straight with the use of level or plum bob. Give direction to crane operator as to speed, and direction of swing. Cut piles to grade. T Back to Table of Contents PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $35.66 $16.86 0-70 free zone >70 mi. Duties Include: 0On jobs when employees do not work Assemble, install, alter, and repair pipe-lines or pipe consecutive days: $0.55/mi. if employer doesn't systems that carry water, steam, air, other liquids or provide transportation. Not to exceed two trips. gases. Testing of piping systems, commissioning and retro-commissioning. Workers in this occupation may N On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day if employer mechanical control systems. doesn't provide transportation. T Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: 0 $0.25/mi. in employer vehicle Testing and balancing, commissioning and retro- ■ $0.65/mi. in employee vehicle commissioning of all air-handling equipment and duct work. Manufacture, fabrication, assembling, installation, Per Diem: dismantling, and alteration of all HVAC systems, air $65.00/day veyer systems, and exhaust systems. All lagging over insulation and all duct lining. Metal roofing. T Back to Table of Contents TEAMSTERS GROUP 1 (Pilot Car Drivers) No Rate Established T Back to Table of Contents 13 TEAMSTERS GROUP 2 (Truck Drivers) No Rate Established This group includes but is not limited to: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. Back to Table of Contents APPENDIX A MISCELLANEOUS FORMS NOTICE OF AWARD TO: Attn: Owen Strods DATE: 4/10/17 Montana Civil Contractors Inc. PROJECT: 5.3 MG Water Storage Tank-2017 62 Skyway Blvd, P.O. Box 1019 Belgrade, MT 59714 PROJECT NO: 14702 PROJECT DESCRIPTION: The proposed work consists of construction of a new buried 5.3 million gallon concrete water storage tank at the water treatment plant site south of Bozeman. This project includes construction of approximately 2,000 feet of buried 42"and 35 feet of 30"water piping, telemetry and controls, drainage piping, stormwater retention pond and related improvements,tank access road, fencing, landscaping around tank, and flowmeter and fluoride sampling vault. The Owner has considered the Bid submitted by you for the above-described work in response to its Invitation to Bid dated February 28,2017 and Instructions to Bidders. You are hereby notified that your Bid has been accepted for: City of Bozeman -5.3 MG Water Storage Tank-2017 i In the amount of$I7 665,349.00 You are required by the Instructions to Bidders to execute the Agreement and furnish the required Contractor's Performance Bond, Payment Bond,and Certificates of Insurance within10 calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said bonds and proof of insurance within 10 days from the date of this Notice,the Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond.The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 10th day of April 2017 OWNER: CI o Bozeman BY: SIGNATURE Q,i ,�/� ��,� PRINT Ch ALk_-M �I!�1 L� L�L.1�.6.LW TLC-1LC.ISL�`�� ACCEPTANCE OF NOTICE OF AWARD Receipt of the above Notice of Award is hereby acknowledged nn this �� ` day of .� p i1 2017 CONTRACTOR: Montana Civil Contractors Inc. BY- SIGNAIIJRE R08E.UT 1-1-0 04 PRINT OR TYPE NAME TITLE Notice of Award Page 1 of 1 -UAO ROBERT PECCIA&ASSOCIATES copyright©2011 f AGREEMENT FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT is dated as of the 5-I-{1— day of in the year 2O t-1, by and between City of Bozeman (hereinafter called Owner)and Montana Civil Contractors, Inc. (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1.SCOPE OF WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows(Title, Schedule): 5.3 MG Water Storage Tank-2017 The Project which includes the Work in the Contract Documents may be generally described as follows (Project Name): The proposed work consists of construction of a new buried 5.3 MG concrete water storage tank at the water treatment plant site south of Bozeman. This project includes construction of approximately 2,000 feet of buried 42"and 35 feet of 30"water piping, telemetry and controls, drainage piping, stormwater retention pond and related improvements, tank access road, fencing, landscaping around tank, and flowmeter and fluoride sampling vault. ARTICLE 2.TIME OF COMPLETION The Work to be performed under this Contract shall be commenced on or before a date set forth by the Owner in a written "Notice to Proceed"and shall be completed within 300 calendar days. Liquidated damages are as stipulated in Article 6. ARTICLE 3.THE CONTRACT SUM The Owner shall pay the Contractor for the performance of the Contract, subject to additions and deductions caused by quantity variations on unit price work,the amount of$7,555,349.00 ARTICLE 4. PROGRESS PAYMENTS The Owner shall make payments on account of the Contract as follows: 100% of the value(less up to 5% retainage as provided in the Special Provisions), based on the Contract prices of labor and materials incorporated in the work and of materials suitably stored at the project site or at some other location agreed upon in writing, on a monthly basis, less the aggregate of the previous payments. ARTICLE 5.ACCEPTANCE AND FINAL PAYMENT Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract price as recommended by Engineer as provided in said paragraph 14.07. ARTICLE 6. LIQUIDATED DAMAGES The contractor agrees to pay liquidated damages for each consecutive calendar day work continues past the contract time, until such work is substantially complete. Liquidated damages for this contract will be $500.00 per day, plus reimbursement for the unscheduled employment of the Engineer. Page 1 of 3 ROBERT PECCIA&ASSOCIATES copyright©2011 AGREEMENT ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement Contractor makes the following representations: 7.1 Contractor has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2 Contractor has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Special Provisions of Contract Documents, and accepts the determination set forth in the Contract Documents of the extent of the technical data contained in such reports and drawings, and has personally completed his own field investigations. 7.3 Contractor has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 7.2 above)which pertain to the subsurface or physical conditions at or contiguous to the site that otherwise may affect the cost, progress, performance or furnishing of the Work as Contractor considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.02 of the General Conditions; and no additional examinations, investigations, explorations,tests, reports, studies or similar information or data are or will be required by Contractor for such purposes. 7.4 Contractor has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by Contractor in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.04 of the General Conditions. 7.5 Contractor has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 Contractor has given Engineer written notice of all conflicts, errors or discrepancies he has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. ARTICLE 8. NO DAMAGES FOR DELAY-OTHER CONTRACTORS It shall be the affirmative duty of each and every Contractor on the project to cooperate and coordinate the scheduling and progress of its work with that of all other Contractors. Under no circumstances shall the Owner be liable for any damages for delay. It is further stipulated and agreed that the terms of this provision shall govern any other Contract document as defined in this Agreement. ARTICLE 9. THE CONTRACT DOCUMENTS The Bid Documents, together with this Agreement, form the Contract; and they are as totally a part of the Contract as if hereto attached or herein repeated. The following is an enumeration of the Contract Documents: Invitation for Bid, Instructions to Bidders, Bid Proposal, Bid Bond, Notice of Award,Agreement, Performance Bond, Labor and Material Bond, Insurance Certificates, Consent of Surety, Notice to Proceed, Work Directive Change, Change Order,Affidavit on Behalf of Contractor,Approval of Subcontractors, Substitution Request Form, Schedule of Values, Payment Request, Contractor's Certificate of Completion, Certificate of Substantial Completion, General Conditions, Supplementary Conditions, Special Provisions, Technical Specifications, Drawings, Wage Rates. Page 2 of 3 ROBERT PECCIA&ASSOCIATES copyright©2011 AGREEMENT IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in triplicate. One counterpart each has been delivered to Owner, Contractor and Engineer. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on their behalf. This Agreement will be effective on the first date written above. OWNER: City of Bozeman CONTRACTOR: Montana Civil Contractors, Inc. City Clerk's Office, Suite 202, City Hall 62 Skyway Blvd., P.O. Box 1019 121 No. Rouse Avenue, P.O. Box 1230 Belgrade, MT 59714 Boftman, MT 59771 BY: BY: SIGNATUR DA SI NATURE DATE Drum l5 M .T y RobCRT koCk� PRINT OR TYPE NAME PRINT OR TYPE NAME TITLE TITLE 9F°B 02 , •,�, a k,r r�_ • 'I o `( A r_ (SEAL) ., c�•..1�83 •. �� , TIN�p.�t ATTEST: ATTEST: SIGNMURE DATE SIGNATURE DATE k:ogm PRINT OR TYPE NAME PR R TYPE NAME TITLE TITLE (SP�(�2-�EM.h�N ADDRESS FOR GIVING NOTICES ADDRESS FOR GIVING NOTICES 1230 �Po �c oX to�C;k Page 3 of 3 ROBERT PECCIA&ASSOCIATES copyright©2011 EJCDC= ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Montana Civil Contractors, Inc. North American Specialty Insurance Company 62 Skyway Blvd., P. 0. Box 1019 650 Elm Street Belgrade, MT 59714 Manchester, NH 03101 OWNER(name and address): City of Bozeman 121 North Rouse, PO Box 1230 Bozeman, MT 59771-1230 CONSTRUCTION CONTRACT Effective Date of the Agreement: S/S f I--7 Amount: $7,665,349.00 Seven Million Six Hundred Sixty Five Thousand Three Hundred Forty Nine Dollars and 00/100 Description (name and location): 5.3 MG Water Storage Tank-2017, Project No. 14702, Bozeman, Montana BOND Bond Number: 2250276 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: $7,665.349.00 Seven Million Six Hundred Sixty Five Thousand Three Hundred Forty Nine Dollars and 00/100 Modifications to this Bond Form: ❑ None ❑ See Paragraph 16 Surety and Contractor,intending to be legally bound hereby,subject to the terms set forth below,do each cause this Performance Bond to be duly executed by an authorized officer,agent, or representative. CONTRACTOR AS PRINCIPAL SURETY ```�pTpieurtrrrpr Montana Civil Contractors, Inc. (seal) North American Specialty Insurance Compa_n—oo�se�C3, :� Contractor's Name and Corporate Seal Surety's Name and Corporate Seal SEAL Signature Signature(attach poilWr of attorney) "kz"?,��,P r koui Lisa Kyer Print Name Print Name PRc-,S r1VT Attorney-in-Fact Title Title 1 Attest: Signature Signature Maria Alva �.` Witness Title Title Notes.(1)Provide supplemental execution by any additional parties,such as joint venturers.(2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. EJCDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 1. The Contractor and Surety, jointly and severally, bind to be secured with performance and payment bonds executed themselves, their heirs, executors, administrators, successors, and by a qualified surety equivalent to the bonds issued on the assigns to the Owner for the performance of the Construction Construction Contract, and pay to the Owner the amount of Contract,which is incorporated herein by reference. damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the 2. If the Contractor performs the Construction Contract,the Surety Contractor Default;or and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in 5.4 Waive its right to perform and complete, arrange for Paragraph 3. completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 3. If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as 3.1 The Owner first provides notice to the Contractor and practicable after the amount is determined,make payment the Surety that the Owner is considering declaring a Contractor to the Owner;or Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor, and 5.4.2 Deny liability in whole or in part and notify the Surety to discuss the Contractor's performance. If the Owner Owner,citing the reasons for denial. does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice,request such a 6. If the Surety does not proceed as provided in Paragraph 5 with conference. If the Surety timely requests a conference, the reasonable promptness,the Surety shall be deemed to be in default Owner shall attend. Unless the Owner agrees otherwise, any on this Bond seven days after receipt of an additional written notice conference requested under this Paragraph 3.1 shall be held from the Owner to the Surety demanding that the Surety perform its within ten (10) business days of the Surety's receipt of the obligations under this Bond, and the owner shall be entitled to Owner's notice. If the Owner, the Contractor, and the Surety enforce any remedy available to the Owner. If the Surety proceeds as agree, the Contractor shall be allowed a reasonable time to provided in Paragraph 5.4,and the Owner refuses the payment or the perform the Construction Contract,but such an agreement shall Surety has denied liability,in whole or in part,without further notice not waive the Owner's right, if any, subsequently to declare a the Owner shall be entitled to enforce any remedy available to the Contractor Default; Owner. 3.2 The Owner declares a Contractor Default,terminates 7. If the Surety elects to act under Paragraph 5.1, 5.2,or 5.3,then the Construction Contract and notifies the Surety;and the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and 3.3 The Owner has agreed to pay the Balance of the the responsibilities of the Owner to the Surety shall not be greater Contract Price in accordance with the terms of the Construction than those of the Owner under the Construction Contract. Subject to Contract to the Surety or to a contractor selected to perform the the commitment by the Owner to pay the Balance of the Contract Construction Contract. Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice 7.1 the responsibilities of the Contractor for correction of requirement in Paragraph 3.1 shall not constitute a failure to comply defective work and completion of the Construction Contract; with a condition precedent to the Surety's obligations,or release the Surety from its obligations, except to the extent the Surety 7.2 additional legal, design professional, and delay costs demonstrates actual prejudice. resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 5;and 5. When the Owner has satisfied the conditions of Paragraph 3,the Surety shall promptly and at the Surety's expense take one of the 7.3 liquidated damages, or if no liquidated damages are following actions: specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. 5.1 Arrange for the Contractor, with the consent of the Owner,to perform and complete the Construction Contract; 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4,the Surety's liability is limited to the amount of this Bond. 5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction 5.3 Obtain bids or negotiated proposals from qualified Contract,and the Balance of the Contract Price shall not be reduced contractors acceptable to the Owner for a contract for or set off on account of any such unrelated obligations. No right of performance and completion of the Construction Contract, action shall accrue on this Bond to any person or entity other than arrange for a contract to be prepared for execution by the the Owner or its heirs, executors, administrators, successors, and Owner and a contractor selected with the Owners concurrence, assigns. EJCDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 2 of 3 10. The Surety hereby waives notice of any change, including for damages to which the Contractor is entitled, reduced by all changes of time, to the Construction Contract or to related valid and proper payments made to or on behalf of the subcontracts,purchase orders,and other obligations. Contractor under the Construction Contract. 11. Any proceeding, legal or equitable, under this Bond may be 14.2 Construction Contract: The agreement between the instituted in any court of competent jurisdiction in the location in Owner and Contractor identified on the cover page,including all which the work or part of the work is located and shall be instituted Contract Documents and changes made to the agreement and within two years after a declaration of Contractor Default or within the Contract Documents. two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this 14.3 Contractor Default: Failure of the Contractor, which Bond,whichever occurs first. If the provisions of this paragraph are has not been remedied or waived, to perform or otherwise to void or prohibited by law, the minimum periods of limitations comply with a material term of the Construction Contract. available to sureties as a defense in the jurisdiction of the suit shall be applicable. 14.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required 12. Notice to the Surety, the Owner, or the Contractor shall be under the Construction Contract or to perform and complete or mailed or delivered to the address shown on the page on which their comply with the other material terms of the Construction signature appears. Contract. 