Loading...
HomeMy WebLinkAboutSewer Rehabilitation Project Manual, 2008Project Manual City of Bozeman 2008 Sewer Rehabilitation Project Sewer Rehabilitation Project Bid Bond 0 Bid Sheets and Signature Page 0 Acknowledgement of Addenda August 2008 Prepared by: GraWest. engineering Set No.: HELENA BILLINGS PO Box 4817 • 2501 Belt View Drive 115 N Broadway ♦ Suite 500 Helena, MT 59604 Billings, MT 59101 (406) 449 -8627 • Fax (406) 449 -8631 (406) 652 -5000 ♦ Fax (406) 248 -1363 www.greatwesteng.com r TO ALL PLANHOLDERS: This addendum shall serve to modify the specifications and plans for the City of Bozeman 2008 Sewer Rehabilitation Project as follows: CONTRACT DOCUMENTS AND SPECIFICATIONS The bid due date has been extended to September 23, 2008. 1. Division 0, Section 00100 — Invitation to Bid First Paragraph shall be revised as follows: Delete the followin (T: September 16, 2008 Replace this date with: ADDENDUM #1 CITY OF BOZEMAN 2008 SEWER REHABILITATION PROJECT DATE OF ADDENDUM: September 10, 2008 AMMENDED BID DUE DATE: September 23, 2008 TIME BID IS DUE: 2:00 PM BID RECEIPT LOCATION: City Clerk Bozeman City Hall 411 East Main Street Bozernan, MT 59771 TIME OF BID OPENING: 2:00 PM LOCATION OF BID OPENING: City Clerk Bozeman City Hall 411 East Main Street Bozeman, MT 59771 TO ALL PLANHOLDERS: This addendum shall serve to modify the specifications and plans for the City of Bozeman 2008 Sewer Rehabilitation Project as follows: CONTRACT DOCUMENTS AND SPECIFICATIONS The bid due date has been extended to September 23, 2008. 1. Division 0, Section 00100 — Invitation to Bid First Paragraph shall be revised as follows: Delete the followin (T: September 16, 2008 Replace this date with: GreatWest engineering September 23, 2008 2. Division 0. Section 00200 — Instruction to Bidders: Article 26 — CITY OF BOZEMAN BUSINESS LICENSE shall be added as follows: All Contractors conducting work within the City of Bozeman are required to have a current City Business License. Applications for Business Licenses may be obtained at City Hall, 411 E. Main Street, Bozeman, Montana. ' 3. Special Provisions — SP -42 SEWER MAIN PIPE FLOWS 1 Craig oze a, PE 9 9 Project Manager 7L The following are the peak calculated flows for the project sewer mains: ' T Lincoln Main — 100 gpm Grand Main — 500 gpm Tracy Main — 350 gpm ' T Tamarack Main — 850 gpm These flows are calculated flows from the City's collection system model. No measurements have been conducted to confirm these flows. No additional ' m compensation will be allowed the Contractor if flows differ from the estimates provided. ' 4 4. Drawings: ' R Replace the sheet 11 Sheet 11 R1. ACKNOWLEDGMENT OF ADDENDUM #1 All bidders shall acknowledge receipt of Addendum #1 on the Bid Form and on the outside of the envelope containing the Bid. Sincerely, ' G Great West Engineering, Inc. Craig oze a, PE 9 9 Project Manager 7L 1 C 1 I PLANHOLDERS LIST CITY OF BOZEMAN 2008 SEWER REHABILITATION SEPTEMBER 16, 2008 City of Bozeman 411 East Main Street PO Box 1230 Bozeman, MT 59771 Bozeman Plan Exchange 1105 Reeves Rd. West, Suite 800 Bozeman, MT 59718 Phone: 406 - 586 -7653 Fax: 406 - 586 -4062 Montana Contractors Association PO Box 4519 Helena, MT 59604 Phone: 406-442-4162 Fax: 406 - 449 -3199 Planned and Engineered Construction, Inc. 3400 Centennial Drive Helena, MT 59601 Phone: 406-447-5050 Fax: 406 - 443 -8583 Montana DEQ PO Box 200901 Helena, MT 59620 Insituform Technologies Denise Carroll 17988 Edison Avenue Chesterfield, MO 63005 Phone: 636- 530 -8036 I Page 1 Michels Pipe Services Attn: David Phelps 171516 th Street SE Salem, OR 97309 Phone: 503 - 364 -1199 Fax: 503 - 391 -8317 Sak Construction, LLC 3215 South 7 th Street Unit 6 Phoenix, AZ 85040 Phone: 602 - 268 -0528 Fax: 602 - 614 -3019 Black and Veatch Ahmad Habibian 18310 Montgomery Village Ave Suite 500 Gaithersburg, MD 20879 Phone: 301 - 840 -1123 Fax: 301 - 921 -2862 Bozeman Sand & Gravel Box 1327 Bozeman, MT 59771 Phone: 406 - 586 -2211 Trenchless Construction Service LLC 4103 241 Street NE Arlington, WA 98223 Phone: 360-474-0123 Fax: 360- 474 -0195 Nix Construction 1458 East South Weber South Weber, UT 84405 Phone: 801 - 479 -9000 Fax: 801 - 479 -7433 Pilchuck Diversified Services Attn: Steve Mohr 6725 116 Ave NE, Ste 200 P. O. Box 2579 Kirkland, WA 98033 Phone: 425 - 952 -6235 Fax: 425 - 952 -6244 Insituform Technologies t Matt Sherwood 9654 Titan Court Littleton, CO 80125 ' McGraw Hill Construction 4935 E. Trent Avenue Spokane, WA 99212 ' Phone: 206 - 378 -4713 Fax: 800 - 503 -5702 I Page 1 Michels Pipe Services Attn: David Phelps 171516 th Street SE Salem, OR 97309 Phone: 503 - 364 -1199 Fax: 503 - 391 -8317 Sak Construction, LLC 3215 South 7 th Street Unit 6 Phoenix, AZ 85040 Phone: 602 - 268 -0528 Fax: 602 - 614 -3019 Black and Veatch Ahmad Habibian 18310 Montgomery Village Ave Suite 500 Gaithersburg, MD 20879 Phone: 301 - 840 -1123 Fax: 301 - 921 -2862 Bozeman Sand & Gravel Box 1327 Bozeman, MT 59771 Phone: 406 - 586 -2211 Trenchless Construction Service LLC 4103 241 Street NE Arlington, WA 98223 Phone: 360-474-0123 Fax: 360- 474 -0195 Nix Construction 1458 East South Weber South Weber, UT 84405 Phone: 801 - 479 -9000 Fax: 801 - 479 -7433 Pilchuck Diversified Services Attn: Steve Mohr 6725 116 Ave NE, Ste 200 P. O. Box 2579 Kirkland, WA 98033 Phone: 425 - 952 -6235 Fax: 425 - 952 -6244 In oano ddv „0�,3 ?Y�' i�a`xn„ ne'�P"62 aX :H.vru o he Houdtnsaa HgciMy Wwtl, � am 6Hwsao Nb `N 121Btrt �163rotld 2 Fc..Ira I I}„A� mm Z tiFC XPNR dt �` " 1 � ,p F i i tlYgO ran u s � ¢ F � +-� a -a • mss ,� � �'. I IR y ; o � w 4" a '. W 1 , g _ o lit i e — .> CL F A gip[ i YR' _ xc e (00 +6L V1S 0100 +0L V1S) 311d08d'S NVId 133211S NIOON11 NOI1VllllSVH3M M3M3S 80OZ NVW3ZOB d0 Allo a a e a v < m e o 6 -P'dd l -IZI , \sls.V wneS B01 !� O EJ I wh I 1 1 1 i _ 11 I I � 1 I 1 I I I I I I I II I II II II 1 I �� 3 Htlx tl3xa II i II - 1 I II 11 tl YS i I II 68'006h A313 Xltl II I W I X a � '� I € I SZ'IOBh YOtl s 1 1 I I W 0 'N - -- - -- II 2 II II BZ'IOBh 3 — + II I I - B 0 I HPI a a e a v < m e o 6 -P'dd l -IZI , \sls.V wneS B01 !� O EJ I wh IV --Z' -3ar. 2006 6ewe• RenaM \CA O61]I \SM1eels \t- OBIZt -rt _�r oo �.q A t o P �O A A CITY OF BOZEMAN 2008 SEWER REHABILITATION LINCOLN STREET PLAN & PROFILE (STA 10 +00 TO STA 19 +00) � r e Y M x T • I I S . m 1 " _p "'� r$IHi i _ I W m € #I NR N ® 15 SI I al I R —T r PRA llp MN "I S _ n —� 1 1 RIM n g 11 II 11 II II II D ns G l II 11 11 II 11 ii I MN H06 0 n 1 1 RIM 4901.23 II _ N D _ MH H080 a i RIM EEEV 4900.69 Ut ( I "� 1 I � N 15s .9 4� 11 � 1 1 II 11 I EWER fiERJI E RIGNi j 11 11 I I I 1 I 1 1 I 1 I I MH H MH 7 �— a 66.59 I 1 a II 11 II II II —� A CITY OF BOZEMAN 2008 SEWER REHABILITATION LINCOLN STREET PLAN & PROFILE (STA 10 +00 TO STA 19 +00) � r e Y M x T • I I S . m 1 " _p "'� r$IHi i _ I W m € #I NR N ® 15 SI I al I R —T r PRA llp HELENA PO Box 4817 ♦ 2501 Belt View Drive Helena, MT 59604 (406) 449 -8627 • Fax (406) 449 -8631 www.greatwesteng.com BILLINGS 115 N Broadway • Suite 500 Billings, MT 59101 (406) 652 -5000 ♦ Fax (406) 248 -1363 ADDENDUM #2 CITY OF BOZEMAN 2008 SEWER REHABILITATION PROJECT DATE OF ADDENDUM: AMMENDED BID DUE DATE: TIME BID IS DUE: AMMENDED BID RECEIPT LOCATION: AMMENDED TIME OF BID OPENING: AMMENDED LOCATION OF BID OPENING: TO ALL PLANHOLDERS: r September 17, 2008 September 29, 2008 2:00 PM City Clerk Bozeman City Hall PO Box 1230 121 North Rouse Bozeman, MT 59771 -1230 2:15 PM City Library 626 East Main Street Bozeman, MT 59771 This addendum shall serve to modify the specifications and plans for the City of Bozeman 2008 Sewer Rehabilitation Project as follows: GENERAL 1. Clarification - Lincoln Street 10" To 15" Trenchless Sewer Main Rehabilitation The intent of this rehabilitation is to provide a new main with an inside diameter equal to or greater than the inside diameter of 15" SDR 35 gravity sewer main. Therefore, if HDPE main is utilized for this trenchless rehabilitation, the main shall be a minimum of 18" DR 11. CONTRACT DOCUMENTS AND SPECIFICATIONS The bid due date has been extended to September 29, 2008 until 2:00 pm. 1. Division 0, Section 00100— Invitation to Bid jj ?fi,:_ /cTrm engineering First Paragraph shall be deleted and replaced with the following: Separate sealed bids for construction of the City of Bozeman 2008 Sewer Rehabilitation Project will be received by the office of City Clerk at the City Hall, 121 North Rouse, P.O. Box 1230, Bozeman, MT 59771 -1230 until 2:00 pm local time on September 29, 2008 and then publicly opened and read aloud at 2:15 p.m. at the City Library located at 626 East Main Street. 2. Division 2, Section 02957 — Pipe Reaming: Delete entire Specification and replace with attached Specification, Section 02957 — Pipe Reaming. 3. Division 2, Section 02959 — Pipe Bursting System: a. Part 1, 1.1, A first sentence shall be deleted and replaced with the following: See Section 00910, Special Provision SP37. b. Part 2, 2.2,B,4,b shall be deleted and replaced with the following: Minimum wall thickness: SDR 11. 4. Appendix B — CCTV Inspection Reports: Add the attached page to F0324- F0325, N. Montana TV Inspection with Pipe -Run Graph. ACKNOWLEDGMENT OF ADDENDUM #2 All bidders shall acknowledge receipt of Addendum #2 on the Bid Form and on the outside of the envelope containing the Bid. Sincerely, Great W st Engineering, Inc. Craig Pozega, PO Project Manager Enclosures Plan holders List ' SECTION 02957 PIPE REAMING ' PART1 GENERAL demonstrate proof of instruction by the licensor, or provide on site services of the 1.1 DESCRIPTION licensor until such time the contractor's competency to perform the work is ' satisfactory to the Owner and /or Engineer. B. Personnel performing fusing of HDPE pipe and fittings: A. See Section 00910, Special Provision SP37. Lincoln Street Trenchless Rehabilitation Risk. SECTION 02957 This special provision defines the associated risk with pipe reaming and defines that all PIPE REAMING I OF 8 risks and costs associated with 10" TO 15" TRENCHLESS SEWER MAIN ' REHABILITATION construction shall be borne exclusively by the Contractor. ' B. This specification covers the requirements for renewal and upsizing of existing sanitary sewers using a pipe reaming system including removal and replacement of service lateral connections, renewal of connections to manholes, and finishing renewed pipelines. 1.2 DEFINITIONS A. Pipe Reaming: A trenchless process of using a Horizontal Directional Drill (HDD) ' with appropriate reamer to grind and pulverize the existing pipe, flush the pulverized pipe material and drilling fluid through the existing pipe to a retrieval point, and simultaneously installing a new pipe of equal or larger diameter in place of the existing pipeline. B. Host Sewer Main: Pipeline designed to convey sewerage subject to the pipe reaming system, made of vitrified clay, asbestos cement, polyvinyl chloride (PVC), cast iron, concrete, steel, ductile iron or lined pipe. ' C. Replacement Pipe: Pipe inserted into the host sewer main by pipe reaming system. D. Continuous Pipe: Pipe, such as High Density Polyethylene (HDPE) pipe, with welded joints, assembled and inserted so as to form a continuous section between access pits. E. Sectional Pipe: Pipe, such as vitrified clay pipe (VCP), polymer pipe, ductile iron (DI) pipe, PVC pipe, or HDPE pipe, assembled using leak proof joints and inserted into the host sewer main in sections. F. Renew Lateral: Replace service lateral in public space or easement. ' 1.3 QUALITY ASSURANCE . ' A. The contractor shall have prior experience with this type of installation, demonstrate proof of instruction by the licensor, or provide on site services of the licensor until such time the contractor's competency to perform the work is satisfactory to the Owner and /or Engineer. B. Personnel performing fusing of HDPE pipe and fittings: ' Certified by manufacturer of fusing equipment having successfully completed training in: SECTION 02957 I PAGE PIPE REAMING I OF 8 1. Handling replacement pipe materials. 2. Butt fusion of pipe joints, saddle fusion of fittings for service laterals. 3. Operation and maintenance of all equipment to be used. C. Certificate of Training includes at a minimum: Installer's name, date of issuance, and process or product the person is certified to install. D. Make available for inspection all information regarding production, delivery, handling, and storage aspects of replacement pipe. E. Certification that backup equipment is available and can be delivered to project sites within 24 hours. F. Contractor: Internally inspect pre- reaming and post- reaming work. 1.4 SUBMITTALS A. Contractor shall submit a work plan to include: 1. Pipe reaming plan including at a minimum: a. Description of process to be used. b. Replacement pipe and fitting selection and composition. C. Design calculations for installations. d. Soil impacts. e. Live load and dead load impacts. f. Recommended manufacturer's installation procedures. g. ASTM references and third party test reports. h. Storage and handling requirements. 2. Plan for locating, exposing and re- connecting service laterals and restoring manhole connections. a. Manhole connection to include waterstop /pipe restraint. 3. Proposed point repair method. 4. Bypass pumping plan 5. Emergency plan. Maintain a copy of emergency plan on site for duration of project. B. The Contractor shall submit the following: 1. Certificates of Compliance for raw materials, pipe, joints, fittings, and service connections. 2. Certificates of Training for process to be used. a. Include installer's name, date of issuance and process for which certified. 3. Certificates of training for joint fusion, if applicable. 4. Pre - reaming and post- reaming television inspection reports. Complete post - reaming inspection after reaming process, reconnection of laterals and renewals are completed. 5. Pulling log to include Allowable Tensile Load (ATL) and duration of pull of the replacement pipe. 6. Field testing results. 1.5 DELIVERY AND STORAGE A. Transport, handle, and store pipes and fittings as recommended by manufacturer. SECTION 02957 PIPE REAMING PAGE 2 OF 8 1 B. Replace pipe or fittings damaged before or during installation at no additional cost to the Owner. PART 2 MATERIALS ' 2.1 MATERIALS A. General. 1. Metal in saddles, clamps and appurtenances: 300 or 304 stainless steel following ASTM A240. 2. Elastomeric materials, gaskets, clamps, connectors: oil resistant and manufactured following ASTM F477. 3. Fittings. a. Pressure rated and classified same as adjoining pipe. b. Inside diameter to match inside diameter of adjoining pipe. C. Designed for pipe reaming applications. B. HDPE pipe, joints, and fittings: 1. Polyethylene: Minimum cell classification PE 345464E following ASTM D3350. 2. Material designation: PE 3608 following ASTM F714. 3. Hydrostatic Design Basis at 73.4 degrees F: 1,600 psi following ASTM D2837 4. Pipe. a. Manufactured, and sized following ASTM F714. b. Minimum wall thickness: SDR 11. C. Measure length to provide continuous, homogeneous pipe from manhole to manhole with enough extra length to allow relaxing and finishing off at manholes. d. Interior Pipe color: 1) Use fully bonded light - colored interior liner meeting specifications above. e. Pipe Markings: 1) Mark following ASTM F714, 2) Legibly marked in green to identify as sewer pipe. f. Approved Pipe Manufacturers. 1) Performance Pipe, Division of Chevron Phillips Chemical Company, LP. 2) Rinker Materials Poly Pipe Division. 3) Or Approved Equal. 5. Molded fittings. a. Manufactured, sized and marked following ASTM D3261. 6. Field fabricated fittings. a. Stock manufactured, sized and marked following ASTM F714. 7. Joint connection minimum requirements: a. Continuous pipe: assemble pipe lengths in field with butt-fused joints following ASTM D2657 and approved submittals or with electrofused joints following approved submittals. In case of conflicts between ASTM D2657 and approved submittals or if the ASTM reference is nonspecific, follow approved submittals. 1) Joint strength: equal to or greater than pipe strength. SECTION 02957 PIPE REAMING PAGE 3 OF 8 b. Excavations for pipe reaming insertion or depression removal made between manholes: joint pipe ends using butt -fused joints or electrofusion coupling. 1) With Engineer's approval, use full circle seal clamps specified herein or seal and restraint type mechanical couplings manufactured by Dresser Piping Specialties or Smith - Blair, Inc. or approved equal. C. Manhole Connection Materials. 1. Concrete: a. High strength, non - shrink, chemical resistant. b. Cures in presence of water. 2. Approved Manufacturers of Flexible Gasket Connector. a. A -Lok. b. Kor -N -Seal. C. Fernco. d. Or Approved Equal. 3. Approved Manufacturers of Fused -on Waterstop. a. ISCO Industries Wall Anchor. b. Central Plastics Electrofusion Flex Restraint. C. Or Approved Equal. 4. Approved Manufacturers of Hydrophobic Grout for Oakum Collar. a. Avanti AV 202. b. DeNeef Hydro Active Sealfoam. C. Or Approved Equal. D. Lateral reconnections: As per Contract. 1. Heat fusion or electrofusion saddles. a. Nominal inside diameter of existing service. b. Heat fusion saddles and electrofusion saddles: made of polyethylene pipe compound following ASTM D3350 and suitable for fusion welding to polyethylene pipe. 1) Branch saddle style or approved equal. C. Approved Manufacturers. 1) Molded Branch Saddle, Performance Pipe, Division of Chevron Phillips Chemical Company, LP. 2) Rinker Materials Poly Pipe Division. 3) Electrofusion Branch Saddle, Central Plastics Company. 4) Or Approved Equal. 2. Insertion connections. a. Nominal inside diameter of existing service. b. Approved Manufacturers. 1) Inserta Fittings Co. 2) Or Approved Equal. 3. Strap -on saddles. a. Utilized only when heat fusion, electrofusion, or insertion saddles are not possible. 1) Requires prior approval from Engineer. SECTION 02957 PIPE REAMING PAGE 4 OF 8 b. Made of polyethylene pipe compound following ASTM D3350 with stainless steel bands and fasteners, 50 year polyurethane gasket, and backup plate. 1) Strap -on- saddle type, tee saddle, or approved equal. C. Approved Manufacturers. 1) JCM Industries, Inc. 2) Romac Industries. 3) Or Approved Equal. E. Connection Appurtenances. 1. Use Full Circle Elastomeric Seal Clamps for joining plain ends of pipe. a. Rubber sleeve coupling with stainless steel shear ring. b. Following ASTM C 1173. C. Approved Manufacturers. 1) Femco. 2) Mission Rubber Company Flex -Seal. 3) DFW by NDS. 4) Or Approved Equal. 2. Joint lubricants. a. Following manufacturer recommendations. b. Apply with brush or hand - apply. Spray application not permitted. PART 3 EXECUTION 3.1 MAINLINE PREPARATION A. Respond to project site within 2 hours of Engineer's notification of problem on site. All costs due to failure to respond within prescribed time will be borne by Contractor. B. Bypass pumping. 1. Assemble bypass pumping according to submitted plans. 2. Bypass sewage around section or sections of host sewer main. Isolate existing host sewer main by plugging upstream manhole and pumping sewage into downstream manhole or adjacent system. 3. Pump and bypass lines: adequate capacity and size to handle flow without sewage backup occurring to facilities connected to sewer. 4. Provide temporary sewer service as directed by the Contract at no cost to the Owner. 5. Water service to building: turned off on a case by case basis as approved by Engineer. 6. When directed by Engineer: excavate service lateral at property line, splice in temporary tee with stub up to surface, and pump from temporary tee. 7. Be responsible for cleanup, repair, fines, property damage costs and claims for any sewage backup, bypass spillage or sanitary sewer overflow (SSO). C. Pre - reaming inspections. 1. Perform internal CCTV inspections. 2. Confirm, locate, and identify by building address all existing connections and services attached to host sewer main. Provide log to Engineer. SECTION 02957 PIPE REAMING PAGE 5 OF 8 3. Confirm that host pipe is ready for reaming. Demonstrate on CCTV recording that major sags (25% of existing pipe diameter or larger) were realigned and obstructions, offset joints, missing or collapsed pipe that could interfere with reaming process were removed. 4. Notify Engineer if reaming is not viable. Provide Engineer with pre- inspection CCTV recording to support assertion. D. Locate and protect existing utilities. E. External point repairs prior to reaming. 1. Prior to reaming, perform external point repair to remove sags, offset joints and reaming constrictions or obstructions that can not be removed internally, and that may impede process or prevent successful completion.. F. Maintaining invert and slope. 1. Ascertain elevations of upstream manhole invert and downstream manhole invert of host sewer main to be reamed as well as intermediate point on mainline for verification that line and grade is maintained. MANHOLE PREPARATION A. Manholes not scheduled to be removed and through which the reamer will pass, shall have the invert removed sufficiently to allow the reamer to pass without deflection and allow for a structurally sound repair /replacement of the invert REAMING AND PIPE INSTALLATION A. Disconnect laterals from host sewer main following approved submittals. B. Provide access pits as required to facilitate pipe reaming insertion process. 1. Locate pits where interference to vehicular traffic and inconvenience to public is minimized. Pipe shall immediately follow the reamer through the bore channel. The reamer overcut should not exceed the maximum diameter of the replacement product by more than 3 inches. No final cuts or connections to HDPE shall be made to the pipe less than four hours after the pipe has reached its' final positio 2. Use sewer house connection locations, changes in sewer line and grade, and sags as access pit locations, and provide access to the sewer from both directions. 3. Prevent damage to adjacent areas during reaming process. C. Do not exceed approved submittal insertion rate or force at any time. Maintain logs verifying rate and force did not exceed submitted calculations. D. Use approved lubricant to ease installation friction. Match lubricants to soil and insertion conditions. E. Dispose of any slurry generated by the installation in accordance with all applicable local, state and federal regulations F. Remove irregular internal bead projections that are not uniform and rolled -back from butt - fused joints. SECTION 02957 PIPE REAMING PAGE 6 OF 8 1 1 3. Confirm that host pipe is ready for reaming. Demonstrate on CCTV recording that major sags (25% of existing pipe diameter or larger) were realigned and obstructions, offset joints, missing or collapsed pipe that could interfere with reaming process were removed. 4. Notify Engineer if reaming is not viable. Provide Engineer with pre- inspection CCTV recording to support assertion. D. Locate and protect existing utilities. E. External point repairs prior to reaming. 1. Prior to reaming, perform external point repair to remove sags, offset joints and reaming constrictions or obstructions that can not be removed internally, and that may impede process or prevent successful completion.. F. Maintaining invert and slope. 1. Ascertain elevations of upstream manhole invert and downstream manhole invert of host sewer main to be reamed as well as intermediate point on mainline for verification that line and grade is maintained. MANHOLE PREPARATION A. Manholes not scheduled to be removed and through which the reamer will pass, shall have the invert removed sufficiently to allow the reamer to pass without deflection and allow for a structurally sound repair /replacement of the invert REAMING AND PIPE INSTALLATION A. Disconnect laterals from host sewer main following approved submittals. B. Provide access pits as required to facilitate pipe reaming insertion process. 1. Locate pits where interference to vehicular traffic and inconvenience to public is minimized. Pipe shall immediately follow the reamer through the bore channel. The reamer overcut should not exceed the maximum diameter of the replacement product by more than 3 inches. No final cuts or connections to HDPE shall be made to the pipe less than four hours after the pipe has reached its' final positio 2. Use sewer house connection locations, changes in sewer line and grade, and sags as access pit locations, and provide access to the sewer from both directions. 3. Prevent damage to adjacent areas during reaming process. C. Do not exceed approved submittal insertion rate or force at any time. Maintain logs verifying rate and force did not exceed submitted calculations. D. Use approved lubricant to ease installation friction. Match lubricants to soil and insertion conditions. E. Dispose of any slurry generated by the installation in accordance with all applicable local, state and federal regulations F. Remove irregular internal bead projections that are not uniform and rolled -back from butt - fused joints. SECTION 02957 PIPE REAMING PAGE 6 OF 8 1 G. Remove and replace improperly reamed sewer mains at no additional cost to the Owner. H. Contractor is responsible for all costs related to inaccurately located or misidentified live /active sewer house connections. 1. Re- connect missed or active taps and abandon erroneously opened connections at no additional cost to the Owner. 3.4 RELAX PERIOD A. Allow inserted HDPE pipes to rest for a period of 4 hours before cutting and trimming replacement pipe or making any manhole connections. B. If replacement pipe exhibits retraction, at end of relax period and after flexible manhole connectors' grout has set, anchor HDPE pipe at manholes following approved submittals. C. After relax period, cut and trim replacement pipe 3 inches inside upstream and downstream manholes. 3.5 MANHOLE RECONNECTION A. Reconnect to manhole following approved submittals. 1. Restrain pipe at manhole wall. 2. Use flexible gasket connector, fuse -on water stop or hydrophobic grout- soaked ' oakum collar embedded in concrete poured or parged across manhole wall opening. B. Flexible gasket connector. 1. Center connector in manhole opening. 2. Grout flexible connector in place in manhole wall, filling all voids for full thickness of manhole wall. 3. If flexible connector is not water tight, embed a fuse -on water -stop collar in manhole wall if required by Engineer. ' C. When flexible gasket connector or fused -on water stop is not used, use quick setting non - shrink grout pipe to manhole connections and bentonite collar, or grout- soaked oakum collar embedded in concrete poured or parged across manhole wall opening. 3.6 FIELD TESTING A. Air test pipe prior to reconnection of house sewer connections. B. Stabilize test pressures for replacement pipe at 4.0 PSIG with a minimum holding time of two minutes and a maximum 0.5 PSIG pressure drop. C. Repair or replace pipelines that fail air tests and re -test at no additional cost to the Owner. D. Perform post- reaming inspection of mainline In accordance with Section 00950 City of Bozeman Modifications to MPWSS, and Section 02957 Pipe Reaming. All CCTV inspections shall be on DVD and provided to Owner. SECTION 02957 PIPE REAMING PAGE 7 OF 8 ' 3.7 RENEW LATERALS A. Renew laterals within 12 hours after reaming and pipe replacement. B. Perform post- inspection of renewed lateral and mainline connection. 3.8 RECONNECTION OF NON - RENEWED LATERALS A. Perform following approved submittals. B. Internally inspect laterals not renewed after mainline reaming. 1. Repair any damaged laterals at no cost to the Owner. 12 u=iIaA KI XGJA 103 CI SECTION 02957 PIPE REAMING PAGE 8 OF 8 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 v of8 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0324 -FO325 Bozeman N Montana Start date /time: Width: Height: Material: Location Code: 2/19/2008 8 VCP Direction: Length surveyed: Weather: Media Label: Downstream 361.5 TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 2 of 2 y At 237,8 ft 101. Omrtted:2244ft .. ... ........_ ,— TF - Tap Factory f. _....... _..__ _.._... ........!�.. :� Category Construction Feature V / At259.1 ft2110 ISZ. Intruding Sealing Other At255.9ft 21.��� ;' Category: Construction Feature TB - Tap Break -in —` i Category: Construction Feature �� ,y, At 281.1 It 101. At 259.1 ft 2/. y ,-+ TF - Tap Factory TFD -Tap Factory Defective — Category: Construction Feature Category: Construction Feature ./.. At 282.6 It 8/4 'ie ie R l,4 J - Roots Med Joint At tti 2/12 �,� �, , Category: 08M RPR - Repair Point At 298.1 ft Category: Structural qv',� MWL- Water Level n ai — At 301.£ft21 •6 - --'� Category: Miscellaneous Feature • TFA - Ta Fa �tor Active P - y - - -� ,, At309.8tt. MWM Water Mark , '�� Categoty. Construction Feature — *� --" � - Category: Miscellaneous Feature ryAt332.3tt10 /. v... — TFA - Tap Factory Active Category Construction Feature ,`•••a. — .,� At 3425 ft JAM - JointAngular Medium Category Structural s At356.9 ft814 At 355.6[t 121 .y FL- Fracture Longitudinal r �� -�'— CM - Crack Multi •� ...._.. _..._ Category, Structu tai.......... _� M ,. y .. rata orStructural g Y �y At 361.6ft AMH - Manhole 0325 Category: Construction Feature >I� At 36 1.5 ft — STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 2 of 2 PROJECT MANUAL Prepared for: City of Bozeman Prepared by: QA/QC: August 2008 Amy Deitchler Craig Pozega, PE Dave Aune, PE ALE�'�' GreatWest engineering TABLE OF CONTENTS MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS The Montana Public Works Standard Specifications, Fifth Edition, March 2003 and 2006 Addendum are incorporated herein by reference and shall be subject to the modifications and additions provided in the following Specifications. SERIES 0 — BIDDING AND CONTRACTING REQUIREMENTS Section Title WRITE SECTION 00100 Invitation to Bid 00200 Instructions to Bidders YELLOW SECTION 00300 Bid Form Bid Bond Form (EJCDC No. C -430 (2002)) WHITE SECTION 00500 Agreement Form 00610 Performance Bond 00615 Payment Bond GOLD SECTION 00910 Special Provisions WHITE SECTION 00950 City of Bozeman Modifications to MPWSS PINK SECTION Wage Rates DIVISION 1— GENERAL REQUIREMENTS Division Title 01041 Project Coordination 01250 Contract Modification Procedures 01275 Measurement and Payment 01290 Payment Procedures 01300 Submittals 01320 Construction Progress Documentation 01400 Contractor Quality Control and Owner Assurance 01500 Construction and Temporary Facilities 01600 Product Requirements 01700 Contract Closeout 01730 Execution Requirements TECHNICAL SPECIFICATIONS Section Title 02230 Site Clearing 02285 Manhole Rehabilitation 02300 Earthwork 02650 Temporary By -Pass Pumping Systems 02953 Television Inspection 02954 Sewer Line and Manhole Cleaning 02955 Cured -in -Place Pipe Liner 02957 Pipe Reaming 02959 Pipe Bursting System APPENDIX A — SOIL BORINGS AND LAB TESTS APPENDIX B — CCTV INPECTION REPORTS f 0 INVITATION TO BID C� 1 SECTION 00100 ' INVITATION TO BID 1 Separate sealed bids for construction of the City of Bozeman 2008 Sewer Rehabilitation Project will be received by the office of City Clerk at the City Hall, 411 East Main Street, P.O. Box 1230, Bozeman, MT 59771 -1230 until 2:00 pm local time on September 16, 2008 and then publicly opened and read aloud. 1 The project consists of rehabilitation of approximately 8,700 linear feet of sewer mains in the City of Bozeman, Montana. Rehabilitation will be achieved by the installation of approximately 6,6001f of Cured -In -Place Pipe (CIPP). The existing sewer mains to be rehabilitated utilizing CIPP are 8 -inch, 10- inch, 12 -inch, and 15 -inch. There is approximately 2,100 feet of 10 -inch pipe to be expanded to 15 -inch. This process must be completed using trenchless technology of either pipe bursting or pipe reaming. ' The contract documents, consisting of half size Drawings and Project Manual, may be examined or obtained at the office of Great West Engineering, located at 2501 Belt View Drive, Helena, MT 59601, phone (406) 449- 1 8627 in accordance with Article 2.01 of Instructions to Bidders. Required deposit is $100.00 per set, which is not refundable. Individual full size plan sets are available upon request for an additional non - refundable deposit of $5.00 per full size plan sheet. 1 In addition, the Drawings and Project Manual may also be examined at the following locations: Bozeman Plan Exchange Montana Contractors Association (Helena) There will be a Pre -Bid Conference at the office of the City of Bozeman at 20 E. Olive on September 9 at 9 1 am. Interested Contractors are encouraged to attend. Contractor and any of the Contractor's Subcontractors bidding or doing work on this project will be required to ' be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, PO Box 8011, 1805 Prospect, Helena MT 59604 -8011. Information on registration can be obtained by calling (406) 444 -7734. All laborers and mechanics employed by Contractor or Subcontractors in performance of the construction work shall be paid wages at rates as 1 required by Montana Prevailing Wage Rates. The Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, in an amount not less than ten percent (10 %) of the total amount of the bid. Successful Bidders shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the 1 amount of one hundred percent (100 %) of the contract amount. Insurance, as required, shall be provided by the successful Bidder(s) and a certificate(s) of that insurance shall be provided. C I Award of the project will be contingent upon award concurrence from the City of Bozeman. No bid may be withdrawn after the scheduled time for the public opening of bids. The right is reserved 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 that is in the best interest of the Owner. The City of Bozeman is an Equal Opportunity Employer. SECTION 00100 INVITATION TO BID PAGE 1 OF 2 I INSTRUCTIONS TO BIDDERS 1 1 [I SECTION 00200 ' INSTRUCTIONS TO BIDDERS I ARTICLE 1 — DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General 1 Conditions and the Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below, which are applicable to both the singular and plural thereof: ' A. "Bidder" — the individual or entity who submits a Bid directly to Owner. 1 B. "Issuing Office" — the office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. "Successful Bidder" — The lowest responsible Bidder submitting a responsive Bid to whom Owner (on the basis of Owner's evaluations as hereinafter provided) makes an award. ' ARTICLE 2 — COPIES OF BIDDING DOCUMENTS ' 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Invitation to Bid may be obtained from the Issuing Office. The deposit will not be refunded. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer ' assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 2.04 The Contractor to whom a contract is awarded will be furnished, without cost to him, four copies of the Specifications and four sets of Drawings, together with all Addenda thereto. Additional copies of Specifications and Drawings may be obtained from the Engineer by the Contractor awarded the contract only on the following basis: ' Full or partial sets of Drawings $5.00 per sheet (Full size) $1.50 per sheet (Half size) Each book of Specifications $100.00 ARTICLE 3 — QUALIFICATION OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five (5) days of Owner's ' request, Bidder shall submit written evidence, such as financial data, previous experience in performing comparable work, present commitments and other such data as may be called for in the Special Provisions. SECTION 00200 ' INSTRUCTIONS TO BIDDERS PAGE 1 OF 13 0 n J d Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in the Special Provisions has been identified and established in paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Responsibility for Adequacy of Data Furnished A. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Access to the Site A. Upon request, Owner will provide Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill and compact all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 Other Work at the Site A. Reference is made to Article 7 of the General Conditions and the Special Provisions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime Contractors) that relates to the Work for which a Bid is to be submitted. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. Examine and carefully study the Bidding Documents including any Addenda and the other related data identified in the Bidding Documents. Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities; B. The Bidder is expected to base his bid on materials and equipment complying fully with the plans and specifications and , in the event he names in his bid materials or equipment which do not conform, he will be responsible for furnishing materials and equipment which fully conform at no change in his bid price; C. Visit the site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; including but not SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 3 OF 13 actual amount of work to be done and materials to be furnished may differ from the estimated quantities, and that the basis for payment under this contract shall be the actual amount of work done and the materials furnished. M. The Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. 4.08 Representation Made by Submitting a Bid A. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences or procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in Bidding Documents and the written resolutions thereof by Engineer are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.09 Questions A. Submit all questions to the Engineer. Replies will be issued to Bidders of record as addenda. Engineer and Owner shall not provide nor be responsible for any oral clarification. ARTICLE 5 — PRE -BID CONFERENCE 5.01 A pre -Bid conference will be held at the time and place listed in the Invitation to Bid. Representatives of Owner and Engineer will be present to discuss the project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 — SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. ' 6.02 Examine documents and conditions at the existing site carefully. No extra payments will be given for conditions which can be determined by examining documents and existing conditions. I ARTICLE 7 — INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ' Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response SECTION 00200 ' INSTRUCTIONS TO BIDDERS PAGE 5 OF 13 1 u Contractor bases his bid on substitute or "or- equal" items, he does so entirely at his own risk. Whenever it is indicted in the Bidding Documents that a substitute or "or equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in Paragraphs 6.05 of the General Conditions and may be supplemented in the General Requirements or Special Provisions. ARTICLE 12 — SUBCONTRACTORS, SUPPLIERS AND OTHERS 12.01 The apparent Successful Bidder, and any other Bidder so requested, shall within five (5) days after Bid opening submit to Engineer a list of all such Subcontractors, Suppliers, individuals or entities proposed for the Work. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor, Supplier, individual or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If the apparent Successful Bidder declines to make any such substitution, the Owner may determine such Bidder to be non - responsive and reject the Bid. Declining to make requested substitution will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any Subcontractor, Supplier, individual or entity so listed and against which Owner and Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection. 12.04 Before submitting a proposal, each Contractor should read the complete Bidding Documents (including all addenda), specifications and plans, including all related documents contained herein, all of which contain provisions applicable not only to the successful Bidder, but also to his subcontractors. ARTICLE 13 — PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents; additional copies may be obtained from the Engineer. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations there from may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. 13.02 All blanks on the Bid Form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each Bid item listed therein. 13.03 Bids which are signed for a corporation shall have the correct corporate name therof signed in handwriting or in typewriting and the signature of the president or other authorized officer of the corporation shall be manually written below the written or typewritten corporate name following the work: SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 7 OF 13 ' and Contract Price will be determined in accordance with ara rap h 11.03 of the General p g Conditions. C. Discrepancies between the multiplication of units of Work and unit price will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. ' ARTICLE 15 — SUBMITTAL OF BID 15.01 Each prospective Bidder is furnished one copy of the Bidding Documents. The Bid form is to be ' completed and submitted with the Bid security along with additional documents, if any, as identified in the Special Provisions. The Bidder shall submit his proposal on the forms bound in these Bidding Documents. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in ' the Invitation to Bid and shall be enclosed in an opaque sealed envelope. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED ". Bids shall be in a ' sealed envelope and addressed to: City Clerk City Hall ' 411 E. Main Street P.O. Box 1230 Bozeman, MT 59771 -1230 The envelope shall also contain the following information: A. Name of Project B. Name of Contractor C. Montana Certificate of Contractor Registration Number ' D. Acknowledge Receipt of Addendum No.: , E. In the lower left -hand corner of the envelope print of type: BID DOCUMENTS – DO ' NOT OPEN UNTIL 2:00 P.M., on September 16, 2008 15.03 A. The Bid will not be considered unless accompanied by proper Bid Security in accordance with Article 8 of these Instructions to Bidders. B. Alternative Bids will not be considered unless called for. ' C. Bids or bid modifications by telephone, telegraph, fax or other telecommunication systems will not be considered. SECTION 00200 ' INSTRUCTIONS TO BIDDERS PAGE 9 OF 13 ' ARTICLE 19 — AWARD OF CONTRACT ' 19.01 Owner reserves the right to reject any and all Bids, including without limitation, nonconforming, nonresponsive, unbalanced or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non - responsible. Owner also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. Owner reserves the right to reject the Bid of any Bidder if Owner believes it would not be in the best interest of the Project to make an award to that Bidder whether because Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of the Bidder and the rejection of all Bids in which that Bidder has an interest. ' 19.03 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice to Proceed. 