Loading...
HomeMy WebLinkAboutContract Manual, Water Reclamation Facility Phase 1 Vol. 1 of 5, Division 0-10 CONTRACT MANUAL BOZEMAN WRF PHASE 1 IMPROVEMENTS PROJECT CITY OF BOZEMAN, MONTANA SRF Project No. C303105-01 EPA STAG Project No. XP-97834301-0 i I hereby certify that the Project Plans and Specifications in the Contract Documents were prepared by me or under my direct supervision and that I am a duly registered Engineer under the laws of the State of Montana. ®ANIEL J. `~`~, Daniel J. Harmon P.E. -v AR~~N o„ ~q ' ~ 8151PE ~~ ~,, ~/ o'~F~RF~iSTE~~`~ - ~ ~"` `i S~®NAt- ~~~ 3o ti~ ~-~ August 2008 HDR ENGINEERING, INC. 1715 S. Reserve St., Suite C Missoula, MT 59801 (406) 532-2200 Phone (406) 532-2241 Fax C, a~ BOZEMAN WRF PHASE 1 IMPROVEMENTS PROJECT HDR PROJECT NO. 00...60746 VOLUME 1: SPECIFICATION DIVISIONS 0-10 DIVISION 0 -BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS TO BIDDERS 00130 NOTICE OF AWARD 00140 NOTICE TO PROCEED 00200 SOIL INVESTIGATION DATA 00301 BID FORM 00410 BID BOND 00411 CONTRACTOR'S COMPLIANCE STATEMENT 00460 NONCOLLUSION AFFIDAVIT 00480 INFORMATION REQUIRED OF BIDDERS 00500 CONSTRUCTION AGREEMENT 00610 PERFORMANCE BOND 00620 PAYMENT BOND 00700 GENERAL CONDITIONS 00801 EXHIBIT B (PROJECT SIGN DETAILS) • 00810 SUPPLEMENTARY GENERAL CONDITIONS TO THE GENERAL CONDITIONS 00811 FUNDING AGENCY SPECIAL PROVISIONS FOR MONTANA PUBLIC WORKS FACILITIES 00821 DUTIES, RESPONSIBILITIES AND LIMITATIONS OF THE RESIDENT PROJECT REPRESENTATIVE 00825 FEDERAL PREVAILING WAGE RATE DETERMINATION (DAMS BACON RATES FOR PUBLIC WORKS CONTRACTS IN MONTANA) MISCEL LANEOUS FORMS REQUEST FOR INFORMATION CHANGE PROPOSAL REQUEST CHANGE ORDER FIELD ORDER WORK CHANGE DIRECTIVE ORDER TO CONTRACTOR TO SUSPEND WORK ORDER TO CONTRACTOR TO RESUME WORK APPLICATION AND CERTIFICATION FOR PAYMENT CERTIFICATE OF SUBSTANTIAL COMPLETION CONTRACTORS CERTIFICATE AND RELEASE DEACTIVATION REQUEST DIVISION 1 -GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01060 SPECIAL CONDITIONS 01062 MAJOR EQUIPMENT SUPPLIERS • 01150 MEASUREMENT AND PAYMENT 01340 SUBMITTALS 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 Table of Contents - 1 01370 SCHEDULE OF VALUES 01400 QUALITY CONTROL 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING 01640 PRODUCT SUBSTITUTIONS 01650 FACILITY START-UP 01700 CONTRACT CLOSEOUT 01710 CLEANING 01750 TESTING CONCRETE STRUCTURES FOR WATERTIGHTNESS 01800 OPENINGS AND PENETRATIONS IN CONSTRUCTION DIVISION 2 -SITE WORK 02072 DEMOLITION, CUTTING AND PATCHING 02110 SITE CLEARING 02200 EARTHWORK 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 02234 SUB BASE COURSE 02235 BASE COURSE 02260 TOPSOILING AND FINISHED GRADING 02270 SOIL EROSION AND SEDIMENT CONTROL 02423 STORM DRAINAGE SYSTEM 02441 IRRIGATION SYSTEM 02444 CHAIN LINK FENCE AND GATES 02510 ASPHALT CONCRETE PAVEMENT 02515 PRECAST CONCRETE MANHOLE STRUCTURES 02528 CONCRETE CURB AND GUTTER 02529 CONCRETE SIDEWALK AND STEPS 02550 COMPOST FILTER MEDIA 02628 HIGH DENSITY POLYETHYLENE (HDPE) PIPE 02660 WATER MAIN CONSTRUCTION 02930 SEEDING, SODDING AND LANDSCAPING DIVISION 3 -CONCRETE 03108 FORMWORK 03208 REINFORCEMENT 03308 CONCRETE, MATERIALS AND PROPORTIONING 03311 CONCRETE MIXING, PLACING, JOINTING, AND CURING 03348 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03350 TESTING 03431 PRECAST AND PRESTRESSED CONCRETE 03480 MISCELLANEOUS CONCRETE SCPECIALTIES DIVISION 4 -MASONRY 04050 COLD AND HOT WEATHER MASONRY CONSTRUCTION • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 Table of Contents - 2 04110 CEMENT AND LIME MORTARS • 04155 MASONRY ACCESSORIES 04210 BRICK MASONRY 04220 CONCRETE MASONRY 04510 MASONRY CLEANING DIVISION 5 -METALS 05120 STRUCTURAL STEEL 05131 STRUCTURAL ALUMINUM 05211 STEEL JOISTS 05313 METAL DECK 05410 LOADBEARING METAL FRAME SYSTEM 05505 METAL FABRICATIONS 05522 ALUMINUM RAILINGS DIVISION 6 -WOOD AND PLASTICS 06100 ROUGH CARPENTRY 06180 GLUE LAMINATED CONSTRUCTION 06200 FINISH CARPENTRY 06410 ARCHITECTURAL CABINETWORK (MILLWORK) 06610 FIBERGLASS REINFORCED PLASTIC FABRICATIONS DIVISIO N 7 -THERMAL AND MOISTURE PROTECTION • 07120 FLUID APPLIED WATERPROOFING 07162 DAMP PROOFING 07176 LIQUID WATER REPELLENT 07210 BUILDING INSULATION 07245 EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07412 METAL ROOFING 07422 ALUMINUM COMPOSITE MATERIAL (ACM) SYSTEM 07534 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING 07550 ELASTOMERIC ROOF DECK COATING 07600 FLASHING AND SHEET METAL 07720 ROOF HATCHES 07813 SKYLIGHT 07840 FIRESTOPPING 07900 JOINT SEALANTS DIVISION 8 -DOORS AND WINDOWS 08110 METAL DOORS AND FRAMES AND BORROWED LIGHT FRAMES 08210 FLUSH WOOD DOORS 08305 ACCESS DOORS 08332 STEEL ROLLING OVERHEAD DOORS • 08410 08 STOREFRONT 700 FINISH HARDWARE 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 Table of Contents - 3 08800 GLASS AND GLAZING DIVISION 9 -FINISHES • 09110 NON-LOAD-BEARING WALL FRAMING SYSTEMS 09130 ACOUSTIC SUSPENSION SYSTEM 09250 GYPSUM BOARD 09310 CERAMIC TILE 09512 ACOUSTICAL MATERIALS 09660 VINYL COMPOSITION TILE FLOORING AND RESILIENT BASE 09690 CARPET TILE 09905 PAINTING AND PROTECTIVE COATINGS DIVISION 10 -SPECIALTIES 10100 LIQUID CHALKBOARD AND TACKBOARDS 10162 METAL TOILET PARTITIONS 10200 LOUVERS AND VENTS 10270 ACCESS FLOORING 10400 IDENTIFICATION DEVICES 10444 SIGNAGE 10500 LOCKER AND LOCKER BENCHES 10520 FIRE EXTINGUISHER 10650 FOLDING PANEL PARTITIONS 10800 TOILET AND BATH ACCESSORIES • 10950 MISCELLANEOUS SPECIALTIES VOLUME 2: SPECIFICATION DIVISIONS 11-16 DIVISIO N 11 -EQUIPMENT 11005 EQUIPMENT: BASIC REQUIREMENTS 11060 PUMPING EQUIPMENT: BASIC REQUIREMENTS 11061 PUMPING EQUIPMENT: NON-CLOG CENTRIFUGAL 11065 PUMPING EQUIPMENT: SUMP 11068 PUMPING EQUIPMENT: VORTEX (TORQUE FLOW) 11071 PUMPING EQUIPMENT: HORIZONTAL SPLIT CASE CENTRIFUGAL PUMPS 11072 PUMPING EQUIPMENT: VERTICAL TURBINE LINESHAFT 11073 PUMPING EQUIPMENT: PROPELLER (RECIRCULATION) 11074 PUMPING EQUIPMENT: POSITIVE DISPLACEMENT (LOBE) 11076 PUMPING EQUIPMENT: SUBMERSIBLE NON-CLOG 11078 SLUDGE GRINDERS 11079 PUMPING EQUIPMENT: AIR-OPERATED DIAPHRAGM 11081 AERATION EQUIPMENT: HIGH SPEED TURBINE AERATION BLOWER 11088 AERATION EQUIPMENT: FINE BUBBLE TYPE 11092 .GRIT CLASSIFICATION AND WASHING EQUIPMENT 11094 GRIT REMOVAL EQUIPMENT: FORCED VORTEX TYPE 11097 SCUM SKIMMER • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 Table of Contents - 4 J • 11120 11125 FERMENTATION MECHANISM SECOND ARY CLARIFIER MECHANISM 11182 POLYETHYLENE TANKS 11200 PRE-ENGINEERED BIOLOGICAL ODOR CONTROL SYSTEM 11313 PUMPING EQUIPMENT: CHEMICAL METERING PUMPS AND ACCESSORIES 11335 PERFORATED PLATE SCREENS 11342 SCREENINGS WASHER/COMPACTOR 11362 POLYMER BLENDING AND FEED SYSTEMS 11365 SCREW PRESS SYSTEM 11374 DIGESTER MIXERS 11377 UV LIGHT DISINFECTION EQUIPMENT 11610 LABORATORY FUME HOODS 11925 CHEMICAL FEED: TABLET CHLORINATORS 11948 AERATION BASIN MIXERS 11980 COMPRESSED AIR SYSTEM 11982 SAMPLING AND MONITORING EQUIPMENT DIVISION 12 -FURNISHINGS 12346 LABORATORY CASEWORK (WOOD) 12500 WINDOW TREATMENT 12601 OFFICE FURNITURE AND FURNISHINGS (OF) • 12690 FLOOR MATS 12915 LABORATORY EQUIPMENT AND SUPPLIES DIVISION 13 -SPECIAL CONSTRUCTION 13081 NOISE CONTROL 13120 GREENHOUSE 13121 ENGINEERED BUILDING SYSTEMS 13218 CONCRETE EMBEDMENT LINER 13224 DIGESTER HEATING EQUIPMENT 13225 DIGESTER GAS EQUIPMENT 13231 ODOR CONTAINMENT COVERS: STRUCTURAL FRAME TYPE 13235 CLARIFIER LAUNDER COVERS 13440 INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS 13441 CONTROL LOOP DESCRIPTIONS 13442 PRIMARY ELEMENTS AND TRANSMITTERS 13446 CONTROL AUXILIARIES 13448 CONTROL PANELS AND. ENCLOSURES 13500 PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 13850 FIRE ALARM SYSTEM DIVISION 14 -CONVEYING SYSTEMS • 14301 14551 HOISTS, TROLLEYS, AND MONORAILS CONVEYORS SCREW : 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 Table of Contents - 5 DIVISION 15 -MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS • 15061 PIPE -STEEL 15062 PIPE -DUCTILE 15063 PII'E -COPPER 15064 PIPE -PLASTIC 15066 PIPE -STAINLESS STEEL 15069 PII'E -REINFORCED CONCRETE 15073 PIPE -CAST-IRON SOIL 15090 PIPE, DUCT AND CONDUIT SUPPORT SYSTEMS 15100 VALVES -BASIC REQUIREMENTS 15101 GATE VALVES 15102 PLUG VALVES 15103 BUTTERFLY VALVES 15104 BALL VALVES 15105 GLOBE VALVES 15106 CHECK VALVES 15114 MISCELLANEOUS VALVES 15115 WATER CONTROL GATES 15183 PIPE, DUCT AND EQUIPMENT INSULATION 15440 PLUMBING FIXTURES AND EQUIPMENT • 15515 HYDRONIC SPECIALTIES 15555 BOILERS 15605 HVAC -EQUIPMENT 15685 ABSORPTION CHILLER 15890 HVAC -DUCTWORK 15970 INSTRUMENTATION AND CONTROL FOR HVAC SYSTEMS 15990 HVAC SYSTEMS -BALANCING AND TESTING DIVISION 16 -ELECTRICAL 16010 ELECTRICAL: BASIC REQUIREMENTS 16060 GROUNDING 16080 ACCEPTANCE TESTING 16120 WIRE AND CABLE - 600 VOLT AND BELOW 16125 HEAT TRACING CABLE 16130 RACEWAYS AND BOXES 16132 CABLE TRAY 16135 ELECTRICAL: EXTERIOR UNDERGROUND 16140 WIRING DEVICES 16230 ENGINE GENERATORS: DIESEL 16265 VARIABLE FREQUENCY DRIVES -LOW VOLTAGE 16410 SAFETY SWITCHES • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 Table of Contents - 6 16411 TRANSFER SWITCHES • 16432 ARC FLASH REPORT 16440 SWITCHBOARDS 16441 PANELBOARDS 16442 MOTOR CONTROL EQUIPMENT 16445 AUTOMATIC THROWOVER SYSTEM 16460 DRY-TYPE TRANSFORMERS 16490 OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16491 LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 16492 ELECTRICAL METERING DEVICES 16493 CONTROL EQUIPMENT ACCESSORIES 16500 INTERIOR AND EXTERIOR LIGHTING 16510 LOW VOLTAGE LIGHTING 16682 ACTIVE HARMONIC CONDITIONERS 16711 PASSIVE TELECOMMUNICATION SYSTEM VOLU ME 3: DRAWINGS PROJECT DRAWINGS NO. 1 (SEE DRAWINGS OOOOGOI AND OOOOG02 FOR INDEX) VOLU ME 4: DRAWINGS PROJECT DRAWINGS NO. 2 (SEE DRAWINGS OOOOGOI AND OOOOG02 FOR INDEX) VOLUME 5: STANDARD DETAILS STANDARD DESIGN DETAILS • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 Table of Contents - 7 • DIVISION 0 • BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTACT • SECTION 00020 INVITATION TO BID Separate sealed bids for the construction of the Bozeman Water Reclamation Facility (WRF) Phase 1 Improvements will be received by the City of Bozeman, Montana at the office of the City Clerk, 411 East Main Street, Bozeman, Montana 59715 unti12:00 R.M. on October 1, 2008, and then publicly opened and read aloud. The project generally consists of, but is not necessarily limited to, the following major items: Demolition within the existing Headworks Building and construction of a new influent connection and Headworks Building, construction of a new Primary Effluent Pumping Station with three new pumping units, construction of a new 5 stage biological nutrient removal facility and connection to the existing bioreactor basins, demolition of three existing blowers and construction of a new aeration blower system, conversion of an existing un-used surge tank into a sludge fermenter basin, rehabilitation of an existing gravity thickener system, retrofitting of an existing RAS control facility with new flow control equipment, construction of a new RAS/WAS Flow Control and Pumping Facility, construction of two new secondary clarifiers, replacement of an existing chlorine disinfection system with a new UV disinfection system in a greenhouse structure, construction of a new anaerobic digester and digester control building, construction of a new screw press mechanical biosolids dewatering facility, construction of an engineered building for dewatered biosolids storage, construction of a new 5,800 square foot Administration/Laboratory Building, and construction of all associated mechanical, electrical, controls and general sitework items. The work will be completed under a single contract with OWNER'S Engineer completing required instrumentation and controls integration to the WRF SCADA system for implementing control strategy changes proposed. The Contract Documents consisting of half size Drawings and Project Manual, (Volume I through V) may be examined or obtained at the office of Morrison-Maierle, Inc., 2880 Technology Blvd. West, P.O. Box 1113, Bozeman, MT 59771. Phone (406) 587-0721. Copies of the Contract Documents in digital (PDF) format or compact disk (CD) will also be made available. Contract Documents are available for anon-refundable fee of $300 and will be delivered by regular mail or United Parcel Service - 2°d day (UPS-2 day). Payment of an additional $50.00 is required for UPS overnight. In addition, the Drawings and Project Manual may also be examined at the following locations: The City Engineer's Office at the Al Stiff Professional Building, 20 East Olive, Bozeman, Montana and the offices of the consulting engineer, HDR Engineering Inc., 1715 S. Reserve St., Suite C, Missoula, Montana; and 2913 Millennium Circle, Billings, Montana; Morrison-Maierle, Inc., at 910 Helena Avenue, Helena, Montana; 2020 Grand Avenue, Billings, Montana; 2880 Technology Blvd. West, Bozeman, Montana; 1228 Whitefish Stage Road, Unit 3A, Kalispell, Montana; 3011 Palmer, Missoula, Montana; or 1321 8th Avenue North, Suite 104, Great Falls, Montana; or at plan exchanges in Great Falls, Billings, Dodge-Scan-Boise, Kalispell, Missoula, Montana Contractors-Helena. There will be a mandatory Pre-Bid Conference at the Wastewater Treatment Plant at 255 Moss Bridge Road (near the North 19~' Street and I-90 interchange) at 1:00 PM local time on September 3, 2008. Interested CONTRACTORS are required to attend. A tour of the project site will be conducted after the meeting. CONTRACTOR(S) and any of the CONTRACTORSs subcontractors bidding on this project will be required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. CONTRACTOR's are required to have registered with the DLI prior to bidding on this project. All laborers and mechanics employed by CONTRACTOR(S) or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the United States and the state of Montana in accordance with the schedule of Davis-Bacon prevailing wage rates established by the United States Department of Labor and/or the schedule of Montana Prevailing Wage Rates established by the Montana Department of Labor and Industry included in the Project Manual. • The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00020 - I SECTION 00100 INSTRUCTIONS TO BIDDERS • TABLE OF CONTENTS ARTICLE 1 -DEFINED TERMS ...................................................................................................... 2 ARTICLE 2 -COPIES OF BIDDING DOCUMENTS ......................................................................... 2 ARTICLE 3 -QUALIFICATIONS OF BIDDERS .............................................................................. 2 ARTICLE 4 -EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE ............................................................................................................................... 3 ARTICLE 5 -PRE-BID CONFERENCE ............................................................................................ 5 ARTICLE 6 -SITE AND OTHER AREAS ......................................................................................... 5 ARTICLE 7 -INTERPRETATIONS AND ADDENDA ...................................................................... 5 ARTICLE 9 -CONTRACT TIMES .................................................................................................... 6 ARTICLE 10 -LIQUIDATED DAMAGES ........................................................................................ 6 ARTICLE 11 -SUBSTITUTE AND "OR-EQUAL" ITEMS ................................................................ 6 ARTICLE 12 -SUBCONTRACTORS, SUPPLIERS, AND OTHERS .................................................. 6 ARTICLE 13 -PREPARATION OF BID ........................................................................................... 6 ARTICLE 14 -BASIS OF BID; COMPARISON OF BIDS ................................................................. 7 ARTICLE 15 -SUBMITTAL OF BID ................................................................................................ 8 ARTICLE 16 -MODIFICATION AND WITHDRAWAL OF BID ...................................................... 9 • ARTICLE 17 -OPENING OF BIDS .................................................................................................. 9 ARTICLE 18 -BIDS TO REMAIN SUBJECT TO ACCEPTANCE ..................................................... 9 ARTICLE 19 -AWARD OF CONTRACT ......................................................................................... 9 ARTICLE 20 -CONTRACT SECURITY AND INSURANCE .......................................................... 10 ARTICLE 21 -SIGNING OF AGREEMENT ................................................................................... 10 ARTICLE 22 -MONTANA STATE LAWS AND REGULATIONS .................................................. 10 ARTICLE 23 -COMPLIANCE WITH LABOR STANDARDS AND WAGE RATE REQUIREMENTS ............................................................................................................................. 10 ARTICLE 24 -PAYMENTS AND BIDDER BREAKDOWN OR BIDS ............................................. 11 ARTICLE 25 -NOTICE OF APPROVAL OF PAYMENT REQUEST PROVISION .......................... 11 ARTICLE 26 -NOTICE OF EXTENDED PAYMENT PROVISION ................................................. 11 ARTICLE 27 - RETAINAGE .......................................................................................................... 11 ARTICLE 28 - BOZEMAN BUSINESS LICENSE .......................................................................... 11 ARTICLE 29 -EPA AND MDEQ DBE REQUIREMENTS .............................................................. 11 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 1 Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to The City of Bozeman Montana, in an amount not less than ten percent (10%) of the total amount of the bid. Successful BIDDERS shall furnish an approved Construction Performance Bond and a Construction (Labor and Materials) • Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(S) and a certificate(s) of that insurance shall be provided. The applicable goals and timetables for minority and female utilization shall be included in all Federal and Federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the CONTRACTOR'S aggregate on-site construction work force, not merely that part of the work force that is performing work on a federal or federally assisted contract or subcontract. The appropriate goal is inserted in the blank in the Funding Agency Special Provisions for Montana Public Works Facilities included in the Contract Documents. These goals are applicable to all of the CONTRACTOR'S construction work regardless of Federal participation performed in the covered area. No bid may be withdrawn after the scheduled time for the public opening of the Bids specified above. The right is reserved to reject any or all Proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed ninety (90) days, and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman. The CONTRACTOR(S) is required to be an Equal Opportunity Employer. Stacy Ulmen City Clerk City of Bozeman 411 East Main Bozeman, MT 59715 Publication Dates: August 3, 2008 September 7, 2008 September 21, 2008 • • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 00020 - 2 SECTION 00100 INSTRUCTION TO BIDDERS ARTICLE 1 -DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and • 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. B. Issuing Oj~ce--The office identified in the Invitation to Bid 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 evaluation as hereina8er 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 Advertisement or Invitation to Bid maybe 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 for the Work and do not confer a license or grant for any other use. ARTICLE 3 -QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five (5) days ofOWNER'S request, Bidder shall submit supplemental written evidence such as fmancial data, previous experience in performing comparable work, • business and technical organization, present commitments, and such other data as may be called for below in the Supplementary Conditions, and as required in Section 00480 -Information Required of Bidders. A. Each Bid must contain evidence of Bidder's qualification to do business in the State of Montana or covenant to obtain such qualification prior to award of the contract. No Bidder will be acceptable if he is engaged in any other work which. impairs his ability of meeting all requirements herein stipulated. B. In determining the lowest responsible bid, the following elements will be considered; whether the Bidder involved: 1. maintains a permanent place of business and maintains a Montana Contractor's License Number; 2. has adequate plant and equipment to do the work properly and expeditiously; 3. has a suitable financial status to meet obligations incident to the work; 4. has appropriate technical experience with at least three comparable projects within the past 10 years involving rehabilitation or modifications of water and/or wastewater mechanical treatment plants with capacity greater than 5 mgd and a minimum construction cost of $10 million or greater; 5. has a general liability insurance policy with a policy limit of at least $5,000,000 per occurrence and $5,000,000 aggregate; 6. has current worker's compensation insurance policy as required by Chapter 39-71 MCA; 7. has submitted reviewed and audited financial statements with accompanying notes and supplemental information as specified in Section 00480; 8. has submitted notarized statement from an admitted surety insurer authorized to issue bonds in the State of Montana, which states the CONTRACTOR' S current bonding capacity is sufficient for the project and states current bonding capacity as specified in Section 00480; 9. has submitted proof that CONTRACTOR'S license has not been revoked at any time in the last five years as required by Section 00480; 10. has submitted proof that a surety firm has not completed a contract on the CONTRACTOR' S behalf or paid for completion because the CONTRACTOR was default terminated by the project • owner within the last five years as required by Section 00480; and 11. has submitted proof that, at the time of the project bid, the CONTRACTOR is not ineligible to bid 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 2 on or be awarded a public works contract or perform as a subcontractor on a public works contract as required in Section 00480. C. Each Bidder may be required to show that former work performed by him has been handled in such a • manner that there are no just or proper claims pending against such work. No Bidder will be acceptable if he is engaged on any other work which impairs his ability to fmance this contract. The Bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. ARTICLE 4 -EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Bidding Documents. 2. Those drawings ofphysical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in the Supplementary Conditions will be made available by OWNER for examination by any Bidder at the Issuing Office on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions (if any). 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. 4.02 Underground Facilities • A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. OWNER and ENGINEER do not assume responsibility for the accuracy or completeness thereof unless expressly provided otherwise elsewhere. 4.03 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. 4.04 Access to the Site t A. On 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. Bidder shall comply with all applicable Laws and Regulations relative to excavations and utility locates. 4.05 Other Work at the Site • A. Reference is made to Article 7 of the Supplementary Conditions or other sections of the Project Manual 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 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 3 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 other work. 4.06 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; B. 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 ofthe Work; including butnot limited to those general and local conditions affecting transportation, disposal, handling and storage facilities,. availability of labor, water, power, roads, climactic conditions and seasons, physical conditions at the work Sites and project area as a whole, job site topography and ground conditions, equipment and facilities needed preliminary to and during work prosecution; C. Become familiar with and satisfy Bidder as to all Federal, State, and Local Laws and Regulations that may affect cost, progress, or performance of the Work; D. Carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions. E. Obtain and carefully study (or accept consequences of not 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 Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. Agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, . studies, or data are necessary for the determination of its Bid for performance ofhe Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. Become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. Correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. Promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.07 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, and/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 the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents • and any written resolutions are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 4 4.08 A. Reference is made to Division 1 -General Requirements, Section 01010 -Summary of Work, for the identification of the general nature of Work that is to be performed at the site by OWNER or others (such as utilities) 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. ARTICLE 5 -PRE-BID CONFERENCE 5.01 A pre-bid conference will be held at the time, date and place specified in the Invitation to Bid. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are required 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 aze 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. 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 to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than ten (10) days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be • without legal effect. 7.02 Addenda maybe issued to clazify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. 7.03 Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the Bidder for the preparation of his proposal, shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid and on the Bid Form. Any Bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. ARTICLE.8 -BID SECURITY 8.01 A Bid must be accompanied by Bid Security made payable to OWNER in an amount often percent (10%) of Bidder's maximum Bid price and in the form of a cashier's check, certified check, bank money order, or bank draft, in any case drawn and issued by a national banking association located in Montana or by any banking corporation incorporated under the laws of Montana; or a Bid Bond on the form attached issued by a surety authorized to do business in Montana meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions. Bid Bonds shall be countersigned by a Resident Montana Agent. 8.02 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Awazd, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within fifteen (15) days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award maybe retained by OWNER until the earlier of seven (7) days after the Effective Date of the Agreement or (91) days after the Bid opening, whereupon Bid Security furnished by such • Bidders will be returned. 8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award may be returned within seven days after the Bid opening. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 5 ARTICLE 9 -CONTRACT TIMES 9.01 The number of days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in Section 00301 Bid Form and Section 00500 Construction Agreement. • ARTICLE 10 -LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in Section 00301 Bid Form and Section 00500 Construction Agreement. ARTICLE 11 -SUBSTITUTE AND "OR-EQUAL" ITEMS 1.1.01 The Contract, if awarded, will. be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Bidding Documents that a substitute or "or-equal" item of material or equipment maybe 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 Paragraph 6.05 of the General Conditions and maybe supplemented in the Supplementary Conditions or the General Requirements of the technical specifications. ARTICLE 12 -SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 Ifthe Supplementary Conditions require the identity ofcertain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within 7 days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualifications 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 apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions 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 or 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. ARTICLE 13 -PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. Additional copies maybe obtained from ENGINEER; however, the Bid must be made on the forms provided in this bound copy of the Project Manuat. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations therefrom may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. 13.02 All blanks on the Bid Form shall be completed by printing in ink or by typewriter and the Bid signed in ink. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation must be executed in the corporate name by the president or avice-president or other corporate officer who is authorized to bind the corporation accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of • incorporation must be shown below the signature. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 6 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership must be shown below the signature. • 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The State of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address 13.07 A Bid by a Joint Venture shall be executed by each Joint Venturer in the manner indicated on the Bid Form. The official address of the Joint Venture must be shown below the signature. 13.08 All signatures are to be in ink and names must be typed or printed in ink below the signatures. The title of the person(s) executing the Bid shall be clearly indicated beneath the signature(s). 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which must be filled in on the Bid Form. A copy of all acknowledged Addenda shall be attached to the Bid Form. Bids in which all issued addenda are not acknowledged will be considered incomplete and will not be read. 13.10 The address and telephone number for communications regarding the Bid must be shown. 13.11 The Bid must contain evidence of Bidder's authority and qualification to do business in Montana. Bidder's current Montana state contractor registration number, shall be shown on the Bid Form. 13.12 The Bid will not be considered unless accompanied by proper Bid Security in accordance with Article 8 ofthese Instruction to Bidders. 13.13 The Bid may not be considered unless all attached forms or certifications in this Project Manual are completed. Depending on federal assistance regulations, these may include, but are not limited to: •_ Noncollusion Affidavit Certification of Nonsegregated Facilities 13.14 Alternate Bids will not be considered unless called for. 13.15 Bids by telephone, telegraph, fax or other telecommunication systems will not be considered. 13.16 No Bidder may submit more than one Bid. Two Bids under different names will not be received from one firm or association. ARTICLE 14 -BASIS OF BID; COMPARISON OF BIDS 14.01 Lump Sum A. Bidders shall submit a Bid on a lump sum basis for each item of Work listed in the Bid Schedule as provided in the Bid Form. The Bid will not be considered unless the Bid Form contains prices for all unit price and/or lump sum items, and alternates, as shown on the Bid Form. Bids and totals shall be shown legibly in their proper locations. The Total Amount of the Bid shall be legibly written and numerically presented in the proper places and the Bid Form shall be manually signed. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The low Bidder will be determined on the basis of the sum of the lowest total Lump Sum Bid Price. • 14.04 If any of the listed items of equipment to be selected by the OWNER are obviously unbalanced and, in the OWNER's judgment, not realistic prices for the particular equipment, the OWNER may request additional information to substantiate the prices prior to determination of the low Bidder or may reject the Bid Proposal. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 00100 - 7 14.05 The right also is reserved for the OWNER to negotiate with the responsible Bidder submitting the lowest responsive bid in the event such lowest bid exceeds the amount budgeted for this contract. Such negotiations, if the OWNER elects to negotiate rather than to reject all proposals, shall be directly between the OWNER and such Bidder. The OWNER and such Bidder shall review the Contract Documents, and the OWNER may provide such additional information as it deems appropriate to provide. Such Bidder then may be invited by the OWNER to submit a revised bid. The Bidder may elect not to submit a revised bid, and the OWNER may reject any such revised bid. Such revised bid, if any, shall be submitted within thirty days from the date of the initial bid opening. ARTICLE 15 -SUBMITTAL OF BID 15.01 Each prospective Bidder is furnished one bound copy ofthe Bidding Documents with one copy ofthe Bid Form bound therein. The bound copy of the Bid Form is to be completed and submitted with the Bid Security and the following data, None of the Instructions to Bidders, Bid Form, Bond forms, Agreement, contract stipulations, or other specifications shall be removed from the bound copy of the Project Manual prior to submission of Bid. Entire bound Project Manual must be submitted with the Bid at the Bid Opening. Data to be submitted with the Bid includes: A. Copies of acknowledged Addendums B. Other data required by the Instructions to Bidders, Bid Form, Supplementary Conditions or Bidding Documents. 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 plainly marked with the Project title, the name and address of Bidder, and shall be accompanied by the Bid Security and other required documents. 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." A mailed Bid shall be addressed to: Honorable Mayor and City Commission Attention: City Clerk City of Bozeman Montana 411 East Main Street Bozeman, MT 59715 15.03 Other Bid submittal requirements: A. The Bid will not be considered unless accompanied by proper Bid Security in accordance with Article 8 of these Instruction to Bidders. B. Alternative Bids will not be considered unless called for. C. Bids by telephone, telegraph, fax or other telecommunication systems will not be considered. 15.04 The following items shall be completed as part of the Bid submittal: 1. Fill in all blanks on Project Manual Book cover. 2. Complete all required items in the Bid Form. 3. Provide a completed Bid Bond form. 4. Provide a completed Noncollusion Affidavit. Provide a completed Certification of Nonsegregated Facilities. 6. Acknowledge and attach all Addendums. 15.05 Information Required of Bidders: The apparent low Bidder shall be required to submit certain information as requested in the Section 00480 -Information Required of Bidders. This information shall be submitted within 10 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 8 • • • calendar days after the bid opening by the apparent three lowest Bidders. Failure to comply with this requirement may render the Bid unresponsive and may result in the rejection of the Bid. Furthermore, failure of the low Bidder to provide this information shall be reason for the OWNER to make a claim against the bid security. • ARTICLE 16 -MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids, as called for in the Invitation to Bid. Requests for modification or withdrawal must be written and must be signed in the same manner and by the same person(s) who signed the Bid. 16.02 If, within twenty-four (24) hours after Bids are opened, any Bidder files a duly signed written notice with O WNER and promptly thereafter demonstrates to the reasonable satisfaction of O WNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, if the Work is rebid or negotiated, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 -OPENING OF BIDS 17.01 Bids will be opened at the time and place set for the opening as indicated in the Invitation to Bid and, unless obviously non-responsive, will be read aloud publicly. An abstract of the amounts ofthe Bids will be made available to Bidders after the opening of Bids. ARTICLE 18 -BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but OWNER may, in its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 19 -AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any and/or 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 fmds, after reasonable inquiry and evaluation, to benon-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 also 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 the 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 maybe 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 of Award. 19.04 In evaluating Bidders, O WNER 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 Supplementary Conditions. 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 is in the best interests ofthe Project. Consideration factors will include conformance with all material terms and conditions ofthe Contract Documents, Bid price, and other appropriate factors. 19.07 Ifthe Contract is to be awarded, OWNER will give the Successful Bidder a Notice ofAward within ninety (90} days after the day of the Bid opening. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 9 19.08 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. 19.09 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. 19.10 If, at the time this Contract is to be awarded, the total of the lowest acceptable Bid Proposal exceeds the funds then estimated by the OWNER as available, the OWNER may reject all Bid Proposals or take such other action as best serves the OWNER'S interests. ARTICLE 20 -CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Performance Bond, Payment Bond, and insurance. When the successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bonds and insurance certificates. ARTICLE 21 -SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. Within fifteen (15) days thereafter, OWNER shall deliver one fully signed counterparts to Successful Bidder ARTICLE 22 -MONTANA STATE LAWS AND REGULATIONS 22.01 All applicable laws, ordinances and the rules and regulations of authorities having jurisdiction over construction of the project shall apply to the Contract throughout. State laws and ordinances which the CONTRACTOR must comply with, include but are not limited to, those involving workmen's compensation insurance, contractor registration, and . gross receipts tax. 22.02 MONTANA CONTRACTOR REGISTRATION REQUIREMENT. Title 39, Chapter 9, Part 2, MCA for registration of CONTRACTORS with the Montana Department of Labor and Industry. No bids will be considered that do not carry the Bidder's Montana Contractor's Registration Number on the bid form and also on the envelope containing the Bid. Information pertaining to this requirement and registration forms maybe obtained from the Montana Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011 or by calling 1-406- 444-7734. 22.03 ADDITIONAL CONTRACTOR LICENSE FEE (MONTANA CONTRACTORS GROSS RECEIPTS TAX). In accordance with Title 15, Chapter 50, MCA, the OWNER shall withhold, in addition to other amounts withheld as provided by law or specified herein, 1 percent (1%) of all payments due the CONTRACTOR and shall transmit such moneys to the Montana Department of Revenue. ARTICLE 23 -COMPLIANCE WITH LABOR STANDARDS AND WAGE RATE REQUIREMENTS 23.01 The work under all Schedules of this Contract is to be paid for in part by state and/or federal grant and/or loan funds; therefore, minimum prevailing wage rates published by the Montana Department of Labor and Industry are appended. The OWNER does not guarantee that labor can be procured for the minimum wages shown on the referenced schedules. The rates of wages listed are minimum only, below which the CONTRACTOR cannot pay, and they do not constitute a representation that labor can be procured for the minimum listed. 23.02 The minimum wages included in the Project Manual are not controlling except as to the minimum for the' purpose of Montana State Law or the Davis-Bacon Act; therefore, it is incumbent upon each employer to pay the standard prevailing rate of wages including fringe benefits for health and welfare and pension contributions, and travel allowance provisions in effect and applicable to the county or locality in which the work is being performed. Should the • prevailing rate of wages change during the life of the contract, the CONTRACTORand/or each employer shall adjustthe wages paid to conform to said change in the prevailing rate of wages as prescribed in Section 18-2-401 through 18-2-432 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 10 MCA. The CONTRACTOR and all subcontractors are directed to the Montana Commissioner of Labor for information on the standard prevailing rate of wages applicable to this contract within this project area. • 23.03 "Standard Prevailing Rate of Wages" is defined by Section 18-2-401 MCA, as including wages, fringe benefits for health and welfare and pension contributions and travel allowance which are paid in the county or locality by other contractors for work of a similar character performed in that county or locality by each craft, classification or type of worker needed to complete a contract. 