13. When this Bond has been furnished to comply with a statutory 14.5 Contract Documents:All the documents that comprise or other legal requirement in the location where the construction was the agreement between the Owner and Contractor. to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and 15. If this Bond is issued for an agreement between a contractor and provisions conforming to such statutory or other legal requirement subcontractor,the term Contractor in this Bond shall be deemed to shall be deemed incorporated herein. When so furnished,the intent be Subcontractor and the term Owner shall be deemed to be is that this Bond shall be construed as a statutory bond and not as a Contractor. common law bond. 16. Modifications to this Bond areas follows: 14. Definitions 14.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received bythe Owner in settlement of insurance or other claims EJCDC®C-630,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 3 of 3 EJCDC� ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Montana Civil Contractors, Inc. 62 Skyway Blvd., P. O. Box 1019 North American Specialty Insurance Company Belgrade, MT 59714 650 Elm Street OWNER(name and address): Manchester, NH 03101 City of Bozeman 121 North Rouse, PO Box 1230 Bozeman, MT 59771-1230 CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: $7,665,349.00 Seven Million Six Hundred Sixty Five Thousand Three Hundred Forty Nine Dollars and 00/100 Description(name and location): 5.3 MG Water Storage Tank-2017, Project No. 14702, Bozeman, Montana BOND Bond Number: 2250276 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): �1 r5 11-7 Amount: $7,665,349.00 Seven Million Six Hundred Sixty Five Thousand Three Hundred Forty Nine Dollars and 00/100 Modifications to this Bond Form: ❑ None ❑ See Paragraph 18 Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth below,do each cause this Payment Bond to be duly executed by an authorized officer, agent,or representative. CONTRACTOR AS PRINCIPAL SURETY Montana Civil Contractors, Inc. North American Specialty Insurance Company (sea!) p tY Contractor's Name Corporate Seal Surety's Name and Corporate Seal SE. TRH u�ux 19 3L cuj'�c By: 13 • �('attacwpower bsSignature Signatu of attorney) — �r�rn11111 kciPe-R—1 k604 Lisa Kyer Print Name Print Name Attorney-in-Fact Title Title Attest. • i t,' t.G✓ .._ _ Attest. _ Signature _ Signature Maria Alva =_ ems• Witness Title Title Notes: (1)Provide supplemental execution by any additional parties,such as joint venturers.(2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 6. If a notice of non-payment required by Paragraph 5.1.1 is 1. The Contractor and Surety, jointly and severally, bind given by the Owner to the Contractor,that is sufficient to themselves, their heirs, executors, administrators, satisfy a Claimant's obligation to furnish a written notice of successors, and assigns to the Owner to pay for labor, non-payment under Paragraph 5.1.1. materials, and equipment furnished for use in the performance of the Construction Contract, which is 7. When a Claimant has satisfied the conditions of Paragraph incorporated herein by reference,subject to the following 5.1 or 5.2, whichever is applicable, the Surety shall terms. promptly and at the Surety's expense take the following actions: 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds 7.1 Send an answer to the Claimant,with a copy to the harmless the Owner from claims, demands, liens, or suits Owner, within sixty (60) days after receipt of the by any person or entity seeking payment for labor, Claim,stating the amounts that are undisputed and materials, or equipment furnished for use in the the basis for challenging any amounts that are performance of the Construction Contract,then the Surety disputed;and and the Contractor shall have no obligation under this Bond. 7.2 Pay or arrange for payment of any undisputed amounts. 3. If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this 7.3 The Surety's failure to discharge its obligations Bond shall arise after the Owner has promptly notified the under Paragraph 7.1 or 7.2 shall not be deemed to Contractor and the Surety (at the address described in constitute a waiver of defenses the Surety or Paragraph 13) of claims, demands, liens, or suits against Contractor may have or acquire as to a Claim, the Owner or the Owner's property by any person or except as to undisputed amounts for which the entity seeking payment for labor, materials,or equipment Surety and Claimant have reached agreement. If, furnished for use in the performance of the Construction however, the Surety fails to discharge its Contract, and tendered defense of such claims, demands, obligations under Paragraph 7.1 or 7.2,the Surety liens,or suits to the Contractor and the Surety, shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to 4. When the Owner has satisfied the conditions in Paragraph recover any sums found to be due and owing to 3,the Surety shall promptly and at the Surety's expense the Claimant. defend,indemnify,and hold harmless the Owner against a duly tendered claim,demand,lien,or suit. 8. The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's 5. The Surety's obligations to a Claimant under this Bond fees provided under Paragraph 7.3,and the amount of this shall arise after the following: Bond shall be credited for any payments made in good faith by the Surety. 5.1 Claimants who do not have a direct contract with the Contractor, 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance 5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any, payment to the Contractor, stating with under any construction performance bond. By the substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond, and the name of the party to whom the they agree that all funds earned by the Contractor in the materials were, or equipment was, performance of the Construction Contract are dedicated furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under labor was done or performed, within this Bond,subject to the Owner's priority to use the funds ninety (90) days after having last for the completion of the work. performed labor or last furnished materials or equipment included in the 10. The Surety shall not be liable to the Owner, Claimants,or Claim;and others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be 5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any address described in Paragraph 13). Claimant under this Bond,and shall have under this Bond no obligation to make payments to or give notice on 5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to contract with the Contractor have sent a Claim to Claimants under this Bond. the Surety (at the address described in Paragraph 13). 11. The Surety hereby waives notice of any change, including changes of time,to the Construction Contract or to related subcontracts,purchase orders,and other obligations. EACDC°C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 2 of 3 12. No suit or action shall be commenced by a Claimant under 8. The total amount due and unpaid to the this Bond other than in a court of competent jurisdiction in Claimant for labor, materials, or equipment the state in which the project that is the subject of the furnished as of the date of the Claim. Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a 16.2 Claimant: An individual or entity having a direct Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2,or contract with the Contractor or with a (2) on which the last labor or service was performed by subcontractor of the Contractor to furnish labor, anyone or the last materials or equipment were furnished materials,or equipment for use in the performance by anyone under the Construction Contract,whichever of of the Construction Contract. The term Claimant (1) or (2) first occurs. If the provisions of this paragraph also includes any individual or entity that has are void or prohibited by law, the minimum period of rightfully asserted a claim under an applicable limitation available to sureties as a defense in the mechanic's lien or similar statute against the real jurisdiction of the suit shall be applicable. property upon which the Project is located. The intent of this Bond shall be to include without 13. Notice and Claims to the Surety, the Owner, or the limitation in the terms of "labor, materials, or Contractor shall be mailed or delivered to the address equipment" that part of the water, gas, power, shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or Actual receipt of notice or Claims,however accomplished, rental equipment used in the Construction shall be sufficient compliance as of the date received. Contract, architectural and engineering services required for performance of the work of the 14. When this Bond has been furnished to comply with a Contractor and the Contractor's subcontractors, statutory or other legal requirement in the location where and all other items for which a mechanic's lien may the construction was to be performed, any provision in be asserted in the jurisdiction where the labor, this Bond conflicting with said statutory or legal materials,or equipment were furnished. requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal 16.3 Construction Contract: The agreement between requirement shall be deemed incorporated herein. When the Owner and Contractor identified on the cover so furnished,the intent is that this Bond shall be construed page, including all Contract Documents and all as a statutory bond and not as a common law bond. changes made to the agreement and the Contract Documents. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and 16.4 Owner Default: Failure of the Owner, which has Owner shall promptly furnish a copy of this Bond or shall not been remedied or waived, to pay the permit a copy to be made. Contractor as required under the Construction Contract or to perform and complete or comply 16. Definitions with the other material terms of the Construction Contract. 16.1 Claim: A written statement by the Claimant including at a minimum: 16.5 Contract Documents: All the documents that comprise the agreement between the Owner and 1. The name of the Claimant; Contractor. 2. The name of the person for whom the labor was done, or materials or equipment 17. If this Bond is issued for an agreement between a furnished; contractor and subcontractor,the term Contractor in this 3. A copy of the agreement or purchase order Bond shall be deemed to be Subcontractor and the term pursuant to which labor, materials, or Owner shall be deemed to be Contractor. equipment was furnished for use in the performance of the Construction Contract; 18.Modifications to this Bond are as follows: 4. A brief description of the labor, materials, or equipment furnished; 5. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 6. The total amount earned by the Claimant for labor, materials,or equipment furnished as of the date of the Claim; 7. The total amount of previous payments received by the Claimant;and EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: Lisa Kyer Its true and lawful Attomey-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,the following surety bond: Principal: Montana Civil Contractors,Inc. Bond Number: 2250276 Obligee: City of Bozeman Bond Amount: See Bond Form Bond Description: 5.3 MG Water Storage Tank-2017,Project No. 14702,Bozeman,Montana Provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9`h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached" `\\\\1\plllllltlltq/��� �j� �� �noimlmW/fo \2 tot+ RAT G i $Y oxPo TSG'a :za y 4?p F•.q 2 StevenP.Anderson,Senior VicePresidentofNashinglonInternationalInsuranceCompany SEAL ;Yyg t�tt,iZ 1973 wF m= &Senior Vice President of Norlh American Specialty Insurance Company a O: m o ���mrnlnnuttt\\ Michael A.I3to,ScnovM nTrntai was It mgton InIcrnanon nsurunca-7I Copapaay 4 /in@rna�inpmt &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1st day of October •2015 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this Ist day of October 2015 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly swom,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. FFICIAL SEAL M KENNY [NOTA:RYPLIBUG,STATE OF Ii.11N01S SlON EKPiRES 12104(2017M•Kenny,Notary PublicSIO. 1, Jeffrey Goldberg—the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this J day of (Uy 20Q . Jeffrey Goldberg,Vice president&Assistant Secretary or Washington International Insurance Company&North American Specialty Insurance Company NOTICE TO PROCEED TO: DATE: PROJECT: PROJECT NO: In accordance with the Agreement dated , you are hereby notified to commence work no later than , and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is, therefore, OWNER: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE ACCEPTANCE OF NOTICE TO PROCEED Receipt of the above Notice to Proceed is hereby acknowledged this day of , CONTRACTOR: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE Notice to Proceed Page 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 APPROVAL OF SUBCONTRACTORS PROJECT TITLE: PROJECT NO: CONTRACTOR: Listed below are all of the subcontractors which we propose to use on this project.Your approval of these subcontractors is requested. We certify that these subcontractors, as listed, have been advised of the labor standards and provisions applicable to this project and that these provisions, as incorporated in the Contract between the Owner and the undersigned Contractor,will be incorporated in the contracts between the Contractor and the listed subcontractors.These provisions shall include all necessary insurance,workers compensation, and other legal requirements that the Contractor must carry. NAME AND ADDRESS MONTANA PUBLIC APPROXIMATE OF SUBCONTRACTOR CONTRACTOR'S TYPE OF WORK VALUE OF REGISTRATION NO. SUBCONTRACT TOTAL: Any deviation from this list shall be approved by the Owner prior to the subcontractor conducting the work. SIGNED BY(Contractor): SIGNATURE PRINT OR TYPE NAME DATE CHECKED BY(Engineer): SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE��������(((((((( Approval of Subcontractors 1 of 1 ._UAP ROBERT PECCIA&ASSOCIATES copyright©2011 SUBSTITUTION REQUEST FORM TO(Engineer): PROJECT TITLE: PROJECT NUMBER: We hereby submit for your consideration the following product instead of the specified item for the above project. SPECIFICATION SECTION: PARAGRAPH: SPECIFIED ITEM: PROPOSED SUBSTITUTION: Attach complete technical data, including laboratory tests,if applicable.Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation.(Fill in blanks below.) A. Does the substitution affect dimensions shown on Drawings? B. Will the undersigned pay for changes to building design, including engineering and detailing costs caused by the requested substitution? C. What affect does substitution have on other trades? L-- D. Differences between proposed substit7777 ::����� ? E. Manufacturer's guarantees of the proposed and specified items are: Same Different(explain on attachment) The undersigned states that the function,appearance,and quality are equivalent or superior to the specified item. CHECKED BY ENGINEER: SUBMITTED BY: ❑ Accepted ❑ Accepted As Noted ❑ Not Accepted ❑ Received Too Late SIGNATURE DATE BY: PRINT OR TYPE NAME TITLE SIGNATURE DATE ADDRESS: PRINT OR TYPE NAME TITLE REMARKS: DATE: TELEPHONE: OWNER APPROVAL: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE Substitution Request Form 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 SCHEDULE OF VALUES FOR CONTRACT PAYMENT (Applies ONLY to Lump Sum Bid Items) PROJECT TITLE: PROJECT NO: CONTRACTOR: BID ITEM DESCRIPTION OF BID ITEM COMPONENT OF WORK COST PER NO. (Describe) COMPONENT TOTAL COST OF WORK ITEMS FOR PAYMENT REQUEST: I hereby certify that the costs of the work items noted above include an appropriate amount of overhead and profit applicable to each work item. The sum of the costs per component shall equal the lump sum unit price of the bid item. SIGNED BY(Contractor): SIGNATURE PRINT OR TYPE NAME DATE CHECKED BY(Engineer): SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE Schedule of Values for Contract Payment 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 WAS APPLICATION AND CERTIFICATE FOR PAYMENT Application No. 1 Page 1 oL 2 Period from: To: OWNER: CONTRACTOR: PROJECT: CONTRACT DATE: ORIGINAL CONTRACT SUM Change Order No. Change Order No. Change Order No. Net Change by Change Orders $0.00 CONTRACT SUM TO DATE $0.00 Amount Amount Less 1% Earned Retainage Earned Gross Estimate This Held This Less Receipts No. Estimate Estimate Retainage Tax Total Totals: 0.00 0.00 0.00 0.00 0.00 Less Previous Certificates for Payment: 0.00 Current Payment Due: 0.00 CONTRACTOR'S CERTIFICATE The undersigned Contractor certifies that the Work covered by this Application for Payment has been completed in accordance with the Contract Documents,that all amounts have been paid by him for Work for which previous Certificates for payment were issued and payments received from the Owner,and that current payment shown herein is due. Dated: 0 Contractor By: ENGINEER'S CERTIFICATE FOR PAYMENT v This Application(with accompanying documentation)meets the requirements of the Contract Documents and payment of the above "Current Payment Due"is recommended. Dated: Robert Peccia and Associates EngineerBy: F:\water\14702-City of Bozeman\Specifications\MISCFORM\APPLICATION AND CERTIFICATION FOR PAYMENTAs Page 2 of 2 CONTINUATION SHEET Application No. 7 Application and Certification for Payment,containing Contractors signed Certification is attached.In Dale tabulations below,amounts are staled to the nearest dollar. (A) (B) (C) (D) (E) (F) (G) (H) (I) (J) (K) Amount Total Contract Previous Current Quantity Materials Less Earned Item Contract Unit Contract Quantity Quantity Complete Total on