19.04 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and ' other individuals or entities must be submitted as provided in the Special Provisions. 19.05 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, ' qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, Owner will award the Contract to the responsible Bidder whose Bid, conforming with all material terms and conditions of the Bidding Documents, is lowest price, in the best interest of the Project, and other factors considered. The Owner reserves the right to accept or reject the Bids, or portions of Bids if denoted in the Bid as separate schedules, and to award more than one Bid or schedule for the same Bid if any of the aforementioned combination of Bids or schedules will be in the best interest of the Owner. The Owner reserves the right to ' cancel the award of any Agreement at any time before the complete execution of said Agreement by all parties without any liability against the Owner. 19.07 The Bid Schedule is comprised of three separate, but related schedules of work. To be eligible for award of contract, the Bidder must submit prices for each item in all of the schedules. The purpose of the three separate schedules is to give the Owner maximum flexibility in obtaining the greatest possible amount of work within the limits of the funds available at the time of award. Award of contract will be made on one schedule only. ' The Owner has determined the maximum construction possible within the limit of funds available will be obtained by selection of one of the following schedules, listed below in descending order of importance to the Owner. SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 11 OF 13 1 1 1 D 22.03 Pursuant to Section 15 -50 -205, Montana Codes Annotated, the Owner is required to withhold one (1) percent of all payments due the Contractor and is required to transmit such monies to the State Board of Equalization as part of the Public Contractor's Fee. In like fashion, the Contractor is required to withhold one (1) percent from payments to Subcontractors. Under the statute, these Public Contractor's Fees may be used as credits against income tax and corporation license tax paid or due in Montana. ARTICLE 23 — NOTICE OF EXTENDED PAYMENT PROVISION Pursuant to MCA 28 -2 -2115, Bidders are hereby notified that this contract allows the Owner to make payment within 30 days after approval of the payment request or as otherwise stipulated in the Supplementary Conditions to the General Conditions, SC- 14.02.C. This provision is due to anticipated processing periods associated with funds to be received from state and federal grant and loan agencies. ARTICLE 24 — TELEGRAPHIC MODIFICATION Any Bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not reveal the bid price, but shall only provide the addition or subtraction from the original proposal. Telegraphic proposal modifications must be verified by letter. This written confirmation shall be received no later than three (3) working days following the bid opening or no consideration will be given to the telegraphic modification. ARTICLE 25 — LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful Bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten (10) days after he has received notice of the acceptance of his bid, shall forfeit to the Owner as liquidated damages for such failure or refusal, the security deposited with his bid, as provided in Chapter 5, Section 6 -501, Revised Codes of Montana, 1947. END OF SECTION n n SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 13 OF 13 r ,'� 1 u III-Em ID r L SECTION 00300 ■ I BID FORM ' PROJECT IDENTIFICATION: 2008 Sewer Rehabilitation Project (Name of Project) Bozeman. MT (Location) ■ (If applicable, Project or portion of Project for which Bid is submitted) ■ THIS BID SUBMITTED TO: ' 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and ' Instruction to Bidders, including without limitations those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ' 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data ' identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged the following Addenda: ' Addendum No. Addendum Date ■ SECTION 00300 BID FORM PAGE 1 OF 11 City Clerk. City Hall ■ (Organization) 411 E. Main, PO Box 1230 (Street; PO Box) Bozeman, MT 59771 -1230 ' (City) (State) (Zip Code) ' 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and ' Instruction to Bidders, including without limitations those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ' 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data ' identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged the following Addenda: ' Addendum No. Addendum Date ■ SECTION 00300 BID FORM PAGE 1 OF 11 1 ' B. Bidder has visited the site and become familiar with and is satisfied as to local, and Site conditions that may affect cost, progress, and performance t of he Work. t C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. ' D. Bidder has carefully studied all (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or ' relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or ' which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by Owner and others at 1 the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents. 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. '4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or ' rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4.02 The Bidder certifies that no official of the Owner, Engineer or any member of such officials immediate ' family, has direct or indirect interest in the ecuni p ary profits or Contracts of the Bidder. SECTION 00300 BID FORM PAGE 2 OF 11 . ■ 1 ■ Bidder represents that he has reviewed applicable State and federal laws, Civil Rights and tax requirements and will comply. 1 ork in accordance with the Contract Documents for the following The Bidder will complete the W price(s): CITY OF BOZEMAN 2008 SEWER REHABILITATION PROJECT ■ SCHEDULE A — CURED- IN-PLACE PIPE (CIPP) REHABILITATION BASE BID SHEETS . Unit Quantity Item No. _ ■. LS 1 Mobilization $ HR 10 Exploratory Excavation $ LS 1 Traffic Control $ 4. EA 8 Manhole Trough & Bench ', Reconstruction $ 5. EA 9 Manhole Bench Repair ■ $ Unit Price Total Price a 00 $ 0,300 0 - CQ du Oa0 $ dd yn dd 300 $ 6. LF 1,110 8" CIPP Sewer Main Rehabilitation SECTION 00300 ov BID FORM o_ $ ��� ■ $ 7. LF 2,200 10" CIPP Sewer Main Rehabilitation s $ ou ' 4T6 , 11 0 ■ $ 8. LF 1,480 12" CIPP Sewer Main d= 00 G�C� 0 Rehabilitation $ $ d 9. PP Sewer Main " LF 1 850 15 CI Rehabilitation 00 $ 6 -0 a ■ $ • 10. EA 165 CIPP Reinstatement of Service o= Connection $ too $ ■ • 11. EA 5 New 4" Service Connection ■ 12. EA 20 New 6" Service Connection ■ 0� dd o% Od 0 �o SECTION 00300 ■ BID FORM PAGE 3 OF 1 I o% Od 0 �o ' CITY OF BOZEMAN 2008 SEWER REHABILITATION PROJECT SCHEDULE A — CURED -IN-PLACE PIPE (CIPP) REHABILITATION BASE BID SHEETS , Bid Item Unit Quantity Item Unit Price Total Price Vn 1 13. LF 50 4" PVC SDR 35 Sewer Service Pipe °� 14. LF 150 6" PVC SDR 35 Sewer Service � r Pipe $ ��� $ �� 1 i✓�(, 15. CY 100 Imported Backfill Du $ ��o $ 7� C70 16. SY 750 Pavement Removal and 1 Replacement $ li I TOTAL Bid Price (Base Bid) ' TOTAL Estimated Base Bid Price 1 • O� $ *id.7q� (Figures) 1" AA, ('/Cj1t *V V 174 f� (W SECTION 00300 BID FORM PAGE 4 OF 11 1 Co �o $ x,1906 ` $ Poo r 13. LF 50 4" PVC SDR 35 Sewer Service Pipe $ $ �, Ot1c7 14. LF 150 6" PVC SDR 35 Sewer Service Pipe SECTION 00300 BID FORM PAGE 5 OF 1 I J $ 7s $ II,Zs� CITY OF BOZEMAN 2008 SEWER REHABILITATION PROJECT ' SCHEDULE B — CIPP AND LINCOLN STREET (10 +00 —12 +63.05) REHABILITATION BASE BID SHEETS ' Bid Item No. Unit Quantity Item Unit Price Total Price 1. LS 1 Mobilization $ �Sdao' $ y,� ' 2. HR 15 Exploratory Excavation _ $ Aso $ ' 3. LS 1 Traffic Control 0° $ d $ DO y0, o �d �(, � 0 4. EA 8 Manhole Trough & Bench ' Reconstruction �u 5. EA 9 Manhole Bench Repair ' $ a0 0 o �- 6. LF 1,110 8 CIPP Sewer Main Rehabilitation $ $ ZG Gyo 7. LF 2,200 10" CIPP Sewer Main Rehabilitation 8. LF 1,480 12" CIPP Sewer Main ' Rehabilitation $ 3D °' 00 9. LF 1,850 15" CIPP Sewer Main Rehabilitation u 10. EA 165 CIPP Reinstatement of Service ' Connection $ /� ,, �!� ! = 11. EA 5 New 4" Service Connection $ 1, ' -O- 0 12. EA 20 New 6" Service Connection 1 Co �o $ x,1906 ` $ Poo r 13. LF 50 4" PVC SDR 35 Sewer Service Pipe $ $ �, Ot1c7 14. LF 150 6" PVC SDR 35 Sewer Service Pipe SECTION 00300 BID FORM PAGE 5 OF 1 I J $ 7s $ II,Zs� TOTAL Bid Price (Base Bid) TOTAL Estimated Base Bid Price it SECTION 00300 ' BID FORM PAGE 6 OF 11 //� ) l V TS CITY OF BOZEMAN 2008 SEWER REHABILITATION SCHEDULE B — CIPP AND LINCOLN STREET (10+00 PROJECT —12 +63.05) REHABILITATION BASE BID SHEETS ' Bid Item No. Unit Quantity Item Unit Price Total Price 15. CY 100 Imported Backfill : �S $ $ 16. SY 750 Pavement Removal and Replacement $ 17. LF 270 10" To 15" Trench less Sewer Main ' Rehabilitation /Gv, 757 $ TOTAL Bid Price (Base Bid) TOTAL Estimated Base Bid Price it SECTION 00300 ' BID FORM PAGE 6 OF 11 //� ) l V TS I . CITY OF BOZEMAN I 2008 SEWER REHABILITATION PROJECT SCHEDULE C — CIPP AND LINCOLN STREET (10+00 — 31 +14.39) REHABILITATION BASE BID SHEETS Bid Item No. Unit Quantity Item Unit Price Total Price LS 1 Mobilization $ ' 2. I1R 20 Exploratory Excavation v 1 3. LS 1 Traffic Control ' 4. EA 8 Manhole Trough & Bench Reconstruction dd ' 5. EA 9 Manhole Bench Repair $ A yS 6. LF 1,110 8" CIPP Sewer Main Rehabilitation $ 7. LF 2,200 10" CIPP Sewer Main Rehabilitation $ �- ov 8. LF 1,480 12" CIPP Sewer Main ' Rehabilitation Ck, 9. LF 1,850 15" CIPP Sewer Main ' Rehabilitation - $ 10. EA 165 CIPP Reinstatement of Service Connection � $ 7dn $ 11. EA 5 New 4" Service Connection ' — $ $ 67J� 12. EA 20 New 6" Service Connection 13. LF 50 4" PVC SDR 35 Sewer Service Pipe o u 14. LF 150 6 PVC SDR 35 Sewer Service Pipe SECTION 00300 ' BID FORM PAGE OF 11 .7 I CITY OF BOZEMAN 2008 SEWER REHABILITATION PROJECT SCHEDULE C — CIPP AND LINCOLN STREET (10+00 — 31 +14.39) REHABILITATION B ASE BID SHEETS Bid Item Unit Quantity Item Unit Price Total Price No. 15. CY 100 Imported Backfill $ 7� $ 7sdo 16. SY 750 Pavement Removal and Replacement 17: LF 2,125 10" To 15" Trench less Sewer Main Rehabilitation 18. EA 3 10" To 15" Trenchless Sewer Main Rehabilitation Sewer Service r eo Connection $ x. $ Z S S TOTAL Bid Price (Base Bid) TOTAL Estimated Base Bid Price SECTION 00300 BID FORM PAGE 8 OF 11 (Figures) /", 7 7 �� lfS /,/" xz, 1 A. Unit Prices have been computed in accordance with paragraph 11.03.B. of the General Conditions. 1 LI I� i B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. D. The Owner reserves the right to reject any or all bids. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages and payments to Owner for additional Engineering services in the event of failure to complete the Work within the times stated in the Agreement. 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions To Bidders. Montana Contractor's Registration # $3l 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to iders, General Conditions, and the Supplementary Conditions. SUBMITTED on dF�� �� g Employer's Tax IDNo W — VYS 1Z 6 $ If Bidder is: An Individual: (Name typed or printed) Bv- (Individual's Signature) Doing business as: SECTION 00300 BID FORM PAGE 9 OF 1 I (SEAL) Business Address: Phone No.: A Partnership: _ (Partnership Name) By: Fax No: (Signature) (SEAL) (Name, typed or printed) Business Address: Phone No.: A Corporation: flu (SEAL) (Corporation Name) State of Incorporation: Type (Genera es�Proffessional, ery By: tl� s. fGG�T - t1'C/5 Attest: I (Signature of Business Address: 7ax o: j GO �POR.gp��'o roc.. g = SEAL Limited Liability ��j z — � �iy eew - ns TF q ex is n (CORPM TE SEAL) Phone No.: 7 QU 77 / �J D�O FAX No: _7 01� ' 7`t " �7 �� 3 Date of Qualification To Do Business Is: A Joint Venture: Each Joint Venture Must Sign Joint Venturer (1) Name: (SEAL) (Name) By: SECTION 00300 BID FORM PAGE 10 OF 11 hand �� Y/ _ :� •c (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: Joint Venturer (2) Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No: (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) END OF SECTION SECTION 00300 BID FORM PAGE 11 OF 11 FAX No: r_ AGREEMENT FORM SECTION 00500 AGREEMENT FORM This Agreement is dated as of the day of in the year 2 008 , by and between City of Bozeman hereinafter called "Owner" and Planned and Engineered Construction Inc ., hereinafter called "Contractor ". Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The project consists of rehabilitation of sewer mains in the City of Bozeman, Montana. Rehabilitation will be achieved by the installation of approximately 6,6001f of Cured -In -Place Pipe (CIPP). The existing sewer mains to be rehabilitated utilizing CIPP are 8-inch, 10-inch, 12- inch, and 15 -inch. ARTICLE 2 — THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2008 Sewer Rehabilitation Project — Schedule A. ARTICLE 3 — ENGINEER 3.01 The Project has been designed by Great West Engineering, Inc. (Engineer), who is hereinafter called Engineer and who is to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. t ARTICLE 4 — CONTRACT TIME 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion and Final Payment A. The Work will be substantially completed within 60 calendar days after the date when the ' Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 60 calendar days after the date of substantial completion. 4.03 Liquidated Damages ' A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General ' Conditions. The parties also recognize the delays, expense, and difficulties involved in proving SECTION 00500 AGREEMENT FORM 1 PAGE I OF 8 in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner Five Hundred dollars ($500.00) for each day that expires after the time specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner Five Hundred dollars ($500 00) for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 — CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the quantity of that item that is constructed and accepted. Unit prices are those listed in the Unit Price Schedule of the Bid Form. Estimated quantities used for bidding purposes are not guaranteed, payment will be for actual quantities as determined by ENGINEER in accordance with Article 9.07 of the General Conditions. Unit prices have been computed as provided in Paragraph 11.03 of the General Conditions. ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the Contract Documents. 6.02 Progress Payments; Retainage A. Owner shall make progress payments in accordance with Article 14 of the General Conditions on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Form for that item. ' 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the sum of the unit price items less the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, in accordance with Paragraph 14.02 of the General Conditions: a. The Owner shall retain five percent (5 %) of the amount of each payment until final completion and acceptance of all Work covered by the Contract ' Documents. b. Retainage will be five percent (5 %) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by ' documentation satisfactory to Owner as provided in paragraph 14.02 of General Conditions). SECTION 00500 AGREEMENT FORM PAGE 2 OF 8 Upon Substantial Completion, and at the Owner's discretion, shall pay an amount of retainage may be further reduced if requested by the Contractor. � 1 6.03 Final Payment A. Upon final completion and acceptance of the work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 14.07. I ARTICLE 7 — INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS ' 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents (including all Addenda) listed in paragraph 9 and the other related data identified in the Bidding Documents. B. Contractor has visited the site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground facilities at or contiguous to the site. E. Contractor has obtained and carefully studied (or assumes responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents, to be employed by the Contractor and safety precautions and programs incident thereto. SECTION 00500 AGREEMENT FORM PAGE 3 OF 8 r F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. � I ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 8, inclusive). 2. Bid Form (Contractor's Bid pages 1 to 11, inclusive). 3. Performance bond (pages 1 to _, inclusive). � I � I � I � I - 4. Payment bond (pages 1 to _, inclusive). 5. Other bonds. a. Bid Bond (pages 1 to 3, inclusive). 6. Standard General Conditions of the Construction Contract (not attached to the Agreement) - Section 00700 Montana Public Works Standard Specifications (pages 1 to 40, inclusive). 7. Supplementary Conditions to the General Conditions (not attached to the Agreement) - Section 00810 Montana Public Works Standard Specifications (pages 1 to 12, inclusive). 8. Special Provisions (pages 1 to 13 inclusive). Ul 11 Ul 9. Montana Prevailing Wage Rates (pages 1 to 20, inclusive). 10. Specifications as listed in the table of contents of the Project Manual. SECTION 00500 AGREEMENTFORM PAGE 4 OF 8 11. Drawings consisting of a cover sheet and sheets numbered 1 through 13 with each sheet bearing the following general title: 2008 Sewer Rehabilitation Project 12. Addenda (numbers 1 to 2, inclusive). 13. Exhibits to this Agreement (enumerated as follows): 14. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments. Notice to Proceed. Work Change Directives. d. Change Order(s). 15. The Montana Public Works Standard Specifications, Fifth Edition, March 2003 and 2006 Addendum, collectively referred to as the MPWSS, as may be modified by the above Contract Documents. (The MPWSS is not attached to the Agreement.) B. The documents listed in Paragraph 9.0I.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 — MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, 1 specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal SECTION 00500 AGREEMENT FORM PAGE 5 OF 8 r representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 1 t 1 SECTION 00500 AGREEMENT FORM PAGE 6 OF 8 G IN WITNESS WHEREOF, Owner and Contractor have signed six (6) copies of this Agreement. The Owner, Contractor, Engineer, and Funding Agencies all receive an original signed copy of this agreement. All portions of the Contract Documents have been signed, initialed, or identified by Owner and Contractor or identified by Engineer on their behalf. This Agreement will be effective on This Agreement shall not be effective unless and until Agency's designated representative concurs. OWNER: City of Bozeman By: Title: rZ G VV-k CA �P- [CORPORATE SEAL] Attest: P I ( ul��� Title: Address for giving notices: Phone No. Fax No. 1 1 CONTRACTOR Planned and E ne red Construction. Ines -- .-t [CORPORATE SEAL] Attest: Title: S E cue -r r4 A t- Address for giving notices: 3400 Centennial Drive (CORPORATE SEAL) I (If OWNER is public body, attach evidence of authority to sign and resolution or other documents authorizing Helena, MT 59604 Phone No.(406) 447 -5050 Fax No.(406) 443 -8583 P ca SEAL (SEAL) Contractor Registration No. b3ly Agent for service of process: ys eG (If Contractor is a corporation or a partnership, rP P P� evidence of authority to sign.) SECTION 00500 AGREEMENT FORM PAGE 7 OF 8 Owners Designated Representative: Contractor's Designated Representative: Name: Robert Murray, Jr Name: Chris Peccia Title: Project Engineer Title: President Address: P.O. Box 1230 Address: 3400 Centennial Drive Bozeman, MT 59771 Helena, MT 59601 Phone: (406) 582 -2280 Phone: (406) 447 -5050 Fax: (406) 582 -2263 Fax: (406) 443 -8583 END OF SECTION SECTION 00500 AGREEMENT FORM PAGE 8 OF 8 1 1 - 1 PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name, and Address of Principal Place of Planned and Engineered Construction, Inc. Business): 3400 Centennial Drive Berkley Regional Insurance Company Helena, MT 59604 11201 Douglas Avenue OWNER (Name and Address): Des Moines IA 50322 City of Bozeman 411 East Main Street Bozeman, MT 59771 -1230 CONTRACT Effective Date of Agreement: Itia -10 Amount: $440,790.00 Four Hundred Forty Thousand Seven Hundred Ninety Dollars and 00/100 Description (Name and Location): 20 08 Sewer Rehabilitation Project BOND Bond Number: 0132605 Date (Not earlie th n Effective Date of Agreement): (Z Og Amount: $440, 90. 0 Four Hundred Forty Thousand Seven Hundred Ninety Dollars and 00/100 Modifications to this Bond Form: None 1 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 Planned and Engineere A Construction, Inc. (Seal) Berkley Regional Insurance Company (S 1) CoW,4,0", d Corporate Seal Surety's Name and Corporate Seal By: By: , � �L Signature (Attach Power of Attorney) �� i Title Attest: NR: n Signature Title Attorney -in -Fact Title Attest: / ):�=K —� Si ggn � at J ure Title Note: Provide execution by additional parties, such as joint venturers, if necessary. {MW001504;1) EJCDC C- 615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 3 Jonathan M. Emmons Print Name I� 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non - payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 11 L t 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. Reserved. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. {MW001504;1} EJCDC C- 615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 3 u II I � 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first -tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address, and Telephone)Payne Financial Group, Inc. Surety Agency or Broker: 1200 N. Montana Avenue, Helena, MT 59604 406 - 457 -2124 Owner's Representative (Engineer or other): {MW001504;1) EJCDC C- 615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Planned and Engineered Construction, Inc. 3400 Centennial Drive Helena, MT 59604 OWNER (Name and Address): City of Bozeman 411 East Main Street Bozeman, MT 59771 -1230 SURETY (Name, and Address of Principal Place of Business): Berkley Regional Insurance Company 11201 Douglas Avenue Des Moines, IA 50322 CONTRACT Effective Date of Agreement: 11/p,1 Amount: $440,790.00 Four Hundred Forty Thousand Seven Hundred Ninety Dollars and 00/100 Description (Name and Location): 2008 Sewer Rehabilitation Project BOND Bond Number: 0132605 Date (Not earlie th n Effective Date of Agreement): (VI 09 Amount: $440,790.00 Four Hundred Forty Thousand Seven Hundred Ninety Dollars and 00/100 Modifications to this Bond Form: None 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 Planned and Engine onstruction,Inc. (Seal) Contractor's e itqotorporate Seal By: `fir i n ure SEAL ri ame .. SURETY Berkley Regional Insurance Company Surety's Name and Corporate Seal By: Signature (A t h Power of Attorney)� Title Attest: Attest: Signature W MG5 Title Jonathan M. Emmons Print Name Attorney -in -Fact Titl Signature Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C -610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Pase 1 of 1 Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C -610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Paze 2 of 2 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non - performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY— (Name, Address and Telephonef ayne Financial Group, Inc. Surety Agency or Broker: 1200 N. Montana Avenue, Helena, MT 59604 406 - 457 -2124 Owner's Representative (Engineer or other party): EJCDC C -610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Pate 3 of 3 . r POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE No. 7810 NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, Connecticut, has made, constituted and appointed, and does by these presents make, constitute and appoint: Jonathan M. Emmons, Patrick S. McCutcheon or Sharon M. Pfeiffer of Payne Financial Group, Inc. of Helena, MT its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Thirty Million and 00 /100 Dollars ($30,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this —Ir day of i - • , 2008. Attest - -- Berkley Re 1 Insurance Company (Seal) By ; By Ira S. Lederman Robert P. Cole Senior Vice President & Secretary Senior Vice President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this d day of '' -'`'� , 2008, by Robert P. Cole and Ira S. Lederman who are swom to me to be the Senior Vice President, and the Senior Vice President an� , respectively, of Berkley Regional Insurance Company. EILEEN KILLEEN NOTARY PUBLIC Notary Public, State of Connecticut W COMMISSION EXPIRES JUNE 30, 2012 CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this day of 044;� - Zr -410 (Seal) I John F eers PEC, Inc. Planned and Engineered Construction Telephone 406/447 -5050 3400 Centennial Drive Fax 406/443 -8583 Helena, MT 59601 www pechelenamru CORPORATE AUTHORIZATION RESOLUTION WHEREAS: PEC, Inc. is an active corporation being incorporated in the State of Montana, and that the President and Secretary are duly elected officers of the Corporation as evidenced and recorded in the official minutes; NOW THEREFORE; IT IS HEREBY RESOLVED that the either the President, Vice President, or Secretary,is authorized and empowered to carry on the activities necessary to operate the Corporation including but not limited to hiring employees, making purchases, borrowing money, writing checks., bidding projects, filing reports, executing contracts, and other activities common to operating a business. Additionally, Gary M. Vetsch is authorized to witness the signatures of the corporate officers on contracts and other activities common to operating a business. IN WITNESS WHEREOF, the following being all of the Directors of the Corporation hereby approved this Resolution on the 17th day of July. 2007. Name and Title or Position Certification of Authority 1 I further certify that the Board of Directors of the Corporation has, and at the time of adoption of this resolution had, full power and lawful authority to adopt the foregoing resolutions and to confer the powers granted to the persons named who have full power and lawful authority to exercise the same. In Witness WhejRof7have subscribed my name to this document and affixed the seal of the Corporation on Jul �j 2 te). ' At ne Other Officer Secretary State of Montana County of Lewis and Clark ' Signed and sworn to before me on July 17, 2007 by Don Harriott n Slgna ure of no arial officer ' My commission expires: Pofflas-WomMoorp rQsolution Residing at Helena, MT 1 1 Chris Pecci2, President Robert J. Peccia, Vice President Don Harriott. Secretary ' Edward C. Kerins, Treasurer Certification of Authority 1 I further certify that the Board of Directors of the Corporation has, and at the time of adoption of this resolution had, full power and lawful authority to adopt the foregoing resolutions and to confer the powers granted to the persons named who have full power and lawful authority to exercise the same. In Witness WhejRof7have subscribed my name to this document and affixed the seal of the Corporation on Jul �j 2 te). ' At ne Other Officer Secretary State of Montana County of Lewis and Clark ' Signed and sworn to before me on July 17, 2007 by Don Harriott n Slgna ure of no arial officer ' My commission expires: Pofflas-WomMoorp rQsolution Residing at Helena, MT 1 1 II Notice of Award ' Dated October 20.2008 Project: Owner: Owner's Contract No.: ' City of Bozeman 2008 Sewer City of Bozeman Rehabilitation Project Engineer's Project No.: Contract: 1 -08121 2008 Sewer Rehabilitation Project — Schedule A ' Bidder: Planned and Engineered Construction, Inc. Bidders Address: (send Certified Mail, Return Receipt Requested) 3400 Centennial Drive ' Helena, MT 59601 ' You are notified that your Bid dated September 29. 2008 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for the City of Bozeman 2008 Sewer Rehabilitation Project — Schedule A. ' The Contract Price of your Contract is Four Hundred Forty Thousand Seven Hundred Ninety Dollars ($440.790) 6 copies of each of the proposed Contract Documents (including Drawings) accompany this Notice of Award. You must comply with the following conditions precedent within 15 days of the date you receive this Notice of Award. 1. Deliver to the Owner 6 fully executed counterparts of the Contract Documents. ' 2. Deliver with the executed Contract Documents the Contract security bonds as specified in the Instructions to Bidders (Article 20) and General Conditions (Paragraph 5.01). ' 3. Other conditions precedent: Insurance (Fire Pub lic Liability & Property Damage Al] Risk Builders) i accordanc with MPW Suvplementary Conditions to the General Conditions SC 5.02 — SC 5.06 ' Workers Compensation Insurance Coverag Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this ' Notice of Award and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the ' Contract Documents. Ci C`�iof BB B -0 " /� �"" Authorized Signature I t `G 1 1 ✓l �2 t Title Copy to Engineer L 1 Page 1 of 1 EJCDC No. C -510 (2002 Edition) Prepared by the Engineers' Joint Contract Documents Committee and endorsed by the Associated General Contractors of America and the Construction Specifications Institute. 1 Client#: 17189 PI ANNFnF ' CERTIFICATE HOLDER City of Bozeman ' PO Box 1230 Bozeman, MT 59771 -1230 ACORD 25 (2001/08) 1 of 2 #S352591/M344422 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL A_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE c �. I ICS 0 ACORD CORPORATION 1988 CERTIFICATE OF LIABILITY INSURANCE ' ACORD ,. 11105/08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Montana International Ins. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A Member of Payne Financial Group HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ' ALTER P.O. Box 6127 THE COVERAGE AFFORDED BY THE POLICIES BELOW. Helena, MT 59604 -0638 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: Cincinnati Insurance Company Planned &Engineered Construction, Inc. ' 3400 Centennial Drive INSURER B: INSURER C: Helena, MT 59601 INSURER D: E: ' INSURER COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ' POLICIES. N LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MM DD/YY DATE MM /DD LIMITS A GENERAL LIABILITY CPP0836740 05/01108 05/01/09 EACH OCCURRENCE $1, 000 , 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $500 PREMISES (E. ' CLAIMS MADE Ex OCCUR MED EXP (Any one person) $10, 000 X PD Ded:5 PERSONAL & ADV INJURY $1, 000,000 t GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2, 000,000 PRODUCTS - COMP /OP AGG s2, 000,000 POLICY P LOC A AUTOMOBILE LIABILITY CPP0836740 05/01/08 05/01/09 X ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ' ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ OTHER THAN EA ACC $ ' 1 ANY AUTO 0 $ AUTO ONLY: AGG A EXCESS /UMBRELLA LIABILITY CPP0836740 05/01/08 05/01/09 EACH OCCURRENCE $4000000 ' X OCCUR 1-1 CLAIMS MADE AGGREGATE s4,000, $ DEDUCTIBLE $ X RETENTION $ O ' WORKERS COMPENSATION AND WC STATU- OTH- I ER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EACH ACCIDENT $ rE.L. DISEASE - EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? If yes, describe under DISEASE - POLICY LIMIT $ SPECIAL PROVISIONS below A OTHER Builder Risk CPP0836740 05/01/08 05/01/09 000,000 Deductible $1,000 ' DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: City of Bozeman Sewer Rehabilitation Project Agreement. City of Bozeman and Great West Engineering are included as additional ' insured. ' CERTIFICATE HOLDER City of Bozeman ' PO Box 1230 Bozeman, MT 59771 -1230 ACORD 25 (2001/08) 1 of 2 #S352591/M344422 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL A_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE c �. I ICS 0 ACORD CORPORATION 1988 ' IMPORTANT 1 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement ' on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between ' the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25S (2001108) 2 of 2 #S352591/M344422 Client #: 17189 PLANNEDE DATE (MM/D 'u ACORD CERTIFICATE OF LIABILITY INSURANCE 11/05/08 P RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Montana International Ins. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A Member of Payne Financial Group HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 6127 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Helena, MT 59604 -0638 INSURERS AFF ORDING COV ERAGE NAIC # INSURED M Planned & Engineered Construction,lnc. 3400 Centennial Drive Helena, MT 59601 INSURER A: ontana State Fund INSURERS: INSURER C: INSURER D: INSURER E: COVERAGES 1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD' POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM DD/YY DATE MM D/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED nos $ CLAIMS MADE D OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GE N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ POLICY PRO- JECT LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANYAUTO $ AUTO ONLY: qGG EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR FI CLAIMS MADE $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND 033053729 05101/08 05101/09 X WC STATU- OTH- ' Ry EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: City of Bozeman Sewer Rehabilitation Project Agreement. r City of Bozeman PO Box 1230 Bozeman, MT 59771 -1230 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL --45_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE ` ACORD 25 (2001/08 1 of 2 #S352593/M327529 ICS o ACORD CORPORATION 1988 1 ' IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement ' on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate ' holder in lieu of such endorsement(s). ' DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between ' the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. II ]I ]I 71 I . ACORD 25-S (2001108) 2 of 2 #S352593/M327529 1 u SPECIAL PROVISIONS 7 !7 � I � I SECTION 00910 SPECIAL PROVISIONS SPECIALPROVISIONS ................................................................................................ ..............................1 SP -01 GENERAL .............................................................................................. ..............................1 SP -02 AWARD OF CONTRACT .................................................................... ............................... I SP -03 TIME OF COMMENCEMENT AND COMPLETION DATE ............. ............................... l SP -04 LIQUIDATED DAMAGES .................................................................... ..............................1 SP -05 COST LIMITATIONS ............................................................................ ..............................2 SP -06 NAMES, PRODUCTS AND SUBSTITUTIONS ................................... ..............................2 SP -07 APPROVAL OF EQUIPMENT AND MATERIAL ............................... ..............................2 SP -08 BIDDER'S QUALIFICATIONS ............................................................. ..............................2 SP -09 WARRANTY .......................................................................................... ..............................2 SP -10 SCHEDULING ....................................................................................... ..............................2 SP -1 I PRECONSTRUCTION CONFERENCE ................................................ ..............................3 SP -12 SHOP AND FABRICATION DRAWINGS ........................................... ..............................3 SP -13 UNDERGROUND UTILITIES .............................................................. ..............................3 SP -14 TRAFFIC CONTROL ............................................................................. ..............................3 SP -15 DISPOSAL, EROSION, WATER POLLUTION, AND SILTATION CONTROL .............4 SP -16 PROTECTION OF EXISTING PAVEMENT ........................................ ..............................4 SP -17 OPERATION OF EXISTING AND NEW VALVES ............................ ..............................5 SP -18 SALVAGEABLE ITEMS ....................................................................... ..............................5 SP -19 ACCESS TO RECORDS ........................................................................ ..............................5 SP -20 INSURANCE ......................................................................................... ............................... 5 SP -21 INCORPORATION OF THE MPWSS ................................................... ..............................5 SP -22 SUBSURFACE AND PHYSICAL CONDITIONS ................................ ..............................6 SP -23 PETROLEUM CONTAMINATED SOILS ............................................ ..............................6 SP -24 SPOIL ...................................................................................................... ..............................6 SP -25 DEWATERING ...................................................................................... ..............................7 SP -26 CONSTRUCTION SEQUENCING ........................................................ ..............................7 SP -27 LANDSCAPED AREAS ........................................................................ ..............................7 SP -28 REMOVAL AND REPLACEMENT OF FENCES, SIGNS, SIDEWALKS, CURBS, GUTTERS, POSTS, BARRICADES, ETC ............................................ ..............................8 SP -29 EASEMENTS, CONSTRUCTION LIMITS, AND RIGHT -OF -WAY . ..............................8 F I SPECIAL PROVISIONS SP -01 GENERAL All work shall be performed in accordance with applicable sections of the Montana Public Works Standard Specifications, Fourth Edition (MPWSS -5th), published March, 2003, including all addenda, which by this reference are hereby included as part of this specification as modified herein by the City of Bozeman. All correspondence and official authorization concerning the work shall be with the City Engineer or his designated representatives as identified at the preconstruction meeting. Any changes in the work or ' schedule not authorized by the above shall be deemed as unauthorized and shall be done at Contractor's risk at no cost to the Owner. All damages, reparations, and costs thus incurred during the progress of such unauthorized work shall be borne exclusively by the Contractor. 1 SP -02 AWARD OF CONTRACT The award of the contract, if awarded, will be made within the period specified in the Invitation to Bid to the lowest responsible Bidder whose bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter, mailed to the address shown on the bid, that his bid has been accepted and that he has been awarded a contract. The bid schedules may be awarded as a single total combined contract, may be awarded singly as separate contracts, or in any combination of schedules which result in the lowest project cost to the Owner. ' SP -03 TIME OF COMMENCEMENT AND COMPLETION DATE The beginning of the contract time shall be stated in a written NOTICE TO PROCEED written by the City Engineer to the Contractor. In establishing the date when contract time begins, the Engineer will ' consider that the contract time begins following delivery of the NOTICE TO PROCEED. The contract time will expire automatically the number of calendar days stated as contract time, except as the contract time may be extended by change order. A Notice to Proceed may be given at any time within thirty days ' after the Effective Date of the Agreement. In no event will the Contract Time commence to run later than the seventy -fifth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. SP -04 LIQUIDATED DAMAGES ' Subject to the provisions of the contract documents, the Owner shall be entitled to liquidated damages for failure of the Bidder to complete the work within the specified contract time. The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses incurred by the ' Owner during the contract time overrun. As compensation for expenses incurred, the Contractor shall be assessed a liquidated damage of $500.00 per calendar day for each day that the work remains uncompleted beyond the contract period. Liquidated damages shall be paid by deduction from monthly progress payments and the final payment. SECTION 00910 1 SPECIAL PROVISIONS PAGE 1 OF 13 1 r— L 1 SP -11 PRECONSTRUCTION CONFERENCE After the contract(s) have been awarded, but before the start of construction, a preconstruction conference will be held at the site of the project for the purpose of discussing requirements on such matters as project supervision, on -site inspection, progress schedules and reports, payrolls, payment to contractors, contract change orders, insurance, safety, and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel and a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. SP -12 SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings, design mix information, material testing compliance data, and other data in accordance with the General Conditions. Following review, the Contractor shall resubmit copies of any drawings which required revision or correction. Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions, inadequate design performance requirements, schedule requirements, and proper operation of any item required under the Contract. Not withstanding any such review, Contractor shall remain solely responsible for full and complete performance in accordance with the terms, conditions, provisions, drawings and specifications set forth in the Contract Documents. SP -13 UNDERGROUND UTILITIES The Contractor shall be responsible for checking with the Owners of the underground utilities such as the City, County, power and telephone companies, etc., as to the location of their underground installations in the project area. The Contractor shall be solely responsible for any damage done to these installations due to failure to locate them or to properly protect them when their location is known. It shall be solely the responsibility of the Contractor to fully coordinate his work with the agencies and to keep them infonned of his construction activities so that these vital installations are fully protected at all times. A Montana One -Call system (1- 800 - 424 -5555) has been established to facilitate requests for underground facility location information. The Contractor is cautioned that all utilities may not be on this system. SP -14 TRAFFIC CONTROL The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of City streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. Barricade function, design and construction shall conform to the latest edition of the Manual on Uniform Traffic Control Devices and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana, latest edition. Should construction of the project require the closure of any streets, roads or highways or require night- time or long -term traffic control, the Contractor shall be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. In regards to closures, the plan shall include specific details on traffic detours and estimated duration of the closures. Details of signing, barricades, flagging and other traffic control devices shall be included, SECTION 00910 SPECIAL PROVISIONS PAGE 3 OF 13 I SP -17 OPERATION OF EXISTING AND NEW VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only. The Contractor shall not operate any existing valves without the written consent of the ' City of Bozeman. When new or existing valves are used to take water from the City of Bozeman water distribution system, they shall be operated by City of Bozeman personnel only. The City of Bozeman will provide a backflow preventer assembly connected to a hydrant for the ' Contractor's use. The hydrant will be turned on and the Contractor will operate the valve on the downstream side of the backflow prevention valve. ' SP -18 SALVAGEABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of ' the City of Bozeman and shall be delivered to a site specified by the City of Bozeman. Should the City of Bozeman choose not to accept any salvageable items, then the Contractor shall dispose of those items at his expense at a site or landfill acceptable to the Engineer. Any costs for the above work shall be at the ' Contractor's expense. SP -19 ACCESS TO RECORDS The Contractor shall allow access to any books, documents, papers or records which are directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duly authorized representatives for the purpose of making an audit, examination, excerpts or transcriptions. ' SP -20 INSURANCE Insurance coverages required under this contract shall extend, at a minimum, to the end of the contract time. ' SP -21 INCORPORATION OF THE MPWSS The "City of Bozeman Modifications To Montana Public Works Standard Specifications" apply changes, deletions, and additions to the Montana Public Works Standard Specifications Fifth Edition, March 2003 ' and 2006 Addendum, referred to collectively as the MPWSS. Each Section of the MPWSS that has been modified is listed in the Table of Contents of the "City of Bozeman Modifications To Montana Public Works Standard Specifications" Section 00950. The entire Section from the MPWS has not been rewritten for these modifications. Instead, modifications are indicted for a specific subsection, paragraph, sentence or drawing. ' Where a Standard Modification to MPWSS does not exist for a particular Section of MPWSS it shall be assumed the work is to be completed in accordance with the appropriate MPWSS Section. When a Standard Modification to MPWSS does exist the requirements of that modification supersede the related ' MPWSS requirement. Where paragraphs are specifically deleted or modified, or new paragraphs added, all other parts of the MPWSS will remain in effect unless otherwise modified by the Project Manual in accordance with the order of governance as specified in "Summary of Work ". ' Forms included in the Project Manual will be used in lieu of similarly titled forms in the MPWSS. Where Technical Specifications follow these Modifications in later Divisions of the Project Manual, those Specifications replace same numbered specifications in the MPWSS. SECTION 00910 SPECIAL PROVISIONS PAGE 5 OF 13 1 0 I� n 1 �I SP -25 DEWATERING The Contractor will be responsible for any dewatering operations which may be necessary to adequately remove water such that construction activities can be completed as specified. The Contractor will be responsible for conveyance and disposal of water to surface watercourses. Make all necessary arrangements for infringements across private property and obtain and adhere to any necessary discharge permits from the Montana DEQ. SP -26 CONSTRUCTION SEQUENCING The Montana Department of Transportation (MDT) is completing a construction project that includes the reconstruction of South 19`" Street in the Lincoln Street sewer rehab project area. The trenchless rehabilitation on Lincoln Street from station 10 +00 to station 12 +63.05 will be required to be completed within the first 20 calendar days of the construction contract. Coordination with the Montana Department of Transportation and their contractor will be required for this area. The MDT contractor has not been selected at this time. The name of the Contractor awarded the MDT project will be provided to the sewer rehab contractor for coordination purposes, when available. The MDT does not anticipate any construction within the sewer rehab project area this year but construction scheduling will be dictated by the selected MDT contractor. A new parking garage is currently under construction within the project area. The sewer rehab Contractor shall coordinate construction and traffic control with the parking garage contractor, Martell Construction. The affect rehab project area is on North Black Avenue (F0421 to F0423) and Mendenhall Street rehab work. The City of Bozeman is constructing a water replacement project on the Lamme Street from Grand to Tracy and Black to Church. No sewer rehabilitation construction is scheduled for this area, however, if required, the Contractor shall coordinate his construction efforts with the City's contractor performing work on the Lamme Street water project. At all times during construction, afford property owners access to their property to the highest degree possible. Ensure that businesses will have at least one approach open at all times, if possible, and open closed -off approaches as quickly as possible. SP -27 LANDSCAPED AREAS Repair any landscaped or vegetated areas on private or public land that are scarred or destroyed during construction to an equal or better condition than that prior to the start of construction. This will include removing, replacing and grading topsoil. Replace all landscaped and/or grass areas disturbed during the construction process with a minimum 6- inches of topsoil. Reseed all disturbed areas, private or public, unless otherwise indicated. No additional payment will be allowed to the Contractor for this work if outside the pay limits depicted in the restoration details or detailed in Section 01275: Measurement and Payment. SECTION 00910 SPECIAL PROVISIONS PAGE 7 OF 13 1 u u Headquarters Whirling Disease Foundation Btwn Black & Tracy M — F 8 am — 5 pm Old Ke on Noble Btwn Black & Tracy Empty right now Straightaway Motors Btwn Black & Tracy 7 am — 5 pin Sterling Savings bank Btwn Black & Tracy M — TH 9 am — 4 pm Abandoned Building Btwn Black & Tracy Professional Building 27 Tracy 8 am - 5 pin Rocky Mountain Pharmacy 25 N. Wilson, Suite C M — F 10 am — 5:30 pin Artistic Images Hair Salon 25 N. Wilson, Suite D Varies Gallatin Valley Land Trust 26 N. Wilson, Suite E M — F 8 am — 5 pin Di Marzio West 36 N. Wilson, Suite F 10 am — 6 pin The Yarn Shop 28 N. Wilson, Suite F M — F 10 am — 5:30 pm (Wed. until 8 pm) Earth's Treasures 25 N. Wilson, Suite B M — Sat 9:30 am — 5:30 pm Bozeman Bealle Park Recreation Center M — F 9 am — 5 pm Dave's Sushi 115 N. Bozeman M — Th 11 am — 9:30 pm Color World Printers 201 Mendenhall M — F 7:30 am — 5:30 pm Sunday or after 5:30 pm Bozeman TV Appliance 34 N. Bozeman M — F 9 am — 6 pm; Sat 9 am — 5:30 pm Carnegie Library M — F 9 am — 5 pm Gallatin Community Clinic M — Sat 8 am — 5 pm Tamarack Bozeman Senior Center Service possible on Tracy M —Sat 8 am — 5 pm Grand Inverness Professional Building 211 Grand M — F 8 am — 5 pm MT Conservation Corps. 206 Grand M — F 8 am — 5 pm Tibetan Trader 122 W. Lamme M — Sat Noon — 5:30 pm Martell Professional Center Empty right now (under construction) Wilson O'Reilly Auto Parts Bldg faces Mendenhall; service on Wilson M — Sat 7:30 am — 8 pm; Sun 10 am — 6 pm Bozeman Job Service 121 N. Wilson M — F 8 am — 5 pm Tues 9 am — 5 pm; July 7 th , July 30 th , Aug 29 th : no staff Heritage Apartment Complex Bozeman Medical Arts — Same Day Surgery 300 N. Wilson Debbie Smith (Manager) Requires Special Coordination Trac Off the Beaten Path Btwn Bealle & Villard M — F 8 am — 5 m These required special working hours will not be considered unscheduled employment of the engineer as defined in SP33. 5 SECTION 00910 ' SPECIAL PROVISIONS PAGE 9 OF 13 The Contractor will be responsible for any damage that occurs to the Owner and/or customers on the ' system due to interruption of service. No additional compensation shall be allowed for installation of any measures required to continue service. These costs shall be distributed within appropriate Bid Items in the contract. ' SP -34 TESTING Complete testing of all components of the project will be required to the satisfaction of the Owner and the Engineer. Remedy all defects and performance problems revealed by the testing to the satisfaction of the Engineer by the Contractor at no additional expense to the Owner. ' The engineer will conduct the following tests at no cost to the Contractor: On -site moisture and density testing of trench backfill, embankments, engineered fill placement, crushed base course, and asphalt pavement. Should the materials fail to meet the test specified, the Contractor will pay the costs of all retests conducted by the Engineer, or the Contractor may elect to have an approved testing laboratory conduct retests at the Contractor's expense. The Contractor will be responsible for conducting and paying for the following tests: Laboratory analysis of concrete aggregate. 2. Slump and Air Entrainment tests for concrete. Taking and breaking of concrete test cylinders. 0 u 1 r 4. Gradations for gravels, bedding, and base materials as specified. 5. Proctors for different materials and gravels used for backfill. 6. Re- testing of failed tests that were conducted by the Engineer. Other tests as outlined in the Technical Specifications. All tests which are the responsibility of the Contractor must be conducted by an approved, certified testing laboratory or individual. Acceptance or rejection of materials will generally be determined from tests made in -place in the field. SP -35 COLLECTION SYSTEM SERVICES The Engineer has located, to the best of his knowledge, all active services. However, some of the services shown on the plans could not be confirmed to be active with currently available information. It is the intent of this project to only reinstate active sewer services. All abandoned services identified in the Closed- Circuit Television Inspection (CCTV) shall not be reinstated after installation of the cured -in- place pipe. Special care will be taken to determine which services are active services and which services are abandoned. A dye test will be required for all services that cannot be clearly identified as active. Payment for reinstatement of service connections will only be paid for active services. No additional payment will be made for determination of active service connections, including dye tests, and all these costs shall be incidental to other items of work and shall be included in the prices bid for related items of work. Appendix B contains previous TV inspection reports which identify the majority of the abandoned SECTION 00910 SPECIAL PROVISIONS PAGE 11 OF 13 Manhole Repair of Bench Reconstruction of Bench & Trough F0303 X F0304 X F0305 X F0306 X F0307 X F0308 X F0309 X F0311 X F0312 X F0313 X F0324 X F0404 X F0405 X F0406 X F0411 X F0412 X ' SP -39 WATER FOR CONSTRUCTION PURPOSES The Contractor may obtain water for construction purposes from the City at no charge. The water will be ' made available from the fire hydrants. The City of Bozeman will install a water meter and backflow valve on the necessary fire hydrants. The Contractor shall coordinate the initial few water fills with the City Water /Sewer Superintendent. The Water /Sewer Superintendent will instruct the Contractor on the City's ' operating procedures for the hydrant. The City will provide a backflow preventer assembly connected to a hydrant for the Contractors use. They hydrant will be turned on and the Contractor will operate the valve on the downstream side of the backflow. After the Contractor has learned the proper operational procedures for the hydrant, the Contractor may operate the valve and fill water at his convenience. SP -40 NOISE CONTROL ' The intent of this Section is to minimize construction noise within construction areas and residential areas adjacent to the construction site. To this end, the Contractor and all subcontractors, suppliers, and vendors, are required to comply with all applicable noise regulations, specification requirements, and the noise level limits specified herein. The Contractor shall use equipment with efficient noise - suppression devices and employ other noise abatement measures such as enclosures and barriers necessary for the protection of the public. In addition, the Contractor shall schedule and conduct operations in a manner that will minimize, to the greatest extent feasible, the disturbance to the public in areas adjacent to the Work and to occupants of buildings in the vicinity of the Work. SECTION 00910 ' SPECIAL PROVISIONS PAGE 13 OF 13 �J SECTION 00950 ' CITY OF BOZEMAN MODIFICATIONS TO MPWSS Ll t CITY OF BOZEMAN MODIFICATIONS TO MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS FIFTH EDITION PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT MARCH 2004 Including: Addendum No. 1 Approved 7/19/05 Addendum No. 2 Approved 6128106 Addendum No. 3 Approved 2/20/08 TABLE OF CONTENTS BIDDING REQUIREMENTS CONTRACT FORMS AND CONDITIONS OF THE CONTRACT Instructions To Bidders Form Special Provisions DIVISION 1 - GENERAL REQUIREMENTS Section 01570 Construction Traffic Control DIVISION 2 — SITEWORK Section 02112 Removal of Existing Pavement, Concrete Curb, Sidewalk, Driveway and /or Structures Section 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes, Water Services And Fire Hydrants To Grade Section 02221 Trench Excavation And Backfill For Pipelines And Appurtenant Structures Section 02235 Crushed Base Course Section 02502 Asphalt Prime And/Or Tack Coat Section 02504 Asphalt Seal Coat Section 02510 Asphalt Concrete Pavement Section 02528 Concrete Curb And Gutter Section 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters And Miscellaneous New Concrete Construction Section 02581 Pavement Markings and Markers Section 02582 Reflective Thermoplastic Pavement Markings Section 02660 Water Distribution System Section 02720 Storm Drain Systems Section 02730 Sanitary Sewer Collection Systems Section 09810 Street Signs APPENDIX A Listing of Status of MPWSS Standard Drawings APPENDIX B Listing of City of Bozeman Standard Drawings APPENDIX C Standard Drawings for City of Bozeman Modifications to MPWSS Fifth Edition, March 2003 APPENDIX D City of Bozeman Approved List of Copper Connectors APPENDIX E Comment /Suggestion Form COBMODS 2004 Page - 1 -of 1 SECTION 01570 CONSTRUCTION TRAFFIC CONTROL 1.3 NOTIFICATIONS Add the following: D. Notify police department, fire department, ambulance services, and bus companies of any planned street closures a minimum of 24 hours before closing any street. Add the following section: 1.4 STANDARD DRAWINGS Refer to the following Standard Drawings in Appendix C: City of Bozeman Standard Drawing No. 01570 -1, Traffic Control, Minimum Standard, Urban Work Site, 4 Lane Road, Work Site Closing One Lane City of Bozeman Standard Drawing No. 01570 -2, Traffic Control, Minimum Standard, Urban Work Site, 2 Lane Road, Work Site On Centerline City of Bozeman Standard Drawing No. 01570 -3, Traffic control, Minimum Standard, Urban Work Site, 4 Lane Road, Work Site On Centerline Partially Blocking Inside Lanes City of Bozeman Standard Drawing No. 01570 -4, Traffic Control, Minimum Standard, Urban Work Site, 2 Lane Road, 1 Lane Partially or Fully Closed By Work Area City of Bozeman Standard Drawing No. 01570 -5, Traffic Control, Minimum Standard, Rural Work Site, Work Adjacent to The Present Traveled Way City of Bozeman Standard Drawing No. 01570 -6, Traffic Control, Minimum Standard, Rural Work Site, Utility Work On or Across the Present Traveled Way City of Bozeman Standard Drawing No. 01570 -7, Pedestrian Traffic Control for Temporary Sidewalk Closure City of Bozeman Standard Drawing No. 01570 -8, Sidewalk Closure with Detour 4.1 PAYMENT Add the following section: D. Measurement and payment for Construction Traffic Control will be made only if listed as a separate item in the bid documents. If not listed in the contract as a bid item, Construction Traffic Control shall be considered an incidental cost to be included in other items in the contract requiring Traffic Control to complete that item. COBMODS 2004 Addendum No. 3 Page - 1 - of 1 SECTION 01570 SECTION 01700 CONTRACT CLOSEOUT 1.1 CLEANUP A. 5. Add the following: Provide adequate personnel during pre - paving, final, and warranty inspections to open all valve boxes and manholes for inspection by the Engineer and City of Bozeman. 1.4 WARRANTIES AND BONDS Add the following: B. Performance and payment bonds shall remain in effect until two years after the date of final completion and acceptance by the City of Bozeman. COBMODS 2004 Addendum 2 Page I of 1 SECTION 01700 SECTION 02112 REMOVAL OF EXISTING PAVEMENT, CONCRETE CURB, SIDEWALK, DRIVEWAY AND /OR STRUCTURES 3.1 GENERAL Add the following section: D. Exercise care in removal of existing tree roots that conflict with the work. Tree roots shall be removed by sawcutting the roots to a neat line at the extent of the excavation. Remove only the minimum amount of roots necessary in order to complete the work. COBMODS 2004 Page - 1 of 1 SECTION 02112 SECTION 02113 ADJUSTING EXISTING MANHOLES, LAMPHOLES, INLETS, WATER VALVE BOXES, WATER SERVICES AND FIRE HYDRANTS TO GRADE 1.2 STANDARD DRAWINGS Delete: Standard Drawing No. 02213 -1, Manhole Adjustment Detail Delete: Standard Drawing No. 02213 -2, Water Valve Adjustment Detail Add: City of Bozeman Standard Drawing No. 02213 -1, Manhole Adjustment Detail Add: City of Bozeman Standard Drawing No. 02213 -2, Water Valve Adjustment Detail PART2- PRODUCTS 2.1 GENERAL Add the following section: B. East Jordan Iron Works Model 69 screw type adjustable risers may be used to adjust existing valve boxes to grade. Do not use these adjustable risers on new valve boxes; add mid - section extensions to provide correct valve box adjustment. COBMODS2004 _ - Page - 1 - of I SECTION 02113 1 1 2.1 1 1 t 3.1 1 t 1 1 3.6 J t In SECTION 02221 TRENCH EXCAVATION AND BACKFILL FOR PIPELINES & APPURTENANT STRUCTURES PIPE BEDDING MATERIALS A. TYPE 1 PIPE BEDDING 2. Modify this section as follows: Provide Type 1 Bedding consisting of imported sand, sandy gravel, or fine gravel having a maximum 3/4 inch size and a maximum plasticity index of 6, determined by AASHTO T89 and T90 or by ASTM D4318. PROTECTION OF EXISTING PROPERTIES A. General 1. Add the following: Replace any tree, bush, hedge, planter or similar vegetation or landscaping damaged during the course of the work with a planting equal to that damaged in kind, size, and location. The contract warranty period for performance applies also to the instances described herein. 4. Modify this section as follows: Do not cut and replace existing services from the mains to private property which interfere with trenching operations unless the work has been specifically approved by the City of Bozeman Water /Sewer Department. If approved, the cost for this work will be the responsibility of the CONTRACTOR. Do not interrupt water service for more than four hours. Install a temporary service connection approved by the City of Bozeman Water Department if service is interrupted for a longer period. Protect temporary services from freezing or interruptions of use during the construction period. TRENCH FILLING AND BACKFILLING C. Trench Backfill M COBMODS 2004 - r Watering C. Add the following requirements: Water from the City of Bozeman's municipal system may only be obtained from the metered service located at the City Shop Complex. The Contractor shall reimburse the City Water Department for the cost of the water used at a rate Page - 1 - -of 2- SECTION -- 02221- - -- PART 2 PRODUCTS SECTION 02235 CRUSHED BASE COURSE 2.2 CRUSHED BASE MATERIAL Add the following section: 1 E 1 1 i 1 1 1 1 1 1 1 1 � wa.00=,ow 1 When available, incorporate reclaimed glass cullet into the base course material. A minimum of 3% and a maximum of 15% of the base course material shall be reclaimed glass. The reclaimed glass shall be crushed so that 100% of the crushed glass passes a 3/8 inch screen. No more than 10% of the material retained on an individual sieve 1/4 inch or larger shall be glass, based upon visual examination and weight. -P_ age 9 of 1 - -- - -- SECTION 02235 t t 1 SECTION 02502 ASPHALT PRIME AND /OR TACK COAT PART PRODUCTS 2.1 GENERAL A. Unless otherwise specified in the contract documents, do not use type SS -lh emulsified asphalt. 1 i 1 t 1 . 1 1 i G013MODS- 2004 .Page of_I, SECTION 02502 FA t SECTION 02504 ASPHALT SEAL COAT 3.2 CONSTRUCTION METHODS B. Weather Limitations i Add the following requirements: 2. Do not perform seal coat work if the local radio weather forecast includes a probability of precipitation greater than 45% within the intended schedule of operations for the day. Regardless of the weather forecast, seal coat work may be suspended if impending adverse weather conditions occur in the vicinity of the work. D. Application of Asphalt Material Add the following requirements: 1 7. Building paper shall be applied to the surface of any street drain inlet, water valve box, manhole cover, monument box, or other similar item, prior to beginning asphalt application on the street. For any such item not adequately covered by paper, the Contractor must re -open or clean as necessary any asphalt to the satisfaction of the City Engineer prior to final payment. It is the sole responsibility of the Contractor to dispose of all building paper or other material used for covering manholes, valve boxes, monument markers, etc. I E. Application of Seal Coat Material 1 1 1 COBMODS 2004 1 4. Revise this section as follows: Immediately after spreading, roll the aggregate with self- propelled, pneumatic -tired rollers. Roll in a longitudinal direction, beginning at the outer edges of the treatment and working toward the center. Overlap the previous strip by about one -half the roller width. Do not allow the roller speed to exceed 7 mph during initial rolling, or 15 mph after initial rolling. Complete the first rolling of the aggregate within one -half hour of it being spread. Continue rolling until a smooth, thoroughly compacted surface is obtained. Roll at least three complete passes with each roller. If the seal coat is finished in partial widths at a time, leave 4 to 6 inches of the inside edge uncovered with aggregate to permit overlap of asphaltic material when the remaining portion of the surface is treated. 5. Add the following: Unless otherwise specified in the contract documents, the City of Bozeman will remove and dispose of all loose aggregate from the pavement after the work is completed for projects done under contract to the City. Page - 1 of 2 SECl1ON 02504 SECTION 02510 ASPHALT CONCRETE PAVEMENT 2.2 PLANT MIX AGGREGATES Add the following: M. Reclaimed glass may be added to the aggregate for plant mix. A maximum of 3% crushed glass may be blended in the mix. The glass shall be crushed so that 100% of the glass passes a 3/8 inch sieve, and no more than 8% passes a No. 200 sieve. If glass is used in the mix, 1 % hydrated lime (by weight) shall be added to the mix as an anti - stripping agent. Hot plant mix asphalt with glass is limited to binder or base courses and is not to be used in surface or friction courses. 2.3 ASPHALT BINDER MATERIAL A. 1. Grades: Add the following requirement: Unless otherwise specified in the Contract Documents, the type and grade of asphalt cement shall be performance grade 58 -28 (AASHTO Performance Graded Binder Specification MP -1). 3.14 PATCHING B. Surface Preparation Add the following requirements: 3. d. Tack coat all existing asphalt edges prior to placing new asphalt concrete. e. If hot plant mix asphalt is not available, temporarily patch the pavement using a 3000 psi (minimum) concrete (M -3000 or C- 3000), with a minimum thickness of 3 inches. Remove the temporary patches and replace with hot mix asphalt when it becomes available. £ Thickness of the pavement patch will equal that of the existing pavement, unless otherwise approved. ' 3.16 SPREADING AND FINISHING: Revise this section as follows: A. Spread and finish meeting the following requirements: 1. The maximum lift thickness is 3 inches com acted depth) ( P p ) for surface courses and 4 inches (compacted depth) for base courses. COBMODS 2004 Addendum 2 Page 1 of 1 SECTIM2510 ' LJ SECTION 02528 CONCRETE CURB AND GUTTER 1.1 DESCRIPTION B. Revise as follows: Delete: Standard Drawing No. 02528 -1, Standard Curb and Gutter Delete: Standard Drawing No. 02528 -2, Drive -over Curb and Gutter Add: City of Bozeman Standard Drawing 02528 -1, Integral Concrete Curb and Gutter 3.2 FOUNDATION PREPARATION D. Revise as follows: For new street construction or street reconstruction, place gravel base course for the street 9" beyond the back of curb. 3.6 STRIPPING FORMS AND FINISHING B. Finishing Add the following requirement: 3. After finishing and brooming, stamp a mark into the concrete to mark sewer and /or water service lines. The mark shall be either a "W" for water or an "S" for sewer. The mark shall be 3" tall and stamped a minimum of /4" into the face of the curb. The marking shall locate the end of the stubbed service at a 90- degree angle to the curb. COBMODS 2004 ADDENDUM 2 Page 1 of I SECTION 02528 F1 1 1 1 1 1 I 1 1 r� SECTION 02529 CONCRETE SIDEWALKS, DRIVEWAYS, APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS, AND MISCELLANEOUS NEW CONCRETE CONSTRUCTION 1.2 REFERENCES A. Revise as follows: Delete: Standard Drawing No. 02529 -1, Double Gutter Detail for Street Intersection Delete: Standard Drawing No. 02529 -2, Standard Fillet Delete: Standard Drawing No. 02529 -3, Type I Street Monument Delete: Standard Drawing No. 02529 -4, Type II Street Monument Delete: Standard Drawing No. 02529 -5A, Boulevard Driveway Approach Delete: Standard Drawing No. 02529 -5B, Curb Walk Driveway Approach Delete: Standard Drawing No. 02529 -7B, Curb Walk Alley Approach Delete: Standard Drawing No. 02529 -8, Accessibility Ramp Delete: Standard Drawing No. 02529 -9, Swale Crossing Add: City of Bozeman Standard Drawing No. 02529 -1, Double Gutter Detail for Street Intersection Add: City of Bozeman Standard Drawing No. 02529 -2, Standard Fillet Add: City of Bozeman Standard Drawing No. 02529 -3, Type I Street Monument Add.' City of Bozeman Standard Drawing No. 02529 -5, Driveway Approach With Sidewalk Adjacent to Curb Add: City of Bozeman Standard Drawing No. 02529 -7B, Curb Walk Alley Approach Add: City of Bozeman Standard Drawings No. 02529 -8, Pedestrian Ramp Add: City of Bozeman Standard Drawings No. 02529 -8A, Blended Transition Pedestrian Ramp Add: City of Bozeman Standard Drawing No. 02529 -11, Residential Driveway Approach Add: City of Bozeman Standard Drawing No. 02529 -12, Non - Residential Driveway Approach. Add: City of Bozeman Standard Drawing No. 02529 -13, Non - Residential Driveway Approach for Arterial Streets. Add: City of Bozeman Standard Drawing No. 02529 -14, Concrete Storm Drainage Outlet and Inlet Chases Add. City of Bozeman Standard Drawing No. 02529 -15, Publicly- Maintained Sidewalk Add: City of Bozeman Standard Drawing No. 02529 -16, Asphalt Pathway Typical Section Add. City of Bozeman Standard Drawing No. 02529 -17, Concrete Class 1 Trail Add: City of Bozeman Standard Drawing No. 02529 -18, Class 2 Trail 2.4 GRAVEL BASE MATERIAL 1 Add the following: B. Washed rock material meeting the following Table of Gradations may be used as base material I COBMODS 2011 Addendum 3 Page - 1 - of 2 SECTION 02529 SECTION 02581 PAVEMENT MARKINGS AND MARKERS (PREFORMED PLASTIC, PAINTS AND ENAMELS) 1.2 STANDARD DRAWINGS Add the following Standard Drawings which are applicable to this section: City of Bozeman Standard Drawing No. 02581 -1, Typical Pavement Markings for Pedestrian Crossings City of Bozeman Standard Drawing No. 02581 -2, Typical Pavement Markings for School Crossings 2.1 PREFORMED PLASTIC PAVEMENT MARKING MATERIAL A. Add the following: Pre - formed plastic pavement marking material to be Premark Plus® manufactured by Flint Trading Inc. or approved equal. D. Revise this section as follows: Assure plastic pavement markings for inlay into new asphaltic surfaces are capable of being applied just before the final rolling of the new surface and can be rolled into place with conventional pavement rollers. For inlay applications, assure the plastic and adhesive are not damaged by pavement temperatures exceeding 150° F or by water on roller drums. Insure that the pavement markings are installed according to manufacturer's recommendations. I COBMODS 2004 1 Page 1 of 1 SECTION 02581 SECTION 02582 REFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS 1.1 DESCRIPTION D. Revise this section as follows: Furnish thermoplastic that is hydrocarbon based. Furnish thermoplastic material that, while on the roadway surface and at any natural ambient temperature, will exist in a hard solid state with cold ductility that permits normal movement with the road surface without chipping and or cracking. 3.4 APPLICATION A. 2. Extruded (Inlaid) Add the following: d. Unless otherwise specified in the contract documents, all transverse pavement markings and words and symbols shall be 400 mils thick, and all longitudinal lines shall be 270 mils thick. COBMODS 2004 Page 1 of 1 SECTION 02582 SECTION 02660 ' WATER DISTRIBUTION 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02660 -3, Thrust Blocking for Water Main Valves Delete: Standard Drawing No. 02660 -4, Fire Hydrant Setting Delete: Standard Drawing No. 02660 -5, Hydrant Location Detail Delete: Standard Drawing No. 02660 -6, Water Service Line Delete: Standard Drawing No. 02660 -7, Blowoff Valve ' Add: City of Bozeman Standard Drawing No. 02660 -3, Thrust Blocking for Water Main Valves Add: City of Bozeman Standard Drawing No. 02660 -4, Fire Hydrant ' Add. City of Bozeman Standard Drawing No. 02660 -5, Hydrant Location Detail Add. City of Bozeman Standard Drawing No. 02660 -6, Water Service Line Add: Add. City of Bozeman Standard Drawing No. 02660 -7, Typical Blowoff City of Bozeman Standard Drawing No. 02660 -8, Hydrant Barrier Posts Add: City of Bozeman Standard Drawing No. 02660 -10, Typical Valve /Tee Restraint ' Add. City of Bozeman Standard Drawing No. 02660 -11, Water Main Crossing Below Existing Sewer Main Add: City of Bozeman Standard Drawing No. 02660 -12, Water Service Line, 4" and Larger Add. City of Bozeman Standard Drawing No. 02660 -13, Standard Fire Service Line ' Installation, Class I, II, and III Systems Add. City of Bozeman Standard Drawing No. 02660 -14, Standard Fire Service Line Installation, Class IV and V Systems ' Add. City of Bozeman Standard Drawing No. 02660 -15, Water Service Line from Curb Stop to Building (Lines 2" and Smaller) Add. City of Bozeman Standard Drawing No. 02660 -16, Water and Sewer Main and ' Services Location Standards Add. City of Bozeman Standard Drawing No. 02660 -17, Water Service Interior Clearances 2.2 PIPE MATERIALS ' B. Ductile Iron Pipe 1. Revise as follows: Furnish Class 51 wall thickness meeting AWWA C151, ' American National Standard for Ductile Iron Pipe for 12" diameter pipe and smaller. For pipe sizes greater than 12 ", furnish as specified in the contract documents. 2. Revise as follows: Use underground pipe having mechanical or push -on joints meeting AWWA C 111. Use underground fittings having mechanical joints meeting ' AWWA C 111. Use restrained joint pipe for all stream crossings and for pipe installed in casings. If restrained joints at fittings are required, use Megalug mechanical joint restraint or Megaflange restrained flange adapter, manufactured by EBBA Iron Sales, ' COBMODS 2004 Addendum 3 Page- 1 - of 13 SECTION 02660 1 1. Use copper or ductile iron pipe in water service line construction as specified ' in the contract documents and meeting the following specifications. a. Furnish service pipe of the size or sizes specified. A water line is ' designated a service line or water main based on its use, not its size. Generally, a line serving a single building or facility is considered a service line; a line serving more than one building, or intended to serve more than one building or facility is generally designated a water main. The standard sizes of services are 3/4 ", 1", 1' /2 ", 2 11 , 4 11 , 6 ", or 8 ". The minimum size of a fire service is 1 ". b. Unless otherwise shown on the plans, furnish and install the service pipe from the main to 8 feet past the property line with a curb stop ' and curb box installed 8 feet past the property line. Install the water service lines in accordance with City of Bozeman Standard Drawings 02660 -6 and 02660 -12 and where applicable with "City of Bozeman Fire Service Line Standard ", City of Bozeman Standard Drawings 02660 -13 and 02660 -14. ' C. Copper Service Pipe ' 1) Use copper, type K annealed, meeting AWWA Standard C800. Use straight lengths for 1.5" and 2" services. ' d. Polyethylene Service Pipe Delete the use ofthispipe materialfor permanent water lines. e. Ductile Iron Pipe 1) Use ductile iron pipe for water service lines that are 4" in ' diameter or larger. Furnish ductile iron pipe which conforms to the requirements of Section 02660. ' 2.3 TAPPING SLEEVES AND VALVES: Revise this section as follows: A. Tapping sleeves shall be ductile iron or stainless steel, split- sleeve, mechanical joint type with end and side gaskets. They shall have a Class 125, ANSI B16.1 outlet flange. They shall be rated for a minimum of 200 psi working pressure and shall contain a threaded plug for testing purposes on the neck or body of the tapping ' sleeve. Gaskets shall be manufacturers' standard suitable for use in potable water systems. Bolts and nuts shall be Cor -Ten, Dura -Bolt, or stainless steel. The sleeve shall be as manufactured by Mueller Company, Model H -615 or H -304, unless otherwise approved by the City of Bozeman. COBMODS 2004 Addendum 3 Page - 3 - of 13 SECTION 02660 F1 1 number 4182 -137 2 Ford Ball Valve Curb Stop B44- 777 -M -Q 2" Minneapolis Thread, Mueller B -25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182 -081 2.7 CURB BOXES Revise this section as follows: 1 u n 1 1 u 1. Furnish Minneapolis pattern base, extension type curb boxes having 7 foot extended lengths. Provide 5 -foot stationary rods in all curb boxes. Use the following curb boxes: Mueller H10300 for 3/4" and 1" services Mueller H10300 -99002 for 1 '' /z" and 2" services AY McDonald 5615 with 5614L lid for 1 '/2 " and 2" services AY McDonald 5614 with 5614L lid for 3/4 " and 1" services Ford EM2- 70- 57 -60R for 1 '/2 and 2" services Ford EM2- 70- 56 -60R for 3/4" and 1" services 2. Center and place the top section of a valve box with lid over all curb boxes that fall within asphalt pavement. 2.8 VALVES A. Gate Valves Revise this section as follows: 3. Gate valves shall be used for all lines from 4" up to and including 20 ". Furnish gate valves for underground installation equipped with a 2 -inch square operating nut for key operation. All valves are to open counterclockwise. Valves are to be equipped with mechanical j oints for pipe connections. Furnish Mueller 2360 valves or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 12" and smaller, and Mueller 2361 valves for sizes 14" to 20 ". B. Butterfly Valves Revise this section as follows: 1. Furnish Class 250, rubber seated, butterfly valves for water distribution systems sized 24" and larger, meeting AWWA C504 requirements. Valves to be equipped with mechanical joint ends and lubricated screw type operators designed for underground service. Furnish butterfly valves by Mueller, Kennedy, or M &H. COBMODS 2004 Addendum 3 11 L Page - 5 - of 13 SECTION 02660 1 pipe and fitting joints are accessible for repair. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug® , Uni- Flange , MJ Field Lok® Series DI, Field Lok® 350 Gaskets for push -on j oints, manufactured by US Pipe, Sigma One Lok Series SLD manufactured by Sigma Corporation, or approved equal joint restraints, for all fittings that require thrust restraint, except for cut -in or tapping tees (for mains or services) and bends on service lines inside building foundations, unless specifically prohibited by the City of Bozeman. Install the mechanical restraints in accordance with manufacturer's specifications and at all joints as specified by the Engineer. D. Pipe Jointing 1. Rubber Gasket, "Push -On" Joints Add the following requirement: b. All sections of newly installed water main shall provide continuity for electrical current. In order to provide continuity, insert a minimum of three brass or bronze conductive wedges in the joints of ductile iron pipe. Insert a copper wedge between cast iron and ductile iron pipe joints in accordance with manufacturer's recommendations. Conduct a continuity test of new mains when required by the Engineer or City of Bozeman. 3. Connections to Existing Mains Add the following requirements: C! F ' i J C. All wet taps to water mains in use shall be made by the City of Bozeman Water Department at the expense of the Contractor. All dry taps or connections shall be made by the Contractor. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. The Contractor shall pressure test tapping tees prior to tapping by the Water Department. The tapping tees shall be hydrostatically pressurized to a minimum pressure of 200 psi, and the testing apparatus shall be in place for verification by the Water Department tapping personnel. d. The Contractor is responsible for 24 hour advance notification, in writing, to all affected customers of a water main shut -down. The written notification is to include the date, time and estimated duration of interrupted service. The written notification is also to include the name and phone number of the Contractor's representative who is coordinating the shut -down as well as the phone number of the City of Bozeman Water Department. All commercial customers affected by the water main shut -down must sign a notification sheet acknowledging that they have been informed of the date and time of I COBMODS 2004 Addendum 3 Page - 7 - of 13 SECTION 02660 12. Any existing or new water main valves which are used to take water from the ' City of Bozeman distribution system for the purpose of filling, testing, chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only, with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. ' 13. Allow five days after placement of concrete for thrust blocks before performing hydrostatic or leakage testing. If high -early strength concrete is used, allow two days after placement of concrete before performing hydrostatic or leakage testing. Provide adequate cold blocking as required for all thrust blocks that will not have the necessary curing time prior to testing. 14. For sections of mains that cannot be hydrostatically tested, assure that all joints are visually inspected for leakage under line working pressure by City of Bozeman representative prior to backfflling. B. Cleaning Water Mains Add the following requirements: 5. Prior to any main flushing the City of Bozeman Engineering Office shall be notified and provided with a flushing schedule and plan a minimum of 24 hours in advance of any main flushing. The City of Bozeman Fire Department shall be allowed adequate access to conduct pressure and flow testing of fire hydrants during the flushing process. 6. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling, testing, chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 7. Install an adequately -sized corporation stop on all main stubs longer than 10 1 feet to allow for the flushing of the stubs (see Table 1 MPW Section 02660). Following completion of all tests, remove corporation stops, install brass plugs, and assure plugs do not leak after main has been charged. A representative from the City of Bozeman must witness this work. I COBMODS 2004 Addendum 3 Page - 9 - of 13 SECTION 02660 i D. Bacteriological Tests 1. Revise this section as follows: After final flushing and before the water main is placed in service, test a sample, or samples, collected from the main(s) for turbidity and organisms. Collect at least one sample for every 1200 feet of new main and from each branch. a. Once the water main has been flushed following the successful completion of chlorination and pressure testing, the water line must be refilled with water and allowed to sit a minimum of 24 hours prior to the collection of samples for bacteriological tests. A second set of samples is to be taken a minimum of 24 hours after the first set of samples. Samples shall be taken in accordance with AWWA Standard C651 -92. New water mains shall be placed in service by City of Bozeman personnel only. b. Collect samples from new water mains out of service lines or temporary taps. Samples may only be taken out of fire hydrants or flushing hydrants if approved in advance by the City of Bozeman. If hydrants are approved as sample locations, operate hydrants using the auxiliary valves or curb stops to prevent groundwater from entering hydrant. Assure that hydrants are kept from freezing during testing. C. Following the completion of bacteriological tests, assure that all temporary piping has been removed, and all temporary corporation stops have been removed and replaced with brass plugs. 