23.04 Any infraction of the Laws of the State of Montana covering Labor, Title 39, Chapters 1 through 73, MCA will be forwarded to the State of Montana Department of Labor and Industry. 23.05 "Travel Allowance", in effect at the time of contract award, and according to latest information received by the State of Montana Department of Labor and Industry, Labor Standards Division, shall be adhered to where applicable. 23.06 Travel allowance if applicable, may or may not be all inclusive of "travel" and/or subsistence and travel time due employees. It is incumbent on the employer to determine the amounts due for each craft employed according to the method of computation outlined for each craft where applicable. 23.07 To comply with Montana Law Section 18-2-401 thru 18-2-432 MCA, the CONTRACTOR shall post in a prominent and accessible site on the project work area, not later than the first day of work, a legible statement of all wages to be paid to the employees employed on the project. ARTICLE 24 -PAYMENTS AND BIDDER BREAKDOWN OF BIDS 24.01 Payment for all work performed under this Agreement will be made by the OWNER within the time period specified in and in accordance with the procedures outlined in the General Conditions. Payments made after the time limit will be subject to interest at the rate specified in the Agreement. When the work extends beyond thirty (30) days, progress payments will be made monthly for any work accomplished during the preceding month, but subject to retainage as specified elsewhere. 24.02 For the sole purpose of facilitating monthlyprogress payments, a breakdown of total lump sum bids is to be submitted in the Bid Form within 10 working days after the Bid Opening as shown on the Bid Sheet Schedule. The price breakdown shall be fairly apportioned to the various parts of the work and shall meet with the ENGINEER'S approval. If so requested by the ENGINEER, the CONTRACTOR shall substantiate any price or prices with additional detail price breakdown or other information as requested by the ENGINEER. ARTICLE 25 -NOTICE OF APPROVAL OF PAYMENT REQUEST PROVISION 25.01 These Contract Documents and this Contract allows the OWNER to review and approve each CONTRACTOR's periodic payment request within 30 days after the request is received by the OWNER. ARTICLE 26 -NOTICE OF EXTENDED PAYMENT PROVISION 26.01 .These Contract Documents and this Contract allow the OWNER to make periodic payments within 21 days after the OWNER'S approval of each periodic payment request. ARTICLE 27 - RETAINAGE 27.1 Provisions concerning CONTRACTOR'S rights to deposit securities in lieu of retainage are set forth in the Agreement. ARTICLE 28 - BOZEMAN BUSINESS LICENSE 28.01 CONTRACTOR and all subcontractors will be required to obtain a current City of Bozeman Business License prior to award of the Contract. The City Business License is not required forbidding. The license(s) maybe obtained from the City of Bozeman. Information on requirements and cost of the license may be obtained by calling 406-582- • 2300. Applications may be obtained at City Hall, 411 East Main Street. ARTICLE 29 -EPA AND MDEQ DBE REQUIREMENTS 29.01 BIDDER'S attention is directed to the Additional Special Provisions for SRF section of the Funding Agency 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - I1 Special Provisions for Montana Public Facility Projects (pages 6-32) of these Contract Documents. Successful BIDDER'S shall be required to comply with all applicable articles therein. 29.02 An online DBE quote request form is available to BIDDERS at http://www.mdt.mt.gov/business/contractin civil/duotereq.shtml. The BIDDER should fill out and submit the quote • request form as early in the bidding period as possible to allow sufficient time for qualified DBE firms to respond. Note that in order to be counted as a DBE an entity must be certified as such by a state or federal agency (e.g., the Small Business Administration (SBA), the Department of Transportation (DOT), EPA) or by a State, local, or independent private organization provided their applicable criteria match those under section 8(a) (5) and (6) of the Small Business Act and SBA's applicable 8(a) Business Development Program regulations. Self certification of DBEs is not allowed. Inadequate MBE/WBE solicitation efforts by the BIDDER (A. REQUIREMENTS page 14) prior to the bid opening, will be grounds for the MDEQ State Revolving Fund program to withhold funds for the project or refuse to give authorization to award the construction contract, and the bid may be rejected as non-responsive. The prime contractors should note the Additional Contract Provisions listed on pages 18 and 19 of Section 00811. In accordance with these contract provisions, at the time of the bid opening, each bidder must submit completed DBE Forms 6100-3 and 6100-4. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00100 - 12 SECTION 00130 NOTICE OF AWARD Dated December ~, 2008 Project: City of Bozeman WRF Phase 1 lowner: City of Bozeman, Montana lowner's contract No.: SRF C303105-01 contract: Bozeman WRF Phase 1 Improvements IEngineersProjectNo.:OO...88486 Bidder: Williams Brother Construction, LLC Attention: Barry Curtis Bidder's Address: (send Certified Mail, Return Receipt Requested): 1035 CCrlse Road, P.O. Box 1459, Billings, MT 59103 You are notified that your Bid dated October 1, 2008 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for the following: Bid Item No. 1 -Base Bid; Bid Item No. 6 -Fuel Storage Tanks; Bid Item No. 7 - UV Disinfection System; Bid Item 9 -Asphalt Concrete Pavement; Bid Item 10 -Standby Generator System. The Contract Price of your Contract is: Thirty-six Million Three Hundred Sixty-two Thousand Two Hundred Thirty Three Dollars ($36,362,233.00) based upon the following Bid Item Summary: Bid Item No. Bid Item 1 Bid Item 6 Bid Item 7 Bid Item 9 Bid Item 10 Total Contr. Description Base Bid Fuel Storage Tanks UV Disinfection System Asphalt Concrete Pavement Standby Generator System pct Amount (Items 1,6,7,9 & 10) Amount $ 34,441,000.00 $ 22,826.00 $ 1,201,900.00 $ 266,433.00 $ 430.074.00 $36,362,233.00 Six 6 copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Ten 10 sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen days of the date you receive this Notice of Award. 1. Deliver to the Owner Five 5 fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security (Bonds) and evidence of insurance as specified in Section 00100 -Instructions to Bidders (Article 20), Standard General Conditions Article 2 (Paragraph 2.01) and Article 5; and the Supplementary Conditions To The General Conditions (Paragraphs SC-2.01, and SC-5.02 through SC-5.06). Other conditions precedent: al The Notice to Proceed must be issued and a Preconstruction Conference must be held with the Owner and Engineer prior to your commencement of the work. b) Work shall not be initiated on the new structures which are to be located upon the current NWE pronerty, or ancillary facilities associated with said structures, until the land exchange agreement between the nroaerty owners has been completed to the extent the Owner has clear right of access for said work and the Owner so advises the Contractor. • 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 fifteen days after you comply with the above conditions, Owner will return to you two fully executed counterparts of the Contract Documents. Copy to: Bob Murray, Project Engineer, City of Bozeman Dan Harmon, HDR Engineering, Inc., Bozeman, MT James Nickelson, Morrison Maierle, Inc., Bozeman, MT 00...60746 Bozeman WRF Phase 1 Improvements Project 00130 - 1 12/8/2008 Chris Kukulski, City Manager Tit e • • ~~ SECTION 00140 • NOTICE TO PROCEED Dated Project: Bozeman WRF Phase 1 Owner: City of Bozeman, Montana Owner's Contract No.: hn rovements Project Contract: Engineer's Project No.: 00...60746 Contractor: Contractor's Address: [send Certified Mail, Return Receipt Requested] You are notified that the Contract Times under the above contract will commence to run on _. On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is ,and the date of readiness for final payment is [(or) the number of days to achieve Substantial Completion is _, and the number of days to achieve readiness for final payment is ]. Before you may start any Work at the Site, Paragraph 2.O1.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. • Also, before you may start any Work at the Site, you must [add other requirements]: (Contractor) Received by (Title) Owner Given by: Authorized Signature Title (Date) Date Copy to Engineer C 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 00140 -1 • • SECTION 00200 SOIL INVESTIGATION DATA PART 1 - GENERAL 1.1 INVESTIGATION A. Soil and subsurface investigations were conducted at the site, the results of which are found in this specification section. B. Bidders are urged to examine soil investigation data and to make their own investigation of the site before bidding. PART 2 - ADDENDUM TO ORIGINAL REPORT 2.1 INVESTIGATION AMENDMENTS A. There are no current amendments proposed. 2.2 SITE GROUNDWATER LEVEL MONITORING A. The site groundwater levels have been monitored from June 2007 through June 2008. This data has been appended to this Section, and shall be utilized by the Contractor in association with the recommendations made in the subsurface investigation. • END OF SECTION 00...60746 Bozeman WRF Phase I Improvements Project 7/23/2008 00200 - I • • GEOTECHNICAL EVALUATION REPORT Proposed Wastewater Treatment Plant Expansion Bozeman, Montana Project 07-2295 Submitted by .-rI.- GEOTECHNICA 2611 Gabel Road P. O. Box 80190 Billings, Montana 59108-0910 Prepared for Morrison-Maierle, Inc. P. O. Box 6147 Helena, Montana 59604-6147 January 28, 2008 • ~~-~... ~@ GEOTECHNICAL January 28, 2008 Ms. Nancy Granger Cormier, PE Morrison-Maierle, Inc. P. O. Box 6147 Helena, Montana 59604-6147 Via E-Mail: ncormier@m-m.net Project 07-2295 Dear Ms. Cormier: Re: Geotechnical Evaluation, Proposed Wastewater Treatment Plant Expansion, Bozeman, Montana We have completed the geotechnical evaluation in accordance with our Standard Agreement with your firm dated May 21, 2007. The purpose of the geotechnical evaluation was to provide geotechnical engineering recommendations to assist your firm and HDR in designing foundations and slabs, and in preparation of plans and specifications for the wastewater treatment plant expansion. Summary of Results Twelve soil borings were completed in.the proposed wastewater treatment plant expansion area. The borings indicated the general soil profile was 1 to 2 feet of organic clay topsoil underlain by lean clay alluvium to depths ranging from 2 1/2 to 4 feet. Beneath the lean clay, the borings generally encountered coarse-grained alluvial deposits consisting of poorly graded gravel with sand, silt, and/or clay to depths ranging from 27 to 30 feet. Borings ST-4P, ST-6, ST-7, ST-IOP, and ST-12P encountered afiner-grained layer of clayey soils in the gravel alluvium Typically ranging from the 11- to 14-foot depths. Tertiary sediments (old alluvial deposits) were encountered in nine of the 12 borings at depths ranging from 27 to 29 feet. These Tertiary sediments consisted of clayey sand, sandy lean clay, and clayey gravel. Several of the borings also encountered existing fill associated with previous developments and/or construction activities on the site. Boring ST-4P encountered clayey gravel fill to a depth of 1 1/2 feet underlain by buried organic clay topsoil to 2 1/2 feet. Boring ST-12P encountered existing fill consisting of organic clay mixed with gravels to a depth of 7 1/2 feet. Summary of Analysis and Recommendations Deeper Structures. Deeper structures are those that are bearing at a depth of 5 feet or more below existing grades. Based on the borings, we anticipate the subgrade beneath the majority of these structures will consist of dense to very dense alluvial gravels. It is our opinion these gravels are suitable for direct BILLINGS __ ___ _ 2611 C;~~rl Rs~~,d ,. f'.O. F3ox SQL?~0. B~llzr;~sf M~ 592~1S-~ISD L- P 406.652.3930 P 406.652.3444` skgeotechnical.com MI550U LA ~30~71 Whippooryv;;l Gr~vc~ i':~. t3ox 1ti323 MissoW 6a, P•9-[` ~".32305-612:; ~--P A06.721.3391 P406.'721.b233 C • • Momson-Maierle, Inc. January 28, 2008 Project 07-2295 Page 2 support of the proposed structures. As previously indicated, however, six of the borings encountered a layer of clayey soils from the 11- to 14-foot depth. It is our opinion these clay soils, where encountered, will be unsuitable for foundation and pad support, and should be subexcavated from beneath the deeper structures, then replaced with compacted sandy gravels. We recommend providing a bid item in the contract documents for subexcavation/replacement of lean clay alluvium from beneath these proposed structures. For the deeper structures, it is our opinion that mat foundations or spread footings bearing directly on the native gravels or compacted gravel fill placed over the native gravels can be designed for a net allowable bearing pressure up to 4,000 pounds per square foot (psf). Fairly detailed recommendations for static and earthquake lateral earth pressures are included in the attached report for these structures. Shallow Structures. Shallow structures are primarily those buildings and structures that have foundations bearing at a depth of 5 feet or less. It is our opinion these structures can be supported on shallow-spread footings with earth-supported floor slabs. In the attached report, we have provided recommendations for two types of shallow structures: (1) relatively heavy structures, and (2) relatively light structures. The primary difference between our recommendations for these two types of shallow structures is for the heavier structures, we recommend subexcavation/replacement of the on-site lean clays. For the lighter shallower structures, it is our opinion the lean clay alluvium can be left in place. For both types, however, we recommend the organic clay topsoil and existing fill be stripped/removed. • Additional Geotechnical Evaluation After completion of the 12 soil borings on the site, the configuration of the wastewater treatment plant expansion was changed. In particular, none of these borings were performed in the vicinity of the digester building, anaerobic digesters, sludge dewatering, UV disinfection, and administration building. When considering that the depth to alluvial gravels is critical, we recommend additional geotechnical evaluation be performed in these areas. The additional geotechnical evaluation will likely include soil borings to a depth of 15 feet and laboratory classification, consolidation, and corrosion testing. Additional geotechnical analysis and recommendations would likely be required, although it is dependent on the actual site conditions. General Please refer to the attached report for more detailed results of our fieldwork, engineering analyses, and recommendations. Pavement sections for automobile and truck traffic areas are included in Section C of this report. Also, refer to Section D of this report for our recommendations regarding construction subgrade observations and concerns related to the exposed lean clay subgrade becoming wet during construction, resulting in construction delays and change orders. • Morrison-1Vlaierle, tnc. January 28, 20t~$ Project 07-2295 _ _ Page 3 • Thank you for using SK Geotechnical, If you have any questions regarding this report, or require our services during the construction phase of this project; please contact us at (4QG) 6S2 3930. Sincerely, ry T., eno, PE rinepal, Geotechnicaf Engineer .~- ,~ Cory .Rice, PE Senior Engineer gts/cgr:khr Attachment: Geotechnical Evaluation. Report • Table of Contents Description Page A. Introduction .......:.....................................................................................................................................1 A.1. Project ............................................................................................................................................1 A.2. Purpose of this Evaluation ............................................................................................................. l A.3. Scope ..............................................................................................................................:..............1 A.4. Documents Provided ......................................................................................................................2 A.S. Locations and Elevations .......................................................................:.......................................2 B. Results ..................................................................................................................................................... 2 B.1. Logs ............................................................................................................................................... 2 B.2. Site Conditions ...............................................................................................................................3 B.3. Soils ...............................................................................................................................................3 B.4. Other Boring Information .............................................................................................................. 4 B.S. Groundwater Observations ............................................................................................................ 4 B.6. Laboratory Tests ..............................................................................................:............................. 5 B.7. Additional Geotechnical Evaluation ..............................................................................................6 C. Analyses and Recommendations .............................................................................................................6 C.l. Proposed Construction ...................................................................................................................6 C.2. Deeper Structures ...........................................................................................................................8 C.3. Shallow Relatively Heavy Structures ..........................................................................................12 • C.4. Shallow Relatively Light Structures ............................................................................................15 C.S. Seismic Considerations ................................................................................................................17 C.6. Exterior Slabs ...............................................................................................................................17 C.7. Site Grading and Drainage .................................. .........................................................................18 C.8. Utilities .........................................................................................................................................18 C.9. Pavement ......................................................................................................................................19 C.10. Concrete .....................................................................................................................................20 D. Construction .......................................................................................................................................... 20 D.1. Excavation and Dewatering .........................................................................................................20 D.2. Observations .:...........................................................................:.................................................. 21 D.3. Moisture Conditioning .................................................................................................................21 D.4. Subgrade Disturbance .......................................................................................................:...:......21 D.S. Testing .........................................................................................................................................22 D.6. Cold Weather Construction ................................................................:........................................22 E. Procedures .........................................................................................:...................................................22 E.1. Drilling and Sampling ..................................................................................................................22 E.2. Soil Classification ........................................................................................................................ 23 E.3. Groundwater Observations ...........................................................................................................23 F. General Recommendations .................................................................................................................... 23 F. l . Basis of Recommendations ..........................:............................................................................... 23 F.2. Review of Design ......................................................................................................................... 24 F.3. Groundwater Fluctuations .................................:.......................................................................... 24 F.4. Use of Report ............................................................................................................................... 24 • F.S. Level of Care ................................................................................................................................24 • Table of Contents Continued Professional Certification Appendix Site Location Sketch Boring Location Sketch Descriptive Terminology Log of Boring Sheets ST-1 through ST-12P General Guidelines for Shoring and Underpinning Lateral Earth Pressure Sketches (2) • • • A. Introduction A.1. Project The City of Bozeman, Montana, is planning a wastewater treatment plant expansion. The project is located on the north side of Bozeman, just south of the East Gallatin River as shown on the attached Site Location Sketch. A.2. Purpose of this Evaluation The purpose of the geotechnical evaluation was to assist Morrison-Maierle, Inc. (MMI), and HDR in designing foundations and slabs, and in preparing plans and specifications for the wastewater treatment plant expansion. A.3. Scope The desired scope of services was outlined in an October 23, 2006, request-for-proposal a-mail from Mr. Kurt Keith of MMI. A preliminary budget was estimated at that time. On May 17, 2007, we submitted a revised proposal to Ms. Nancy Cormier of MMI. The geotechnical report was then prepared in • accordance with our Standard Agreement with MMI dated May 21, 2007. Our scope of services was limited to: • Coordinating the locating of underground utilities near the boring locations. • Conducting 12 penetration test borings to a depth of 30 feet in the proposed wastewater treatment plant expansion area, and completing six of these borings as piezometers to permit others to measure groundwater fluctuations on the site. • Returning the samples to our laboratory for visual classification and logging by a geotechnical engineer. • Conducting 40 moisture content tests, four classification tests (Atterberg limits and grain size distribution), and two corrosion tests. • Analyzing the results and formulating recommendations for earthwork, spread footing foundations, mat foundations, and slabs. A Preliminary Geotechnical Report dated August 2, 2007, was submitted. • Discussing the project with MMI personnel. • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 2 • • Submitting a geotechnical evaluation report containing logs of the borings, our analysis of the field and laboratory tests, and recommendations for earthwork, spread footing foundations, mat foundations, and slabs. A.4. Documents Provided The following documents were provided for our use: • A Plan View Drawing of the Bozeman wastewater treatment plant expansion area, including process area designations, prepared by MMI and HDR, dated July 2007. • Plant Layout Plan prepared by Thomas, Dean & Hoskins, Inc., dated October 1980. • NTL Engineering and GeoScience report dated March 1, 2001, for a new primary clarifier. • Boring Locations drawing, provided by MMI and HDR, dated July 2007. A.S. Locations and Elevations Boring locations were selected by MMI. The locations are shown on the Boring Locations drawing in the • Appendix, which was provided to us by MMI. Penetration test borings are designated by the prefix "ST," and borings with piezometers are designated by the suffix "P." Ground surface elevations at the borings were provided by MMI. We have assumed these elevations are referenced to the project datum. B. Results B.1. Logs Log of Boring sheets indicating the depths and identifications of the various soil strata,. the penetration resistances, laboratory test data, and water level information are attached. It should be noted the depths shown as boundaries between the strata are only approximate. The actual changes maybe transitions and the depths of the changes vary between borings. Geologic origins presented for each stratum on the Log of Boring sheets are based on the soil types, blows per foot, and available common knowledge of the depositional history of the site. Because of the complex glacial and post-glacial depositional environments, geologic origins are frequently difficult to ascertain. A detailed evaluation of the geologic history of the site was not performed. • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 3 • B.2. Site Conditions The site appears to be located within the geologic flood plain of the East Gallatin River. As indicated on the Boring Locations drawing, the expansion area where our borings were performed is located west of the existing treatment facility. The ground surface in this area is sloping downward to the north at a slope ranging from about 1 to 3 percent. Ground surface elevation variation between the borings was 5.4 feet. An existing shop building is located near the middle of the site. It is also likely that several underground utilities are present in the expansion area. The site was covered with native grasses and gravel-surfaced roads at the time of our fieldwork. The "Preliminary Geologic Map of the Bozeman 30' by 60' Quadrangle" compiled and mapped by Vuke, et al, describes the site geology as alluvial deposits of the East Gallatin River, and coarse-grained upper Tertiary sediments. B.3. Soils The borings indicated the general soil profile was 1 to 2 feet of organic clay topsoil or existing fill underlain by lean clay alluvium to depths ranging from 2 1/2 to 4 feet. Beneath the lean clay, the borings generally encountered coarse-grained alluvial deposits consisting of poorly graded gravel with sand, silt, • and/or clay to depths ranging from 2? to 30 feet. Borings ST-4P, ST-6, ST-7, ST-IOP, and ST-12P encountered afiner-grained layer of clayey soils in the gravel alluvium typically ranging from the 11- to 14-foot depths. Tertiary sediments (old alluvial deposits) were encountered in nine of the 12 borings at depths ranging from 27 to 29 feet. These Tertiary sediments consisted of clayey sand, sandy lean clay, and clayey gravel. B.3.a. Existing Fill. Several of the borings encountered existing fill associated with previous developments and/or construction activities on the site. Boring ST-4P encountered clayey gravel fill to a depth of 1 1/2 feet underlain by buried organic clay topsoil to 2 1/2 feet. Boring ST-12P encountered existing fill consisting of organic clay mixed with gravels to a depth of 7 1/2 feet. B.3.b. Lean Clay Alluvium. Lean clay alluvium was encountered in all borings to depths ranging from 2 1/2 to 4 feet. Penetration resistances in the surficial lean clay alluvium generally ranged from 7 to 16 blows per foot (BPF). These values indicated the lean clay alluvium was medium to stiff in consistency. B.3.c. Coarse-Grained Gravel Alluvium. Coarse-grained alluvial deposits consisting of poorly graded gravel with silt, silt, and/or clay was encountered to depths ranging from 27 to 30 feet. Penetration resistances in the coarse-grained gravel alluvium ranged from 16 BPF to 50 blows for only 2 inches of penetration, but primarily ranged from about 34 to 62 BPF. These values indicated the alluvial gravels were medium dense to very dense, but were primarily dense to very dense. • Morrison-Maierle, Ina. January 28, 2008 Project 07-2295 Page 4 • B.3.d. Clayey Layer. Afine-grained layer of clayey soils was encountered from depths ranging from 11 to 14 feet in Borings ST-4P, ST-6, ST-7, ST-lOP, and ST-12P. Penetration resistances in the clayey layer typically ranged from 3 blows for 6 inches of penetration to 16 BPF, indicating this clayey layer was medium to stiff. Once the overburden is removed or if it is disturbed during construction, these clay layers can become much softer. B.3.e. Tertiary Sediments. Tertiary .sediments consisting of clayey sand, sandy lean clay, and clayey gravel were encountered at depths ranging from 27 to 29 feet. Penetration resistances in the sediments typically ranged from 39 to 98 BPF, indicating the deeper sands and gravels were dense to very dense and the clays were hard. B.4. Other Boring Information We were provided with portions of drawings prepared by Thomas, Dean & Hoskins dated October 1980, apparently for a previous wastewater treatment plant expansion. Sheet 3 contained the boring logs for Drill Holes DH # 1 through DH # 15 excluding DH #5. A .note on this drawing appears to indicate some of this work was performed in February 1969. These borings were performed throughout the existing wastewater treatment plant and encountered a similar profile. In brief, the borings encountered a 1- to 2- foot thick topsoil layer underlain by fine-grained silty clay alluvium to depths ranging from about 2 to 6 feet. Gravel alluvium was then encountered to the borings' termination depths, which appear to range • from about 15 to 20 feet. The gravel is described as containing some cobbles and lenses of sand. Groundwater was encountered in most of these borings at depths ranging from about 3 to 6 feet. We were also provided with a copy of the NTL Engineering & GeoScience report dated March 1, 2001, for the new primary clarifier. This clarifier is located on the Process Area Designation drawing as Item 201. One boring was performed, labeled DH-l. The boring encountered topsoil underlain by lean clay alluvium to a depth of 2 1/2 feet where gravel alluvium was encountered to the boring's termination depth of 26 1/2 feet. Penetration resistances in the gravel alluvium generally ranged from 38 to 82 BPF, indicating the gravels were dense to very dense. Groundwater was encountered at a depth of 19.8 feet. B.S. Groundwater Observations Groundwater was observed in all 12 borings at the depths and corresponding elevations indicated in Table 1 below. • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 5 Table 1. Summary of Groundwater Depths While Drilling Boring Depth to Groundwater (feet) Corresponding Elevation ST-1P 12.9 4596.3 ST-2 13.2 4594.1 ST-3 13.5 4592.2 ST-4P 13.6 4591.8 ST-5 11.4 4593.8 ST-6 15.0 4592.4 ST-7 13.8 4595.7 ST-8 13.8 4596.8 ST-9P 13.8 4596.1 ST-l OP 10.7 4594.8 ST-11P 13.1 4594.4 ST-12P 13.6 4596.0 As can be seen in the table, piezometers were installed in six of the borings indicated by the "P" suffix. It is our understanding that MMI has periodically measured groundwater levels in the piezometers. It is interesting that the groundwater in the 1969 borings was much shallower (only 3 to 6 feet) than the current and 2001 borings (13 to 20 feet). B.6. Laboratory Tests 'The results of the laboratory tests are presented on the Log of Boring sheets found in the Appendix. B.6.a. Pocket Penetrometer Tests. The clay samples were tested with a pocket penetrometer to estimate their unconfined compressive strengths. A pocket penetrometer consists of a 1/4-inch diameter rod that is pushed 1/4 inch into the clay soil by a spring. Compression of the spring has been correlated to the unconfined compressive strength of clay soils by the manufacturer. The results of the pocket penetrometer test are presented on the Log of Boring sheets in the Appendix. B.6.b. Classification Tests. Two samples of lean clays were selected for Atterberg limits tests. The sample from Boring ST-8 from 1 1/2 to 3 feet had a liquid limit of 32, plastic limit of 23, and plasticity index of 9. The sample from Boring ST-1 OP from 14 to 15 1/2 feet had a liquid limit of 45, plastic limit of 18, and plasticity index of 27. Based on these results, both samples classify as lean clay, American Society for Testing and Materials (ASTM) symbol CL. Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 6 • B.6.c. Corrosion Tests. The results of the corrosion tests are summarized in Table 2 below. Table 2. Summary of Corrosion Tests Boring Depth (feet) Soil pH Marble pH Resistivity (ohm-cm) Sulfate Content ST-1P 1'/s - 8 GP-GM 7.4 7.4 5,000 ND* ST-1P 9 - 20'/z GP-GC 6.7 7.3 4,000 ND ST-8 11'h - 30'h GP-GC 7.1 7.2 3,100 ND ST-lOP 4 -10'h GP-GM 7.3 7.3 4,700 ND 'kNl~ = Nnt dP.tP.CtP,d At t}1P, n n l % rencrtinu limit. test conducted by Ener~v Laboratories. a -------, --- - ---- - ., ~. Based on these results, the gravel alluvium is not corrosive to ductile iron pipe, steel, or concrete. It should be assumed, however, that the lean clay alluvium near the surface will be corrosive to ductile iron pipe and steel. B.7. Additional Geotechnical Evaluation • After completion of the 12 soil borings on the site, the configuration of the wastewater treatment plant expansion was changed. In particular, none of these borings were performed in the vicinity of the digester building, anaerobic digesters, sludge dewatering, UV disinfection, and administration building. When considering that the depth to alluvial gravels is critical, we recommend additional geotechnical evaluation be performed in these areas. The additional geotechnical evaluation will likely include soil borings to a depth of 15 feet and laboratory classification, consolidation, and corrosion testing. Additional geotechnical analysis and recommendations would likely be required, although it is dependent on the actual site conditions. C. Analyses and Recommendations C.1. Proposed Construction The Bozeman wastewater treatment plant is located on the north side of Bozeman just south of the East Gallatin River as shown on the attached Site Location Sketch. The proposed expansion includes up to 33 modified existing structures and/or new structures, which will be constructed in three phases. The attached Process Area Designations drawing provides a summary of the proposed phased improvements. Table 3 below is a brief summary of the proposed Phase I improvements, which will require new construction. Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 7 6J • The new construction will primarily consist of cast-in-place concrete structures typically supported on mat foundations and spread footings. The new buildings indicated below will likely be supported on shallow-spread footings with earth-supported floor slabs at or slightly above existing grades in each area. At this time, it is our understanding the deeper structures are being designed to counteract buoyancy, and a subsurface dewatering system beneath the structures is not being installed. The anticipated loads indicated in Table 3 were provided by MMI and HDR. Table 3. Brief Summary of New Construction Phase I Improvements Anticipated Existing Foundation Excavation Anticipated Item Grade Elevation Depth Foundation Type Loads 101 Pretreatment Headworks 4612 4608 4' Continuous Spread Footing 1,500 Ib/ft 102 Pretreatment Grit Removal 4612 4599 13'* Mat Foundation 500 psf 103 Pretreatment Influent Splitting 4612 4605 7' Mat Foundation 500 psf 203 Thickener-Fermenter Pump Station 4609 4583 26'* Continuous Spread Footing 5,000 lb/ft 204 Primary Effluent Pump Station 4610 4593 17' Mat Foundation 3,500 psf 4,000 psf 303/304 BNMR Bioreactors 4609 4592 17' Mat Foundation (toe pressure) 305 Secondary Effluent Split Box 4608 4600 8' Mat Foundation 1,000 psf 601 RAS-WAS Pump Station No. 2 4605 4596 9'* Mat Foundation 1,000 psf 602 Secondary Clarifiers 4605 4590 15' Continuous Spread Footing 3,000 lb/ft 603 Secondary Scum Pump Station 4605 4595 10' 900 UV Disinfection 4605 4601 4' Continuous Spread Footing 1,000 lb/ft 1100 Digester Building No. 2 4604 4600 4' - 12' Continuous and Isolated 4,000 lb/ft .and 4 000 Spread Footing , psf 1101 Anaerobic Digester 4604 4591 .13' Continuous Spread Footing 2,000 lb/ft 1200 Sludge Dewatering 4604 4600 4' Continuous Spread Footing 1,500 Ib/ft 1201 Dewatered Sludge Storage 4604 4603 1' Continuous and Isolated 12,000 Ib/ft 000 and 175 Spread Footing , Ibs 1300 Admin/Lab Building 4604 4600 4' Continuous and Isolated 4,500 lb/ft 000 and 80 Spread Footing , Ibs *These structures are in relatively close proximity to existing structures; excavation shoring and/or • underpinning of existing foundations may be required. Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 8 • C.2. Deeper Structures C.2.a. General. As indicated in Table 3, the wastewater treatment plant expansion includes many new structures, some of which are bearing as shallow as 4 feet while others as deep as 26 feet. Deeper structures as described in this report are those structures that are bearing at a depth of 5 feet or deeper. C.2.b. Dewatering. Several of the structures will extend below groundwater. We recommend groundwater be lowered prior to excavation. The groundwater should be lowered to a minimum depth of 2 feet below the anticipated excavation or subexcavation bottom. Due to the depths of the excavations, we anticipate a series of dewatering wells will be required to lower the groundwater. The actual number and location of wells and specific methods will need to be determined by the contractor based on their past experience and available equipment. It is our opinion that dewatering by installing sumps and pumps in the bottoms of excavations will not be feasible. It is also our understanding that a test dewatering well may have been installed on the project for asite- specific pumping test. If installed and tested, hydraulic conductivity properties of the subsurface soils, primarily the alluvial gravels, may be available. This information will assist contractors in designing their dewatering system(s) for the project. We wish to also oint out that a fain si nificant dewaterin s stem has been installed beneath the • P Y g g Y existing wastewater treatment plant. If this system is running, groundwater levels could be lower near the existing plant. Also, piezometers were installed at six borings to permit monitoring of groundwater levels on the site. C.2.b. Subgrade. Based on the borings, it appears the subgrade beneath the majority of the new structures will consist of dense to very dense alluvial gravels. It is our opinion these gravels are suitable for direct support of the proposed structures, although consideration should be given to placing a leveling course directly beneath the concrete for grading purposes. As previously indicated, however, six of the borings encountered a layer of clayey soils from the 11- to 14-foot depth. These clays are very close to the static groundwater level, and will likely be saturated. As the overburden is removed (excavation is performed) and the clays are subjected to construction activities, we anticipate these clays will loosen and become excessively soft. It is therefore our opinion the lean clay layer, when encountered in the bottom of the excavation, will not be suitable for structure support. C.2.c. Subexcavation of Lean Clay. To provide a uniform subgrade, we recommend subexcavating the lean clay alluvium from beneath structure mat foundations and pads (slabs) when present within 2 feet of bottom-of-foundation/pad elevation. When encountered, we recommend subexcavating the lean clay • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 9 • from beneath the mat foundation/pad down to denser sands and gravels. The oversize of subexcavations should extend 2 feet (horizontal) beyond the perimeter edges of the foundation. subexcavation of clays beneath structures will need to be determined during construction. Beneath the heavier-loaded structures bearing at the 11- to 17-foot depths, we recommend shallow test holes be excavated 2 feet below the bottom of the excavation, preferably outside the structure, to check for the presence of clays and the need for subexcavation. These structures are listed below. • 204 Primary Effluent Pump Station • 303/304 BNMR Bioreactors • 602 Secondary Clarifiers • 1100 Digester Building No. 2 It is difficult to predict whether or not clay subexcavation will be needed beneath these structures, but we recommend providing a bid line/quantity in the contract documents. We suggest assuming 500 cubic yards of subexcavation/replacement will be needed. This quantity is basically the plan area of the Primary Effluent Pump Station (204) and a 3-foot subexcavation. • It is our opinion that on-site gravels can then be reused as compacted gravel beneath these structures. Cobbles that are greater than 6 inches in size should be removed, if present. Another alternative is to import 3-inch minus sandy gravel as structural backfill beneath the structure foundations/pads. We recommend the backfill placed beneath these structures be compacted to a minimum of 100 percent of its maximum dry density determined in accordance with ASTM Method of Test D 698 (standard Proctor). C.2.d. Bearing Capacity. It is our opinion that mat foundations and spread footings bearing directly on the native gravels or compacted gravel fill placed over the native gravels can be designed for a net allowable bearing pressure up to 4,000 pounds per square foot (psf). (Net allowable bearing pressure is defined as that bearing pressure in excess of the fmal minimum overburden pressure.) This bearing pressure includes a factor of safety of at least 3.0 against bearing capacity failure. C.2.e. Subgrade Modulus. We recommend using a modulus of subgrade reaction of 200 pounds per cubic inch (pci) for the mat foundations bearing on native gravels or compacted gravels placed over native gravels. This value is the unit pressure required in pounds per square inch to cause 1 inch of deflection of a 1-foot square plate. C.2.f. Anticipated Settlement and Heave. We anticipate mat foundations and spread footings designed and placed as recommended above will generally experience less than 3/4 inch of total settlement and less • than 1/2 inch of differential settlement. Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 10 C.2.g. Backfill and Buoyancy. On-site alluvial gravels can be used as backfill on the exterior sides of the structure foundation walls. Due to the depth of these structures, we recommend the backfill be compacted to a minimum of 98 percent of its standard Proctor maximum dry density. We anticipate the mat foundations for these structures will likely extend horizontally beyond the perimeter walls to help offset buoyancy forces. A wedge of backfill above the mat edges can be used to help resist buoyant uplift. This wedge extends out at an angle of 20 degrees from vertical from the mat edge. Assuming on- site gravels are used as backfill, it is our opinion a compacted unit weight of 140 pounds per cubic foot (pcf) can be used for gravels above the groundwater table, and a submerged unit weight of 78 pcf can be used below the groundwater table. MMI is currently measuring groundwater levels in the piezometers installed in our borings. These measurements will help identify the depth of groundwater for design, however, we suggest assuming 8 feet at this time. (If the plant is located in the flood plain of the East Gallatin River, it may be necessary to assume groundwater could rise to the surface.) C.2.h. Lateral Earth Pressures. C.2.h.1. Assumptions. We assumed the following parameters for our static and earthquake conditions. • Moist unit weight of backfill = 140.0 pcf • Submerged unit weight of backfill = 77.6 pcf • Internal friction angle = 38° • Depth to groundwater = 8 feet The values indicated in Tables 4 and 5 below are ultimate values and have not been factored. Appropriate factors of safety should be included when designing unbalanced walls to resist lateral earth forces. The equivalent fluid pressures indicated above for the submerged compacted gravels include 62.4 psf/ft for groundwater pressure. C.2.h.2. Static Lateral Earth Pressures. We recommend using the following equivalent fluid pressures for design, depending on the depth of the structure. • • • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 11 Table 4. Lateral Earth Pressures for Buried Walls: Static Conditionsi Depth of Wall At-Rest Pressure (psf/ft of depth) Passive Pressure (psf/ft of depth) Coefficient of Friction Less than 8' 73 500 0.54 Less than 15' 73 300 0.54 Less than 20' 79 300 0.54 Less than 26' 82 300 0.54 'These values are representative of vertical walls and backfill surfaces that are flat, i.e., not sloping away or into the wall. These values should be used as a uniform pressure over the full height of the wall and incorporate the varying pressure due to both submerged and unsubmerged conditions for purposes of simplification. Amore detailed, and less conservative, graph of the anticipated At-Rest pressures are shown on the attached graphs. • C.2.h.3. Earthquake Lateral Earth Pressures. Table 5 below contains our recommendations for estimating lateral earth pressures against unbalanced buried walls during earthquake conditions. The pressures were calculated using the Mononobe-Okabe Method within the software program "Shoring Suite" by Civil Tech Software The earthquake-induced lateral earth pressure changes depending on structure depth, therefore, three different structure depths have been analyzed: structures 0 to 15 feet deep, 15 to 20 feet deep, and 20 to 26 feet deep. Due to the shape of the earthquake-induced lateral earth pressure, the concept of equivalent fluid pressures no longer apply. The information provided in Table 5 define the shape of the pressure diagram used to calculate total lateral earth force. The lateral earth pressure diagrams for each of the depths analyzed is also included in the Appendix. The earthquake pressures are designated as "Active/Eq" in the attached graphs. • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 12 • Table 5. Active Lateral Earth Pressures for Buried Walls: Earthquake Conditions) 15-foot Deep Structure 20-foot Deep Structure 26-foot Deep Structure Depth (feet) Pressure (psf) Depth (feet) Pressure (psf) Depth (feet) Pressure (psf) 0 176 0 219 0 266 8 375 8 432 8 475 15 884 20 1,295 26 1,787 'These values are representative of vertical walls and backfill surfaces that are flat, i.e., not sloping away or into the wall. Pressures between the above depths transitions in a straight line between points. C.2.i. Shoring and/or Underpinning. Shoring and/or underpinning of deeper structures will be necessary when they are constructed in relatively close proximity to the existing structures. Based on our available information, it appears shoring and/or underpinning may be necessary for structures 102 - pretreatment removal, 203 -thickener-fermenter pump station, and 601 - ]ZAS-WAS pump station 2. Other structures may also need to be shored and/or underpinned depending on how close they are to existing structures. The attached detail provides general guidelines for shoring and underpinning depending on the proximity. We wish to emphasize that these requirements are based on the assumption the groundwater table has been lowered several feet below the bottom. of the excavation during construction. If groundwater has not been properly lowered and is seeping from the sidewalls of the excavations, then these details are not representative of the site conditions, i.e., they are too conservative. Excessive seepage from excavation sideslopes commonly result in failure of the slope and should be prevented. C.3. Shallow Relatively Heavy Structures C.3.a. General. Shallow relatively heavy structures have the following characteristics. • Foundation members bear at a depth of 5 feet or less below existing grades. • Wall loads are greater than 3 kips per foot. • Column loads are greater than 50 kips. • Distributed floor loads exceed 500 psf. • Floors are subjected to industrial/warehouse loadings, such as the Dewatered Sludge Storage Facility. • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 13 • It is our opinion these structures can be supported on shallow-spread footing foundations with earth- supported concrete floor slabs matching or slightly above existing grades. However, due to the relatively heavy nature of these structures, we recommend foundations and critical slabs bear directly on the alluvial gravels or compacted sandy gravel backfill placed over alluvial gravels, i.e., the lean clay alluvium should be subexcavated and replaced. A separate concern for these shallow structures, however, is the presence of existing fill. One rarely knows what is buried in or beneath an existing fill, and compressible and decomposable materials may be present. It is also unlikely the existing fill was properly compacted. It is therefore our opinion the existing fill is unsuitable to be left in place beneath the proposed foundations and floor slabs of these shallow structures. Our recommendations regarding building pad preparation are discussed in more detail below. C.3.b. Structure Pad Preparation. We recommend the organic clay topsoil be removed from beneath the building and structure pads. The borings indicated the average thickness of organic clay was 1 1/2 feet. Actual depth of removal beneath each site should be determined by observations during stripping. We further recommend all existing fill and native alluvial clays be removed from beneath building and structure foundations and slabs. We recommend it be removed from beneath proposed footings and slabs and an oversize zone extending 1/2 foot (horizontal) beyond the footings and slabs for every foot of subexcavation below the footings and slabs, down to natural gravel alluvium. On-site alluvial gravels (GC, GP-GM, GP-GC), imported crushed gravel road base or 3-inch minus sandy gravel should be used as backfill and fill. We recommend backfill and fill beneath the building and shallow structure pads be placed in lifts, at a moisture content at or slightly above optimum moisture content, and compacted to a minimum of 95 percent of its standard Proctor maximum dry density. C.3.c. Foundations. C.3.c.1. Depth. We recommend spread footings bear a minimum of 4 feet below exterior grades for frost protection for heated buildings. For unheated structures, we recommend spread footings bear a minimum of 5 feet below final earth grades for frost protection. C.3.c.2. Footing Subgrade. We recommend shallow spread footings bear on undisturbed native gravels or compacted gravel backfill placed over undisturbed native gravels as described in Section C.3.b. C.3.c.3. Bearing Capacity. It is our opinion shallow-spread footings bearing on alluvial gravels • or compacted gravel backfill placed over alluvial gravels may be designed for a net allowable bearing pressure up to 3,000 psf. (Net allowable bearing pressure is defined as that bearing Morrison-Maierle, Ina January 28, 2008 Project 07-2295 Page 14 • pressure in excess of the final minimum overburden pressure.) This bearing pressure includes a factor of safety of at least 3.0 against bearing capacity failure. C.3.c.4. Anticipated Settlement and Heave. We anticipate total and differential settlement and heave of these foundations will generally be less than 1/2 inch. Buildings of this type can generally tolerate movements of this magnitude. C.3.c.5. Foundation Wall Backfill. We recommend the backfill placed on the interior and exterior sides of shallow foundations be compacted to a minimum of 95 percent of its standard Proctor maximum dry density. Backfill should meet the requirements described in Section C.3.b. C.3.d. Earth-Supported Floor Slabs. C.3.d.1. Subgrade. As described in Section C.3.b, we recommend all organic clay topsoil, lean clay alluvium, and existing fill be removed from beneath proposed floor slabs, then be replaced with compacted sandy gravel consisting of either on-site alluvial gravels, imported base course, or imported 3-inch minus sandy gravel. C.3.d.2. Fill and Backfill. Some fill may be required beneath these proposed floors to raise • grades. On-site alluvial gravels can be used as fill, although 3-inch minus sandy gravel or crushed base. course are preferred materials. In particular, we recommend providing a minimum of a 6-inch thick leveling course consisting of 3/4-inch minus crushed base course directly beneath these proposed floor slabs. A thicker leveling course will result in a higher subgrade modulus for design as described later in this section of the report. C.3.d.3. Vapor Retarder. If floor coverings or coatings less permeable than the concrete slab will be used, or if moisture is a concern, we recommend a vapor retarder be placed directly beneath the slab. (Some coverings, coatings or situations may require a vapor barrier, i.e., a membrane with a permeance less than 0.3 perms.) Some contractors and designers prefer to place a sand or gravel cushion course between the slab and vapor retarder in an effort to reduce curling. However, this practice increases the risk of trapping water between the slab and the vapor retarder, which can delay placement of some floor coverings. If the cushion course does become wet prior to concrete placement, we recommend the excess moisture be removed prior to slab placement. C.3.d.4. Subgrade Modulus. If a minimum of 6 inches of compacted 3/4-inch minus crushed base course is provided beneath the floor, it is our opinion a modulus of subgrade reaction, k, of 225 pounds per square inch per inch of deflection (pci) may be used to design the floor. If a • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 15 • minimum of 12 inches of base course is provided, it is our opinion a modulus of 300 pci may be used to design the floor. C.4. Shallow Relatively Light Structures C.4.a. General. Shallow relatively light structures have the following characteristics. • Foundation members bear at a depth of 5 feet or less below existing grades. • Wall loads are 3 kips per foot or less. • Column loads are 50 kips or less. • Distributed floor loads are 500 psf or less. • The floors of these buildings are not subjected to industriaUwarehouse loading conditions. It is our opinion these structures can be supported on shallow-spread footing foundations with earth- supported floor slabs matching or slightly above existing grades. Due to the relatively light nature of these structures, it is our opinion the lean clay alluvium can be left in place beneath proposed foundations and floor slabs. ® A separate concern for these shallow structures, however, is the presence of existing fill. One rarely knows what is buried in or beneath an existing fill, and compressible and decomposable materials may be present. It is also unlikely the existing fill was properly compacted when placed. It is therefore our opinion the existing fill is unsuitable to be left in place beneath proposed foundations and floor slabs of these shallow structures. Our recommendations regarding building pad preparation are discussed in more detail below. C.4.b. Structure Pad Preparation. We recommend the organic clay topsoil be removed from beneath the building and structure pads. The borings indicated the average thickness of organic clay was 1 1/2 feet. Actual depth of removal beneath each site should be determined by observations during stripping. Where existing fill is present beneath proposed foundations and floor slabs, we recommend it be removed on an oversize zone extending 1/2 foot (horizontal) beyond the footings and slabs for every foot of subexcavation below the footings and slabs, down to natural soils. After the topsoil and existing fill have been removed, we recommend the exposed clay subgrade be scarified to a depth of 6 inches, moistened to a moisture content near optimum, and compacted to a minimum of 95 percent of its standard Proctor density. The excavated material may be reused as backfill if topsoil, oversize cobbles and boulders, foreign materials, and other unsuitable materials are removed. Abetter material to use as backfill for these light Morrison-Maierle, Inc. January 28, 2008 Proiect 07-2295 Page 16 • structures is the on-site alluvial gravels, imported 3-inch minus sandy gravel or crushed base course. We recommend backfill and fill beneath the building and shallow structure pads be placed in lifts, at a moisture content at or slightly above optimum moisture content, and compacted to a minimum of 95 percent of its standard Proctor maximum dry density. C.4.c. Foundations. C.4.c.1. Depth. We recommend spread footings bear a minimum of 4 feet below exterior grades for frost protection for heated buildings. For unheated buildings, we recommend spread footings bear a minimum of 5 feet below earth grades for frost protection. C.4.c.2. Footing Subgrade. We recommend shallow spread footings bear on undisturbed natural soils or compacted backfill placed over undisturbed natural soils as described in Section C.4.b. For these structures, it is our opinion the proposed footings can bear directly on the lean clay alluvium. C.4.c.3. Bearing Pressure. It is our opinion shallow-spread footings for relatively lightly- loaded structures can be designed for a net allowable bearing pressure up to 1,500 psf. This bear pressure includes a factor of safety of at least 3.0 against bearing capacity failure. • C.4.c.4. Anticipated Settlement and Heave. We anticipate total and differential settlement and heave of these foundations will generally be less than 3/4 inch. Buildings of this type can generally tolerate movements of this magnitude. C.4.c.5. Foundation Wall Backfill. We recommend backfill placed on the interior and exterior sides of the foundation walls be compacted to a minimum of 95 percent of its standard Proctor maximum dry density. On-site soils can be used as well as imported gravels. C.4.d. Earth-Supported Floor Slabs. C.4.d.1. Subgrade. After removal of the organic clay topsoil, we anticipate the floor Subgrade will be lean clay alluvium. As previously indicated, all existing fill should be subexcavated and replaced with compacted backfill. C.4.d.2. Fill and Backfill. Some fill will likely be required to raise grades beneath the proposed floor slabs. It is our opinion that on-site soils can be used as fill. Imported 3-inch minus sandy gravel or crushed gravel road base are generally the best materials to use as fills. A leveling course of crushed base course is recommended beneath the proposed floors. We recommend fill • and backfill materials be moistened to a moisture content near or slightly above optimum Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 17 • moisture content, then compacted to a minimum of 95 percent of its standard Proctor maximum dry density. C.4.d.3. Vapor Retarder. If floor coverings or coatings less permeable than the concrete slab will be used, or if moisture is a concern, we recommend a vapor retarder be placed directly beneath the slab. (Some coverings, coatings or situations may require a vapor barrier, i.e., a membrane with a permeance less than 0.3 perms.) Some contractors and designers prefer to place a sand or gravel cushion course between the slab and vapor retarder in an effort to reduce curling. However, this practice increases the risk of trapping water between the slab and vapor retarder, which can delay placement of some floor coverings. If the cushion course does become wet prior to concrete placement, we recommend the excess moisture be removed prior to slab placement. C.S. Seismic Considerations Based on the results of our soil borings, we recommend using a "Stiff soil profile, Site Class D," as defined by the 2003 International Building Code (IBC) for design. We should point out, however, that the soil conditions are very close to a "Very Dense soil and Soft rock, Site Class C," condition. If design is significantly impacted for Site Class C versus Site Class D conditions, we should be contacted. More • detailed geologic review and deeper borings could be performed to better evaluate which site class can be used. We recommend the site to have a maximum 1.0 second spectral response acceleration, S~, of 0.232 and a maximum 0.2 second spectral response acceleration, Ss, of 0.757. Based on our liquefaction analysis, it is our opinion the risk of liquefaction of the medium dense to very dense sands and gravels below foundations and structures is generally low under the anticipated seismic forces. Our liquefaction analysis used a peak ground acceleration of 0.16 percent of gravity, which has a 10 percent chance of being exceeded during a 50-year period. We estimate the factor of safety against liquefaction to be between 2.7 and 2.9. C.6. Exterior Slabs C.6.a. Subgrade. Non-critical exterior slabs may be supported on undisturbed natural soils and existing fill after the vegetation, topsoil, and root zone have been removed. Critical exterior slabs, such as those at entrances, will likely require some additional Subgrade preparation as described below. As previously indicated, the existing fill encountered on the site could result in excessive settlement of exterior slabs. To reduce this risk, we recommend subexcavating the existing fill beneath critical exterior slabs down to natural soils, then replacing it with nonfrost-susceptible compacted sand or sandy gravel as described below. • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 18 • C.6.b. Backfill and Fill. Backfill and fill beneath proposed exterior slabs and their oversize zones should be placed in lifts and at a moisture content near or slightly above optimum moisture content. We recommend all fill and backfill beneath exterior slabs be compacted to a minimum of 95 percent of its standard Proctor maximum dry density. C.6.c. Frost Protection. Lean clay, clayey gravel, poorly graded gravel with clay, and poorly graded gravel with silt are considered moderately to highly frost-susceptible soils. If these soils become wet and freeze, several inches of frost heave may occur. Heaving of slabs during the winter can be a nuisance or hazard where doors open outward and at other critical grade areas. One way to reduce this heave is to remove the frost-susceptible on-site soils down a depth of 4 feet and replace them with clean (nonfrost-susceptible) sand or sandy gravel. Sand or sandy gravel with less than 5 percent of their particles by weight passing a 200 sieve are generally considered nonfrost-susceptible. Another method of reducing frost heave is to place a minimum of 2 inches of extruded polystyrene foam insulation beneath the slabs and extending about 4 feet beyond the slabs. Insulation will reduce frost penetration into the underlying subgrade and thereby reduce heave. A leveling course of sand is generally required to seat the insulation panels. Eight to twelve inches of crushed road base material should be placed over the panels to protect them during construction. • Consideration can also be given to supporting the slabs on frost-depth footings. Avoid space of at least 4 inches should be provided between the bottoms of the slabs and the frost-susceptible subgrade to allow them to heave without affecting the slabs. The stem walls should be tied to the footings with sufficient reinforcing to prevent frost from heaving the walls off of the footings. C.7. Site Grading and Drainage We recommend the site be graded to provide positive run-off away from the proposed structures. We recommend landscaped areas have a slope of at least 5 percent for the first 10 feet away from the structures, then 2 percent to carry run-off away. To maintain this slope, it is essential that backfill against the foundation walls be adequately compacted. If it is not adequately compacted, exterior foundation wall backfill will likely consolidate and water may pond and soak into the soil, causing settlement. In addition, we recommend gutters and downspouts with long splash blocks or extensions where possible. C.8. Utilities C.8.a. Materials. As previously indicated in Section B of this report, corrosion tests were performed on samples of the alluvial gravels. All of the samples were found to be non-corrosive to ductile iron pipe. It is our opinion, however, that the on-site alluvial clays would generally be considered corrosive to ductile • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 19 iron pipe. Therefore, it is our opinion, ductile iron pipe can be used for utilities provided they are bearing and bedded in on-site alluvial gravels or imported sandy gravels. Lean clay alluvium should not be used as backfill directly around ductile iron pipe utilities. Another option is to use non-corrosive materials for utilities. We recommend using crushed gravel road base with a maximum particle size of 3/4 inch as bedding material. Soils from the trench excavations may be used as backfill above the bedding. C.8.b. Backfilling and Compaction. We recommend bedding material be thoroughly compacted around the pipes. We recommend trench backfill above the bedding be compacted to a minimum of 90 percent in landscaped areas and 95 percent beneath proposed footings, slabs, and pavements. Backfilling around and above utilities should meet the requirements of Montana Public Works Standard Specifications. C.9. Pavement C.9.a. Subgrade Preparation. After stripping the topsoil and root zone, we recommend the upper 6 • inches of the resulting Subgrade be scarified, moistened to a moisture content near optimum, and compacted to a minimum of 95 percent of its standard Proctor maximum dry density. Where fill is required, we recommend it be similarly moistened and compacted. If there are areas that cannot be compacted, we recommend the unstable materials be subexcavated to a depth of 2 feet and be replaced by materials that can be compacted. C.9.b. Sections. Table 6 below contains our pavement thickness recommendations for automobile, truck traffic and driveway areas. As can be seen, we have provided alternative sections for crushed base course and subbase. Table 6. Alternative Pavement Sections • Thickness Alternative Automobile Areas Truck Areas Crushed Base Course Section Asphalt Surface 3" 3" 3/4" or 1'/2" Crushed Base 8" 14" Subbase Section Asphalt Surface 3" 3" 3/4" or 1 %2" Leveling Course 3" 3" 3" Sandy Gravel Subbase 8" 15" Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 20 ,. C.9.c. Materials and Compaction. We recommend specifying crushed gravel base and sandy gravel subbase courses meeting the requirements of Montana Public Works Standard Specification, Fifth Edition, March 2003, Sections 02235 and 02234. We recommend the gravel base and subbase be compacted to a minimum of 95 percent of its standard Proctor maximum dry density. We recommend the asphaltic concrete meet the requirements of Section 02503. We recommend the asphaltic concrete pavement be compacted to an average density of 93 percent or greater of the maximum density as determined by ASTM D 2041 (Rice's) and no individual sample shall be less than 92 percent. C.10. Concrete We recommend using cement meeting the requirements of ASTM C 150 Type II to provide moderate resistance to sulfate attack. We recommend specifying 5 to 7 percent entrained air for exposed concrete to provide resistance to freeze-thaw deterioration. We recommend using awater-cement ratio of 0.50 or less for exposed concrete and awater-cement ratio of 0.45 or less for concrete exposed to deicers. D. Construction D.1. Excavation and Dewatering • It is our opinion the soils encountered by the borings can be excavated with a backhoe, front-end loader or scraper. The borings indicate the native lean clay soils to a depth not exceeding 4 feet in the sidewalls of excavations will be Type A soils under Department of Labor Occupational Safety and Health Administration.(OSHA) guidelines. All alluvial gravels and clays below 4 feet and all existing fill should be considered Type C soils. All earthwork and construction should be performed in accordance with OSHA guidelines. Several of the structures will extend below groundwater. We recommend groundwater be lowered prior to excavation. The groundwater should be lowered to a minimum depth of 2 feet below the anticipated excavation or subexcavation bottom. Due to the depths of the excavations, we anticipate a series of dewatering wells will be required to lower the groundwater. The actual number and location of wells and specific methods will need to be determined by the contractor based on their past experience and available equipment. It is our opinion that dewatering by installing sumps and pumps in the bottoms of excavations will not be feasible. As previously indicated in Section C.2, shoring and/or underpinning may be required for several of the deeper structures adjacent to existing structures. Our general guidelines for shoring and underpinning requirements are indicated on the figures included in the Appendix of this report. • Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 21 D.2. Observations We recommend footing, slab, tank pad, and pavement subgrades be observed by a geotechnical engineer or an engineering technician working under the direction of a geotechnical engineer to see if the subgrade soils are similar to those encountered by the borings. The removal of existing fill from beneath proposed shallow structure footings and slabs should also be observed. During excavations for footings and mats, we recommend tests be conducted on the subgrades to evaluate the bearing capacity, as recommended in this report, is present. Typical instruments used for these tests include hand augers, penetrometers, and sample tubes. For the deeper structures, these subgrade observations are particularly important to check for the presence of the deeper layer of lean clay alluvium. subgrade observations are particularly important for the Primary Effluent Pump Station (204), BNMR Bioreactors (303/304), Secondary Clarifiers (602), and Digester Building No. 2 (1100). It may be necessary to excavate some shallow test holes, preferably outside the structure footprint, to check for the presence of lean clay alluvium beneath these structures. D.3. Moisture Conditioning Site soils that will be excavated above a depth of 6 feet and reused as backfills and fills appeared to be below optimum moisture content. We anticipate it will be necessary to add moisture to these soils to achieve a moisture content near or slightly above optimum. Below 6 feet, site soils appear to be wet and waterbearing. It will likely be necessary to spread these soils out and allow them to dry in order to achieve a moisture content near or slightly above optimum. It should also be anticipated that imported fill and backfill materials will be below optimum moisture content and additional moisture will be necessary to achieve a moisture content near or slightly above optimum. D.4. Subgrade Disturbance The borings indicated the surficial subgrade will be lean clay after the organic clay topsoil has been stripped. These fine-grained soils are considered to be moisture sensitive and are easily disturbed when wet. We therefore recommend good drainage of surface water be provided during construction to help avoid ponding areas and to drain surface water away from the exposed clay subgrades and any open excavations. Ponding water will result in saturation of the lean clays, creating soft spots: Construction traffic driving across these soft spots can create large ruts and excessively disturb the areas. It is then very difficult to recompact these areas to specification, and they can result in construction delays and change orders. Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 22 • D.S. Testing We recommend density tests of fills and backfills placed beneath footings, slabs, and pavements. Density tests should also be performed on foundation wall backfill. We also recommend density testing of the compacted pavement subgrade and gravel base course. We recommend slump, temperature, air content, and strength tests on Portland cement concrete. Samples of proposed backfill and fill materials should be submitted to our testing laboratory at least three days prior to placement on the site for evaluation and determination of their optimum moisture contents and maximum dry densities. We recommend density testing of the asphaltic concrete pavement (cores and nuclear density gauge). The maximum density of the asphaltic concrete mix should be determined by ASTM D 2041 (Rice). We also recommend Marshall tests of the asphalt mix to evaluate strength and air voids. D.6. Cold Weather Construction If site grading and construction is anticipated during cold weather, we recommend good winter construction practices be observed. All snow and ice should be removed from cut and fill areas prior to additional grading. No fill should be placed on soils that have frozen or contain frozen material. No frozen soils should be used as fill. Concrete delivered to the site should meet the temperature requirements of ASTM C 94. Concrete should • not be placed on frozen soils or soils that contain frozen material. Concrete should be protected from freezing until the necessary strength is attained. Frost should not be permitted to penetrate below footings bearing on frost-susceptible soil since such freezing could heave and. crack the footings and/or foundation walls. E. Procedures E.1. Drilling and Sampling The penetration test borings were performed on May 29 through June 5, 2007, with atruck-mounted core and auger drill. Sampling for the borings was conducted in accordance with ASTM D 1586, "Penetration Test and Split-Barrel Sampling of Soils." Using this method, we advanced the borehole with hollow-stem auger to the desired test depth. Then a 140-pound hammer falling 30 inches drove a standard, 2-inch OD, split-barrel sampler a total penetration of 1 1/2 feet below the tip of the hollow-stem auger. The blows for the last foot of penetration were recorded and are an index of soil strength characteristics. Several attempts were made to obtain 3-inch diameter thin-walled tube samples of the lean clay alluvium. However, all of the tube samples were damaged while attempting to obtain the samples. Morrison-Maierle, Inc. January 28, 2008 Project 07-2295 Page 23 • Prior to withdrawing the hollow-stem auger from Borings ST-1P, ST-4P, and ST-9P through ST-12P, 2- inch diameter PVC pipe with awell-screen section at the bottom was placed in the borings. These piezometers will permit MMI to perform long-term monitoring of groundwater levels on the site. Several of the borings encountered very dense alluvial gravels. When the sampler could not be driven 6 inches with 50 blows of the hammer; the distance the sampler was advanced with 50 blows was recorded. When this situation occurred during the first 6 inches of the drive, it was noted as occurring within the '°set." E.2. Soil Classification The drill crew chief visually and manually classified the soils encountered in the borings in accordance with ASTM D 2488, "Standard Practice for Description and Identification of Soils (Visual-Manual Procedures)." A summary of the ASTM classification system is attached. All samples were then returned to our laboratory for review of the field classifications by a geotechnical engineer. Representative samples will remain in our office for a period of 60 days to be available for your examination. E.3. Groundwater Observations About 10 minutes after taking the final sample in the bottom of a boring, the driller probed through the hollow-stem auger to check for the presence of groundwater. Immediately after withdrawal of the auger, the driller again probed the depth to water or cave-in. The boring was then backfilled. F. General Recommendations F.1. Basis of Recommendations The analyses and recommendations submitted in this report are based upon the data obtained from the soil borings performed at the locations indicated on the attached sketch. Often, variations occur between these borings, the nature and extent of which do not become evident until additional exploration or construction is conducted. A reevaluation of the recommendations in this report should be made after performing on-site observations during construction to note the characteristics of any variations. The variations may result in additional foundation costs, and it is suggested a contingency be provided for this purpose. It is recommended we be retained to perform the observation and testing program for the site preparation phase of this project. This will allow, correlation of the soil conditions encountered during construction to the soil borings, and will provide continuity of professional responsibility. ~, Inc; .January 28; 2008 F.2. Review of Design. This report is based on the design of the proposed structures as related to us-for preparation of dais report. it is recaminended `we be retained'to review the geotechnical aspects of the:.designs and specifications, With-the review,. we will evaluate whether any:changes in desgnl7ave affected t1Ze°vaIidity of the recommendations, and whether our recommendations have been correctly interpreted and imple-nented in, the design and specifications: F.3. Grouttdvvater Fluctuations. We:made water-level observations in the borings at the times:and under the conditions stated on the boring logs:: Thesedata were interpreted ;in the text of-this report. The period of observation was relatively-short, and;fluehtation :in the groundwater Level may occur due to rainfall, flooding, irrigation,: spring thaw; drainage, and:other;Seasonal,and annual factors not evident at the time-the observations were. made.- Design drawings and specifications-and construction planning should recognize the possibility of fluctuations; • F.4. Use of Report This report is for the exclusive use of Morrison-Maierle, Inc:, and HDR to use to design the proposed structures and prepare construction documents. In the .absence of our written approval, we makeno representation and assume no responsibility to other parties regarding this report. The data, analyses;. and • recommendations:may notbe appropriate for other structures or purposes. We recommend parties contemplating other structures or`purposes contact us. F.S. Level of Care Services performed by SK Geotechnical Corporation_personnelfnr his project have been conducted with that level `of care and skill ordinarily exercised by members of the profession currently practicing., in this area under similar budget and time restraints:. No warranty, expressed or implied; is-made. I here~~~. #.Ihis report was prepared by •t~at ~ 'd~1y Incensed Professional. Engineer under the:~vyb~f the State of Montana.. January 28, 2008: • • • Appendix • J ~ Q-'~l ~ I ~~ t~~ r 'rj 'i ~~ 1, ; -~ i ~a1 9 r t . ; . _ t 4.554. ^ ~, t` `~ ~ ~~~~ >~A ,~~: .,, C • .. \ L..~s `. ~ ~ \ .. - f - ' s ~ ~ _ , ,~ ;C / ,~ I ~; 1 ,~. ~ ay~a ~ ~ ~-- -- ~ ~ /f.. --: ._ r -;. 1 ... i 953' T ~~{ ~,~ ~ " 11~ 111 ; ~.. ~ ~. _ ~ j: /~ ..~/ ~ ~-'~~ „ s ~ C ~! ~ ` -, ~, ,. I '`p l + _ w l/f + ~ / 1 '`. • "~~'''~ SITE ~~ ~, ~ . ti ,"~ ~~:.~,~ j . , ~'_~ C 1 °~• ~, ` ~_1 ~~ • =t 4' -.. ~ ^ ~ ~'. ~-r --°~°" ~~ ` 6L7 T x£35 ~. r ~ ''• ,.. .. )..,, 10.v i ~ _ , .. _. uc. ' _ - •.. ~t J ., `; -I- 2-2G8 ~`';~ ~ -F ~~ ~ .,~ ~ ~-,r)' 919 Y q~ ....~ r: ~,,_, \ ~ .. ~. i- ~ ~- ) ~ t i ~\ ~ ~ i~~ I~ i ° ~ ~ ~ i ~O • ` ~ c.~ ~70~' ~ t € _ _............ _ ..~. . f. _ .... -. f . "' _...... _ _.__- ~~i ..._ _ . ~~ ~ Drid iA \ 3n r~~ caper ®>~ n~t..~ Y,~~, me aaa~ space Dm~: IISGS ~~ Tae a scale: ~ : ~ooo Def>~ Lip nm~ wcssa L Drawn by: Date `~,~~ OCATION SKETCH SITE Geotechnical Evaluation Project: 07-2295 GEOTECHNICAl: Wastewater Treatment Plant Expansion Scale: See inset FIGURE Bozeman, Montana Sheet of • • J • r~ ~ ~ ~ t. } i ... r"" :.,~~,~ - ' - - a ;. r ;, ;~ ;~ ,; :~ '~-y, ~ ~ ,._ ,~ ,~ ' I ry` .. -._ .i "' l i i i r -~. ~ 1 j, ~ r, .i I y^ ~~ i fir... ~., YJ. 1, f ..~ J~f I '~. :~..r i E. ~_~_ ~~ ,.. ,,..:_. ~~~._ {~ ~~. ~. ~.,: .., • • • ~~~_~_ GEC?TECHNICAL ~~ • Standard D 2487 ~, Classification of Soils for Engineering Purposes ~~ ~ (Unified Soil Classification System) Soil Class ification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" Group e Group Name S bol Gravels Clean Gravels Cu >_ 4 and 1 < C < 3 GW Well aded ravel r More than 50% of Less than 5% fines c 6 Cu < 4 and/or I > Cc > 3 GP Poorl aded vel a Y !;r Bra Coarse- coarse Gravels with Fines classif as ML or MH GM Sil vel F. Grained fraction Fines Soils retained on More than 12% Fines classify as CL or CH GC Clayey gravel r, o, u More than No. 4 sieve fines c 50% Sands Clean Sands Cu > 6 and 1 _< C < 3 e SW Well aded sand retained on No. 50%or more of Less than 5% fines n Cu < 6 and/or 1 > Cc > 3 e SP Poorly graded sand' 200 sieve coazse Sands with Fines classi as ML or MH SM Sil sand °• fraction Fines passes No. 4 More than 12% Fines classify as CL or CH SC Clayey sand °•n•' sieve fines ° Fine- G i d Silts and Cla Inorganic PI > 7 and plots on or above "A" -ine r CL x.L.M Lean clay ra ne S il ys Li uid Limit ' PI < 4 or lots below "A" line ML Silt • o s o 50 /°or q less than 50 Organic Li uid limit -oven dried < 0.75 q OL Or anic clav K, L, M,x € more Liquid limit -not dried K, L, bf,O Organic silt passes the Silts and Inor anic PI lots on or above "A" line CH Fat cla No. 200 CIaYs g PI lots below "A" line MH Elastic sil sieve Liquid limit Orgamc Liauid limit -oven dried < 0.75 OH anic cla • 50 or more Li uid limit -not dried L M,Q Or anic si1tK Highly Organic Soils primarily organic matter, dark in color, and organic pf peat odor rsasea on me marena~ passing me j" p~ mm) sieve. • B 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 o 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 = Dso ~ Duo If soil contains >_ 15% sand, add "with sand" to group r name. If fines classify as CL-ML, use dual symbol GC-GM or ° SC-SM. so • F=t so a. x a0 2 r h_ V- a zo to 7 4 °a Au to Y0 30 40 5Q fA 70 60 90 100 ItC 4t4Ulp LlM1T i4LI tro. a r~a~ny crwrt Laboratory Tests DD Dry density, pef OC Organic content, WD Wet density, pcf P2~ % 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 If fines are organic, add "with organic fines" to group name. I If soil contains >_ 15% gravel, add "with gravel" to group name. ' If Atterberg limits plot in hatched azea, soil is a CL-ML, silty clay. K If soil contains IS to 29%plus No. 200, add "with sand" or "with gravel", whichever is predominant. L If soil contains >_ 30% plus No. 200 predomiuantly 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. Q PI plots below "A" line. For ctossiPicottOn at fine-grpined sons `~ ~ on STine-groma3frvc~f~ono~coarsa-groF~ / sods; ~ Equotlnnof't1 -ttr,e ttorixontol at pI-~I to tL•25.5, ~ ~~ ~ ,1 ~ ` ~~ ~ .then PT Q.73l1t-201 / ~ S .Q Egnotion of ~U~-line I+srtiCelofLL=I6t°PI=7 ~~ tAen pl>Q.ait.t.-el ~ ~ ~ _ ~ ' ' dr MH bM ter Gv - MLA C)L M 1 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 loose ................................... 5 to 10 BPF medium dense .................. l l 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'/," or 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 (n. In very dense/hard strata, the depth driven in 50 blows is indicated. WH. WH indicates the sampler penetrated soil under weight of hammer and rods alone; driving not required. Note. All tests were run in general accordance with applicable ASTM standards. LOG OF BORING Phone: 406.652.3930 c~..