Materials This No. Description of Work Quantity Price Price Re uested Com leted To Date Cost Site Installed Estimate i { ... ............. TOTALS F:mvaleA147o2-city of aommanlspecir—WnsWISCFORMIAPPLICATON AND CERTIFICATION FOR PAYMENTA. WORK DIRECTIVE CHANGE Instructions on Next Page PROJECT TITLE: — PROJECT NO.: �`_ _ CONTRACT DATE: OWNER: ENGINEER: CONTRACTOR: You are directed to proceed promptly with the following change(s): DESCRIPTION: PURPOSE OF WORK DIRECTIVE CHANGE: II �� ATTACHMENTS: (List documents supporting change) If a claim is made that the above change(s)have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: Method of determining change in Contract Time: ❑ Time and Materials ❑ Contractor's Records ❑ Unit Prices ❑ Engineer's Records ❑ Cost Plus Fixed Fee ❑ Other ❑ Other-- Estimated increase(decrease)in Contract Price: Estimated increase(decrease)in Contract Time: amount. If the change involves days. If the change involves an increase, an increase,the estimated amount is not to be the estimated time is not to be exceeded without further exceeded without further authorization. authorization. RECOMMENDED BY(Engineer): SIGNATURE PRINT OR TYPE NAME DATE AUTHORIZED BY(Owner): SIGNATURE PRINT OR TYPE NAME DATE ACCEPTED BY(Contractor): SIGNATURE PRINT OR TYPE NAME DATE Work Directive Change 1 of 2 OF ROBERT PECCIA&ASSOCIATES copyright©2011 IMIT WORK DIRECTIVE CHANGE INSTRUCTIONS A. GENERAL INFORMATION This document was developed for use in situations involving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Time.This is not a Change Order, but only a directive to proceed with Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Time, a Field Order may be issued. B. COMPLETING THE WORK DIRECTIVE CHANGE Engineer initiates the form, including a description of the items involved and attachments. Based on conversations between Engineer and Contractor, Engineer completes the following: METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Price, the space for estimated increase (decrease)should be marked "Not Applicable". METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT TIME: Mark the method to be used in determining the change in Contract Time and the estimated increase or decrease in Contract Time. If the change involves an increase in the Contract Time and the estimated time is approached before additional or changed Work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Time, the space for estimated increase (decrease) should be marked "Not Applicable". Once Engineer has completed and signed the form, all copies should be sent to Owner for authorization because Engineer alone does not have authority to authorize changes in price or time. Once authorized by Owner, a copy should be sent by Engineer to Contractor. Once the Work covered by this directive is completed for final cost and time determined, Contractor should submit documentation for inclusion in a Change Order. THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR THE CONTRACT TIME.A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. Work Directive Change 2 of 2 tU AIR ROBERT PECCIA&ASSOCIATES copyright©2011 RMS CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment: (days or dates Net Increase(Decrease) from previous Change Net change from previous Change Orders No._to Orders No._to No. Substantial Completion: $ Ready for final payment: (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for final payment: (days or dates Net increase (decrease)of this Change Order: Net increase(decrease)this Change Order: Substantial Completion: $ Ready for final payment: da s Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: Ready for final payment: (days or dates) Co-tractor certifies and agrees that there are no additional costs or claims for extra work, additional time, del ys or om�tted items, of any nature whatsoever, associated with the subject change order items, except as identified d set forf:h.,.._l e _ern and unless ext2ressly_stated otherwise n the Chang,e Order. And-urtlie that t e price a reed upon erein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined and are correct. CONTRACTOR(Authorized Signature) Date RECOMMENDED BY: APPROVED BY: (ENGINEER- Signature) Date OWNER(Authorized Signature) Date CHANGE ORDER FORM Page 1 of 2 CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, cross out the part of the tabulation that does not apply. CHANGE ORDER FORM Page 2 of 2 AFFIDAVIT ON BEHALF OF CONTRACTOR STATE OF: ):SS COUNTY OF: PROJECT: PROJECT NUMBER: DATE: I certify to the best of my knowledge and belief that all work has been performed and materials supplied in strict conformance with the terms and conditions of the corresponding Contract Documents between the Owner, and the Contractor, dated for the Project, No. and further declare that all bills for materials, supplies, utilities, and for all other things furnished or caused to be furnished by the above-named Contractor and used in the execution of the above Contract have been fully paid, and there are no unpaid claims or demands of State Agencies, subcontractors, materialmen, mechanics, laborers or any others resulting from or arising out of work done or ordered to be done by said Contractor under the above-identified Contract. In consideration of the prior and final payments made and all payments made for authorized changes, the Contractor releases and forever discharges the Owner from any and all obligations and liabilities arising by virtue of said Contract and authorized changes between the parties hereto, either verbal or in writing, and any and all claims and demands of every kind and character whatsoever against the Owner, arising out of or in any way relating to said Contract, and authorized changes.This Waiver includes any claim of lien as well as any and all claims under 40 U.S.C. H 270a-270d ("the Miller Act")or any state statute serving a substantially similar purpose, and releases and waives any and all claims to any private bond right. This statement is made for the purpose of inducing the Owner to make Final Payment under the terms of the Contract, relying on the truth and statements contained therein. The Contractor acknowledges others, including lenders, insurers, and the Engineer,will rely upon this instrument as a full and complete waiver and release of all claims in the normal course of their transactions. Dated this day of , at Montana. CONTRACTOR: Subscribed and sworn to before me this day of NOTARY PUBLIC FOR THE STATE OF MONTANA BY: SIGNATURE DATE RESIDINGAT PRINT OR TYPE NAME TITLE MY COMMISSION EXPIRES Affidavit On Behalf of Contractor 1 of 1 kP ROBERT PECCIA&ASSOCIATES copyright©2011 RMN CONTRACTOR'S CERTIFICATE OF COMPLETION TO(Owner): DATE: PROJECT: PROJECT NO: ATTN (Engineer): CONTRACT DATE: FROM (Contractor): This is to certify that I, am an authorized official of working in the capacity of and have been properly authorized by said firm or corporation to sign the following statements pertaining to the subject contract: I know of my own personal knowledge, and do hereby certify, that the work of the contract described above has been performed, and materials used and installed in every particular, in accordance with, and in conformity to, the Contract Plans and Specifications. The contract work is now complete in all parts and requirements and ready for your substantial completion inspection. I understand that neither the determination of the Engineer that the work is complete nor the acceptance thereof by the Owner shall operate as a bar to claim against the Contractor under the terms of the guarantee provisions of the Contract Documents. CONTRACTOR: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE Contractors Certificate of Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 WAS CERTIFICATE OF SUBSTANTIAL COMPLETION TO(Owner): SUBSTANTIAL COMPLETION DATE: PROJECT: CONTRACT DATE: PROJECT NO: INSPECTION DATE: PROJECTOR PART SHALL INCLUDE: ENGINEER: PERFORMANCE BOND NO: DATE OF BOND: SURETY: CONTRACTOR: MONTANA AGENT: ADDRESS: ADDRESS: PHONE NO: PHONE NO: The Work performed under this Contract has been inspected by authorized representatives of the Owner,Contractor,and Engineer,and the Project(or specified part of the Project,as indicated above)is hereby declared to be substantially completed on the above date. DEFINITION OF SUBSTANTIAL COMPLETION The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed,in accordance with the contract documents,as modified by any change orders agreed to by the parties,so the Owner can occupy or utilize the project or specified area of the project for the use for which it was intended. A tentative list of items to be completed is appended hereto.This list may not be exhaustive,and the failure to include an item on it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. ENGINEER: BY. SIGNATURE DATE The Contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR: BY. SIGNATURE DATE The Owner accepts the Project or specified area of the Project as substantially complete and will assume full possession of the project or specified area at (time), on (date).The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under"Remarks"below. OWNER: BY: SIGNATURE DATE REMARKS: (include additional information if necessary) Certificate of Substantial Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 CONSENT OF SURETY COMPANY TO FINAL PAYMENT OWNER: ENGINEER: CONTRACTOR: SURETY: PROJECT: PROJECT NUMBER: CONTRACT DATE: In accordance with the provisions of the contract between the Owner and the Contractor indicated above, the SURETY COMPANY, on bond of (here insert name of Surety Company) , CONTRACTOR, (here insert name and address of Contractor) hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to — OWNER, (here insert name and address of Owner) as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of SURETY COMPANY: COMPANY NAME i ADDRESS i (SEAL) II SIGNATURE OF AUTHORIZED REPRESENTATIVE 1 TITLE DATE NOTE:This form is to be used as a companion document to the Affidavit on Behalf of Contractor(current edition). Consent Of Surety Company To Final Payment 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 OWN APPENDIX B GEOTECHNICAL INVESTIGATION 1. Geotechnical Report D 2488 Standard Practice for Description and Identification of Soils and sand,poorly graded gravel with clay and sand,and clayey gravel with .n u (Visual-Manual Procedures) sand were encountered. The gravel layers were encountered to the c — m These drawings,referred to as Geotechnical Evaluation(GE)sheets represen termination depths of the borings ranging from about 74 1/2 feet in Boring t o N ro Piezemeters: Borings BH-2P,BH-4P,and BH-7P were completed as BH-1 to 40 1/2 feet In Boring BH-2P. u x in 1 the geotechnlcal report for the project and were prepared by SK Geotechnical plezometers to allow others to monitor groundwater across the site. Borings Zi o 0 N N Corporation.The purpose of the geotechnical evaluation was to assist Robert x Peccia&Associates(RPA)and other members of the design team,In BH-2P and 0H-4P were installed to a depth of 40 feet below the ground Penetration resistances recorded in the mixed alluvial Fan deposits ranged \ designing foundations and slabs for the new water tank as well as the water surface(bgs)and were constructed of 20 feet of 1-inch PVC slotted screen from 5 to 33 BPF,indicating the alluvial sands were loose to medium dense o m m O and 22 1/2 feet of 1-Inch PVC solid pipe riser extending about 2 1/2 feet and the alluvial clays were rather soft to medium stiff. Penetration m w r\N IZ- line,and In preparing plans and specifications for the project. above the ground surface. Silica sand was then provided from the bottom of resistances recorded In the older alluvial fan deposits ranged from 18 BPF to In the event the information in the GE sheets conflicts with the information in the hole to 2 feet above the screen,then capped with 2 feet of bentonite 50 blows for 4 Inches of penetration,Indicating the older alluvial sands and a w w the plans and specifications,the plans and specifications govern. chips. Cuttings were then placed to within 2 Feet bgs. A 5-foot lockable gravels were medium dense to very dense. a owc o a ¢ ¢ ¢ stovepipe was installed 2 feet bgs to protect the pipe and was concreted in place. Boring BH-7P was installed to a depth of 15 feet bgs and was Groundwater was encountered in Boring BH-1 at a depth of 55 feet. We constructed with 10 feet of screen and 5 feet of riser. Sand was provided to anticipate groundwater levels could fluctuate as much as 5 feet from the 2. Site Conditions 2 feet above the screen then bentonite to 2 feet bgs. Concrete was then observed levels. Based on the observed levels and anticipated fluctuations, placed up to the ground surface and a manhole cover was placed to protect we do not anticipate groundwater will affect the proposed construction. the pipe at the surface. Plezometers were Installed In Borings BH-2P,BH-4P,and BH-7P to permit The site Is located near the base of Sourdough Canyon about 4 miles south of local personnel and contractors to check water levels. Bozeman,Montana,about 750 feet northeast of the existing Sourdough water treatment plant. The proposed tank will be situated within an Tank Recommendations. As previously mentioned,finished floor of the undeveloped portion of the existing water treatment plant property just east S. Laboratory Procedures tank will be between about 20 and 26 feet below existing grades. The cross of the existing sludge ponds. The new water line will connect the new tank sections provided by RPA Indicate about 2 feet of fill will be required on the E to the water distribution system,which will be located along the north side of downhill side of the tank and a cut up to 7 feet will be required on the uphill Laboratory tests were performed on select samples to assist in characterizing i ro the existing ponds in an undeveloped portion of the property.The land side of the tank to establish finished grade around the tank. The drawing ,n surrounding the site consists primarily of undeveloped farmland. the engineering properties of the soils. The laboratory tests were performedalso Indicates the tank will be exposed at the surface and will extend above a u ;° procedures. In general accordance with the latest version of the following ASTM 11 Ished grade about 1[0 2 feet. E At the time of our fieldwork,the site was moderately sloping from the south u o to the north across the tank with ground surface elevation variation at the Currently the floor of the tank Is planned to be a 6-Inch reinforced slab with C 117 Materials finer than 75 micron(No.200)sieve in mineral aggregate w o borings of about 6 feet. Along the new water line,grades dip down from the thickened edges to support perimeter walls. The thickened edges are n. by washing southeast to the northwest with ground surface elevation variation between planned to extend 1 1/2 Feet below finished floor elevation resulting In C 136 Sieve analysts of fine and coarse aggregates(based on the material oc co c n the utility borings of about 7 1/Z feet. Surface vegetation generally consists sample In the ring-lined samples and bulk samples. Cobbles are not bottom-of-perimeter foundation elevation at S180 1/2. The soils encountered at this de 'o c of moderately thick native grasses. The tank area Is maintained by mowing depth were silty sand and sandy lean clay. Penetration E� u_u u) represented.) resistances recorded In these soils ranged from 5 to 8 BPF,Indicating the o w o x�e• with the exception of the property lines which are not maintained. According 9 9 i l c w a o C 414 Particle-size analysis of soils O r-a ¢ m o to readily available geologic maps,the general geology of the area consists sands are loose and clays are rather soft[o medium. It Is our opinion w Q o co D 3140 Amount of materials in soils finer than 75 micron(No.200) E m of Holocene to Pleistocene age alluvial fan deposits situated above older supporting the tank on these soils will cause foundations and floor slabs o o a c.. D 2216 Laboratory determination of water content of soil and rock O u w o m z Pleistocene to Pliocene age alluvial fan deposits. supported above them to settle excessively. The tank manufacturer Indicated ¢o o ¢ o D 2435 One-dimensional consolidation properties of soils settlement of the tank be limited to 1/4 Inch over 50 feet. a;m arc GC x a D 4318 Liquid limit,plastic limit,and plasticity index of soils D 4546 One-dimensional swell or settlement potential of cohesive soils Due to the nature of the soils encountered at bottom-of-foundation depth and .. 3. Project the settlement requirements of the tank manufacturer,It is our opinion the soils are not suitable for direct foundation support. Therefore,we It is our understanding the City of Bozeman Is planning to construct a new 6, Legend recommend subexcavating beneath the tank foundation and floor slab down water tank a the ding the C water treatment Facility. The new tank will 9 to a uniform elevation of 5175. This will result in overexcavation of about 5 likely be a post-tensioned concrete tank with a diameter of approximately 1/2 feet beneath perimeter and about 6 1/2 feet beneath the ? v ASTM American Satiety for Testing and Materials floor slab. The excavation should extend beyond footing edges at 1/2:1 219 feet and a wall height of about 23 feet. The tank will have a capacity ofr u> " about 5.8-mllllon gallons. Currently It Is planned to set finished floor OSHA Montana Public Works Standard Specifications,6[h Edition,2010 recommend r replacing oversize zone a shown on the attached detail. We OSHA Occupational Safety and Health Administration recommend replacing the subexcava[ed soils with compacted Structural elevation at 5182,which is about 20 to 26 feet below existing grades. The IBC International Building Code,2012 Back compacted[0 100 percent of its standard Proctor(ASTM D 698). It is top 1 to 2 feet of the tank as well as the lid will be exposed. 