3.6 VALVES A. Add the following requirement: For butterfly valves, set the operating nut on the west side of mains that run north- south, and on the north side of mains that run east - west. C. Valve Thrust Blocks 1. Revise this section as follows: Install valves with thrust blocks and anchor rods meeting City of Bozeman Standard Drawing 02660 -3 requirements. Thrust blocks are required on all valves size 6" and larger, except for tapping valves and hydrant auxiliary valves attached to the hydrant shoe flange. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug®, Uni- Flange'', MJ Field LoU Series DI, or approved equal joint restraints. COBMODS 2004 Addendum 3 Page - 11 - of 13 SECTION 02660 1 3.9 TAPPING Revise this section as follows: A. Tap the newly installed water mains unless specified otherwise. Provide a minimum ' distance of 18" between service taps. The City of Bozeman Water Department will tap any existing water mains. For taps on existing mains, the Contractor is responsible for scheduling and coordinating with the Water Department. The ' Contractor will be charged a fee for each tap made by the Water Department. All taps on existing mains require tapping saddles and corporation stops to be supplied and installed by the Contractor prior to tapping of the main by the Water Department. ' B. Perform tapping using an approved tapping machine using clean, sharp drill taps and/or shell cutters. 3/4 -inch and 1 -inch taps may be made directly into the barrel of ' ductile iron pipe without using service saddles. Direct tap into the pipe barrel to the depth exposing a maximum three threads of the corporation stop. Taps greater than 1 " on a 6" line require the use of saddle clamps. Taps 4" and larger to existing water mains which are 4" and larger require the use of a tapping sleeve and valve. 1 0 t COBMODS 2004 Addendum 3 Page- 13-of 13 SECTION 02660 r I SECTION 02720 1 STORM DRAIN SYSTEMS 1.4 STANDARD DRAWINGS ' Delete: Standard Drawing No. 02720 -1, 30" Standard Storm Drain Inlet Delete: Standard Drawing No. 02720 -3, Sanitary Sewer and Storm Drain Manhole ' Delete: Standard Drawing No. 02720 -4, Standard Straight Manhole Delete: Standard Drawing No. 02720 -5, 48" Standard Manhole Delete: Standard Drawing No. 02720 -8, Standard Cast Iron Cover ' Delete: Standard Drawing No. 02720 -9, Standard 24" Cast Iron Ring Add: City of Bozeman Standard Drawing No. 02720 -1, 36" Standard Storm Drain Inlet Add: City of Bozeman Standard Drawing No. 02720 -1A, Standard Square Storm Drain ' Inlet Add: City of Bozeman Standard Drawing No. 02720 -1B, Combination Manhole and Add: Curb Inlet City of Bozeman Standard Drawing No. 02720 -3, Sanitary Sewer and Storm Drain Manhole Add: City of Bozeman Standard Drawing No. 02720 -4, Standard Straight Manhole 1 Add: City of Bozeman Standard Drawing No. 02720 -11, Storm Drain Debris Rack 2.1 GENERAL A. Add the following: All culverts shall be reinforced concrete with flared -end sections unless otherwise approved by the City Engineer. All public storm drain systems shall be constructed with reinforced concrete pipe, or with solid -wall or corrugated PVC pipe for pipe sizes 36" and less. 2.2 MANHOLES I D. FRAMES AND COVERS Revise this section as follows: 1. Furnish D & L Foundry A -1178 ring and cover or East Jordan Iron Works ' 3771/3772 series ring and cover, or approved equal. Assure that all covers have two pick holes, l" minimum, l I /4 " maximum diameter. Cover lettering shall be "Storm Drain ". Covers shall have a City of Bozeman logo cast into ' the cover. The design of the logo to be approved by the Street Superintendent. ' 2.4 INLETS AND CATCH BASINS Revise this section as follows: A. Unless otherwise approved, furnish either of the following frames and grates: Neenah R- 3067 -L, Deeter #2047L, D & L Foundry I -3517, or East Jordan Iron Works 7030 with T1 back and Type M6 grate. Inlet castings shall have a logo cast into the curb I COBMODS 2004 Addendum 3 Page 1 of 2 SECTION 02720 0 n SECTION 02730 SANITARY SEWER COLLECTION SYSTEMS 1.4 STANDARD DRAWINGS Delete: Standard Drawing No. 02720 -3, Sanitary Sewer and Storm Drain Manhole Delete: Standard Drawing No. 02720 -4, Standard Straight Manhole Delete: Standard Drawing No. 02720 -5, 48" Standard Manholes Showing Two Types of Cone Sections Delete: Standard Drawing No. 02720 -8, Standard Cast Iron Cover Delete: Standard Drawing No. 02720 -9, Standard 24" Cast Iron Ring Delete: Standard Drawing No. 02730 -2, Sanitary Sewer Service Line Delete: Standard Drawing No. 02730 -3, Deep Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02660 -16, Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard Drawing No. 02720 -3, Sanitary Sewer and Storm Drain Manhole Add: City of Bozeman Standard Drawing No. 02720 -4, Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02730 -2, Sanitary Sewer Service Line Add: City of Bozeman Standard Drawing No. 02730 -4, Sanitary Sewer Cleanout Add: City of Bozeman Standard Drawing No. 02730 -5, Standard Drop Manhole 2.1 7 J � I GENERAL A. Revise this section as follows: Furnish new sewer pipe and fittings as specified in the Contract Documents and meeting the materials and testing requirements of this Section. Furnish in -line wye branches of the same material and design as the sewer pipe unless specified otherwise. Saddle -type fittings are allowed only upon approval by the Sewer Superintendent. Pipe strength classifications are shown on the plans and/or are listed in the Contract Documents. Do not use tee branches unless specifically approved by the City of Bozeman. 2.2 PIPE MATERIALS Delete the use of High Density Polyethylene (HDPE) Pipe A. Polyvinyl Chloride (PVC) Pipe 2. Gravity Sewer Pipe a. COBMODS 2004 Addendum 3 Revise this section as follows: Furnish gravity sewer pipe meeting one of the following requirements: 1) ASTM -3034, "Standard Specifications for Polyvinyl Chloride Sewer pipe and Fittings ", with an SDR of 35 8" - 15 ". Page - 1 - of 4 SECTION 02730 A. Construction 2. Add the following requirements: Unless otherwise approved by the City of Bozeman, make all break -in connections to existing manholes by using a core drilling machine. Trim off and remove all excess gasket material inside manholes. 3. Revise this section as follows: Install adjusting rings on each manhole to bring the manhole rim elevation to match the existing or specified ground elevations. A maximum of 12" of adjusting rings are permitted. Furnish concrete adjusting rings reinforced with the same percentage of steel as the ' riser and top, or HDPE adjusting rings. To adjust the rim to match the slope of a street, use tapered adjusting rings. Install Ram -Nek or approved equal ' joint sealant compound between the first adjusting ring and the top of the manhole, between each adjusting ring, and between the last adjusting ring and the manhole frame. ' 3.3 SANITARY SEWER SERVICE LINES ' A. Revise this section as follows: Construct service lines in accordance with City of Bozeman Standard Drawing No. 02730 -2. Install the service line to a point 8 feet past the property line unless shown or specified otherwise on the plans. Plug the end of the service line with a stopper and gasket, using a gasket of the same type used for pipe jointing. Do not grout the plugs. For multiple service lines installed in the same trench, maintain a minimum of 2 feet clear between each service line and service tap. ' For service lines connected to existing mains, use Schedule 40 PVC pipe with solvent weld joints or SDR 26 PVC pipe with gasketed joints, and provide all equipment, material, labor and incidentals necessary to install the service line from ' the main to the building. The City of Bozeman Sewer Department shall make all main taps for new sewer services connected to existing mains, at the Contractor's expense. 3.4 TESTS A. Add the following requirements: At least 24 hours prior to beginning sewer main and manhole tests, provide a testing schedule to the Engineer and the City ' Engineering Office for approval. Specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. ' D. Water Test 1. Add the following requirement: If the water test method is used, verify ' groundwater levels at the time of testing by installing piezometers or test pits in the immediate area of the sewer line that is being tested. 1 COBMODS 2004 Addendum 3 Page - 3 - of 4 SECTION 02730 Add the following new section: SECTION 09810 STREET SIGNS PART 1- GENERAL 1.1 DESCRIPTION A. This section is furnishing, fabrication, installation and the removing and resetting of signs in accordance with these and other specifications, the Standard Drawings, and in the location as shown on the plans or as directed by the Engineer. 1.2 REFERENCES MUTCD Manual on Uniform Traffic Control Devices 1.3 STANDARD DRAWINGS Standard Drawings in Appendix C applicable to this section are as follows: City of Bozeman Standard Drawing No. 09810 -1, Sign Installation Standards City of Bozeman Standard Drawing No. 09810 -2, Dead End Barricade City of Bozeman Standard Drawing No. 09810 -3, Standard Street Marker Sign Location 1.4 DEFINITIONS A. The following definitions define the signing work to be done when the respective terms are used in the Contract. 1. NEW Signs designated "New" are to be furnished new and erected at the locations specified. 2. REUSE Signs designated "Reuse" are to be removed from the existing post or posts and remounted on a new post or posts at the locations specified. 3. REPLACE Signs designated "Replace" are to be removed and replaced with the specified "New" standard signs, including new post or posts, at the existing or specified new locations. 4. RESET Signs designated "Reset" are to be removed and reset at the locations specified using the existing sign faces and supports. 5. REMOVE Signs designated "Remove" are to be removed, to include the sign or sign assembly and sign supports. COBMODS 2004 Addendum 3 Page - 1 - of 4 SECTION 09810 I two feet from the face of the curb or edge of pavement. ' 3.2 SIGN REMOVAL OR REPLACEMENT ' A. As directed by the Engineer, salvage existing signs designated to be removed or replaced to the site specified by the City of Bozeman. Properly dispose of all signs designated for removal or replacement which have not been designated for salvage. ' - PART 4 MEASUREMENT AND PAYMENT 4.1 GENERAL 1 1. NEW SIGNS Measurement of signs is per each sign installed. Payment for signs is made at the contract unit price bid per each sign installed, which includes furnishing and installing sign posts and sign faces and all other work necessary or incidental for completion of the item. 2. REUSE SIGNS Measurement of signs is per each sign installed. Payment for signs is at the contract unit price bid per each sign reused. Such price or prices and payment will be full compensation for furnishing and erecting the new sign supports and remounting the sign, removing and disposing of the existing sign supports, and backfilling of removal sites. 3. REPLACE SIGNS Measurement of signs is per each sign replaced. Payment for signs is at the contract unit price bid per each sign replaced. Such price or prices and payment will be full compensation for removing and disposing of the existing sign and furnishing and erecting the new sign supports and sign faces. ' 4. RESET SIGNS Measurement of signs is per each sign reset. Payment will be made at the contract unit price bid per each sign reset. Such price and payment will be full compensation for all work and materials including dismantling and removal, resetting, furnishing and installing break away devices (if required), breakdown of foundation material and backfill of removal sites, and all incidentals necessary to complete the work. When not provided for in the contract, reset signs will not be paid for directly but will be considered incidental to and included in payment for other items in the contract. I COBMODS 2004 Addendum 3 Page-3-of 4 SECTION 09810 A. The following are pay items for the work covered under this section. Payment for these items is full compensation for providing all materials, tools, labor and equipment necessary to complete the item and all incidental work related thereto, whether specifically mentioned herein or not. 7 Ci n u APPENDIX A MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS STANDARD DRAWINGS Drawing Description Status 2213 -1 Manhole Adjustment Detail Replaced 2213 -2 Water Valve Adjustment Detail Replaced 2221 -1 Typical Utility Trench Detail Active 2221 -2 Pipe Bedding Alternate Active 2222 -1 Trench Plug Excavation Detail Active 2528 -1 Detail of Standard Curb and Gutter Replaced 2528 -2 Detail of Drive Over Curb and Gutter Deleted 2529 -1 Double Gutter Detail for Street Intersection Replaced 2529 -2 Standard Fillet Replaced 2529 -3 Type I Street Monument Replaced 2529 -4 Type II Street Monument Deleted 2529 -5 A Boulevard Drive Approach Detail Replaced 2529 -5 B Curb Walk Drive Approach Detail Replaced 2529 -6 Retrofit Drive Approach Active 2529 -7A Boulevard Alley Approach Detail Active 2529 -713 Curb Walk Alley Approach Detail Replaced 2529 -8 Accessibility Ramp Replaced 2529 -9 Swale Crossing Deleted 2529 -10 Mailbox Mounting For Curbline Delivery Active 2660 -1 Thrust Blocking for Water Main Fittings Active 2660 -2 Water And Sewer Main Separation Active 2660 -3 Thrust Blocking For Water Main Valves Replaced 2660 -4 Fire Hydrant Setting Replaced 2660 -5 Hydrant Location Detail Replaced 2660 -6 Water Service Line Replaced 2660 -7 Blowoff Valve Replaced 2720 -1 30" Standard Storm Drain Inlet Replaced 2720 -2 24" Standard Riser Inlet Active 2720 -3 Sanitary Sewer And Storm Drain Manhole Replaced 2720 -4 Standard Straight Manhole (ASTM C -478) Replaced 2720 -5 48" Standard Manhole (Cone Sections) Deleted 2720 -6 Precast Manhole Bases Active 2720 -7 Typical Manhole Channel Details Active 2720 -8 Standard Cast Iron Manhole Cover Deleted 2720 -9 Standard 24" Cast Iron Ring Deleted 2720 -10 Storm Drain Service Line Active 2730 -1 Nomograph For Air Testing Gravity SewerMains Active 2730 -2 Sanitary Sewer Service Line Replaced 2730 -3 Deep Sanitary Sewer Service Line Deleted COBMODS 2004 1 of I APPENDIX A Drawing, Description 02660 -10 Typical Valve /Tee Restraint 02660 -11 Water Main Crossing Below Existing Sewer Main 02660 -12 Standard Domestic Service Line Installation for Sizes 4" and Larger 02660 -13 Standard Fire Service Line Installation For Class I, II and III Systems 02660 -14 Standard Fire Service Line Installation For Class IV and V Systems 02660 -15 Water Service Line From Curb Stop to Building (Lines 2" and Smaller) 02660 -16 Water and Sewer Main and Services Location Standards 02660 -17 Water Service Interior Clearances 02720 -1 36" Standard Storm Drain Inlet 02720 -1A Standard Square Storm Drain Inlet 02720 -1 B Combination Manhole and Curb Inlet 02720 -3 Sanitary Sewer and Storm Drain Manhole 02720 -4 Standard Straight Manhole 02720 -11 Storm Drain Debris Rack 02730 -2 Sanitary Sewer Service Line 02730 -4 Sanitary Sewer Cleanout 02730 -5 Standard Drop Manhole 09810 -1 Sign Installation Standards 09810 -2 Dead End Barricade 09810 -4 Standard Street Marker Sign Location COBMODS 2004 Addendum 3 Page 2 of 2 APPENDIX B COB 02529 -5 Driveway Approach With Sidewalk Adjacent To Curb MPW 02529 -6 Retrofit Drive Approach MPW 02529 -7A Boulevard Alley Approach Detail COB 02529 -713 Curb Walk Alley Approach COB 02529 -8 Pedestrian Ramp COB 02529 -8A Blended Transition Pedestrian Ramp MPW 02529 -10 Mailbox Mounting for Curbline Delivery COB 02529 -11 Residential Driveway Approach and Sidewalk Details COB 02529 -12 Non - residential Driveway Approach COB 02529 -13 Non - residential Driveway Approach for Arterial Streets COB 02529 -14 Concrete Storm Drainage Outlet and Inlet Chases COB 02529 -15 Publicly- Maintained Sidewalk COB 02529 -16 Asphalt Pathway Typical Section COB 02529 -17 Concrete Class 1 Trail Typical Section COB 02529 -18 Class 2 Trail Typical Section COB 02581 -1 Typical Pavement Markings for Pedestrian Crossings COB 02581 -2 Typical Pavement Markings for School Crossings MPW 02660 -1 Thrust Blocking for Water Main Fittings MPW 02660 -2 Water And Sewer Main Separation COB 02660 -3 Thrust Blocking For Water Main Valves COB 02660 -4 Fire Hydrant COB 02660 -5 Hydrant Location Detail COB 02660 -6 Water Service Line COBMODS 2004 Addendum 3 Page 2 of 4 APPENDIX C COB 02730 -5 Standard Drop Manhole COB 09810 -1 Sign Installation Standards COB 09810 -2 Dead End Barricade COB 09810 -4 Standard Street Marker Sign Location COBMODS 2004 Addendum 3 Page 4 of 4 APPENDIX C 1 0 = wa w� a-NoW Lc) w — V) rl) w F-F O (�5 -MW- to In C Z 1 a I O N 1 3 1 i 1 i 1 0 U 0 - O O C C _ O D O C W Z d CL N o E% ` y �n0+ 'v 5 E o Z U C . O C U y E ao OUa N M M N r o aN o a? iu 000 E L w O O C `O +� r �y0 av� EQ Z (D u �a E �° X O E « U « O C C C ° • L W O OL H ° E ° ID 0 0 05 O C 5! M --- 3 3 � �" ++ E = T N E t O ,c • m 0c oE a ma 3 j —6 0 E ° a. 0; o Lo o� o (D o dZ N T C a C (n N O CN' �- O y L L .� a N q dG � a I 13 0. 6 �� I a)= c N M W J 3° OZ `- C O U) Na �= I I OLEO N ° 7 C c o ON d o r s_� 0 0 w° in ° 'c z a •<Z c� °Q I v CD F °{' 0< =z c I c m a v UW �•_ =° o � `3 � O El- N M M d0 0 C W° 0 O C: y< UlJ m 3 E� a W aS 3 O(7 o, ° m —E c cu05ooNV ¢ ZoW >LJ �°_ «a ° M— CL 0 0 >_ wW C� O U 0 - O O C C _ O D O C •° d CL N o E% ` y �n0+ 'v 5 E o C . O C U y E ao 3 N 3 0 C 0 E d o a ° o r ' n = N o y ++ ✓ N r o aN o a? iu 000 E L w O O C `O +� r �y0 av� EQ c� o C (D u �a E �° X O E « U « O C C C ° • L W O OL V O ° E ° ID 0 0 05 O C 5! M --- 3 3 � �" ++ E = T N E t O ,c • m 0c oE a ma 3 j —6 0 E ° a. 0; o Lo o� o (D o ° vi N E d° v L E C 002 O C a C (n N O CN' �- O y L L .� a N q dG � a I 13 0. 6 �� I a)= c a ( C _0 z $�' �� S ° 0 Em' - LTV yQ y 0 3° OZ `- C O U) Na �= I I OLEO N ° 7 C c o ON d o r s_� 0 0 w° in ° 'c z a •<Z c� °Q I v CD F °{' 0< =z c I c m a v UW �•_ =° o � `3 � O Z� o(n CZ o0 O WE DU O W E - ) " o O O w0 U n0 m cg N oa Q 0 :3 °Z m og� °+C ° O_ d o Y p W W O» x zz 0 C W° 0 O C: y< UlJ m 3 E� a W aS 3 O(7 o, ° m —E c cu05ooNV ¢ ZoW >LJ �°_ «a ° M— CL 0 0 >_ wW O Z CV 17 4 N (O h OD t\ •- rn O rn U m V— U- O � N z C LLJ L D V) Z_ Y F n J O z 3 z Q Qo z W-z O ::) W ( — A U z � gU U LL Q z Q F— I-- V) LLJ Q Z U O z c z w¢ N R' Q Q O ^ � Q h--1 l U E' U) M d rn ,0 0) r U / V m O LL. C O M t� m O C D p O C O i O L C c o m H m u N — r o c m ° m° o o Q Q �> E ° Z Y m �a r o LLJ Li U cy O O C C O 0 7 L V Z c € "o O ° °� __ '� ° Z) N JZ Q = W o� 00 0 c o f ° o m w L ° a E — Y H �( t Woo E Z W AxC)< 3: Ea m Ea � ° xmE O U �L-0 + x oo � Oo 0 qO N O O C O m C C E C C V Z 0 El 3 T o E m Q L Z am cm c U E-0 ° x c 0 e c v ° 1! w m U� °w r mw 3 mom° -00 I m =c LL Q a� °@ oEa c°�'� LL W Q LA < as 3Om • ° o Q Z Z F - • 070 E c N dorn I c E o cm o c QQ in z - o r e ~ N I CL W I cy Q o I v 1 E o7i,.�-. ,02 5 d std Q ° I t 5 9 'i WNv i F C> � 200 W oV_Oo • o amv� -'0.0C cam °� W W m Y C'. ° c� W �U `° OVa '=t/i mW LV E J Z c0 ti 30� �•W�ma =.�o,oE3o Q O E WC °�oEin�� Li ' Z C 5 Y U tea- _ O� w >_0 V Cn 0 z C4 vi v Sri m m Z iiiiiii jiIIIII 'ii= ` Mill r W W RIM Mill! HIM 0 E~ V E�-/� V1 W d V) = d w LLJ 0 M .4 WE= ¢ M WN � f0 OD W �M n W ~F� x� X fn�mw N- Z - W a. D 0 3�� oo N W Z_ Z U U d N M e7 N Q Z H N OD N M OW.� N M M d o In C _ o O V ' ar) t w ) — L O � m LL ++ O • p j 2: t to >` > > ° I 3 Oa • m N ;N C c U -O 21 Z O 0 O a t w p= N `mp o W f° d• M (� � p ° y Ea c W T v° op v Z�H c E c } U c c 0 E 0 0 0 moo U p F ` W LAJ t : 3 ui 0 0 wN 0 Oa z $ m� L ° ,c E ° rw w pY cp� ° c N `v U�Y F- V) � -j v M-0 L� a O W o c y 4) I li 0 3 N '-wow .0 ai o `o a Ncn Q Z � �N N O 3 0 UZ Q a. • v Y y= I p , E o vi I— F— p 00 'O ;~ • 7 .. W O a. y• 0 C Z U c p iU W a W LLI U O N U N J Z W p °c 'gvv, UZ 70° z m p� N E"' O Q c N U v oU atN O N U J N n•= ♦7 O U' O ow a m aW �o — v 6i U p] U LN LLI C OQ N Z N U)'a < -0 V z h?,' N O A W O� z H W �a xW s W ao a. r� SIGN E� TRAFFIC DRUMS OR CONE R9 -11(L) SIDEWALK CLOSED AHEAD CROSS HERE 30 "X24" SIDEWALK CLOSED 24 "X18" SIGNS ARE TO BE PLACED AT THE NEAREST LEGAL CROSSING TO THE WORK AREA. MAY ONLY BE USED IF A PARALLEL SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDEWALK CLOSED 24 "X18" R9 -1 1(R) SIDEWALK CLOSED AHEAD CROSS HERE 30 "X24" CITY OF BOZEMAN SCALE: PEDESTRIAN TRAFFIC NONE CONTROL FOR TEMPORARY STANDARD DRAWING SIDEWALK CLOSURE NO. 01570 -7 FEB 2007 1 1 1 1 1 I 1 1 00 AN ' NOTES: 1. Adjust manholes upward with adjusting rings under frame. 2. Adjust manhole downward by removing cone and barrel sections as necessary and replacing with sections of length required to match grade. 3. Slope manhole frame as required to mathch slope of street. 4. Final manhole adjustment shall be made before paving. 5. All joints between manhole sections, top cone, adjusting rings, and manhole ring shall be watertight. Joint material shall be "Ram -Nek" or approved equal. 6. Manhole ring and cover shal be adjusted to match final crown and grade of street. Use Anderson Precast or approved equal concrete angled adjustment rings to obtain required angle. 7. Manhole ring and cover: use MCI 305 frame, 305A cover, IFCO 772 frame, 772 -B cover, or Deeter 1025, or D & L A -1172 with 1" cover. I CITY OF BOZEMAN Scale: STANDARD DRAWING None LT TE ADJUSIM 5 ' f ECESSA 1' MANHOLE ADJUSTMENT I NO. 02213-1 DETAIL Rev. April 2005 NOTE: WHERE TRENCH PASSES THROUGH EXISTING PAVEMENT THE PAVEMENT SHALL BE CUT ALONG A NEAT VERTICAL LINE A MINIMUM OF 12" (30cm) FROM THE EDGE OF THE TRENCH OPENING. WHERE NEAT LINE IS LESS THAN 3' (0.9m) FROM EDGE OF EXISTING PAVEMENT OR CURB AND GUTTER SECTION, REMOVE AND REPLACE ENTIRE PAVEMENT SECTION BETWEEN TRENCH AND EDGE OF PAVEMENT. EXISTING STREET SURFACE F -12 "(30 cm) MIN. BACKSLOPE AS SPECIFIED TO CONFORM TO O.S.H.A. REGULATIONS' TYPE "A ", "B ", OR "C "- TRENCH BACKFILL TYPE 1 PIPE BEDDING — PLACED IN 6 "(15cm) MAX. LAYERS AND COMPACTED THOROUGHLY. VERTICAL TRENCH WALLS WITH SHORING TO CONFORM TO O.S.H.A. REGULATIONS' INSTALL DETECTABLE WARNING TAPE 15 "(45cm) MAX. DEPTH (OPTIONAL) SUBGRADE OR GROUND SURFACE SLOPING, BENCHING OR SUPPORT SYSTEMS IN THIS AREA TO CONFORM TO O.S.H.A. REGULATIONS' 6 "(15cm) 4 "(t Ocm ) SELECT TYPE I BEDDING MATERIAL PLACED IN 6 "(15cm) LAYERS & COMPACTED AS SPECIFIED IN SECTION 02221. TRENCH WOTH =0.D. OF PIPE PLUS 2'(6Dcm) MIN. TRENCH WIDTH= 3.5'(1.1m) TYPE 2 PIPE BEDDING WHERE R SOFT OR REQUIRED UN UNSTABLE FOUNDATION NOTE: SEE CONTRACT SPECIAL PROVISIONS FOR ANY MODIFICATIONS TO STANDARD TRENCH MATERIALS AND /OR OTHER TRENCH DESIGN FEATURES SEE O.S.H.A. CONSTRUCTION STANDARDS FOR EXCAVATIONS. REVISED: 10/25/02 CITY OF BILLINGS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE TYPICAL UTILITY TRENCH DETAILS NO- 02221 -1 A Ground Surtac; I Std. Trench Backfill Trench Plug Material Select Pipe Bedding Bottom of Trench A I • 10' (3 m) --� Section A -A Tren Plug Lir Wall Plug Limit 13'(90 cm) 1 3' (90 cm) L T (90 cm) REVISED: 10/21/02 MONTANA PUBLIC WORKS SCALE: TRENCH PLUG STANDARD DRAWING STANDARD SPECIFICATIONS NONE EXCAVATION DETAIL NO. 02222 -1 Type I Bedding S ..] --- -1 - __I -Cll CURB TO CURB — WIDTH — VARIES 1 FACE OF CURB Fn 15' R (TYP) FACE OF GUTTER �11 // ✓ EXPANSION JOINT A � BACK OF CURB CONTROL JOINT / — FLO WITH CURB RETURN FILLET AS ONE PIECE DOWEL WITH 5 #4 X 36" SMOOTH REBAR EVENLY SPACED ON 1' CENTERS WITH 3 1/2" OF COVER. WITH EXPASION TUBES ONE ONE END OF BARS o JOINTS WILL BE REQUIRED APPROX. EVERY 10 FEET PLAN VIEW VARIABLE 6' -0" MIN. 3 1/2" 1/2" PER 1' -- 7 "-J SECTION A -A NOTES: THE WIDTH WITH PROPORTIONAL INVERT MAY VARY TO SATISFY THE DESIGN REQUIREMENTS OF INDIVIDUAL APPLICATIONS. FINISHED STREET SURFACE TO BE 1/8" TO 1/4" ABOVE EDGES OF DOUBLE GUTTER. 1-- 6" IF EXISTING CURB RETURN, GRIND GUTTER TO FORM OUTLET CHANNEL WHEN THIS IS THE HIGH SIDE STREET SURFACE REINFORCE WITH #4 BARS ON 2' X 2' GRID CITY OF BOZEMAN I SCALE: DOUBLE GUTTER DETAIL I NO. 02529 -1 STANDARD DRAWING NONE FOR STREET INTERSECTION DEC. 2003 STREET PAVEMENT 6" TO 9" BU7 NO DEEPER THAN 1/2" ABOVE BOTTOM OF BOX. . -YY y.•.y r` -yi -. GRAVEL BASE 2+1/2" MIN. 3'-0' MIN. 2" TO 2 1/2" DIAMETER BRASS CAP WITH ROUNDED TOP, SET FROM REFERENCE POINTS. ENGINEER TO MARK MONUMENT POINT IN CAP AFTER INSTALLATION. 1 /8" TO 1/4" BELOW PAVEMENT .f. '... ,' LEAVE GRAVEL EXPOSED FOR DRAINAGE. .. . ;. . r STANDARD CONCRETE (6 1/2 SACK MIX OR BETTER) POURED IN PLACE OR PRECAST •° AND SOLIDLY PLACED. NON REINFORCED 6" MIN., ROUND OR SQUARE WITH 1/2" ' CHAMFERED CORNERS OR • : 4 REINFORCED PRECAST 4" SQUARE WITH 1/2" CHAMFERED CORNERS AND 4 NO. 2 REBARS. MONUMENT BOX INLAND FOUNDRY CO. PATTERN NO, 1034 OR APPROVED EQUAL. TANDARDBDRAWI GN I S NONE . I TYPE I STREET MONUMENT I NO. 021999 3 J 1 1 w z 3 L ° 4 \ �ry \, f Q z / • V rc N W J N d J wZa J � IWZQO o i l a j z z I aZ wz ? z 0 °W N= owz o WJp .QW o ZY > 5 < Wn w�a m= (n M w }ZO(ANN Jm KQHI -FO � J > 3 a }Qa�'o 0 IM W W W; aN LKZ>a o,:Na -i -jo" 0:wJ • aaz oon. IL a OiL -j-Jao aF now'A-a� .- 6 Z I �� J 1 U w CL O a J J Ln J w U- O U w Z w Z O JZ U J LL w ZO LL - " F O X :, m Q � J :N � Z O =� P- Z I �� J 1 U w CL O a J J Ln USE BLENDED TRANSITION RAMP WHERE LIMITATIONS DUE TO BOULEVARD WIDTH, RIGHT -OF -WAY, CURB RADIUS, OR INTERSECTION ANGLE PREVENT THE USE OF STANDARD RAD C.O.B STANDARD DRAWING 02529 -8 DETECTABLE WARNING TO BE A MINIMUM 01 WIDE, CENTERED ON THE CROSSWALK (S). XXX Drop Curb ® Curb Transition No Lip Q G I � Landing Ramp �' Ui, I Varies C I F Sidewalk 3" Gravel Base (Typ.) 4" Concrete 6" Concrete Reinforced with 1.5 lbs. Fibermesh /C.Y. or 6x6x10 Gauge Wire Mesh SECTION A -A Not to Scale LATCH DE CITY OF BOZEMAN I SCALE I BLENDED TRANSITION NO . 02529 -BA STANDARD DRAWING NOT TO SCALE PEDESTRIAN RAMP APRIL 2006 I MAINTAIN 0 1 PROPER SIDEYARD SETBACK PER ZONING REGULATIONS SIDEWALK BOULEVARD -' VARIES- - 5'TYP i u ,., r, :.. �... PROPERTY LINE 3" .MIN GRAVEL BASE 4" THICK M -4000 CONCRETE SECTION B TRANSITION SECTION FROM EXISTING CURB TO DROP CURB: 3' M .. 5' MAX. EXPANSION JOINTS COMPLETELY AROUND SIDEWALK SECTION DRIVEWAY THROAT WIDTH 24' MAX. 1'—I SIDEWALK CONTRACTION JOINTS w j SPACED AT 5' INTERVALS — MIN. DEPTH 1*. EXPANSION JOINTS TO BE PLACED AT 25' w INTERVALS. 0 a CONTRACTION JOINTS TO BE SPACED AT 10' INTERVALS IN CURB do GUTTER CURB do APRON POURED MONOLITHIC UNLESS OTHERWISE APPROVED CONTRACTION JOINT EXPANSION JOINTS AT CURB RETURNS BACK OF CURB FLOW LINE EDGE OF GUTTER TYP.) EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE — FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY 1' 5' (VARIES) TYP. 5.5' TYP. 1/4" PER FOOT SLOPE STREET SURFACE w — z w CL 0 o_ CITY OF BOZEMAN STANDARD DRAWING WASHED ROCK 3" MIN. MIN. 6" THICK M -4000 CONCRETE * OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH SECTION A SCALE: RESIDENTIAL NONE DRIVEWAY APPROACH AND SIDEWALK DETAILS CURB & GUTTER N0. 02529 -11 DEC 2003 PROPERTY LINE - 1 TYP. NOTE: IF SIDEWALK EXTENDS TO CURB, INSTALL APPROACH AS PER STANDARD DRAWING 02529 -5, WITH 15' CURB TRANSITION SECTIONS. 5'_ TYP. VERTICAL CURB OR INTEGRAL CURB & EXPANSION JOINTS INSTALL EXPANSION JOINT IF DRIVEWAY IS P.C.C. PAVEMENT 35' MAX. COMMERCIAL 40' MAX. INDUSTRIAL A A CONTRACTION JOINTS (TYP.) - SPACE AT 5' INTERVALS IN SIDEWALK, 10' INTERVALS IN APRON 3 TRANSITION TOP OF CURB TO MATCH SIDEWALK I1 I CURB RIETUR S NTS AT & GUTTER SIDEWALK DRIVEWAY APRON DRIVEWAY (A.C.C. OR P.C.C. PAVEMENT) 5' TYP. 5.5' TYP. 1 /4" PER FO OT SLOPE STREET SURFACE WASHED ROCK 1 3" MIN. 6" THICK M -4000 CONCRETE SECTION A —A CITY OF BOZEMAN SCALE: NON— RESIDENTIAL NO. 02529 -13 STANDARD DRAWING NONE DRIVEWAY APPROACH Dec. 2003 FOR ARTERIAL STREETS 0 0 �I FUTURE SIDEWALK I m 5' - 6' PROPERTY LINE LIMIT OF PUBLICLY MAINTAINED SIDEWALK 5' NOTE: PUBLICLY - MAINTAINED SIDEWALKS TO BE 6" THICK M -4000 CONCRETE REINFORCED WITH 1.5 LBS FIBERMESH PER C.Y. CITY OF BOZEMAN SCALE PUBLICLY- MAINTAINED SIDEWALK NO 02529 -15 STANDARD DRAWING 1"= 5' CONSTRUCTION STANDARD MARCH 2005 FUTURE SIDEWALK L IB ' F CJ ii I J 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L--1 CITY OF BOZEMAN ' STANDARD DRAWING 1 FROM EDGE OF GUTTER OR FACE OF VERTICAL CURB White NOTE: The location of the crosswalk lines are dependent upon location of the sidewalks. SCALE: TYPICAL PAVEMENT MARKINGS NO. 02581 -1 NONE FOR PEDESTRIAN CROSSINGS FEB. 1996 (TYPE "A" CROSSINGS) Revised July 2002 UNDISTURBED EARTH REDUCER STANDARD DIMENSIONS FOR THRUST BLOCKING FITTING TEES & PLUGS 90 ° BEND 45 ° BEND & WYES REDUCERS & 22 1/2 BEND SIZES q B A B A B A B 4' I' -7' 1' -2' 1' -9' 1' -6' 1'-8' 0' -10' I' -7' 0' -6' 6 2' -0' 1' -I1' 2 2' -2' 1 1' -7' 1' -9' 0' -10' 8' 2' -8' 2' -6' 3' -2' 3' -0' 2' -5' 2' -1' -9' Y -6' 10' 3' -4' 3' -3' 4' -0' 3' -10' 3' -0' 2' -9' E -2' 1' -11 12' 4' -0' 3' -I0' 4' -8' 4' -8' 3' -8' 3' -3' 2' -7' 2' -3' 3' -10' 6' -6' 4' -11' 4' -9' 3' -5' 3- 5' 2-5' ME TRI C DIMENSIONS FOR THRUS T BL OCKING FITTING TEES & PLUGS 90 ° BEND 45 ° BEND & WYES REDUCERS & 22 112 ° 13END SIZES A B A B A B A B 1Dcn 0.5m 0.4m 0.5m 0.5m 0.5m 0.3m 0.5m 0.2ri 15cn 0.6m 0.6m 0.7n 0.7n 0.6m 0.5n 0.5m 0.3m 20cn 0.8m 0.8m I.On 0.9m 0.7m 0.6m 0.5m 0.5m 25cn Lon 1.0m Lem 1.2m 0.9m 0.8n 0.7n 0.6m 30cn 1.2m Lam 1.4m 1.4m I.In I.Dn D.8n 0.7n 36cn 1.6m I.2n 2.On 1.5m 1.4m 1.0n LOn 0.7n NO TES: 1. THESE TABLES ARE BASED ON 150 PSI(1030 kpa) MAIN PRESSURE 2. WRAP ALL FITTINGS WITH POLYETHYLENE. 2000 PEF(9800 kg /n SOIL BEARING PRESSURE REMSED: 12/27/95 MONTANA PUBLIC WORKS SCALE: THRUST BLOCKING STANDARD DRAWNG STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS N0. 02660 -1 TEE TEE (Plugged) BEND REBAR AN CONCRETE ANCHORS NOTE: COAT RODS WITH "KOPPERS' BITUMASTIC NO. 50 COATING OR EQUAL. THRUST BLOCK DIMENSIONS �, � vaw. sh. 100 PSI 150 PSI 200 PSI 250 PSI 300 PSI A B C A B C A B C B C A B C 2' -0' 2' -0 2'-0 2' -0 2' -0 2' -0 2'-0' 2' -0' 2'-0 2' -0' 2 2' -0 2' -0' 2' — 1 2 1 2 1 10 " 14 2' -0' 2' -3' 2' -3' 2'-0 V -0 2' -0 2' -0 2' -0 2' -0 2'-6 3' -0 3' -5 2' -8 3'-0 3'-0 2' —D 2' -8 3' -0 2' -9' 3' -5' 4' -6' 2'- 6 3' -0 3' -0' -6' 3' -0' 3' -0' r 3' -0' 3' -0' 4' -0' 3' -0 3' -0 4'-0 3' -7 5' -1 4' -9 3'-0 3' -0" 3'-0 3' -0' 4'-0 4' -0' 1 8 1 6 3' -0' 3' -0 3' -0' 4'-4 3' -0 3' -0 4' -1' 4' -0' 4' -0' 4' -0" 4'-0 6' -1 4'-0 4' -0' 1 ¢ 18 3' -6' 3' -0 3' -0 5' -5 3'-0 3' -0 5' -9 5' —D 5' -0' 7j 8 24" 4 4' -0 4' -0 6' -5 4'-0 4'-0 6' -6' S' -0' S' -0' 6' —S 6' -0' 6' -0 7' —B 6'-0 6' -0' NOTE: Pressures shown above are maximum working pressures in system. THRUST BLOCKING AND ANCHORS ARE REQUIRED ON ALL 6" VALVES AND LARGER UNLESS SPECIFIED BY THE ENGINEER. MEGA —LUG OR APPROVED EQUAL JOINT RESTRAINTS MAY BE USED IN LIEU OF CONCRETE THRUST BLOCKS. THRUST BLOCKS NOT REQUIRED ON TAPPING VALVES CITY OF BOZEMAN SCALE: THRUST BLOCKING FOR NO. 02660 -3 STANDARD DRAWING NONE WATER MAIN VALVES DEC 2003 PROPERTY LINE SIDEWALK WATER MAIN CURB & GUTTER CURB WALK DETAIL PROPERTY LINE 1' FIRE HYDRANT I L VARIABLE 3' MIN. T 1 VALVE WATER MAIN CURB & GUTTER -�I 5' (TYP.) BOULEVARD WALK DETAIL CITY OF BOZEMAN STANDARD DRAWING SCALE: HYDRANT LOCATION NO. 02660 -5 NONE I DETAIL I Dec 2003 1 t L� I F J D.I. J I ` MJ PIPE 1 r TEE MJ GLAND / III PIPE CI MJ VALVE MJ GLAND -� I D.I. PIPE CITY OF BOZEMAN I SCALE: 3 5TANDARD DRAWING NONE MJ GLAND D.I. ® D.I. PIPE PIPE VALVE 3/4" MIN. CORROSION RESISTANT ALL THREAD RESTRAINING ROD, CONFORMING TO ASTM A242 -81 INSTALLED IN HALF THE AVAILABLE MECHANICAL JOINT BOLT HOLES (TYP.) WHERE NECESSARY, CLAMPING LUGS (ROMAC "DUCTILE LUG" OR EQUAL) DESIGNED TO FIT DUCTILE IRON (D.I.) PIPE, AND CONFORMING TO ASTM 536 -80 MAY BE USED IN CONJUNCTION WITH THE RESTRAINING RODS. TYPICAL VALVE /TEE I NO. 02660 -10 RESTRAINT DEC 2003 I t NO PRESSURE GAUGES OR PRESSURE GAUGE FmINGS WILL BE ALLOWED ON THE TEST PORTS OF ANY BACKFLOW PREVENTION ASSEMBLY. 4" OR LARGER CLASS 51 DUCTILE IRON PIPE (TYP.) MECHANICAL JOINT 11 MAIN THRUST F BLOCK �: -� TAPPING TEE & VALVE, OR INSTALL VALVE AT PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS) PROVIDE FLEXIBLE, WATER —TIGHT CONNECTION FOR ALL WALL OR FLOOR PIPE PENETRATION. MAIL RNI FLOOR AeovE FLOOR J NICAL� JOINT r 90' BEND WITH THRUST BLOCK �. —1' MIN., 2' MAX. 2' MIN., 3' MAX CLEARANCE ABOVE FINISHED FLOOR CITY OF BOZEMAN STANDARD DRAWING METER SIZED SAME AS INCOMING UNE — NO EXCEPTIONS. h 41 L BACKFLow PREVENTION ASSEMBLY MUST CONNECT DIRECTLY TO METER/ NEX (LE TO BE THREADED ON STANDPIPE. ANC M.J. TO FLANGE ADAPTORS NOT ACCEPTABLE OU"M BACKFLDW PREVENTION RE� DEVICE TO BE DETERMINED BY l OYPICAL FOR ALL RISER CONFIGURATIONS) WATER SUPERINTENDENT. I -1� I' MIN.. 2' MAX. ABOVE Fl D F NISHELOOR FLOOR 3/4 MIN. R" Rod. MWALLEO IN EVERY OTHER AVAILABLE M.J. / - BOLT HOLES ('ffW. - e /e' RODS ACCEPTABLE FOR 4 LINES 90' BEND WITH THRUST BLOCK LEGE FLANGED OS &Y VALVE CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF BACKFLOW PREVENTION ASSEMBLY 1. The RRST fitting inside of the building shall be a UL listed flanged Kennedy or Mueller OS &Y valve the some size as the service line. Combination strainer /meter immediately following OS&Y valve or elbow attached directly to OS&Y valve -- meter must set horizontal. 2. All Backflow Prevention Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for Cross Connection Control and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown on approved plans. o. Installed as shown on the approved plans. 3. Horizontal installations must be a minimum of 2' above the finished floor. 4. The service riser must be a minimum of 2' from any outside wall. 5. The incoming service line shall be a minimum 6.5', and a max— imum of 7.5' below the finished grade. 6. All service line appurtenances shall have a minimum pressure rating of 175 PSI. 7. All service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 8. Line sizing: The Backflow Prevention Assembly and meter shall be equal in size to both the incoming pipe diameter (upstream) and outgoing pipe diameter (downstream). For example, a 4" service line shall have a 4 meter and Backflow Prevention Assembly. SCALE: WATER SERVICE LINE NO. 02660 -1 NONE FOR SIZES 4" AND LARGER DEC 2003 REV: APRIL 2006 1 t 1 t 1 t P� 1 ONLY FIMNGS ALLOWED BETWEEN FIRST OS&Y VALVE AND NO PRESSURE GAUGES OR PRESSURE GAUGE FMINGS WILL BE BACKFLOW ASSEMBLY TO BE 90' BEND. ALLOWED ON THE TEST PORTS OF ANY BACKFLOW ASSEMBLY .SEE NOTE 5 / 4" OR LARGER CLASS 51 DUCTILE IRON PIPE (TYP.) 4 MECHANICAL JOINT MAIN —, THRUSTS BBLOCK TAPPING TEE & VALVE, OR INSTALL VALVE AT PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS. �--- 3/4" MIN. Redi Rod, INSTALLED IN EVERY OTHER AVAILABLE M.J. BOLT HOLES (TYPICAL) — 5/8" RODS ACCEPTABLE FOR 4" LINES 90' BEND WITH THRUST BLOCK PROVIDE FLEXIBLE, / SEE NOTE 5 WATER —TIGHT CONNECTION FOR ALL WALL OR FLOOR PIPE PENETRATIONS. 1 IN FLOOOR ABOVE FLOOR MECHANICAL JOINT 90' BEND WITH THRUST BLOCK —1' MIN., 2' MAX. MIN., 3' MAX CLEARANCE ABOVE FINISHED FLOOR L "OHNJ FLANGED OS&Y VALVE REDUCIED— PRESSURE BACKFLOW— PREVENTION ASSEMBLY (MMIMUM REaL11REU0t1) AS INDICATED ON APPROVED PLAN(S) CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY 1. The FIRST fitting inside of the building shall be a UL listed flanged American Flow Control, Kennedy or Mueller OS &Y valve the some size as the fire service line. 2. All Reduced Pressure Backflow Prevention Assemblies shall be: a. UL or FM listed. b. Approved by the University of Southern California Foundation for Cross Connection Control and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown on approved plans. c. Installed as shown on the approved plans. 3. A flow detection device shall be installed immediately following the Reduced Pressure Backflow Prevention Assembly (alarm check valve, flow sensor alarm, meter, etc. as shown on the approved plans. Paddle —type flow o arms not permitte on dry systems. 4. Horizontal installations must be a minimum of 2' above the finished floor. 5. The fire service riser must be a minimum of 2' clear from any outside wall, and a minimum of 1' clear from any interior wall. 6. The incoming fire service line shall be a minimum of 6.5', and a max— imum of 7.5' below the finished grade. 7. All fire service line appurtenances shall have a minimum pressure rating of 175 PSI. 8. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 9. Line sizing: The Reduced Pressure Backflow Prevention Assembly shall be equal in size to the outgoing pipe diameter (downstream). 10. A drain is required. STANDARD FIRE SERVICE CITY OF BOZEMAN SCALE: LINE INSTALLATION STANDARD DRAWING NONE FOR CLASS IV & V SYSTEMS NO. 02660 -14 Dec 2003 REV: Jon 2008 w /— H MJ. TO FLANGE ADAPTORS Nor ACCEPTABLE FLANGE 70 BE T HREADED ON ST ANDP IP E, CIYPICAL FOR ALL RISER FIGURATIONS) V MIN., 2' MAX. ABOVE F LOOR FINISHED FLOOR t t 1. WATER MAINS LOCATED 19' FROM THE NORTH OR WEST RIGHT -OF -WAY PROPERTY LINE FOR STREETS 35' IN WIDTH OR GREATER. WATER MAINS LOCATED 5.5' WEST OR NORTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH (BACK OF CURB -BACK OF CURB) 2. WATER SERVICE STUB LOCATED AT CENTER OF LOT; SEE C.O.B. STANDARD DRAWING NO. 02660 -6 FOR DETAILS. 3. WATER MAIN VALVES LOCATED AT PROPERTY LINE. 4. SEWER MAINS LOCATED ON STREET CENTERLINE FOR STREETS 35' IN WIDTH OR GREATER. SEWER MAINS LOCATED 5.5' EAST OR SOUTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH 5. SEWER SERVICE STUB LOCATED 15' UPSTREAM FROM DOWNSTREAM PROPERTY LINE. 6. WATER & SEWER MAIN CROSSING; SEE M.P.W. STANDARD DRAWING NO. 02660 -2 FOR DETAILS. 7. HYDRANTS LOCATED 5' FROM VALVE OR ON PROPERTY LINES EXTENDED FOR MID -BLOCK LOCATIONS. CITY of BOZEMAN SCALE: WATER & SEWER MAIN AND NO. 02660 -16 STANDARD DRAWING NONE SERVICES LOCATION Dec. 2003 STANDARDS FINISHED WALLS 3/4" AND 1" COPPER SERVICES PLAN VIEW FINISHED WALL FINISHED WALLS DOWNSTREAM DOWNSTREAM Z Z SHUTOFF BACKFLOW DEVICE iv C° METER �� t ANGLE STOP 6" MIN CLEAR 3/4" AND 1" COPPER SERVICES PLAN VIEW FINISHED WALL ANGLE STOP 12" MIN CLEAR 1 1/2" AND 2" COPPER SERVICES PLAN VIEW FINISHED WALL ry n J U Z_ 7. ANGLE STOP 1' MIN 2' MAX FINISHED FLOOR SERVICE PIPE 3/4" AND 1" COPPER SERVICES PROFILE VIEW J U _Z g N ANGLE STOP FINISHED 1' MIN FLOOR 2' MAX SERVICE PIPE 1 U2" AND 2" COPPER SERVICES PROFILE VIEW NOTE: PROVIDE FLEXIBLE, WATER - TIGHT SEAL FOR ALL FLOOR PENETRATIONS CITY OF BOZEMAN SCALE: WATER SERVICE NO. 02660 -17 STANDARD DRAWING NONE INTERIOR CLEARANCES APRIL 2005 DOWNSTREAM SHUTOFF Z BACKFLOW DEVICE iv METER ANGLE STOP 12" MIN CLEAR 1 1/2" AND 2" COPPER SERVICES PLAN VIEW FINISHED WALL ry n J U Z_ 7. ANGLE STOP 1' MIN 2' MAX FINISHED FLOOR SERVICE PIPE 3/4" AND 1" COPPER SERVICES PROFILE VIEW J U _Z g N ANGLE STOP FINISHED 1' MIN FLOOR 2' MAX SERVICE PIPE 1 U2" AND 2" COPPER SERVICES PROFILE VIEW NOTE: PROVIDE FLEXIBLE, WATER - TIGHT SEAL FOR ALL FLOOR PENETRATIONS CITY OF BOZEMAN SCALE: WATER SERVICE NO. 02660 -17 STANDARD DRAWING NONE INTERIOR CLEARANCES APRIL 2005 5' - --"I • INLET CASTING NEENAH R- 3067 -L, DEEPER 2 OR D & L 1 -3517 TRANSITION CURB & GUTTER TO MATCH INLET CASTING (TYPICAL FOR ALL INLETS) ��; .��•. r..i •. 1 • J . �• PRECAST CONCRETE, M -3000 OR C -3000 VARIABLE (3' MIN.) •1 j; - 0. 3' -0" ;•. NO. 4 BARS AT 12" CENTERS ••�:':; i'�=' MAX., SPACED EQUALLY VAR BLOCK OUT FOR OUTLET PIPE 12" RCP (Typ.) 1 CITY OF BOZEMAN 1 STANDARD DRAWING 6" (TYP.) 4' -0" FRONT VIEW 4" MINIMUM, 7" MAXIMUM OPENING 5/8" SMOOTH ROD — CENTERED IN OPENING (EXCEPT FOR EJIW 7030) 1" MAX OFFSET ALLOWED FOR CASTING BACK PIECE ADJUSTMENT CURB AND GUTTER TO BE WARPED TO MATCH INLET. DESIGNERS WILL PROVIDE ADDITIONAL DESIGN DETAILS TO FIT SPECIFIC CONDITIONS. 6" 3' -0" SIDE VIEW SCALE: STANDARD SQUARE NO. 02720 -1 A NONE STORM DRAIN INLET Dec. 2003 Rev MAR 2006 °a °oo oo °d Oo O o PLAN NEENAH NO. R -2533 OR APPROVED EQUAL WITH TYPE C GRATE. 35' <.9m) �— 22' (55.9cm) 9'(22.9cm) f 24 112' 2- 2 "(5cm) ADJUSTING 20' RINGS FOR FUTURE GRADE ADJUSTMENT 24'(61cm) R.C.P. CLASS II WALL B (ASTM C -76) I ' 10'(25.4cm) MINIMUM DIA. I •) LATERAL PIPE I 17 MIN. SLOPE 6 MIN. 12" MAX. SEDIMENTATION 3' MIN. - BASIN 1 6' MIN. .: _ ASE OPTION, MAY BE FIELD POURED. , - r r- - r T n n i STANDARD, EXCEPT AS OTHERWISE NOTED ON THE PLAN - PROFILE SHEET. 2;2000 MONTANA PUBLIC WORK.:. SCALE: STANDARD SPECIFICATIONS NONE NOTE: FOR INSTALLATION IN GRAVEL ALLEYS PIPE INVERT MUST BE 6" MIN. ABOVE BASE. SHELF ON BASE NOT REQUIRED. STANDARD DRAWING 24" STANDARD RISER INLET NO. 02720 -2 71 Standard casting & cover 1 Adjustable rings, 2" min., 12" max. � M N O rh r N N C) c o v o_ r �0 N O t +' C C d O � v � O O �= L p O > 2 rn c C v N E � d N M Q O Q U O N v C Dia. of see ' CITY OF BOZEMAN STANDARD DRAWING Frame and cover to be either D & L A -1172 ring with A -1178 Cover, EJIW 3371/ 3772 series,, or approved equal. Covers shall have two 1 pick holes. W ­—Flat slab cover ' NOTE: All joints between manhole sections, manhole ring & top section, and around e sewer pipe into manhole shall be water- 24" or J tight. Jointing material shall be "Ram —Nek" or equal for all joints except between P ' 27" Opening sewer pipe and manhole wall. Manhole steps at 16" centers . Precast reinforced concrete manhole ri §er and cover manufactured in accordance with ASTM designation C -478. As required ;e e Cutouts as required A 4 A ed 0 e A Channel = dia. of pipe SCALE: STANDARD STRAIGHT NONE MANHOLE NO. 02720 -4 DEC. 2003 REV: MAR 2006 Precast or poured —in —place base. Poured —in —place base, minimum concrete thickness below pipe is Radius of manhole 8 inches. Precast base, minimum slope °r o• °" foot. thickness is 6 inches. Chan to full pipe de pth, \\ pipe de NOTE: Storm drain manholes shall pipe •' not have formed channels and the ;. :.•::, lowest pipe invert shall be 9" higher than bottom of manhole. SECTION A —A SCALE: STANDARD STRAIGHT NONE MANHOLE NO. 02720 -4 DEC. 2003 REV: MAR 2006 NOTES 1, SLOPE ALL SHELVES TO CHANNEL AT I' PER FOOT CScm per meter). 2. SEE PLAN - PROFILE SHEETS FOR SLOPE OF CHANNEL. REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: TYPICAL MANHOLE STANDARD DRAWING STANDARD SPECIFICATIONS NONE CHANNEL DETAILS NO. 02720 -7 GREEN STEEL POST AT END OF SERVICE 5 1/2' BOULEVARD (TYP.) STREET SURFACE 11.5' - (TYP•) 45' ELB SEWER MAIN 5' SIDEWALK (TYP.) (TYP.) PROPERTY LINE OR EASEMENT LINE GROUND SURFACE COMPACTED BACKFILL (SEE SPECS.) 