• ens ~c~ zodn PROJECT: 07-2295 BORING: $T-~ P GEOTEC)FINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 5/29/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL qp* Remazks 4609.2 0.0 ORGANIC CLAY with SAND, low plasticity, trace OL ' ' roots and Gravel, dark brown to black, wet, medium. 6 MC = 22.0% 607.7 1. i i il o so ~~? -L--- --- - -- -~ 606.7 2. CL - LEAN CLAY with SAND, low to medium plasticity, v5 MC = 22.2% - trace roots dark browner wet, rather soft- ~Alluvium~ ~ POORLY GRADED GRAVEL with SILT and = SAND, fine- to coarse-grained, light brown, moist, - dense to very dense. (Alluvium) MC = 2.3% GP = 33 GM = so MC = 3.6% 600.7 8. _ _ _ - POORLY GRADED GRAVEL with CLAY and - SAND, slightly plastic to low plasticity, brown to ° = t 12 9' d t b i d k b 4 t MC = 5.2 /° . , ense o rown, molst to water ear rlg a ar = very dense. (Alluvium) = 52 MC = 5.8% - 35 MC = 11.1 - *gp~ocket - penetrometer estimate -_ of unconfined _ compressive strength, tons per square foot. GP 75 MC = 7.8% - = An open triangle in the -_ water level (WL) column indicates the - depth at which = groundwater was first - observed while drilling. i - - 44 MC = 10.8% ' -_ Ground surface elevations at the -_ borings provided by i - Momson-Maierle, Inc. i 4580.2 29.0 ' CLAYEY SAND with GRAVEL low to medium SC ~ (Tertiary dense waterbearin ve lasticit tan s2 MC = 18.9% 78 7 . g, ry y, , . p ** d 5 ' S di . in the groun e ments ' END OF BORING 30' deep piezometer Water down 12.9' with 14` of hollow-stem au er** installed in boring. t c c 07-2295 ~ i- i r page i of i GEQTECHNICAL z611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 J LOG OF BORING Phone: 406.652.3930 Fax: 406.652.3944 • • PROJECT: 07-2295 BORING: $T-2 GEOTECIINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 5/30/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL 9P Remarks 4607.3 0.0 4606.3 1.0 OL ; I ~ ORGANIC CLAY with SAND, low plasticity, black, moist medium ~T'o soil 604.3 .0 L . _ _ _ _ _ _ _ _ _ _ _ _ _ f i._._ LEAN CLAY, meditptm plasticity, trace roots, dark brown, moist, medium. (Alluvium) -------- - 3/3 ~ 1 '~° - -- --------------- POORLY GRADED GRAVEL with SILT and = SAND, fine- to coarse-grained, trace Cobbles, brown, = moist to waterbearing at 13.2', very dense. (Alluvium) so-s' " 50-6 GP _ GM _ - so 593.8 13. -_ 50 - _ _ POORLY GRADED GRAVEL with CLAY and = SAND, slightly plastic to low plasticity, trace - - Cobbles, dark brown, waterbearing, dense to very dense. (Alluvium) i9 = 34 GP = GC - - -trace lenses of saturated lean clay below 24'. so-s^, c 577.8 29. _ GC CLAYEY GRAVEL with SAND low to medium a2iso ^ ' 4577.0 , plasticity, light brown, waterbearing, very dense. erti Sediments - *Water down 13.2 with 14' of hollow-stem auger in the ground. END OF BORING* 07-2295 .~--,~I,r., GEC?TECMNICAL 2611 Gabel Road P. O. Box 80190 ' Billings, MT 59108-0190 ST-2 page 1 of 1 LOG OF BORING Phone: 406.652.3930 FaY• anF Fs~ ~aaa PROJECT: 07-2295 BORING: $T-3 GEOTEC>EINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana. DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 5/30/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 4605.7 0.0 ORGANIC CLAY with SAND, low to medium OL I I ill plasticity, black, moist, rather stiff. (Topsoil) io MC =16.7% 603.7 2.0 ____ 4603.2 2.5 CL LEAN CLAY medium plasticity trace Gravel 4/6 1 MC = 18.8% _ , , ~ Sv_olcanic particles brownzxnoist_ ~Alluvium~ _ _ _ ~ POORLY GRADED GRAVEL with SILT and - SAND, fine- to coarse-grained, trace Cobbles, grayish = brown, moist, dense to very dense. (Alluvium) 3oiso- ^ MC = 4.2% 59 MC = 3.8% GP = GM = _ -trace Clay below 9'. _ MC = 7.0% 36 4592.2 13. - --------- - - ~ - - -------------- POORLY GRADED GRAVEL with CLAY and - = SAND, fine- to coarse-grained, slightly plastic, trace = Cobbles, dark brown, waterbearing at 13.5', medium i z~6 ° MC =10.9 /° = dense to ve dense (Alluvium) ry . = MC = 8.3% 65 GP - GC _ so-a°, c 577.7 28.0 - CLAYEY SAND with GRAVEL fine- to 4576.4 29. SC ~ , coarse-grained, low plasticity, trace Cobbles, tan, so-4° c waterbearin v dense. erti Sediments , MC = 17 8% END OF BORING . Water down 13.5' with 14' of hollow-stem auger in the ground. ,~-1-#..r.. GEOTECHII{IiCAL 2611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 _~ U"/-ZZ9S S"1'-3 page 1 of 1 LOG OF BORING - Phone: 406.652.3930 Fax' 4nf,_fiS2~Qdd • • • PROJECT: 07-2295 BORING: $T-4P GEOTECIINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 6/4/07 SCALE: 1" = 4' Elev. 4605.4 Depth 0.0 Symbol Description of Materials BPF WL 9p Remarks ~; ~; ~! FILL: Clayey Gravel with Sand, low plasticity, dark 4603.9 1. ; ~ ~ , ~; brown, moist, medium dense. ,: 2s 4602.9 2. OL ~ ~ ORGANIC CLAY with SAND, low plasticity, dark brown moist rathe tiff T il - _ r s . ~ o so ~--~------ -~-~---- ---~ POORLY GRADED GRAVEL with SILT and 6/20 _ _ SAND, fine- to coarse-grained, trace Cobbles, grayish brown, rather dry to moist, very dense. (Alluvium) - 86 GP = GM = - 84 - 48 4594.4 11.0 - CL _ SANDY LEAN CLAY, low plasticity, trace Gravel, brown, wet, rather stiff. (Alluvium) 4592.4 13.0 i t 'iz - - = = POORLY GRADED GRAVEL with CLAY and SAND, fine- to coarse-grained, slightly plastic to low plasticity, trace Cobbles, dark brown, waterbearing at 13.6', medium dense to very dense. (Alluvium) 4 SZ - _ so-s^, c GP - GC _ - a2 *Waer down 13.6' 4575.4 30.0 _ = with 14' of hollow-stem au er in the round 574.9 30.5 CL SANDY LEAN CLAY low to medium lasticity 34/17 3'~. g g . ' , p , li t bro moil ve stiff. erti Sediments 30 deep piezometer installed in boring. END OF BORING* 07-2295 •~'.~- GEOTECHMICAL 2611 Gabel Road ` P. O. Box 80190 '~~ Billings, MT 59108-0190 ST-4P page 1 of 1 LOG OF BORING Phone. 406.652.3930 Fw• dnf. F.S7 ZQdd '.. .~.~1-r~"'.. GEQTECHNICAL 2611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 PROJECT: 07-2295 BORING:. $T-5 GEOTECIINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLE D BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 5/31/07 SCALE: 1" = 4' Elev. .Depth Symbol Description of Materials BPF WL qp Remarks 4605.2 0.0 4604.2 1.0 OL I i ORGANIC CLAY with SAND, low plasticity, trace ~To soil roots dark brown moist rather soft ~ ~ 2/s 602.7 2. CL _ _ _ . ./ ~___-__7___i_____ _ LEAN CLAY with SAND, low plasticity, trace salts and pinholes, light olive brown, rather dry, rather stiff o/ i t - - to ve stiffff_ Alluvium --ry- ~----~-------------~ POORLY GRADED GRAVEL with SILT and = SAND, fine- to coarse-grained, trace Cobbles, gray, = = rather dry to waterbearing at 11.4', rather dense to (Alluvium) dense 44/50 . GP = s3 GM = 41 _ 37 591.7 13. _ _ - POORLY GRADED GRAVEL with CLAY and = SAND, fine- to coarse-grained, slightly plastic, dark = medium dense to very dense. brown waterbearing i 6 _ , , (Alluvium) _ 28 GP - GC = = -trace Cobbles below 24'. _ 50-6" 76.7 8. - - - _ - - CLAYEY SAND with GRAVEL, fine- to SC .. coarse-grained, low plasticity, tan and pink, di t i d T rti S be 69 74 7 men s) ar ng, very ense. ( e ary e water END OF BORING ater down 11.4' with 14' of hollow-stem auger* N r- 0 ~ ~ z° z z c~ 5 o 0 J W *. a 0 07-2295 i -~ page i or i LOG OF BORING Phone: 406.652.3930 Fax: 406.6523944 • • PROJECT: 07-2295 BORING: $T-6 GEOTECIINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 5/31/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL yp Remarks 4607.4 0.0 4606 4 1 0 OL ~ i I ORGANIC CLAY with SAND, low plasticity, trace . . roots dark brown i ft l mo s so . o soi '------'---~----~ ~-~------~ 1/6 LEAN CLAY with SAND, low plasticity, trace salts CL and pinholes, light brown, rather dry, rather stiff to 4604.4 3.0 stiff. Alluvium t 6 - POORLY GRADED GRAVEL with SILT and = SAND, fine- to coarse-grained, trace Cobbles, gray, = rather dry, very dense. (Alluvium) 86 GP = GM = = 54 4596.9 = s6 SILTY CLAYEY SAND with GRAVEL, slightly SC SM Plastic, grayish brown, moist, medium dense. 94.9 12. (Alluvium) SANDY LEAN CLAY, low plasticity, dark brown, - 9/6 ~~' 4593.4 14.0 CL wet, medium. (Alluvium) ________ ______ ___________ CLAYEY GRAVEL with SAND, fine- to coarse-grained, low plasticity, dark brown, 2s SL ~ waterbearing at 15', medium dense. (Alluvium) 17 . - _ _ POORLY GRADED GRAVEL with CLAY and - SAND, slightly plastic to low plasticity, dark brown, = waterbearing, dense to very dense. (Alluvium) - 44 GP = GC ~o 4580.4 27.0 = CLAYEY GRAVEL with SAND, low to medium plasticity, fine- to coarse-grained, tan, waterbearing, ~ very dense. (Tertiary Sediments) 4576.9 s6 END OF BORING Water down 15' with 14' of hollow-stem auger* . * u i-~~y~ ~~ GEUTECHNICAL , 2611 Gabel Road --,~~~ P. O. Box 80190 Billings, MT 59108-0190 ST-6 page 1 of 1 GEOTECHNICAL - 2611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 LOG OF BORING Phone: 406.652.3930 Fax: 406.652.3944 PROJECT: 07-2295 BORING: $T-7 GEOTEC>FINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 6/4/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 4609.5 0.0 I I ORGANIC CLAY with SAND, low to medium 4607.5 2.0 OL I I plasticity, some roots, dark brown and black, moist, medium to soft. (Topsoil) ~ 4607 0 2.5 CL trace roots, SANDY LEAN CLAY low plasticity tnz ,i . _ , , ~ `browner wet, soft_ Alluvium _ _ _ _ _ _ _ _ _ _ ~ POORLY GRADED GRAVEL with SILT and , - SAND, fine- to coarse-grained, trace Cobbles, gray to __ - dark gray, rather dry to moist, rather dense to dense. (A11UVlum) 93 GP = GM - 69 -trace Clay below 9'. __ 46 4597.5 12.0 - ________ CL __ ______ ___ ____ LEAN CLAY, medium plasticity, olive brown, wet to waterbearing at 13.8', medium. (Alluvium) ~i3 ,~, 4595.5 14.0 _ ____ ___ ~ - ______ ____ __ _ POORLY GRADED GRAVEL with CLAY and - = SAND, slightly plastic to low plasticity, dark brown, waterbearing, medium dense to very dense. > air _ (Alluvium) GP = GC = - 50-3", t 4587.0 22. - SILTY CLAYEY SAND with GRAVEL, fine- to coarse-grained, slightly plastic, brown, waterbearing, SC medium dense. (Alluvium) SM is 4583.5 26.0 POORLY GRADED GRAVEL with CLAY and = SAND, slightly plastic to low plasticity, dark brown, GP = waterbearing, dense. (Alluvium) GC = 4580.0 29. - low plasticity, tan, CLAYEY GRAVEL with SAND 90 4579.0 ~ , erti Sediments waterbearin v dense . END OF BORING Water down 13.8' with 14' of hollow-stem auger* *• 07-2295 ST-7 page i of 1 LOG OF BORING Phone: 406.652.3930 Fax: 406.652.3944 • • • PROJECT: 07-2295 BORING: $T-$ GEOTECHNICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 6/5/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 4610.6 0.0 OL ORGANIC CLAY with SAND, low plasticity, black, 1.0 ; , moist medium ~To soil MC = 19.2% . _ _ _ _ _ _ _ _ _ _ _ _ _ f 3/6 a+ 608.6 2.0 CL LEAN CLAY with SAND, low to medium plasticity, CL dark browntmois~rather stiff. (Allu_vium,_ _ _ ~ MC =12.6% 607.6 3.0 SANDY LEAN CLAY, low plasticity, trace salts and io LL=32 PL=23 PI=9 _ ~ pinholes, dark olive brown, rather dry, rather stiff. ~ , , - ~(`Alluv_ium~--------------------~ = POORLY GRADED GRAVEL with SILT and MC = 2 2% = SAND, fine- to coarse-grained, trace Cobbles light 57 . = , gray to dark gray, rather dry to moist, very dense. _ (Alluvium) GP - GM _ 56 MC = 5.9% MC = 2 6% 78 . 11.0 - - _ _ _ _ ____ ___ POORLY GRADED GRAVEL with CLAY and SAND, slightly plastic to low plasticity, dark brown, - moist to waterbearing at 13.8', very dense to dense. 77 MC = 6.1 _ (Alluvium) _ ~ = 62 MC = 9.7% MC = 7 2% = yo . GP -_ GC - 32 MC =10 7% 4580.1 - ~ . END OF BORING Water down 13.8' with 14' of hollow-stem auger* . * U /-ll`JJ ~~1-#. GEOTECHNICRL 2611 Gabel Road P. O. Box 80190 ~~'"~ Billings, MT 59108-0190 ST-8 page 1 of 1 LOG OF BORING Phone: 406.652.3930 F~v• Al1G ~C'~ '2UAd PROJECT: 07-2295 BORING: ST-9P GEOTEC)rINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 6/5/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL 9P Remarks 4609.9 0.0 OL ORGANIC CLAY with SAND, low to medium 4608.9 1.0 I I lasticit some roots black moist rather soft 2is 4608.4 1.5 CL , , . y, , p ~~To~so11Z - j -------------------. - I LEAN CLAY with SAND, low to medium plasticity, ~ CL (dark brownZmois~rather stiff._ Alluvium 13 4+ 4606.4 3. SANDY LEAN CLAY low plasticity trace roots and _ ~ , , (pinholes, light olive brown, rather dry, rather stiff. ~ I~Alluvium~ -------------------J - POORLY GRADED GRAVEL with SILT and s6 = SAND, fine- to coarse-grained, trace Cobbles, light = gray to dark gray, rather dry to moist, very dense to = dense. (Alluvium) so-s^ = so - 48 - -waterbearing at 13.8'. GP 6s GM = - so-z^, c i~ 4582.4 27. - _ _ _ POORLY GRADED GRAVEL with CLAY and GP SAND, fine- to coarse-grained, slightly plastic, dark 4580.5 29. ~ - brown, waterbearing, medium dense. (Alluvium) so-s^, c END OF BORING Water down 13.8' with 14' of hollow-stem auger in the ground. 30' deep piezometer installed in boring. . .~-.~1-rl~.~. GEOTECHNICAL : z611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 J U7-Ll95 sr-yr page t of t LOG OF BORING Phone: 406.652.3930 FaY• anF Fs~ ~oaa • a N PROJECT: 07-2295 BORING: $T-10P GEOTEC)FINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 5/31/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 4605.5 0.0 i ~ ORGANIC CLAY with SAND, medium plasticity, 4604.0 1. OL trace roots, dark brown and black, moist, medium. ~ MC = 20.4% 4603.0 2. CL To soil ~~? ~--------------------J LEAN CLAY with SAND, low plasticity, trace roots, MC =10 7% CL salts, and pinholes, light olive brown, rather dry, very ~ ioi2o . 4602.0 3. lstiff. Alluvium _ ________________~ l SANDY LEAN CLAY with GRAVEL, low plasticity, _ ~ trace roots, dark olive brown, rather dry, very stiff. ~ sas' MC = s 8% I~Alluv_ium~--------------------~ . _ POORLY GRADED GRAVEL with SILT and _ SAND, fine- to coarse-grained, pace Cobbles, gray to GP = dark brown, rather dry to waterbearing at 10.7', very GM = dense to dense. (Alluvium) sa6" MC = 3.7% MC = 3 1% = sa . 94.5 11.0 = ~ __ POORLY GRADED GRAVEL with CLAY and GP = SAND, fine- to coarse-grained, slightly plastic, dark GC = brown, waterbearing, dense. (Alluvium) 44 MC = 10.9% 4592.0 13. _ -------- ------------------ LEAN CLAY with GRAVEL, low plasticity, brown, waterbearing, very stiff. (Alluvium) 20 0 MC = 18.6% CL LL~S PL=18 PI=27 , , 4588.5 17.0 -------------------------- SILTY CLAYEY SAND with GRAVEL, fine- to coarse-grained, slightly plastic, brown, waterbearing, medium dense. (Alluvium) SC MC= 10 1% SM 23 . 4583.0 22. _ _ POORLY GRADED GRAVEL with CLAY and = SAND, fine- to coarse-grained, slightly plastic to low plasticity, dark gray, waterbearing, very dense. GP - (Alluvium) s2 MC = 12.7% ~ = 4578.0 27. - CLAYEY SAND with GRAVEL, fine- to coarse-grained, low plasticity, tan and pink, SC waterbeanrlg, dense. (Tertiary Sediments) MC = 13 4% 4575.0 39 . In the ground END OF BORING ' . 30' deep piezometer Water down 10.7 with 12' of hollow-stem au er* g installed in boring. v i-~~y~ GEOTECHMICAL z611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 ST-IOP page 1 of 1 LOG OF BORING Phone: 406.652.3930 cam... nnc a~~ Senn , PROJECT: 07-2295 BORING: $T-11 P GEOTECHNICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DATE: 6/1/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL qp Remarks 4607.5 0.0 OL ORGANIC CLAY with SAND, low to medium A second boring was 4606.5 1.0 i ' dark brown moist lasticit trace roots and Gravel 2~s performed 10' west of p , , , y, taather soft _LTo~soi~ I staked location due to ' _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ LEAN CLAY with SAND, low plasticity, trace roots auger refusal at 10 . CL and pinholes, light olive brown, rather dry, stiff. is (Alluvium) 4603.5 4.0 POORLY GRADED GRAVEL with SILT and = SAND, fine- to coarse-grained, trace Cobbles, light 62 gray to gray, rather dry to rather moist, very dense. _ (Alluvium) GP = so-6" GM so-t°, c 4596.5 11.0 - _ _ _ _ _ - POORLY GRADED GRAVEL withCLAY and _ SAND, fine- to coarse-grained, low plasticity, dark brown, waterbearing, dense to very dense. (Alluvium) 3s ~ 67 GP 0 GC 3 3d 1 4578.5 29.0 :.~; :: CLAYEY SAND with GRAVEL, low plasticity, fine- SC '~ dense waterbearin to coarse- rained tan and brown 39 4577 0 g, . g , , d *i h . i S di e groun . n t ert e ments i END OF BORING 30' deep piezometer Water down 13.1' with 14' of hollow-stem au er* installed in boring. GECITECHNICAL 2611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 07-2295 5'1'-11Y page 1 of i LOG OF BORING Phone: 406.652.3930 Fax: 406.652.3944 n U • a N H 0 m a Z Z Z c? • n. rn N 0 J lL Z a 0 PROJECT: 07-2295 BORING: $T-12P GEOTEC)FINICAL EVALUATION LOCATION: Wastewater Treatment Plant Expansion See attached sketch. Bozeman, Montana DRILLED BY: J. Falcon METHOD: 3 1/4" HSA, Automatic DA'I'S: 6/5/07 SCALE: 1" = 4' Elev. Depth Symbol Description of Materials BPF WL 9p Remarks 4609.6 0.0 ; ; ~ FILL: Organic Clay with Sand, low plasticity, trace ~ ~ Gravel, moist, rather soft to stiff. v~ 607.6 2.0 ~,,~,; ~ ~ ~ ;;;; ___ __ ___ _ _ __________ FILL: Organic Clay mixed with Lean Clay, low sno a+ ;;;',,; plasticity, trace Gravel, dark brown and olive brown, !' ! ;.,.; ,;,;; ; ; rather moist, medium dense to loose. , , ~,;,; ~~~ ~i~;; ;`;~i 13 602.1 . ,ii ~;;;; !~;;€ CLAYEY SAND with GRAVEL, low plasticity, olive silo 1 600.6 9.0 SC brown, moist, medium dense. (Alluvium) CL SANDY LEAN CLAP with GRAVEL, low plasticity, 10.0 olive browrl di All i Lwe~me um. ( uv_ um~ _ J 3i2 ~_ POORLY GRADED SAND, fine- to coarse-grained, SP brown, moist, very loose. (Alluvium) 597.6 12.0 _ _ _ __ _ ______ POORLY GRADED GRAVEL with SILT and 30 GP GM - SAND, slightly plastic, trace Cobbles, wet to 595.6 14.0 - waterbearing at 13.6', very dense. (Alluvium) ------ SZ - -------------------- POORLY GRADED GRAVEL with CLAY and - SAND, slightly plastic, trace Cobbles, waterbearing, 66 very dense. (Alluvium) GP = ~ _ -some Boulders below 19'. 50-6" 4586.1 23. _ END OF BORING -Auger Refusal Water down 13.6' with 14' of hollow-stem auger in the ground. 30' deep piezometer installed in boring. U l-LLY~ ~~~/.- GI`QTECHNICAC 2611 Gabel Road P. O. Box 80190 Billings, MT 59108-0190 ST-12P page 1 of 1 r~ ~~ • 8 C7 • Z Z- z; a' ~. ~ w o ° z c U x W Q c ca ~ 'o- z _N N I.f. ~ G O. ~p ~ ~ ~ LL ~ r O ~ a~N~ W Z ~ y ~~(` J W ti C '~ p 0 EQ N ~ oa:E J m0Z Q ~ ~ ~ V W 0.t~a 9 N O 8 a~ C 'o. N N ,~ 3 V C O O c a ti ti v m ~. m 0 .' m d L 0 5 a m c O °~ P d N 0 m , g S y d ~ ~~ '~:^' Sg ~ S ~ ~~. ',~, 4 N ~~' O ~5~~ m ~ ~ ~ M. m,. C 'Z: ~ ~G C' 9 Q. ~ c 41 ri. ~. u. ~~ o ~~ ,o': oo.~ °~ _3 pOOH~ ~ C O ca.o ? 43 ~, ~ ~ ~ c _ ~ > ~ ~ ~ C '~ m o. '`0 3 ~ co N ~ ~ a~ Z ~ m' .o ~ 01 .0. ~ `C~.~ G' ~ vin =_ C a'- ,W og L_O ~' a z s a '~ m a o C ~ ~ m y°'. ~."O. .o :m w ~ c ~..m H m 8 y g ~ z ~ ~ m Z o.~ m a W O ~ y ~.c~ ~: N m ~ :- L.~aZ G UU S3 ~: o. E O ; o' N _ m o N 9 • ~ ' L ~ ~ ~ o ~ m % 3 0 . . `..~ a: a a ~. o ~ ~ ~ ~ c _. .. A .P Na m _ C L°:~ m m a T ~ ~ E 7 b ~ gy~pp. fq l0 U O) p X:w tl! .. m G _~.: 'C C 0 N C m O L O N ~ ~ L y m `G .C .oc..$ c m '^C C o'~rn m .d ~ 0...0 Nqq L y' 3 ~ LL Y! fn m 'y U -lL Z' WAN ~ _- ~ 'y ~ N. I z v a .e a.8. 0 ' .g u7 - y' o ~ ~ a' E E o a ~ o ~ a ~~ ~: N O N :, G. O.~ N C ~. ad. q a.,~ ^ _ c. ~~ ~ O ~¢m w U m o y E ~ T•~ $ ~ c m ~. m a $"C:~ p > O N g C x Q X ~ O: O S m tY m: m, m ' .C b ~ o ' ~ ~, g~ or LL z C] • • i• • O O _ O N a o N d ~ Q ~ r N O ~ N ~ N N U N a ° a a ~- _ ~ O O L ~ r, ,' O ~ t4 N r- W ` ~ i=+ L ~, ~ a .~ ~ J ~ O 0 o ~n o ~n o ~'- ~ N (}~) y;da4 0 0 Q d N O ~ ~ o' O N ~ W ~ ~ p .-. ~ N d ~ ~ Q. L ~ a ~. Q Q v L = ~ W ~ ~ ~ R ~ o a o +~ ~ ~ J ~ '~ 0 o ~n o ~n (}}) y;daa 0 N C f0 a X W ~-. C N a c N ~ ~ N C O ~ N C 0 ~ ~ N (0 L > N ~ ~ ~ N ~ N ~ p r N O ~moo.- RS .o o a a L U ~ 3 ~ ~ ~ c ~ c O V N U C .E 'O O c ~ O ~ O O-t ~ U O' N 0 f0 U a' ~ 0 (0 U N ~ W ~ a N N '~ > Y ~ ~ ~ v O ai N ~ ~Q (6 Q N V ~~'o~ Q ~ ~ o~ ~ > ~, N o v c o s ~ ~ 'v ~ o m co ~ ~ p ~ ~ L N N U ~ O .r ONU C +O+ ~ fQ°j" (0 N fa ~ ~ 7 N N ~ N -p U N L N 3~ 7 O U ~ N cn~ N ~' N ~ W.c2 m O` rn N V 7 L Q N L 7 N N d a` '~ Rt W R d a+ J a W w ~ U Q Q i~ ~ i ,; ii; .~ ~ ' O ~ 0 O N O O O N In Q. r ~ L O N O N O i a O O O O ~ O ~ ~ ~ N N (~~) u~dad 0 0 N 0 0 ~ N N d te r . ~ 7 v w ~ N N ~ ~ ? O O ~~ N Q a ° a ~ ~ ~ . a d S O L ~ N W d ~ N O i ~ .y R' ~~ O r a L V L J N O 0 O ~ O ~ N N (~) y~dao c 0 .N c c6 Q X W .... C ca c cN C ~ ~' ~ O ~ N C ` O ~ N ~ N L ~ ~ N ~ N >fn ~ N U .~ m O O N U ~ N O f6 O ~o O a d t U c 3 ~ ~ ,~ c c O U O U O ±. N .~ '~ O O O ~ •- •~ 'a ~ Q .C U Q- 0 ~ ~ . .. (0 ~ (9 U O O N "~ W ~ Q N N . •~ > Y ~ ~ ~ ~ ~ U ~ ~ ~ Q N ~ ~ O N N Qa~ L _ ~ o ~ ~ ±_. N O U o L ~ ~ 0 ~ _ (~ ~ ~ O ~ ~ ~ N 7 0 ~ U ~ .. . 0 ~ ~ f6 N ~ (6 . y... 3 N O N t N~ ~ V N N O ~ ~ ~ ~ O U (n~ W.~~.v_i rn . • • • Bozeman Waste Water Reciamation Facility Water Level Monitoring. June 2007 to June 2008 • i aoie ~. individual Stat ic Waterlevel Measurem ents and Gorres ondin Groundwa ter Elevatio ns WeA IQ AT1 P1 P4 P9 P10 P11 P12 ,~ SWL `14.60 14.55 14':94 14.40 11.34 13.00 13:38 ~ 0 6~8~~ Groundwater Elevation 4595.78 4596.55 4592.30 4597.19 4595.56 4596.17 4598.21 ,~ SWL 14:95 15.07 14.34 11.48 1:2196 13.25 ~~ 61121~' Groundwater Elevation 4595.43 4592x17 4597:25 4595:42 4596.21 .4598.34 8W L 15.14 15.66 15.22 14,74 13:23 13:48 0~ 0~1~~~0 Groundwater Elevation 4595:24 4595.44 4592:02 4596.85 4595.94 4598.11 0~ SWL 16:16 14.48 -15.55 14.1.0 12.93 14.67 15,38 1t~~~~ GroundwakerElevati°n .4594.22 4596.62 4591.69 4597.49 4593:97 4594.50 '4596.21 0~ SWl 16:39 16.68 15:57 16,45 13:25 15.00 15:72 0 ,1~25~Z GroundwaterElevation 4593.99 4594.42 4591:67 4595.14 4593.65 4594.17 4595.87 O.~ SWL 16:72 16.91 15.70 .16.88 13.61 15.47 16.25 9}ZO g12 Groundwater Elevation 4593:66 4594.19 .4591.54 4594:71 4593.29 4593:70 4595:34 ~-~ SWL 16.64 16.81 15:66 16.87 13.56 15.43 46.20 t2o 14`9 Groundwater Elevation 4593.74 4594.29 4591':58 4594.72 4593.:34 4593.74 4595.39 401 ' SWL t6.59 16.79 '15.61. 16>68 13:45 15.34 16A5 1a~2g12 Groundwaler Elevation 4593.79 4594.31 4591:63 4594.91 4593.45 4593:83 4595.54 0~ SWL 16.57 16.71 15:58 16.ti2 '13.42 15:25 15.97 12~~~~2o Groundwater Elevation 4593.81 4594:39 4591:66 4594.97 4593:48 4593.92 4595.62 $ SWL 16:60 16.80 15.70 16.71 13.48 15.33 16.06 0 t) 2 ~1a1 Groundwater Elevation 4593.78 4594.30 4591:54 4594.88 4593.42 4593.84 4595.53 8 'SWL 16.88 16.91 15:74 16.84 13.58 15.44 16:22 ~6120o Groundwater Elevation 4593.50 4594.19 4591.50 4594.75 4593.32 4593:73 . 4595.37 UB SWL ..16.10 16.49 . 15.50 16.13 12:81 14:74 15.49 ~Z~ 31'~ Groundwater Elevation 4594.28 4594.61 4591.74 4595.46 4593:99 4594,43 4596.18 tJ8 SWL 16.09 16.38 '15.40 16.05 12.89 14.66 15.29 120 A11~ Groundwater Elevaton 4594.29 4594.72 4591.84 4595.54 4594.01 4594.51 4596.30 ~$ SWL 15.58 16.11 95.26 15.51 12:28 14.02 14:64 t~~ yti1~ Groundwater Elevation 4594.80 4594.99 4591.98 4596.08 4594.62 4595.15 .4596.95 ~$ SWL 14:45 15:12 .. 14:91 13•95 10.80 12.33 12.69 ~2~ ~4~~ Groundwater,EleYation 4595.93 4595.98 4592.33 4597.64 4596.10 4596.84 4598:90 Table 2. Surveyed Weli Elevations Used to Calculate tha Ground watwr i=lwvatinn RennrSpri in Tah~p ~ • WeltiD AT1 P1 P4 P9 P10 P11 P12 Well. Head Elevation OC 4610.38 461'1.10 4607:24 4611.59 .4606:94 4609.17 4611:59 Ground Elevation 4608:02 4609.24 4605.41 4609.88 4605:49 4602.51 4609:58 Casio Sticku 2:36 1.86 -1.83 1.71 1.41 1.66 2.01 • SECTION 00301 BID FORM PROJECT IDENTIFICATION: BOZEMAN, MONTANA WATER RECLAMATION FACILITY (WRF) PHASE 1 IMPROVEMENTS PROJECT BOZEMAN, MONTANA CONTRACT IDENTIFICATION AND NUMBER: City of Bozeman Project No.: 00...60746 THIS BID IS SUBMITTED TO: HONORABLE MAYOR AND CITY COMMISSION ATTN: CITY CLERK CITY OF BOZEMAN, MONTANA 411 E.MAIN ST. BOZEMAN, MONTANA 59715 ARTICLE 1 -CONTRACT 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. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. ARTICLE 2 -BID TO REMAIN OPEN 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for ninety (90) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. ARTICLE 3 -SUBMITTING THE BID 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: Addendum No. Addendum Date ~' 9-r~-o .3 - - B C. Bidder has visited the .Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. 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. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 1 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), if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions 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 to be employed by Bidder, or 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 work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 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. 3.02 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 individual, firm, or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 3.03 The Bidder certifies that no official of the OWNER, ENGINEER or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder. ARTICLE 4 -BID ITEM DESCRIPTION A. "This section, in general, describes the bid items included in the BID PROPOSAL. The description of Bid Items is provided for clarity purposes only.- It is not intended to replace, supersede or preclude any information in the plans and specifications. Unless specified otherwise, all lump sum and unit price bid items will be paid as a percentage of actual work complete. Percent complete will be based on the schedule of values submitted by the Contractor and approved by the engineer. The schedule of values will break down the lump sum and unit price bid items into discrete work activities beyond the breakdown shown on the Bid Form. The schedule of values must be submitted and approved by the Engineer before the Contractor can request a payment for work under this Contract. Descriptions of the project Bid Items are provided below: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 2 BID ITEM NO. 1: BASE CONSTRUCTION. This lump sum Bid Item includes all other work not specifically designated in all other Bid Items. Provide all labor, equipment, materials and services to construct and commence operation of the Bozeman i WRF Phase 1 Improvements. The Bid Item includes work shown and/or specified for the new Headworks, new Fermenter, Thickener and Fermenter/Thickener Control Building, new Primary Effluent Pumping Station, Blower Building and RAS Station No. 1 improvements, Bioreactor No. 1 modifications, new Bioreactors No. 2 and No. 3, new Secondary Clarifier Split Structure, DAFT Building modifications, new RAS/WAS Station No. 2, new Secondary Clarifiers No. 5 and No. 6, new Secondary Scum Pump Station, Digester Control Building No. 4 modifications, yard piping including Utilidor, site work and associated coatings, electrical, instrumentation, equipment, civil related work, mechanical related work and all state and local taxes and permits, complete. Excludes secondary clarifier launder covers associated with Bid Item No. 5, standby engine generator associated with Bid Item No. 10, fuel storage tanks associated with Bid Item No. 6, and asphalt concrete pavement associated with Bid Item No. 9. BID ITEM NO. 2: DIGESTER NO. 3 AND DIGESTER CONTROL BUILDING NO 2. This lump sum Bid Item includes construction of the new Digester No. 3 and Digester Control Building No. 2, including all facilities and equipment shown on Drawing Services 1100 associated with the digester control and biosolids dewatering. The Bid Item includes, but is not limited to, the digester and digester heating and mixing systems, digester gas handling systems, digester control building and biosolids thickening and dewatering systems, chemical feed systems, biosolids loadout facilities, associated piping, mechanical, electrical, instrumentation and coatings as described in the Contract Documents and all state and local taxes and permits, complete. Excludes systems within the Digester Control Building No. 2 that are associated with Bid Item No. 3. BID ITEM NO. 3: HIGH STRENGTH WATER AND GREASE RECEIVING SYSTEMS. This lump sum Bid Item includes the supply and installation of the High • Strength Waste and Grease Receiving Systems to be installed in Digester Control Building No. 2 Pump Level. This Bid Item includes High Strength Waste Tank 1100-T- 02 (and its associated grinding, pumping, and piping systems) and Grease Receiving Tank 1100-T-O1 (and its associated grinding, pumping and piping systems). This Bid Item also includes associated mechanical, electrical, instrumentation and coatings as defined on Drawing 1500Y-44 and the Contract Documents and all state and local taxes and permits, complete. BID ITEM NO. 4: SOLIDS HANDLING (STORAGE) BUILDING. This lump sum. Bid Item includes the design, supply and installation of the engineered metal building and associated concrete foundation, concrete floor, mechanical, electrical, instrumentation, HVAC and plumbing systems for dewatered solids storage. This -Bid Item includes all associated facilities defined in Specification Section 13121 -Engineered Building Systems and Drawings 1200A-O1, 12005-O1, 1200S-02, and 12005-03. This Bid Item also includes associated state and local taxes and permits, complete. SID ITEM NO. 5: SECONDARY CLARIFIER LAUNDER COVERS. This lump sum Bid Item includes all labor, equipment, materials, and services, including state and local taxes and permits, to perform the work specified in Section 13235 -Clarifier Launder Covers, complete. BID ITEM NO. 6: FUEL STORAGE TANKS. This lump sum Bid Item includes all labor, equipment, materials and services, including state and local taxes and permits, to supply and install replacement fuel storage tanks specified in Section 03480 - Miscellaneous Concrete Specialties, complete. . BID ITEM NO. 7: UV DISINFECTION SYSTEM. This lump sum Bid Item includes the supply and installation of the UV Disinfection and Greenhouse systems, and associated concrete foundation, concrete slabs, mechanical, electrical, instrumentation and HVAC, and plumbing systems for the disinfection facilities. This Bid Item includes 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 3 all associated facilities defined in Section 11377 - UV Light Disinfection Equipment and Section 13120 -Greenhouse. This Bid Item also includes facilities defined in the 900 Series Drawings and associated state and local taxes and permits, complete. BID ITEM NO. 8: ADMINISTRATION AND LABORATORY BUILDING. This lump sum Bid Item includes all labor, materials, equipment and services, including state and local taxes and permits, to perform the work shown on the Series 1300 Drawings and associated specifications, complete. This Bid Item also includes all equipment and supplies specified in the Division 12 specifications. BID ITEM NO. 9: ASPHALT CONCRETE PAVEMENT. This unit price Bid Item includes all labor, materials, equipment and services, including state and local taxes and permits, to provide the asphalt concrete pavement for the site, complete. T'he Owner reserves the right to adjust the quantity of asphalt concrete pavement included in the project by as much as 50 percent +/- with no adjustment in the unit price proposed, based upon the funding available. This unit price Bid Item includes the asphalt concrete materials and placement only. Subgrade preparation and base course shall be included in Bid Item No. L BID ITEM NO. 10: STANDBY GENERATOR SYSTEM. This lump sum Bid Item includes all labor, equipment, materials and service, including state and local taxes and permits, to supply and install the standby engine generator specified in Section 16230 - Engine Generators: Diesel and shown on Drawings 1400E-06 and 1400E-07, complete. BID ITEM NO. 11: MISCELLANEOUS WORK. The Miscellaneous Work item has Been provided in the proposal for any work and/or materials which may be encountered during construction, but which is not addressed elsewhere in the contract.. Miscellaneous Work will be measured by the respective unit for material and/or work performed as directed in writing by the Engineer. Payment for Miscellaneous Work will be at agreed- upon prices or on force account basis. The number of units in dollars set down in the contract is an estimated amount only, which may be adjusted up or down by the Engineer in accordance with the needs of the project. • B. CONTRACTOR TAKE NOTE: Please pay particulaz attention to the description of the basis for awarding the Contract. It is the intent of the Owner to award a Contract to the lowest responsive, responsible bidder on the basis of the combined total of Bid Items No. 1, No. 2, No. 3, No. 4, No. 5, No. 6, No. 7, No. 8, No. 9, No. 10 and No. 11. Bidders must include lump sum and unit price bid prices as appropriate for all Bid Items No. 1 through No. 10. Bids received that do not include pricing for all Bid Items will be considered non-responsive. The purpose and intent of using such a basis of award is to allow the Owner to construct the greatest possible number of Bid Items, based upon the responsible bids received and the funding available. The Owner reserves the right to authorize construction of any combination of, or all of, the bid items defined at the bid amounts presented in the Contractor's Bid Proposal. C. All specific cash allowances are included in the Total Bid Item prices set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. D. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Totai Estimated Price and Total Amount of Unit Prices Bid as listed 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. E. The OWNER reserves the right to reject any or all bids. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 4 • • CITY OF BOZEMAN WRF PHASE 1 IMPROVEMENTS BID PROPOSAL SHEET The Bid for the following items shall be a lump sum bid for all construction work described in the Contract Documents. The bid price shall include all temporary or permanent equipment, materials, supplies, and labor necessary to construct the item in accordance with the Contract Documents. The total lump sum price shall be broken down into the following items for the purpose of progress payments and for the information of the OWNER. 1. BID SCHEDULES: All specific cash allowances aze included in the prices set forth below and have been computed in accordance with the General Conditions. Bid Item No. Description Total Amount I Base Construction $ ~J ~ , ~ CaD 1 D DO - DO Montana Gross Receipts Tax @ 1% $ 3 ~ J ~ D 00 . DD TOTAL BID ITEM No. 1 $ 7j t.~. ~ !.~ L~. ~ ~ OQ~ •D Bid Item No. Description Total Amount 2 Digester No. 3 and Digester Control Building No. 2 $ ~ i~~~ ~ 7 35 , pp Montana Gross Receipts Tax @ 1% $ ~~ ~~ b'1 , b0 TOTAL BID ITEM No. 2 $ ~ Q ~ DGj (.v , 7 O,Z. Bid Item No. Description ' Total Amount 3 High Strength Waste and Grease Receiving Stations $ 3~ Z ~OS . Do Montana Gross Receipts Tax @ 1% $ J7 ~ ~'~'Z7 , OCR TOTAL BID ITEM No. 3 $ 31-{ (p , l 3 2 .OD Bid Item No. Description Total Amount 4 Solids Handling (Storage) Building $ ~ 1 ~~j ~ ~ Z ~ O . DO Montana Gross Receipts Tax @ 1% $ ~ ~ ~ 5 ~ Z . DO :TOTAL BID ITEM No. 4 $ ~ ~ ~ Jo~J ~ ']ZZ • ~ 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 5 Bid Item No. Description Total Amount 5 Secondary Clarifier Launder Covers $ (I 3 , 00lb . Db .Montana Gross Receipts Tax @ 1% $ (, ~ 3 D , bU TOTAL BID ITEM No. 5 $ ~ (c.}- 13 O - ~ Bid Item No. Description Total Amount 6 Fuel Storage Tanks $ ~ o~ (p b p , (~ jj Montana Gross Receipts Tax @ 1 % $ ~ a (o , bD TOTAL BID ITEM No. 6 $ a a ` ~ a ~ , dD Bid Item No. Description Total Amount 7 UV Disinfection System $ ( l~Q i DOD - ~ , Montana Gross Receipts Tax @ 1% (( ~ ~D . OD $ ~ TOTAL BID ITEM No. 7 $ ( Z D I , ~DD,Op Bid Item No. Description Total Amount g Administration and Laboratory Building $ '!j ~ (L.~ ~j ~ (o~jp , pp Montana Gross Receipts Tax @ 1 % $ ~ I ~ y 5'1. bb TOTAL BID ITEM No. 8 $ ?J ~ i'17 (0?, pb Bid Item No. Description Total Amount 9 Asphalt Concrete Pavement $ Item No. Description Units Quantity Unit -Cost otal T 9.1 Mobilization LS 1 $ 1~-{ ,37~j .!~ $ 2 / I ~ `"1' ~ 7 ~ ~7 . b0 9.2 Asphalt Concrete SY ~ 19,717 $ ~2 . Sp $ Z ~~ ~ ~ ZU 9.3 Permits LS 1 $ - $ ' Montana Gross Receipts Tax @ 1% $ Z ~P3~ , ~ i TOTAL BID ITEM No. 9 $ ~ (p(D ~ ~j3. pD • • • ' 00...60'146 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 6 • Bid Item No. Description Total Amount 10 Standby Generator System ~l $ ~2~ , b ~ ~ •~ Montana Gross Receipts Tax @ 1% $ L.4 2 ~j ~ . DO TOTAL BID ITEM No. 10 $ ~ 3 O U'T''~ • ~ Bid Item No. Description Total Amount 11 Miscellaneous Work $99,000.00 Montana Gross Receipts Tax @ 1% $1,000.00 TOTAL BID ITEM No. 11 $100,000.00 2. BID PROPOSAL SUMMARY (Summary of Bid Items): • Bid Item Description Total Bid Item Price No. se Fi ores $ 3t•~ ~ ~ ~~ t (7 D 0 . ~ 1 Base Construction (Use Figures) 2 Digester No.3 and Digester Control Building No. 2 $ ~~ ~ ~~ ~loa • ~~ - (Use Figures) 3 High Strength Waste and Grease Receiving Systems $ 3 y ~ , 13 Z • 0 ~ (Use Figures) 4 Solids Handling (Storage) Building $ ~ r g~ , 7 Zz • Da (Use Figures) 5 Secondary Clarifier Launder Covers $ ~ ~ L~,~ 13 O • DC7 (Use Figures) 6 Fuel Storage Tanks $ o~ a , ~ a LP • D D (Use Figures) 7 UV Disinfection System $ ~ ~ 20 (, q D 0 • Da (Use Figures) 8 Administration and Laboratory Building $ 3 ~ ~ `77T.n? • ~~ (Use Figures) $ °~ ~~' ~ ~~ ' ~ 9 Asphalt Concrete Pavement igures) (Use F S G ~ S 3fl ! ~ 7~' ' $ '" 10 ystem enerator Standby ! (Use Figures) 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 7 11 Miscellaneous Work $100,000.00 Total Contract Bid Price, including Montana Gross Receipts Tax and other $ SZ. , Duo ~v ~ D Z~o . av state and local taxes (Items No. 1 through No. 11) (Use Figures) and other state and local taxes (Bid Items No. 1 Tax ice, including Montana Gross Receipts Pr Total Contract Bid -- ~~ rr __l f -~U VtM~ ~ ~t~ ~i ~~TU _ S i ~ `1'h~ 5 ~ ~ 5 t k 11)1'-"~--i'~ through No . , (Use Wo ds) CONTRACTOR'S EQUIPMENT SUPPLIERS LISTING: The following named equipment will be supplied or manufactured by the following manufacturers or suppliers if the Bidder is awarded the Contract. Bidder note that suppliers listed for the equipment shall be from the list provided in Section 01062 -Major Equipment Suppliers. EQUIPMENT -SPECIFICATION SECTION AND LISTED SUPPLIER/MANUFACTURERS DESCRIPTION Section 11072 -Pumping Equipment: ~~,Q,~~ l sS Vertical Turbine Lineshaft i Section 11073 -Pumping Equipment: ~ ~ I b Propeller (Recirculation) - Section 11081 -Aeration Equipment n ~G High Speed Turbine Aeration Blower V`- .J Section 11092 -Grit Classification and Washing I ~. ~ ~ ~~ ' Equipment 1 ' Section 11094 -Grit Removal Equipment: ~ ~~ I/ ~ r I J "~ Forced Vortex Type V ~ Section 11335 -Perforated Plate Screens ' f Section 11342 -Screenings Washer/Compactor ~ Section 11365 -Screw Press System ~ K ~ CD . L~~ . Section 11374 -Digester Mixers P ~,~ ~ AG12I. (~'~-1- 1 `, ° ,~ ~ M~ s Section 11377 - UV Light Disinfection Equipment 'M ~-~ • ~~ J Section 11948 -Aeration Basin Mixers , ~ '^ l_.Lrl~1~ l ~ 1 a-~ • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 8 SEP-30-08 TUE 07 06 PM FAX N0, P, O1 • ~ 35pU Soufh Main atreet, Suite 20D Salt Lake City, Ufah 84115 TEL ($D1) 268-879D ~A~C (801) 2688792 yyww.goblesamplan, com -~.uM.. ~'~l~~~~~C~N CC~V~E6~ LE~'TER 'T'o: Barry Curtis Date: 9/3012i)08 Campa~y: Williams Brothers Construction fax; 0106} 218-6695 Pages: Total 10 ~~ak~ject~ Bozeman MT FlldAL ~~flP~ -lf you arA naf receivin_q properly or da not receive a!! pages, please corrtacf our once as soon as possible ,~.. Barry, John, Attached is our final scope letter. f was not able to send you an email but will happily send you ail of the detailed scopes in the morning if you will reconfirm your email. I have been firying to send the sc©pe to wbebil a.mon.net (dote, aU manufacturer's listed in bold are named in the specification and we are in compliance with the specification. in ~dditian to our scope letter I have attached our wire tc air guaranteed numbers far the pleuras Turbo Stowers, section 11081: I will look forward to talking with you in the morning. }incerely, GCyBL~ SAfaiPSO~ ~-S~+~CIATE~ ~~ r flab Young rYcs u~g@9®b0esampsart. cam • SEP-30-08 TUE 07.06 PM FAX N0, P. 02 ~~P41, Y W?I // C ~ ~((~ r,~ ' i,~: 1»r t Y n .Septe•.mber 90, 2406 To: All Lidding Contr~c~wrs CJCi Mr. Rob Young Goble 8atrtpson Associates• _ Rlr: Nouros NX 7urbc+ Blower Bozeman Wf;~ lrnprovernent ~fds Ock.1, 2008 ' Our Refierence: Number: AF~~N-F~UVFtf"U-03-008 Gentlemen, Neuron PJX300 Tur`5o 8fcrwer Guaranteed Polder. ! Elozemxry . ~uar~nteed Wire Power SpFrcificatac+n R+~quir~menls Capeciry Qlzerating N?;'DO 'Total Flow F'lowl Blower Prersare sfa . Inlet Temp RH Wire Power Per Blower 1Nire Power ALL Biowors peaign Polnt oi~ (t3iowers~ $CFfJI SCFM t3arom©tric Outlot °l= '6, ZKW) {FEW) 1 100°,~u 3 11oD0 3833 12.55 22.55 115 36 187 5G3 2 fiD% 3 9700 30G7 12.55 22.65 !36 70 142 42G 3 6D°~'p 2 5570 ?760 12..ri5 72.55 66 7U 1~~ zd4 4 60% 1 "1~:,0 M150 12.55 23.55 2.0 60 92 92 Very truly yours, ~` ~~ Omar Nammoud President • ,7 ---- IaPG=tdeuros tnc, _ ___ 2'50 Cie Gaulle, Lorr~~in:~., C:~t,4ber, JE?z 4F3, Ganada, TcL ~~1 (51~j 2.