6 Standard penetration test boring critical compaction requirements are met to reduce the risk of excessive psf pounds per square foot settlement,i.e.,compaction tests should be performed on a full-time basis. - pcl pounds per square inch per Inch of deflection 4. Field Ex loration psf/ft pounds per square foot per foot of depth Seepage Collection and Wall Drainage Systems. We recommend a P BPF blows per foot installing a seepage collection system beneath the entire tank Floor to collect o FOS factor of safety any seepage or leaks that may occur from the tank before the leaks can be z! w m Boring Locations. The borings were selected by our personnel and staked repaired. A leak detection system should be installed within the collection o P w z E In the field by RPA.The locations of the borings are shown on the Boring system so if a leak occurs,the tank can be promptly repaired. The final >rQ-A49 Location Sketch. design of the system should be determined by the tank w Z z 7. Geotechnical Recommendations and manufacturer/designer. At a minimum,the system should consist of an ¢2 Boring Elevations.The ground surface elevations at the borings were impermeable liner placed across the entire tank area and extending a E vi�- provided by RPA and are presented on the Log of Boring sheets. Conclusions W JO r minimum of S feet beyond the perimeter edges. e recommend placing xz tg 6i z compacted 3/4-Inch minus clean crushed gravel base course directly over the �3 O Boring Procedures.The borings were performed on the date Indicated on General Soil Profile and Groundwater Conditions. Five soil borings were liner.The structural batkfill placed beneath the tank should be crowned and N F.a the boring logs with a truck-mounted core and auger Diedrich D-120 drill rig. performed In the proposed tank area and two soil borings were performed for slope down towards the perimeter of the tank at a minimum of 1 percent. Sampling and testing In the borings was performed In general accordance the proposed inlet and outlet waterline alignment. The general soil profile with the latest version of the following ASTM procedures. encountered in the tank area consisted of mixed layers of Holocene to Q Pleistocene age alluvial fan deposits consisting of silty sand,clayey sand,lean U p T Continued on GE-2 = D 1452 Soil Investigation and Sampling by Auger Borings clay with sand,and sandy lean clay to depths ranging from 31 feet in Boring D 1586 Penetration Test and Split-Barrel Sampling of Soils BH-2P to the boring termination depth of 40 1/2 feet in Boring BH-4P. O W o D 1587 Thin-walled Tube Sampling of Solis Following the alluvial fan deposits,older Pleistocene to Pliocene age alluvial J �•e c, D 2487 Classification of Soils for Engineering Purposes fan deposits consisting of silty gravel with sand,poorly graded gravel with silt W W �/ 0 oucwu.00anoxrssruamumsicxmor mno-n�oucrtwsoxxanronrsxcmrzueacuavin+a,>rtom¢ Continued from GE-1 9. Summary Tables m m Summary of Groundwater Level Measurements H = N M Seepage collected in the system should be routed to perforated drain pipes routed to a sump and pump system and o ( N us pumped out and away from the structure. A leak detection monitoring system should be connected to the seepage Surface Depth to Groundwater = collection system. Details related to the seepage collection system are discussed In more detail later In this report Borin Elevation Groundwater Elevation* o m m d and shown on the attached detail. BH-1 5205.5 55.2 5150 1/2 Y z Z 2 3 6i Q w W We also recommend installing a wall drainage system to relieve excess buildup of hydrostatic pressures against the *Nate: Elevations rounded to the nearest 1/2. ccLo w ¢ ¢ to w w wall. This system can be comprised of compacted clean Structural Backfill extending 5 feet beyond the footing edges and carried up the entire wall section or of a synthetic wall drainage system placed against the wall then backfllled with on-site soils. The drainage system should be connected to the seepage collection system and water Summary of Soil Index Tests carried away from the tank. More details related to the seepage collection and wall drainage systems are presented later In this report. Inlet and Outlet Waterlines. It is our understanding the tank will have a gravity force inlet and outlet pipe for Depth ASTM Passing a supply and delivery of water. The outlet pipe is planned to be installed 4 to 5 feet below the tank floor and will exit Boring feet Symbol LL PL PI Sieve NP NP NP 1.3 out the north side of the tank. The pipe will then turn and travel west generally paralleling the adjacent property BH-1 25 SM 21.3 line to the north until it connects into the delivery line to the city near the northwest corner of the settling pond. BH-2P 21-22 SM NP NP NP 35.9 h The delivery pipe to the city is estimated to be buried about 7 feet below grade. It Is anticipated the connection BH-3 22-23 CL 29 19 10 55.6 point for the pipe will extend the pipeline Into the adjacent property to the north to avoid a high spot in the pipe. BH-4P 251/z-26/ SM NP NP NP 39.5 E The outlet pipe is planned to be 20-to 24-inch ductile iron pipe,polywrapped for corrosion protection, n oo u It Is planned to connect the Inlet pipe from the city's return pipeline near the northwest comer of the settling pond Summary of Consolidation Test Data o' E and travel east along the toe of the berm until It connects to the tank on the southwest side of the tank. It is anticipated that temporary shoring will be required to install the line to avoid problems with the adjacent settling m p 7 9 Dry Moist % o pond and solids drying bed. The tank will also contain an overflow that will connect to the outlet pipe and drain to a Moisture Unit Unit Collapse w sump pit. The sump pit will be located between the solids drying beds and the settling pond. More detailed a recommendations related to piping and temporary shoring are presented later in this report. Depth ASTM Content Weigh[ Weight at o Boringfeet Symbol j•%Z (pcfl (pcf) (psf)f) Consolidation d1 at 2,000 psf E o 0���� BH-2P 21-22 SM 19.3 101.3 120.9 0.03 4.6 BH-3 22-23 CL 21.2 94.6 114.7 0.15 3.2 m W ,o f i- 8. General Recommendations BH-4P 25Vz-26r/z SM 17.7 98.9 116.4 0.10 5.0 U ¢ m -- w `E o- o *Excluding the%collapse. O o H w o o z Basis of Recommendations.The analyses and recommendations submitted in this report are based upon the data aim o.maxvQ obtained from the borings performed at the locations indicated on the sketch. Often,variations occur between these borings,the nature and extent of which do not become evident until additional exploration or construction Is conducted. A reevaluation of the recommendations In this report should be made after performing on-site Summary of Corrosion Tests observations during construction to note the characteristics of any variations. The variations may result In additional foundation costs,and it is suggested a contingency be provided for this purpose. It is recommended SK Geotechnical be retained to perform the observation and testing program for the site preparation phase of this Depth Resistivity Conductivity Marble Sulfates project. This will allow correlation of the soil conditions encountered during construction to the borings,and will Boring feet (ohm/cm) (mmhos/cm) pH pH LZ provide continuity of professional responsibility. BH-2P 15 3,380 0.296 7.64 8.06 ND* BH-4P 25 5,600 0.179 7.90 8.13 ND - Review of Design.This report is based on the design of the proposed structure as related to us for preparation of BH-4P 251/z-26W NT** NT NT NT 0.0052 this report. It Is recommended we be retained to review the geotechnical aspects of the designs and specifications. NH-5 10 NT NT NT NT 0.0008 _ With the review,we will evaluate whether changes In design have affected the validity of the recommendations,and whether our recommendations have been correctly Interpreted and implemented In the design and specifications. *ND=Sulfates not detectible to Energy Laboratories detection limit of 0.01 percent by weight. - Groundwater Fluctuations.Water level observations were obtained in the borings at the times and under the **NT=Samples not tested conditions stated on the logs. These data were Interpreted in the text of this report. The period of observation was J mo a relatively short,and fluctuation In the groundwater level may occur due to rainfall,flooding,irrigation,spring thaw, O drainage,and other seasonal and annual factors not evident at the time the observations were made. Design See attached Log of Boring sheets for more detailed soil and groundwater information. x z Q m drawings and specifications and construction planning should recognize the possibility of fluctuations. > N 03 Qz Use of Report.This report is for the exclusive use of Robert Peccia&Associates and other members of the design C9 < v team to design the proposed structure and prepare construction documents. In the absence of our written approval, we make no representation and assume no responsibility to other parties regarding this report. The data,analyses O0 ui r and recommendations may not be appropriate for other structures or purposes. We recommend parties =z z contemplating other structures or purposes contact us. f J = u Level of Care.Services performed by SK Geotechnical Corporation personnel for this project have been conducted with that level of care and skill ordinarily exercised by members of the profession currently practicing in this area J Z under similar budget and time restraints. No warranty,expressed or Implied,is made. U "z O 1 � r- 2 Q aI W J L O (n Oj R N W W C7 oucwu.ocnnvxrs scuveo.wvsicum er nx:wFm oacwus oxxomm�rsxcrmrnwrrncunio+�.uromca o e � m 10 Boring Location Sketch 5 = m n H w m I O m m O T p O Z ¢ 3 ZU ¢ w w o w ¢ o n ¢ ¢ ¢ ` / \ i 10 2 C ¢ M N EF1•• .IFF-t iP E o O p N o w uo�� w o W_ CL O o w� �¢ O ¢Z� w ZO^ - JO(m7 W =Z m Ja u Nm 0 o CO =F U j w t o • J to W W W C7 ORIGINAL WNAONR3TA54EGANUSIu'Hm BY ET'GpIEFA GRIGINALS ON NHDM1�I ATSK GG9IEClINIGLLOLLt➢<I%S si<OtA� 11. Tank Foundations and Floor Slabs 12. Inlet and Outlet Pipe and Utility 14. Wall Drainage Systemto m m Geotechnical Recommendations Design Information,Anticipated Foundation Loads: We recommend Installing a wall drainage system to relieve excess o = 0 ,n n Perimeter wall footing pressure <4,000 psf hydrostatic pressure buildup against the tank walls and to collect any w o 1 Anticipated Subgrade: Lean clay,silty sand,and very dense silty gravel o N Interior column footing pressure <4,300 psf seepage or leaks from tank walls. This system can be comprised of a section :2 with sand and cobbles. of compacted clean Structural Backfill extending a minimum of 5 feet beyond > > n Finished floor grade 5182.0 P g y o m m o Maximum water pressure on floor <1,250 psf,assumes max water perimeter footings extending up vertically from the tank foundation to the y o o "z Anticipated Backfill: Soils excavated for the piping. We anticipate lean round surface. Beyond 5 feet,on-site soils can be used provided m W W w r depth of 20 feet clay,silty sand,and silty gravel with sand and cobbles. g y p z i � — w unsuitable,deleterious,and oversize(greater than 4 inches)materials are W w Building Pad Preparation: Remove loose silty sand,clayey sand,and soft removed. A detail for this system is presented in the Tank Foundation and M ¢ w ~¢ o: w w w to medium lean day from beneath building footings and slabs to a uniform Corrosive Soils: Possibly,gravels and sands have law corrosion potential, Floor Slab Detail-Clean Structural Wall Backfill. o n. ¢ o a ¢ ¢ ¢ elevation of 5175.0 in accordance with the Tank Foundation and Floor Slab however,clays have higher corrosion potential. Detail. This material is not so liable for direct foundation support. Therefore, Corrosion Protection: Due to variability of soil de An alternate wall drainage system can also be comprised of synthetic wall we recommend it be wasted and replaced with compacted imported polywrapping pipe to protect against corrosion as wellll as as s surrounding recommend ductile drainage panels extending the entire wall height and surrounding the entire Structural Backfill. We recommend installing a seepage collection system tank wall face. The panels should be tied into the seepage collection system beneath slab in accordance with the Tank Foundation and Floor Slab Detail. frog pipe with bedding. If stray electrical currents are a concern,then the pipe should also he grounded. to collect and remove drainage. For the system,the on-site soils can be reused as compacted backfill provided unsuitable,deleterious,and oversize Anticipated Subgrade: Compacted Structural Backfill over silty sand with Type 1 Bedding: Yes,in accordance with MPW55 Section 02221. material(greater than 4 inches)are removed. A detail for the system is gravel and silty gravel with sand. presented in the Tank Foundation and Floor Slab Detail-Synthetic Drainage Type 2 Bedding: No,anticipate trench subgrade will generally be stable. Panels. Bearing Depth(see structural drawings for specific elevations): Recommend providing a limited quantity of Type 2 bedding in the project Tank will have a bottom-of-perimeter foundation elevation of 5180.5,which E documents so a bid price is available in the event softer/looser soils are will result in a bury depth of about 23 1/2 feet below finished grades. encountered that require Type 2 bedding. oo N 15. Backfill Material Requirements a m Bearing Pressure: E ' Trench Backfill: On-site Bolls that are excavated From the trench can he Up to 4,300 psf for interior column footings used as backfill above bedding,however,any cobbles or boulders greater Percent Passing o Up to 4,100 psf for perimeter wall footings than 4 Inches In diameter will need to be screened and wasted. It Is difficult 3-inch 3-inch o Up to 1,500 psf for distributed floor loads to fully compact poorly graded gravel with sand containing gravel particles minus minus CLEAN All bearing pressures include a minimum FOS of 3.0 against bearing capacity great than 4 Inches in diameter. Structural Structural �w rt-6 c failure. Sieve size Backfill Backfill a O o w 3 Low Permeability Trench Backfill Plugs: Install trench plugs along Water 3" 10 E�0 100 u-�'n o N Settlement and Heave: Up to 1/2 Inch total and 1/4 Inch differential per and line about 5 to 10 feet outside tank,then every 200 feet to the main No.4 25-60 25-60 F-go - w e o i^ 50 feet. Does not Include seismic Induced settlement. line. Install In accordance with MPWSS Section 02222. No.200 <12 <5 In t=o ¢ Floor Slabs: Plasticity Index <6 Nonplastic O o W o Temporary Shoring: Final shoring design will be provided by the cc cc Subgrade: Compacted Structural Backfill having a minimum of 6 inches of contractor based on their available equipment,past experience,and o_3 m° o_Ma=a crushed gravel leveling course directly beneath the floor slab. preferred approach. All shoring to be designed by a licensed Professional Subgrade Modulus: 300 pci Engineer In Montana. 16. Clean Crushed Base Course Requirements _. Concrete: Use cement meeting ASTM C 150 Type II requirements. _ Sieve Size Percent Passing Coefficient of Friction between structural Backfill and Slab: 0.55'r 3/4- 100 ;Design parameter based on cast-In-place floor slab and does not include 13• Seepage Collection System No.4 40-70 FOS. Appropriate FOS should be provided to limit movement. No.10 25-55 Install seepage collection system beneath tank to catch seepage and/or leaks No.200 <5 from the tank. We recommend a leak detection system be Installed to alert Plasticity Index Nonplastic of leaks to be promptly repaired. The final design of the seepage collection system should be determined by the tank manufacturer/designer. We Modified from MPWSS Section 02235 recommend placing an impermeable liner across the entire tank area extending a minimum of 5 feet beyond perimeter foundation edges. We recommend providing clean 3/4-Inch minus crushed gravel base course directly over the Impermeable liner. The Structural Backfill beneath the 17. Backfill Compaction g crushed base course and Impermeable liner should be crowned at the center of the tank deck and slope down toward the perimeter of the tank at a Backfill Exterior Trench =t z¢m minimum slope of 1 percent. Seepage should be collected in perimeter below Tank Tank Backfill in Backfill w W Q`7 perforated drain pipes and routed to a sump and pumped out and away from Foundations Wall Landscape Above p <Z the tank. Parameter/Material and Slabs Backfill Areas Bedding W z o v Minimum compaction, standard Proctor 100% 98% 98% 98% oZ w a Moisture,%of optimum t2% 12% f2% f2% Z " :3o J a n. u°ma J 0 0 Z F 1 W J O L rr�� OW �• 1 d C7 `// oMGGGV.DO["UI4ln3STAS@EDAHOSG DaYiNriGmly ONGRLU50NREl MATSK4FDlMlLYM.U.BIlIMGs.