8' (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS APPROVED ALTERNATE LOCATIONS) 4' 2.5' I� 2" X 2" WOOD SERVICE LINE. SLOPE = 1/4" MARKER PER FOOT MIN., 1/2" PER FOOT MAX. 2 IN LINE WYE FITTING FOR PLUG NEW INSTALLATIONS. SADDLE FITTINGS ALLOWED FOR EXISTING INSTALLATIONS ONLY UPON APPROVAL OF CITY OF BOZEMAN SEWER DEPARTMENT. SERVICE INVERT NO LOWER THAN SPRING LINE OF SEWER MAIN FOR WYE FITTINGS. CITY OF BOZEMAN I SCALE: SANITARY SEWER N0. 02730 -2 STANDARD DRAWING NONE SERVICE LINE DEC. 2003 Standard casting & cover 1_ Adjustable rings, 2" min., 1� ax. T Z Sri N N N c 0 3 v o_ d� m 0 r .J v) an d o e o � U c 0 o ° > O� C c v E N 0 d m C Cr 0 Q CJ d d Frame and cover to be either D & L A -1172 ring with A -1178 cover, EJIW 3771/ 3772 series, or approved equal. Covers shall have two 1" pick holes. ,--Flat slab cover 24" 1 Opening Manhole steps at 16" centers As required (60" min.) " Gasketed Tee — L B A A Channel = dio. of NOTE: All joints between manhole sections, manhole ring and top section, and around sewer pipe into manhole shall be watertight. Jointing material shall be "Ram —Nek" or equal for all joints except between sewer pipe and manhole wall. Precast reinforced concrete manhole riser and cover manufactured in accordance with ASTM designation C -478. Flexible gasketed joint Pipe restraint (typ.) 9(r elbow cast into base Precast or poured —in —place base. Poured —in —place base, minimum concrete thickness below pipe is 8 inches. Precast base, minimum thickness is 6 inches. Radius of — manhole Slope at 1" per foot. Sealer pip Channel to full pipe depth. x .�f Dia. of sewer pipe Stainless steel pipe clamp SECTION A —A CITY OF BOZEMAN I SCALE: STANDARD DROP STANDARD DRAWING NONE MANHOLE Sinless steel — thread rod, 2" 0 Manhole wall )oxy grout rods into wall N0. 02730 -5 DEC. 2003 Rev. March 2006 SECTION B —B �I 48" MIN. 18" DIAMOND BLACK PANEL WITH 9 RED REFLECTORS, 3" MIN. SIZE — NUMBER OF PANELS AS REQUIRED BY THE DIRECTOR OF PUBLIC SERVICE • • • • • 2" PERFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) ROADWAY GRADE ` 4 n... SIGN POST FOUNDATION AS PER STANDARD DRAWING 09810 -1 91 24" ROADWAY • • • • 24" 60" TYP. ' CITY OF BOZEMAN ' STANDARD DRAWING SIGN BLANKS SHALL BE CONSTRUCTION GRADE ALUMINUM, O.OB INCH THICK, WITH ENGINEER GRADE REFLECTIVE SHEETING SCALE: DEAD END BARRICADE NONE I DETAIL N0. 09810 -2 AUG. 1994 Revised 6/2002 City of Bozeman 's ' Approved list of Copper Connections COPPER TO COPPER UNIONS ' B RAND SIZE TYPE FACTORY NUMBER I BRAND A.Y. McDonald 3 /4" Flare 3 piece 4758 A.Y. McDonald Mueller 3 /4" Flare 3 piece H15400 A.Y. McDonald 3 /4 " Compression 3 piece 4758Q 1 Ford 3 /4 " Compression 3 piece C44 -33Q Mueller 3 /4 " Compression 3 piece H15403 A.Y. McDonald 3 /4" Flare 2 piece 4756 Mueller 3 /4" Flare 2 piece H15405 A.Y. McDonald 1" Flare 3 piece 4758 Mueller 1" Flare 3 piece H15400 A.Y. McDonald 1 Compression 3 piece 4758Q Ford 1" Compression 3 piece C44 -44Q Mueller 1" Compression 3 piece 15403 A.Y. McDonald 1 1 /2 " Flare 2 piece 4756 Mueller 1 1 /2 " Flare 2 piece 15405 A.Y. McDonald 1 1 /2 " Compression 3 piece 4758Q Ford 1 ` /2 " Compression 3 piece C44 -66Q Mueller 1 1 /2 " Compression 3 piece H15403 A.Y. McDonald 2" Flare 2 piece 4756 Mueller 2" Flare 2 piece H15405 A.Y. McDonald 2" Compression 3 piece 4758Q Ford 2" Compression 3 piece C44 -77Q Mueller 2" Compression 3 piece H15403 A.Y. McDonald 3 /4X1" Compression 3 piece 4758Q Mueller 3 /4X1" Compression 3 piece H15403 ' A.Y. McDonald 1X11 /2" Compression 3 piece 4758Q Mueller 3 /4 ",1 ", 1 1 /2 ",2" Compression x flare female H15071 COPPER TO COPPER 90'S I BRAND SIZE TYPE 1 `/2" Flare 1 1 /2 " Flare 2 Flare 2" Flare 3 / 4 "J", 1 1 /2 ",2" Compression 3 /4 ",1 ", 1 1 /2 ",2" Compression APPENDIX D FACTORY NUMBER 4761 H15525 4761 H15525 H15526 4761 Q Addendum No. 3 A.Y. McDonald ' Mueller A.Y. McDonald Mueller ' Mueller A.Y. McDonald 1 SIZE TYPE 1 `/2" Flare 1 1 /2 " Flare 2 Flare 2" Flare 3 / 4 "J", 1 1 /2 ",2" Compression 3 /4 ",1 ", 1 1 /2 ",2" Compression APPENDIX D FACTORY NUMBER 4761 H15525 4761 H15525 H15526 4761 Q Addendum No. 3 City of Bozeman 's ' Approved list of Copper Connections CORPORATION STOPS ' BRAND SIZE TYPE FACTORY NUMBER CURB STOPS ' BRAND SIZE TYPE FACTORY NUMBER u J 0 1 A.Y. McDonald A.Y. McDonald 3 /4 " Ball Corps 4701BQ 3 /4" Mueller 3 /4 " Ball Corps B25008 Ball Valves/Minneapolis Thread Ford 3 /4" Ball Corps FB 10003Q 6104Q A.Y. McDonald 1" Ball Corps 4701BQ ' Mueller 1 Ball Corps B25008 1 1 /2 " Ford 1" Ball Corps FB 10004Q Ball Valves/Minneapolis Thread A.Y. McDonald 1 1 /2 " Ball Corps 4701BQ B44 -666MQ Mueller 1 %2 Ball Corps B25008 Mueller Ford 1 1 /2" Ball Corps FB10006Q 2 A.Y. McDonald 2" Ball Corps 4701BQ ' Mueller 2" Ball Corps B25008 Ford 2" Ball Corps FB10007Q CURB STOPS ' BRAND SIZE TYPE FACTORY NUMBER u J 0 1 A.Y. McDonald 3 /4 " Ball Valves /Minneapolis Thread 6104Q Mueller 3 /4" Ball Valves /Minneapolis Thread B25155 Ford 3 /4" Ball Valves/Minneapolis Thread B44 -333MQ A.Y. McDonald 1" Ball Valves /Minneapolis Thread 6104Q Mueller 1" Ball Valves/Minneapolis Thread B25155 Ford 1" Ball Valves /Minneapolis Thread B44 -444MQ A.Y. McDonald 1 1 /2 " Ball Valves /Minneapolis Thread 6104Q Mueller 1 1 /2" Ball Valves/Minneapolis Thread B25155 Ford 1 1 /2" Ball Valves /Minneapolis Thread B44 -666MQ A.Y. McDonald 2" Ball Valves/Minneapolis Thread 6104Q Mueller 2" Ball Valves /Minneapolis Thread B25155 Ford 2 Ball Valves /Minneapolis Thread B44 -777MQ 3 APPENDIX D Addendum No. 3 APPENDIX E City of Bozeman Modifications to MPWSS (5th Edition) Comment/Suggestion Form 1) Use a new comment form for each section/specification addressed (if applicable) 2) Section/Specification Page Paragraph (if applicable) 3) Type of Remark/Suggestion (check one) General Boiler Plate _Technical Spec. _Typographical 4) COMMENTS: (you may attach a marked -up page of C.O.B. Modifications to MPWSS or other documents) 5) Name Address Phone 6) Mail completed form to: Organization City of Bozeman Engineering Department P.O. Box 1230 Bozeman, MT 59771 -1230 � WAGE RATES 1 �'��' x C'n » z �' � � r r. _ ' TM x '� 4 '✓'�` a .�"� n :''h C cr{ t" a x � ».� �' . ,�. � rrt ,: � � •'a'�r+.6'�� _'�r3+�av .r�^�W -^ s''�'sv @.�.. "F *`t'fiY}�'s��F '�'+ -�' v ^g � ++ �. � ® ® �. ta � • � ® ,,.,,�,,��"iw�wi.ati�, �' �, �y py - s �i J.c 1 1p yy3 d / h d i lT1 2� � .�{. t F r i TABLE OF CONTENTS Montana Prevailing Wage Requirements: A. Date of Publication ......................................... ..............................4 B. Definition of Heavy Construction .............. ..............................4 C. MONTANA PREVAILING WAGE REQUIREMENTS: ..... ...........................4--5 The Commissioner of the Department of Labor and Industry, in accordance with Definition of Public Works Projects ........... ..............................5 Sections 18 -2 -401 and 18-2-402 of the Montana Code Annotated, has determined Prevailing Wage Schedule ............................ ..............................5 the standard prevailing rate of wages for the occupations listed in this publication. Fringe Benefits ................................................ The wages specified herein control the prevailing rate of wages for the purposes of G . 18 -2 -401, et seq., Montana Code Annotated. It is required that each employer pay, ..............................6 as a minimum, the rate of wages, including fringe benefits and zone pay applicable 1 to those occupations in which the work is being performed, as provided in the at- I. tached wage determinations. ..............................7 All Montana Prevailing Wage Rates are available on the Internet at: www mtwaQe- ' hourbopa.com or by contacting the Labor Standards Bureau at (406) 444 -5600. Heavy Construction Wage Rates ................... This publication provides general information concerning compliance with Mon- Highway Construction Wage Rates ................. tana's Prevailing Wage Law and payment of prevailing wages. For detailed compli- ance information relating to Public Works projects 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 orTDD (406) 444 -5549. KEITH KELLY Commissioner ' Department of Labor and Industry State of Montana t F r i TABLE OF CONTENTS Montana Prevailing Wage Requirements: A. Date of Publication ......................................... ..............................4 B. Definition of Heavy Construction .............. ..............................4 C. Definition of Highway Construction ..... ...........................4--5 D. Definition of Public Works Projects ........... ..............................5 E. Prevailing Wage Schedule ............................ ..............................5 F . Fringe Benefits ................................................ ............................5 -6 G . Apprentices ....................................................... ..............................6 H. Posting Notice of Prevailing Wage ............ ..............................6 I. Employment Preference ............................... ..............................7 J. Rates to use for Projects ................................ ..............................7 Heavy Construction Wage Rates ................... ............................... 8 -20 Highway Construction Wage Rates ................. ..........................22 -28 ' Highway construction projects include, but are not limited to, alleys, base courses, bituminous treatments, bridle paths, concrete pavement, curbs, excavation and embankment (for road construction), fencing (highway), grade crossing elimination (overpass or underpass), guard rails on highway, highway signs, highway bridges streets and highways, roadways, runways, shoulders, stabilizing courses, storm sewers incidental to road construction, street paving ' surface courses taxiways and trails. - Federal Davis -Bacon wage rates as published in U.S. Department of Labor General Decision No. MT070002 Modification No. 2 have been adopted by the Montana Department of Labor and Industry for use in Heavy Construc- tion projects and are included in this publication. These rates apply statewide or as shown in MT070002 Modification No. 2. D. Definition of Public Works Projects The Montana Code Annotated (18 -2 -401 (11) (a)) defines "public works con- tract" as "a contract for construction services let by the state, county, munici- pality, school district, or political subdivision or for non construction services let by the state, county, municipality, or political subdivision is which the total cost of the contract is in excess of $25,000." . E. Prevailing Wage Schedule This publication covers only Heavy and Highway Construction occupations and rates in the specific localities mentioned herein. These rates will remain in effect until superseded by a more current publication. Current prevailing wage rates schedules for Building Construction and Non - construction Services occupations can be found on the Internet at www.mtw@gehourbopa.com or ' by contacting the Labor Standards Bureau at (406) 444 -5600 orTDD (406) - 444 -5549. F. Fringe Benefits Section 18 -2 -412 of the Montana Code Annotated states that: "(1)... a contractor or subcontractor may: (a) pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash (b) make an irrevocable contribution to a trustee or a third person pursuant to ' a fringe benefit fund, plan, or program that meets the requirements of the Em- ployee Retirement Income Security Act of 1974 or that is a bona fide program approved by the United States Department of Labor; or t 7 I. Employment Preference Sections 18 -2 -403 and 18 -2 -409, Montana Code Annotated require contrac- tors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. J. Rates to Use for Projects Rates to be used on a public works project are those that are in effect at the time the project and bid specifications are advertised. u 1 MONTANA STATEWIDE PREVAILING DAVIS -BACON Rates Effective: July 18, 2008 HEAVY CONSTRUCTION WAGE RATES General Wage Determinations Issued Under the Davis -Bacon and Related Acts State: Montana Construction Types: Heavy Counties: Montana Statewide 1 CARP0028 -004 06/01/2006 ELECO044 -001 06/01/2006 BEAVERHEAD, BIG HORN, BLAINE, BROADWATER, CARBON, CARTER,CASCADE, CHOUTEAU, CUSTER, DANIELS, DAWSON, DEER LODGE, FALLON, FERGUS, GALLATIN, GARFIELD, GLACIER, GOLDEN VALLEY, GRANITE,HILL, JEFFERSON, JUDITH, BASIN, LEWIS AND CLARK, LIBERTY, MADISON, MCCONE, MEAGHER, MINERAL, MISSOULA, MUSSELSHELL, PARK, PETROLEUM, PHILLIPS, PONDERA, POWDER RIVER, POWELL, PRAIRIE, RAVALLI, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, SILVER BOW, STILWATER, SWEET GRASS, TETON, TOOLE, TREASURE, VALLEY, WHEATLAND, WIBAUX, AND YELLOWSTONE COUNTIES Rates Fringes Line Construction (1) Lineman $29.60 $4.75% +10.36 (2) Equipment Operator $22.69 $4.75% +10.36 (3) Experienced Groundman $18.44 $4.75% +10.36 Rates Fringes Diver Tender $27.27 $7.80 Diver $56.54 $7.80 DEPTH PAY (Surface Diving) 050 to 100 feet $2.00 per foot 101 to 150 feet $3.00 per foot 151 to 220 feet $4.00 per foot 221 ft & deeper $5.00 per foot ELECO044 -001 06/01/2006 BEAVERHEAD, BIG HORN, BLAINE, BROADWATER, CARBON, CARTER,CASCADE, CHOUTEAU, CUSTER, DANIELS, DAWSON, DEER LODGE, FALLON, FERGUS, GALLATIN, GARFIELD, GLACIER, GOLDEN VALLEY, GRANITE,HILL, JEFFERSON, JUDITH, BASIN, LEWIS AND CLARK, LIBERTY, MADISON, MCCONE, MEAGHER, MINERAL, MISSOULA, MUSSELSHELL, PARK, PETROLEUM, PHILLIPS, PONDERA, POWDER RIVER, POWELL, PRAIRIE, RAVALLI, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, SILVER BOW, STILWATER, SWEET GRASS, TETON, TOOLE, TREASURE, VALLEY, WHEATLAND, WIBAUX, AND YELLOWSTONE COUNTIES Rates Fringes Line Construction (1) Lineman $29.60 $4.75% +10.36 (2) Equipment Operator $22.69 $4.75% +10.36 (3) Experienced Groundman $18.44 $4.75% +10.36 12 ELECO532 -003 06/01/2007 BIG HORN, CARBON, CARTER, CUSTER, DANIELS, DAWSON, FALLON, GARFIELD, GOLDEN VALLEY, MCCONE, MUSSELSHELL, POWDER RIVER, PRAIRIE, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TREASURE, WIBAUX AND YELLOWSTONE COUNTIES Rates Fringes Electrician $26.83 $4.25% +9.14 ELEC0768 -001 03/01/2007 FLATHEAD, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS COUNTIES Electrician ELEC0768 -003 12/01/200S FLATHEAD, LAKE, AND LINCOLN COUNTIES Rates Fringes $26.43 $10.25 Rates Fringes Line Construction (1) Cable Splicer $32.32 $11.48 (2) Lineman $29.75 $11.27 (3) Groundman $18.18 $10.36 (4) Line Equipment Operator $22.55 $10.75 (5) Pole Sprayer $23.48 $10.82 (6) Tree Trimmer $24.37 $10.91 (7) Utility Locator $16.03 $4.50 1 1 1 �I n r� GROUP 2: Air Doctor; Backhoe /Excavator /Shovel to and including 3 cu yd; Bit Grinder; Bituminous 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 to including 5 cu yd; Grade Setter; Heavy Duty Drills, all types; Hoist/Tugger, all; Hydralift & 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. GROUP 3: Asphalt Paving Machine; Asphalt Screed; Backhoe /Excavator /Shovel over 3 cu yd; 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 yd; Mechanic/Welder; Pioneer Dozer; Roller, Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, single, twin, or pulling Belly Dump; Yo -Yo Cat. GROUP 4: Asphalt /Hot Plant Operator; Cranes, 25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. GROUPS: Cranes, 45 tons to including 74 tons; Crane, Tower, all. GROUP & Cranes, 75 tons to including 149 tons; Crane, Whirley, all. GROUP 7: Cranes, 150 tons to including 250 tons (add $1.00 for every 100 tons over 250 tons); Crane, Stiff -Leg or Derrick; Helicopter Hoist. 1 1 16 GROUP 2: All General Labor work; 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; Fence Erector; Form Setter; Form Stripper; Heater Tender; Landscaper; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sealants for concrete and other materials; Sign Erection, Guard Rail and Jersey Rail; Stake Jumper; Spike Driver; Signalman; Tail Hosemanjool Checker and Houseman; Traffic Control worker. GROUP 3: Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High- Pressure Nozzleman; Jackhammer (Pavement Breaker); Laser Equipment; Non - Riding Rollers; Pipelayer; Posthole Digger (Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter - Power; Tampers; Creosote Handler GROUP 4: Asphalt Raker; Asbestos Laborer; Cutting Torch; Grade Setter; Hazmat Worker; High- Scaler; Power Saws (Faller & Concrete); Powderman ($1.00 per hour above Group 4 rate); Rock & Core Drill; Tank/Vessel Cleaner; Track or Truck mounted Wagon Drill; Welder including Air Arc PAINO260 -001 07/01/2002 BLAINE, BROADWATER, CASCADE, CHOUTEAU, DANIELS, FERGUS, GARFIELD, GLACIER, GRANITE (South of a line running East & West through the Southern city limits of Phillipsburg), HILL, JEFFERSON, JUDITH BASIN, LEWIS AND CLARK, LIBERTY, MCCONE, MEAGHER, PETROLEUM, PHILLIPS, PONDERA, POWELL (South of a line running East & West through the Southern City limits of Helmsville), RICHLAND, ROOSEVELT, SHERIDAN, TETON,TOOLE,VALLEY, AND WHEATLAND COUNTIES Painter Rates Fringes $13.85 $1%+3.45 18 AREA 1: STATEWIDE (except Deer Lodge, Jefferson, Powell, and Silver Bow Counties) AREA 2: DEER LODGE, JEFFERSON, POWELL, AND SILVER BOW COUNTIES *PLUM0030 -003 09/01/2007 BIGHORN, BLAINE, CARBON, CARTER, CASCADE, CHOUTEAU, CUSTER, DANIELS, DAWSON, FALLON, FERGUS, GARFIELD, GLACIER, GOLDEN VALLEY, HILL, JUDITH BASIN, LIBERTY, MCCONE, MEAGHER, MUSSELSHELL, PETROLEUM, PHILLIPS, PONDERA, POWDER RIVER, PRAIRIE. RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TETON, TOOLE, TREASURE, VALLEY, WHEATLAND, WIBAUX AND YELLOWSTONE COUNTIES Rates Fringes Plumber Commercial Industrial - Power $26.05 $12.65 Generating Plants $28.40 $12.65 PLUM0041 -001 07/0112007 BEAVERHEAD, BROADWATER, DEER LODGE, GALLATIN, GRANITE, JEFFERSON, LEWIS AND CLARK, MADISON, PARK, POWELL, SILVER BOW, AND SWEET GRASS COUNTIES Plumber Rates Fringes $26.25 $10.50 1 ' 20 ' 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)). 1 r u J r� In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. END OF GENERAL DECISION 1 u 1 0 I DIVISION 1 GENERAL REQUIREMENTS I PART 1 - GENERAL L� SECTION 01041 PROJECT COORDINATION 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Preconstruction Conference 2. General project coordination procedures. 3. Conservation. 4. Coordination Drawings. 5. Administrative and supervisory personnel. 6. Project. meetings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Construction Progress Documentation" for preparing and submitting the Contractor's Construction Schedule. 2. Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field- engineering services, including establishment of benchmarks and control points. 3. Division 1 Section "Contract Closeout" for coordinating Contract closeout. 1.3 COORDINATION A. Coordination: Coordinate construction operations included in various Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. SECTION 01041 PROJECT COORDINATION PAGE 1 OF 4 1 another convenient location. The meeting will review responsibilities and personnel assignments. Attendees: Authorized representatives of Owner, Engineer, and their consultants; Contractor and its superintendent. The Contractor shall be responsible for ensuring that all major subcontractors; manufacturers; suppliers; and other concerned parties attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. Contractor shall bring a written, detailed construction schedule to the preconstruction conference. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing. d. Designation of responsible personnel. e. Subcontractor list f. Testing Responsibilities g. Traffic Control h. Procedures for processing field decisions and Change Orders. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. 1. Preparation of Record Documents. m. Use of the premises. n. Responsibility for temporary facilities and controls. o. Office, work, and storage areas. p. Delivery and storage of materials and equipment. 2. q. Security. r. Progress cleaning. S. Working hours. t. Specific TSEP, SRF, RUS, EPA AND DRNC requirements. U. Specific County requirements. V. Montana DEQ requirements. W. Railroad requirements and issues. X. Coordination with private land owners. C. Progress Meetings: Engineer will conduct progress meetings at regular intervals. 1. Attendees: In addition to representatives of Owner and Engineer, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to SECTION 01041 PROJECT COORDINATION PAGE 3 OF 4 SECTION 01250 CONTRACT MODIFICATION PROCEDURES I PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections include the following: 1. Division 1 Section "Measurement and Payment" for administrative requirements. 2. Division 1 Section "Product Requirements" for administrative procedures for handling requests for substitutions made after Contract award. 1 1.3 VARIATIONS IN WORK A. Engineer will issue a Field Order authorizing variations in Work, not involving adjustment to the Contract Sum or the Contract Time. The Field Order will be completed on EJCDC No. C -942 (2002 Edition). ' 1.4 PROPOSAL REQUESTS A. Owner - Initiated Proposal Requests: Engineer will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and ' Specifications. 1. Proposal Requests issued by Engineer are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request, after receipt of Proposal Request, submit ' a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. SECTION 01250 CONTRACT MODIFICATION PROCEDURES PAGE 1 OF 2 I PART 1- GENERAL 71 I� SECTION 01275 MEASUREMENT AND PAYMENT 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1- Divisionl6 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for measurement and payment. 1.3 DEFINITIONS A. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, overhead, and profit. B. Measurement and Payment: The Measurement and Payment sections do not necessarily name all incidental items required to complete the work. The cost of all such incidentals shall be included in the various related items of work. All estimated quantities stipulated in the Bid Forms or other Contract Documents are approximate and are to be used only as a basis for estimating the probable cost of the work and for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work performed and materials furnished under unit price items may differ from such estimated quantities and the payment for such work and materials shall be based on the actual amount of work done and materials furnished in each case. C. Engineer will determine the actual quantities and classifications of Unit Price Work performed by the Contractor. D. List of Bid Items: A list of unit Bid Items is included at the end of this Section. Specification Sections referenced in the schedule contain requirements for materials described under each Bid Item. PART 2 - PRODUCTS (Not Used) SECTION 01275 MEASUREMENT AND PAYMENT PAGE 1 OF 8 1 J L 1 C. Bid Item No. 3 — TRAFFIC CONTROL: 1. Description: Project traffic control. 2. Work Required: Work required under this section shall include but not be limited to the following: a. Furnishing, installing, maintaining, replacing, and operating necessary construction traffic control devices throughout the work period; b. preparing and submitting the traffic control plan and making adjustments as required for final approval; C. All incidental materials, tools, equipment, and labor for the completion of this item. 3. Unit of Measurement: Lump Sum 4. Measurement: The lump sum will be paid 50% during the first progress payment with the second 50% being paid during subsequent progress payments in proportion to total construction completed. 5. Payment: Payment for TRAFFIC CONTROL will be made on the percentage of the contract unit price bid per lump sum as indicated in the Bid Form. D. Bid Item No. 4 — MANHOLE TROUGH & BENCH RECONSTRUCTION: 1. Description: This item covers the necessary preparation, repairs, and application of materials necessary for manhole rehabilitation for trough and bench reconstruction. 2. Work required under this section shall include, but not be limited to the following: a. Provide submittals for materials; b. Furnish and install required materials; C. Cleaning of manholes; d. By -pass pumping; e. All labor, tools, equipment, materials, royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each 4. Measurement: Measurement for MANHOLE TROUGH & BENCH RECONSTRUCTION shall be per each manhole where the trough and bench are reconstructed. 5. Payment: Payment will be made at the contract unit price bid per each for MANHOLE TROUGH & BENCH RECONSTRUCTION as indicated in the Bid Form. E. Bid Item No. 5 — MANHOLE BENCH REPAIR: 1. Description: This item covers the necessary preparation, repairs, and application of materials necessary for manhole rehabilitation for trough and bench reconstruction. 2. Work required under this section shall include, but not be limited to the following: a. Provide submittals for materials; b. Furnish and install required materials; C. Cleaning of manholes; d. By -pass pumping; e. All labor, tools, equipment, materials, royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each 4. Measurement: Measurement for MANHOLE BENCH REPAIR shall be per each manhole where the bench is repaired. 5. Payment: Payment will be made at the contract unit price bid per each for MANHOLE BENCH REPAIR as indicated in the Bid Form. SECTION 01275 MEASUREMENT AND PAYMENT PAGE 3 OF 8 1 1 it J b. Excavation and backfill; C. Dewatering, sheeting, and shoring required for installation; d. Furnishing and installing bedding; e. Furnishing and installing Inserta -Tees on CIPP sewer main; f. Furnishing and installing sanitary sewer service line, transition gaskets, cou- plings, and adapters for existing pipe; g. Connection to existing service; h. Repair of fences, lawns and other landscaped areas damaged by construction; i. Replacement of damaged trees and bushes; j. All labor, tools, equipment, materials, royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each. 4. Measurement: Measurement for NEW CIPP SERVICE CONNECTION will be made per each new CIPP service connection installed. 5. Payment: Payment for the NEW CIPP SERVICE CONNECTION will be made at the contract unit price bid per each as indicated in the Bid Form. Bid Item No. 13 & 14 — PVC SEWER SERVICE PIPE: 1. Description: Sanitary sewer service lines in sizes and classes indicated on the drawings and in the contract documents. 2. Work required under this section shall include but not be limited to the following: a. Traffic control; b. Excavation and backfill; C. Dewatering, sheeting, and shoring required for installation; d. Furnishing and installing bedding; e. Furnishing and installing sanitary sewer service line, transition gaskets, cou- plings, and adapters for existing pipe; f. Connection to existing service; g. Repair of fences, lawns and other landscaped areas damaged by construction; h. Replacement of damaged trees and bushes; i. All labor, tools, equipment, materials, royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Lineal Foot. 4. Measurement: Measurement for PVC SEWER SERVICE PIPE will be made per lineal foot, as indicated in the Bid Form. 5. Payment: Payment for the PVC SEWER SERVICE PIPE will be made at the contract unit price bid per lineal foot along the centerline of the pipe through all fittings as indicated in the Bid Form. Bid Item No. 15 — IMPORTED BACKFILL: 1. Description: This item includes providing, placing, and compacting imported backfill. No separate measurement and payment will be made for this item when, in the opinion of the Engineer, suitable surplus material is available within the project limits, in which case all cost for this item are to be included in the contract unit price bid for pipe, complete in- place. Payment for imported backfill will be made only if the Engineer determines surplus material is not available within the project limits. 2. Work Required: Work required under this section includes but is not be limited to the following: a. Having readily available a minimum amount of imported backfill to avoid time delays should this backfill be required; SECTION 01275 MEASUREMENT AND PAYMENT PAGE 5 OF 8 Special note shall be taken to the geotechnical report included in the project ' manual. This geotechnical report indicates that dense soils, groundwater and cobbles can be expected in the area proposed for 10" TO 15" TRENCHLESS SEWER MAIN REHABILITATION. II J n U L� I This item includes all required construction to complete the 15" sewer main installation. No separate payment will be made for asphalt removal and replacement, excavation and embankment, imported backfill, sewer main repair or manhole rehabilitation regardless of construction requirements for this bid item. 2. Work required under this section shall include, but not be limited to the following: a. Provide submittals for pipe materials; b. Furnish and install pipe using appropriate trenchless technology; C. Excavation and backfill; d. Asphalt removal and replacement; e. Imported backfill; f. Sewer main repair; g. Modifying manhole channel; h. Reconnecting to manholes; i. Finishing manholes; j. Restoration of manhole bench and channel; k. Document location of services for reinstatement; 1. Cleaning and root cutting of sewer mains; m. By -pass pumping; n. TV inspection; o. All labor, tools, equipment, materials, royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Lineal Foot 4. Measurement: Measurement for 10" TO 15" TRENCHLESS SEWER MAIN REHABILITATION shall be per lineal foot along the centerline of the new pipe from the beginning of the new pipe to its end. 5. Payment: Payment will be made at the contract unit price bid per lineal foot for 10" TO 15" TRENCHLESS SEWER MAIN REHABILITATION as indicated in the a1>leem! M. Bid Item No. 18 — 10" TO 15" TRENCHLESS SEWER MAIN REHABILITATION SEWER SERVICE CONNECTION: 1. Description: This will include installing a new 4" or 6" service connection on new 15 inch diameter main that was installed under bid item No. 17 - 10" TO 15" TRENCHLESS SEWER MAIN REHABILITATION. No differentiation is made for different size services in this bid item. Work includes locating existing service, notifying service owner, cutting out and removing the pipe and/or fitting, draining the pipe and disposing of the water, installing the fittings and couplings and putting back on line. The type and class of existing pipe in the ground is not known in all cases. The Contractor shall be responsible for verifying the types and classes of pipe to be connected to and shall be prepared to tie to any type and class of pipe. No extra compensation will be allowed due to different types and classes of existing pipe. This item shall include all necessary fittings and pipe to connect existing services within ten (10) feet, horizontally, from the new 15" diameter main. 4" or SECTION 01275 MEASUREMENT AND PAYMENT PAGE 7 OF 8 ii PART 1 - GENERAL 1.1 RELATED DOCUMENTS SECTION 01290 PAYMENT PROCEDURES A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY I 1 A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Sections include the following: 1. Division 1 Section "Measurement and Payment" for administrative requirements governing use of unit prices. 2. Division 1 Section "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 3. Division 1 Section "Construction Progress Documentation" for administrative requirements governing preparation and submittal of Contractor's Construction Schedule and Submittals Schedule. 1.3 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Engineer and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Forms: EJCDC C -620 (2002 Edition) or Engineer approved equal. C. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign lega documents on behalf of Contractor. Engineer will return incomplete applications without action. 1. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. All Change Orders must be approved by the City Commission before they can be included in the pay application. 2. Materials stored: Provide item description, relation of material to individual bid item, dollar value of material stored and dollar value of material in place. The amount allowed for material stored shall not exceed the value of material remaining to be installed less the value of installation. 3. Review all requests for payment with Resident Project Representative (RPR). Obtain concurrence of quantities with RPR prior to submitting request for payment to Engineer. SECTION 01290 ' PAYMENT PROCEDURES PAGE 1 OF 3 6. Evidence that claims have been settled. 7. List of all claims against Owner that Contractor believes are unsettled. 8. Evidence of Insurance. 9. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 10. Final, liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION SECTION 01290 PAYMENT PROCEDURES PAGE 3 OF 3 SECTION 01300 SUBMITTALS I PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY ' A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. ' B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting Applications for Payment. 2. Division 1 Section "Project Management and Coordination" for submitting Coordination Drawings. ' 3. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule. 4. Division 1 Section "Contractor Quality Control and Owner Quality Assurance" for submitting test and inspection reports and Delegated- Design Submittals. 1.3 DEFINITIONS ' A. Action Submittals: Written and graphic information that requires Engineer's responsive action. ' B. Informational Submittals: Written information that does not require Engineer's approval. Submittals maybe rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be ' provided by Engineer for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Engineer reserves the right to withhold action on a submittal requiring coordi- nation with other submittals until related submittals are received. SECTION 01300 SUBMITTALS PAGE 1 OF 7 1 �I Transmittal Form: Provide locations on form for the following information: a. Project name. b. Date. C. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. J. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. K. Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction. PART 2 - PRODUCTS 1 2.1 ACTION SUBMITTALS 1 J 0 A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. Engineer will return two copies. Mark up and retain one returned copy as a Project Record Document. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory- installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mill reports. j. Standard product operating and maintenance manuals. k. Compliance with recognized trade association standards. 1. Compliance with recognized testing agency standards. m. Application of testing agency labels and seals. n. Notation of coordination requirements. SECTION 01300 SUBMITTALS PAGE 3 OF 7 ' E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this ' specific Project. F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying be signed by an officer or other individual authorized to sign documents on behalf of ' that entity. 3. Test and Inspection Reports: Comply with requirements in Division 1 Section "Quality Requirements." Material Test Reports: Prepare reports written by a qualified testing agency, on testing B. Contractor's Construction Schedule: Comply with requirements in Division 1 Section ' "Construction Progress Documentation." C. Qualification Data: Prepare written information that demonstrates capabilities and with requirements. experience of firm or person. Include lists of completed projects with project names and I. addresses, names and addresses of Engineers and owners, and other information specified. ' D. Product Certificates: Prepare written statements on manufacturer's letterhead certifying J. that product complies with requirements. ' E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this ' specific Project. F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. SECTION 01300 SUBMITTALS PAGE 5 OF 7 G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. H. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. I. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements. ' J. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers ' and substrate preparation needed for adhesion. K. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either ' during installation of product or after product is installed in its final location, for compliance with requirements. ' L. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests by a testing agency. performed qualified SECTION 01300 SUBMITTALS PAGE 5 OF 7 3.2 B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. ENGINEER'S ACTION A. General: Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. No Exceptions Noted 2. Exceptions Noted 3. Returned For Correction C. Informational Submittals: Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Engineer will forward each submittal to appropriate party. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION SECTION 01300 SUBMITTALS PAGE 7 OF 7 1 SECTION 01320 i I PARTI - GENERAL 1 1 1 0 1 1 CONSTRUCTION PROGRESS DOCUMENTATION 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. 3. Submittals Schedule. 4. Daily construction reports. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting the Schedule of Values. 2. Division 1 Section "Project Coordination" for submitting and distributing meeting and conference minutes. 3. Division 1 Section "Submittals" for submitting schedules and reports. 4. Division 1 Section "Contractor Quality Control and Owner Quality Assurance" for submitting a schedule of tests and inspections. 5. Division 1 Section "Contract Closeout" for submitting photographic negatives as Project Record Documents at Project closeout. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor activity is an activity that must be completed before a given activity can be started. B. Event: The starting or ending point of an activity. C. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the following activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PAGE I OF 4 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Engineer's administrative procedures necessary for certification of Substantial Completion. B. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. C. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. ' D. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time - impact analysis using fragnets to demonstrate the effect of the ' proposed change on the overall project schedule. 2.2 PRELIMINARY CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Submit preliminary horizontal bar - chart-type construction schedule at the preconstruction conference. SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PAGE 3 OF 4 B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for construction. Include cash requirement prediction based on indicated ' activities. 2.3 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. ' 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. High and low temperatures and general weather conditions. 5. Accidents. 6. Meetings and significant decisions. 7. Daily work progress. ' 8. Unusual events (refer to special reports). 9. Stoppages, delays, shortages, and losses. 10. Meter readings and similar recordings. 11. Emergency procedures. ' 12. Orders and requests of authorities having jurisdiction. 13. Change Orders received and implemented. 14. Work Change Directives received. ' 15. Services connected and disconnected. 16. Equipment or system tests and startups. 17. 18. Partial Completions and occupancies. Substantial Completions authorized. SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PAGE 3 OF 4 [l SECTION 01400 J CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality - control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality- control services required by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for developing a schedule of required tests and inspections. 2. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality- Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality - Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. C. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PAGE 1 OF 4 i ' F. Preconstruction Testing: Testing agency shall perform preconstruction testing for compliance with specified requirements for performance and test methods. 1. Contractor responsibilities include the following: a. Provide test specimens and assemblies representative of proposed materials and construction. Provide sizes and configurations of assemblies to ade- quately demonstrate capability of product to comply with performance re- quirements. b. Submit specimens in a timely manner with sufficient time for testing and ana- lyzing results to prevent delaying the Work. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality- assurance service to Engineer, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. 1.6 QUALITY CONTROL A. Owner Responsibilities: Where quality - control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency or Engineer to perform these services. ' 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of the types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Unless otherwise indicated, provide quality- control services specified and required by authorities having jurisdiction. 1. Where services are indicated as Contractor's responsibility, engage a qualified t testing agency to perform these quality - control services. a. Contractor shall not employ the same entity engaged by Owner, unless agreed to in writing by Owner. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality - control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality - control service. 4. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indicated, engage a factory- authorized service representative to inspect field- assembled components and equipment installation, including service connections. Report results in writing. D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality - control services, including retesting and reinspecting, for construction that revised or replaced Work that failed to comply with requirements established by the Contract Documents. SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE 1 PAGE 3 OF 4 SECTION 01500 jCONSTRUCTION AND TEMPORARY FACILITIES I PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Sewers and drainage. 2. Water service and distribution. 3. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. ' 4. Heating and cooling facilities. 5. Ventilation. 6. Electric power service. 7. Lighting. 8. Telephone service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Dewatering facilities and drains. 