~9-272a wv~w.f~,FCrneuros.cam • n ~J No~8872 P• 1!2 FALCON ENVlRt~NMENTAL CtJRP. TO: A!i Bidding Contractors -Bozeman, MT WRF Phase 1 Improvements -- Bidding 1019108 FROM: Randy Schmitt DATE: September 30, 2008 SUBJECT: Modified ABS Guaranteed Power Letter AT LONGMONT P.O. BOX 469 • NIWOT, CO 80544-0469 FAX (303) 652-3460 • TELEPHONE (303) 499-7131 FACSIMILE TRANSMISSION NUMBER OF PAGES INCLUDING COVER SHEET: 2 All Bidding Contractors, Attached is a modified guaranteed wire-to-air KW document on ABS letterhead. Regards, Randy Schmitt Cell: (303) 618-1Q63 randy("1y.fecal.us • ,, ,, ,v,OIIf1M September 29 2008 Randy Schmitt Falcon Environmental Co-Paratian at Longmont P•4. Box 469 Niwot, Cp 80544-0469 Phone: 303-4gg-7131 Fax: 303.652-3460 g0zeman WRF phase 1 Improvements Project City of Bozeman, MT Re: Bozeman WRF Phase 1 !m rove Section 11Q$1 _ HIGH SPEED TURBO AE~Tlroject, Ci Guaranteed V~re power ON BLOWE~Bozeman, MT No.8872 p, 2/2 This letter is concerning the "Guaranteed U~re P The guaranteed wire-to-air " oWe~' as s specified operatin (wire°) 1CIN far the blower pacified in Section 11081 P g points is shown below. units quoted, SP6000-1_ ara 1.4. H-5, at aIt Design Cap.. Number Point ~o ~ Tots! Flow/ Blowers Flow, Blower, SGJ=M SGFM 2 3 PreS, Pres, Psla Psis 12.5.5 ~~ ~~- ~, • vv 2,150 12.55 ~~..,~ If 1 can be of an 22.ss Y additional assistance please let me know, Sincerely, Jahn A. Paiva Application Engineer truer Rel Temp, Hum, degF 115 36 85 70 65 70 zo so Corporate Ofnce: ABS USA taa Pend V Menden, CT ~5m06 Ragione! pffioes end Divieione: SOVthe~ Rcgian Dewamrin 111 Agaritirtx, D Di Tel; (203) 238-2700 Fax:{203) 238.0738 rive Sanford, FL 32771 Tel: (d07) 330-34 $$ g vision 3449 N. Palmer Sttset Milwaukee, WI 532 ~~ Region 11335 Sunt79e Rack ABS is a to • Fax:(407) 330-g4pq 12 TN: (414) 9&4-340D Fax:(474j ygq pr, Rancho Cwdove, Cq 85742 Tat: (918) 948 7 m peny rn t he [~gRpa Group -0a~ , 075 Fax:(918) 9a9-1359 si A85 Canada 1401 Meyersida Drive,tJnttil2 Miggiy~y~, drttario L5T 1Gg Tal: (905) 670-4677 Fax:(905j 870.3709 www,abs rou .tarn vvnC Wi('e- Power Per PppYer Blower, Ail Blowers , KV1/ 122' • n f~J • BASIS OF AWARD The award will be made by the Owner on the basis of that Bid from the lowest responsive, responsible Bidder which, in the Owner's sole and absolute judgment, will best serve the interest of the Owner. The low Bidder will be determined on the basis of the lowest combined Total Bid Item Bid Prices of Bid Items No. 1, No. 2, No. 3, No. 4, No. 5, No. 6, No. 7, No. 8, No. 9, and No. 10. ARTICLE 5 -CONTRACT TIME 5.01 The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated time. 5.02 Bidder agrees that the work will be substantially completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Constructions Agreement. ARTICLE 6 -LIQUIDATED DAMAGES 6.01 In the event the Bidder is awarded the Contract and shall fail to meet the Substantial and Final Completion time limits provided by the Contract Documents, liquidated damages shall be paid to the OWNER by the Bidder at the rate per calendar day stated in the Agreement plus engineering costs for all work awarded until all work shall be determined to-meet the Substantial and Final Completion requirements of the Contract Documents. 6.02 The Bidder agrees to pay these liquidated damages for failure to complete the work within the specified contract time both for compensation to the OWNER for non-use of the completed work and for compensation to the OWNER for expenses incurred by the OWNER for unscheduled employment of the Engineer and/or Resident Observer during the contract time overrun. 6.03 The Bidder further agrees to pay liquidated damages for the unscheduled employment of the Engineer, Resident Observer and supporting staff necessitated by the Bidder furnishing materials or equipment not in conformance with the Contract Documents resulting in any redesign work by the Engineer; or any reestablishment of survey lines or benchmarks destroyed by the Bidder's actions; or additional work required by the failure of the Contractor to maintain adequate record documents. 6.04 Construction observation time will be accrued at straight time up to 40 hours per week and 1.5 times over 40 hours per week or legal holidays. The Contractor shall provide a construction schedule per Section 01300, SUBMITTALS. If the Contractor intends to work double shifts, then two construction observers may be required. if two construction observers are on the job, then observation time will be accrued at straight time up to 40 hours per week per observer. 6.05 Liquidated damages for the unscheduled employment of the Engineer, Resident Observer, and supporting staff shall be determined based on the following hourly rates: Strai h~; 't Time Overtime Engineer $122.85/Hour $150.00/Hour Resident Observer $85.00/Hour $127.50/hour Surveyor $122.85/Hour $122.85/Hour Technician $ 88.00/Hour $132.00/Hour Clerical $50.00/Hour $75.00/Hour 6.06 Out of pocket expenses for materials, equipment, supplies, transportation and subsistence for each construction inspector shall be billed at cost plus 10 percent. 6.07 Liquidated damages shall be deducted from monthly progress payments and the final payment as the damages are incurred. ARTICLE 7 -BID DOCUMENTS 00:..60746 Bozeman WRF Phase 1 Improvements Project 71 1 712 0 0 8 00301 - 9 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the amount of 10% of the maximum Sid price including alternates, if any, and in the form of a Bid Bond Section 00410, or other form of Bid Security as identified in the Instructions to Bidders. B. Surety. If the Bidder is awarded a construction Contract on this Bid Form, the Surety who provides the Performance Bond and Payment Bond will be: ~~}t J~/'~~ x'(,~~ ~[~[-~ILy -FA ~i~f11/~LE~2S whose address is /d0 ~x ~rrv~s ~'l' ~f~us ~T S~~y~3 Street City State Zip C. Non-Collusion Affidavit. D. Certification of Nonsegregated Facilities. E. Information Required of Bidders (tabulation of Subcontractors, Suppliers and other persons and organizations required to be identified in this Bid). ARTICLE 8 - MEANWG OF TERMS • 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 -BID REJECTION 9.01 The OWNER reserves the right to reject any or all bids. ARTICLE 10 -BID SUBMISSION SUBMITTED on ~O ~ / 2008 Montana Contractor Registration No. ~~~ d If Bidder is: A Cornoration Corporation Name: (SEAL) State of Incorporation: .Type (General Business, Professional, Service, Limited Liability): . By. (Signature -attach evidence of authority to sign if not a Corporate oj~cer) Name (typed or printed): Title: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 10 ~~+_T-471-~r~~=~_~ r,^ • _ _ rAI I LL 1 r~l•1= i;Ni ~THE~~ r_i=iraST. 15~9~~~g1~G P. ez Z • Jahn Williams b~13 ~1V. ;ardent Springs P.oad Spokane, Washington 99224 '1.4 Term cif tt~e Limited Liaibility Corr~z~a~ .The term of this Limited Liabifity Company shall commence on the date of the fiiir~c~ of the Certificate of Formation, and its existence shall be perpetual, unless sooner dissolved as provided in Section 7,1. 1.5 Purpose. l`he business of tf,is Limiteu Liability Company shall be to own, operate, and manage the Assets, to I~e!-i'arm general construction contracting services to the public, and to ongage in any lawful activity ar business. ~ ,~ i~ana~~erraes~t irc fyiaraa~er. The management of this limited liability company shall be vested in a Manager ("iV1artager'"). The Manager shall be vested with power to manage ail business and affasrs of fihis limited liability company. The initial Manager shall be the following individual: John Williams ~ ~~ The initial Manager sha11 serve until his de th, disability o.r resignation. 1=allowing t! ~e death, disabiisty° or s•esignation of the initi Manager, the then remaining Members, as holders of the remaining Units shall, lay a majority vote, elect from time to time a new Manager or Co-managers. ' The (Manager ar cry-Managers shall be entitled to a fee commensurate with the services provided. 1.~ ~tatutor,~ ~~art~~iia~~e. The Limited Liabiiit'y Company shall exist under grad be governed by, and this Agreemen~. shall be construed iri accordance with, .the appli+/able taws of the State +of Washingtan. The MerribPrs s~-all make all filings and disclasures required by, and shall otherwise comply with, all such laws. The Members shall execute and file in th~~ appropriate records any assumed or fictitious name certifcate or cerEif'icates required by law to be Tiiea in connection with the formation of this Limited Liabifity Company and sf~aff exec~.rte and file sr.rch other documents and instruments as may be necessary or appropriate with respect to the formation and conduct of business by this Limited Liability f:;ara~par'7~j. 1,15 advice of ~..~urasef, ,An;~ actditiUnai iUiember or Members to this Limited Liability Company .~gr~;er•nr.nt understartri that this Agreement contains legally binding . pravisions and has had an appa~~ut~iiy to consult ~~vith independent counsel and has either consulted with suci~ cc:unsei or has wdiv~d their right to counsel. The interes4~s of the Limited Liability Cc~:~;pany a^d John ~a~liiliams ha~~e heYn r,~pr•esentQd by C7aniei R. DeRuyter of thn i~aw 9ia raZ of i~ar.rgias Pden, iahiiiips & beRuyter, 9.5., 422 W. Riverside, Suite 909, Spc~itar~e, '~r~lasi~inc-lton 9~~101 with regard to the preparation of this Limited Liability Company Agreement. Qanit^3! B. C~eRuyter has not represented any further interests, of .any !cinu nr ; «uu;-~, ~~viti g ,~:sp~.~~.i to f,Eie preparatir~n f~imited Liability Company Agreement, :..r t;-~e i:u':'~~aLic~r+ ar thi, ± `sm~t~~~r CiaE~iiiiy Cc~mparn~. AOIiO;iAel~?~CIJC1 OC:T-t~1-?t=~%t_; ~tT• :._~ I,,I I LL I i~h~l~.~ BROTHER ~:_~il JrT (t 1~p'~~~g149 P. [~1 A ~ ~) LttUttTEf~ LtA03tLtTY COMPANY p,+C;~~EMEN7 QF WtLLtAMS~ ~3f~C~THER C~NSTRUCTICIN, LLC THfS LIMBTcI~ LfAE~tLtT~' CC~MPA.9~Y A~Rf=I:MENT of WtlLLIAMS $~ClTMER Cpl~1STl2UCTtON, l~L~ {'°Agreement"), is entered into this 23rd day of June, 2003 ("Formation Date) and made effective Jufy 9 , 2OC~3, by and between this limited liability company and the following Members: Jt~MN WtLLl.~MS and ELLEN WtLLIJ~IMS, husband and wife, Jt.JLIA A. WILL.tAMS and SC3P!HiA A. WILLlAMS, dealing in their sole and separate property {referred to herein collectively as "Members"}. 1~l~GITAL~: Wt-~tEREAS, thi~ Nlernbers own ,and desire to contribute to Phis limited liability company cash, property and equipment, as mare fully described in the Exhibit "A" .attached hereto (the "Assets"}; and WHE~iEAS, to better administer and govern the Assets, the Members desire to contribute the Assets to this Limited Liability Company and to delegate the management and development t+~ a Manager; and WHEf~EAS, the Members desire to form a limited liability carnpany ("LLC" or "Limiter{ Liab'silty Gornpany") under the provisions of Title 25.15 RCW (,'Act"); and wire that this A regiment be the Limited Liability WHEREAS, the Members d J Company Agreement under the provisions of the Act upon the filing of the CErti~cate of Formation. Nd~W, T}-lEftl~~~l~E, in consideration of the. mutual covenants and agreements contained herein, the receipt of which is hereby acltnawiedged, it is agreed as follows: SECT[C~N 1. - ~t~t'2MATl~N`NAME PUF~Pt~SE LOCATI(]N AND 1"ERM ~.'t Forrrtiati~r,. The Nlembers hereby form a limited liability company pursuant to the provisions of the Act, effective upon the date the Certificate of f=ormation, a copy of which is attached heretra a5 i=:hibit "C3", is flied in the office of the Washington Secretary of Sfiate. 1,2 tVa,me, The name of this entity, pursuant tp which it shall conduct all business, shall be "WILLIA.MS 13RC7Tf-if~R CC~i~lSTRUCT1Di~1, LL C". . 't.3 ~ta4e of Euss~e~~; Re' istere~i ,~ e~i" and C3ifice. The principal place of business cif this Lirritec; Liability ~ornpany shall be IocGted at 5793 W. Garden Springs Road, Spokane, 'Niashingtor~, c.~r at surf ~ other piare within or without the State of Washington as may be determined hY the Manager. The registered agent and office shall be a5 '~©llOWS: AOuO~~aar~bci Attest: (Corporate Seal) (Signature of Secretary) Business address: Phone No.: FAX No.: Date of Qualification to do business in Montana is An Individual Name (typed or printed): _ By: Doing business as: Business address: Phone No.: A Partnership ~- ~, ~~ Name (typed or printed): _ FAX No.: ~d Il! By: ~,.~ GEiV~ 6 (SEAL) (Indfvidual's signature) Name (typed or prmted): Jd ~~ -~• ~~ ~,A~s Business address: / D 3 ~ GC~I S~ ~ w~rv~s /~1 T ~9/~l Phone No.: yts~ 2~~~ q 3 qS FAX No.: yUG ~ Zy9 - 6 6 95" A Joint Venture (Each Joint Venture must sign.) Joint Venturer Name: By: Name (typed or printed): Title: Business address: (Signature of joint venfure partner) (Individual's signature) 00...60746 Bozeman WRF Phase ]Improvements Project 7/17/2008 00301 - 11 Phone No.: FAX No.: Joint Venturer Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): TitlP• Business address: Phone No.: FAX No.: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No.: (Each joint venturer 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 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 00301 - 12 PENAL SUM FORM BID BOND Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. BIDDER (Name and Address): Williams Brother Construction, LLC P.O. Box #1459 Billings, MT 59103 SURETY (Name and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183-6014 OWNER: (Name and Address): City of Bozeman 411 East Main Street, P.O. Box 1230 Bozeman, MT 59771 BID Bid Due Date: October 1, 2008 Project (Brief Description Including Location): Bozeman Water Reclamation Facility (WRF) Phase 1 Improvements Project, Bozeman, Montana, City of Bozeman HDR Project No.: 00...60746 SRF Project No. C303105-01, EPA STAG Project No. 3~P-97834301-0 BOND Bond Number: 2224632 Date (Not later than Bid due date): October 1, 2008 Penal sum Ten Percent of the Total Amount Bid 10% (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER SURETY (Seal) (Seal) Williams Brother Construction, LLC Travelers Casualty and Surety C~m~anv of .r~m~r:ca Bidder's N and Co orate Seal ~ Surety's Nam c:orp t e ~~ C~.:d By: igna a and Title Si itle John .Leaf, Attorney-in-Fact (Attach P er of Attorney,)(/ , ttest: - Attest: / r . ' a Title Signature d Title Beth A. Windom, Bond Clerical Note: Above addresses are to be used for giving required notice. COUNTERSIGNED: HUB INTERNATIONAL MOUNTAIN STATES LIMITED F3 E .I.EVE EJCDC NO. C-430 (2002 Edition) PENAL SUM FORM 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Surety's liability. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. This obligation shall be null and void if: 3.1. Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the $idding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2. All Bids are rejected by Owner, or 3.3. Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof'). 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to .Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices maybe sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. • 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. • 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendaz days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions. shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one yeaz after Bid due date. - 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. • (`. ')746 Bozeman WRF Phase I Improvements Project 7/28/2008 00410 - 2 WARNING: THIS POWER OF At I vHNt r IS mvAUU vvi i n ,Aa POWER OF ATTORNEY T,!^~~~~• `~ " Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company - St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Attorney-In Fact No. 219b51 Certificate No. O O ~ ~ ~ `t O KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the•laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company aze corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John D. Leaf, Beth A. Windom, Chris Jermunson, Jenny Johnson, Jamie M. Roe, Billy J. Bolt, and Kaye U. Muzzana of the City of Great Falls ,State of Montana ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their,l~usiness of„guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pet~ittin anons orceedings allowed by law. ~, . "~ ~ '''y~ ~ 25th ~'r~" ''~' w, WITNESS WHEREOF, the Com anies have caused this instrtttse~nAto be e~~ttd the'l ~cpr~porate seals to be hereto affixed, this of February p2008 ~,"~ ~) . "~ `~ Farmington Casualty Co~tpan~y"'1 St. Paul Guardian Insurance Company Fidelity and Guarantyl~st-r~ ~~°°,,~4~~~ntp `~~` St. Paul Mercury Insurance Company Fidelity and Guaranty Insute"Underwers, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ~rY F\PE6 ~M=RS '~1NSUH J'~tY ANON ~ypfly(ny .~y'Y/11~ GASUq~r * cy 41 P~`'.........G; `JP ~........... 9,~.~ Y G' ~ Pi ~V~l+ ~ L a ~, ~ RPOR PRR4 n~ a p ,(,C}~~Il /~ z ~ ~o R)f m !gip lft: ~ 6 'a ,~~ ~ c r 5 b" P ~ 1927 '"R o E E . n f H11RiFORD. [\.1'"`.,"~-'~.,.~ ~p i [~98s; y977 t9Jr1 ,n ~`.SEAL:oi ~o`-.S88Ljil '~ Corm. ~ ~v~' ~Igyt fi aka FN d ~~OFNEW~ s~s~„cEC d1S . A~t'ta- is ~ . r~ di ~~~ t AIN State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President 2008 before me ersonall a eared Geor e W. Thom son, who acknowled ed himself On this the 25th day of February p y pp g p g to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. ~'aul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,T[T [n Witness Whereof, I hereunto set my hand and official seal. '~ ~ Niy Commission expires the 30th day of June, 2011. ~ Aue~tG~ Cam' 58440-5-07 Printed in U.S.A. ~~ ~. ~ Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS ;o INVALID. WITHOUT THE RED BORDER ~ ' This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guazanty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, 5t. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Boazd of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Sur~ett~~~~ ~outpan lmeric~-and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Powe ttomeeaa~ted bylsa~iCompanies, which is in full force and effect and has not been revoked. ~ ~~ k~ ~.A ,~~r, ~~ .~-~ y IN TESTIMONY WHEREOF, I have hereunto set my hand ands~ed st±a~s of saitl'arr~es this lam' day of , 20 ~~~} ~~ L ~,. '~ ~ Kori M. Johans Assistant Secretary ~~y ~Tr Rh YID ~, ~1,P6oUq p.T••• $l~rY ~F1PE 6 ~~.N .,I MS`4 .py.INSUgq y` 9JP 0~ ~PyW W(T~,~ O[r' "v! y ~ f~~f l r~OPPOR tl?'t qg j~' p ~ 1 .927 ~' 4 z m? - A>Fml ~~;:`opPORFTfi, n~ c WIRIFOIU), s ~WIRtF~FID, ~ ~. ~ ~n ~ b ~~ 1951 NrO ~' ~:,SE ALroI ''- et.SFSL;~p ' ~, ConK rti poaw.'„(at ~ ~~ ~b~ d, ~ 9~. 'k ~ HSL EGO Io,........-..~a~f o. :... ~d ~b ~, '~~ Alt .r ~ P d ~ ~PoEYt ~T` snrvc 1~~~ lr ...-...* 1 PN To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SECTION 00411 CONTRACTOR'S COMPLIANCE STATEMENT (EXECUTIVE ORDER 11246) (TO BE EXECUTED AND PROVIDED WITH BID FORM) Date ~ d f I ~ B~ This statement relates to a proposed contract with the City of Bozeman, Montana. I have /I have not participated in a previous contract or subcontract subject to Executive Order 11246 (regarding equal employment IoppR~ortunity) or a preceding similar Executive Order. /vY11 Signature of idd r or Prospective Contractor Address ,p ~~ q City, State, Zip Code _~ yo6 - 2-s9 - 93y..~ Telephone Number 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00411 - 1 • SECTION 00460 NONCOLLUSION AFFIDAVIT (TO BE EXECUTED AND PROVIDED WITH BID FORM) STATE OF MONTANA ) SS COUNTY OF ~EGLD WrT~ovr ) JyJ'1"0~/ ~, ~l Ly4rMS ,being first duly sworn, deposes and says that he is yi- /yIGo2. (sole owner, a partner, president, secretary, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that such bid is genuine and not collusive or sham; that said Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, nor that anyone shall refrain from bidding; that said Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of said Bidder or any other Bidder, nor to fix any overhead, profit, or cost element of such bid price, nor of that of any other Bidder, nor to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true; and, further, that said Bidder has not directly or indirectly, submitted his bid price or any breakdown thereof, nor the contents thereof, nor divulged information or data relative thereto, nor paid and will not pay fee in connection therewith to any corporation, partnership, company, association, organization, bid depository, nor to any member or agent thereof, nor to any other individual except to such person or persons as have a partnership or other fmancial interest with said Bidder in his general business. ,~( Signed: ~ '' " '' - Title: GCm- ~ Subscribed and sworn to before me this ~ '" day of ~~r~-o hD r ~. 2008. (SEAL) • Notary Public ~'a2~ e~~r~r~u,.ssco--r~ ~ ~.~a.~v~.2~~0~~ 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 00460 - 1 • • • WILLIAMS BROTHER CONSTRUCTION, LLC PO Box 1459 Billings, MT 59103 (406 259-9395 FAX (406) 248-6695 Date: 10/7/08 To: City Engineer AI Stiff Professional Bldg 20 East Olive Bozeman. MT 59771 Project: City of Bozeman WRF Phase 1 Improvements Transmittal #: Submittal #: Reference: WE ARE ENCLOSING: DISPOSITION: ^ PLANS/SPECIFICATIONS ^ FOR EXECUTION ^ SHOP DRAWINGS ^ FOR RESUBMISSION ^ CHANGE ORDER ^ FOR YOUR APPROVAL ^ OTHER: ® FOR YOUR USE ^ APPROVED AS NOTED ^ APPROVED AS REVISED COPIES DRAWING NO. DESCRIPTION REVISION 1 set Section 00480 Information re quired of bidders Remarks: PLEASE RETURN COPIES TO US ~ CC: Signed: , John Williams, General Manager • J:~King Ave 08641Bozcman.doc ~~,~ October 6, 2008 City of Bozeman 411 E. Main St. Bozeman, Mt. 59715 Daniel J. Stowe Travelers Bond Construction Services (509) 835-7550 (509) 835-7566 (fax) 707 W. Main, Suite 300 Spokane, WA 99201 Re: Bozeman Water Reclamation Facility Phase 1 Improvements To whom it may concern It has been the privilege of Travelers Casualty and Surety Company of America ("Travelers")1 to provide surety bonds for Williams Brother Construction, L.L.C. for over 20 years. During that time they have built and we have bonded projects for a wide variety of owners. All projects were completed in a very satisfactory manner. It is our opinion that Williams Brother Construction, L.L.C. is_ qualified to perform the above captioned project, which we understand has an estimated value of approximately $52,000,000. At their request we will give favorable consideration to providing the required performance and payment bonds. Please note that the decision to issue performance and payment bonds is a matter between Williams Brother Construction, L.L.C. and Travelers, and will be subject to our standard underwriting at the time of the final bond request, which will include but not be limited to the acceptability of the contract documents, bond forms and financing. We assume no liability to third parties or to you if for any reason we do not execute said bonds. If you have any questions or need any additional information, please do not hesitate to contact me. Sincerely, TRAVELERS CASUALTY AND SURETY State of Washington COMPANY OF AMERICA County of Spokane On this 6th day of October before me personally appeared Daniel. J. Stowe known to be the ~~.,+ ~~~~-„uumda,S~~ person described in and who executed the ~~.~ p, JOHIy ~. ~ ,. O'% foregoing instrument, and acknowledged that he ~•, ~y ~~, .: ~ executed the same as his free act and deed. Daniel J. Stowe =v ~ ~ptARY _ Cheryl Johnson, Spok e, WA ~' PUS •,,.` ~~~''~~~T f OF WRS~`., .~ ~~~~hr~tmn»~~~~ ' Travelers is an A+ (Superior) A.M. Best rated insurance company (Financial Size Category XV ($2 billion or more). Bozeman WWTP Section 00480: Information Required of Bidders Attachment C-3 ;John Williams is 55% Owner of Clearwater Construction and Management, LLC 5711 W Garden Springs Spokane, WA 99224 Specialty is Heavy Structural Concrete C-8; WBC has operated under the following names since 1976 Williams Brothers Construction LLP Williams Bros Construction Inc Williams Bros Construction LLC Williams Brother Construction LLC C-22; OSHA Violations. Yes. Date;12/23/05 Nature of Violation : 1) Walking or working on a surface with unprotected side or edge which is 6' or more above a lower level. 2} Operating a power tool without accommodating guards. Project: Billings WWTP Penalty: $3500 • Williams Brother Construction John D Williams ~l ,~ SECTION 00480 INFORMATION REQUIRED OF BIDDERS The undersigned certifies that W i 11 i a m s Brother C o n s t r u ~~'~) isLr~ilarly engaged in the general class and type of work called for in the City of Bozeman WRF Phase 1 Improvements Project at the Wastewater Reclamation Facility and that Bidder has the appropriate knowledge, skills, experience, resources, and licenses to successfully complete the work. The undersigned further acknowledges that Bidder is aware that there are certain peculiar and inherent conditions existent in the construction or installation of the work, which may create unusual or peculiar unsafe conditions hazardous to persons and property and that Bidder has the skills and experience to foresee and to adopt protective measures to adequately and safely perform the work with respect to such hazards associated with work. at a municipal wastewater treatment plant. The Bidder shall provide complete and accurate information to the following requests as specified in the Instructions to Bidders. Failure to do so may render the Bid unresponsive and may result in rejection of the Bid. Use additional sheets if necessary. A. BIDDER (CONTRACTOR) INFORMATION 1. Firm Name: Williams Brother ConstruCti~rteckOne: LLC^ Corporation (as it appears on license) ^ Partnership ^ Sole Prop. 2. Contact Person: Barry Curtis 3. Address: 1123 Cerise Rd Billings, MT 59101 4. Phone: 406/259-995 Fax: 406/248-6695 If firm is a sole proprietor or partnership: 5. Owner(s)ofCompany John D Williams Contractor's License Number(s) (License No. /Class /Type /Categories): 146045 6. Name of Contractor(s) representative who inspected the City of Bozeman WRF site as part of the mandatory pre-bid conference. gamy Curti s Aate of Inspection: 9/3/08 ~. Name, address, and telephone number of surety company and agent who will provide required bonds for this Contract: Travelers c/o: Hub Flynn Agency PO Box 711 Great Falls, MT 59403 406/453-14Fx4 00...60746 Bozeman WRF Phase I Improvements Project 7/28/2008 00480 - 1 .~ 8: Name of the proposed project superintendent: Mike Testa 9. The Bidder shall list below the name, business address, and contractor(s)'s license number, if any, of each subcontractor who will be working on this project with a minimum value of the subcontract of $50,000 or greater, in addition to the nature and value of work assigned to each subcontractor. No changes or substitutions will be allowed without written approval of the Owner. **SEE ATTACHED SHEET** i Name: Value: Name: Name: Name: ~ , Name: Name: Name: Name: Name: Name: 00...60746 I. Value: Value: Value: Value: Value: Value: Value: Value: Value: Value: Bozeman WRF Phase 1 Improvements Project 00480 - 2 7/28/2008 9. Subcontractors over $50,000 Name: Value: Dick Anderson Construction 515,260,000.00 3420 Hwy 12 East, Helena MT Building Construction LIC# 4391 A Mo,-untain States Electric Contractors Inc 56,210,670.00 PO Box 4325 Spokane, WA 99206 Electrical & Instrumentation LIC# 1532 Williams Plumbing & Heating $921,671.00 2131 Industrial Dr Bozeman, MT 59715 Plumbing & HVAC LIC# 8395 Knife River 5346,000.00 PO Box 9 Belgrade MT 59714 Asphalt & Gravel Grizzly Fence 583,550.00 1720 S 3rd 5t West Misoula, MT Fencing - Lic# 53648 Anderson Masonry $305,051.00 7393 Hwy 35 Big Fork, MT 59911 Masonry -LIC# 5090 Missoula Sheet Metal S51 ,449.00 3635 W Broadway Missoula, MT 59808 Roofing LIC# 8192 Extreme Coatings $605,648.00 PO Box 1184 Pasco, WA 99301 Paint, Damproof, Liquid H2O repellent LIC# 54791 Rough Bros., Inc 5513 Vine Street Cinncinnati, OH 45717 587,074.00 Green House LIC# 3761 5 Stresscon $1, 545,179.00 19093 S Beaver Creek Rd #318 Oregon City, OR 97045 .Reinforcing LIC# 153464 • • • B. ESSENTIAL REQUIREMENTS FOR DETERMINATION OF RESPONSIBILITY Contractor shall provide satisfactory responses to the following questions to be considered for the City's use in determining the lowest responsible bid: 1. Contractor has appropriate technical experience with at least three comparable projects within the past 10 years involving rehabilitation or modifications of water and/or wastewater mechanical treatment plants with capacities of 5 mgd or greater and a minimum construction cost of $10 million or greater. See Article D of this Section. ® Yes ^ No 2. Contractor possesses a valid and current public works Contractor's license for the project or projects for which it intends to submit a bid. © Yes ^ No 3. Contractor has a liability insurance policy with a policy limit of at least $5,000,000 per occurrence and $5,000,000 aggregate. © Yes ^ No 4. Contractor has can-ent workers' compensation insurance policy as required by the Chapter 39-71 MCA. [~ Yes ^ No ^ Contractor is exempt from this requirement, because it has no employees 5. Contractor has attached their latest copy of a reviewed or audited financial statement with accompanying notes and supplemental information. ® Yes ^ No ' 6. Contractor has attached a notarized statement from an admitted surety insurer authorized to issue bonds in the State of Montana, which states: (a) that Contractor's current bonding capacity is sufficient for the project; (b) Contractor's current available bonding capacity? ~ Yes ^ No See Attached ~ NOTE: Notarized statement must be from the surety company, not an agent or broker. ' 7. Has your contractor's license been revoked at any time in the last five years? ^ Yes ~] No ~ 8. Has a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last five (5) years? ^Yes ©No 9. At the time of submitting this pre-qualification form, is your firm ineligible to bid on or be awazded a public works contract, or perform as a subcontractor on a public works contract? l ^Yes ©No If the answer is "Yes," state the beginning and ending dates of the period of debarment: 10. At any time during the last five years, has your firm, or any of its owners or officers been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding. or performance of a government contract? I ^ Yes ®No - I C. HISTORY OF THE BUSINESS AND ORGANIZATIONAL PERFORMANCE - INFORMATIONAL QUESTIONS 1. Has there been any change in ownership of the firm at any time during the last five years? 00...60746 Bozeman WRF Phase 1 Improvements Project 7/28/2008 00480 - 3 NOTE: A corporation whose shares are publicly traded is not required to answer this question. ^ Yes ®No If "yes," explain on a separate signed page. 2. Is the firm a subsidiary, parent, holding company or affiliate of another construction firm? NOTE: Include information about other firms if one fum owns 50 per cent or more of another, or if an owner, partner, or officer of your firm holds a similar position in another firm. ^ Yes ~] No If "yes," explain on a separate signed page. 3. Are any corporate officers, partners or owners connected to any other construction firms. NOTE: Include information about other firms if an owner, partner, or officer of your frm holds a similar position in another firm. See Attache d ® Yes ^ No If "yes," explain on a separate signed page. 4. State your firm's gross revenues for each of the last three years: 207 - $7,390,176 2006 $6,233,506 2005 $13,075,493 5. List all construction license numbers, including Montana license numbers, classifications, type, category, and expiration dates of the Montana contractor licenses held by your firm: See attached 6. If any of your firm's license(s) are held in the name of a corporation or partnership, list below the names of the qualifying individual(s) listed on the state licensing board records who meet(s) the experience and examination requirements for each license. All in name of John Williams 7. Has the Applicant changed names or license number in the past five years? ^ Yes ~ No if "yes," explain on a separate signed page, including the reason for the change. 8. Has any owner, partner or (for corporations) officer of your firm operated a construction firm under any other name in the last five years? Yes ^ No See Attached If "yes," explain on a separate signed page, including the reason for the change. 9. Is your firm currently the debtor in a bankruptcy case? ^ Yes ®No If "yes," please attach a copy of the bankruptcy petition, showing the case number, and the date on which the petition was filed. 10. Was your firm in bankruptcy at any time during the last five years? (This question refers only to a 00...60746 Bozeman WRF Phase 1 Improvements Project 7/28!2008 00480 - 4 WILLIAMS BROTHER CONSTRUCTION, LLC SINCE '1977 SPOKANE OFFICE BILLINGS OFFICE 5713 W GARDEN SPRINGS ROAD 1123 CERISE ROAD SPOKANE, WA 99224-5302 PO BOX 1459 (509) 455-9195 FAX 455-9189 BILLINGS, MT 59103 (406)259-9395 FAX 248-6695 JOHN D. WILLIAMS 5204 S CORKERY RD GENERAL MANAGER SPOKANE, WA 99223 LICENSES AND OTHER NUMBERS: FEDERAL: FEDERAL ID 51-0470419 WASHINGTON GENRL CONTRACTORS LICENSE WILLIBC974PO INDUSTRIAL INSURANCE: 049,753-00 EMPLOYMENT SECURITY ACCT. 233213 00 7 STANDARD INDUSTRIAL CLASSIFICATION (SIC) 1541 UNIVERSAL BUSINESS IDENTIFIER (UBD 602-304-367 IDAHO PUBLIC WORKS CONTRACTOR: 10285-AAA-1-2-3 DEPARTMENT OF LABOR 2683335 MONTANA: CONTRACTORS: 146045 DEPARTMENT OF REVENUE 802946 RO EGON: CONTRACTORS: 156642 BANK: BANK OF AMERICA ACCT#68779 PO BOX 1446 SPOKANE, WA 99210 (509) 227-0053 JOE POOLE REFERENCES: SEGO CONSTRUCTION EQUIPMENT MACON SUPPLY, INC E 5610 BROADWAY E 4512 TRENT SPOKANE, WA 99212 SPOKANE, WA 99212 (509)535-7756 -PHONE LINE (509}535-8888 -PHONE LINE (509)535-2459 FAX LINE (509) 535-5663 -FAX LINE EDGE CONSTRUCTION SUPPLY H.D. FOWLER COMPANY E 1507 SPRAGUE PO SOX 160 SPOKANE, WA 99202 BELLEVUE, WA 98009 (509)535-9841 -PHONE LINE (425)746-8400 -PHONE LINE (509) 534-3139 -FAX LINE (425) 641-8885 -FAX LINE BONDING CO.: TRAVELER'S PROPERTY CASUALTY INSURANCE FLYNN AGENCY, PO BOX 711, GREAT FALLS MT 59403 (406) 453-1464 gaadmin/credit info 5!8/2008 bankruptcy action that was not described in answer to question 10, above) ^ Yes ~] No If "yes," please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court's discharge order, or of any other document that ended the case, if no discharge order was issued. 1 1. Has any state license held by your firm or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended within the last five years? ^ Yes ®No If "yes," please explain on a separate signed sheet. 12. At any time in the last 10 years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with a public owner? ^ Yes ©No If yes, explain on a separate signed page, identifying all such projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 13. In the last 2 0 years has your firm, or any firm with which any of your company's owners, officers or partners was associated, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? NOTE: "Associated with" refers to another construction firm in which an owner, partner or officer of your firm held a similar position, and which is listed in response to question 1 c or 1 d on this form. ^ Yes ®No If "yes," explain on a separate signed page. State whether the firm involved was the firm applying for pre- qualification here or another firm. Identify by name of the company, the name of the person within your firm who was associated with that company, the year of the event, the owner of the project, the project and the basis for the action. 14. In the last 10 years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder? ^ Yes ~ No If "yes," explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 15. In the past 10 years has any claim against your firm concerning your firm's work on a construction project been filed in court, arbitration, or mediation? ^ Yes ^X No If "yes," on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution). ~- 16. In the past 10 years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court, arbitration, or mediation? ^ Yes ®No If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, 00...60746 Bozeman WRF Phase 1 Improvements Project 7/28/2008 00480 - 5 the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). I7. At any time during the past 10 years, has any surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's behalf, in connection with a construction project, either public or private? ^ Yes ~ No If "yes," explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 18. Has your firm or any of its owners, officers or partners ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? ^ Yes Q No If "yes," explain on a separate signed page,. including identifying who was involved, the name of the public agency, the date of the investigation and the grounds for the finding. 14. Has your firm or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? ^ Yes ©No If "yes," explain on a separate signed page, including identifying who was involved, the name of the public ' agency, the date of the conviction and the grounds for the conviction. 20. Has your firm or any of its owners, officers or partriers ever been convicted of a federal, state or local crime of fraud, theft, or any other act of dishonesty? ^ Yes ®No If "yes," identify on a separate signed page the person or persons convicted, the court (the county if a state court, the district or location of the federal court), the year and the criminal conduct. 21. During the last five years, has your firm ever been denied bond coverage by a surety company, or has there ever been a period of time when your firm had no surety bond in place during a public construction project when one was required? ^ Yes ®No If yes, provide details on a separate signed sheet indicating the date when your firm was denied coverage and the name of the company, or companies, which denied coverage; and the period during which you had no surety bond in place. 22. Has any state OSHA or federal OSHA cited and assessed penalties against your fuTn for any "serious," "willful" or "repeat" violations of its safety or health regulations in the past five years? (NOTE: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it.) Yes ®No See attached If "yes," attach a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/28/2008 00480 - 6 23. Has the EP A or any State or Local regulato of Envirorunental Quali rY agency Air Q y°an firm or tY> etc.) cited and assessed ( ualtty Management District, state De the owner of a project on which Penalties for any environmental regulation against~either your firm was the contractor, in the (NOTE: Ifyou have filed Past five years? there is a court a an aPPeal of a citation and the A e ^ Yes ®No ppeal pending, you need not include informatio B boudt the citation.) Y ruled on your appeal, or if If Yes," attach a separate si geed page describing each citation. 24. Within the Jast ] 0 compensation insurance or st to sever been aperiod when your firm had employees but was without workers' Yes ©No PProved self-insurance or was exempt? If "yeS ~~ please explain the reason for the absence of workers' Page. If"No °'p]ease ro periods of workers' P vide a statement b coin ensation insurance on a se Y Your current workers' corn construction business forless th on insurance covers e Pensation - Parate signed g for the last five insurance carrier that verifies carrier veri an five years, provide a statement b Years. (If your firm has been in the Eying continuous workers' compensation insur the construction business.) Y yOm' Workers' compensation ance coverage for the period that m~ran°e your firm h as been in RECENT CONSTRUCTION PROJECTS COMPLETED Contractor shall ro treatment P vrde information aboutits plant projects completed within the ]~ ee comparable municipal mechanical waterand/or wastewater construction cost of $10 Ilion or greater. N five yeass kith capacities of5 sheets ofpaper that contain all of the followin sines and references must be c mgd or greater and a needed: urrent and verifiable. Use se rmum g information for each reference project and use Par'ate see A as many sheets as a- Project Natne: t t a c h e d Location: Owner: D. Owner Contact (name and current phone number Architect or Engineer: Architect or Engineer Contact (name and current phone number): Construction Manager (name and current phone number):, 00...60746 Bozeman W}~ phase 1 Improvements Project 00480 - 7 7/28/2008 Description of Project, Scope of Work Performed: Original Total Bid Price: Total Value of Construction (including change orders): Original Scheduled Completion Date: Time Extensions Granted (number of days): Actual Date of Completion: b. Project Name: Location: owner 1 Owner Contact (name and current phone number): Architect or Engineer: i Architect or Engineer Contact (name and current phone number Construction Manager (name and current phone number):. Description of Project, Scope of Work Performed: Original Total Bid Price: - Total Value of Construction (including change orders): Original Scheduled Completion Date: **~** 00...60746 Bozeman WRF Phase 1 Improvements Project 7/28/2008 00480 - 8 1 a. Project Name: Location: Owner: Owner Contact: Architect or Engineer: Architect or Engineer Contact Construction Manger Liberty Lake WWTP Expansion Liberty Lake, WA City of Liberty Lake Liberty Lake, WA Larry White 509-922-5443 cell 509-370-2889 Lee Mellish 509-922-5443 Century West Engineering Spokane, WA Brian Ilgen 509-535-5454 same as Engineer Description of Project, Scope of Work Performed: PLANT UPGRADE; Maintain flows and perform work around operational plant Headworks Structure Modifications; New Blower Building; 2 New Secondary Clarifiers New Dewatering Building; New Belt Filter Press and Conveyor New Aeration, Anoxic, Anaerobic Basins; 2 New ML pump stations Misc Control Structures Convert Aerobic Digesters tasludge holding tanks Upgrade Electrical, Control, and Instrumentation systems Upgrade various pumping systems Misc Yard Piping Original Bid Price $11,068,954 Total Value of Construction (including change orders): Original Scheduled Completion Date: Time Extensions Granted (number of days): Actual Date of Completion $11,139,548 Start Work 11/1/04 45 9/9/2006 • • • 1 b. Project Name: Troutdale Water Pollution Control Facility Location: Troutdale, Oregon Owner: City of Troutdale Troutdale, Oregon Owner Contact: Jim Galloway 503-665-5175 Architect or Engineer: CHZM Hill Corvallis, Oregon Architect or Engineer Contact: Matt Noesen 503-235-5000 Rich Frankenfield 541-758-0235 Construction Manger same as Engineer • Description of Project, Scope of Work Performed: Complete new Water Pollution Control Facility New Headworks Str; 2 New Primary Clarifiers New Blower Building; 2 New Secondary Clarifiers New Admin Building; 2 New Digesters and Digester Control Bldng New Aeration Basin; Gravity Thickener Misc Yard Piping, including 30" main pipeline Pre-engineered Metal storage Buildirg Misc Process and Storage Buildings (CMU) New Lagoons New UV System Major site dewatering Original Bid Price $14,983,352 Total Value of Construction (including change orders): $15,421,724 Original Scheduled Completion Date: Time. Extensions Granted (number of days): Actual Date of Completion Start Work 4/12/2000 30 days 2/25/2002 1 c. Project Name: Nez Perce Tribal Hatcheries ' Location: Various Location on Clearwater River, Idaho Owner: Bonneville Power Administration Portland. Oregon Kirkman home 3 6 0- 6 8 7- 9 8 6 6 Owner Contact: Ken Kirkman (retired) 800-282-3713 (we are trying to get a Jonathan McCloud 503-230-3000 contact number) End User: Nez Perce Tribe Lapwai, Idaho End User Contact Ed Larson 208-843-2253 208-843-7320 Architect or Engineer: HDR- Fishpro Gig Harbor, WA Architect or Engineer Contact: Ed Donahue 253-858-3875 253-858-5630 Mike McGowan 253-858-3875 Construction Manger same as Engineer Description of Project, Scope of Work Performed: New Hatchery, Acclimation, and Rearing Facilites comprised of following work: Fish Ladder Fish Lift UV Treatment Formalin Systems Cyclone and Mechanical Screen particle removal Aeration Facilities, Head Tanks, Packed Columns Waste Collection, Treatment and Disposal systems Acclimation Ponds Adult Holding Ponds Intake and Outlet structures Sorting Structures Incubation Facilities Work performed at the following sites in N Central Idaho on Ciearwater River & Tributaries: Cherry Lanel1705 Newsome Creek YoosalCamp Creek Lukes Gulch Sweetwater Springs N Lapwai Cedar Flats Original Bid Price $13,854,540 - Total Value of Construction (including change orders): $14,41.6,859 Original Scheduled Completion Date: Time Extensions Granted (number of days): Actual Date of Completion Base Contr + CO work 12/31 /2002 as req'd for add'I work • 5/10/2004 Time Extensions Granted (number of days): Actual Date of Completion: ***** ' c. Project Name: Location: Owner: Owner Contact (name and current phone number): Architect or Engineer: Architect or Engineer Contact (name and current phone number): Construction Manager (name and current phone number): Description of Project, Scope of Work Performed: Original Total Bid Price: Total Value of Construction (including change orders): Original Scheduled Completion Date: Time Extensions Granted (number of days): Actual Date of Completion: ***»*** - I, the undersigned, certify and declare that I have read all the foregoing answers to this request for information and know their contents. The matters stated in the request answers are true of my own knowledge and belief, except as to those matters stated on information and belief, and as to those matters I believe them to be true. I declare under penalty of perjury under the laws of the State of Montana that the foregoing is correct. SIGNED this T t hriay of October , 2008. 