­ m o 18. Seismic Design Considerations 20. Construction 2012 IBC Site Class: Stiff Soil Profile,Site Class D Dewatering: Groundwater was encountered In Bodng BH-1 at a depth of 55.2 feet. We antidpate groundwater c = N N n levels could Fluctuate 5 feet or more from observed levels. Borings BH-2P,BH-4P,and BH-7P were completed as o o N Seismic Design Category: Category IV,per drawings piezometers. These were left In place for others to monitor in the future. Based on the observed levels and M anticipated fluctuations,we do not anticipate groundwater will affect the proposed construction. o m m n d Mapped 5a/a Damped Spectral Response Acceleration at Short Period,SMs: SMs=0.879g y o p z OSHA Soil Type: All earthwork and construction should be performed In accordance with OSHA guidelines. m w a v Mapped 5/Damped Spectral Response Acceleration at Period of 1 second,SHr: Snr=0.417g Excavations deeper than 20 feet need to be evaluated and approved by a registered professional engineer. ¢ Qa w ui w All Soils: Type C UJ 2 ¢ w ¢ cc w w w Design 50/6 Damped Spectral Response Acceleration at Short Period,Sol: Sos=D.586g o e- ¢ 23 o. Cc ¢ ¢ Observations: Recommend special inspection of tank footing and Floor subgrades. Also,observe water line Design 50/a Damped Spectral Response Acceleration at Short Period,Sor: Sor=0.278g subgrades to confirm stable conditions. Long Period Transition Period,Tc(sec): Tr=6 seconds Concrete Testing: In accordance with project specifications:slump,air content,temperature,and compressive strength cylinders. Liquefaction: Our analysis Indicates liquefaction Induced settlement will not occur based on anticipated seismic forces and groundwater conditions. However,we estimate seismic Induced settlement up to 1/4 Inch could occur, Compaction Testing: Fill and backfill beneath tank footings and slabs. It is critical the Structural Backfill and clean assuming the foundations and floor slabs are uniformly loaded during a seismic event. We recommend tank Crushed Base Course beneath tank footings and slabs be placed In lifts not exceeding 8 Inches uncompacted w manufacturer and owner review this and determine if it is acceptable. If not,modifications to the tank design will he thickness and compacted to 100 percent(ASTM D 698). We recommend a minimum of Five compaction tests per lift, required. i.e.,testing on a full-time basis. Exterior foundation wall backfill as well as trench backfill above bedding should also u be tested. We recommend one compaction test per every 2 feet(vertical)of backfill every 200 linear feet. E M Surface Water Drainage: Provide throughout construction to avoid saturation and pending water on exposed o construction delays. E 19. Lateral Earth Pressure Parameters subgrades,which can cause excessively soft areas(pumping and rutting)and m n o a Static Lateral Earth Pressure Parameters Cold Weather Construction: No fill or backfill should be placed on frozen soils. No frozen soils should be used as a fill or backfill. Remove all snow or Ice from cut and fill areas prior to additional grading. c a m a < o c Compacted `c 0 o Com acted o.°3 Clean P E� u_6o co Structural On-Site Parameter Backfill S F— m c w o o� oils Moist unit weight,pcF 140 120 W o ¢o'm om Friction ctlan angle,deg 36 29 o o_JN to uz Active fluid pressure(psf/R) 40 plus 0.31 times surcharge load 50 plus 0.31 times surcharge load cc o cc Cc o At-rest fluid Pressure(psf/ft) 60 plus 0.5 times surcharge load 70 plus 0.5 times surcharge load a 3 co o:a.2 Q Passive Fluid Pressure(psf/ft) 540 plus 5.8 times surcharge load 350 plus 5.8 times surcharge load Downward Drag Coefficient of Backfill on Wall 0.40* 0.30** Note: Design parameters indicated above do not include FOS. Appropriate FOS should be provided to limit a movement *Coefficient in coefficient of friction between compacted clean structural backfill and a formed concrete wall. **Coefficient In coefficient of friction between compacted on-site soils and a formed concrete wall. Seismic Earth Pressure Parameters Method of Analysis: Mononobe-Okabe General Wedge Earthquake Analysis J m Material Type: a 0 Clean Structural Backfill On-Site Soils O wzz. Depth Pressure Depth Pressure w: ¢ ~O ¢ze (feet) sf feet (psf) w 0 zoo 0 229 0 268 (J < `a 23 57 23 67 vie s =Z di Note: Design parameters do not Include FOS. Assumes tank floor 6 inches thick. Pressures will act in addition to U) z the active pressures indicated above. We have assumed the tank walls will yield sufficiently to fully activate the wm a active earth pressure conditions. We estimate the wall will need to move 1/4 inch horizontally to fully develop the active earth pressure condition. If horizontal deflection less than 1/4 inch,then the at-rest earth pressure should be used. J Q Z U Z O t x U j W L O J ,rt fn W Lu , V7 w (3 aAIGaIAL DONAmnS STNPF➢ANII SIGNm aY WGaaFA aRIGMAL:g4KEr1�Ka AT SK GFATEIIaa(ALa¢t➢!G;}rramCE 21. Tank Foundation and Floor Slab Detail-Clean Structural Wall Backfill = a w .`- u O V) M I 2 p m m p Z 3 -U Q W W Q 2 W Q Q W W W p o ¢ p 0- ¢ ¢ ¢ Tank Raof Elev=5205.0 Dminag Swale •.i.: ....+.': ....., ...,.,..,•..... .: ;.y.,:y. R shed odes -_� Exi$Bm Gall G Fn 2% Gade .. 21 min.slo e ��2%min.sloe M.%Water Level=5202.0 Existin Grade - Interlmr columns Per ON Tank Design,typ• c Compaced Clean Compacted Clew m Compacted SR min,typ. Structural earkfill l Structural Backfill o M on-site soils Tank Area m on spatted e o Excavation sla pli per Compacted -its soils o N rp Rushed Inch OSHA guidelines, Inus[cosheded base p• excav 11—over 20 R course. x deep require design and 'minimum SR min,typ. o dl M approval by a licensed co p O o pmfesslonal engineer. .:,.. ,,.,..... =102.0 P.P.Elev. s E LL Georynthetic o m Georyn[heUc filter —s'. Ica er+Ia iv t^A"'"' maam i rss filter fabric F m c W o: .. .. s W F a a co o fabric Compacted StructuralE 0-t 6'Perforated Drain Pipe Backfill 6'Perforated Drain Pipe ¢0 m Q o O m Z Clean crushed Base Course, Uniform Subexcavatiun Elev=5175.0 Clean Crushed Base Course, n' d W cL=Q Compact to 100 percent of Compact to 100 percent of standard Proctor(ASTM D69B). standard Proctor(ASTM D698). _ - Native silty sand with gavel Native silty sand with gavel Impermeable.Li ner or silty gavel with sand or silty gavel with sand Subexcavate loose silty sand,lean clay,and clayey sand down to a uniform elevation of 5175.0 from beneath building foundations and slabs on oversize shown above down to medlum dense to dense silty sand with gavel or silty gavels.Scarify an moBture condition subgrade to a moisture content near optimum and recmmp.U. Replace-b—ated soils with Structural Backfill compacted to 100 percent of standard Proctor(ASTM D 698). J a g U .- 2 tt W umi m O QZm O OV w F O Z2 v 2JZ O J2 U Nf0 J CO U ZO Z F S W—i L O R O LU W C• I co gA1Gp1AL mGCIR@rS SEAMPiDA}m SIGRm pY EHGnlEF]L mRiGMA1SGNIG:fuM ATSK GEDTil]INICALBLLLG(G;NTOfT10E. m o 22. Tank Foundation and Floor Slab Detail-Synthetic Drainage Panels m N 2 y1 M I O m m O ob p p \Z Z ¢ 3 N U a Q W W Drainage Swale fY 2 W Q cc W W W Existing Grade p a re p a ¢ M IC Tank Roof Elev.=5205.0 Fnished Grade .�.: . . :'� •.:'.: •1.;..�..... %. 2%min.slo Finished sl0 e Max Water Level=5202.0 ' Exi5u. Grade Interior columns Per DN Tank Design,typ. Synthetic Wall Wall compacted Drainage Panel Drainage Panel E On-site soils Tank Area o M 7 on-sit. Compacted - `\ -Re sells Excavation slope per Oaln Aggregate Dam Aggregate01 OSHA guidelines, minimum b-o Q u,.o excavations over 20 ft Geosynthetic o n deep require design and Gees nthetic F.F.Elev.=5182.0 ` `e+- 6C"dM c o Y filter fabric O o rt 3 approval by a licensed filter Fabric •' ` N C 1'' sto a to erarn i e Iv rro-� u%�professional engineer. t.i' 1w coin. �� Compacted S[Ndual (~j F p cc 6'Perforated Dain Pipe Barkfill W `o OL O m Z Unlfartn SubezUvation Elev=5175,0 6'Perforated Drain Pipe 'p N W.o Clean Crushed Base Course, a t i m d r a.M Q Compact to 100 percent of standard Proctor(ASTM 13698). Native silty sand with gavel Native silty sand with gavet r silty gravel with sand or silty gavel with sand Clean Crushed Base Course, Impermeable Uner o Compact to 100 percent of standard Proctor(ASTM 0698). Subexcavate lapse silty sand,lean day,and dayey sand down to a uniform elevation of 5175.0 from beneath building foundations and slabs on oversize shown above dawn to medium dense to dense silty sand with gavel or silty gavels.Scarify an moisture condition subgade to a moisture content near optimum and recumpact. Replace subexcavated sails with Structural Backfill compacted to 100 percent of standard Proctor(ASTM D 698). Drainage Aggregate Requirements z; j vm o V Zm Sieve Size Percent Passing W W Za . 1" 100 w Zzo� 3/4" 90 - 100 " <O— 3/8" 20-55 0Zw No.4 5 - 10 o No. 8 0 -5 l �ma Plasticity Nonplastic J 00 =Q W J L O W r t� (W7 V oxtcwnt.oocusW+rs sT.U"m nxo sc�vm av r:cwerx oumrws ouumaonrsKcemcvoncu.eainras,r.rt om� GEOTECHNICAL GEOTECHNICAL 25ti Holman Avenue Descriptive Terminology P.Q.Box 80190 LOG OF BORING ellrmgs,M759108-0190 Phone;ba6.652.3930 - PROJECT: 15-33980 BORING: B("�-1 Standard D-'2487 Particle Size Identification GEOTECHNICAL EVALUATLON LOCATION: Classlficiallonof Solis for Engineering Purposes Boulders._.: .-.overlT Water Treatment Plant Improvements At staked location,see Boring Location (Unlf(ed Sell Clas5if(catlon System) cobbles .-3•to IX Bozeman,Montana Sketch. !� Gravel N:496365.26;E: 1579036.17 soil elaviflcrilod t0!Se UVIo3• T,ltdAaf r.AsalpNnp GroupSyrlibolaand'Grdup Names Udnp LWora(ory croup cnup Nuns• Sand N6.41g 3/4` DRILLED BY: M.Luce METHOD: 3114"BSA-Antomltic DATE: 10/20/15 SC ll,B: 1"=4' s eol coarse........ ..No.4 to No.16 Man,1.th a ha.6% ibanats sa cw wall nand nva medium..... No.iO.lo No.40' Elev. Depth Symbol Description of Materials BPF WLV Remarks o P Yn P Moam.n t aumsx . a MC < C.4'4amu0rt>cc>3 QP Pooeygna.a➢nrel - 520_.5 0.0 rO 6o%oF nn•r fine ..._. No.40lo No_200 5 Ce•tre flee. tlrarala MN .mnn;glossary.,MLorMH GM SillynY,l• sg[- ...:..No.200to..005'mm 3"l0 soil OVeT IJ-AN CLAY,law to medium W GPNad f non Finn Clay - ..._...less lhan.005 arm ! p• Tank Roof=52050 m stile rtflbeA Mon than Fineeelualryu CL orCN: GC cl.yayvnnla�°r" Relative Density of CL plasticity,trace roots and coal flecks,dark brown, 14 13.3 4= Mar, on No:b 129t Rns,a moist to rather dry,still.(Alluvium) ID may .1- Coheslonless Solis, 2035 2.0 grace sand Boringsurfau: sox Sena, 'Gl an Sands >_6and1 cc<-3 sW Well gnd,cf d very.loose:,. Qto4 BPF - - - ----1 1' S2 etain.d 60xor- L,erhgnax' ry t6 indlorty C<>dE -9P Poody gndedtrandl loose - 5to 10 BPF j` LEAN CLAY wit SAND,low plasticity,trace - cleafions protdded by on No. ,non-or nnea° - - medium dense.......,,lf to 30 BPF FeOx,reddish brown,moist,medium to rather stiff. RPA. ir. Otrna 5dnd,wNh Fi ae[ar.l uMLorMH SM SII .ma dense ..., ..3.t.t➢.50BPF (Alluvial Fan Deposits) :[aw r coon CL Fln,• very.nee... .loverosivo BPF DI A Mora man Fl esaa„Iync4ercH sc eLyey.aneaal Cdnslsleney of Collaslva Soils % -actions sands T 10.4 Ih 72%aner° I r very soft o to 1 BPF Fine- allh.nd PI T napl la a*bore"A^ CL Lan<laya•4• soft 2to3BPF $199.D 6. Gnlned days' Inorganic a" rathersolt 4 to5 BPF ------ ------ - -------- son:. LIV 1p PI<4 or plotshttorOV IG, ML sat medium .. B to 8 BPF r S[LTY SAND with ORAVEG fne-ro LInIt M.e Liquid halt dWad Y'0.T5' OL W cda ' whersu8 9to I2 BPF coarse-grained,trace FeOx and clays,reddish 16 1.0 6%° th"n6U Organic tiquld1fin l n°tdri•d' onian�tang"'!O- g 131016 BPF brown,moist,loose to medium dense.(Alluvial Fan 'Pin.. ' gift and Inorpanie PI Iola Ono' b "A"Ilne QH Ft la very suit.:......- 17te30BPF d. Deposits) Clays PI IOle below:A^Ilse MH Elastic sla ""'" th,No. hard..........................:..over 30 BPF 200 mesda.or or➢aisle uewa nmu-bven ed.e<:0.76. off o,,,n��������e Moisture tonteht(MC) .I•r. m°� uqula isms-notnded; orp,nic,ni:• Description. SM - s 9'3 •qp=pocket Highlyomanle.Salls PdmMlyoraanl6 ma{ler�4vk In cblprlNl Pi Polar rather dry MC less than 5%,abdenie - penetrometer estinlale nit*der Mmoislure,dusty oCumm�fined A :Baad On ma nuttiel raising thus^p6.mm) 'G' Tint.charity ad CL4AL,Use tluM symbol GGGM air moist Me below dpdnum,but no compressive strength, a I.M. 'hc$'S visiblewater b Did pl -tar o d obblab t4 or H. air. v: rgaN@gdtl Vill Satanic flat.-to group � ���' 21 3.6 tons per square foot. wet Md ever optimum,visible Oath did Ntlh cobbles fb pld,rp rn m.Ic hams `"� c '.onw;'am L a IIOon1,i'rL 76x'prn l,_Ud ry4lh.pra'sl"(0 free W4ter,lypicaly bebvi 5192.0 13. _ ___ _- naurrawhhsmtzxnnairaq°ir:'en.laymbol¢ greupnama. wateriable CLAAEYSANI)wit111ensesofsiltysand,slightly 'swan walldYACad➢r,Vai Wlih silt J I(Aaerbarg limas Pl°tin harchad area,0011 lax CL saturated Clays04svRre MCover GW4!e wriisrad,dpnvalWilkclay ML,,IIIycla. moist, fine.toroarseeFainDeImcegravel, rown, r optimum moist,loose. Alluvial Fan Deposits) s 9.7 .GP.GC .poopy,➢naed,aMV1IWhh.C!&y K Lrsonctn,wNh'i6lo�%-plus heNo.2opndomiam SC ( p0 th d 'GP-GC p0onypnd•d tn'Velwlm eMy e"Vollvhn➢i'+Yel",Wni<h ar is pndominul4 eandswlih 6-lo lain e.roqulradual symbol¢: L e,oilcontaI-io0%pl..N 200 pndamtnanly swsc .4 gand d.and641ne1.y d, dd' dp l g- p Drilling Notes .SPZM P dy➢ d¢daamlyAu,,ht M Ir dl<onhl is0%pl N Mpndomin.nUy Standard penetration test borings were 5188.0 17. E 'I,Neo P m(Gradadnnd aAth-gay grav,lradd g uy to➢mpp, a. advanced byU.."or4%'ID hollowslem - -- ----- c, o'rou N PI e 4 and el at. b v#a line, SILTY SAND with GRAAVEL,fne-to F c< to 'ta, Qw G Pi<4 oral t b 1 w:All a. augers,unless noted othelvAse.standard f 1 coarse-grained,trace FeOx,lenses of city,reddish Iraoll tOnhFc i l6xsv,d,.add'YAlhaand'F° p Pl prole be abevl^A^anE. penetration On test borings,plitngsare designated by �➢nup name Q Pl plot;beleyr^A^ant. the preOX'sT'(spHtube).Hand auger brown,moist,medium dense.(Alluvial Fan uodngs.were-advanced manually Hith a 2 to SM { I Deposits) M @•diameter augerfolhedepths mdcaled. -Caw clay lenses 3.7 �•h•/ Handaugerbodngsarsindcatedbythe. y prelix HA.' l aso T "'�'-'{_-"{ Sampling.All samples waretalaut with the t w rb,au:ert_•ta. { 5183.0 22.5 _ __ nahar°rara'7-4 t, d66 standard teOD's Imlubasampler,except 6 w trin et=at3eL-:m 'S •6 where noted:D sin-tube sthin-hulled tube li S[LTYSAND,fine-to coarse-grained,trace gravel a, a ra•t's,.cr'u'-list f- :sampler CS indlcales CakrOmia tube and FLOX,reddish brown,moist,loose. (Alluvial Tank FF=5182.0 vlmtel•te;"!start' �� sample: FanDeposi(s) F, 'tr4a PSa osi.l-dl - i g , BPF.Numbers lfldCale blows per foot � SM T 9.6 LL=NP PIrNP,PI=NP recorded In standard penelmlion lest,also. Pis,=21.3% MH OH knavvnasVwIue The samplarwasset d 6'into undisturbed soil helmvihe'hollow- U� - 1 stem auger.Drivalg resishcesn were then ` is ' iounledforsecond addthiM6"Ncremenls $175.0 27. _ _ _______ MLM,.OL, and added to get SPF,lMfert they differed 8 '.:.1 SILTY SAND with GRAVEL,-fine-to sighthcantly,they were separated by o coarse-grained,trace FeOx,reddish brown,moist, a. Ta ee so rm 1 backslash(/):In ve y.den;elhard strata,the dense.(Alluvial Fan Deposits) LIgU10 L1°M ITT tLt.1 depth driven to 50 bi Indicated. ,i ) �11 5.4 WH.WHlndicales_thesamplerpenetrated " = Laboratory Tests soil underweight ofhammerand rods DD Drydi nsity,pcf OC Organic wnrent,% LL Liquid Limit alone;driving not required. WO Weldensgy;pcf Pat%passing 200 Wave PL Plastic Limit qu. .tInconined compressive strength,psf Pi Plasticity Index m I5-33980 BH-1 page I o1`3 qp :Pocket penetrometer strength,Isf MC Natural moisture content,% ntmINAL WNMFM,bTPAgEPANnsI°M:n 0Y EnpllfEaL ORWMAL,mIREC°Rg Ar SK°E°TEq,MCAL eILLINe;art OrFiCE GEOTECHNICAL zsu namanavenue GEOTECHNICAL zsu nolman venue 800190 LOG OF BORING P.O.MR 80190 LOG OF BORING aaRn9r;Mr 59308-I Bllangs,t4T 59108-m90 Phone:406.652.3930 Phone:406.652.3930 _ Fax PROJECT: 15-3398G BORING: BH-'I (cont.) PROJECT: 15-33980 BORQ9G: BH-2P GEOTECHNICAL EVALUATION LOCATION: GEOTECHNICAL EVALUATION LOCATION: Water Treatment Plant improvements At slaked location,see Boring Location Water Treatment Plant Improvements See Boring Location Sketch. Bozeman,Montana Sketch. Bozeman,Montana N:496365.29;E: 1578926.94 N:496365.26;E: 1579036.17 DRILLED BY: M.Luce METNOD: 3 1/4"NSA,Automatic DATE: 10/20115 SCALE: 1"=4' DRILLRD DY: Ni.Luce NIFFHOD: 3 1/4"ESA-Autormtic DATE: 10/2V15 SCALE: V Elev. Depth Symbol Description of Materials BPF WL qp I Remarks Elev. Depth Symbol Description of Materials BPF WL qp I Remarks 5173.5 32.0 MC 5202.3 0.0 MC °i 173.0 32.5 SILTY SAND with GRAVEL continued 9"topsoil over LEAN CLAY,low plasticity,trace v SILTY SAIVD,fine-to coarse-grained,trace gavels, roots,sand,and FeOx,blwn,rather dry to moist, Is m.a 4i FeOx,and coal flecks,lenses of clay,reddish brown, very still (Alluvium) SM moist,medium dense.(Alluvial Fan Deposits) CL I9 us +_ 1a 6.a 51G9.0 36. _ ___ 5197.8 4. POORLY GRAllED G]tAVEL will]SILT and 5197.3 5 S SILTY SAND,fuse-to coarse-grained,trace FeOx, r 218 1 Added water to help brown moist,loose.(Alluvial Fan Deposits)____I SAND,fine-to coarse-graincd,brown,moist, • _ _ medium dense.(Older Alluvial Fan Deposits) with caning'and CL LEAN CLAY with SAND,low plashcity,trace drilling. 5195.3 7.0 FeOx,lenses of sand,brown,moist,medium. (Alluvium GP �----'�--------------------3 a 7s GM 29 5.s S)LTl'SAND with seanu of lean clay,fine-to coarse-grained,[race FcOx,reddish brown,moist, SM loose to medium]dense.(Alluvial Fan Deposits) 51G3.0 42. 20.a Little hard drilling at FOOI2LYGRADF.DGRAVELwth-cEW, 5191.3 I1.0 _ ____ _ __ _ 10' SAND,and COBBLES,slightly plastic,fine-to v SILTY SAND,fine-to comse-gramedI trace gavels, coarse-grained,brows]to black,moist,dense to very FcOx,and coal flecks,brown,moist,medium dense. dense.(Older Alluvial Fan Deposits) SM (Alluvial Fan Deposits) I9 3.3 +1 l'J 51883 14.0 ____ GP LEAN CLAY with seaiT _S1FysFw4low GC' plasticity,trace FeOx,brown to reddish brown, 5 21.2 V. CL moist,rather soft.(Alluvial Fan Deposits) �_. �'- 16.8 No recovery,likely on 84.8 17. ___ _-- 155.5 50.0 _ 3u5 y boulder SILTY SAND wIIhseams of leaaclay,tine-to CLAYEYGRAVELwithSANDantiCOBB Egg, Very hard drilling at r:.; coarsGgrained,trace FeOx,reddish brown,moist, -, low plasticity,tram coal flecks,reddish brown, NY loose. (Alluvial Fan Deposits) g•, moist to wet,dense to very dense.