3. Project identification and temporary signs. 4. Waste disposal facilities. 5. Field offices. 6. Storage and fabrication sheds. 7. Lifts and hoists. 8. Temporary elevator usage. 9. Temporary stairs. 10. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Tree and plant protection. 4. Pest control. 1 5. Site enclosure fence. 6. Security enclosure and lockup. 7. Barricades, warning signs, and lights. 8. Covered walkways. 9. Temporary enclosures. 10. Temporary partitions. ' 11. Fire protection. SECTION 01500 1 CONSTRUCTION AND TEMPORARY FACILITIES PAGE 1 OF 7 PART 2 - PRODUCTS I 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Engineer. Provide materials suitable for use intended. B. Water: Potable. 2.2 EQUIPMENT A. General: Provide equipment suitable for use intended. ' B. Field Offices: Mobile units or other suitable unit with lockable entrances, operable windows, and serviceable finishes; heated and air conditioned; on foundations adequate for normal loading. C. Fire Extinguishers: Hand carried, portable, UL rated. Provide class and extinguishing agent as indicated or a combination of extinguishers of NFPA- recommended classes for exposures. 1. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. SECTION 01500 CONSTRUCTION AND TEMPORARY FACILITIES PAGE 3 OF 7 D. Self- Contained Toilet Units: Single- occupant units of chemical, aerated recirculation, or combustion type; vented; fully enclosed with a glass- fiber - reinforced polyester shell or similar nonabsorbent material. t E. Drinking -Water Fixtures: Containerized, tap- dispenser, bottled -water drinking -water units, including paper cup supply. F. Heating Equipment: Unless Owner authorizes use of permanent heating system, provide vented, self - contained, liquid- propane -gas or fuel -oil heaters with individual space thermostatic control. 1. Use of gasoline- burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. 2. Heating Units: Listed and labeled, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use for type of fuel being consumed. G. Electrical Outlets: Properly configured, NEMA- polarized outlets to prevent insertion of 110- to 120 -V plugs into higher - voltage outlets; equipped with ground -fault circuit interrupters, reset button, and pilot light. H. Power Distribution System Circuits: Where permitted and overhead and exposed for surveillance, wiring circuits, not exceeding 125 -V ac, 20 -A rating, and lighting circuits may be nonmetallic sheathed cable. SECTION 01500 CONSTRUCTION AND TEMPORARY FACILITIES PAGE 3 OF 7 B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate to support loads and to withstand exposure to traffic during construction period. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide dust - control treatment that is nonpolluting and nontracking. Reapply ' treatment as required to minimize dust. C. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. 1 D. Be responsible for dust control, providing all equipment and personnel for the work. Furnish Engineer with the name(s) and telephone numbers(s) of the person(s) responsible for dust control during evenings and weekends. If a responsible person cannot be ' contacted or does not respond, Owner may perform or contract out dust control duties at Contract's expense. E. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. ' 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining property nor endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. F. Project Identification and Temporary Signs: Prepare Project identification and other signs in sizes indicated. Install signs where indicated to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. 1. Engage an experienced sign painter to apply graphics for Project identification signs. Comply with details indicated. 2. Prepare temporary signs to provide directional information to construction personnel and visitors. 3. Construct signs of exterior -type Grade B -B high- density concrete form overlay plywood in sizes and thicknesses indicated. Support on posts or framing of ' preservative- treated wood or steel. 4. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 1 G. Waste Disposal Facilities: Provide waste- collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, ' dangerous, or unsanitary waste materials separately from other waste. Comply with Division 1 Section "Execution Requirements" for progress cleaning requirements. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION 1 A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Avoid using tools and equipment that produce harmful noise. SECTION 01500 CONSTRUCTION AND TEMPORARY FACILITIES ' PAGE 5 OF 7 i J C. Termination and Removal: Remove each temporary facility when need for its service has r ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair r damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the property of ' Contractor. Owner reserves right to take possession of Project identification signs. u li 1 END OF SECTION SECTION 01500 CONSTRUCTION AND TEMPORARY FACILITIES PAGE 7 OF 7 SECTION 01600 PRODUCT REQUIREMENTS I PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following administrative and procedural requirements: selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section "References" for applicable industry standards for products specified. 2. Division 1 Section "Contract Closeout" for submitting warranties for contract closeout. 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.3 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms material, " equipment, system, and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation, shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in- service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. C. Basis -of- Design Product Specification: Where a specific manufacturer's product is named including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in- service performance, physical properties, i SECTION 01600 PRODUCT REQUIREMENTS PAGE 1 OF 5 a. Form of Acceptance: Change Order. b. Use product specified if Engineer cannot make a decision on use of a pro- posed substitution within time allocated. B. Basis -of- Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. ' 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING ' A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. 1. Schedule delivery to minimize long -term storage at Project site and to prevent ' overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. ' 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of ' units. 6. Store materials in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements, under cover in a ' weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather - protection requirements for storage. 9. Protect stored products from damage. 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 1 Section "Closeout ' Procedures." SECTION 01600 PRODUCT REQUIREMENTS PAGE 3 OF 5 5. Requested substitution will not adversely affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having ' jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. ' 9. Requested substitution provides specified warranty. 2.3 COMPARABLE PRODUCTS ' A. Where products or manufacturers are specified by name, submit the following, in addition to other required submittals, to obtain approval of an unnamed product: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements ' indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of Engineers and owners, if requested. 5. Samples, if requested. ' PART 3 - EXECUTION (Not Used) END OF SECTION fl SECTION 01600 PRODUCT REQUIREMENTS PAGE 5 OF 5 1 SECTION 01700 CONTRACT CLOSEOUT I PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY ' A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Project Record Documents. 3. Operation and maintenance manuals. 4. Warranties. ' 5. Instruction of Owner's personnel. 6. Final cleaning. B. Related Sections include the following: ' 1. Payment for Substantial and Final Completion. 2. Division 1 Section "Construction Progress Documentation" for submitting Final Completion construction photographs and negatives. 3. Division 1 Section "Execution Requirements" for progress cleaning of Project site. 4. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for products of those Sections. ' 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial ' Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. ' 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, Performance bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. ' 5. Prepare and submit Project Record Documents, operation and maintenance manuals, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated ' by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. ' 8. Complete startup testing of systems. SECTION 01700 ' CONTRACT CLOSEOUT PAGE 1 OF 6 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) ' A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits t of construction. 1. Organize list of areas in sequential order. 2. Organize items applying to each area by major element. ' 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Engineer. d. Name of Contractor. e. Page number. 1.6 PROJECT RECORD DOCUMENTS A. General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working hours. B. Record Drawings: Maintain and submit one set of blue- or black -line white prints of Contract Drawings and Shop Drawings. 1. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. ' a. Give particular attention to information on concealed elements that cannot be readily identified and recorded later. b. Accurately record information in an understandable drawing technique. ' C. Record data as soon as possible after obtaining it. Record and check the mar- kup before enclosing concealed installations. d. Mark Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. Where Shop ' Drawings are marked, show cross - reference on Contract Drawings. 2. Mark record sets with erasable, red - colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location. 3. Mark important additional information that was either shown schematically or omitted from original Drawings. 4. Note Construction Change Directive numbers, Change Order numbers, alternate ' numbers, and similar identification where applicable. 5. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover sheets. C. Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ' ready for continued use and reference. SECTION 01700 ' CONTRACT CLOSEOUT PAGE 3 OF 6 1 it 1 u J 1 Contractor the cost there by incurred. The Performance Bond and Payment Bond shall remain in full force and effect through the guarantee period. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART2- PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 DEMONSTRATION AND TRAINING A. Instruction: Instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 1. Provide instructors experienced in operation and maintenance procedures. 2. Provide instruction at mutually agreed -on times. For equipment that requires seasonal operation, provide similar instruction at the start of each season. 3. Schedule training with Owner, through Engineer, with at least seven days' advance notice. 4. Coordinate instructors, including providing notification of dates, times, length of instruction, and course content. B. Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual Specification Sections. For each training module, develop a learning objective and teaching outline. Include instruction for the following: 1. System design and operational philosophy. 2. Review of documentation. 3. Operations. 4. Adjustments. 5. Troubleshooting. 6. Maintenance. 7. Repair. 3.2 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste- removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: SECTION 01700 CONTRACT CLOSEOUT PAGE 5 OF 6 1 SECTION 01730 ' EXECUTION REQUIREMENTS I PART1- GENERAL 1.1 RELATED DOCUMENTS ' A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY ' A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Coordination of Owner - installed products. 5. Dust Control 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. 9. Correction of the Work. B. Related Sections include the following: ' l . Division 1 Section "Project Coordination" for procedures for coordinating field engineering with other construction activities. 2. Division 1 Section "Submittals" for submitting surveys. 3. Division 1 Section "Contract Closeout" for submitting final property survey with ' Project Record Documents, recording of Owner- accepted deviations from indicated lines and levels, and final cleaning. ' PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION ' A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other ' construction affecting the Work. 1. Before construction, verify the location and points of connection of utility services. B. Existing Utilities: The existence and location of underground and other utilities and ' construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities and other ' construction affecting the Work. SECTION 01730 EXECUTION REQUIREMENTS PAGE 1 OF 6 1 C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. D. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Engineer. 1 3.4 FIELD ENGINEERING A. Identification: Owner and Engineer will identify existing benchmarks, control points, ' and property corners to the best of his knowledge. The Contractor will have the ultimate responsibility to locate, recognize and preserve all of these that are encountered. B. Retain a license land surveyor, at the Contractor's expense, to replace any survey corners, property pins, or highway right -of -way monuments removed or damaged during construction. i C. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. ' 1. Do not change or relocate existing benchmarks or control points without prior written approval of Engineer. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or ' control points to Engineer before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. D. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. ' 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. ' 3.5 INSTALLATION ' A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing ' products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. SECTION 01730 ' EXECUTION REQUIREMENTS PAGE 3 OF 6 F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. 1. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. H. Waste Disposal: Burying or burning waste materials on -site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. ' I. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. K. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.8 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: If a factory- authorized service representative is required to inspect field - assembled components and equipment installation, comply with qualification requirements in Division 1 Section "Quality Requirements." 3.9 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. 3.10 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. SECTION 01730 EXECUTION REQUIREMENTS PAGE 5 OF 6 I TECHNICAL SPECIFICATIONS u n 1 1 SECTION 02230 SITE CLEARING 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 includes the following: 1. Protecting existing trees and vegetation to remain. 2. Removing trees and other vegetation. 3. Clearing and grubbing. 4. Topsoil stripping. 5. Removing above -grade site improvements. 6. Disconnecting, capping or sealing, and abandoning site utilities in place. 7. Disconnecting, capping or sealing, and removing site utilities. B. Related Sections include the following: 1. Division 1 Section "Construction and Temporary Facilities" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and environmental protection measures during site operations. 2. Division 2 Section "Earthwork" for soil materials, excavating, backfilling, and site grading. 3. Division 2 Section "Seeding" for finish grading, including placing and preparing topsoil for lawns and planting. 1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches (50 mm) in diameter; and free of weeds, roots, and other deleterious materials. 1.4 MATERIALS OWNERSHIP A. Except for materials indicated to be stockpiled or to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from the site. 1.5 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings according to Division 1 Section "Closeout Procedures." SECTION 02230 SITE CLEARING PAGE 1 OF 4 J 1� t B. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3. Coat cut faces of roots more than 1 -1/2 inches (38 mm) in diameter with an emulsified asphalt or other approved coating formulated for use on damaged plant tissues. 4. Cover exposed roots with wet burlap to prevent roots from drying out. Backfill with soil as soon as possible. D. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by Engineer. 1. Employ a qualified arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full- growth status, as determined by the qualified arborist. E. Transplant trees and vegetation indicated to be relocated to the location designated by the Engineer, in a manner approved by Engineer. 1. Employ a qualified arborist or landscaping expert, licensed in jurisdiction where Project is located, to transplant trees and shrubs. 2. Operation shall be completed in such manner as to protect the root wad of the tree or other vegetation. 3.3 UTILITIES A. Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing when requested by Contractor. 1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. SECTION 02230 SITE CLEARING PAGE 3 OF 4 C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two weeks in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. D. Excavate for and remove underground utilities indicated to be removed. SECTION 02230 SITE CLEARING PAGE 3 OF 4 PART 1 - GENERAL 1.1 SCOPE 1 SECTIOIN 02285 MANHOLE REHABILITATION A. This section covers the necessary preparation, repairs, and application of materials necessary for manhole rehabilitation including Wall Defect Repair, Trough & Bench Reconstruction, Bench Repair, Repair of Adjustment Rings, Pipe to Manhole Connection Sealing, Inside Manhole Drop Connection, and Cementitious Coating of Manhole Walls. B. The Contractor shall be responsible to furnish all labor, equipment and materials necessary to complete the repair and rehabilitation of the manholes as stipulated herein. PART 2 - MATERIALS 2.1 PATCHING COMPOUNDS A. Rapid set (20 minutes) self - bonding, high strength concrete patching mortar, must be resistant to temperature fluctuation environments, minimum compressive strength of 3000 psi (30 days) maximum volume change of 0.02 percent, and contain no calcium chloride, gypsum, lime or high alumina cements. Fiber reinforced calcium aluminate corrosion resistant cementitious patching mortar may be used. Patching compounds shall be Parson Quick Plug, ThoRoc Plug, Strong -Seal QSR or equal. �.�►���1 �lKeT1►[e�K�luiZ�lf ►1iZ.� A. These compounds are used to plug locations of active infiltration and typically have a set time less than 60 seconds, have a mix conforming to ASTM C150, ASTM C144, ASTM C109, ASTM C827, and ASTM C666 as applicable and have mechanical and active chemical bonding to saturated surfaces. Plugging compounds shall be Parson Quick Plug, ThoRoc Plug, Strong -Plug or equal. 2.3 CONCRETE A. Concrete used for the reconstruction of benches shall have a minimum compressive strength of 4,000 psi and shall meet the requirements MPW. 2.4 COATING COMPOUNDS A. Coating compounds shall be spray - applied Strong -Seal MS -2C calcium aluminate cementitious mortar reinforced with alkaline resistant fiberglass rods not less than %2 inch in length, or equal. The minimum compressive strength at 28 days by ASTM C109 shall be greater than 8000 psi. Tensile strength at 28 days shall be greater than 800 psi in accordance with ASTM C496. Flexural strength at 28 days shall be greater than 1500 psi by ASTM C293. Bond at 28 days shall be greater than 2000 psi by ASTM C882. SECTION 02285 MANHOLE REHABILITATION PAGE I OF 5 1 fl 11 I 1 1 1 1 the finished thickness of the coating compound is applied to the manufacturer's recommendations. The Contractor shall submit documents indicating the qualifications and certifications, if any, of technicians to apply the manhole coatings. PART 4 - EXECUTION 4.1 SURFACE PREPARATION A. Thoroughly clean and remove any loose or foreign materials including fibrous tree roots dirt, grease, surface coatings and any other bond inhibiting material from the manhole surfaces to be repaired or rehabilitated using a minimum 3,000 psi water blast. Material loosened from the manhole interior by the water blast shall be collected and removed from the manhole and not allowed to into the downstream pipe. Cracks should be cut out with a hammer and chisel to a depth and width of 1 inch. Penetrations by fibrous tree roots should be drilled or chiseled out a minimum of 1 inch diameter to ensure complete removal of the root. Active sources of infiltration shall also be drilled or chiseled out to approximately a diameter of 1 inch. Missing bricks shall be replaced and voids filled to provide a solid base for the sprayed on liner. 4.2 WALL DEFECT REPAIR A. All cracks and holes prepared in the manhole wall shall be filled using patching compounds. Active infiltration sources shall be repaired using rapid -set plugging compounds. Mixing of patching and plugging compounds shall be performed at the jobsite in accordance with manufacturer's requirements. Power paddle mixers and slow speed heavy duty drills are required to achieve the mix consistency desired in accordance with manufacturer's recommendations. For patching compounds, apply a putty or trowel consistency mix to the damp prepared surface. Force the material into the prepared surface to ensure a mechanical bond and finish to the level of the existing mortar. For plugging compounds, apply a putty consistency ball of compound into the prepared hole, forcing it in by hand or trowel until set. 4.3 TROUGH & BENCH RECONSTRUCTION A. The Contractor shall plug the upstream flow and shall provide bypass of the flow during reconstruction of trough to enable a dry working area in the trough. The Contractor shall remove existing trough and bench and reconstruct the trough and bench, using 4,000 psi concrete to allow smooth flow of wastewater from the inlet(s) to outlet. The re -built trough and bench surfaces shall then be coated by spraying approved corrosion- resistant coating material to a thickness of %2 inch. The surface shall be troweled to a relatively smooth finish followed by a final brush finish. The concrete shall be allowed to set for a minimum of eight hours before applying the coating. The bypass of flow shall continue at least 30 minutes after the application of coating to the trough surface. 4.4 BENCH REPAIR A. The Contractor shall thoroughly clean and remove any loose or foreign materials including fibrous tree roots dirt, grease, surface coatings and any other bond inhibiting material from the bench using a minimum 3,000 psi water blast. Material loosened from SECTION 02285 MANHOLE REHABILITATION PAGE 3 OF 5 The discharge for the drop shall rest on the bench and the discharge directed to the trough. 4.9 TESTING OF CEMENTITIOUS LINING A. Four- two inch cubes may be directed to be cast or gunned each day from each mix of lining product. Testing of compressive strength of the hydraulic cement mortars and the coatings shall be performed in accordance with ASTM C109. One sample shall be secured for testing for each mix of the cement. 4.10 SAFETY A. The Contractor shall carry out the operations in accordance with Federal, State, City and all applicable OSHA Regulations and Standards. Confined space entry is a necessary part of this contract. Prior to entering access areas such as manholes, and performing inspection or cleaning, an evaluation of the atmosphere to determine the presence of toxic or flammable vapors or lack of oxygen must be undertaken in accordance with local, state, or federal safety regulations. The use of appropriate masks, goggles and gloves is recommended. 4.11 ACCEPTANCE TESTING A. At the direction of the Owner's representative, the manhole will be visually inspected to verify the absence of leaks, blisters, pinholes, holidays or checked for consistent and uniform coverage. An exfiltration test may be directed. If water loss is 1 '/2 inches or less of depth in 5 minutes, the manhole rehabilitation is acceptable. END OF SECTION SECTION 02285 MANHOLE REHABILITATION PAGE 5 OF 5 I PART 1 - GENERAL 1.1 RELATED DOCUMENTS SECTION 02300 EARTHWORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Division 1 Specification Sections and Special Provisions apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs -on -grade and lawns and grasses. 2. Excavating and backfilling for buildings, structures and retaining walls. 3. Drainage course for slabs -on- grade. 4. Subsurface drainage backfill for walls. 5. Incidental excavation and backfill for utilities located under or adjacent to structures. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities. 2. Division 2 Section "Site Clearing" for temporary erosion and sedimentation control measures, site stripping, grubbing, stripping and stockpiling topsoil, and removal of above- and below -grade improvements and utilities. 3. Division 2 Section 02221 "Trench Excavation and Backfill for Piplines & Appurtenant Structures. 4. Division 2 Section 02230 "Street Excavation, Backfill and Compaction" 5. Division 2 Section "Fowable Fill" for controlled low strength material. 6. Division 3 Section "Structural Concrete" for granular course if placed over vapor retarder and beneath the slab -on- grade. 7. Divisions 2, 15, and 16 Sections for installing underground mechanical and electrical utilities and buried mechanical and electrical structures. 1.3 DEFINITIONS A. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. B. Drainage Course: Course supporting the slab -on -grade that also minimizes upward capillary flow of pore water. C. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Engineer. Authorized additional excavation and replacement material will be paid for according to Section 01275 "Measurement and Payment or Contract provisions for changes in the Work. SECTION 02300 EARTHWORK PAGE 1 OF 9 r 1 t 1 1 B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or a combination of these groups; free of rock or gravel larger than 3 inches (75 mm)] in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups. D. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. E. Structural Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1 -1/2 -inch (37.5 -mm) sieve and not more than 12 percent passing a No. 200 (0.075 -mm) sieve. F. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1 -inch (25 -mm) sieve and not more than 8 percent passing a No. 200 (0.075 - mm) sieve. G. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse - aggregate grading Size 57; with 100 percent passing a 3/4 -inch (37.5 -mm) sieve and 0 to 5 percent passing a No. 8 (2.36 -mm) sieve. H. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse - aggregate grading Size 67; with 100 percent passing a 1 -inch (25 -mm) sieve and 0 to 5 percent passing a No. 4 (4.75 -mm) sieve. I. Sand: ASTM C 33; fine aggregate, natural, or manufactured sand. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state. 1 I K. Fine grained Liner Subgrade: Naturally or artificially graded mixture of soil with 100 percent passing a 1/2 inch sieve and 50 percent passing a No. 200 Sieve. SECTION 02300 EARTHWORK PAGE 3 OF 9 Ll 1 1 1 1 1 1 1 1 1 1 t 1 1 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Pile Foundations: Stop excavations 6 to 12 inches (150 to 300 mm) above bottom of pile cap before piles are placed. After piles have been driven, remove loose and displaced material. Excavate to final grade, leaving solid base to receive concrete pile caps. 3. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended as bearing surfaces. SUBGRADE INSPECTION A. Notify Engineer when excavations have reached required subgrade. B. If Engineer determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof -roll subgrade below the building slabs and pavements with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction, repeating proof - rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph (5 km/h). 2. Proof -roll with a loaded 10- wheel, tandem -axle dump truck weighing not less than 15 tons (13.6 tonnes). 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Engineer, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer, without additional compensation. UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28 -day compressive strength of 2500 psi (17.2 MPa), may be used when approved by Engineer. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Engineer. SECTION 02300 EARTHWORK PAGE 5 OF 9 t i ,_ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COMPACTION OF SOIL BACKFILLS AND FILLS 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. 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. Where backfill is to extend higher on one side than on the other, as indicated on the Plans, structural floor beams or other means of restraint shall be installed before such backfill is placed. Should any deflection of the foundation wall result form the Contractor's failure to provide adequate bracing, the Contractor shall remove the backfill or embankment to relieve the deflection, properly brace the wall, and replace the backfill at not additional cost to the Owner. D. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs and steps, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at 97 percent. 2. Under lawn or unpaved areas, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at 85 percent. GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus [I inch (25 mm)] C. Grading inside Building and Structure Lines: Finish subgrade to a tolerance of 1/2 inch (13 mm) when tested with a 10 -foot (3 -m) straightedge. SUBSURFACE DRAINAGE A. Subsurface Drain: Place subsurface drainage geotextile around perimeter of subdrainage trench. Place a 6 -inch (150 -mm) course of filter material on subsurface drainage geotextile to support subdrainage pipe. Encase subdrainage pipe in a minimum of 12 inches (300 mm) of filter material, placed in compacted layers 6 inches (150 mm) thick, and wrap in subsurface drainage geotextile, overlapping sides and ends at least 6 inches (150 mm). 1. Compact each filter material layer to 85 percent of maximum dry unit weight according to ASTM D 698 SECTION 02300 EARTHWORK PAGE 7 OF 9 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION SECTION 02300 EARTHWORK PAGE 9 OF 9 C. Provide all required suction and discharge pipe and fittings, discharge manifold pipe and fittings, shutoff valves, check valves, flow meter, pressure regulating valves, insulation, freeze protection, and all required accessories. All pipe and fittings shall be steel with flanged or quick connect coupling connections, or high density polyethylene pipe with fused joints or other approved by Engineer. All joints must be 100 percent restrained. Suction piping shall be rated for 25 -in Hg vacuum. Discharge piping, fittings, connections, valves, and other discharge piping accessories shall be rated for a minimum working pressure of 150 psi. PART 3 - EXECUTION 3.1 FIELD TESTING A. Field tests shall demonstrate conformance with system requirements. B. Remove and replace any system component that fails to perform in accordance with specified requirements. 3.2 SYSTEM OPERATION A. Perform all required maintenance on the equipment to maintain the system integrity and capacity as specified. B. Provide clean -up and disposal of contaminated material and reporting for all product spills. 3.3 EQUIPMENT REMOVAL A. At the completion of the period of service, disconnect all temporary piping and remove all system components from the site. Restore the work site to its original condition. 20117 WxW# AWL SECTION 02650 TEMPORARY BY -PASS PUMPING SYSTEMS PAGE 3 OF 3 t 1 PART 1 - GENERAL 1.1 SCOPE OF WORK SECTION 02953 TELEVISION INSPECTION A. Furnish all necessary labor, materials, equipment, services and incidentals required and visually inspect by means of closed- circuit television (CCTV) designated sewer line sections, including, but not limited to, all recording and playback equipment, materials, and supplies such as DVDs. Television inspection and sanitary sewer line assessments shall be in accordance with NASSCO PACP standards and performed by a NASSCO certified operator. B. The inspection shall be done one sewer line section (i.e. manhole to manhole) at a time and the section being inspected shall be suitably isolated from the remainder of the sewer system. C. CCTV recordings shall be made of the television inspections and copies of both the recordings and printed inspection logs shall be supplied to the Owner. iMAMMEM7 tiw1614100 1 1.3 RELATED WORK 1 A. Sewer Line Cleaning is included in Section 02954. SECTION 02953 TELEVISION INSPECTION PAGE I OF 4 A. NASSCO — National Association of Sewer Service Companies. B. PACP — Pipeline Assessment Certification Program. C. Television Inspection — CCTV inspection performed by the Contractor of sanitary sewer lines to confirm cleaning and to assess the condition of the line. ' D. Television Inspection Report — Information collected and recorded by each television operator for any Television Inspection effort that is submitted to the Owner. E. Inspection codes and Sanitary Sewer Line Assessment codes shall be in accordance with NASSCO PACP standards. F. Pre - Installation TV Inspection — CCTV inspection by the Contractor of sanitary sewer lines specified for rehabilitation to confirm cleaning, location of active service connections, and constructability of line rehabilitation according to the Drawings and Specifications. G. Post - Installation TV Inspection — CCTV inspection to determine that rehabilitation and /or replacement of sanitary sewers has been completed according to the Drawings and Specifications. 1 1.3 RELATED WORK 1 A. Sewer Line Cleaning is included in Section 02954. SECTION 02953 TELEVISION INSPECTION PAGE I OF 4 PART 3 - EXECUTION 3.1 PRE - INSTALLATION INSPECTION 1 1 1 1 1 1 1 1 1 1 ,. 1 1 1 1 1 1 A. Notify the Owner /Engineer 24 hours in advance of any CCTV inspection so that the Owner /Engineer may observe inspection operations. B. The camera shall be moved through the line in either direction at a uniform rate, stopping when necessary to ensure proper documentation of the sewer's condition but in no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions shall be used to move the camera through the sewer line. C. If during the inspection operation, the television camera will not pass through the entire pipe section due to blockage or pipe defect, the Contractor shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire pipe section, the inspection shall be considered complete and no additional inspection will be required at that time. Improper cleaning will not be a reason for incomplete televising of a line section. D. Whenever non - remote powered and controlled winches are used to pull the television camera through the line, telephones, radios, or other suitable means of communication shall be set up between two manholes of the sewer line being inspected to ensure that good communications exist between members of the crew. E. If during television inspection of a sanitary sewer line section, the wastewater flow depth exceeds 20 percent of the inside pipe diameter, the Contractor shall reduce the flow depth to an acceptable level by performing the television inspection during minimum flow hours, bypass pumping, plugging, or by pulling the camera with swab, high- velocity jet nozzle or other acceptable dewatering device. CCTV inspection made while floating the camera is not acceptable unless approved by the Owner. RECORDING OF FIELD OBERVATIONS A. Television Inspection Reports for each CCTV inspection provide a completely printed inspection report that clearly identified the location of defects and all recorded observations indexed in relation to adjacent manholes. Defects and observations that shall be recorded include structural deficiencies, service connections with estimations of extraneous flows, joints, infiltration sources, unusual conditions, material transitions, roots, storm sewer connections, fractured, cracked or collapsed sections, the presence of scales and corrosion, signs of previous leakage, pipes that the camera failed to pass through and reasons for failure, and other discernible features and data of significance. A hard copy of these records shall be supplied to both the Owner and Engineer. B. Digital Photographs: All recorded observations shall be documented as digital still images and formatted. C. Digital CCTV Recordings: The purpose of digital recording shall be to supply a visual record of problem areas of the lines that may be replayed. A graphic label shall be imbedded in the recording describing the parameters of the line being inspected (i.e. SECTION 02953 TELEVISION INSPECTION PAGE 3 OF 4 1 F1 1 1 t �i 1 SECTION 02954 SEWER LINE AND MANHOLE CLEANING PART 1 - GENERAL 1.1 SCOPE OF WORK A. Furnish all necessary labor, materials, equipment, services and incidentals required and perform high pressure water jetting, rodding, brushing, bucketing, and flushing of designated sewer lines and manholes prior to internal inspection by closed circuit television and rehabilitation operations. 1.2 RELATED WORK A. Television Inspection is included in Section 02953 PART2- PRODUCTS 2.1 EQUIPMENT A. Hydraulic Sewer Cleaning Equipment 1. The equipment used shall be of a moveable dam type and be constructed so that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The moveable dam shall be the same diameter at the pipe being cleaned and shall provide flexible scraper around the outer periphery to ensure total removal of grease. If sewer cleaning balls or other such equipment which cannot be collapsed instantly are used, special precautions against flooding of the sewers and public or private property shall be taken. B. High Velocity Jet (Hydro cleaning) Equipment 1. All high velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines to be cleaned. Equipment shall also include a high velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a long distance solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps and hydraulically driven hose reel. All controls shall be located so the equipment can be operated above ground. C. Mechanical Cleaning Equipment 1. Bucket machines shall be in pairs and with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive which could cause damage to the pipe shall not be acceptable. 2. Power rodding machines shall be either sectional or continuous type capable of holding a minimum of 750 -ft of rod. The rod shall be specifically treated steel. To ensure safe operation, the machine shall have a fully enclosed body and an automatic safety release clutch or relief valve. SECTION 02954 SEWER LINE AND MANHOLE CLEANING PAGE 1 OF 3 1 1 1 i 1 1 1 1 1 1 1 1 1 1 to assure almost complete removal of roots from the joints. Any roots which could prevent the proper seating and application of the liner shall be removed. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines, and winches using root cutters and porcupine, and equipment such as high - velocity jet cleaners. Chemical root treatment shall be used before or following the root removal operation, depending on the manufacturer's recommendation. B. If required to aid in the removal of roots, sewer sections that have root intrusion may be treated with an acceptable herbicide, as approved and specified by the Engineer. The application of the herbicide to the roots shall be done in accordance with the manufacturer's recommendations and specifications in such a manner to preclude damage to surrounding vegetation. The active ingredients shall have no adverse effect on the performance of a wastewater treatment plant, and shall be registered with the Environmental Protection Agency. Any damaged vegetation so designated by the Engineer shall be replaced by the Contractor at no additional cost to the Owner. All safety precautions as recommended by the manufacturer shall be adhered to concerning handling and application of the herbicide. WASTE MATERIAL REMVOAL AND DISPOSAL A. All sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid waste material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. When hydraulic cleaning equipment is used, a suitable dam or weir shall be placed in the downstream manhole to trap all such materials. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. B. Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into streets, ditches, storm drains, or other sanitary sewers. All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of properly. C. The Contractor shall keep his haul route and work areas neat and clean and reasonably free of odor, and shall bear all responsibility for the cleanup of any spill which occurs during the transport of cleaning /surface preparation by- products and the cleanup of any such material which is authorized by or pursuant to this Contract and in accordance with applicable law and regulations. The Contractor shall immediately clean up any such spills or waste material release. ACCEPTANCE OF CLEANING OPERATION A. Acceptance of sewer line cleaning shall be made upon the successful completion of the television inspection and shall be to the satisfaction of the Engineer and Owner. If the television inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to re -clean and re- inspect the sewer line until the cleaning is shown to be satisfactory. END OF SECTION SECTION 02954 SEWER LINE AND MANHOLE CLEANING PAGE 3 OF 3 1 1 PART 1 - GENERAL 1.1 SCOPE OF WORK SECTION 02955 CURED -IN-PLACE PIPE LINER ' A. Furnish all labor, materials, equipment and incidentals required and install and test cured -in -place pipe (CIPP) lining and appurtenances complete as shown on the Drawings and as specified herein. 1.2 RELATED WORK A. Sewer line cleaning is included in Section 02954. B. Television Inspection of pipelines is included in Section 02953. C. Temporary by -pass pumping of sewage flows is included in Section 02650. ' 1.3 SUBMITTALS A. Submit, in accordance with Section 01330, the following: 1. Shop drawings and schedules of all CIPP liner and appurtenances required. Design ' data and specification data sheets listing all parameters used in the liner design and thickness calculations based on ASTM F1216 and D2412 for fully deteriorated pipe. All CIPP liner design calculations shall be sealed and signed by a registered ' professional engineer. 2. Detailed procedure for installing the liner. 3. The name of the liner manufacturer and the location of the facility where the liner ' was manufactured. 4. Certified test reports from the manufacturer that the liner for this Contract was manufactured and tested in accordance with the ASTM Standards specified herein. ' 5. Emergency plan detailing procedures to be followed in event of pump failures, sewer overflows, service backups, and sewage spillage. Maintain a copy of emergency plan on -site for duration of Project. ' 6. Television inspection header data, CCTV DVDs, and observation data made before and following point repair, and original copies of CCTV DVDs inspections shall be furnished to Engineer within 5 days. Data and video shall be delivered on DVDs. 7. Curing logs: show temperature and pressure readings per unit of time collected during liner installation. 8. Temperature readings with minimum 15 minute intervals for materials' delivery and storage with date and time stamped and labeled with sewer pipe identification number and material's stock identification. 1.4 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D790 - Standard Test Methods for Flexural Properties of Un- reinforced and Reinforced Plastics and Electrical Insulating Materials. SECTION 02955 CURED -IN -PLACE PIPE LINER ' PAGE 1 OF 8 I D. The CIPP liner shall be provided by a single manufacturer. The supplier shall be responsible for the provision of all test requirements specified herein as applicable. In addition, all liner to be installed under this Contract may be inspected at the plant for compliance with this Section by an independent testing laboratory provided by the Owner, at his own expense. The Contractor shall require the manufacturer's cooperation in these inspections. The cost of plant inspection will be the responsibility of the Owner. E. Inspection of the liner may also be made by the Engineer or other representative of the Owner after delivery. The liner shall be subject to rejection at any time on account of failure to meet any of the requirements specified, even though sample liner may have been accepted as satisfactory at the place of manufacture. Liner rejected after delivery shall be marked for identification and shall be removed from the job site at once. 1.6 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in shipping, handling and storage to avoid damaging the liner. Extra care shall be taken during cold weather construction. Any liner damaged in shipment shall be replaced as directed by the Engineer. t B. Any liner showing a split or tear, or which has received a blow that may have caused damage, even though damage may not be visible, shall be marked as rejected and removed at once from the job site. C. The liner shall be maintained at a proper temperature in refrigerated facilities to prevent premature curing at all times prior to installation. Extra care shall also be taken in hot weather construction. The liner shall be protected from UV light prior to installation. Any liner showing evidence of premature curing will be rejected for use and will be removed from the site immediately. ' D. Any liner that has a shelf life over six months will be rejected. All liners shall have a record with the date the material was manufactured. ' 1.7 GUARANTEE ' A. All lining work shall be fully guaranteed by the Contractor and manufacturer for a period of 1 year from the date of project completion. During this period, all serious defects discovered by the Owner shall be removed and replaced in a satisfactory manner at no ' additional cost to the Owner. The Owner may conduct an independent television inspection, at his own expense, of the lining work prior to the completion of the 1 year guarantee period. PART2- PRODUCTS ' 2.1 MATERIALS A. The liner shall be composed of tubing material consisting of one or more layers of a flexible non -woven polyester with or without additives such as woven fiberglass or other ' fibers. The felt tubing shall be impregnated with a thermosetting polyester resin and catalyst, vinyl ester and catalyst or epoxy resin and hardener. The liner material and resin shall be completely compatible. The systems shall meet the requirements of ASTM F1216 ' and ASTM 1743. SECTION 02955 CURED -IN-PLACE PIPE LINER PAGE 3 OF 8 SECTION 02955 CURED -IN -PLACE PIPE LINER PAGE 5 OF 8 manholes. The required length of liner shall be verified in the field by the Contractor prior to fabrication. N. The liner shall be designed, fabricated and installed for the actual conditions encountered for this application and shall comply with the following minimum conditions: 1. Temperature: 35 to 150 degrees F ' 2. Maximum long term deflection: 5 percent 3. The liner shall be designed to support all loads produced by backfill (130 lbs /sq ft), traffic (H -20) and a hydrostatic loading from groundwater elevation at grade. ' 4. The liner shall be watertight. 5. The existing pipe shall be considered fully deteriorated. 6. Groundwater depth shall be considered to be at ground surface elevation. 7. Safety Factor shall be 2.0 8. Soil modulus 700 psi 9. Enhancement Factor K shall be 7. ' 10. Ovality shall be 3 %. O. The required structural CIPP wall thickness shall be designed in accordance with the guidelines of ASTM F1216. A copy of the design calculations shall be submitted to the Engineer and Owner. The calculations shall clearly state all design assumptions and shall included the change in flow capacity that will be experienced with the selected liner. P. Thickness specified (designed by the Contractor and approved by the Owner) is the final, in- ground thickness required. Measured sample thicknesses will not include polyurethane or polyethylene coatings, and layer of the tube not fully and verifiably impregnated with resin, or any portion of the tube not deemed by the Engineer or Owner to be a structural component of the composite. Q. The Contractor must consider any factors necessary to ensure the final CIPP thickness is not less than specified. These factors include any stress applied to the material during transportation, handling, installation and cure; the host pipe's material type, condition, and configuration; weather; and any other factors which are reasonably expected to be found in existing sanitary sewer systems. R. The cured liner shall have the following minimum structural properties: Propert y Test Method Minimum Standard ' Flexural Strength ASTM D790 4,500 Flexural Modulus ASTM D790 250,000 S. Product Specific Design Parameters. Certain design inputs vary by manufacturer, ' processes design, or installation technique. These variables are listed below with requirements: 1. Long Term Flexural Modulus shall be verified by long -term external pressure testing of circular lengths of the pipe material by a third -party lab. Retention values ' exceeding 50% of the short term test results shall not be applied unless substantiated by qualified third party test data to the Engineer's and Owner's satisfaction. SECTION 02955 CURED -IN -PLACE PIPE LINER PAGE 5 OF 8 N. Following installation of the liner and reopening of the service connections, conduct a final television inspection of the completed work. Color copies of the DVD's and the DVD's made prior to and following the liner installation shall be submitted to the Engineer for approval and shall be retained by the Owner ' 3.2 TESTING AND ACCEPTANCE A. Field acceptance of the liner shall be based on the Engineer's evaluation of the installation including CCTV DVDs and a review of certified test data for the installed pipe samples. to be lined that their sewage service will be discontinued while the liner is being installed. Notify each affected property owner at least 72 hours in advance of commencement of the ' work, giving the date, start time and time when service will be completely restored. Also provide a telephone number which property owners can call for information during the work. The Contractor shall personally contact any home or business which cannot be ' reconnected within the time stated in the written notice. J. Furnish and install the liner in the full length of sewer as shown on the Drawings. The installation of the liner shall be in complete accordance with the applicable provisions ' herein and the manufacture's installation requirements. K. All cutting and sealing of the liner at manhole connections shall provide watertight pipe ' and manhole trough seals. L. Reopen all of the existing active service connections in each length of sewer following reformation and cooling of the liner. The service connections shall be reopened from ' inside the sewer by means of a television camera controlled cutting device appropriate for the liner material and the rehabilitated sewer pipe. It is the intent of these specifications that branch connections be reopened without excavation. Initially, each lateral shall be ' relieved by cutting a 2 to 3 inch hole to ensure that no services will be interrupted and there will be no risk of backed up lines. Once this is accomplished, each lateral shall be fully reopened to a minimum of 90% of its original size. The Contractor shall have a minimum of two (2) complete working cutters unless otherwise directed by the owner or his authorized representative. No additional payment will be made for excavations for the ' purpose of reopening connections and the Contractor will be responsible for all costs and liability associated with such excavation and restoration work. M. All services must be brushed after cutting is complete. The services must be smooth and shall not allow any sewage be caught up and cause a backup to the service. N. Following installation of the liner and reopening of the service connections, conduct a final television inspection of the completed work. Color copies of the DVD's and the DVD's made prior to and following the liner installation shall be submitted to the Engineer for approval and shall be retained by the Owner ' 3.2 TESTING AND ACCEPTANCE A. Field acceptance of the liner shall be based on the Engineer's evaluation of the installation including CCTV DVDs and a review of certified test data for the installed pipe samples. B. For each length of liner installed, the preparation of two CIPP samples, in accordance with ASTM F1216 and ASTM F1743, is required for testing. The samples shall be a minimum of 24 inches in length. The two methods are summarized as follows: 1. The samples shall be taken from the tube and the resin/catalyst or resin/hardener ' system used, and cured in a clamped mold placed in the down tube when heated circulating water is used and in the silencer when steam is used. 2. The samples shall be cut from a section of cured CIPP at an intermediate manhole or at the termination point that has been inverted through a like diameter pipe which has been held in place by a suitable heat sink, such as sandbags. SECTION 02955 CURED -IN -PLACE PIPE LINER PAGE 7 OF 8 ' ' SECTION 02957 ' PIPE REAMING PART 1 - GENERAL 1.1 DESCRIPTION ' A. See Section 00910, Special Provision SP39. Lincoln Street Trenchless Rehabilitation Risk. This special provision defines the associated risk with pipe reaming and defines that the all risks and costs associated with 10" TO 15" TRENCHLESS SEWER MAIN REHABILITATION construction shall be borne exclusively by the Contractor. ' B. This section covers all materials and testing for replacement of existing lines shown on the drawings by the patented trenchless method of pipe reaming, to be performed only by a legally licensed contractor. The replacement procedure shall be conducted by the use of ' a Horizontal Directional Drill (HDD) using an appropriate reamer to grind and pulverize the existing pipe, flush the pulverized pipe material and drilling fluid through the existing pipe to a retrieval point, and a new HDPE, Fusible PVC, Restrained Joint PVC, or Restrained Joint Ductile Iron of the required size installed simultaneously. C. Pipe installation shall consist of furnishing all labor, equipment and materials for a complete installation in accordance with the Contract Documents. 1.2 REFERENCE TO STANDARDS ' A. References to Standard Specifications shall be understood to mean the latest revision of said specification as amended prior to the date of solicitation of bids, except as otherwise noted in the Contract Documents. ' 1.3 SUBMITTALS A. The contractor shall provide certifications, shop drawings and samples for all materials specified for use on the project. 1.4 EXPERIENCE A. The contractor shall have prior experience with this type of installation, demonstrate proof of instruction by the licensor, or provide on site services of the licensor until such time the contractor's competency to perform the work is satisfactory to the Owner and /or Engineer. ' PART 2 - MATERIALS 2.1 PIPE A. Pipe shall be solid wall high density polyethylene (HDPE) pipe meeting the requirements of ASTM F714 Polyethylene (PE) Plastic Pipe SDR (9) based on outside diameter, ASTM D1248 and ASTM D3350. SECTION 02957 PIPE REAMING ' PAGE 1 OF 3 D. Pipe shall immediately follow the reamer through the bore channel. The reamer overcut should not exceed the maximum diameter of the replacement product by more than 3 inches. No final cuts or connections to HDPE shall be made to the pipe less than four hours after the pipe has reached its final position. E. Slurry generated by the installation shall be disposed of in accordance with all applicable local, state and federal regulations. 3.5 REMOVAL AND RECONSTRUCTION OF INVERTS AND MANHOLES A. Manholes not scheduled to be removed and through which the reamer will pass, shall have the invert removed sufficiently to allow the reamer to pass without deflection and allow for a structurally sound repair /replacement of the invert. 3.6 SERVICE CONNECTIONS A. Existing service connections shall be located, exposed, disconnected, and/or isolated from the main before beginning replacement operations. Services shall not be reconnected until the replacement line is in its final position. All services off line during installation or at any time during the course of the project shall remain in service by pumping or by- passing as required until such time that they can be permanently reconnected to the main. 3.7 RECONNECTION OF SERVICE A. Connections to the new line shall be made using fittings consistent with the type of pipe installed and as specified. END OF SECTION SECTION 02957 PIPE REAMING PAGE 3 OF 3 SECTION 02959 ' PIPE BURSTING SYSTEM ' PART1 GENERAL 1.1 DESCRIPTION ' A. See Section 00910, Special Provision SP39. Lincoln Street Trenchless Rehabilitation Risk. This special provision defines the associated risk with pipe bursting and defines that the all risks and costs associated with 10" TO 15" TRENCHLESS SEWER MAIN REHABILITATION construction shall be borne exclusively by the Contractor. ' B. This specification covers the requirements for renewal and upsizing of existing sanitary sewers using a pipe bursting system including removal and replacement of service lateral connections, renewal of connections to manholes, and finishing renewed pipelines. ' 1.2 DEFINITIONS A. Pipe Bursting: Process of inserting new pipe of equal or larger diameter into existing pipeline by fragmenting or grinding existing pipe and forcing material into surrounding soil. 1. Accomplished by use of either static or hydraulic bursting head. 2. Mole or bursting head is directionally guided or towed by winch, chain or rod assembly. 3. New pipe towed or jacked in immediately behind mole or bursting head. ' B. Host Sewer Main: Pipeline designed to convey sewerage subject to the i e bursting system, made of vitrified clay, asbestos cement, polyvinyl chloride (PVC), cast iron, concrete, steel, ductile iron or lined pipe. C. Replacement Pipe: Pipe inserted into the host sewer main by pipe bursting system. D. Continuous Pipe: Pipe, such as High Density Polyethylene (HDPE) pipe, with welded joints, assembled and inserted so as to form a continuous section between access pits. E. Sectional Pipe: Pipe, such as vitrified clay pipe (VCP), polymer pipe, ductile iron (DI) pipe, PVC pipe, or HDPE pipe, assembled using leak proof joints and inserted into the host sewer main in sections. F. Renew Lateral: Replace service lateral ateral in public space or easement. ' 1.3 QUALITY ASSURANCE A. For a pipe bursting system to be considered commercially proven, a minimum of 500,000 ' linear feet sewer main line and 3,500 linear feet of sewer services of successful wastewater collection system installations in U.S. must be documented to the satisfaction of Owner. B. Personnel performing pipe bursting: SECTION 02959 PIPE BURSTING SYSTEM PAGE 1 OF 8 2. Certificates of Trainin g for process to be used. a. Include installer's name, date of issuance and process for which certified. 3. Certificates of training for joint fusion, if applicable. 4. Pre - bursting and post- bursting television inspection reports. Complete post - bursting inspection after bursting process, reconnection of laterals and renewals are completed. 5. Pulling log to include Allowable Tensile Load (ATL) and duration of pull of the replacement pipe. 6. Field testing results. 1.5 DELIVERY AND STORAGE ' A. Transport, handle, and store pipes and fittings as recommended by manufacturer. B. Replace pipe or fittings damaged before or during installation at no additional cost to the Commission. PART 2 MATERIALS ' 2.1 PIPE BURSTING SYSTEMS 1 2.2 MATERIALS A. General. 1. Metal in saddles, clamps and appurtenances: 300 or 304 stainless steel following ASTM A240. 2. Elastomeric materials, gaskets, clamps, connectors: oil resistant and manufactured following ASTM F477. 3. Fittings. a. Pressure rated and classified same as adjoining pipe. b. Inside diameter to match inside diameter of adjoining pipe. C. Designed for pipe bursting applications. B. HDPE pipe, joints, and fittings: 1. Polyethylene: Minimum cell classification PE 345464E following ASTM D3350. 2. Material designation: PE 3608 following ASTM F714. 3. Hydrostatic Design Basis at 73.4 degrees F: 1,600 psi following ASTM D2837 4. Pipe. a. Manufactured, and sized following ASTM F714. b. Minimum wall thickness: SDR 17. C. Measure length to provide continuous, homogeneous pipe from manhole to manhole with enough extra length to allow relaxing and finishing off at manholes. d. Interior Pipe color: 1) Use fully bonded light - colored interior liner meeting specifications above. e. Pipe Markings: 1) Mark following ASTM F714. 2) Legibly marked in green to identify as sewer pipe. SECTION 02959 PIPE BURSTING SYSTEM PAGE 3 OF 8 r� t Ij 1) Branch saddle style or approved equal. C. Approved Manufacturers. 1) Molded Branch Saddle, Performance Pipe, Division of Chevron Phillips Chemical Company, LP. 2) Rinker Materials Poly Pipe Division. 3) Electrof ision Branch Saddle, Central Plastics Company. 4) Or Approved Equal. 2. Insertion connections. a. Nominal inside diameter of existing service. b. Approved Manufacturers. 1) Inserta Fittings Co. 2) Or Approved Equal. 3. Strap -on saddles. a. Utilized only when heat fusion, electrofusion, or insertion saddles are not possible. 1) Requires prior approval from Engineer. b. Made of polyethylene pipe compound following ASTM D3350 with stainless steel bands and fasteners, 50 year polyurethane gasket, and backup plate. 1) Strap -on- saddle type, tee saddle, or approved equal. C. Approved Manufacturers. 1) JCM Industries, Inc. 2) Romac Industries. 3) Or Approved Equal. E. Connection Appurtenances. 1. Use Full Circle Elastomeric Seal Clamps for joining plain ends of pipe. a. Rubber sleeve coupling with stainless steel shear ring. b. Following ASTM C1173. C. Approved Manufacturers. 1) Fernco. 2) Mission Rubber Company Flex -Seal. 3) DFW by NDS. 4) Or Approved Equal. 2. Joint lubricants. a. Following manufacturer recommendations. b. Apply with brush or hand - apply. Spray application not permitted. PART 3 EXECUTION 3.1 MAINLINE PREPARATION A. Respond to project site within 2 hours of Engineer's notification of problem on site. All costs due to failure to respond within prescribed time will be bome by Contractor. B. Bypass pumping. 1. Assemble bypass pumping according to submitted plans. SECTION 02959 PIPE BURSTING SYSTEM PAGE 5 OF 8 r t I � 2. Use sewer house connection locations, changes in sewer line and grade, and sags as access pit locations, and provide access to the sewer from both directions. 3. Prevent damage to adjacent areas during bursting process. C. Do not exceed approved submittal insertion rate or force at any time. Maintain logs verifying rate and force did not exceed submitted calculations. D. Use approved lubricant to ease installation friction. Match lubricants to soil and insertion conditions. E. Remove irregular internal bead projections that are not uniform and rolled -back from butt - fused joints. F. Remove and replace improperly burst sewer mains at no additional cost to the Owner. G. Contractor is responsible for all costs related to inaccurately located or misidentified live /active sewer house connections. 1. Re- connect missed or active taps and abandon erroneously opened connections at no additional cost to the Owner. RELAX PERIOD A. Allow inserted HDPE pipes to rest for a period of 4 hours before cutting and trimming replacement pipe or making any manhole connections. B. If replacement pipe exhibits retraction, at end of relax period and after flexible manhole connectors' grout has set, anchor HDPE pipe at manholes following approved submittals. C. After relax period, cut and trim replacement pipe 3 inches inside upstream and downstream manholes. MANHOLE RECONNECTION A. Reconnect to manhole following approved submittals. 1. Restrain pipe at manhole wall. 2. Use flexible gasket connector, fuse -on water stop or hydrophobic grout- soaked oakum collar embedded in concrete poured or parged across manhole wall opening. B. Flexible gasket connector 1. Center connector in manhole opening. 2. Grout flexible connector in place in manhole wall, filling all voids for full thickness of manhole wall. 3. If flexible connector is not water tight, embed a fuse -on water -stop collar in manhole wall if required by Engineer. C. When flexible gasket connector or fused -on water stop is not used, use quick setting non -shrink grout pipe to manhole connections and bentonite collar, or grout- soaked oakum collar embedded in concrete poured or parged across manhole wall opening. SECTION 02959 PIPE BURSTING SYSTEM PAGE 7 OF 8 1 APPENDIX A 1 SOIL BORINGS AND LAB TESTS �' I 1 t 1 e J t GEOTECHNICAL June 4, 2008 Mr. Craig Pozega, PE Great West Engineering, Inc. Via Email: cpozega @greatwesteng.com Dear Mr. Pozega: Re: Soil Borings and Laboratory Tests, Bozeman, Montana Project 08 -2428 We have completed the soil borings and laboratory tests you authorized on May 5, 2008. Attached, you will find Log of Boring sheets and laboratory tests performed for the 11 soil borings in Bozeman, Montana. The locations of the borings are shown on the attached Boring Location Sketches. Thank you for using SK Geotechnical. If you have any questions regarding the soil borings or associated laboratory tests, or require our services during the construction phase of this project, please call Brett Warren or Greg Staffileno at (406) 652 -3930. Sincerely, r a, f t` Gll +f Brett M. Warren, EI Staff Engineer Gregory T. Staffileno, PE Principal, Geotechnical Engineer bmw /gts:khr Attached: Boring Location Sketches (3) Descriptive Terminology Log of Boring Sheets Laboratory Tests BILLINGS 26"1 Gab-' Ro i3 .... . I'.D. Box 80190 Billi -gs, MT 39108 -0190 1 —P 406.6523930 F 406.652.3944 skgeo techn ical. com MISSOULA 4041 WhtPp'>orwdll C)me. RO,'lox 161.2,3 Missoula, M`r 59£308 -6124 !— P 406.721..3391 F 406.721.6233 BORING LOCATION SKETCH Drawn by: B Warren Date 06/04/08 GEOTECHNICAL Geotechnical Evaluation Project: 08 -2428 Bozeman Pipe Bursting Scale: None FIGURE Bozeman, Montana Sheet 2 of 3 1 r � WA GEOTECFIIVICAL ' Standard D 2487 Classification of Soils for Engineering Purposes (Unified Soil Classification System) t 1 1 1 1 1 1 1 1 1 1 Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests n Soil Classification Group Symbol Group Name a Gravels Clean Gravels C ? 4 and 1 _< C < 3 ' GW Well raded ravel More than 50% of Less than 5 % fines c < r C 4 and/or I > C > 3 GP Poorly graded gravel r Coarse- Grained coarse fraction Gravels with Fines Fines classify as ML or MH GM Silty gravel F. Xsoil Equation of A' -hne Horizontal at P7 =4 to LL •2then Soils More than retained on No. 4 sieve More than 12% fines c Fines classify as CL or CH GC Clayey gravel 50% retained on No. Sands 50% or more of Clean Sands Less than 5 fines D C ? 6 and 1 < C <_ 3 ' SW Well grad cd sand C < 6 and/or I > C > 3 x SP Poorly graded sand' 200 sieve coarse Sands with Fines classify as ML or MH SM Silty sand ' F fraction Fines passes No. 4 sieve More than 12% fines D Fines classify as CL or CH SC Clayey sand o. " '' Fine- Grained Soils 50 % or more Silts and Clays Liquid Limit less than 50 Inorganic PI > 7 and plots on or above "A" line' CL K L M Lean clay PI < 4 or lo u below "A" line ML Silt Organic Liq uid limit — oven dried < 0,75 Liquid limit - not dried OL Or p anic clay Organic silt K, L. M. o passes the No. 200 Silts and Clays Inor g anic PI lots on or above "A" line CH Fat clay PI lots below "A" line MH Elastic silt ' sieve Liquid limit 50 or more Organic Liquid limit - oven dried < 0.75 Liquid limit - not dried OH Organic clay Or anic siltK. L M. ° Highly Organic Soils n Primarily organic matter, dark in color, and organic odor PT Pcat Based on the material passing the 3" (75 mm) sieve. e If field sample contained cobbles or boulders, or both, add "with cobbles or boulders, or both" to group name. C Gravels with 5 to 12% fines require dual symbols GW -GM well - graded gravel with silt GW -GC well- graded gravel with clay GP -GM poorly graded gravel with silt GP -GC poorly graded gravel with clay D Sands with 5 to 12% fines require dual symbols. SW -SC well- graded sand with clay SP -SM poorly graded sand with silt SP -SC poorly graded sand with clay E Cu = D5o / Dm CC = (Dro) / (D3o x D5o) If soil contains > 15% sand, add "with sand" to group name. If fines classify as CL -ML, use dual symbol GC -GM or t ' SC -SM. 6t H 54 a x W D 40 2 r r 30 ti a zo 0. 10 7 U " If fines are organic, add "with organic fines" to group name. If soil contains ? 15% gravel, add "with gravel" to group name. If Atterberg limits plot in hatched area, soil is a CL -ML, silty clay. K If soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel ", whichever is predominant. L Ifsoil contains ? 30% plus No. 200 predominantly sand, add "sandy" to group name. M If soil contains >_ 30% plus No. 200 predominantly gravel, add "gravelly" to group name. N PI > 4 and plots on or above "A" line. ° PI < 4 or plots below "A" line. r PI plots on or above "A" line. ° PI plots below "A" line. For cuss it,ca?iCn of fine - / and fine grained roC4fa La .. ,._.., Xsoil Equation of A' -hne Horizontal at P7 =4 to LL •2then PT =0,73fLL -209 .- ,..___. FquaPian df ° 0 ° - tine vertical at CL. sib 1.PI °7 F then P1 =0.5kL -8! f �� ..__._ _. _ .... MH o' OH -- MLQR OL .c . to It Zu �I° 94 50 60 74 86 90 3010 Ll�Uip LIMIT tLLI PIG. 4 P164fCity mart Laboratory Tests DD Dry density, pcf OC Organic content, % WD Wet density, pcf P, % passing 200 sieve LL Liquid limit PL Plastic limit PI Plasticity index MC Natural moisture content, % qu Unconfined compressive strength, psf qp Pocket penetrometer strength, tsf Descriptive Terminology Particle Size Identification Boulders ........ ...........................over 12" Cobbles ...... .............................3" to 12" Gravel coarse ........ ...........................3 /4" to 3" fine ...... ............................No. 4 to 3/4" Sand coarse ......................... No. 4 to No. 10 medium .................... No. 10 to No. 40 fine ......................... No. 40 to No. 200 Silt ......................... No. 200 to .005 mm Clay ........................ less than .005 mm Relative Density of Cohesionless Soils very loose ............................ 0 to 4 BPF l oose .... ............................... 5 to 10 BPF medium dense .................. 11 to 30 BPF dense ... .............................31 to 50 BPF very dense ......................... over 50 BPF Consistency of Cohesive Soils very soft . ..............................0 to 1 BPF soft ......... ..............................2 to 3 BPF rather soft .............................4 to 5 BPF medium .. ..............................6 to 8 BPF rather stiff .......................... 9 to 12 BPF stiff ...... .............................13 to 16 BPF very stiff ..........................17 to 30 BPF hard ........ ...........................over 30 BPF Moisture Content (MC) Description rather dry MC less than 5 %, absence of moisture, dusty moist MC below optimum, but no visible water wet MC over optimum, visible free water, typically below water table saturated Clay soils were MC over optimum Drilling Notes Standard penetration test borings were advanced by 3'/4" or 4%4" ID hollow -stem augers, unless noted otherwise. Standard penetration test borings are designated by the prefix "ST" (split tube). Hand auger borings were advanced manually with a 2 to 3" diameter auger to the depths indicated. Hand auger borings are indicated by the prefix "HA." Sampling. All samples were taken with the standard 2" OD split -tube sampler, except where noted. TW indicates thin - walled tube sample. CS indicates California tube sample. BPF. Numbers indicate blows per foot recorded in standard penetration test, also known as "N" value. The sampler was set 6" into undisturbed soil below the hollow -stem auger. Driving resistances were then counted for second and third 6" increments and added to get BPF. Where they differed significantly, they were separated by backslash ( /). In very dense /hard strata, the depth driven in 50 blows is indicated. WH. WH indicates the sampler penetrated soil underweight of hammer and rods alone; driving not required. Note. All tests were nm in general accordance with applicable ASTM standards. A�I,� GEOTECHNICA 2611 Gabel Road SHIL P. O. Box 80190 Billings, MT 59108 -0190 Phone: 406.652.3930 C-.... .1 11G _ ­ LOG OF BORING PROJECT: 08 -2428 BORING: $T -2 GEOTECHNICAL EVALUATION LOCATION: Bozeman Pipe Bursting N Tracy Avenue, see attached sketch. Bozeman, Montana DRILLED BY: C. Larsen METHOD: 3 1/4" HSA, Automatic DATE: 5/16/08 SCALE: V = 3' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 0.0 4" Asphalt over 16" Clayey Gravel Base Course. 10 2.0 s CL SANDY LEAN CLAY, low plasticity, brown, moist, rather soft. (Alluvium) 4.0 _ _ _ _ CLAYEY GRAVEL with SAND, fine- to coarse - grained, brown, moist to waterbearing, medium dense to very dense. (Alluvium) 12 20 GC 64 - waterbearing at 11'. 64 15.5 41 END OF BORING Water down 11' with 14' of hollow -stem auger in the ground. Water not observed to dry cave -in depth of 6' immediately after withdrawal of auger. VO -L'#LO S F -2 page 1 of 1 P I 2611 Gabel Road P. O. Box 80190 S KZ A B gs, MT 59108 -0190 Phone: 406.652.3930 c--. wnc CCU gone LOG OF BORING PROJECT: 08 -2428 BORING: $T-4 LOCATION: GEOTECHNICAL EVALUATION Bozeman Pipe Bursting N Tracy Avenue, see attached sketch. Bozeman, Montana DRILLED BY: C. Larsen METHOD: 3 1/4" HSA, Automatic DATE: 5/16/08 SCALE: 1" = 3' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 0.0 ;; ;; FILL: 4" Asphalt over 9" Crushed Base Course. 3 ORGANIC CLEAN CLAY, low plasticity, black, II moist, soft. (Alluvium/Buried Topsoil) OL II II 3 1 4 .0 II I - - - - -- -------------------- SANDY LEAN CLAY, low plasticity, brown, moist, rather soft. (Alluvium) a � CL 4 'h 9.0 -------------------------- POORLY GRADED GRAVEL with SAND, fine- to coarse - grained, brown, moist to waterbearing. — (Alluvium) 2 GP 29 - waterbearing at 13'. 7 g 90 15.5 END OF BORING Water down 13' with 14' of hollow -stem auger in the ground. Water not observed to dry cave -in depth of 8' immediately after withdrawal of auger. 08 -2428 ST -4 page 1 of 1 GEOTECHNICAL 2611 Gabel Road P. O. Box 80190 LOG OF BORING f Billings, MT 59108 -0190 Phone: 406.652.3930 F >v• anF �cz zonn PROJECT: 08 -2428 BORING: $T -6 GEOTECHNICAL EVALUATION LOCATION: Bozeman Pipe Bursting E Mendenhall Street, see attached sketch. Bozeman, Montana DRILLED BY: C. Larsen METHOD: 3 1/4" HSA, Automatic DATE: 5/15/08 SCALE: 1" = 3' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 0.0 FILL: 8" Asphalt over 11" Crushed Base and Subbase Courses. 1.5 ����� 6 1 SANDY LEAN CLAY, low plasticity, light brown, moist, rather soft to medium. (Alluvium) 7 i CL 5.0 CLAYEY GRAVEL with SAND, fine- to coarse- grained, brown, moist, medium dense. (Alluvium) GC 16 9.0 POORLY GRADED GRAVEL with SAND, fine- to coarse - grained, brown, moist, medium dense to dense. (Alluvium) 25 GP -trace Cobbles and Boulders below 12'. g 73 15.5 - 90 END OF BORING Water not observed with 14' of hollow -stem auger in the ground. Water not observed to dry cave -in depth of 8' immediately after withdrawal of auger. 1 08 -2428 ST -6 page l of 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 i 1 1 1 1 Sj<GE;0T7ELCHj NICA 2611 Gabel Road P. O. Box 80190 Billings, MT 59108 0190 Phone: 406.652 3930 Fa nnF FS7 - Aoaa LOG OF BORING PROJECT: 08 -2428 BORING: ST -8 GEOTECHNICAL EVALUATION LOCATION: Bozeman Pipe Bursting W Lincoln Street, see attached sketch. Bozeman, Montana DRILLED BY: C. Larsen METHOD: 3 1/4" HSA, Automatic DATE: 5/15/08 SCALE: 1" = 3' Elev. Depth Symbol Description of Materials BPF WL qp I Remarks 0.0 FILL: 6" Asphalt over 24" Clayey Sand with Gravel, fine- to coarse - grained, brown, moist. 47 Transition from clayey sand to lean clay difficult to distinguish. 2.5 1'1'1 16i10 LEAN CLAY, low plasticity, trace Gravel, brown, moist, medium. (Alluvium) CL 6 6.5 -------------------------- CLAYEY GRAVEL with SAND, fine- to coarse - grained, brown, moist to waterbearing, loose. (Alluvium) 7 - waterbearing at 8.6'. Q 6 11.0 WELL GRADED GRAVEL with SILT and SAND, fine- to coarse - grained, trace Cobbles and Boulders, brown, waterbearing, very dense. (Alluvium) 68 50 -5" GW GM 50 -5" 20.5 END OF BORING Water down 8.6' with 11 1/2' of hollow -stem auger in the ground. Water not observed to wet cave -in depth of 9' immediately after withdrawal of auger. 08 -2428 1 -6 page i of i 2611 Gabel Road R P. 0. Box 80190 LOG OF BORING Phone: 406.652.3930 c,.,. nAC CCU oone PROJECT: 08 -2428 BORING: $T -1 U GEOTECHNICAL EVALUATION LOCATION: Bozeman Pipe Bursting W Lincoln Street, see attached sketch. Bozeman, Montana DRILLED BY: C. Larsen METHOD: 3 1/4" HSA, Automatic DATE: 5/15/08 SCALE: 1" = 3' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 0.0 FILL: 7" Asphalt over 20" of Clayey Gravel with Sand fine- to coarse - grained, brown, moist. 13 Transition from clayey gravel to poorly graded gravel difficult to 2.5 1'1i 13 distinguish. POORLY GRADED GRAVEL with SAND and SILT, fine- to coarse - grained, trace to some Cobbles and Boulders, brown, moist to waterbearing, dense to very dense. (Alluvium) so -1^ 88 GP rF GM _ 52 - waterbearing at 10.6'. 36 — 50 -2" 15.5 END OF BORING Water down 10.6' with 11' of hollow -stem auger in the ground. Water not observed to dry cave -in depth of 6' immediately after withdrawal of auger. 08 -2428 ST -10 page 1 of 1 Sieve Size 3" 1.5" 3/4" 3/8" #4 #10 #20 #40 #100 #200 100 90 80 70 an 60 c� �' so U i 40 Isr 30 20 10 0 10 1 0.1 Particle Size in Millimeters Gravel Sand coarse fine coarse medium fine Percent Passing U.S. Standard Sieve Size 3" 11/2" 3/4" 3/8" #4 #10 #20 #40 #80 #100 #200 100 74 52 41 30 23 19 14 13 9.9 Boring No.: ST -1 Date Received: 05/19/2008 Liquid Limit: NP Sample No.: 55 Approved By: Depth: 9' to 10 1/2' Date Approved: Plastic Limit: NP Plasticity Index: NP Classification: GP -GM Percent Gravel: 59.0 Percent Sand: 31.1 Percent Silt + Clay: 9.9 Moisture Content: 8.1% ASTM Group Name: POORLY GRADED GRAVEL with SILT and SAND Sieve Analysis ♦ M & , Project Number: 08 -2428 KEOTEiCHNICAL 2611 Gabel Road Bozeman Pipe Bursting Billings, P. O. Box 80190 MT 59108 -0190 Bozeman, Montana Phone: 406.652.3930 Fax: 406.652.3944 6/4/08 t 1 1 n 1 'J i Sieve Size 3" 1.5" 3/4" 3/8" #4 410 #20 440 #100 #200 100 90 80 70 - 77 bn 60 0. 50 a� U 40 i T a 30 20 10 0 10 F 0.1 Particle Size in Millimeters Gravel Sand coarse fine coarse medium fine Percent Passing U.S. Standard Sieve Size 3" 11/2" 3/4" 3/8" #4 #10 #20 #40 #80 #100 #200 100 92 73 61 49 38 30 22 20 16.1 Boring No.: ST -8 Sample No.: 23 Depth: 1 1/2' to 3' Date Received: 05/19/2008 Approved By: Date Approved: Liquid Limit: 22 Plastic Limit: 18 Plasticity Index: 4 Percent Gravel: 39.0 Percent Sand: 44.9 Classification: SC -SM Moisture Content: 5.5% Percent Silt + Clay: 16.1 ASTM Group Name: SILTY CLAYEY SAND with GRAVEL -'� Sieve Analysis Project Number: 08 -2428 SJO CGEOTEC:HNICAL ) 2611 Gabel Road P. O. Box 80190 ,. Billings, MT 59108 -0190 Phone: 406.652.3930 Fax: 406.652.3944 Bozeman Pi e Burstin p g Bozeman Montana 6/4/08 Sieve Size 3" 1.5" 3/4" 3/8" #4 410 #20 #40 #100 4200 100 90 80 70 on 60 M p " 50 U i 40 a 30 20 10 0 10 1 0.1 Particle Size in Millimeters Gravel Sand coarse fine coarse medium fine Percent Passing U.S. Standard Sieve Size 3 11/2" 3/4" 3/8" 94 #10 #20 #40 #80 #100 #200 100 71 46 37 30 22 15 8 7 5.2 Boring No.: ST -8 Sample No.: 27 Depth: 11 1/2 to 13' Date Received: 05/19/2008 Approved By: Date Approved: Liquid Limit: NP Plastic Limit: NP Plasticity Index: NP Classification: GW -GM Percent Gravel: 63.0 Percent Sand: 31.8 Moisture Content: 10.3% Percent Silt + Clay: 5.2 ASTM Group Name: WELL- GRADED GRAVEL with SILT and SAND ' Sieve Analysis Project Number: 08 -2428 K EOTECWNTCAL 2611 Gabel Road P. O. Box 80190 ayr Billings, MT 59108 -0190 Phone: 406.652.3930 Fax: 406.652.3944 Bozeman Pipe Bursting Bozeman, Montana 6/4/08 1� � APPENDIX B � CCTV INSPECTION REPORTS 1 0 1 1� 1 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 of go �1 688 -BZOm °�►; X6 EIQeffewe to ieb&cSaMce F0414 At39.4ft2L 4 TFC -Tap Factory Capped Category: Construction Feature At65.gft3 /.y TBI -Tap Break -in Intruding Category: Construction Feature O � �i t R, 1 w i TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 1 of 1 At.6.0 ft + START WITH FLOW - Start Inspection With the Flow / Category: Miscellaneous Feature O At 6.0 ft . r MWL - Water Level Category: Miscellaneous Feature At 10.7 It 10/. �j TFC - Tap Factory Capped Category: Construction Feature At1601t12/. B Broken /— ` At22.4ft1011 X77 HV V - Hole Void Visible Category: Structural TFC =Ta p FactotyCapped Category: Construction Feature At 29.1 ft 101. \ L TFC -Tap Factory Capped i Category:. Construction Feature At 53.6 ft 10/, TFC -Tap Factory Capped \ Category: Construction Feature \ yAt66.2ft MSA - AbandonedSurveY ._......._ _... _..__. Category: Miscellaneous Feature At 66.2 ft STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 1 of 1 City of Bozeman Water/Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 of BGZPI )16 Orritted. 55.3 ft 4: : col ni A t 22 7.5t 10/ TFC . Tap Factory Cupped Category: Construction Feature At2la.9UO!, TBI - Ta P Brea Intruding Category: Constuction Feature TFC -Tap Fa-tory Ca Category: Construction Feature TFC - T FaCt"ry Capped C al, Construction F�atuie TB - Tap Break -in Cate tc r5; t onsTru tiara Feature " ...TF.­TapFacbry .......... Category: constl :cton Fca"Llf, At 1, 1 3 Ift J 6 TB - T,p B tea k-:11 Feature At 1 49. 0 ft 1 21, TFC - T2p Factory Ca pped Cater),, f ki FP&' Wre At 13 4. 9 ft 1 31L 1 - r a p Fa ct".. r v Ca ppe d At 1607 ft2' TP_' - Tap FattclLy . pf Category. Constru-bon Feature At14 ' — ck, Lo-gitud!M . ..... ..... a l ... ... ... __ ............ ........ . . ... L Category: stytjo.Wral ..... .. ......... .. ... . ... . ....... T FC - T a p Facte ry Ca Aped . ....... - 0 a to g 0 f y I ComtruCbon Feebjre ............ At I 34 L .......... TB - 'rap Br�.ai it, Citegoryr Construrtton Featrive TV Inspection with Pipe-Run Graph Monday, May 19, 2008 2:15 PM Page 2 of 4 I lAt239Jlft2ll TFC - Tap Factory Capped CJ)�tuction Feature ft3/6 FM - Fracture Multiple ... .. .. .. . ... . .. ..... . .... ..... ..... . . .. At 30.5 It 719 Category: Sbuctural . ......... .. TF - Tap Factory ........ . .. Catag.ory:ron-tiuction Feature At 228.6 ft 3'9 'FM . ... ... Fracblre f'JUJUPle _ateaory' Structural I .. ... ...... FrA - Fracture Multiple I a) StfC&dj At Z 1 -1, T FC - Ta p Facto i y (.,a ppe d Uategory. Construction, Feature TB - Tap Break -in Cate tc r5; t onsTru tiara Feature " ...TF.­TapFacbry .......... Category: constl :cton Fca"Llf, At 1, 1 3 Ift J 6 TB - T,p B tea k-:11 Feature At 1 49. 0 ft 1 21, TFC - T2p Factory Ca pped Cater),, f ki FP&' Wre At 13 4. 9 ft 1 31L 1 - r a p Fa ct".. r v Ca ppe d At 1607 ft2' TP_' - Tap FattclLy . pf Category. Constru-bon Feature At14 ' — ck, Lo-gitud!M . ..... ..... a l ... ... ... __ ............ ........ . . ... L Category: stytjo.Wral ..... .. ......... .. ... . ... . ....... T FC - T a p Facte ry Ca Aped . ....... - 0 a to g 0 f y I ComtruCbon Feebjre ............ At I 34 L .......... TB - 'rap Br�.ai it, Citegoryr Construrtton Featrive TV Inspection with Pipe-Run Graph Monday, May 19, 2008 2:15 PM Page 2 of 4 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 r of Bo H _ CTGGT FLOVY - Start Inspecnan 4gainstthe Fl nexus Feai:n'e N Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 4 of 4 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Project Name: Bozeman Start date /time: 3/20/2008 Direction: Downstream 6a Iu a .+ 2 — s X6 aceffe ce In f'ubfe Senice Pipeline Segment Ref: Locality: Location(Street Name and Number): F0309 -FO311 Bozeman W Cottonwood c Height: Material: Location Code: 12 VCP Weather: Media Label: Length surveyed: 364.2 _ ....'