(Older Alluvial LL=NP,PL=NP,PI=NP r'{\ Fan Deposits) a r3.o P 35.9p% V r SM = Tank FF=5182.0 TV 19.3Uj 4.4 r n a 71 Q An open triangle in the ? C•`'. v water level(WL) .-5178.3 24.0 :.;,f _ ____ _ __ __ column indicates the SILTY SAND,fine-to coarse-grained,trace FeOx, s dcpdr al which few gravels,reddish brown,moist,medium dense. 16 7A groundwater was first = ? (Alluvial Fan Deposits) observed while 5 drilling. 2 �i SM R 6i 6a 0 F � 5171. 331.0 _ - - GM S1LTY GRAVEL with SAND and C013BLLS,fuie- 0 - 15-3398G 1311-1 paae2 aC3 m U'-J398G BH-31' paga 1 u12 ORta1HALDONAIENTS STAFPFDANaSinREn RYENOINEEA ORIOIHAISON R![ORn ATSR aIOTP�IMI•AL&WIR)4Afr REME GEOTECHNICAL zsu Holman a�aDNe GEOTECHNICAL 111111 0.Bo 80190 P.°.Box 80190 LOG OF BORING P.°.Box Ba190 LOG OF BORING Billings,MT 59108 0190 ellPD MT 59108-0190 Phone:406.652.3930 Phone:406.652.3930 PROJECT: 15-3398G BORING: BH-2P (cont.) PROJECT: 15-3398G BORING: BH-3 GEOTECHNICAL EVALUATION LOCATION: GEOTECHNICAL EVALUATION LOCATION: Water Treatment Plant Improvements See Boring Location Sketch. Water Treatment Plant Improvements See Boring Location Sketch: Bozeman,Montana N:496365.29;E: 1578926.84 Bozeman,Montano N:496174.60;E: 1579036.19 DRILLED BY: M.Luce AIETBOD: 3 1/4"HSA,Mtonwtic DATE: 10.122115 SCALE: I"=4' DRILLED BY; M.Luce NIFITIOD: 3 1/4"HSA.Automatic DATE: 10/22/15 SCALL: V Elev. Depth Symbol Description of Materials BPF WL qp Remarks Elev. Depth Symbol Description of Materials BPF WL qp Remarks 5170.3 32.0 MC 5202.9 0.0 MC 3 to coarse-grained,blown to gray,moist,dense to I I"topsoil over LEAN CLAY,low plasticity,trace v m very dense-(Older Alluvial Fan Deposits) sand and roots,dark brown to black,moist,rather 9 17.8 4 e t _ stiffto very stif.(Alluvium) CL m /, 21 11.6 3B 2.5 5199.4 3. _ L CL EAN AY wills sean3ssilty sated,low plasticity, trace FeOx,reddish brown,moist,medium to rather - -few bigger cobbles stiff.(Alluvial Fan Deposits) 6 20.4 IM 1- CL !� 9 168 ' 5161.8 s3 a.9 END OF BORING 5193.4 9. _---__ Water not observed with 39'ofbollow-stem auger in SM ;i.a SILTY SAND with GRAVEL,fine-to 21 1.8 the ground. 19L9 I1.(1 `%'t coarse-grained,trace FeOx and clays,reddish brown,moist,I m use. (Alluvial Fan l 1"PVC piezoineter installed in boring. SC l 1Dpposits) __ _� 5190.4 12. CLAYEY SAND,sIiEJlTtolowplasticity,-ftfine-to Is 47 Water not observed when measured on 10232015, 5189.4 13. SM tcoarsc-grained,trace gavel,brown,moist,medium11 '�' Idense. (Alluvial Pall eposits)-- _ V I SILTY SAND,fine-to cuarse-tguined,tole gravels, Ilbrolvn,moist,medium dense.(Alluvial Fan I $ 32.8 ; CL i�.; [Deposits)_-_ _ _ SANDY LEAN CLAY,low plasticih5 Luues of sT]ty sand,browil,wet,rather soft.(Alluvial Fan 5185.4 17.5 Deposits) ______________ 1r' SILTY SAND,fine-to coarse-grained,lenses of T :. Icon clay,brown,moist,loose to medium dense. (Alluvial Fan Deposits) O SM t 10 I1.7 l:'; i' Tank FF=3182.0 5180.9 22.0 _ _ a N 5179.4 23. CL / to wetD,soft to medium (Alluvial l Faty,D P� �Dist m, 21, LL=29,PL=19,P1=10 1 1 1 ? ''+ STL•IY SAND,find-Tccoarse-grained,Teoses of 1 lean clay,brown,moist,loose to medium dense. (Alluvia[Fan Deposits) 1s 9n SM '? 0 5175.4 27. ` f=i SILTY SAND with GRAVEL,fine-to 0 o t coarse-grained,trace FeOx,lenses of Lean Clay, s reddish browin,moist,medium dense.(Alluvial Fan 3 SNl i..,2)J Deposits) 28 4.8 m 15-3393G m1.21' page 2 of2 m I5-339RG Bel-3 page I oft ORIGINAL OONMEMs siAFPEDANOEIONED Rl'G'GINEFA DNDINALR WI RECORD ATEA OEoiECN.YiCAL RILLINGS.hn CiFI@ GEOTECHNICAL zsuxoananavenue GEDTECFINIGAL Box LOG OF BORING P.0.Bax 80190 LOG O F BORING P.O.Box 80190 BIIF�gs,MT 59108.0190 mlMgs,M7 5910a-OI90 Phone:406,652.3930 Phone:406.652.3930 PROJECT: 15-3398G BORING: BH-3 (cont.) PROJECT: 15-33980 BORING: BH-413 GEO'I'ECIiNICAL EVALUATION LOCATION: GEOTECHNICAL EVALUATION LOCATION: Water Treatment Plant Improvements See Boring Location Sketch: Water Treatment Plant Improvements Sec Boring Location Sketch. Bozeman,Montana N:496474.60;E: 1579036.19 Bozeman,Montana N:496365.20;E: 1579145.53 DRILLED BY: M.Luce METHOD: 31/4"HSA,Automatic DATE: 10/22/15 SCALE: 1"=4' DRILLED BY: M.Luce METHOD: 31/4'HSA.Automalic DATE: IW21/15 SCALE: Elev. Depth Symbol Description of Materials BPF WL qp I Remarks Elev. Depth Symbol Description of Materials BPF WL qp I Remarks `o 5170.9 32.0 MC 5208.2 0.0 MC -' SILTY SAND with GRAVEL continued , 7"topsoil over LEAN CLAY with SAND,low 111(99 SM v 33.0 __ plasticity,trace gravel,dark brown,rather dry to Is 9.7 4. g S1LTY GRAVEL with SAND anJ COBiaLPS,f ne- moisk very stiff.(Alluvium) -� to coarse-grained,brown to gray,moist,dense. CL (Older Alluvial Fan Deposits) 1s e2 Tank Roof=5205.0 203.7 4. ___ _ __ SILTY SAND,find to coarse-grained,trace gravel 9 4•1 and FcOx,scams of clay,reddish brown to brown, moist,loose to medium dense.(Alluvial pan Deposits) GM 7 32.1 32 8.8 TV 9 10.9 15 12.3 5157.4 45. Js J.9 SM END OF BORING Water not observed with 44'of hollow-stem auger in the ground. Water not observed to dry cave-in depth of 22' immediately after withdrawal of auger. Boring then backfilled. 7 10.4 T__i h 185.7 22. _ w a `a SANDY LEAN GT.AY,low plasticity,vace F65, scams of Silty Sand,brown,moist to wet.rather soft. ( n u CL / (Alluvial FanDeposits) `J g182.7 25. __ _ __ s 21.9 V. SILTY SAND,with lenses of Clay,fine-to Tv 197 LL=NP,PL=NP,PI=NP S 5 SM coarse-grained,brown,moist to wet,loose. P„p 39.5 (Alluvial Fan Deposits) Tank FF=5182.0 m 180.7 27. t•-' p ) 'a SILTY SAND with GRAVEL,fim�to F'. coarse-grained,trace FeOx,reddish brown,moist, medium dense to denser(Alluvial Fan Deposits) 3 SMMO m a m15-3398G B11-3 page2ot2 m15-3398G nH-11' psgu nr'_ OAIOINALOOLIiMFHiSSfMYE0ANO510NFDaV FNOIH¢¢R.OAIaINAISONAECOROATSK O¢OiECIPTGLBIWHO;Mr KFICE �rl� `ddo GEOTECHNICAL 2511 Holman Avenue GEOTECHNICAL 2511 Holman Avenve P.o.BGR BB19a LOG OF BORING P.O.BGz 80190 LOG OF BORING Billings,MT 5910E-m90 Blllings,MT 59108-0190 Ph one:406.662.3930 Phone:406.652.3930 4 F PROJECT: 15-3398G BORING: BH-4P (cont.) PROJECT: 15-3398G BORING: BH-5 GEOTECHNICAL EVALUATION LOCATION: GEOTECHNICAL EVALUATION LOCATION: Water Treatment Plant Improvements See Boring Location Sketch. Water Treatment Plant Improvements See Boring Location Sketch. Bozeman,Montana N:496365.20;E: 1579145.53 Bozeman,Montana N:496255.9;E: 1579036.8 DRILLED BY: M.Luce METHOD: 3 1/4"BSA,Aum uric DATE: 10.121/15 SCALE: V=4' DRILLED BY: M.Luce METHOD: 3 114"HSA,Autonmlic DATE: 10/21/15 SCALE: V=IV Elev. Depth Symbol Description ofMalerials BPF WL qp I Remarks Elev. Depth Symbol Description of Materials BPF WL qp I Remarks 'o 5176.2 32.0 MC 5207.6 0.0 MC SILTY SAND with GRAVEL continued 4"topsoil over LEAN CLAY with SAND,low v - plasticity,trace gravel,brown,moist,stiff to very 21 8.5 4— CL r - stiff. (Alluvium) /, 14 7.0 Tank Roof=52050 l7 z7 5204.1 3. % lY/I!Ilil1!!lI/ll - SILTY SAND,fine-to coarse-grained,some gravel, SM _ trace FCOX,reddish brown,moist,loose to medium dense.(Alluvial Fan Deposits) 5 5.9 11 4.1 167.7 �T .20 6.9 END OF BORING SM t..1 Water not observed with 39'of hollow-stem auger in I''� -few clay seams the ground. V PVC piezomcler installed in boring. t!' Water not observed when checked on 10/21/2015. •::? ,4 5-9 193.6 14.0 -I - WLTY SAND with GRAVEL•fine-to t: coarse-grained,brown,moist,medium dense. 23 4A (Allmial Fan Deposits) i SM I.:; N T3l' 18.3 w n � m u 5183.1 24. 4 _----_-- SILTY SAND with seams of clay,tine-to s 14.6 =-T medium-grained,reddish brown to brown,moist, Tank FF=5I82.0 S g SM r:. loose. (Alluvial Fan Deposits) m 5180.1 27. -'' A } SILTY SAND,fine-to coarse-grained,trace gravel, brown,moist,medium dense.(Alluvial Fan i I. Deposits) ; SM 5.1 m 15-3398G BRAP plge 2 of 2 m 15-3398G 1311-5 pg.1 Gf 2 MiO1NALDON lI SS MA DAND5IONEDBYEI:IIMER.ORIGINALSON RECORDATSR GEOTECHNICALBILLBIGS,MT OFFICE GEOTECHNICAL 2531 Holman avenue GEOTEGHNIGAI. 2511 Bolm Box aBo AYB10 - LOG OF BORING P.O.BOR 80190 LOG OF BORING P.o.910-019" BIIIIrys,MT 59108-0190 Blllings,MT 51080190 Phone:406.652.3930 - Phone:406.652.3930 r 4066571944 PROJECT: 15-3198G BORING: BH-$ coat. PROJECT: 15-3398G BORING: 13H-6 GEO'FECHNICAL EVALUATIO:HSA,AutnnMt1jC LOCATION: GEOTECI-LNICAL EVALUATION LOCATION: Water Treatment Plant ImprovementSee Boring Location Sketch. Water Treatment Plant Improvements See Boring Location Sketch. Bozeman,Montana N:496255.9;E: 1579036.8 Bozeman,Montana N:496252AI;B: 1578175.24 DRILLED BY: M.Luce a7ET(iOD: 3IWDATE: 10.21/IS SCALE•: 1"=4' DRILLED BY: M.Luce METHOD: 31/4"HSA.Automntic DATE: 10/22/15 SCALE: 1"=4' ti Elev. Depth Symbol Description of Materials BPF WL qp Remarks Elev. Depth Symbol Description oCMaterials BPF WL qp Remarks MC 5190.1 0.0 MC SITS 6 32.0 N SILTY SAND continued 11"topsoil over[.I•:AN CLAY,low plasticity,trace v sand,brown,rather dry to moist,rather stiff to stiff. 9 z1.4 (Alluvinm) `^ CL / 16 DA 4i SM 79 7.8 518$.1 5.0 _ ____ 13 13.9 _:. SILTY SAND,fne-to coarse-gained,seam9 of -5169.6 38.0 _ _ _ lean clay,tmceFeOx,reddish brown,moist,medium SiL7 S GRAVEL with SAND and COBBLES.Cuic- Gmvcls at 3s' dense.(Alluvial Fan Deposits) to coarse-grained,brown,moist,medium dense to very dense.(Older Alluvial Fan Deposits) I1 13.6 I8 2.4 - 3.z GM _ SM -lease clays n 6.1 m 63 S.d '�i 4"seam of clay at 14 11T D 1s.1 5160.2 47. 504,- 4.4 END OF BORING-Auger Refusal Water not observed with 37.9'of hollow-stem auger 172 6 17. in the ground. SrWDY LEAN CLAY,low plasticity,trace FeOx Water not observed to dry cave-in depth of 19.7' and gravel,seams of silty sand,brown,moist to wet, immediately after withdrawal ofauger. CL medium.(Alluvial Fan Deposits) M 7 73.0 Y, ,�• I Boring then bnckfilled. END OF BORING Water not observed with 19'of hollow-stem auger in a the ground. W ? a V Boring then bnckfilled. u 5 5 U r`t � O 3 °m o 15-3398G B11-5 pai;0 ur2 m 15-3398G of Op1eINALBq.U1.IFNfSSIMPEDAHDSIGBEDBYENBIBEFA.DRInINAISGW REWRDAT 51:DEOiECNa1GLBIWFU;LII CiEiCE _ GEOTECHNICAL 25u Holman Avenue P.o.BOX H0190 LOG OF BORING Blllings,MT 59108-n19D Phone:406.652.3930 401, 4 PROJECT: 15-3398G BORING: BH-7P GEOTECHNICAL EVALUATION LOCATION: Water Treatment Plant Improvements Boring offset 4'N due to gas line,see Boring Bozeman,Montana Location Sketch. DRILLED BY: M.Luce METHOD: 3 1/4"HSA,Automatic DATE: 10/23/15 SCALE: 1"=4' Elcv. Depth Symbol Description of Materials BPF WL I qp Remarks 5197.5 0.0 MC 3"topsoil over LEAN CLAY,lowplasticity,trace w 4 roots and sand,dark brown to brown,moist,medittnr 21 21.E to very stiff.(Alluvium) i J 6 I6.I CL -trace FCOs 10 20.6 - I90.5 7.0 / _ SILTY GRAVEL with SAND and COBBLES,fine to coarse-grained,brown,moist,dense to very t� dense. (Older Alluvial Fan Deposit%) 3., zR.so - GM a es z.s 4.I 5182.3 15. Lvsn- Hardgt to o le 1 it. END OF BORING-Auger Refusal Change to ruder bit. Blocks an auger bit Water not observed with 15.2'of hollow-stem auger bmkc ofr'in hole. 6 in the ground. Boring lerrninztcd. V PVC piezometer installed in boring. T'I a �W _ V S u 15.3398G B11.7P Icme I of t ORtaINAL00NA1FM55fAMPEU ANOSIat1EU U5'ENOINEFA O0.10R1AIS OY 0.ECORO AT5t:0EotEC11NIfAL61LLMCs,AR cfItCC APPENDIX C CITY OF BOZEMAN DISCHARGE PERMIT Minor Industrial Permit No.: MT0030155 MONTANA DEPARTMENT OF ENVIRONMENTAL QUALITY AUTHORIZATION TO DISCHARGE UNDER THE MONTANA POLLUTANT DISCHARGE ELIMINATION SYSTEM In compliance with Montana Water Quality Act, Title 75, Chapter 5, Montana Code Annotated (MCA) and the Federal Water Pollution Control Act(the "Clean Water Act"), 33 U.S.C. § 1251 et seq., City of Bozeman is authorized to discharge from its City of Bozeman Water Treatment Plant located at 7024 Sourdough Canyon Road, Bozeman, MT Gallatin County, Latitude 45°35158.3"N,Longitude-111°1'33"W to receiving waters named, Bozeman Creek(Sourdough Creek) in accordance with discharge point(s), effluent limitations,monitoring requirements and other conditions set forth herein. Authorization for discharge is limited to those outfalls specifically listed in the permit. This permit shall become effective: January 1, 2015 This permit and the authorization to discharge shall expire at midnight, December 31,2019. FOR THE MONTANA DEPARTMENT OF ENVIRONMENTAL QUALITY Jon eN.-mg, Chi Wa er rotectio ureau Permitting & Compliance Division Issuance Date: Mverr.kr- 1, �014 MPDES 400 Page 2 of 20 Permit No.: MT0030155 TABLE OF CONTENTS Cover Sheet--Issuance and Expiration Dates A. Description of Discharge Points and Mixing Zone...................................................................4 B. Effluent Limitations..................................................................................................................4 C. Monitoring Requirements.........................................................................................................5 II. MONITORING,RECORDING AND REPORTING REQUIREMENTS.....................................6 A. Representative Sampling...........................................................................................................6 B. Monitoring Procedures..............................................................................................................6 C. Penalties for Tampering..........................................•.................................................................6 D. Reporting of Monitoring Results...............................................................................................6 E. Compliance Schedules..................................................... ..........6 ............................................... F. Additional Monitoring by the Pennittee...................................................................................6 G. Records Contents ......................................................................................................................7 H. Retention of Records.................................................................................................................7 I. Twenty-four Hour Notice of Noncompliance Reporting..........................................................7 J. Other Noncompliance Reporting..............................................................................................8 K. Inspection and Entry .................................................................................................................8 III. COMPLIANCE RESPONSIBILITIES..............................................................................................9 A. Duty to Comply.........................................................................................................................9 B. Penalties for Violations of Permit Conditions...........................................................................9 C. Need to Halt or Reduce Activity not a Defense........................................................................9 D. Duty to Mitigate........................................................................................................................9 E. Proper Operation and Maintenance...........................................................................................9 F. Removed Substances..................................................... H. Upset Conditions..................................................................................................................... 11 I. Toxic Pollutants ...................................................................................................................... I 1 J. Changes in Discharge of Toxic Substances............................................................................ 11 IV. GENERAL REQUIREMENTS........................................................................................................13 A. Planned Changes..................................................................................................................... 13 B. Anticipated Noncompliance.................................................................................................... 1.3 C. Permit Actions......................................................................................................................... 13 D. Duty to Reapply...................................................................................................................... 13 E. Duty to Provide Information................................................................................................... 13 F. Other Information.................................................................................................................... 13 G. Signatory Requirements.......................................................................................................... 13 H. Penalties for Falsification of Reports...................................................................................... 15 I. Availability of Reports............................................................................................................ 15 J. Oil and Hazardous Substance Liability................................................................................... 15 K. Property or Water Rights......................................................................................................... 15 L. Severability............................................................................................................................. 15 M. Transfers.................................................................................. ..................................... 15 N. Fees......................................................................................................................................... 16 0. Reopener Provisions................................................................................................................ 16 Part I Page 3 of 20 Permit No._ MT0030155 V. DEFINITIONS...................................................................................................................................is I. EFFLUENT LIMITATIONS, MONITORING REQUIREMENTS &OTHER CONDITIONS MPDES 400 Part I Page 4 of 20 Permit No.: MT0030155 A. Description of Discharge Points and Mixing Zone The authorization to discharge provided under this permit is limited to those outfalls specially designated below as discharge locations. Discharges at any location not authorized under an MPDES permit is a violation of the Montana Water Quality Act and could subject the person(s) responsible for such discharge to penalties under the Act. Knowingly discharging from an unauthorized location or failing to report an unauthorized discharge within a reasonable time from first learning of an unauthorized discharge could subject such person to criminal penalties as provided under Section 75-5-632 of the MCA. Outfall Description 001 Location: At the end of the pipe, discharging into the Bozeman Creek(Sourdough Creek), located at 45035'58.81"N latitude, -111°1'43.13"W longitude. Mixing Zone: The maximum extent of the mixing zone in the named receiving waters is as follows: 300 feet downstream for the following parameter: Total Dissolved Aluminum. Treatment Works: Alternative surface water treatment to supply approximately 9 to 10 million gallons per day (mgd)potable water to 30,000 residents of Bozeman. Facility designed to treat up to 22 mgd. B. Effluent Limitations ®utfall 001 Beginning on the effective date of this permit and lasting through the term of the permit, the quality of effluent discharged by the facility shall, as a minimum, meet the limitations as set forth below: MPDES 400 Part I Page 5 of 20 Permit No.: MT0030155 1. Final Effluent Limits for Outfall 001 Table 1: Final Effluent Limits—Outfall 001 Parameter Name Units Maximum Daily Limit(')(�) Average Monthly Limit(') Dissolved Aluminum mg/L 0.3 0.11 mg/L 30 45 Total Suspended Solids(TSS) lbs/day NA 73�3� PH S.U. Within the Range of 6.0-9.0(4) NA Footnotes: NA=Not Applicable (1)See definitions in Part V of the permit. (2)Report the highest measured daily value for the reporting period on the DMR forms. (3)The lowest value was from the calculated TBLLs (4)Report the lowest and the highest measured daily values for the reporting period on the DMR forms. C. Monitoring Requirements Outfall 001 As a minimum,upon the effective date of this permit,the following constituents shall be monitored at the frequency and with the type of measurement indicated; samples or measurements shall be representative of the volume and nature of the monitored discharge. If no discharge occurs during the entire monitoring period, it shall be stated on the Discharge Monitoring Report Form (EPA No. 3320-1)that no discharge or overflow occurred. The effluent sample must be obtained before the wastewater enters Bozeman Creek. The facility will obtain the samples from the sampling location inside the plant. Table 2 presents the proposed monitoring required for the effluent. Table 2: Monitoring Requirements Parameter Unit Monitoring Frequency of Sample RRV Location Analyses Type Flow mgd Effluent Continuous Instantaneous TSS mg/L Effluent 1/Week Grab 1 Dissolved mg/L Effluent I/Week Grab 0.009 Aluminum Effluent 1/Month Calculated TRC mg/L Effluent 1/Day Grab 0.1 pH S.U. Effluent 1/Week Instantaneous MPDES 400 PART I1 Page 6 of 20 Permit No.: MT0030155 I1. MONITORING, RECORDING AND REPORTING REQUIREMENTS A. Representative Sa apling Samples taken in compliance with the monitoring requirements established under Part I of the permit shall be collected from the effluent stream prior to discharge into the receiving waters. Samples and measurements shall be representative of the volume and nature of the monitored discharge. B. Monitoring Procedures Monitoring must be conducted according to test procedures approved under Part 136, Title 40 of the Code of Federal Regulations,unless other test procedures have been specified in this permit. C. Penalties for Tampering The Montana Water Quality Act provides that any person who falsifies,tampers with, or knowingly renders inaccurate, any monitoring device or method required to be maintained under this permit shall,upon conviction, be punished by a fine of not more than$10,000, or by imprisonment for not more than six months, or by both. D. Reporting of Monitoring Results Monitoring results must be reported on a Discharge Monitoring Report(DMR)EPA form 3320-1. Monitoring results must be submitted in either electronic or paper format and be postmarked no later than the 28th day of the month following the end of the monitoring period. Whole effluent toxicity(biomonitoring)results must be reported with copies of the laboratory analysis report on forms from the most recent version of EPA Region VIII's "Guidance for Whole Effluent Reporting". If no discharge occurs during the reporting period, "no discharge"must be reported on the report form. Legible copies of these, and all other reports required herein,must be signed and certified in accordance with Part IV.G `Signatory Requirements' of this permit and submitted to DEQ at the following address: Montana Department of Environmental Quality Water Protection Bureau PO Box 200901 Helena,Montana 59620-0901 Phone: (406)444-3080 E. Compliance Schedules Reports of compliance or noncompliance with, or any progress reports on, interim and final requirements contained in any compliance schedule of the permit must be submitted to DEQ in either electronic or paper format and be postmarked no later than 14 days following each schedule date unless otherwise specified in the permit. F. Additional Monitoring by the Permittee If the permittee monitors any pollutant more frequently than required by this permit, using approved analytical methods as specified in this permit, the results of this monitoring shall be included in the calculation and reporting of the data submitted in the Discharge Monitoring Report. Such increased frequency shall also be indicated. MPDES 400 PART II Page 7 of 20 Permit No.: MT0030155 G. Records Contents Records of monitoring information shall include: 1. The date, exact place, and time of sampling or measurements; 2. The initials or name(s) of the individual(s)who performed the sampling or measurements; 3. The date(s) analyses were performed; 4. The time analyses were initiated; 5. The initials or name(s) of individual(s)who performed the analyses; 6. References and written procedures, when available, for the analytical techniques or methods used; and 7. The results of such analyses, including the bench sheets, instrument readouts, computer disks or tapes, etc., used to determine these results. H. Retention of Records The permittee shall retain records of all monitoring information, including all calibration and maintenance records and all original strip chart recordings for continuous monitoring instrumentation, copies of all reports required by this permit, and records of all data used to complete the application for this permit, for a period of at least three years from the date of the sample,measurement,report or application. This period may be extended by request of the Department at any time. Data collected on site, copies of Discharge Monitoring Reports, and a copy of this MPDES permit must be maintained on site during the duration of activity at the permitted location. I. Twenty-four Hour Notice of Noncompliance Reporting 1. The permittee shall report any serious incidents of noncompliance as soon as possible,but no later than twenty-four(24) hours from the time the permittee first became aware of the circumstances. The report shall be made to the Water Protection Bureau at(406) 444-3080 or the Office of Disaster and Emergency Services at(406) 324-4777. The following examples are considered serious incidents: a. Any noncompliance which may seriously endanger health or the environment; b. Any unanticipated bypass which exceeds any effluent limitation in the permit (See Part III.G of this permit, "Bypass of Treatment Facilities"); or C. Any upset which exceeds any effluent limitation in the permit(see Part III.H of this permit, "Upset Conditions"). MPDES 400 PART II Page 8 of 20 Permit No.: MT0030155 2. A written submission shall also be provided within five days of the time that the permittee becomes aware of the circumstances. The written submission shall contain: a. A description of the noncompliance and its cause; b. The period of noncompliance, including exact dates and times; c. The estimated time noncompliance is expected to continue if it has not been corrected; and d. Steps taken or planned to reduce, eliminate, and prevent reoccurrence of the noncompliance. 3. The Department may waive the written report on a case-by-case basis if the oral report has been received within 24 hours by the Water Protection Bureau, by phone, (406) 444-3080. 4. Reports shall be submitted to the addresses in Part II.D of this permit, "Reporting of Monitoring Results". J. Other Noncompliance Reporting Instances of noncompliance not required to be reported within 24 hours shall be reported at the time that monitoring reports for Part II.D of this permit are submitted. The reports shall contain the information listed in Part II.I.2 of this permit. K. Inspection and Entry The permittee shall allow the head of the Department or the Director, or an authorized representative thereof,upon the presentation of credentials and other documents as may be required by law, to: 1. Enter upon the permittee's premises where a regulated facility or activity is located or conducted, or where records must be kept under the conditions of this permit; 2. Have access to and copy, at reasonable times, any records that must be kept under the conditions of this permit; 3. Inspect at reasonable times any facilities,equipment(including monitoring and control equipment), practices, or operations regulated or required under this permit; and 4. Sample or monitor at reasonable times, for the purpose of assuring permit compliance, any substances or parameters at any location. MPDPS 400 PART III Page 9 of 20 Permit No.: MT0030155 III. COMPLIANCE RESPONSIBILITIES A. Duty to Cori,J The permittee must comply with all conditions of this permit. Any permit noncompliance constitutes a violation of the Act and is grounds for enforcement action; for permit termination, revocation and reissuance, or modification; or for denial of a permit renewal application. The permittee shall give the Department or the Regional Administrator advance notice of any planned changes at the permitted facility or of an activity which may result in permit noncompliance. B. Penalties for Violations of Permit Conditions The Montana Water Quality Act provides that any person who violates a permit condition of the Act is subject to civil or criminal penalties not to exceed$10,000 per day of such violation. Any person who willfully or negligently violates permit conditions of the Act is subject to a fine of not more than$50,000 per day of violation, or by imprisonment for not more than 2 years, or both, for subsequent convictions. MCA 75-5-611(a) also provides for administrative penalties not to exceed $10,000 for each day of violation and up to a maximum not to exceed $100,000 for any related series of violations. Except as provided in permit conditions on Part III.G of this permit, "Bypass of Treatment Facilities"and Part III.H of this permit, "Upset Conditions",nothing in this permit shall be construed to relieve the permittee of the civil or criminal penalties for noncompliance. C. Need to Halt or Reduce Activity not a Defense It shall not be a defense for a permittee in an enforcement action that it would have been necessary to halt or reduce the permitted activity in order to maintain compliance with the conditions of this permit. D. Duty to Mitigate The permittee shall take all reasonable steps to minimize or prevent any discharge in violation of this permit which has a reasonable likelihood of adversely affecting human health or the environment. E. Proper Operation and Maintenance The permittee shall at all times properly operate and maintain all facilities and systems of treatment and control (and related appurtenances)which are installed or used by the permittee to achieve compliance with the conditions of this permit. Proper operation and maintenance also includes adequate laboratory controls and appropriate quality assurance procedures. This provision requires the operation of back-up or auxiliary facilities or similar systems which are installed by a permittee only when the operation is necessary to achieve compliance with the conditions of the permit. However,the permittee shall operate, as a minimum, one complete set of each main line unit treatment process whether or not this process is needed to achieve permit effluent compliance. MPDES 400 PART III Page 10 of 20 Perinit No.: MT0030155 F. Removed Substances Collected screenings, grit, solids, sludges, or other pollutants removed in the course F+ + + L, 11 L F' L + 1 r Gi uea�iiien�S11 1 ue disposed Gl in SLicu a manner SO aS �G prevent any p0ilutaYlt from entering any waters of the state or creating a health Hazard. G. Bypass of Treatment Facilities 1. Bypass not exceeding limitations. The permittee may allow any bypass to occur which does not cause effluent limitations to be exceeded,but only if it also is for essential maintenance to assure efficient operation. These bypasses are not subject to the provisions of Parts III.G.2 and III.G.3 of this permit. 2. Notice: a. Anticipated bypass. If the permittee knows in advance of the need for a bypass, it shall submit prior notice, if possible at least 10 days before the date of the bypass. b. Unanticipated bypass. The permittee shall submit notice of an unanticipated bypass as required under Part II.I of this permit, "Twenty- four Hour Reporting". 3. Prohibition of bypass: a. Bypass is prohibited and the Department may take enforcement action against a permittee for a bypass,unless: 1) The bypass was unavoidable to prevent loss of life,personal injury, or severe property damage; 2) There were no feasible alternatives to the bypass, such as the use of auxiliary treatment facilities, retention of untreated wastes, or maintenance during normal periods of equipment downtime. This condition is not satisfied if adequate back-up equipment should have been installed in the exercise of reasonable engineering judgement to prevent a bypass which occurred during normal periods of equipment downtime or preventive maintenance; and 3) The permittee submitted notices as required under Part III.G.2 of this permit. b. The Department may approve an anticipated bypass, after considering its adverse effects, if the Department detennines that it will meet the three conditions listed above in Part III.G.3.a of this permit. MPDES 400 PART III Page 11 of 20 Permit No.: MT0030155 H. Upset Conditions 1. Effect of an upset. An upset constitutes an affirmative defense to an action t._ L. r i• i t_ i i r .. i• broi.ight for noncompliance with technology based permit effluent limitations if the requirements of Part III.H.2 of this permit are met. No determination made during administrative review of claims that noncompliance was caused by upset, and before an action for noncompliance, is final administrative action subject to judicial review(i.e. Permittees will have the opportunity for a judicial determination on any claim of upset only in an enforcement action brought for noncompliance with technology-based permit effluent limitations). 2. Conditions necessary for a demonstration of upset. A permittee who wishes to establish the affirmative defense of upset shall demonstrate,through properly sighed, contemporaneous operating logs, or other relevant evidence that: a. An upset occurred and that the permittee can identify the cause(s) of the upset; b. The permitted facility was at the time being properly operated; c. The permittee submitted notice of the upset as required under Part II.1 of this permit, "Twenty-four Hour Notice of Noncompliance Reporting"; and d. The permittee complied with any remedial measures required under Part III.D of this permit, "Duty to Mitigate". 3. Burden of proof. In any enforcement proceeding,the permittee seeking to establish the occurrence of an upset has the burden of proof. I. Toxic Pollutants The permittee shall comply with effluent standards or prohibitions established under Section 307(a) of the Clean Water Act for toxic pollutants within the time provided in the regulations that establish those standards or prohibitions, even if the permit has not yet been modified to incorporate the requirement. J. Changes in Discharge of Toxic Substances Notification shall be provided to the Department as soon as the permittee knows of, or has reason to believe: 1. That any activity has occurred or will occur which would result in the discharge, on a routine or frequent basis, of any toxic pollutant which is not limited in the permit, if that discharge will exceed the highest of the following"notification levels": a. One hundred micrograms per liter (100 µg/L); b. Two hundred micrograms per liter(200 µg/L) for acrolein and acrylonitrile; five hundred micrograms per liter(500 µg/L) for 2,4-dinitrophenol and for MPDES 400 PART III Page 12 of 20 Pennit No.: MT0030155 2-methyl-4, 6-dinitrophenol; and one milligram per liter(1 mg/L) for antimony; c. Five (5)times the maximum concentration value reported for that pollutant in the permit application in accordance with 40 CFR 122.21(g)(7); or d. The level established by the Department in accordance with 40 CFR 122.44(f). 