. At 86.7 ft 21. :r TBI -Tap Break-in Intruding. Category: Construction Feature j At 96.9 It 21..,1 TFC - Tap FactoryCapped Category: Construction Feature � r4 At 163.6II ti]: TS -Tap Saddle Category: Construction Feature At 187.7 It 21. +� TFC - Tap Factory Capped Category: Construction Feature At 209.6 CL - Crack Longitudinal Category Structural TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 1 of 2 y ► At.6.0 ft M START WITH FLOW -Start Inspection With the Flow f Gatagory. Miscellaneous Feature FQ309 i�� �At 6.O tt. MWL - Water Level Category: Miscellaneous Feature _ j y At9.4 n71. —�— FL- Fracture Longitudinal Category: Structural \�-- At 10.0 ft6 /10 CC- Crack Circumferential Category: Structural I +�At51..3ftI0L TFC -Tap Factory Capped Category:,COnstruction Feature ,. _... ",-- r�At54.5119 /. CL- CrackLongitudinal Category: Structural At 73.2 It 121. - - -- FL- Fracture Longitudinal Category: Structural At76..8ft MWL -Water Level •� Category: Miscellaneous Feature , AtII ft31. CL - Crack Longitudinal Category: Structural At 116.9 ft 4/. FL - Fracture Longitudinal •� Category:Structurai •� At119.0ft5/9 -- CC -Crack Circumferential Category: Structural \� At 130.1 It _.. __. _...._ .... — MWL - Water Level Category: Miscellaneous Feature ___.� At 144.4 ft 101. �— TFC -Tap Factory Capped Category: Construction Feature At 166.7 ft 6112 - -- FC - FractureCircumferential _ Category: Structural At 209.6 CL - Crack Longitudinal Category Structural TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 1 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Of BO V 667�iR40 X6 Exceffence in ftW Service 4 rn TF -Tap Factory Category: Construction Feature At 105.4 It 101. TFC- Tap Factory Capped Category: Construction Feature At 120.7 ft 21. , 4 TFC -Tap Factory Capped Category: Construction Feature At 148.5 ft 31. TBA. - Tap Break -in Active Category:. Construction Feature At 150.6 ft 2f. TFC -Tap Factory Capped Category: Construetlon Feature At 135.0 ft3J6 FC - Fracture Circumferential Category: Structural ' At 135.4'1110/. TFA - Tap Factory Active Category: Construction Feature At 1.58.7..11.._. .. ,...... ___. MWL - Water'Level Category:. Miscellaneous Feature +y At 165.5.1t 101. TFC - Tap Factory Capped Category_ Construction Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 2 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0403 -F0404 Bozeman N. Grand Start date /time: Width: Height: Material: Location Code: 3/17/2008 10 VCP Direction: Length surveyed: weather: Media Label: Downstream 1 256.8 1 '•y �" At6.0 R START WITH FLOW - Startlnspection With the Flow F0403 y j Category: Miscellaneous Feature At60It ) � _ '+ MWL - Water Level Category: Miscellaneous Feature 3 y'atra.7n — MWL - Water Level Category: Miscellaneous Feature yAt16.3ft10 /2 �— FM - Fracture Multiple Category: Structural y At 36..5 it I OL CL -Crack Longitudinal Category: Structural yAt39.6It MWL - Water Level ..._ ,..........Cafe .gory: - Miscellaneous Feature.... ........ ........... � At45.7 ft 101. At60.6ft2 /. TFC - TapFactoryCapped TFC - Tap factory Capped Category:. Construction Feature Category: Construction Feature .� At 72.2 1111. CL -Crack Longitudinal Category: Structural At 75.8 ft 10/. _ m; At90.6ft21. TFC - TapFactoryCapped Category: Construction Feature 4 rn TF -Tap Factory Category: Construction Feature At 105.4 It 101. TFC- Tap Factory Capped Category: Construction Feature At 120.7 ft 21. , 4 TFC -Tap Factory Capped Category: Construction Feature At 148.5 ft 31. TBA. - Tap Break -in Active Category:. Construction Feature At 150.6 ft 2f. TFC -Tap Factory Capped Category: Construetlon Feature At 135.0 ft3J6 FC - Fracture Circumferential Category: Structural ' At 135.4'1110/. TFA - Tap Factory Active Category: Construction Feature At 1.58.7..11.._. .. ,...... ___. MWL - Water'Level Category:. Miscellaneous Feature +y At 165.5.1t 101. TFC - Tap Factory Capped Category_ Construction Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Of BO �•�' i 68Q -i100 A,% 44 x6 fice9ence in ftbac Semire Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0404 FO405 Bozeman I N Grand Start date /time: width: Height: Material: Location Code: 3/17/2008 ? 10 VCP j Direction: Length surveyed: Weather: Media Label: Downstream 362.9 1 TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 2 AtO.Oft START WITH FLOW- Startinspection With the Flow Category: Miscellaneous Feature F0404 i ,f AtOA ft . MWL -Water Level f _____.__ _ ._ ........ . .... .. ....._. .._.__.... Category: Miscellaneous - Feature ....._ ..._..____... ...... At 8.7 R MWL- WaterLevel Category: Miscellaneous Feature j �At40.0ft 113 �- CC - CrackCircumferential j Category: Structural j Atd0.9ft2L j/ t} At49.9 ft6110 CM -Crack Multiple I TFA -Tap FactoryActive - J "I / Category: Structural Category: Construction Feature At 57.0 ft 7t1 d CM- CrackMultiple Category: Structural �At60.7fti41. a � TFA- TopFactoryActive At 75.7 ft 21. Category:. Construction Feature TFC -Tap Factory Capped ' At 820 It 7/9 Category: Construction Feature _ FM - Fracture Multiple Category: Structural gym; ai �At87.4ft 91. CL- Crack Longitudinal At 105.8 ft'-f. „ TFC Tap Factory Capped •'� Catego ry:_Structu ra L......... ............ �. :_ = - -- At 90.8 ft 10/. '•,� F, Category: Construction Feature TFC - TapFaciory Capped At 111.9 ft 8/4 �l, J - Category: Construction Feature a in 1 RFJ - Roots Fine Joint — Category: 0&M At 1203 ft101. At 135.8 ft J . - TFA - TopFactoryActive TFA - Tap Factory Active Category: Construction Feature Category: Construction Feature y At 150.8 ft 101. -- TFA -Top Factory Active Category:.. Construction Feature......_ _. _...__... At 165.4ft21.4 �'— At150.9ft8111 TFC - Tap Factory Capped — ~�- RFL - Roots Fine Lateral. Category: Construction Feature Category: 0&M At 167.8ft 2L At 167.8ft318 TBA -Tap Break -in Active - -— RFC - Rood Fine Connection Category: Construction Feature Category: O&M y At 180.3. It 10L — TFC - Tap Factory Ca pped At 195.5 ft2 /. Category: Construction Feature TFC - Tap Factory Capped a' L' r.Monorv: Construction Feature - ...... __... .._ _..... _... ....... -. ° , TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 of BO sas sago EcceOence in Pnbar Service Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0405 FO406 i Bozeman N Grand Start date /time: Width: Height: Material: Location Code: 3/17/2008 10 VCP Direction: Length surveyed: Weather: Media Label: Downstream 573.5 1 At22.3ftV. � TB -Tap Break -in Category: Construction feature At 67.8it 21..y TFA - Ta p Fa cto ry A ctive Category: Construction Feature ci y At 82.5 ft 101. 4 'q !, At 97.5 It y TFC -Tap Factory Capped Category: Construction Feature A C N , CL- Crack Longitudinal i Category: Structural w i At 127.4 ft 20 a in' TFC -Tap Factory Capped Category: Construction Feature At 1380ft 12/. ty' FL - Fracture Longitudinal Category: Structural At 144.4 it 2/. Y j TFC -Tap Factory Capped Category: Construction Feature At 1739ft21.1, TPA - Tap Factory Active Category: Construction Feature At203.9 ft2L TFC - Tap Factory Capped Category: Construction Feature ft TV Inspection with Pipe -Run Graph F0405 h At0.0 ft �/( START WITH FLOW - Start Inspection With the Flow �} Category: Miscellaneous Feature r�At0.0It MWL - Water Level Category: Miscellaneous Feature Tuesday, March 25, 2008 7:44 AM Page 1 of 3 y At 82.5 ft 101. TFA - Tap Factory Active Construction Feature Category: it At 103.7 ft 121. — CL- Crack Longitudinal Category: Structural - - -- y- At 112.3 ft 101. ��— TFC -Tap Factory Capped Category: Construction Feature At142.3ft101. TF -Tap Factory Category: Construction Feature yr At 158.5 It 1216 T —/ FM - Fracture Multiple Category: Structural At 1592ft10/ TFC -Tap Factory Capped .�` Category: Constructon Feature �At173.1ft V3 -- CC -Crack Circumferential - Category:. Structural yAt189.4tt10l: TFA - Tap Factory Active Category: Construction Feature Tuesday, March 25, 2008 7:44 AM Page 1 of 3 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 �OFBO Y6 .—,e,,.. Project Name: Bozeman Start date /time: 3/17/2008 Direction: Downstream Pipeline Segment Ref: F0405 -FO406 Width: Height: 10 Length surveyed: 573.5 Locality: Location(Street Name and Number): Bozeman N. Grand Material: Location Code: VCP Weather: Media Label: 1 At 398.6 ft 101: Orritted3911It TF -Tap Factory -- - - - - --- - - �-- / Category: Construction Feature J yr At 428.8 ft 101. At413.9ft21.•y TFC - TapF.,ctory Capped TFC - TapFactoryCapped -- Category: Construction Feature Category: Construction Feature ' At 440.68 J — MWL - Water Level Category: Miscellaneous Feature �+At447.5 ft At >j• ><'� /— MWL - Water Level TF - Tap Tap Factory ctact o ry r . Category: Miscellaneous Feature Category: Construction Feature y At459.0 ft 10 /. TFC- TapFactory Capped Category: Construction Feature At489.5 It 10 /. '2! ,n n At473.9 ft2 /. TFC - TapFactoryCapped M =! TFC -Ta Factor Ca ed p Y PP Ca�gory:ConstructionFeature n Category: Construction Feature W , J At489 9 ft7 /10 FM - Fracture Multiple F Category: Structural N c At504.1 ft2/: y y At 506,0 1t l O , a TFC- Tap FactoryCapped - -� TSA Tap Saddle active Category: Construction Feature � -- - Category: Construction - Feature At506,6 ft 1l. •� ' 1 1' �� At 519.3 it 101. TB - Tap Break -in -- re — TFC - TapFactoryCapped Category: Construction Feature Category: Construction Feature J At 529.2 ft 101. // TB - Tap Break-in ! At534.9ft2l.� --� Category: Construction Feature TFC - Tap Factory Capped y At 537.9 ft 3/9 Category: Construction Feature -- FM -Fracture Multiple Category:. Structural 6 tt_101 ......._.. j TFC - Tap Factory Capped Category. Construction Feature At 5622 ft 10L -- TB - Top Break -In Category: Construction Feature r ( \� yAt 573.5. It AMH- Manhole iF04�1.6 Category: Construction Feature � At 573.5 It — STOP- Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:44 AM Page 3 of 3. City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 �pFBO U� 01A �ia�J XB TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:44 AM Page 2 of 2 At 245.0 ft 10 /. �— TF -Tap Factory Category: Construction Feature At245.0 ft 12112 RFL - Roots Fine Lateral At 2593112/. ,k At 259.7 ft 7f2 TFA- TapFactoryActive Vii— RML -Roots Medium Lateral Category: Construction Feature Category: O&M � At 274.5 R 10/. —Q TFC- Tap Factory Capped Category: Construction Feature At 289.9 ft 2/. A004.6 it 10 /. TFC -Tap Factory Capped TFC - TapFactory Capped Category: Construction Feature Category: Construction Feature .........;. .............. ...._.._ ....._...._.._ _.. _......_... ... y�At332.9ft3/9 At 316.8 ft2 /. FC - Fracture Circumferential TFC - Tap Factory Capped Z�— Category: Structural Category: Construction Feature At 334.8 It MWL - Water Level Category: Miscellaneous Feature yAt335.2ft — MSA - AbandonedSurvey Category: Miscellaneous Feature At 335.2 R STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:44 AM Page 2 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Project Name: Bozeman Start date /time: 3/19/2008 Direction: Downstream 7ft 4= r i n ci ri of m M £ Li g m; m V TFC -Tap Factory appe Category:.Constructlon Feature 'y At 393.7 ft ..._ ............. ... .................. _..- AtAH- Manhole Category: Const Feature �At393.7it STOP - Inspection. stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:44 AM Page 2 of 2 Of BO V� 1+ir°b�llr w Pipeline Segment Ref: Locality: Location(Street Name and Number): F0303 -FO304 Bozeman N. Grand : Height: Material: Location Code: 18 VCP Length surveyed: Weather: Media Label: 393.7 1 At 243.6 11 10/: �— TFC -Tap Factory Capped -- / Category: Construction Feature At 250.4 ft 121 .. . At 255.9R21.•y �; / �� CL -Crack Longitudinal Category: Structural TB - TapBreak -in — a Category: Construction Feature �,�� At 264.1. it It \^ At 260.0 ti2L. �y ....._ .......__..MWM..= I -Water Mark............_. ..._._..,_ .......___ ........................ FL - Fracture Longitudinal —� �,: / Category: Miscellaneous Feature Category: Structural •�� At274.2ft 121. At260.9it 21. �'y^ TBA - TapBreak -in Active Category: Construction Feature TFC -Tap Factory Capped iti- Category: Construction. Feature H ij�At277.6It 10L At2712it i'- _ TFC -Tap Factory Capped D- Deformed — Category: Construction Feature Category: Structural i; y� At 288.3 It `_ MWL - Water Level i At295.3tt2/. J• --- - - -..-.--..,Category: - Miscellaneous.Feature -__ -.- � -- TF - Tap Factory —� ��At 3126 it 10/: Category: Construction Feature — TFA -Tap Factory Active Category: Construction Feature j At 329.4 ft 21. y� -- HSV- Hole SollVisible TFC - TapFactoryCapped - - - -' Category: Structural Category: Construction Feature '' �~�� rAt333.4it 11/. At347.6 ft121121y �— CL- Crack Longitudinal Category: Structural CL - Crack Longitudinal Category: Structural = .... ` _....i�.At335.7ft..iOl �`� ._.._._..._ ............... _....... .....__........ TBA -Tap Break-in Active At 364.1 112E �� \. Category: Construction Feature TF -Tap Factory �yAt346.7tt10 /. Category: Construction Feature � L C d Widt City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 01 B01 V� ,r0�e�ily ie - XG Project Name: Bozeman Start date /time: 3/19/2008 Direction: Downstream Pipeline Segment Ref: F0304 -FO305 Width: Height: 15 Length surveyed: 361.6 Locality: Location(Street Name and Number): Bozeman N. Grand Material: Location Code: VCP weather: Media Label: 1 . ..... __ -------- _.. y At 191.8 ft 101: Omi Omi _ AL20L6-ft1 _y___ _____._ — j' TFC- Tap Factory Capped Category: ConstructianFeature ' Longitudinal —� Category: Category: Structural �� At 201.6 ft At201.6 tt3 /. 1� T r FM - Fracture Multiple Category: Structural FL- Fracture Longitudinal Category: Structure I y At 212 5 It 1/3 At208.9ft21.y FC- FractureCircumferental Category: Structural TFC- Tap Factory Capped Category: Construction Feature rAt219.0It3/9 At 209.6 ft8t. y FC- Fracture Circumferential i FL - Fracture Longitudinal m Category: Structural Category: Structural � At 226.2 ft 101. �— TFA - Tap Factory Active Category: Construction Feature �'�— At 238.1 It 101. j At'43.0 Tt � �' s TB - Tap Break - TFC -Tap Factory Capped — Category: Construction Feature Category: Construction Feature At 246.7 It U i CL -Crack Longitudinal o { n Category: Structural ^� At 260.2 ft 101 At 277.3 It 21, y TFA - Tap Factory Active w Category:. Construction. Feature m TFC - Tap Factory Capped Category: Construction Feature At290.6 ft 10L a ca -- FL - Fracture Longitudinal Category:. Structural At 294.6 ft 101. At 311.9 ft 2t _. '` - Ta 0Factory Active TFC -Tap Factory Capped —. Category: Construction Feature Category: Construction Feature At 3 t 8.8 ft 12[. � + At 329.0 It 10L FL -Fracture Longitudinal TFC -Tap Factory Capped Category: Structural = ��� Category: construction Feature A 324,8ft 316 At 343.6 It 101. RFJ - Routs Fine Joint TSA -Tap Saddle Active Gategory:08M _ /. Category: Construction Feature / �A059.1 ft I L — CL - Crack Longitudinal Category: Structural At351.6 It y _ _ - -- AMH- Manhole _ Category: Construction Feature /F030s,^ � At361.6 ft �— STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:44 AM Page 2 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 r OF BO 'am x6 TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 2 of 2 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0305 -FO306 Bozeman N. Grand Start date /time: Width: Height: Material: Location Code: 3/20/2008 15 VCP Direction: Length surveyed: Weather: Media Label: Downstream 360.7 �,...- .. 6 �_ ..... ...... V At 250.6 It 41: Omitted 249.2 It j— CL -Crack Longitudinal At268.3ft12/.� - =.... . -- ; ......- Category Structural ....._. FL - Fracture Longitudinal _ '-- At259.6 ft I O Category: Structural TFA -Tap FactoryActive At276.6ItZL N !' Category: Construction Feature TFC -Tap Factory Capped — y' At 293.7 Category: Construction Feature p Factory TFC -Tap Capped At 284.6 it 12112' Category: Construction Feature o ;.°,� CL - Crack Longitudinal — category: Structural BSV Broken Soli Visible �— At310.6ft21.y r %. Cat Structural 19 K� TFC - Tap Factory Capped At328.4111:101 Category: Construction Feature — TF- TapFactory U) : ^�`�� Category: Construction Feature At 342.9 it 111. TB - Tap Break -in Category: Construction Feature ----- --- .. _. _. — AMH- Manhole 1'._.- --- .__ - -- _ -- -- - --- -- - - -_ - -- -- __-- -. - - -- �."'~ Category: Construction Feature �At360.7ft _ F0306'— STOP- Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 2 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0410 -FO411 Bozeman N. Wilson Start date /time: width: Height: Material: Location Code: 3/17/2008 1 10 VCP Direction: Length surveyed: Weather: Media Label: Downstream 616.6 1 ,! i Category: Construction Feature �At225.0ft101: emitted Y0,9H At 363.4 ft 21. — TFC -Tap Factory Capped — - - - - - -- - - - -- — Category: Construction Feature Category: Construction Feature Pill At225.Oft At 389.6 ft2l. MWM- WatLrMark TFC - Tap Factory Capped Category: Miscellaneous Feature At 254.5 It 12112 ,y RPR - Repair Point Category: Structural O F so y w` a �At300.3ft 101. TFC- Tap Factory Capped Category: Construction Feature :y At 326.8 ft 10/. - -- TF - Tap Factory Category: - onstruction Feature C At 326.8 ft 3r7 _ -- RML- RootsMediumLateral Category:. O&M 'N, At331.9 ft3 /, CL - Crack Longitudinal Category: Structural - -J �At351 1 ft 10 /. - -- �� TFC -Tap Factory Capped Category: Construction Feature At 375 ft 1 O TFC -Tap Factory Capped ` Category:. Construction Feature �y. At388.2R MWL - Water Level Category: Miscellaneous Feature MWL Water Level Category: Miscellaneous Feature At402.1 11:10L — TF -Tap Factory Category: Construction Feature At426.3 it 10 /. TFC - Tap Factory Capped Category: Construction Feature +At450.3ft10/ TFB -Tap Factory Abandoned Category: Construction Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 2 of 3 A1:314..6 It 2/. �+ TFC -Tap Factory Capped Category: Construction Feature >'cn At 339.0 It 21. - y L TFC -Tap Factory Capped ,! i Category: Construction Feature m At 363.4 ft 21. a TF Tap Factory Category: Construction Feature At 389.6 ft2l. TFC - Tap Factory Capped — Category: Construction Feature �. A092.9 ft12112�� RPR - Repair Point - - -- Category: Structural j At396.1 ft3t 4 % TBA- Tap Break- inActive Category: Construction Feature At 414.2 ft 1/. i TF -Tap Factory — Category: Construction Feature At 438.5 ft 2l. TFC -Tap Factory Capped - -- Category: Construction Feature Omitted: 158.7 ft O F so y w` a �At300.3ft 101. TFC- Tap Factory Capped Category: Construction Feature :y At 326.8 ft 10/. - -- TF - Tap Factory Category: - onstruction Feature C At 326.8 ft 3r7 _ -- RML- RootsMediumLateral Category:. O&M 'N, At331.9 ft3 /, CL - Crack Longitudinal Category: Structural - -J �At351 1 ft 10 /. - -- �� TFC -Tap Factory Capped Category: Construction Feature At 375 ft 1 O TFC -Tap Factory Capped ` Category:. Construction Feature �y. At388.2R MWL - Water Level Category: Miscellaneous Feature MWL Water Level Category: Miscellaneous Feature At402.1 11:10L — TF -Tap Factory Category: Construction Feature At426.3 it 10 /. TFC - Tap Factory Capped Category: Construction Feature +At450.3ft10/ TFB -Tap Factory Abandoned Category: Construction Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 2 of 3 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 of BO y� 68 ® ? A V frce$ence in Public Service F0411 AtO.Oft 1 'i r �> STARTWITHFLOW- Sta(tInspectionWiththeFlow 4, ) �1_ Category: Miscellaneous Feature At 19.9It8/4 RFJ - Roots Fine Joint Category: O&M At O.0 It MWL - Water Level Category: Miscellaneous Feature y At78.o ft I OL TSA - Tap Saddle Active Category: Construction Feature {�At85.9ft 101. TSA -Tap Saddle Active Category:. Construction Feature y At 87.8 ft 10/. TF Tap Factory Category: Construction Feature At 87.8 ft 12/12 RBL - Roots Ball Lateral _Category:.0&M .. .. .. ..... At 100.0 It 12/12 RBL- Roots Ball Lateral Category:. 08 M y At 114.2 It 101. TFC -Tap Factory Capped Category: Construction Feature At 128.2 It 2/9 RML - Roots Medium Lateral Category: O&M At 67.8 ft 21. TFC - Tap Factory Capped — Category: Construction feature At 100.0 It 2/. -y — TB - TapBreak -In — Category_ Construction Feature At 102.1 ft2L •� TFC - Tap Factory Capped e Category: Construction Feature d= n <? -= At 104.0 ft 2 /.:,� T TSA -Tap Saddle Active —� Category: Construction Feature Eli At 125.1 1t8/4 RMJ- Roots Medium Joint — "I Category: O&M Q rp i At 12E.2 ft2 /. ,y �— TF -Tap Factory Category: Construction Feature At 150.4 It V. TBA - TapBreak - inActive j Category: Construction Feature At 154.3 ft 21. TFC -Tap Factory Capped - -� Category: Constuctoon Feature At 180..7It 21, >I TFC - Tap Factory Capped Category: Construction Feature At 607..0 1t 21. TBA - TapBreak - inActive I i Category: Construction feature At 233.6 ft 2f. 4 ____......._.. _ . TFC_r, Tap.Fa.,tory_Capped Omitted. 331.9 It Category: Construction Feature At O.0 It MWL - Water Level Category: Miscellaneous Feature y At78.o ft I OL TSA - Tap Saddle Active Category: Construction Feature {�At85.9ft 101. TSA -Tap Saddle Active Category:. Construction Feature y At 87.8 ft 10/. TF Tap Factory Category: Construction Feature At 87.8 ft 12/12 RBL - Roots Ball Lateral _Category:.0&M .. .. .. ..... At 100.0 It 12/12 RBL- Roots Ball Lateral Category:. 08 M y At 114.2 It 101. TFC -Tap Factory Capped Category: Construction Feature At 128.2 It 2/9 RML - Roots Medium Lateral Category: O&M TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 3 At 142.5 It 10 /. TFA -Tap Factory Active Category: Construction Feature At 142.5 It 12112 — RML -Roots Medium Lateral Category: 0&M At 168,7 It 10/: TFC -Tap Factory Capped -. ....... Categor .y:.- Construction Feature .__._ .............._ :,:. T �.At192.9'ft10/. — TFC -Tap Factory Capped Category: Construction Feature At219.8 It 101. �— TFC -Tap Factory Capped Category: Construction Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 3 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 of B V �bk x6 TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 3 of 3 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0411 -FO412 Bozeman N. Wilson Start date /time: Width: Height: Material: Location Code: 3/17/2008 10 VCP Direction: Length surveyed: Weather: Media Label: Downstream 571.3 i 1 y At487.0 ft 101. Omitted. 469.2 It _ TFC Tap Factory Capped Category: Construction Feature � At493.2 ft 101. TBA - TapBreak- inActive Category: Construction Feature At499.8ft2/.•,� a '� +At5139ft10f c� TFC -Tap Factory Capped -- -��.,. �– TFC Tap Factory Capped < "Feature K -i Category: Construction Feature s Category: Constructior At525.4.ftpl. N At525.8 ft24 y, FL - Fracture Longitudinal TFC -Tap Factory Capped —�, �� Category: Structural d Category: Construction Feature \ �At526.9ft47. Y j At 527.5ft2l.y /�^ —��— FL- Fracture Longitudinal j TBA - Tap Break -in Active J Category: Structural N Category: Construction Feature \\� qt 539.8 ft 10 /. — TFC -Tap Factory Capped _.._Categary:Construction.Featue ......... At 567.6 ft 3/11 CC- Orack CircumferentiaI Category: Structural r , At 571,38 AMH - Manhole - -- 04 Category: Construction Feature J At 571.3 ft �-- STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 3 of 3 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 y OF BO )1s Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0412 -FO308 Bozeman ? N. Wilson Start date /time: Width: Height: Material: Location Code: 3/17/2008 10 VCP Direction: Length surveyed: Weather: Media Label: Downstream 353.6 1 TV Inspection with Pipe -Run Graph y At 292.0 ft 12/12 RPR - Repair Point Category:. Structural At 293.5 it I OL Category: Construction Feature �+At319.3 ft 101. TFC. -Tap Factory Capped Category: Construction Feature At 353.6 It AMH- Manhole Category. Construction- Feature -- Y At 353.6 ft STOP - inspection stopped Category:.Mlscellaneous Feature Tuesday, March 25, 2008 7:43 AM Page 2 of 2 At.; 78.7 U1. J Omitted. 278.2 It --- - - - - -- -- --- -TFC—= p­FactoryC- apped— Category: Construction Feature c c M At305.1 tt2L y' TFA - Ta p Fa cto ry A ctive Category: Construction Feature ¢r v _+ g 4 � TV Inspection with Pipe -Run Graph y At 292.0 ft 12/12 RPR - Repair Point Category:. Structural At 293.5 it I OL Category: Construction Feature �+At319.3 ft 101. TFC. -Tap Factory Capped Category: Construction Feature At 353.6 It AMH- Manhole Category. Construction- Feature -- Y At 353.6 ft STOP - inspection stopped Category:.Mlscellaneous Feature Tuesday, March 25, 2008 7:43 AM Page 2 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 4A OF80 V A� At 246.6 ft 21. >y -- T8 Ac = - Bte ak= in ,4ttivt Category: Construction Feature e= � rn "' A I F U 5 At 275.0 ft 2t. TFC-Tap Factory Ca peed Category: Construction Feature At 303.6 ft 2l. TBA -Tap Brea k -In Active Category: Construction Feature A030.8 ft,/. TFC -Tap Factory Capped Category: Construction Feature At359.5 ft2/ TFC -Tap Factory Capped Category: Construction Feature y At255.9It 12L CL - Crack Longitudinal Category: Structural :............_._............_...... At 262.7 It 10/. TBA - Tap Break -in Active Category: Construction Feature y At291.7 It 101. TFC - Tap Factory Capped Category: Construction Feature At 296.3 ft 1212 CC - Crack Circumferential Ca _. �At318.5ft101, TFA -Tap Factory Active Category: Construction Feature At 345.5 it 101: TFA - Ta p Fa cto ry A ctive Category: Construction Feature At 348.4 11:7/9 CC - Crack Circumferential ..Category- structura 1...... ................... y At 358A ft 121. CL - Crack Longitudinal Category: Structural J At 367.2 It 11. CL -Crack Longitudinal Category: Structural At391.1 it AMH - Manhole Category: Construction Feature y- At 391.1. it STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:44 AM Page 2 of 2 u City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 � v 0 6A434µ0 �sd x6 E c@firnre In Febfk Service Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0310 FO311 Bozeman } N Tracy and Peach I Start date /time: ,._..�.w ..... . .........�., H- �.d... .�. ...,. Width: Height: Material: ..�.......»»..-.,.,.....»w Location Code: 3/11/2008 i 6 VCP i Direction: Length surveyed: weather: Media Label: Downstream 317.5 1 AtO.Oft START WITH FLOW -Start Inspection With the Flow Category: Miscellaneous Feature At 0.0 1t MWL - Water Level Category: Miscellaneous Feature At 32.1 It JOM - Joint Offset Medium Category: Structural � I At 47.81t 101. TFC - Ta p Fa cto ry Ca ppe d Category: Construction Feature At 32.1ft 12112y / % 1 RPR- Repair Point — _, i I Category: Structural 0 / / cr v At40.Ift21. °O r �At74,:5 ft 12112 U) i r RML - RootsMedium Lateral Category: Construction Feature Category: O&M 1 � I At 47.81t 101. TFC - Ta p Fa cto ry Ca ppe d Category: Construction Feature At 32.1ft 12112y / % yAt74.5ft101. RPR- Repair Point — _, TFA -Tap Factory Active Category: Structural ` / / Category: Construction Feature At40.Ift21. °O r �At74,:5 ft 12112 TSA - TapSaddleActive --''� r RML - RootsMedium Lateral Category: Construction Feature Category: O&M 1 'At750-ft 7111 At 62.1 112 /. RFJ Roots Fine Joint TFC -Tap Factory Capped ,� � � Category_O&M Category: Construction Feature At75.7ft 8 /4 CC - Crack Circumferential Category: Structural At 882ft 719 At89.tft21. W RFJ - Roots Fine Joint Category: O&M TFA - Ta p Fa cto ry A ctive Category: Construction Feature l �\ ��At88.^ft9 /. FL- Fracture Longitudinal ...... � ...- Category - Structural . -. -._ \\,� i}At89.1ft12112 At 115.6 it 2t y t',� — RML - Roots Medium Lateral TFC -Tap Factory Capped ` \ \\� Category: O&M Category: Construction Feature At 101.4 ft10 /. TFA - Ta p Fa cto ry A etive Category: Construction Feature At 101.4. ft 7/5 At 142.4 ft2 /. y RML - Roots Medium Lateral TFA - Tap Factory Active -- - - - - - -; \ Category: O&M Category: Construction Feature i � At 104:4 ft8/2 -- --- RFJ- Roots Fire Joint - Category: O&M . At 127.8 It 101. TFC -Tap Factory Capped Category:. Construction Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 3 F0310 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Of BO .' x6 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0310 -F0311 139-zeman-1111-IJ N. Tracy and Peach Start date /time: Width: Height: Material: Location Code: 3/11/2008 6 VCP Direction: Length surveyed: Weather: Media Label: Downstream 317.5 1 a) TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 3 of 3 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 y OF l,New. M Mir bMw Omitted: 155.8 It At 171.5 ft2 1. +� TFC -Tap FactooryCapped Category: Construction Feature At 198.4 ft 2/. y TFC - Tap Factory Capped Category: Construction Feature FL-Fracture Longitudinal Category: Structural At 159.3 It 10 / TFC -Tap Factory Capped Category: Construction Feature � At 186.1 ft 101: TFC -Tap Factory Capped Category: Construction Feature �At 189.3ft31. CL - Crack Longitudinal Category: Structural y:. At 212.7ft 101. TFC - Tap Factory Capped Category: Construction Feature It At 305.9 ft 2/. - ,j• TF - Tap Factory Category: Construction Feature TV Inspection with Pipe -Run Graph y At 239.6 ft 10L TFC. - Tap Factory Ca pped Category: Construction Feature ....... At`266 .9ft'101. -_._.. __... TFC -Tap Factory Capped Category: Construction Feature �At279.Oft MWL - Water Level Category: Miscellaneous Feature % y� At 285.0 ft — MWL - Water Level � Category: Miscellaneous Feature —�� At290Aftg /. _ — FL - Fracture Longitudinal '— Category: Structural At293.4 ft 10 /. ........_ �.. _TFC — _Tap- Factory_Capped ....._.... Category: Construction Feature At317.4- ft6110 CM - Crack M ulbple Category: Structural At 319.5: ft 9/2 FM - Fracture Multiple Category: Structural Monday, May 19, 2008 2:15 PM Page 2 of 3 At225.2ft 2/. 4 TFA - Tap Factory Active Category: Construction Feature sr N At 235.7ft V. ]• �! TS -Tap Saddle Category: Construction Feature a �v °—' At 252.2 ft 2/. •�, TFC - Tap Factory Capped a V i Category: Construction Feature I, At279.0 ft21. TF -Tap Factory Category: Construction Feature At 305.9 ft 2/. - ,j• TF - Tap Factory Category: Construction Feature TV Inspection with Pipe -Run Graph y At 239.6 ft 10L TFC. - Tap Factory Ca pped Category: Construction Feature ....... At`266 .9ft'101. -_._.. __... TFC -Tap Factory Capped Category: Construction Feature �At279.Oft MWL - Water Level Category: Miscellaneous Feature % y� At 285.0 ft — MWL - Water Level � Category: Miscellaneous Feature —�� At290Aftg /. _ — FL - Fracture Longitudinal '— Category: Structural At293.4 ft 10 /. ........_ �.. _TFC — _Tap- Factory_Capped ....._.... Category: Construction Feature At317.4- ft6110 CM - Crack M ulbple Category: Structural At 319.5: ft 9/2 FM - Fracture Multiple Category: Structural Monday, May 19, 2008 2:15 PM Page 2 of 3 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Project Name: Pipeline Segment Ref: Locality: Bozeman F0312- FO313A Bozeman Start date /time: Width: Height: Material: 3/20/2008 12 VCP Direction: Length surveyed: weather: of BO % e ases4M0 N ! X6 fxceffence w PuNc Service Location(Street Name and Number): N. Tracy Location Code: Media Label: Downstream 351.0 m y ► AtO.O ft Yft START WITH FLOW - Start Inspection With the Flow Category: Miscellaneous Feature AtO.0 it MWL - Water Level t=o N m At53.0ft2 /. TFC - Tap Factory Capped Category: Construction Feature At75.5 ft2/. ''� TB - Tap Break -in Category: Construction Feature At 79,8 ft 2/. l TFC - Tap Factory Capped Category: Construction Feature At 107.1 ft- �. TFC - Tap Factory Capped Category: Construction Feature TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 1 of 3 CL - Crack.Longitudinal '''• �_.._.. ..... .._.._. Category: Structural ...- 10 1 R91.. ......... ..._ ......._ _.. _CL Crack Longitudinal Rati ng Category: Structural \ At 29.4 It 113 CC -Crack C.ircumfe re nba l Rating© Category: .Structural.. At 4 83/5....._ FC - Fracture Circumfe re ntiaI Category: Structural yAt65.4ft 101. x TFC • Tap Factory Capped __....... Category: Construction Feature .......... _.:y.At79.8 It, ....... .._.... _.... __._ _......... MWL - Water Level - -- Category ;. Miscellaneous - Feature -- - -- +At89.4ft — MWL -Water Level Category: Miscellaneous Feature __ ....._ �At92.4ft10 /. - TFC•TOP - Factory Capped ._..._ __ ........................ Category:: Construction Feature At119.3ft101. TFC- Tap Facoty Cappetl _ Category:: Construction Feature J __.FC -. Fracture .Circumferential ............... _._. _....... _..... Ratng2 Category: Structural TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 1 of 3 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Project Name: Bozeman Start date /time: Width 3/20/2008 Direction: Downstream a u� _? =06 OFBO C� ..w...r. �..., Pipeline Segment Ref: Locality: Location(Street Name and Number): F0312- FO313A Bozeman N. Tracy : Height: Material: Location Code: 12 VCP Length surveyed: Weather: Media Label: 351.0 i y At 270.1 ft MWL -Water Level - - -- — Category: Miscellaneous Feature j__... i At2745ft10(. ._ _.._. _..._ f TFC Ta Fact—r —ped At270.1 1121.,I v i - ..... .. r. ........_ ........_.... _... Category: Construction Feature TB-Tap Brea k- Category: Construction Feature _ - At281 :5-ft8 /10 _..._ ...__ _. i !.... CC - Crack Circumferential At283.2'ft319 .�' ...Ratrn _... ._ ._....... 9� RFJ- Roots Fine Joint Category: Structural nr .N Rating0 � At 296.6 ft Category: 0&M g _...... ... _.MWL- ..Wa.ter Level........_.. _..... At286.9112/. y category: Miscellaneous Feature TFC -Tap Factory Capped _._._..f At299:0 "ft9/ `.... _. _._ .......�.� Category: Construction Feature c / �— TFC Tap Factory Capped .' -..Category- CorSstructfo'n`Feat(Ire" i -- Ai3Y4.9 - rte..,.. >yft 31 �� �- ' CL - Crack Longitudinal ��- -RaLng 2 At311.4 ft2/. Category: Structural TFA - TapFactoryActive i iA0 37ft10/ Category: Constructon Feature ,— _ TFC Tap, Factory Capped Category: ConstructlonFeature ... ?�At330.7 -ft 2110 ... .... ... ;:. RFJ- Roots Fine Joint % Category:.08M :: ., ft _ __.. At 342.9 It 91. CL- Crack, Longitudinal Radng2' j' 3 / Category: Structural.._.. At347.4ft2/5 A t 351.0 it AMH - Manhole Category: Construction Feature � At 351.Oft STOP - Inspeclion stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Monday, May 19, 2008 2:15 PM Page 3 of 3 City of Bozeman Water/Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 01F SO J N Z' =Awt*� C4 as 5 M3 ft2l. TFA -Tap Factory active Category; ConstluctonFeature At 30.4 it 21, TF-TapFactory Category: Construction Feature At 2 _55 ft 12r- Chl - Crack Multiple C. . ......... . . At 22,5 It 121. CL-CiackLongitudinal Category: Structural AtCD ft tAWL - Water Level Category Miscellaneous Feature )324, START AGAINST FLOVV- Start Inspection Againstli Fl: Category: I Feature TV Inspection with Pipe-Run Graph Tuesday, March 25, 2008 7:43 AM Page 2 of 2 1 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 , pf BO rag-3200_ cc E Iis t�Xv fveetlence in PaW Service TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0323 FO324 Bozeman N Montana Start date /time: Width: Height: Material: Location Code: 2/12/2008 8 VCP Direction: Length surveyed: weather: Media Label: Downstream j 178.7 _ R AtO.Oft F0323 / l :1 / ) =START WITH FLOW -Start Inspection With the Flow Category: Miscellaneous Feature s �At522ft10l. j � �— TFC -Ta Factor Ca P Y Capped P I c Category: Construction Feature y At73.5 ft6 /10 At73.5 ft2l:.y �. RBL Roots Bali Lateral _.._.. ... .. TF- Tap Factory P _ J / Category: Category: & M Constructor) Feature At 94..9 ft 101. / — TF -Tap Factory / Category: Construction Feature At 1253 ft 2L. J TFC -Tap Factory Capped - j Category: Construction Feature At 146.6 ft 11.1: At 149.7 ft 3 /. TB - TapBreak -in . Category: Construction Feature —\ \ �` TFC - Tap Factory Capped Category: Construction Feature y At 155.5 ft A[151.0 ft 41. ,y MWLS -water Level Sag c DAGS - Deposits Attached Grease - \ Category: Miscellaneous Feature m .6 Category: O &M At 161.3 ft 91. i .-- - TB= Tap Break -rn _..... _....... __ DAGS - Deposits Attached Grease Cat O&M —� c Category: Construction Feature � P _ g & yAt1642ft At 159.5 ft2t 4 M WLS -Water Level Sag TS - Tap Saddle — Category: Miscellaneous Feature < N ; Category: Constructon Feature �, y At 178 It At 1677 ft2t. �� '�� ,., MSA Abandoned Survey TF- Tap Factory --�� ',, Category:MisceilaneousFeature Category: Construction Feature At 178.7 ft STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 1k Of 60 O i XB TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 2 of 2 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman F0325 -FO326 Bozeman N Montana Start date /time: Width: Height: Material: Location Code: 2/19/2008 8 VCP Direction: Length surveyed: Weather: Media Label: Downstream 344.6 i At299.5 ft2f. y At309 2 ft 101. c Omitted 299.0 It _ - -TB=Tap-Breaic =in —��;` ........ ,r TFC Ta Factor Ca, ed '` ..... .. _._.._... ...... P..... y.... RH ......... . ......... ..... qj D Category: Construttion Feature r / Category: Construction Feature `T in M >. a At 336.2 ft MWLS - WaterLevelSag m —� At330.6ft2L �' �� s Category: Miscellaneous Feature � TFC - TanF Capped f y At344.6 ft W Category: Construction Feature �-- AMH- Manhole __.._... ......... Category: Construction Feature `���F0326�. �At344.6ft `�� STOP-' Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 2 of 2 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 J. of Bo IN 622 -32000 f Xs fxce6ence fa YabSc Service y t At0.0 It — D f START WITH FLOW - Start Inspection With the Flow Category: Miscellaneous Feature At 0.0 it MWL - Water Level Category: Miscellaneous Feature At 17,0 tt 2/. TFC - Tap Factory Capped Category: Construction. Feature At 40.4 it 21. •,y TFC - Tap Factory Capped Category: Construction Feature At 113A ft2/. TFC - Tap Factory Capped Category: Construction Feature At 132A tt 12t. •,� CL - Crack Longitudinal Category- Structural At127.3ft MWL - Water Level Category: Miscellaneous Feature A1:63_51`1:2 - TFC - Tap Factory Capped a o ro' Category: Construction Feature I 9 At 86.1 It 12,. m CL -Crack Longitudinal — °—' Category: Structural w At8.7.21t2/. a m TFC -Tap Factory Capped Category: Construction Feature At 113A ft2/. TFC - Tap Factory Capped Category: Construction Feature At 132A tt 12t. •,� CL - Crack Longitudinal Category- Structural At127.3ft MWL - Water Level Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, May 27, 2008 3:55 PM Page 1 of 1 At 156.6 ft319 - -.... DAR - Deposits Attached Ragging Category: 0 - iyAt158.Oft __ - - -- AMH - Manhole Category: .Constuction Feature At 158.0 it — STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, May 27, 2008 3:55 PM Page 1 of 1 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 of �o i� �s Exce6ence in Pubuc Servfre $: 1w Ath.Cttt At 1,0 it , 4 !j L - TART A+ AINI ^T FLOtIV :;tarth n1pFC.tion Ayalil"stthc Fl: 'f• _.._.SAVZ,- .Surfl.;.c..4ggle,'i to Visihie ilrxtlolY)tI - Catep•,�ry tutrs.:eiia u...,ua Feai.iie a tcg r) f': c itU'tu i a l t ( `�� 1 H0604 TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1 Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman H0603 HO604 Bozeman ; Lincoln St Start date /time: width: Height: Material: Location Code: 2/11/2008 10 AC Direction: Length surveyed: Weather: Media Label: Upstream 348.7 yt•. At348.7 -tt STOP - Inspectionstopped H0603 j Category: Miscellaneous Feature 1� At348,'?ft r::^ AMH - Manhole Category: Construction Feature 'f At 293.2 ft — MWLS- VAJater. Level Sag Category: Mlscellarieous Feature y .......,.: ......;}: At293_' ft121 __..... .......... ... _. __....._ .__. - RPP - Repair Patti, Category: Structural ..At ^925It 12'. — RPP - RepairPatti 4 Category: Structural I DADS - Deposit Atad Grease - - atagp« V .fli At 22 C it ar.:fi D4'GS-DelnlsitsAtr4-herf G ease .:teg! ry ".""td n i r- M v m I to At 119, ft 919 Cm - Clack multiple. _ Category: Structutal $: 1w Ath.Cttt At 1,0 it , 4 !j L - TART A+ AINI ^T FLOtIV :;tarth n1pFC.tion Ayalil"stthc Fl: 'f• _.._.SAVZ,- .Surfl.;.c..4ggle,'i to Visihie ilrxtlolY)tI - Catep•,�ry tutrs.:eiia u...,ua Feai.iie a tcg r) f': c itU'tu i a l t ( `�� 1 H0604 TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1 City of Bozeman Water /Sewer Department 814 N' Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Of BO ea Xs Exce6ence in Pa56c Sen ke H0605 k+' r- r� I� M P 49 m = � N } Q � y � AtO:Oft ))"START WITH FLOW - _SlartInspection With the Flow Category: Miscellaneous Feature � At 125.6 It 1 OL TF - Ta p Fa cto ry Category: Construction Feature y`At232.1 It 3/5 DAGS - Deposits Attached Grease Category: O&M y' At 233.5 It 10L TFA - Ta.p Factory Active — Category:'Construction Feature At 337.7 it AMH- Manhole Category: Construction Feature x� �.At337Stt 10506 STOP - Inspeclion stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Project Name: Pipeline Segment Ref: Locality: Bozeman H0607 -H0608 ' Bozeman Start date /time: Width: Height: Material: 2/11/2008 10 AC Direction: Length surveyed: weather: v 88 ,Z- i�88�� Ese BQ a 8r FaW Senire Location(Street Name and Number): Lincoln St Location Code: Media Label: Downstream 323.6 m a h Q TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 � Off' BO ie ,Xs �s Ercelfenee in FubBc seniee Project Name: Pipeline Segment Ref: Locality: Location(Street Name and Number): Bozeman H0608 -H0609 € Bozeman Lincoln St Start date /time: Width: Height: Material: Location Code: 2/11/2008 10 AC Direction: Length surveyed: Weather: Media Label: Downstream 121.6 4 ► At:G Q 1k C'" i START WITH FLOW- Start Inspection With the Flow Category: Miscellaneous Feature Jam �At6.0ft. --- -..:. MWL - WaterLevei - -- ......... _.. .... Category: Miscellaneous Feature e: (C fJ r }; N d N Q AMH - Manhole Ca tego ry.:..0 aiistructio.n..Featu.rs._.. At 121.6 It STOP - Inspection stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1 City of Bozeman Water /Sewer Department 814 N Bozeman Ave P.O. Box 1230 Bozeman, MT 59717 406.528.3200 Project Name: Pipeline Segment Ref: Locality: Bozeman i H0610 I0615 Bozeman Start date /time: Width: Height: Material: 2/11/2008 10 AC Direction: Length surveyed: Weather: Downstream 264.0 y O BO _wo-ssoo cc Fsceaence in mbar• Service Location(Street Name and Number): Lincoln St Location Code: Media Label: E AtO.Oft Yo* START WITH FLOW -Start Inspection With the Flow Category: Miscellaneous Feature AtO.0 ft. MWL • Water Level Category: Miscellaneous Feature At 56.4ft31. y RAGS - Deposits Attached Grease Category: O&M At 77.3ft3/. y DADS - Deposits Attached Grease Category: O&M At 77.3 It 0/. DAGS - Deposits Attached Grease Category: O&M C 4? o ov N <� A .0 N �m a§ v> y At 91.3 ft MWL - Water Level Category: Miscellaneous Feature y At 168.8 ft MWL - Water Level Category: Miscellaneous Feature AMH - Manhole Category: Construction Feature � At 264.0 ft 1F STOP - Inspection Stopped Category: Miscellaneous Feature TV Inspection with Pipe -Run Graph Tuesday, March 25, 2008 7:43 AM Page 1 of 1