2. That any activity has occurred or will occur which would result in any discharge, on a non-routine or infrequent basis, of a toxic pollutant which is not limited in the permit, if that discharge will exceed the highest of the following"notification levels": a. Five hundred micrograms per liter (500 µg/L); b. One milligram per liter(1 mg/L) for antimony; c. Ten(10)times the maximum concentration value reported for that pollutant in the permit application in accordance with 40 CFR 122.21(g)(7); or d. The level established by the Department in accordance with 40 CFR 122.44(f). MPDES 400 PART IV Page 13 of 20 Permit No.: MT0030155 IV. GENERAL REQUIREMENTS A. Planned Changes The permittee shall give notice to the Department as soon as possible of any planned physical alterations or additions to the permitted facility. Notice is required only when the alteration or addition could significantly change the nature or increase the quantity of pollutant discharged. This notification applies to pollutants which are not subject to effluent limitations in the permit. B. Anticipated Noncompliance The permittee shall give advance notice to the Department of any planned changes in the permitted facility or activity which may result in noncompliance with permit requirements. C. Permit Actions This pen-nit may be modified,revoked and reissued, or terminated for cause. The filing of a request by the permittee for a permit modification, revocation and reissuance, or termination, or a notification of planned changes or anticipated noncompliance, does not stay any permit condition. D. Duty to Reapply If the permittee wishes to continue an activity regulated by this permit after the expiration date of this permit,the permittee must apply for and obtain a new permit. The application must be submitted at least 180 days before the expiration date of this permit. E. Duty to Provide Information The permittee shall furnish to the Department,within a reasonable time, any information which the Department may request to determine whether cause exists for revoking, modifying and reissuing, or terminating this permit, or to determine compliance with this permit. The permittee.shall also furnish to the Department, upon request, copies of records required to be kept by this permit. F. Other Information When the permittee becomes aware that it failed to submit any relevant facts in a permit application, or submitted incorrect information in a permit application or any report to the Department, it shall promptly submit such facts or information with a narrative explanation of the circumstances of the omission or incorrect submittal and why they weren't supplied earlier. G. Signatory_ Requirements All applications, reports or information submitted to the Department or the EPA shall be signed and certified. 1. All permit applications shall be signed as follows: a. For a corporation: by a responsible corporate officer: MPDES 400 PART IV Page 14 of 20 Permit No.: MT0030155 b. For a partnership or sole proprietorship: by a general partner or the proprietor, respectively; c. For a municipality, State, Federal, or other public agency: by either a principal executive officer or ranking elected official. 2. All reports required by the permit and other information requested by the Department shall be signed by a person described above or by a duly authorized representative of that person. A person is considered a duly authorized representative only if. a. The authorization is made in writing by a person described above and submitted to the Department; and b. The authorization specified either an individual or a position having responsibility for the overall operation of the regulated facility or activity, such as the position of plant manager, operator of a well or a well field, superintendent,position of equivalent responsibility, or an individual or position having overall responsibility for environmental matters for the company. (A duly authorized representative may thus be either a named individual or an individual occupying a named position.) 3. Changes to authorization. If an authorization under Part IV.G.2 of this permit is no longer accurate because a different individual or position has responsibility for the overall operation of the facility, a new authorization satisfying the requirements of Part IV.G.2 of this permit must be submitted to the Department prior to or together with any reports, information, or applications to be signed by an authorized representative. 4. Certification. Any person signing a document under this section shall make the following certification: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." MPDES 400 PART IV Page 15 of 20 Perinit No.: MT0030155 H. Penalties for Falsification of Reports The Montana Water Quality Act provides that any person who knowingly makes any false statement, representation, or Certification in any record or other dO ,.eliL submitted or required to be maintained under this permit, including monitoring reports or reports of compliance or noncompliance shall,upon conviction be punished by a fine of not more that$25,000 per violation, or by imprisonment for not more than six months per violation, or by both. I. Availability of�Reports Except for data determined to be confidential under 40 CFR Part 2,all reports prepared in accordance with the terms of this permit shall be available for public inspection at the offices of the Department. As required by the Clean Water Act, permit applications, permits and effluent data shall not be considered confidential. J. Oil and Hazardous Substance Liability Nothing in this permit shall be construed to preclude the institution of any legal action or relieve the permittee from any responsibilities, liabilities, or penalties to which the permittee is or may be subject under Section 311 of the Clean Water Act. K. Property or Water Rights The issuance of this permit does not convey any property or water rights of any sort, or any exclusive privileges,nor does it authorize any injury to private property or any invasion of personal rights,nor any infringement of federal, state or local laws or regulations. L. Severability The provisions of this permit are severable, and if any provision of this permit, or the application of any provision of this permit to any circumstance, is held invalid, the application of such provision to other circumstances, and the remainder of this permit, shall not be affected thereby. M. Transfers This permit may be automatically transferred to a new permittee if: 1. The current permittee notifies the Department at least 30 days in advance of the proposed transfer date; 2. The notice includes a written agreement between the existing and new permittees containing a specific date for transfer of permit responsibility, coverage, and liability between them; 3. The Department does not notify the existing permittee and the proposed new permittee of an intent to revoke or modify and reissue the permit. If this notice is not received, the transfer is effective on the date specified in the agreement mentioned in Part IV.M.2 of this permit; and 4. Required annual and application fees have been paid. MPDi S 400 PART IV Page 16 of 20 Permit No.: MT0030155 N. Fees The permittee is required to submit payment of an annual fee as set forth in ARM �n i Tr�i_ r t r • 1- nn a �i .i 17.30.201. 11 the perlluttee lolls to pay the annual 1Ge within 7V flays alter the due date for the payment,the Department may: 1. Impose an additional fee assessment computed at the rate established under ARM 17.30.201; and, 2. Suspend the processing of the application for a permit or authorization or, if the nonpayment involves an annual permit fee, suspend the permit, certificate or authorization for which the fee is required. The Department may lift suspension at any time up to one year after the suspension occurs if the holder has paid all outstanding fees, including all penalties, assessments and interest imposed under this sub-section. Suspensions are limited to one year, after which the permit will be terminated. O. Reopener Provisions This permit may be reopened and modified (following proper administrative procedures)to include the appropriate effluent limitations (and compliance schedule, if necessary), or other appropriate requirements if one or more of the following events occurs: 1. Water Quality Standards: The water quality standards of the receiving water(s) to which the permittee discharges are modified in such a manner as to require different effluent limits than contained in this permit. 2. Water Quality Standards are Exceeded: If it is found that water quality standards or trigger values in the receiving stream are exceeded either for parameters included in the permit or others,the department may modify the effluent limits or water management plan. 3. TMDL or Wasteload Allocation: TMDL requirements or a wasteload allocation is developed and approved by the Department and/or EPA for incorporation in this permit. 4. Water Quality Management Plan: A revision to the current water quality management plan is approved and adopted which calls for different effluent limitations than contained in this permit. 5. Toxic Pollutants: A toxic standard or prohibition is established under Section 307(a) of the Clean Water Act for a toxic pollutant which is present in the discharge and such standard or prohibition is more stringent than any limitation for such pollutant in this permit. 6. Toxicity Limitation: Change in the whole effluent protocol, or any other conditions related to the control of toxicants have taken place, or if one or more of the following events have occurred: MPDES 400 PART IV Page 17 of 20 Pennit No.: MT0030155 a. Toxicity was detected late in the life of the permit near or past the deadline for compliance. b. The TR.E/TIE results indicated that compliance with the toxic limits will require an implementation schedule past the date for compliance and the permit issuing authority agrees with the conclusion. c. The TR.E/TIE results indicated that the toxicant(s)represent pollutant(s) that may be controlled with specific numerical limits, and the permit issuing authority agrees that numerical controls are the most appropriate course of action. d. Following the implementation of numerical controls on toxicants, the permit issuing authority agreed that a modified whole effluent protocol is needed to compensate for those toxicants that are controlled numerically. e. The TR.E/TIE revealed other unique conditions or characteristics which, in the opinion of the permit issuing authority,justify the incorporation of unanticipated special conditions in the permit. MPDES 400 PART V Page 18 of 20 Permit No.: MT0030155 V. DEFINITIONS i. ".�iv-day (aiid iuvutaiiy) a�'erager,, oUIC tllall for l;cal coliform bacteria, means the arithmetic average of all samples collected during a consecutive 30-day period or calendar month, whichever is applicable. Geometric means shall be calculated for fecal coliform bacteria. The calendar month shall be used for purposes of reporting self-monitoring data on discharge monitoring report forms. 2. "7-day (and weekly) average," other than for fecal coliform bacteria, means the arithmetic mean of all samples collected during a consecutive 7-day period or calendar week, whichever is applicable. Geometric means shall be calculated for fecal coliform bacteria. The 7-day averages are applicable only to those effluent characteristics for which there are 7-day average effluent limitations. The calendar week which begins on Sunday and ends on Saturday, shall be used for purposes of reporting self-monitoring data on discharge monitoring report forms. Weekly averages shall be calculated for all calendar weeks in the month that has at least four days. For example, if a calendar week overlaps two months,the weekly average is calculated only in the month that contains four or more days of that week. 3. "Acute Toxicity" means when 50 percent or more mortality is observed for either species (See Part I.0 of this permit.) at any effluent concentration. Mortality in the control must simultaneously be 20 percent or less for the effluent results to be considered valid. 4. "Annual Average Load" means the arithmetic mean of all 30-day or monthly average loads reported during the calendar year for a monitored parameter. 5. "Arithmetic Mean" or "Arithmetic Average" for any set of related values means the summation of the individual values divided by the number of individual values. 6. "BOD5" means the five-day measure of pollutant parameter biochemical oxygen demand. 7. "Bypass" means the intentional diversion of waste streams from any portion of a treatment facility. 8. "CBOD5" means the five-day measure of pollutant parameter carbonaceous biochemical oxygen demand. 9. "Chronic Toxicity" means when the survival, growth, or reproduction, as applicable, for either test species, at the effluent dilution(s) designated in this permit (see Part I.C.), is significantly less (at the 9.5 percent confidence level)than that observed for the control specimens. 10. "Composite samples" means a sample composed of two or more discrete aliquots (samples). The aggregate sample will reflect the average quality of the water or wastewater in the compositing or sample period. Composite sample may MPDES 400 PART V Page 19 of 20 Pennit No.: MT0030155 be composed of constant volume aliquots collected at regular intervals (simple composite) or flow proportioned. 11. "Daily Maximum Limit" means the maximum allowable discharge of a pollutant during a calendar day. Expressed as units of mass, the daily discharge is cumulative mass discharged over the course of the day. Expressed as a concentration, it is the arithmetic average of all measurements taken that day. 12. "Department" means the Montana Department of Environmental Quality (MDEQ). 13. "Director" means the Director of the United States Environmental Protection Agency's Water Management Division. 14. "Discharge" means the injection, deposit, dumping, spilling, leaking,placing, or failing to remove any pollutant so that it or any constituent thereof may enter into state waters, including ground water. 15. "EPA" means the United States Environmental Protection Agency. 16. "Grab" sample, for monitoring requirements,means a single "dip and take" sample collected at a representative point in the discharge stream. 17. "Instantaneous" measurement, for monitoring requirements, means a single reading, observation, or measurement. 18. "Load limits" are mass-based discharge limits expressed in units such as lb/day. 19. "Minimum Level" (ML) of quantitation means the lowest level at which the entire analytical system gives a recognizable signal and acceptable calibration point for the analyte, as determined by the procedure set forth at 40 CFR 136. In most cases the ML is equivalent to the Required Reporting Value (RRV) unless other wise specified in the permit. (ARM 17.30.702(22)) 20. "Mixing zone" means a limited area of a surface water body or aquifer where initial dilution of a discharge takes place and where water quality changes may occur. Also recognized as an area where certain water quality standards may be exceeded. 21. "Nondegradation" means the prevention of a significant change in water quality that lowers the quality of high-quality water for one or more parameters. Also, the prohibition of any increase in discharge that exceeds the limits established under or determined from a permit or approval issued by the Department prior to April 29, 1993. 22. "Regional Administrator" means the administrator of the EPA Region with Jurisdiction over federal water pollution control activities in the State of Montana. MPDES 400 PART V Page 20 of 20 Permit No.: MT0030155 23. "Severe property damage" means substantial physical damage to property, damage to the treatment facilities which causes them to become inoperable, or Substantial and permanent'Loss of natural resources whrch can reasonably be expected to occur in the absence of a bypass. Severe property damage does not mean economic loss caused by delays in production. 24. "Sewage Sludge" means any solid, semi-solid or liquid residue that contains materials removed from domestic sewage during treatment. Sewage sludge includes,but is not limited to,primary and secondary solids and sewage sludge products. 25. "TIE" means a toxicity identification evaluation. 26. "TRE" means a toxicity reduction evaluation. 27. "TMDL" means the total maximum daily load limitation of a parameter, representing the estimated assimilative capacity for a water body before other designated uses are adversely affected. Mathematically, it is the sum of wasteload allocations for point sources, load allocations for non-point and natural background sources, and a margin of safety. 28. "TSS" means the parameter total suspended solids. 29. "Upset" means an exceptional incident in which there is unintentional and temporary noncompliance with technology-based permit effluent limitations because of factors beyond the reasonable control of the permittee. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventive maintenance, or careless or improper operation. MPDES 400