00...60746 Bozeman WRF Phase I ]mprovements Project 7/28/2008 00480 - 9 Williams Brother Construction LLC Name of Company G'+f' Si afore of ertifying Official J hn D Williams Name of Certifying Official General Manager j Title • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!28/2008 • 00480 - 10 C] • W N o m L U ~ O Rf N O C ~ W ~ m c ~ ~ . ~' c ~ o N y ~ ca U ~ O U Q ,N U N = N ~ O O ~ C (.'J ~.- o Z N O o Z O ~ d o F Q '~- c O r0 x ~ ~ O O ~ p Z 7 Q O CI z O .a N ~ a O U f- t ~ o ° U W - U J O ~ O ~ N O ` ~ O O ^ LL d O I g~ ' N Z O w ~ O N U m ~ a~ •° ~ ~ fl- O ' ~ ~ Y W m w ~' O ~ ^ W ~ m O O 7 C O ~ ~ - n / J / 1 N O O v 6 ~ (6 7 ^ d -0 47 U (0 C ~S O y U m o 0 ~ U 'D O ~ Q Z N N O o .~ ~_~ z~cn 0 0 N `(/ ~7 N r c 0 ~~ k ~ J 1 O ~ C / Y ~~ 7 (.. O A L f0 ~ N -_ d L F-- f4 a~ w N U a d a~ .D U ~ N ~ u C ~- 0I U N v o .` ` ~ ~ ~ ~ C O ~ J C f4 U f6 C m v ~ d ~ C _ ~ d c L H . ~? O ~..~ ~, CO (6 ^ 0, o N N pp O ~ 0., G 0 FC1 f~ ti N N U d C r- . N N N L f4 c 0 'D f0 N x o 0 CO O rt I~ 00 ~ 00 M ~ C O ~- c- r .- N M N co ~ O O O O O O O O C W O ~p ~ D ~. a a~ v U ~ Q ~ C O ~ O '+. O y V co N O d ~ ~ N ` d C C_ C C_ C C_ , O O '6 "O "O a 'O ~ O ~ 7 'II ~_ 'O_ "_O "0_ ~-.~ O~ L L L L L Q O C O C O C O C O C O C N C C 00 O 00 O 00 O O O 00 O 'D ~ 00 O 00 O OJ O O O O O O O O v 0 - O O •C ` _ O N_ N_ O N_ N O N_ n- ~- a > B fl_ +• O y N O N O N ~ ~ CO N CQ N C a O N O N O cD U N ~ aS ~ ~ ~ ~ ~ ~ ~ ~ ++ ~ ~ O ~ ~ N ~ C U ~ -_ ~+ C C O _ D Z ~ ~ ~ Y ~ F - ~ O O O O O O O O ~ O C ~ O ~ CO ~ CO - tD CO CO CO (O (O ~ (n ~ e •- e•- ~- ~ e- r- ~ O ~ O ~ M O~ _ ~ ~ M N {"' +, O (p 7 Q d N CO ~ (O .- I~ O O • M I~ OD I.[) ~ M O ~ M O ~ ~ O N O ~ O r~ O M rn ~ ao ~ ~ ~ M N (O Ln M N N ~ Ln ~ M N Ln N a' N O N CO lfl to M O N O CO 00 CO t0 t0 CO CO CO ~ ~ ~ ~ ~ ~ d' ~' ~ O U .~ ~ ~ ~ ~ Y N >~ ` • O ~ ~ U r- c O _ +' ~ ~ ~ ~ 0 0 ~ co ~ O ~ .- c ~ rn o U ~ rn M rn N ~ m ~ O) ~ C +-' (N ~ C ~ c-- 0) O O M N C U O O ~ O ~*' Lf) F- N ~ ~ N rn In v i C ~ ~ ca a0 a.~ ~ ~n ; N ~ •,,., O O U +, O H v > ~ O ~ ~ d O (0 C ~ ~ ~ X ~ ~ N ~ j N cp ~ ~ ~ L ~ ~ -O . ~ ~ U = ~ X m ~ OC ~ 'O ~ 00 N ~ X co N O ~ N ~ N (n N m V ~ C LLJ M uj U 2 O N O W N Q E- v~- a M O. O ~ N pp ~ ~ ~ U ~ C`1 •C B O O U > ~ LC) N a O- N X O~ ~ ~ Z O- e- Q N C7 CO ~ ~ CD [0 m - x D d1 U U 2 O M O C Q L S O O M ' > L ~ . 2 U N U OC m U ~ > • • • t!') I~ ~ N cF LC) M M N N M M M M M ~- O O O O O O ~ ~- O O O O O O O O O) 07 D7 C C C ~ ~ M ~ _C ~ ~ O C ~ O C U ~ ~ ~ O C M ~ W ~ •` M O~ ~ M m O O O O y 0 y 0 O O N N N N N to N N N _ N O N _ O N _ N O ~ N _ O N _ ~ O •~ N _ ~ O ~ N _ O N _ N (O C N ~ ~ C 67 ~ ~ M h ~ C ~ ~ 67 _ O M ~ ~ ~" 67 ~ Q7 C ~ N ~ m ~ ~ m c p ~ N m ~ ~ Y m ~ D cn M ~ M ~ ~ M M O O O O O O O O O O O O O O O O O O O Q Q c- ~ ~ O .- O O O O ~ M ~ O) ~ 07 ~ d1 ~ O ~ O N ~ ~ tf) 00 •~ M 67 ~f lO .- N N ~ O N M I~ Q M N N ~ M M I~ ~ ~ O tt M ~ M 00 d' ~ C'7 tD ~ O I~ M M N (~ ~ ~ M N t~ N ~ N N l[) ~ CO CO (D 0~ CO (O CO CO O N ' ~t d' d' N ~ ~ ~ d' d U y O) C ~ J "O ~ m ~ ~ ~ r 02$ ~ ~ ` ° `~ M ~ ~ ~ O dS O a~ O a~ M O a~ M •+~ M + ' ~ ~ O O O ~ Lf) ~ ~ I~ u- U d' ~ O ~ C O N U Ln C `- ~ 'O M ~ ~ j 07 cp - ~ ~ ~ ~ ~ Q) +~ ~ S ~ C ~ ~ ~ U ~ ~ O d L1 C ~ ~ N ' Y t ~ y W cn ~ ~ ~ ~ F- m C 'O ~ ~ +.% .. ~ ~ U c W = ~ a ~ ~ x i-' U , O f0 ~' 7 f0 J C G M ll) (9 ~ m C (6 ~ O Z C~ ~ D O O O ~ O~ cn Q C O ~ cn ~ O N p 0 m O L O p ~ L O) Q_ M._ N O O~ N N ~ O -O N C O O O O U 00 J p~~ U N (n ~~ c W A G m 0 ~D W M~ ~ U O W N~ E 0= W Lf7 m ~ U ~~ ~ O l1 Z~ • r' O M M M M ~ ~ d' Cf' Ln ~ lf') I.n ~ ~ ~ Ln O O O O O r- O O O O O O O O O O O O) C O O) ~p ~ C C ~ C_ ~ 'LS "O '6 :O O "O .D L C L ~ M M M M ~ ~ ~ M ~ O ~ O O O ~ O O O a~ 0 O ~ N ~ N N N ~ N ~ N N ~ N N _ cn O ~ <D CO CO cn t0 ~ t0 CO to CO t0 ~ N ~ N N N ~ N ~ N N ~ N N M ~ M C~ C M ~ M C~ O) N ~~ ~ ~~ +J +J +~ to O L +J ~ in +J v- m ~•- a~ 7 '~ (6 Y "- ~ O C N J '~ ~ (6 ~ M O ~ ~ ~ M ~ ~ O O O O O O O O O O N ~ N ~ N ~ N N ~ N N ~ N ~ N O r O r O ~ ~ O r O r ~ O r O r ~ ~ O ~- O ~ O ~ M ~ M ~ M ~ M ~ Q) _ ~ ~ O 00 CO d' 1~ M ~ O O N N LD N O ~ 00 (~ N ~ O 67 M to O ~- M (fl M M r M Ln ~ M ~ M tf) i~ N ~ ~ M Ln 00 CO ~ (O ti') 00 CO (~ CO N CO N O O Lf) N N O (~ N (D (D CO (O (O CD CO (O (O O m C '~ ~ U C O '~, ~ 'O ~ ~ •~ O ~ +`J C C ~ O ~ C OC _ O O O a~ ~ O I~ p ~ I~ U M M .~ ~ ~ O O •~ ~t C J i d7 O ~ ~ O O w- ~ 7 ~ ~ ~ O O C ~ n L O- O f" > ~ N E ~ X (n ~ ~ ~ ~ C N > Q ~ O VJ ,C ~ N ~ LL ~ ~ O tD ~ ~ U = ~ L 2 N U U ~ y ~ ~ LL U O Cn ~ O ~ ~ - U C ' N ~ ~ ~ ~ ~ N - ~ N O O - I- 00 m ~ O C ` = ~ ~ a N ~ Y O ~ cp ~ O M d' N ~ O m B O O S ~t CO ~ N m p O c ~ r- m Y (O O O m c p J •- (n M ~ Ln LL L O a N CJ O ~.. O ~ ~ M ~ • • • • ~ ~ ~ ~ ~ 0o ao rn in o 0 0 0 <- 0 0 0 0 0 ~ m c c ~ ~ ~ ~ 0 0 c c ~ ~ ~ ~ ~ ° ° ° ~ o a~ o o o m o ~N ~N s N (mil ~N m ~ w CO m ~ ~ O Y ~ cfl ~ t0 m rn CO ~ N ~ N ~ N N ~ N M ~ M ~ 67 N i ~ ~ ~ v'- a~ ~ m ` ~ O U ~ a~ ~ ~ ~ ~ ~ O O O O O O O O O O N ~ N ~ N ~ N ~ N ~ O O ~ ~ ~ O ~ O ~ ~ M _ 67 ~ O) ~ M ~ 67 00 O N d' N ~ M ~ ~ ~ d' rn o0 ~- ~ Ln M L.C) N N ~ I'~ M M 00 I~ M 00 ~ M CO 00 00 t0 M O O O O ~ ~ ~f' ~ ~ d' C O ~ ~ U ~ ~ U C1 N ~ +~ ~ ~- C6~ ~ ~ o ~ ~ o rn a T ~ ~ ~ rn ~ ~' ~' ~ 0~ rn ~ °" ~ ~ ~ N tC) ~ a i (n ~ ~ ~ _ ~ m C ~- ~ ~ N N ~ -~ ~ ~ Y " ~ ~ _ ~ w ~' ~ U _ ~ C ~- N ~ ~ ~ -Y i p ~ ~ 00 CO C O ~ _ ~ ~ 67 0 ~C Y O Y ~ ' .~. p ~ U N ' U U I~ "- M ~ O y C ' d O O = O N O O d co O Ln Lf) O C > > ~ D ~ ~ Cn ~ ~- CD Cn LP ~ F- Ln > > N C OMB Control. Na. ZIl9(1~0030 Approved: 05/01/2008 Approval Facpires~ Q1/31/2011 E I tv it 0211 I lt'.I11t81 ~~~ Protectio><1 Agency 1?ieadvantaged Bns3ness. Entexprse Program DBE Subcantrac#or Ufilization Farm BIDfPROPOSAL 1110. PRUJE[T'NAMTs ice- I11AM8 OFPRIME BIDDBR/P'ROPOSER E-MAIL ADDRESS ADDRES5 TEI.>~IO1vE 1vo. ~ ~ 'Z S- ~~ ~ ' ~ r -, z The follawin sttbcantraeiars will: he used as this ro'ect: COMPANY NAME„ ADDRESS, PlitlNE TYPE Oip' WQRK TO BE ESTIMATED CIJRB';ENTL+Y NUMBER. AND E-MATT. ADDRESS FERFORMED DOLLAR CERTIFIED AMOUNT k:S AN MBE QR WBEP c ~'2v S 3 ~~ S r " ~c"~C ~ iv'L ~~ ;5 57~ ~ r3 ~ war 7 7 ,mil-Ss a~.~a~~ /rJ~ 5~~d f 5~~~_S~~ 3~y3 I certify tuuler penalty perjury that tha fo Ding statements are ttua aad correct. In the event of a replacament°6 su tractor, I will adKera .the replacement tegttit±emet~ts set forth in 40 CFR Part 33 Section 3'33 (c) 9 / Q ~ ~~ ~~ i /' /.~ Signatu antractor V /~ Date Print Name Tit{e 'Subeontracear u defined as a company, Srm, joa~t wnbue, or indivtdvat who enters into as a~reemenrwith a contractor eo provide setvseeee punuattt b an EPA awa~+d of Bmncial aaistatce, EPA FORM 6100.4 (DBE Suletorteractor Utiliz~itm Foms} • 00...60746 Bozeman WRF Phase I Improvements Project 7/28/2008 00811 - 25 •. rl `..1 LLL I I LI'1'~_.L I I_.. .'y'._'r.~ _.:.I 1~`:",~' ('' ~'~'`` Envir~ tment~ w_'. ~~~'' Protecti~~n Agency • OMB Control IVo: 2U~X>:0030 Arproved: 05JUI/2008 Appxrna). Expires; 01/31/2011 Disadvaxita~,ed Business Extterprise Program DBE' SubCOntractax Performance Eorxzt NAME ~F ~iUBCONT2~CTQR1 PROJECT NA1vIB "9d~-+,~.',. ~ .: ' ._. .. ADDRE55 . ,/4.,SS,,aq~-' 8It7./FROPCU~AL NC7 ,.. :. ; q --y~ TELEPIiC3NE NCB. ~. E-MAIL AbDRESS PRIlVIE C~N1'itACI'OR NAME ~,~,~. a;,,.~ ~~- ~~ c~i ~ CONTRACT I")'FM OF WORK OR DESCRIPTION OF SfiR~ITCE5 BID TO PRICE OF W URK ITEM NC?, PItiAltE SUBMITTED TD PIZZ.ivfE CUNTRACTC7R ! .e~z.~~x.~ a ~ d ~et- ~ G~ .~ :~'tJcro. OcJ Currently ~ei~ied ~ an MBE ~~r W BE under EP.A's DBE Pr~~~am? _. Yes TJo Signature of . "Prtm -nittrrll crrla!atae I?t~uzt iie-rtrte'`htle _ _ ._ ... _... _ ~.. ~"_ .:.. _ ._,:., ...: , _ .._ _ •.•r~~"~-__~_ Suture o F Subc:ontractc~r Date . ~ ~/~°"g ° • Pri t - - n l~,iame Title f q f., _ 51tbCOntx.lttor is defused .iS s company, firct'1, joint venture, or lnciividual ccl>v enters into ati ageeemmt with a contractor to ptovide'services pursuant to arr EPA award of'flxlaxtdel aeststrurte. . EPA FQRtit oI00-3 (DBE Subcontractor Ye:fom)ance Form,} Environmental ~: Protection Agency OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form NAME OF SUBCONTRACTORi PROJECT NAME "9c~e7~o.T. ~J` o~'o-r ~,~.~~ o.., F-.a ~; ~-.~Q~ ~ ADDRESS BID/PROPOSAL NO. TELEPHONE NO. E-MAIL ADDRESS PRIME CONTRACTOR NAME ~~~\`~ o„~'~,s+~„a~ Ce`~5~.~•v ~y ~ CONTRACT TTEM NO. TI'EM OF WORK OR DESCRIPTION OF SERVICES BID TO PRIME PRICE OF WORK SUBMITTED TO PRIME CONTRACTOR Currently certified as an MBE or WBE under EPA's DBE Program? Yes No Signature of Prime Contractor Date Print Name Title Signature of Subcontractor Date Print Name Title Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. • • EPA FORM 6100-3 (DBE Subcontractor Performance Form) r ~J a l_r r, ~, ~~'~'~ 1 .' FII'J 1TGlliilti L'1.3i PYO~~?C'~14.Y1 A{~~~riLy i'MIi Control No: 2090-0030 ~pprovcsi: 05 j 01/2068 :approval Expires: 01/31/2011 F'H~:;E ill 1Disady taritage+:i Iiudiness Enterprise Program DBfi Subcontractor $'erfarinanC~e Form • '~T~tr ht~"i{,A~~~i ~O NAME C?~' SkJ~ ~ ~\-"~ `"-0~'-°'`' . 1'ROJEf:T' I*iAME"~ - ~y ''~`.M~~ "6"`~,~ ~IIY'R ~ ~ y~ ~~ pp / /~ y~~,:.. f C,_Y 'C rWJ v 4 /04-. AL 1.~1\~SJJ q~ ff/l y1T1 y U,~ICJ`L~~1QA `w~.~' !~~ lv O• lJ t~.~1'\ ~T V7~~41 ~~ ~ - TELEPI-1!JNd: IrTO. ~ E-i~SAIL r~.F,:'i:7iirc.a,~s ~' PRIIvI>d ~~JT~ITIZ~#i'=I'f3I: i+3A1b1E PRICE OP WORK C(~P~'i I$r~C:l IT~cP~+l (:1F'V'JaYir{ C)R DE5~CIZX:'';'7CN t:}k :±z:R~~IC1:S EID Tt] 6tJaMI'I'I'HI7 Ta ITS:?v1 P ~~~. i'R11GI~ PRIIvIE CON'I'AACTOIt ._ r I !~ 1 Currently cexrified ae ;u: PViii~; gar INHE undsac~ I~PA's LSP~ 4~r~F4rt~rn7 Yes . No Signature of P ' Conrtx, actor i~tdt4e P:i ~t i`a~~e Title _ _~ _ -.-------- +a~'!~"~ ~•"-.C~~t~-.rdl!!y:'~` .._. ~~~'tL. `~I~TI4iitL:TF' Of :`.l.il'ICCk'l'tT'T.CtG71' ~OtC 7]~~ ,.~ idJ..l~ ~~ A ^) J~h~ ~ 'rte. ~ _~~ m l [ll It Frure i itle ~ I - l ! ~5ufx~nnartVr i.s dcfu~ect an v comparzy, firm, jc~irtt vnn.urr, o.* isiui;~idu:t; wh:~ +^ntrrs intn zuF rtgreement with n cantractnc to oravidc ser•iceU pu;:u,ant ,v an EI'A award of Einaiic;al as~atanre. c,F'n ;^i)R.f~! ri 100• ± ; ~~uE ,!,;ocorrrnctoz ;'eri•Urmhpce ~ van) Uy/ ~yl'IUU~ i1'lUN 11 ~ 1)h i'~l ~U6 ~ ~6 ~5;i4 ';;ui i;l~Ji;Crl'~~l I~jUU4/UU4 C~NiE Control No: - _ • Approved: Approval. Expires: ,lsTf:;Pa_'L''kz(Sin "~~::'Ihs:yi" e.~i;~~lvar~tagec~ Business. Ent rise ]Program: ~DLE.Su6cr~ntractaa..~?erfo~nance Form.. . .... . NANdd: Jr ~~1$E.DI'v'`Ci~r4.CTCkiLi ~- ----•--T-,~L7jEt'1' NtriR/f~ _ ~ " r~oL~>~:~ ~.~. ~txic Izec. f,~.r (~. , zemaari.CNRF L'hase 1 lmpravemsnts,Projeet B~; ,rll'~~:~... ," B~I:tJi?It~t~?F35~~.~:' 1VC9, . 613I: Homes.~ad'31~rd. +°,s'~~ri~:, ~n fi 5!?I>:?:3 . i F..I'.~,.Siti~ I?*a{-°c~ :~IU. icp-9"i'8343Q? ,. __ _._._ __~ -- - 'a-Ei.E~F[crly~ ~rc~. - -~ F; ~:•~~il.r~t~. tll~'1'3'~lESS 406=?~3--.ikl~ ~ .sivarfon~t°:ei-online.eom ~'RLI~~ Cf3i~(T'£tA~Tf,,+l~ Tti?.~1Vr~ ~.. _ _ : . ° ^ + Q]'~I'14iY6:":' ~ _ 3`t"~.~irY( r`rlr~'u1{i~4 U~ ~~ _ C~i~€1C11kr.i)F'~:?kf.3iiC~S t3PF~ TCI : hRICE ~FiNORK,. . tT~Il4.MIa7. .:.....,.,....,._.......~......._... :~tt?fe3i;_ PR'4M£.CON'I'RACT'dR ~~Cr,'.tY'7,.':31 ~7?~~ ~Ti`:~";].1Fi!'.7Ci~~1G'i'k _.,._......_._.~...__ ,Y~~ _ - i s L:tacrr:n}~,~ .t•s;,,.ki..c:::s ait ~. ~t,la ~~: !~„~1a ut~t~9°:i ,i?~?'~+ i`r$F I'rv~,~ram' Yes X 1`Ia ~ wi~sat~ ~„>E'rme Contra^_tor T~atz C°rin~.Ns*Y:~ Title 4 k `~..' ~ '1 r ~. '~. --~ -. ~!} ~ p : . S~..r~~z l~trs~c;n _....__..J._.~_....~-..-.~_._.__.____~ :T>r,~,°trlen _ - _ _ _ ___~~_. ___..__.....~._.~._____~ r.Yrl?iL.i ruu,:~ _ lkiE? ='rx ~~ t:n:;tor cs dr:futed ~~ a r ~t~~paixy, firm; iui;st °r~drre; ai• cidivicii:yi wiv^. tnbca>• into :ui n~reEmen*. wi a contractor _ i;t ~~~ i .C'~ e!rvice~ putxuuar. U 6n ~'A t9wti Ytl . `~~;:a/~iti,~i N~I~117."~. : ... . . _. _ ,.:. ~- ~.:;!`L.?. '~! :. it:}~~.:: ii,tt.nztxacc:rr~erfurn:ancs.F~3nst; • • EIIVI,I'Onntentiti +*~~ Protection Agency OMB Control No: Z[?9U-0030 Approved: 05/01/2008 Approval Expires: 01/31/201I Disadvantaged Business. Enterprise Program DIgE SnixonlxaciFor Utilization Foust BID/PROPQSAL NO. PROJECT NAME NAME OF PRIME BIDDER/ P'ROFOSER E»MALL AD DRESS n ~ r ~ i lr -L' 1. ,,:il ~ .~~ < ~ 1~ ltj L- CJ ' (... r'1 i ADDRESS 'T'ELEPHONE NO. ~ ~ .Z r--r- S k'AX ~ i .; Z {,~ ~Q -- _- T3e foltowina subcontractors • NUMBER, AND E-MAIL ADDRESS ~,C7~i~.~L~ ~c i7"~~~ s ~°=~ s`r~ ~~T v l i~ S c?tip /c~> // ~-~~~i 9~i~C:~ ~e~-,L~ ~~rk,~n~.. PERFORMED ESTIMATED CURRENTLY DOLLAR CERTIFIED AMOUNT AS AN M$E OR vVBE? ~~ S SZ ~~~ t certify tinder penalty f parjtuy that the fo, Ding statements aro true and corroct. [n the event of a replacement of su tractor, I will adhere o the replacement requirements set forth in 40 CFR Part 33 Section 33.3 (c) ~/~v fU Q ~ ,// t1 Signatu P ' ontractor Date ~ Print Name Title 'Subcontractor is.defined as a company, Eirut, pint venture, or individual who enters rota an agreement with a contracror to provide seeviees gursuant fp an EPA award of CtttanR.tiat assistance. EPA FORM 6100-4 (DHE Subcontractor U6tiuutitm Form) 00...60746 Bozeman WRF Phase 1 Improvements Project 0081 1 - 25 7/28/2008 ~!I~ l L~L'i' F LP p_L I- -, ~ 41.U : ~' r'-1 _ °.r_! _;r l ,_i ~i ii i _> l i i F; i_i.`, i i O:NIII ~ ontrol No: 2lX)U-UU30 tlrprnved: U.~/Ul/2008 %1PErcwal Expires: Ul/3I/2011 ' Envi)'o:suxiental +f PrOteciion Agency Disac~varitagezl business Enterprise Program DBE ~ttbcontractor Performance Parxzt NA11~E s"?;4~ hUBC47h'T~? 4^TC3Rf "---~ PROjEC'd` NANi'G "~~.~ ~ //~ y ' ADDRP~~ -... ~~/,,//_ .~t~s»-~.*~` SIt"7/PROPCi~ALN~-- _ v TELEI'fiC~NE NO. E-b'LS.IL r'~DDdZES~ j i PRIl1~ ~ONl'RACb'7Ft N '~,t~',~'~o a.r~. _ ~-t ~rr~ tsr~ i CQN'IT{ACI' I'$'FM C)P WOE2.IC 012 I.~ESl^ILIPTION C)F S6RVCCi?5 BID TG PRTCB QF'WORK rr~vr ram. Plzrr.~: suBMiz-rE~ ~ro PRIME CUNTItACTOR I _ i Currenflv ~ezfifiecl ~ ~~ ~•tI3E ~r V!1BE under EPA's T1BE Pr~~~*rcim7 Yes , No Signatzue of P trq,~toi c~uia? F~znx, .i.'c'.me `I'~tte - - _ __.. _.~_ ' • -~~~•`---y'~ .;. _iii,7:~i',ueoF~',u.;v)Ci,ntractur Late `~~~/ ~' -------- <~c4~ cr r ~ °'•:`=- - - Print ~ Name Tide // --~~{"' / `-( -~/f-~-- - -- i I i ~5tlbCOrifY:3tia ~ d~ tt;ed is s compexny; Fi: i , joatt ve~fut, ~ 4:Y indiv.idaa] wr~i~ enri-rs into an a teemmt c~-it2 i to Pp1dG` Se7Z~ice9 r~u. ~ ~ 1 fy Contractor Fn ~ esu;iYt to .:n ~'r1 ow0.[d of fin.sca. at,.vui,~ri~e. EPA tC)FtA'~t olGq~', (I7EE Sul~:urrnactor Pe:ia:r~rt~~ ~crrzli • Envirorunental ~~ Protection Agency ;~, •' OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form NAME OF SUBCONTRACTORr PROJECT NAME'Bc~.-m~ ~~T ADDRESS BID/PROPOSAL NO. TELEPHONE NO. E-MAIL ADDRESS PRIME CONTRACTOR NAME ~~\\`~ a,.~ ,s. CehS~c`v c~ ~ CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK ITEM NO. PRIME SUBMITTED TO PRIME CONTRACTOR Currently certified as an MBE or WBE under EPA's DBB-Program? Yes No Signature of Prime Contractor Date Print Name Title _ Signature of Subcontractor Date Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) 4_14; '~'~,;"~~1411_I 41 `: ~ r µ1~,~~F'~'_'i '~ 1C; F': , i i-;- - - F:_-= FEf I _:E _i_i F'H~:~E F=~1 C`MB Control Na; 2040-0030 ~'-rYr`wr=~~ C5j01/2008 ¢. .4;~proval Hxpires Ol/31/2U11 ..1 - F.mrirarlrl~~.nt~: t. 1~"'r0$i?t";i1pTi A,~r~Ilcy ~isaci~arlta~''rvci ~tueiness Enterprise I'xogram i~~~ SubctanR~'actor ~'erfarmanee Fvrzn NAMI~.`n~~:~ ~~J$COP~TT~.~'.R;`T:ltr - Pit~]ECi' I~AME'~ `~^-~~'' . ADDIiE~S ~ t RIy7/I'4~4~i't;)~r~~.1~iC~. TELEPI3~J~I y Nom. , 1;-PrIf~SL r4' ~r~Itk:~, PRIkVIp `: ~]tr]'i'R~, ~^'I'f3R Cr7AI"riE C(~N1'-I~.ftCti ~ T'd'~'30+f ('!c ~VOY~IG t'3R bJES:`ItI~'ICN a rg ,w'~,7t~lc,'~ HIt) T~ F'[LICE by WQRIC IT^cPr" p:,:~. <°liiiti'f.&: SUSMI'I'i'E17 TO PRIIvIE CUNTRACIOIi i Currentf.y ck:titl~d as tu: i~C.~F crr th'C~E ~.1rt~cr IsPA's Ut3[ Ps'o~~r~.rn? Yep; h'o 3i ~atz:re of Con~CaCkgr +7~atti; k'i2;rt f'aaete `Ci.t:I>: __- - - ----___-- _ _-- ~ ~ r~ - - --•-~ ---- ----- ,r~Y.NK.s C-..yC~~,..N,-..:~C`'_r. ...~~..-...T~'"~~ `G'.~ ~7'1~C13~°L~T!', C1E ';: S.LfJCCk7t~'Ti4'tUl' L1f1tC mule i i:1e .e...._,_....._ .. .~_.._._..__~__ .. I ~5u'kottn•u~~pr . ~Jt~FLuc :v: n rornarny, fr rr, joint v.nturz, )r i~t~irvtc{~rt; wno ^rters ir,t;~ an ngreemrnt cvtth r1 ~6ntrettor to pro.-ids 3arViCP~ parst:ant to t:~ El'P, dwprd of Eirtaitcial Ni>~vt.:nc., [sF'A :BOR.^.1 x;100-~ .'F~~ .:~ab~_nntrtad~r i'Cri•Grms:n:C Eorrni • uy~ry/1uU~ 'll-!V 1i;06 ~~'a1 406 ~~~ a634 `".i ~:.~ectr~c~ll • w{ a:.a 5e~"~ry,~wsm`~` t~otstz:'.r~ ...+ :mac Ins (c..i~.l p .~C?~::...:. , 61;1 :~?otti~x;'~,~ti r~(~r~?.!":c>, *rr'., t+-r'`5"~''`r~i ~ ~Ufr-i~~t~kf µ_,.._._d _~._..r_...__ .~._._..._........ ~1WLJ~ ~ ~lll.~{i .-iZ.EI~..T~,~i~i ~.~1~ E]?.~: SiZC; .Praj~'c ~ No, xp-~J'1P,3~k347I _ _ _ 1 ~ t"!0]~T'I`~.Ls~:"r ~ C~'svt );~I:yy'+>~i+,p~ iD7 x3?:~aC_Tici''i~~i~: CS& µ'.'".;t(dti~C~S I~SII~'b'C) PRICE OF Wd7RK S'Cfli*Q~p.Tt7 PRIM£ CONTIiACTUR ~ _._. ~.... .,_.....,..q..~.r.,_,~.. __......,__..._,.y~..,, a r~~c^r,,`f~i~.:i ~i`:i i'~c~-:.71?;1H_ti~-I~ICiII ~ ~ :a~'~~ • 20 ' 1 11 ! .. q .~....~ ._.... n ~~_ 1..L1Cl.:.¢.:, .[^Lt.f.FG &.S :lli : ~.+~.:i.' 1 ~+~1: 1'i'..~),1 .0:`~'~ ~~ l~~i~? ~~Ii1~,Tr7Tl't'_~.....Y~:i ~ .~. X .,~„~ ~~d i :?~~"t3c ~,...-f [ E'""L11~ ~;ntit_1`.^.iOP Ji2I~ ~~ rte{t P~ti~ut)' ,ti title v ~ " .~ ' -> , •.- _ ~._._._.._ __._~.~.____~a. _~_~..~a_._ r._._.~. __ _ ;,Il}rt)f-~~. if._,t. •' U G..j J:7Ml3 '.: a '^U 11 ~iiit"/; $:11Ct. jJL~St `i~4t::YC. L)l' C.7Gx.~L i~l,u1 VJfli t'1it91i iISi) a1Y1 ~S~tk_''IYI~L,' ~Wi~2 .1 ~OL1tC'1l:EOf '~ , ~. }n ?.t': ~.. .,`9v!^_~:"~LL7S~]itnP. CG 6t1 C3'P 7u~u1'!'l ,: `+ ;]f 4C;~t:,:r1.4*lt~:T;.. - .. ... .a§,' ..';t ,+,~ ~. rz:~ccntr: .)rI'z:;Ivi c.cmc4~~;t:~? • ~ 004/004 C~IutE Cont*ol No: A~tnrd~ved: _ Apprbv~i Expire:. 1~ fir;.~~~r~~tager~ 3usiness :E~terp~is~ 1~;r~giram ~. I; ~ ~~ahrcvn>~ac~ar ~'~rL'orn~an~e ~or~ ------ _ _ ~~;~l2jT~4' i~Tt3FvZ 9 3c;zem;ar~.'W~ Phase i Tmpravements,Prajecr • • • SECTION 00500 CONSTRUCTION AGREEMENT THIS AGREEMENT is dated as of the ~ day of ~4. N(/ ~~ in the year Z~_ (effective date), by and between the City of Bozeman, Montana (hereinafter called OWNER) and Wtlltams Brother Construction, L.L.C. (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 in the Invitation to Bid and is described in detail in the Contract Documents and the technical construction drawings. 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 the Bozeman Water Reclamation Facility (WRF) Phase 1 Improvements Project. ARTICLE 3 -ENGINEER 3.01 The Project has been designed by: HDR Engineering Inc. Morrison-Maierle, Inc. Morrison-Maierle, Inc. 1715 S. Reserve St., Suite C 1 Engineering Place 2880 Technology Blvd., West Missoula, MT 59801 Helena, MT 59602 Bozeman, MT 59718 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. ARTICLE 4 -CONTRACT TIMES 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. B. The CONTRACTOR agrees to complete the work within the time(s) specified herein. 4.02 Days to Achieve Substantial Completion and Final Payment A. It is assumed for all milestone dates noted below, the Contract Notice to Proceed will occur on or before November 3, 2008. 1. The work associated with the completion of the new biological nutrient removal treatment train, including new bioreactors No. 2 and No. 3, Blower Building and aeration system modifications, Primary Effluent Pumping Station, new Secondary Clarifiers No. 5 and No. 6, and new RAS/WAS Station No. 2 shall be substantially complete and ready for startup on or before March 1, 2011. 2. The new biological nutrient removal treatment train, as identified in Article 4.02.A.1 above, shall be successfully started and placed into full operation on or before September 30, 2011. 3. All work shall be substantially complete and ready for OWNER'S utilization in accordance with Paragraph 1.04 of the General Conditions within 980 calendar days after the date when the Contract time commences to run, as provided in Paragraph 2.03 of the General Conditions. 00...60746 Bozeman WRF Phase 1 Improvements Project 12/17/2008 00500 - 1 4. All work will be completed and ready for final payment in accordance with Paragraph 14.07.B of the General Conditions within 1,075 calendar days after the date when the Contract time commences to run, as provided In paragraph 2.03 of the General Conditions. • 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 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 $1,500.00 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 $1,000.00 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. B. Liquidated damages for unscheduled employment of the ENGINEER shall be paid by the CONTRACTOR to the OWNER as specified in the Bid Form. ARTICLE 5 -CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of Thirty-six Million Three Hundred Sixty-two Thousand Two Hundred Thirty Three Dollars ($36,362,233.00) based on the prices stipulated in the Bid Form and subject to adjustment as provided in the Contract Documents. A. As provided in paragraph 11.01 of the General Conditions, CONTRACTOR agrees that lump sum amount(s) constitute full payment for the work and that these lump sum amount(s) represent a true measure of the labor and materials required to perform the work, including all allowances for overhead, profit, taxes, bonds, insurance, and all other costs for each type and unit of work called for in these Contract Documents. B. As provided in paragraph 11.03 of the General Conditions, estimated unit price quantities used for bidding purposes are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 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 General Conditions or other portions of 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 the ENGINEER once each month during performance of the Work as provided in paragraphs 6.02.A.1 and 6.02.A.2 below. All such progress payments will be measured by the schedule of values established in paragraph 2.OS.A of the General Conditions or in the case of Unit Price Work based on the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Form for each bid item, or, in the event there is no schedule of values, as provided in the General Conditions: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage of work completed but, in each case, less the aggregate of payments previously made and 00...60746 Bozeman WRF Phase 1 Improvements Project 12/17/2008 00500 - 2 less such amounts as ENGINEER may determine or OWNER may withhold, including but not limited to liquidated damages, in accordance with paragraph 14.02 of the General Conditions: • a. The OWNER shall retain 5% of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents. b. Retainage will be 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 the General Conditions). 2. Upon Substantial Completion and at the OWNER's discretion, the amount of retainage may be further reduced if requested by the CONTRACTOR. Reduction of retainage is at the sole discretion of the OWNER. OWNER is not obligated to reduce retainage. Amount of substantial completion payment will be reduced by such amounts as ENGINEER shall determine in accordance with paragraph 14.02.B.5 of the General Conditions and by 100% of ENGINEER's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 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. B. The application for final payment shall be accompanied by all releases and waivers in Contractor's possession for obligations for labor, equipment, materials, subcontracts, taxes, fee, professional services, rent and royalties arising out of or related to the Work; and an affidavit of Contractor certifying and warranting to Owner that all obligations for labor, equipment, material, subcontracts, taxes, fees, professional services, rent and royalties arising out of or related to the Work will be fully paid and satisfied on receipt of final payment, and agreeing that the Contractor will indemnify, hold harmless and defend Owner against any and all' claims, liabilities, demands, liens, • damages and expenses for any obligation or asserted obligation for labor, equipment, material, subcontracts, taxes, fees, professional services, rent and royalties arising out of or related to the Work. ARTICLE 7 -INTEREST 7.01 All moneys not paid when due as provided in Article 14 of Supplementary Conditions to 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 Article 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 or 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, performance, and furnishing 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), if any, which have been identified in the Supplementary Conditions 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 Supplementary Conditions 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 00...60746 Bozeman WRF Phase 1 Improvements Project 12/17/2008 00500 - 3 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 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, performance, or furnishing 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. F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing 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. ARTICLE 9 -CONTRACT DOCUMENTS . 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 6, inclusive); 2. Performance Bond (pages 1 to 2, inclusive); 3. Payment Bond (pages 1 to 2, inclusive); 4. General Conditions (pages 1 to 44, inclusive); 5. Supplementary General Conditions (pages 1 to 13, inclusive); 6. Funding Agency Special Provisions for Montana Public Works Facilities (pages 1 to 32 inclusive); 7. Specifications and Standard Details as listed in the Table of Contents of the Project Manual (included in Volumes 1, 2 & 5 of the Contract Manual); 8. Drawings consisting of a cover sheet and sheets numbered 1 through 475 inclusive, with each sheet bearing the following general title: Water Reclamation Facility Phase 1 Improvements; (Note: Drawings are included in Volumes 3 and 4); 9. Addenda (numbers 1 to 3, inclusive); • 10. Exhibits to this Agreement (enumerated as follows): 00...60746 Bozeman WRF Phase 1 Improvements Project 12/17/2008 00500 - 4 a. Notice of Award (pages 1 to 1 inclusive). b. CONTRACTOR'S Bid Form (pages 1 to 12, inclusive). c. Documentation submitted by CONTRACTOR prior to Notice of Award as bound within the Contract Manual Volume 1 as follows: 1. Aeration Blow Guaranteed Wire Power Letter. 2. Information Required of Bidders and attachments thereto. 3. Disadvantaged Business Enterprise Program forms 11. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed (pages 1 to 1, inclusive); b. Written Amendments; c. Work Change Directives; d. Change Orders. B. The documents listed in paragraph 9.O1.A are attached to this Agreement (except the Specifications, Standard Details and Drawing in Volumes 2, 3, 4, 5 will be provided under separate cover). 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 which are defined in Article 1 of the General Conditions will have the meanings indicated 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 Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may come 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 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. 00...60746 Bozeman WRF Phase 1 Improvements Project 12/17/2008 00500 - 5 10.05 Other Provisions A. The CONTRACTOR agrees to remedy all defects appearing in the work or developing in the materials furnished and the workmanship performed under this Agreement during the warranty period after the date of final acceptance of the work by the OWNER, and further agrees to indemnify and save the OWNER harmless from any costs encountered in remedying such defects. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed six copies of this Agreement. Two counterpart(s) have been delivered to OWNER, two to CONTRACTOR, one to ENGINEER, and one to the Montana Department of Environmental Quality. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on the date shown on page 1 (which is the Effective Date of the Agreement). [This Agreement shall not be effective unless and until concurred in by the FUNDING AGENCY's designated representative.] OWNER: City of Bozeman, MT Chris Kukulski_ Citv Manaeer ig('n~atur Attest l/ ( ignatut e) Address for givir~ notices: City of Bozeman P.O. Box 1230 Bozeman. MT 59771-1230 Phone: 406-582-2306 Facsimile: 406-582-2323 [CORPORATE SEAL] CONTRACTOR: Williams Brother Construction, LLC y: ~ ~~ (Signature) ~ ~. (Signature) Address for giving notices: 1031 Cerise Rd Billings, MT 59101 Phone: 406-259-9395 Fax: 406-248-6695 Montana Registration No: 146045 Agent for service of process: WBC, Billings, Barry Curtis Montana Contractors' Kegtstratton No Agent for service of process: The foregoing Contract, including all Contract Documents which are a part thereof, is in due form according to the law, and is hereby approved. /) By: Attorney of the City of Bozeman, Montana (Owner) END OF SECTION • s I~~ 00...60746 Bozeman WRF Phase 1 Improvements Project 12/17/2008 00500 - 6 ' PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Williams Brother Construction, LLC P.O. Box #1459 Billings, MT 59103 OWNER (Name and Address): City of Bozeman 411 East Main Street, P.O. Box 1230 Bozeman, MT 59771 SURETY (Name and Address of Principal Place of Business) Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183-6014 COUNTERSIGNED: HUB INTERNATIONIU. MOUNTAIN s uMITEo ~ c ~~ coNTRACT RENE C. LEVEAUX, G~~ a:~ Date: ~ Q Q c ~ Amount:TH TY-~I~ MILLION THREE HUNDRED SIXTY-TWO THOUSAND TWO HUNDRED THIRTY-THREE AND NO/100 ($36,362,233.00) Descriptions (Name and Location): Bozeman Water Reclamation Facility (WRF) Phase 1 Improvements Project, Bozeman, Montana SRF Project No. C303105-01, EPA STAG Project No. XP-97834301-0 BOND Bond Number: 105151150 ~~ OQ Date (Not earlier than Contract Date): ~ 2 1 AmOUnt:THIRTY-SIX MILLION THREE H NDRED SIXTY-TWO THOUSAND TWO HUNDRED THIRTY-THREE AND NO/100 ($36,362,233.00) Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. CONTRACTOR AS PRINCIPAL Company: Williams Brother Construction, LLC Signatu ~ c ~~ (Seal) Name nd itle: G~~ /n ~~ (Space is provided below for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL Company: Signature: _ Name and Title: (Seal) SURETY Travelers Casualty and ~ Surety's Name and C By: Signature an rtle (Attach Power of ttorney; Attest: Signature an itle Jenny SURETY rety C pa 1 of America (dal) Se John D. Le , Attorney-il-~uct__ . Clerical Surety's Name and Corporate Seal By: Signature and Title (Attach Power of Attorney) Attest: Signature and Title (Seal) EJCDC No. C-610 (2002 Edition) Originally prepared through the joint efforts of Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects. 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Contract, which is incorporated herein by reference. 2. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 3.1. 3. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 3.1. Owner has notified Contractor and Surety at the addresses described in Paragraph 10 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 fifreen 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 3.2 The Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declazed eazlier than twenty days after Contractor and Surety have received notice as provided in paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to: 1. The Surety in accordance with fire terms of the Contract; 2. Mother contractor selected pursuant to paragraph 4.3 to perform the Contract 4. When Owner has satisfied the conditions of Paragraph 3, Surety shall promptly and at Surety's expense take one of the following actions: 4.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract, or 4.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or • 4.30btain 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 prepazed for execution by Owner and the 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 6 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 4.4Waive 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. • 5. If Surety does not proceed as provided in Paragraph 4 with reasonable promptness, Surety shall be deemed to be in default on this Bond I S days after receipt of an additiona] 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 4.4, 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. 6. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 4.1, 4.2, or 4.3 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 a 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: 6.1The responsibilities of Contractor for correction of defective Work and completion of the Contract; 6.2Additional legal, design professional and delay costs resulting from Contractor's Default, and resulting from the actions or failure to act of Surety tinder Paragraph 4; and 6.3Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 7. 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 titan Owner or its heirs, executors, administrators, or successors. 8. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders and other obligations. 9. My 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 he 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 tninirnurn period of limitation available to sureties as a defense in the jurisdiction of the suit sltal] be applicable. 10. Notice to Surety, Owner or Contractor shall be mailed or delivered to fire address shown on the signature page. 11. 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 or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal 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 band. 12. Definitions. 12.1 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. 12.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 12.4 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 comply with the other terms thereof. FOR INFORMATION ONLY -Name, Address and Telephone Owner's Representative (engineer or other party): Surety Agency or Broker: Hub International Mountain States Limited P.O. Box 71 I Great Falls, MT 59403 (406)453-1464 r , C7 PAYMENT BOND • Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Williams Brother Construction, LLC P.O. Box #1459 Billings, MT 59103 OWNER (Name and Address): City of Bozeman 411 East Main Street, P.O. Box 1230 Bozeman, MT 59771 SURETY (Name, and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 061.83-6014 COUNTERSIGNED: HUB INTERNATIONAL MOUNTA~1 uMITEO CONTRACT ~'~'~ ~ ~'`'~ ENE . LEVEAU G~z a1 Effective Date of Agreement: ~ ~29'~~ An10Unt: THIRTY-SIX MILLION THREE HUNDRED SIXTY-TWO THOUSAND TWO HUNDRED THIRTY-THREE AND NO/100 ($36,362,233.00) DeSCrlptlOn Name and LOCatlon~: Bozeman Water Reclamation Facility (WRF) Phase 1 Improvements Project, Bozeman Montana SRF Project No. C303105-01, EPA STAG Project No. XP-97834301-0 BOND Bond Number: 105151150 Date (Not earlier tha Effective Date of Agreement): ~ ~Zg~o °1 AC110Urit: THIRTY-SIX MILLION THREE HUNDRED SIXTY-TWO THOUSAND TWO HUNDRED THIRTY-THREE AND NO/100 ($36,362,233.00) 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 Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL Williams Brother Construction, LLC (Seal) Contractor's Name and C~o~rp~lo~r^ate Seal By: c l/~/~" ~ gnat e .J~1flt/ .~, 1.t/iGyAms Print Name Gc~z /'~~R Title Attest: _~i~~ ~cf//~~~t~ Signature ~~~~~ Title SURETY Travelers Casual and Sure Com an of Arq}erica (Seal) _ , _ Surety's Name orpor S ~" By. _ . ~. Signat a (Attach Power o Attorney) - John D. Leaf Print Name Attorney-in-Fact Tit Attest: ° ~`~- gnature Jenny Johnson, Bond Clerical 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 • xyF „~ 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: l . 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. 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 • • 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 afirst-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) Surety Agency or Broker: Hub International Mountain States Limited P.O. Box 711 Great Falls, MT 59403 (406) 453-1464 Owner's Re resentative (En ineer or other): {MW001504;1} EJCDC C-615(A) Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Paee 3 of 3 • THIS POWER OF ATTORNEY IS INVALID WITHOUT This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboazd Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company ~f- America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vic President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretazy; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in .his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Mazine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Conipany ul America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorne}~ executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY R'HEREOF, I have hereunto set my hand and affixed the seals of said Companies this ~~~ day of ~Qh UQr ~~ , 20~ LJ Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED. This is to certify that: • WILLIAMS BROTHER CONSTRUCTION, LLC. 1123 CERISE ROAD BILLINGS, MT 59101 L~e~. A Liberty Mutual Company P.O. Box 4555 Portland, Oregon 97208-4555 (403)239-5800 Is, at the date of the certificate, insured by the Company under the policy (ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may he issued 1 EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. LAW LIMIT OF LIABILTTY COVERAGE B OF FOLLOWING STATES B.l. by $1,000,000 Each Accident Accident WORKERS' 7-1-09 WC4-1NC-009847 IDAHO COMPENSATION MONTANA B.I. by $1,000,000 Policy Disease Limi[ OREGON B.l.by $1,000,000 Each Disease Employee MARITIME COVERAGE-FOLLOWBVG STATES LIMIT OF LIAB.-MARITIME COVERAGE GENERAL LIABILITY -Commercial General General Aggregate $ O Liability (Occurrence) Products Comp/OPS Aggregate $ Owner's and Personal & Advertising Injury $ O Contractor's Protective Each Occurrence $ Fire Damage (My one person) $ Medical Expense (Any one person) $ AUTOMOBILE LIABILITY CSL $ O Any Auto O All owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ ^ Hired Autos Property Damage $ O Non-owned Autos Gazage Liability OTHER FAX: LOCATION(S) OF OPERATIONS & JOB # (IF APPLICABLE) DESCRIPTION OF OPERATIONS ALL LOCATIONS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE CANCELLATION ISSUING COMPANY WILL ENDEAVOR TO MAIL 45 DAY WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, OR REPRESENTATIVES. MAILED TO: CITY OF BOZEMAN POB 1230 BOZEMAN, MT 59771 • CERTIF /Version 1.0 LNW 3004E 11/97 AUTHORIZED REPRESEN ATIVE January 20, 2009 COEUR D'ALENE, ID DATE ISSUED OFFICE t • • Client: 134463 25WILBROT1 ACORD CERTIFICATE OF LIABI-CITY INSURANCE 1oonrvv) Tb 1/13/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION International ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Park Drive South HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Great Falls, MT 59403 406 453-1464 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Travelers Indemnity CO Williams Brother Construction LLC INSURER B: Travelers Indemnity Co ' INSURER c: Travelers Indemnity Company 1123 Cerise Rd, PO Box 1459 INSURER D: Billings MT 59103 INSURER E: 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 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I R LTR ~ NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMfDD POLICY EXPIRATION DATE MM/ D/YY LIMITS /~ GENERAL LIABILITY DTC0325D37581ND08 04!15!08 04115/09 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED a300 OQO CLAIMS MADE ~ OCCUR MED EXP (Any one person) $5 p00 PERSONAL&ADVINJURY $1 UDO Q00 GENERAL AGGREGATE $2 ODO ODU X GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $2000U00 POLICY X PE O- LOC B AU TOMOBILE LIABILITY DT810325D3758TIL08 04/15108 04/15/09 COMBINED SINGLE LIMIT E i $1 OI)Q 000 X ANY AUTO a acc dent) ( , ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) - $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Peracddent} PROPERTY DAMA GE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO F~ ACC OTHER THAN $ AUTO ONLY: AGG $ C EXCESSIUMBRELLA LIABILITY DTSMCUP325D3758TIL 04/15/08 04115!09 EACH OCCURRENCE $5 000 000 X OCCUR ~ CLAIMS MADE AGGREGATE $5 OQO QQO DEDUCTIBLE g X RETENTION $ 10 QOQ $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERlEXECUTIVE E.L. FJiCH ACCIDENT $ OFFICERlMEMBER EXCLUDED? E.L. DISEASE - E4 EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS tielaw E.L. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS ! VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Re: Project No. SRFC30310501, Bozeman Water Reclamation Facility (WRF) Phase I Improvements, Bozeman, Montana. Owner, City of Bozeman, Montana; Engineer-HDR Engineering, Inc.; Engineer's Consultants -Morrison-Maierle, Inc., are additional insureds on a primary and non-contributory basis respects this project as their interests (See Attached Descriptions) City of Bozeman, Montana 411 East Main Street Bozeman, MT 59715 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~,_ 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 REPRESENTATIVES. A~10RIZED REPRESENTATIVE ACORD 25 (2001!08) 1 Of 3 #S397981M26758 LWA ©ACORD CORPORATION 1988 ~_J • DESGRIPTIONS (Gontinlued from Page 1) a ear if required by written contract; Waiver of Transfer of Rights of Recovery against r, Subcontractors, Engineer, Engineer's Consultants applicable respects this project i quired by written contract. *This certificate amends & replaces certificate dated 12123108* AMS 25.3 (2001108) 3 of 3 #S397981M26758 • • 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. ACORD 25-S (2007/08) 2 of 3 #S39798/M26758 • • 25WILBROT1 ACORD,M EVIDENCE OF COMMERCIAL PROPERTY INSURANCE DATE(MMIDD/YYYY) 12!23!2008 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND IVILEGES AFFORDED UNDER THE POLICY. UCER NAME, CONTACT PHONE SON AND ADDRESS AIC No Ext : COMPANY NAME AND ADDRESS NAIC NO: 22136 arc No : Great American Insurance Company of NY aDORless: lori.walker@hubinternational.com 580 Walnut Street, 12th Floor Hub International Cincinnati, OH 45202 PO Box 711 Great Falls, MT 59403 CODE: SUB CODE: ~cETCV 134463 IF MULTIPLE COMPANIES, COMPLETE SEPARATE FORM FOR EACH NAMED INSURED AND ADDRESS Williams Brother Construction LLC; LOAN NUMBER POLICY NUMBER 1123 Cerise Rd, PO Box 1459 IMP6597885 Billings MT 59103 EFFECTNE DATE EXPIRATION DATE CONTINUED UNTIL 01/01/2009 01/01/2012 TERMINATED IF CHECKED ADDITIONAL NAMED INSUREDS) THIS REPLACES PRIOR EVIDENCE DATED: City of Bozeman, Montana; Subcontractors; HDR Engineering Inc' Morrison-Maierle Inc. 1 1 IL1-VISIIIIM 1 IVIY use auuluonal sneeCS Ir mores ace 15 re utrea ' LO CATI O NlDESCRIPTI O N Proj No SRFC30310501, Bozeman Water Recl Facility (WRF) Phase I Improvements, Bozeman, Montana ~ Builder's Risk CCIVFRGr:FIIJFr1RMATIr1W ....,,~~.-.~~......~,,.,.. _._._ ___._ ., ____._. COMMERCIAL PROPERTY COVERAGE AMOUNT OF INSURANCE: S 36,362,233 5,000 DED: ES 0 BUSINESS INCOME /RENTAL VALUE If YES, LIMIT: Actual Loss Sustained # of months: BLANKET COVERAGE If YES, indicate amount of insurance on properties identified above: $ TERRORISM COVERAGE Attach signed Disclosure Notice /DEC IS COVERAGE PROVIDED FOR "CERTIFIED ACTS" ONLY? X If YES, SUB LIMIT: DED: IS COVERAGE A STAND ALONE POLICY? If YES, LIMIT: DED: OES COVERAGE INCLUDE DOMESTIC TERRORISM? If YES, SUB LIMIT: DED: RAGE FOR MOLD If YES, LIMIT: DED: MOLD EXCLUSION (If "YES", specify organization's form used) REPLACEMENT COST X AGREED AMOUNT COINSURANCE If YES, °/ EQUIPMENT BREAKDOWN (If Applicable) X If YES, LIMIT: 36,362,233 DED: 5,000 LAW AND ORDINANCE -Coverage for loss to undamaged portion of building If YES, LIMIT: DED: - Demolition Costs If YES, LIMIT: DED: - Incr. Cost of Construction If YES, LIMIT: DED: EARTHQUAKE (If Applicable) x If YES, LIMIT: 1000000 DED: 50,000 FLOOD (If Applicable) x If YES, LIMIT: 1000000 DED: 50,000 WIND /HAIL (If Separate Policy) If YES, LIMIT: DED: PERMISSION TO WAIVE SUBROGATION PRIOR TO LOSS X Iu4111y JIJCNgI LrV11VIVV115 fuse auaalonal sneers Ir more space Is requrrela) Temporary Structures-$100,000; Materials while in transit-$250,000; Stored materials temporary locations-$500,000; forms/scaffolding $100,000; Removal Expense-$100,000; Fire Dept Service charge (See Attached Remarks) CANCELLATION THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD. SHOULD THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 45 DAYS WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT INTEREST, IN ACCORDANCE WLTH THE POLICY PROVISIONS OR AS REQUIRED BY LAW. AUUI I IUNAL INTEREST NAME AND ADDRESS LENDER SERVICING AGENT NAME AND ADDRESS See above MORTGAGEE A ORIZED REPRESENTATIVE LOSS PAYEE ~~ ACORD 28 (2003110) 1 of 2 471 LWA ©ACORD CORPORATION 2003 • • REMARKS (Continued .from page 1.) X5.000 SAGITTA 28.4 (10/03) 2 of 2 471 LWA • • Client: 134463 25WILBROT1 ACORDTM CERTIFICATE OF LIABILITY INSURANCE 01114109D~) PRODUCER THlS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION International oX 711 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Great Falls, MT 59403 406 453-1464 INSURERS AFFORDING COVERAGE NAIL # INSURED INSURER A: TrayelerS Indemnity Company City of Bozeman INSURER B: 411 East Main Street INSURER c: Bozeman, Montana 59715 ~ INSURER o: INSURER E: 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 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR D NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/D POLICY EXPIRATION DATE MM/DD LIMITS GENERAL LIABILITY DTPRS1528M23AIND09 01/01/09 01/01/10 EACH OCCURRENCE $1 000 000 DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY ,$ CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ /~ Q(;P PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $2 ~~0 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ POLICY PRO LOC JECT AUT OMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN ~+ ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA DABILITY EACH OCCURRENCE $ OCCUR ~ CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WC STATU- OTH- WORKERS COMPENSATION AND EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L, DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS Re: Project No. SRFC30310501, Bozeman Water Reclamation Facility (WRF) Phase I Improvements, Bozeman, Montana. Owner, City of Bozeman, Montana; Engineer-HDR Engineering, Inc.; Engineer's Consultants -Morrison-Maierle, Inc. are additional insureds on a primary and non-contributory basis (See Attached Descriptions) TE HOLDER City of Bozeman, Montana 411 East Main Street Bozeman, MT 59715 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIDN DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _Q~ 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 AI,(~IORIZED REPRESENTATIVE ACORD 25 (zoos/o8) 1 of 3 #S412581M41257 LN-A ©AGORD CORPORATION '19SS • • ., `DESCRIPTIONS (Continued from Page 1) ~ this project as their interests appear if required by written AMS 25.3 (2001108) 3 of 3 #541258/M41257 • • 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. AGORD 25-5 (ZD01I08) 2 of 3 #S41258/M41257 :7 • • • HUB INTERNATIONAL ~ FLYNN INSURANCE AGENCY Wyoming, Montana, Idaho & North Dakota January 14, 2009 Mr. Craig Brawner, P.E. Morrison Maierle, Inc. PO Box 1113 Bozeman, MT 59771-1113 Re: Williams Brother Construction Bozeman WRF Phase 1 Dear Craig, Pursuant to our conversation this afternoon, we have reviewed the insurance specifications for the referenced project and hereby advise that WBC's insurance coverages meet the contract specifications.as contained in General and Supplementary Conditions. Pursuant to your a-mail to Mr. Barry Curtis of WBC, dated 1/13/07, and our subsequent conversation, I offer the following: • 1) An original OCP policy was mailed to the City of Bozeman on January 7, 2009. The City is named insured and HDR and MM are additional insureds under this policy. We are including a certificate of insurance on this policy for your records. 2) This letter serves to notify you that WBC is in compliance with contract insurance requirements. We are enclosing a revised certificate for general liability, auto liability, and excess liability. 3) As respects the property insurance (builder's risk policy), per conversation, the term "all risk" has been replaced by the term "special" perils. This has been an insurance industry standard for quite a number of years. We are enclosing a certificate of insurance for the builder's risk policy, which also includes coverage for materials stored off-site and in transit, in addition to the on-site coverages. We trust that this letter and enclosures will enable WBC to proceed with project. appreciate your prompt call back and clarifications regarding insurance requirements. Please give me a call or a-mail if you have any questions or we • Phone (406} 453-1464 • Fax (406) 453-0073 Toll Free 1-800-823-3596 100 Park Drive South • P.O. Box 711 • Great Falls, MT 59403 • • • can be of further service. Sincerely, Dick Smith Account Executive Dick.smith(a~hubinternational.com Phone 406 771-9973 Fax 406 771-0073 DS/lw Encls. cc: Mr. Barry Curtis, WBC, Billings Mr. John Williams, WBC, Spokane • • • • SECTION 00700 GENERAL CONDITIONS EJCDC DOCUMENT NO. C-700, 2002 EDITION (48 pages) (Pages are numbered 1 through 48) 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 00700 - I NOTE: THIS DOCUMENT HAS BEEN AMENDED FOR THIS PROJECT AND CONTROLLING LAW. This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By A C E C National Society of Professional Engineers ~~~~ gmerican Society f CI II E 1 AMLRTCAN COUNCIL OF FNGlNEEAMG COMFANlES Protesslonal Engineers in Private Practice O V Dg 11 eEfS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN COUNCIL OF ENGINEERING COMPANIES AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by ~' The Associated General Contractors of America ~;~ Knowledge for Creating and Sustaining the Suitt Emironmeni Construction Specifications Institute \J 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 1 NOTE: Deletions from the Standard EJCDC General Conditions are shown by st}il~eetrt. Additions to the Standard EJCDC General Conditions are Underlined. Adaptation of Standard General Conditions prepared by Morrison-Maierle, Inc. • Initial Issue: 6/30/03 Copyright ©2002 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 • American Council of Engineering Companies 1015 15th Street, N.W., Washington, DC 20005 American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor Nos. C-520 or C-525 (2002 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC Construction Documents, General and Instructions (No. C-001) (2002 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. C-800) (2002 Edition). MMI No. C-700 (2003 Edition) 6/30/03 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 2 TABLE OF CONTENTS • Page ARTICL E 1 -DEFINITIONS AND TERMINOLOGY ............................................................................................................. 3 1.01 Defined Terms .............................................................................................................................................................. 3 1.02 Terminology ................................................................................................................................................................. 3 ARTICLE 2 -PRELIMINARY MATTERS ............................................................................................................................... 3 2.01 Delivery of Bonds and Evidence oflnsurance ............................................................................................................. 3 2.02 Copies of Documents ................................................................................................................................................... 3 2.03 Commencement of Contract Times; Notice to Proceed ....................................................::......................................... 3 2.04 Starting the Work ......................................................................................................................................................... 3 2.05 Before Starting Construction ....................................................................................................................................... 3 2.06 Preconstruction Conference ........................................................................................................................................ 3 2.07 Initial Acceptance of Schedules ................................................................................................................................... 3 ARTICL E 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ........................................................................ 3 3.01 Intent ............................................................................................................................................................................ 3 3.02 Reference Standards .......................:............................................................................................................................ 3 3.03 Reporting and Resolving Discrepancies ...................................................................................................................... 3 3.04 Amending and Supplementing Contract Documents ................................................................................................... 3 3.05 Reuse of Documents ..................................................................................................................................................... 3 3.06 Electronic Data ............................................................................................................................................................ 3 ARTICL E 4 -AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS .................................................................................................. 3 4.01 Availability of Lands .................................................................................................................................................... 3 4.02 Subsurface and Physical Conditions .....................:..................................................................................................... 3 4.03 Deering Subsurface or Physical Conditions .............................................................................................................. 3 4.04 4.05 ...... .... ..................... Underground Facilities ................................................................................:.... ........ ................... Reference Points .......................................................................................................................................................... 3 3 • 4.06 Hazardous Environmental Condition at Site ............................................................................................................... 3 ARTICL E 5 -BONDS AND INSURANCE ............................................................................................................................... 3 5.01 Performance, Payment, and Other Bonds ...................................................:............................................................... 3 5.02 Licensed Sureties and Insurers .................................................................................................................................... 3 5.03 Certificates of Insurance .............................................................................................................................................. 3 5.04 Contractor's Liability Insurance ................................................................................................................................. 3 5.05 Owner's Liability Insurance ........................................................................................................................................ 3 5.06 Property Insurance -Purchased by Contractor .......................................................................................................... 3 5.07 Waiver of Rights .......................................................................................................................................................... 3 5.08 Receipt and Application of Insurance Proceeds .......................................................................................................... 3 5:09 Acceptance of Bonds and Insurance; Option to Replace ............................................................................................. 3 5.10 Partial Utilization, Acknowledgment of Property lnsurer ........................................................................................... 3 ARTICL E 6 -CONTRACTOR'S RESPONSIBILITIES ............................................................................................................ 3 6.01 Supervision and Superintendence ................................................................................................................................ 3 6.02 Labor; Working Hours ................................................................................................................................................ 3 6.03 Services, Materials, and Equipment ............................................................................................................................ 3 6.04 Progress Schedule ....................................................................................................................................................... 3 6.05 Substitutes and "Or-Equals" ....................................................................................................................................... 3 6.06 Concerning Subcontractors, Suppliers, and Others .......................................................................................:............ 3 6.07 Patent Fees and Royalties ........................................................................................................................................... 3 6.08 Permits ......................................................................................................................................................................... 3 6.09 Laws and Regulations .................................................................................................................................................. 3 6.10 Tuxes ............................................................................................................................................................................ 3 6.11 Use of Site and Other Areas ....................................................................................................................................:... 3 6.12 Record Documents ........................................................................................................:.............................................. 3 6.13 Safety and Protection ................................................................................................................................................... 3 . 6.14 Safety Representative ................................................................................................................................................... 3 6.15 Hazard Communication Programs .......................................................................:...................................................... 3 6.16 Emergencies ................................................................................................................................................................. 3 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 3 6.17 Shop Drawings and Samples ..........:............................................................................................................................ 3 6.18 Continuing the Work .................................................................................................................................................... 3 6.19 Contractor's General Warranty and Guarantee ......................................................................................................... 3 6.20 Indemniftcation ....................................................................... 3 • 6.21 ..................................................................................... Delegation of Professional Design Services ................................................................................................................3 ARTICL E 7 -OTHER WORK AT THE SITE ........................................................................................................................... 3 7.01 Related Work at Site .................................................................................................................................................... 3 7.02 Coordination ................................................................................................................................................................3 7.03 Legal Relationships .....................................................................................................................................................3 ARTICLE 8 -OWNER'S RESPONSIBILITIES ........................................................................................................................3 8.01 Communications to Contractor ................................................................................................................................... 3 8.02 Replacement of Engineer ................................:............................................................................................................3 8.03 Furnish Data ................................................................................................................................................................ 3 8.04 Pay When Due ............................................................................................................................................................. 3 8.05 Lands and Easements; Reports and Tests .................................................................................................................... 3 8.06 Insurance ..................................................................................................................................................................... 3 8.07 Change Orders ............................................................................................................................................................ 3 8.a8 Inspections, Tests, and Approvals ................................................................................................................................ 3 8.09 Limitations on Owner's Responsibilities ..................................................................................................................... 3 8.10 Undisclosed Hazardous Environmental Condition ...................................................................................................... 3 8.11 Evidence of Financial Arrangements .......................................................................................................................... 3 ARTICL E 9 -ENGINEER'S STATUS DURING CONSTRUCTION ..............................................................:.......................3 9.01 Owner's Representative ..................................................................................:............................................................ 3 9.02 Visits to Site ................................................................................................................................................................. 3 9.03 Project Representative ................................................................................................................................................. 3 9.04 Authorized Variations in Work ....................................................................................................................................3 9.05 Rejecting Defective Work ............................................................................................................................................ 3 9.06 Shop Drawings, Change Orders and Payments .......................................................................................................... 3 9.07 Determinations for Unit Price Work ........................................................................................................................... 3 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work ......................................................... 3 9.09 Limitations on Engineer's Authority and Responsibilities ..........................................................................................3 • ARTICL E 10 -CHANGES IN THE WORK; CLAIMS ............................................................................................................. 3 10.01 Authorized Changes in the Work .............................................................................................................................3 10.02 Unauthorized Changes in the Work ..........:.............................................................................................................. 3 10.03 Execution of Change Orders ................................................................................................................................... 3 10.04 Notification to Surety ................................................................. ...................................................... 3 ........................ 10.05 Claims ......................................................................................................................................................................3 ARTICLE 11 -COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK ...................................................................3 11.01 Cost of the Work ...................................................................................................................................................... 3 11.02 Allowances ...............................................................................................................................................................3 11.03 Unit Price Work ....................................................................................................................................................... 3 ARTICLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES .......................................................3 12.01 Change of Contract Price ........................................................................................................................................ 3 12.02 Change of Contract Times ....................................................................................................................................... 3 12.03 Delays ......................................................................................................................................................................3 ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 3 13.01 Notice of Defects ......................................................................................................................................................3 13.02 Access to Work .........................................................................................................................................................3 13.03 Tests and Inspections ............................................................................................................................................... 3 13.04 Uncovering Work .....................................................................................................................................................3 13.05 Owner May Stop the Work ....................................................................................................................................... 3 13.06 Correction or Removal of Defective Work ............................................................................................................... 3 13.07 Correction Period ....................................................................................................................................................3 13.08 Acceptance of Defective Work .................................................................................................................................3 13.09 Owner May Correct Defective Work ....................................................................................................................... 3 ARTICLE 14 -PAYMENTS TO CONTRACTOR AND COMPLETION ................................................................................ 3 14.01 Schedule of Values ...................................................................................................................................................3 • 14.02 Progress Payments .................................................................................................................................................. 3 14.03 Contractor's Warranty of Title ................................................................................................................................3 14.04 Substantial Completion ............................................................................................................................................3 14.05 Partial Utilization ....................................................................................................................................................3 14.06 Final lnspection .......................................................................................................................................................3 00...60746 Bozeman WRF Phase 1 Improvements Project 7!10/2008 4 14.07 Final Payment ..........................................................................................................................................................3 14.08 Final Completion Delayed .......................................................................................................................................3 14.09 Waiver of Claims ................................................................................................................................................... .. 3 ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION ........................................................................................ ..3 15.01 Owner May Suspend Work .................................................................................................................................... .. 3 15.02 Owner May Terminate for Cause .......................................................................................................................... • .. 3 15.03 Owner May Terminate For Convenience .............................................................................................................. .. 3 15.04 Contractor May Stop Work or Terminate .............................................................................................................. .. 3 ARTICLE 16 -DISPUTE RESOLUTION ................................................................................................................................ .. 3 16.01 Methods and Procedures ....................................................................................................................................... .. 3 ARTICLE 17 -MISCELLANEOUS ......................................................................................................................................... .. 3 17.01 Giving Notice .................................................:......................................................................................................... 3 17.02 Computation of Times ..............................................................................................................................................3 17.03 Cumulative Remedies ...............................................................................................................................................3 17.04 Survival of Obligations ............................................................................................................................................3 17.05 Controlling Law .......................................................................................................................................................3 17.06 Headings ................................................................................................................................................................ ..3 [THE REST OF THIS PAGE INTENTIONALLY LEFT BLANKI • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/IO/2008 5 GENERAL CONDITIONS • ARTICLE 1 -DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda--Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement--The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. The definition of the word "Contract" is synonymous with the word "Agreement" and is used interchangeably in the Contract Documents. 3. Application for Payment--The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos--Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid--The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder--The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents--The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements--The Advertisement or Invitation to Bid, Instructions to Bidders, bid security of acceptable form, if any, and the Bid Form with any supplements. 00...60746 9. Change Order--A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim--A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract--The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents-- Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor's submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price--The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times--The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any, (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for fmal payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor--The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work--See Paragraph 11.O1.A for defmition. 17. Drawings--That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement--The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer--The individual or entity named as such in the Agreement. 20. Engineer's Consultant-An individual or Bozeman WRF Phase 1 Lnprovements Project 6 7/10/2008 enti having a contract with Engineer to furnish services as Engineer's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 21. 28: Field Order--A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 22. 2-1: General Requirements--Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 23. ~ Hazardous Environmental Condition-- The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or .property exposed thereto in connection with the Work. 24. ~ Hazardous Waste--The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 25. 24-. Laws and Regulations; Laws or Regulations--Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 26. ~ Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. ~ Milestone--A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 28. ~ Notice of Award--The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 29. ~ Notice to Proceed--A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 30. ~9: Owner--The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilization--Use by Owner of a substantiall~ompleted part of the Work for the purpose for which it is intended (or a related purposeLprior to Substantial Completion of all the Work. 32.38: PCBs--Polychlorinated biphenyls. • 33. ~ Petroleum--Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 34. 32- Progress Schedule--A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 35. 3~ Project--The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 36.34- Project Manual--The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 37. ~ Radioactive Material--Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 38. ~ Related Entity -- An officer, director, partner, employee, agent, consultant, or subcontractor. 39. 3~ Resident Project Representative--The authorized representative of Engineer who may be assigned to the Site or any part thereof. 40. 38. Samples--Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 41. 39: Schedule of Submittals--A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 42.4A: Schedule of Values--A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 7 • • 43. 4-~ Shop Drawings--All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 44. 4~ Site--Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of- way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 45. 4~ Specifications--That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 46. 44 Subcontractor--An individual or entity having a duect contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 47. 4~ Substantial Completion--The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof] can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 48. 46: Successful Bidder--The Bidder submitting a responsive Bid to whom Owner makes an award. 49. 47-: Supplementary Conditions--That part of the Contract Documents which amends or supplements these General Conditions. 50. 4$: Supplier--A manufacturer, fabricator, supplier, distributor, materiahnan, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or any Subcontractor. 51.49: Underground Facilities--All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 52. ~ Unit Price Work--Work to be paid for on the basis of unit prices. various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 54. 3~: Work Change . Directive--A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The following words or terms are not defined but, when used in the Bidding Requirements or Contract Documents, have the following meaning. B. Intent of Certain Terms or Adjectives 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered", "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action or determination will be solely to evaluate, in general, the Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. 53. ~ Work--The entire construction or the 00...60746 Bozeman WRF Phase 1 Improvements Project 8 7/10/2008 D. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents, or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or c. has been damaged prior to Engineer's recommendation of fmal payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E. Furnish, Install, Perform, Provide 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in fmal position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "provide" is .not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases which have awell-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. started, Contractor der shall earth-deliver to Owner the-ether, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor ^a ^^m°~ °^+~~~°'~~ r° is required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the .Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. Following the execution of the Agreement by the Owner and the Contractor, written Notice to Proceed with the Work shall be ivg en by the Owner to the Contractor. The Contract Times will commence to run on the .w;..t:°.r, a°.. °~°,..~,° OFF ^.;..° n°~° .,F+~,° n ,,,.°°...°.,+ -, ;F ° *T^t:^° *^ Dr°^°°a : ~, ^^ '~° day indicated lri the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. ~-;~~event will-tlto-Eentraet Tomes e 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule; indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and B. Evidence of Insurance: Before Owner will execute the Agreement, and before any Work at the Site is 00...60746 Bozeman WRF Phase 1 Improvements Project 9 7/10/2008 • • • 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when. added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 4. a preliminary list of construction equipment with hourly rates, owned or rented by the Contractor and all Subcontractors that will be used in the performance of the Work. The equipment list will include information necessary to confirm the hourly rates in accordance with Paragraph 11.O1A.5.c of these General Conditions including: make, model. and year of manufacture as well as the horse power capaci or weight and accessories 2.06 Preconstruction Conference A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.OS.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.07 Initial Acceptance of Schedules A ~^ 2_ nt i v it n n v {~ {~ F 4t.. C 4 • .w u;J ~ b~er~~e-s~ed~eles subrn-fitted--in-asserdanee-with nn..n,...n..t, n nc n rn.„4rn..4i... nl...tt >,,,..,. ,. ,.aa.4____, , n b` Y ~ncL>=n „{~vr.:4 41,0 ,.1,x,7„le RT.. ...a ..t...tt L„ ode-te--r'entraste~- until QeEeptable s~hedales are «n ~., A. Prior to the first application for kavment all schedules and documents identified in paragraph 2 OS A of these General Conditions shall be fmalized and acceptable to the Engineer and Owner No pro ess Pavment shall be made to Contractor until acceptable schedules are submitted to Engineer and Owner as provided below. Acceptance of these schedules and documents by either Engineer or Owner will neither impose on Engineer or Owner responsibility for the sequencing scheduling or progress of the Work and will not interfere with or relieve Contractor from Contractor's full responsibility therefore. • 1. The Progress Schedule will be acceptable to Engineer and Owner if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer and Owner responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 00...60746 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. 4. Contractor's Schedule of Equipment will be acceptable to Engineer as to form and substance if it provides the necessary information to reference the equipment and establish the hourly rates in accordance with paragraph 11.O1.A.S.c of these General Conditions. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. Bozeman WRF Phase I Improvements Project 10 7/10/2008 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, or Engineer, or any of, their Related Entities, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, Contractor shall promptly. report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure. to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work maybe authorized, by one or more of the following ways: 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample; (Subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier or other individual or entity performing or furnishing all of the Work under a direct or indirect contract with Contractor, shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or Engineer's consultants, including electronic media editions; or 2. reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other. project without written consent of Owner and Engineer and specific written verification or adaption by Engineer. B. The prohibition of this Paragraph 3.05 will survive fmal payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Copies of data furnished by Owner or Engineer to Contractor or Contractor to Owner or Engineer that may. be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 II • • sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60- day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 00...60746 D. If it is necessary or desirable that the Contractor use land outside of the Owner's easement or ri t-of--way, the Contractor shall obtain written consent from the property owner and tenant of the land. The Contractor shall not enter for materials delivery or occupy for any other purpose with men, tools, equipment, construction materials. or with materials excavated from the site, any private property outside the desig an ted construction easement boundaries or ri t-of--way without written permission from the property owner and tenant. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that Engineer has used in preparing the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Deering Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or Bozeman WRF Phase I Improvements Project 12 7/10/2008 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. Contractor shall notify the Owner and Engineer in writing about differing subsurface or physical conditions within 5 days of discovery and before disturbing the subsurface as stated above. No claim for an adjustment in the contract price or contract times (or Milestones) will be valid for differing, subsurface or physical conditions if procedures of this para~nh 4.03 are not followed. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and. Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, Owner and Engineer, and any of their Related Entities shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction, and d. the safety and protection of all such a. Contractor knew of the existence of such Underground Facilities and repairing any conditions at the time Contractor made a final damage thereto resulting from the Work. commitment to Owner with respect to Contract Price and Contract Times by the submission of a B. Not Shown or Indicated Bid or becoming bound under a negotiated contract; or 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 13 • • • 1. If an Undergound Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable • accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragaph 6.16.A), identify the owner of such Undergound Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Undergound Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Undergound Facility. During such time, Contractor shall be responsible for the safety and protection of such Undergound Facility. • 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Undergound Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agee on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in gades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the Engineer in the preparation of the Contract Documents. 00...60746 B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and progams incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D, If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Envirorunental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragaph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained .any required permits related thereto and delivered to Contractor written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agee as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is Bozeman WRF Phase 1 Improvements Project 14 7/10/2008 ageed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragaph 10.05. F. If after receipt of such. written notice Contractor does not agee to resume such Work based on a reasonable belief it is unsafe, or does not agee to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and .Contractor cannot agee as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragaph 4.06. G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals .and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragaphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 -BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when fmal payment becomes due or until completion of the correction period specified in Paragaph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent must be accompanied by a certified copy of the agent's authority to act. All bonds si ng ed by an agent must have a Power of Attorney form attached to the Bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragaph S.O1.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragaphs S.O1.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that .are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. • • • 00...60746 Bozeman WRF Phase t Improvements Project 7/10/2008 IS • • B. An Authorized Representative of the insurance company for the Contractor shall review the specified insurance requirements of Article 5 and shall provide to each insured and to each additional insured a letter stating that the requirements of Article 5 have been reviewed and certi ing that the Contractor has as a minimum, provided the insurance covera e,~ as required bX Article 5. C. All insurance required to be provided under Article 5 shall be written in such a manner as to afford primary insurance coverage (as opposed to excess or secondary coverage) as to meet or exceed the insurance requirements for all insureds and additional insureds and the respective directors officers partners employees agents and other consultants and subcontractors of each and any of all such additional insureds 5.04 Contractor's Liability Insurance A. Contractor shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages against Contractor because of bodily injury, grope damage, occupational sickness, accident or disease, or death of or to Contractor's employees; 3. claims for damages because of bodily injury, sickness, er disease, property damage, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 00...60746 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. 7. The Liability Policy purchased by Contractor will provide that the defmition of bodil,~mjury will include claims for mental an ug ish. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insured (su ~ z t~ ^ ~°*~~^n ~^'••~~~~ ^.-ac..,. ~^~°°°~^~^' '~^'~~'~'~~` Owner and Engineer, =mss" Engineer's Consultants and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall. provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled; materially changed or renewal refused until at least 38 fo -five 45 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 6. remain in effect for a period of at least axti-1 one year following fmal payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and Bozeman WRF Phase I Improvements Project 16 7/10/2008 7. with respect to completed operations insurance, and any insurance coverage written on a claims-made basis, remain in effect for at least twe three years after final payment. a. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and ene for each year thereafter until this provision is satisfied. 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance -Purchased by Contractor A. Unless otherwise provided in the Supplementary Conditions, 9wr-er Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of Owner, Contractor, Subcontractors, Sub-subcontractors, and Engineer, Engineer's Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at-least include insurance for physical loss or damage to the Work, including machinery and testing of machinery (including electrical units), temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, (other than caused by flood) and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment in transit for incorporation in the Work or stored at the Site or at another location prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. be endorsed to allow occupancy and to allow for partial utilization of the Work by Owner; and specifically endorse the Builder's Risk policy to allow for such action; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 39 45 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. C. Contractor shall be responsible for anX deductible or self-insured retention. D. E All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained by Contractor in accordance with Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 38 45 days prior written notice has been given to Owner and Contractor and_ to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. The qualifications of the insurance company shall comply with the requirements of para~rayh 5.02 and the Supplementary Conditions. E. v-.~~"~er shad-ix~v~iespc~iisi~'~c° -Fro^r n: F. n,i ,., tt,:n Dn ..t, [ !l~ t., .,t°..t tl,° .,r° ~tt_~£- v ..t,-n nt...- Q.,l.n^r~trnnt^r.. ntt.n«n ..,. tL.n ~17~«7. Niue ~^ .,+°..+ „F n.,., ,t n.t,. nt:i.t° n ..+.. tl~nt n :,t n..t:4:°.t :,, thn ~,,,,^'°-~°~t^^~ ~'^.,aa;^^° The risk of loss to the Work will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. F. I;: If Contractor requests in writing that other special insurance be included in the property insurance C7 • C 00...60746 Bozeman WRF Phase I Improvements Project 7/10/2008 17 • • policies provided under Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. G. Qualifications of the property insurance company shall be as specified in the Supplementary Conditions. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, Engineer's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. Owner, and Contractor, Subcontractors, Engineer, En ineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds under such policies waive all rights against each other and their respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, and Engineer, Engineer's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insured or additional insured (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for: property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after fmal payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, er Engineer, or Engineer's Consultants, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application oflnsurance Proceeds A. ~y-~su~d -less Losses insured under the policies of insurance required by Paragraphs 5.06 and SC- 5.06 that include Owner as a named insured will be adjusted with Owner and made payable to Owner as first named insured. and others, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as €tduc-tart' first named insured shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as-€dusiat~ shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as~l~ec~ shall give bond for the proper performance of such duties. Arbitrators shall be chosen as provided in ,paragraph 5.08.C. Owner shall in that case make settlement with the insurers in accordance with the direction of such arbitrators. If distribution of the insurance proceeds by arbitration is reauired, the arbitrators will direct such arbitration. C. Arbitrators, if required, shall be selected in accordance with the Construction Industrv Arbitration Rules of the American Arbitration Association. 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct 5.09 Acceptance of Bonds and Insurance; Option to physical loss or damage to Owner's property or the Work Replace • caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and A. If either Owner or Contractor has any 2. loss or damage to the completed Project or objection to the coverage afforded by or other provisions part thereof caused by, arising out of, or resulting from of the bonds or insurance required to be purchased and fire or other insured peril or cause of loss covered by any maintained by the other party in accordance with Article 5 00...60746 Bozeman WRF Phase t Improvements Project 7/10/2008 I8 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other. evidence requested) required by Paragraph 2.O1.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraphs 5.06 and SC-5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or received from the superintendent shall be binding on Contractor. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Contractor shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent ~.,.,.:,.r...:n ,.,.+ wo , ...,w~....:+r,we~a~ given after prior written notice to Engineer. Emergency work may be done without prior permission. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer fer with each application for payment an updated progress schedule reflecting the amount of work completed and C • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 19 proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the • General Requirements applicable thereto. 2. Until the updated schedules are submitted to and acceptable to En~,ineer and Owner Owner maX withhold an amount from a pro ess ayment that is sufficient to ~ay the direct expenses that Owner may reasonablyexpect will be necessary to correct any problems based on Contractor's failure to submit acceptable updated schedules. Review and acceptance of progress schedules by the Engineer will neither impose on Engineer responsibility for the sequencing scheduling or progress of the Work nor interfere with or relieve Contractor from Contractor's full responsibility therefore 3. ~ Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or-Equal " Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least • equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole, 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times, and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefore. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in Paragraph 6.OS.A.2.d, as supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, 00...60746. Bozeman WRF Phase 1 Improvements Project 20 b) be similar in substance to that specified, and c) be suited to the same use as that specified; 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time; b) whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the 7/10/2008 design to the proposed substitute item; and c) whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; 4) and shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, B. Substitute Construction Methods or Procedures: If a specific means, method,- technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine. that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.OS.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. 1. Payment for such evaluation and redesign shall be made at the hourlyrates specified in the Bid Form and made by deduction from the monthly pro ress payments and the final ~ayment as the evaluation and redesi~,n expenses are incurred. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity, nor 2. shall anything in the Contract Documents create any obligation on the part of Owner or Engineer to • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10!2008 21 • • • pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. Owner or Engineer may furnish to an, Subcontractor. Supplier or other person or organization to the extent practicable, information about amounts paid to Contractor in accordance with Contractor's Applications for Payment on account of the particular Subcontractor's. Suppliers or other person's or other organization's Work. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the -Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, and Engineer, En ineer's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, and Engineer, Engineer's Consultants and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or; on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work s#~all >~ be 00...60746 Bozeman WRF Phase I Improvements Project 7/10/2008 22 A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, and Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. B. The cost of any additional work required of the Engineer to complete the record documents due to failure of the Contractor to maintain adequate record documents shall be calculated at the hourly rates specified in the Bid Form for unscheduled employment of the Engineer. Payment for such work shall be made by deduction from the monthly pro rg ess payments and the final payment as the costs are incurred. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 23 • • 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or Engineer's Consultants , or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). D. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). E. It is expressly understood b~parties to this Agreement that the Contractor is solely responsible for initiating, maintaining and supervising safetyprecautions and programs in connection with the Work While Owner and Engineer may have the right to observe and report or otherwise review the work progress and operations of Contractor and any subcontractors or suppliers this observation, report or review shall not relieve Contractor from any of its covenants and obligations hereunder Contractor shall incorporate all safe requirements into its construction progxess and work schedules including preconstruction and re larly scheduled safe meetings posted safety rules, tailgate meetings and site inspections by safety and other inspectors e~loyed b~ Contractor. 00...60746 F. The Contractor shall be responsible for and shall take necessary precautions and provide all material and equipment to protect shore brace support and maintain all underground work and facilities including pipes, conduits. drains, sewers, water mains gas mains cables, etc., and other underground construction work uncovered in the proximity, or otherwise affected by the construction work performed by him. All pavement surfacing, driveways, curbs, walks buildings gxass areas trees, utilitypoles or guy. wires dams eg d by the Contractor's operations in the performance of this work shall be repaired and/or replaced to the satisfaction of the Owner. Engineer, and affected property owner at the Contractor's expense. The Contractor shall also be responsible for all damage to streets, roads highways shoulders, ditches, embankments. culverts, brid eg s or other public or private property or facility, regardless of location or character, which may be caused by the work including moving, hauling or otherwise transporting equipment, materials, or men to and from the work or any part of the site thereof, whether by him or his subcontractors. The Contractor shall make satisfactory and acceptable arrangements with the owner of or the agency or authori having_jurisdiction over, the damaged property or facility concernin its repair or replacement or payment of costs incurred in connection with said damage. G. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways or walks whether pubic or private, the Contractor shall obtain approval from the governing party and shall, at his own expense, provide and maintain suitable and safe bridges detours, and other temporary expedients for the accommodation of public and private drives before interfering with them. Safetyprovisions must be entirely adequate and meet with City or State and Federal regulations to protect the public on these streets and roads. The provisions for temporary expedients will not be required when the Contractor has obtained permission from the owner and tenant of the private property or from the authori having jurisdiction over up blic property involved, to obstruct traffic at the designated point. 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7/10/2008 Bozeman VVItF Phase 1 Improvements Project 24 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the acceptable Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: Contractor shall also submit Samples to Engineer for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: a. all field measurements, quantities, dimensions,. specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. the suitability of all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto; and d. shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations, that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawing's or Sample Submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer's Review 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only. to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Docu- ments. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences,. or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not • • • 00...60746 Bozeman WRF Phase I Improvements Project 7/10/2008 25 • • relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its Related Entities shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. G Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 00...60746 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, and Engineer, En~meer's Consultants, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, demands, liability, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) caused bv, arising out of or relating to the performance of the Work, provided that any such claim, demand, liability, cost, loss, or damage is attributable to bodily injury, sickness, disease, mental an ug ish, or death, or to injury to or destruction of tangible property ~^'''°~'''^~ +"° "r^~v ~+°°'r', including the loss of use resulting therefrom but only to the extent caused by any neg}igertt act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable . B. While Owner and Engineer may have the right to observe or otherwise review the work, progress and operations of the Contractor, and any Subcontractors or Suppliers, it is expresslyunderstood and agxeed that this observation, report or review shall not relieve the Contractor from any of its covenants and obli atg ions hereunder. C. ~. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. Bozeman WRF Phase 1 Improvements Project 26 7/10/2008 D. E The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's Consultants or to the officers, directors, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. E. The exceptions to Contractor's indemnification obligations under paragraph 6.20.D shall not appl ty o any claim or demand against Engineer and Engineer's Consultants or to the officers, directors, partners, employees, agents and other consultants and subcontractors of each and any of them which is based on asserted liability for the reporting or failin to report of matters relatin tg o alleged health and safety violations in connection with the work of Contractor and any Subcontractor or Supplier. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose, stated in Paragraph 6.17.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 -OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or via other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and shall properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 27 • • render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.O1.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.O1.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's actions or inactions. C. Contractor shall be liable to Owner and any other contractor for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's action or inactions. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data 00...60746 A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.C and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.06 Insurance A. Owner's responsibilities, if any, in respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility in respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. Bozeman WRF Phase t Improvements Project 28 7/10/2008 8.11 Evidence of Financial Arrangements A. If and to the extent Owner has agreed to furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents, Owner's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and will not be changed without written consent of Owner and Engineer. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. B. However, there will be no relaxing, substituting or qualifying an~nortion of the Specifications, unless such change is approved in writing by the Engineer and Owner. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 29 • • 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date fmal payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believe that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.O5.B. C. Engineer's written decision on the issue referred will be fmal and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. 00...60746 B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing anyofthe Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to Engineer's Consultants, if any, the Resident Project Representative, if any, and assistants, if any. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. Bozeman WRF Phase 1 Improvements Project 30 7/10/2008 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.B. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety, the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.O1.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part, 2. approve the Claim, or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.O5.C or denial pursuant to Paragraphs 10.O5.C.3 or 10.O5.D will be fmal and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. C7 • C7 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 31 ARTICLE 11 - COST OF THE WORK; Contractor's Cost of the Work and fee as provided in this ALLOWANCES; UNIT PRICE WORK Paragraph 11.01. • 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in Paragraph 11.O1.B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time at the Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. • Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will • then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 32 losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expresses, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.O1.A and 11.O1.B. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation ,overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 33 D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragaph lO.OS i£ • 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Ageement; and 2. there is no corresponding adjustment with respect any other item of Work; and 1. the quantity of a particular item of Unit Price Work performed by Contractor differs by more than 2S .percent from the estimated quantity of such item indicated in the Agreement: and 2. the total cost of the particular individual item of Unit Price Work amounts to 10 percent or more of the Contract Price which is the total sum of all schedules (if an • and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agee as to the amount of any such increase or decrease. • ARTICLE l2 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES Contractor's fee for overhead and profit (determined as provided in Paragaph 12.O1.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not ageed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1 and 11.01.A.2, the Contractor's fee shall be 1 S percent; b. for costs incurred under Paragaph 11.O1.A.3, the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is ageed upon, the intent of Paragaph 12.O1.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragaphs 11.OI.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragaphs 11.O1.A.4, 11.O1.A.S, and I1.O1.B; 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragaph l O.OS. e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragaph 11.03); or f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragaphs 12.O1.C.2.a through 12.O1.C.2.e, inclusive. D. Lump sum quotations for modifications to the Work shall include substantiating documentation with an itemized breakdown of direct project related Contractor and Subcontractor costs. including labor, materials, 2. where the Work involved is not covered by rentals, and approved services as summarized in unit prices contained in the Contract Documents, by a paragraphs 11.O1A.1 through 11.O1.A.4: and overhead mutually ageed lump sum (which may include an and profit (fixed fee) as defined in paragraph 12.O1.C. allowance for overhead and profit not necessarily in accordance with Paragaph 12.01.C.2); or 12.02 Change of Contract Times • 3. where the Work involved is not covered by unit prices contained in the Contract Documents and A. The Contract Times may only be changed by ageement to a lump sum is not reached under Paragraph a Change Order. Any Claim for an adjustment in the 12.OI.B.2, on the basis of the Cost of the Work Contract Times shall be based on written notice submitted (determined as provided in Paragaph 11.01) plus a by the party making the Claim to the Engineer and the 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 34 other party to the Contract in accordance with the provisions of Paragaph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragaph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progess of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progess of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragaph 12.03.C. D. Owner, Engineer and the Related Entities of each of them shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. shutdown due to the reasons listed in paragraph 12.03.A and should a shutdown be approved by the Engineer and Owner, all work on the project shall cease. The En Ig'neer will not be available for work inspection during such shutdowns and any work completed by the Contractor during such shutdown will not be accepted by the Engineer or Owner. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's Site safety procedures and progams so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragaphs 13.03.C and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragaph 13.04.B shall be paid as provided in said Paragaph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part .thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all F. Should the Contractor request a construction 00...60746 Bozeman WRF Phase I Improvements Project 7/10/2008 35 • r • • costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner .shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If, the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the 00...60746 amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any. Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time. as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: Bozeman WRF Phase I Improvements Project 36 7/10/2008 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, anappropriate amount will be paid by Contractor to Owner. 13.09 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include. but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction; removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 37 • • • ARTICLE 14 -PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often .than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. Payments for materials in storage shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include any overhead or profit Bill of Sale invoice or other document warranting clear title for materials in storage will be waived for the material in storage included in the first pro rg ess payment application. However proof of payment and clear title must be submitted with Application No 2 for all material included in Application No 1 Without such documentation amounts paid for materials in storage will be deducted from subsequent pa my ents Be inning with the second application all requests for payment for materials in storage shall be accompanied by Bill of Sale invoice or other document warranting clear title as required above 7 De :L. ahn a «.1 A„«l: .,t: F b « «b ~2~y+.+ «r~ .,,,1, A „1;.,.,+:,.„ ..1,.,11 „1.,.1,. ..rca__._~ _r Y r'~ rr ~ 2. Each application fo_pro ress payment shall be 00...60746 accompanied by Contractor's updated schedule of operations. or pro egr ss report, with such shop drawings schedules, procurement schedules. value of materials on hand included in application, and other data specified herein or reasonably required by Owner or Engineer. The Owner reserves the ri t to require submission of monthly certified payrolls by the Contractor. After the first pro ess Payment which requests Payment for materials in storage has been made by the Contractor to the Owner the Contractor must submit with the following month's paytnent request, evidence satisfactory to the Owner that such material has been paid for. Failure to provide this evidence with the first request and subsequent requests will result in withholding from subsequent progress Payments the amount in dispute requested for materials in storage in accordance with Paragraph 14.02B. 3. The Owner may retain a portion of the amount otherwise due the Contractor. Except as state law otherwise provides, the amount retained by the Owner shall be as stipulated in the Agreement. In accordance with state law the Owner ma~accePt deposited securities in lieu of cash retainage. Retainage may be used by the Owner to offset costs for any of the losses enumerated in Paragraphs 14.02.B.S.a through 14.02.B.5 d inclusive 14.02.D.1.a through 14.02:D.1.d inclusive, or 15.02.C. In addition. retainage may be used by the Owner to protect against loss from failure by the Contractor to complete necessary work and to offset any_liquidated dama es due Owner. 4. Liquidated damages for unscheduled employment of the Engineer shall be calculated at the hourly rates indicated in the Bid Form. Liauidated damages shall be paid by deduction from monthlyprogress pay estimates and the fmal pay estimate. as the li utq 'dated damages are incurred. 5. Each application for progress payment shall be accompanied by a statement of certification by the Contractor that no claim exists against the Owner or Engineer unless expressly stated otherwise: that the payment claimed represents the actual value of the work accomplished: that the work accomplished and materials supplied are in accordance with the Contract Documents: that the quantities claimed were properly detetmined• and that all labor provisions have been complied with in full. B. Review of Applications 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations on the Site of the executed Work as an experienced and qualified design professional and on Bozeman WRF Phase 1 Improvements Project 38 7/10/2008 Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the- results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and to any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable. to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due • 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions • of Paragraph 14.02.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended, including liquidated damages; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.S.a through 14.02.B.S.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full • amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 39 pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment • thereto agreed to by Owner and Contractor, when Contractor corrects to Owner's satisfaction the reasons for such action. 3. If it is subsequently determined that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1. 14.03 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. B. Neither recommendation of an,}%progress payment b~ngineer, nor payment by the Owner to Contractor, nor any use or occupancy of the Work or anx part thereof will release the Contractor from com~lying with the Contract Documents Specifically the Contractor shall maintain in accordance with Article S,~roperty insurance on all Work materials and equipment whether incorporated in the project or not and whether included in an application for payment or not, for the full insurable value thereof. Passing title to Owner for materials and equipment included in an application for payment does not relieve the Contractor of the Contractor's obligation to provide insurance (including_property insurance) as ___ required in Article 5 of these General Conditions and the Supplementary Conditions. All insurance shall remain in effect as provided in Article 5. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before fmal payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within 14 days after submission of the tentative certificate to Owner. notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said 14 days execute and deliver to Owner and Contractor a defmitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the defmitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until fmal payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose' without significant interference with Contractor's performance of the remainder of the Work, subject to the following conditions. 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner and Engineer that such part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 40 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. B. Owner has the right to take possession of or use any completed or substantiall~pleted portions of the work at any time, but such taking~ossession or use will not be deemed an acceptance of any work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be Qrounds for extension of the contract time or change in the contract price. Owner's use of any facilities not specifically identified in the Contract Documents will be in accordance with conditions a erg ed to prior to such use, and any extra costs or delays in completion incurred and~roperly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Documents which are occupied or used by Owner prior to substantial completion of the entire work will be done in accordance with Article 14.04. Guarantee periods for accepted or substantially completed work including mechanical and electrical equipment will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of work not yet completed by Contractor. If the work has been substantially completed and the Engineer certifies that full completion thereof is materiallydelayed through no fault of the Contractor, the Owner shall, without terminating the Agreement, make payment of the balance due for the portion of the work full,r~completed and accepted. 14.06 Final inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. After Contractor has remedied all deficiencies to the satisfaction of the Owner and Engineer and delivered all construction records, maintenance and berating instructions, schedules, guarantees, bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Owner and Contractor shall be promptly, notified in writing by Engineer that the work is acceptable. 14.07 Final Payment A. Application for Payment 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the fmal inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: • a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.7; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner or Owner's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Application and Acceptance 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 41 • • 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the fmal Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the fmal Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer. will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend fmal payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and ,will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, fmal completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's fmal Application for Payment (for Work fully completed .and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. If the Contractor fails to complete the work required by the Contract Documents, or upon The occurrence of any one or more of the following events, the Owner may terminate the Agreement relating to the whole Work or andportion thereof for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take 00...60746 Bozeman WRF Phase I hnprovements Project 7/10/2008 42 possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and expedient. complete the Work as Owner may deem C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, .losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph S.O1.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum fmally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum fmally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16 -DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 43 L' decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.O5.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.O5.C or a denial pursuant to Paragraphs 10.O5.C.3 or 10.O5.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions, or 2. agrees with the other party to submit the Claim to another dispute resolution process, or • 3. gives written notice to the other party of their intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 -MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. The business address for giving notices of Contractor given in the Agreement is hereby designated as the place to which all notices. letters, and other communication to Contractor will be mailed or delivered. The address for ig ving notices to Owner given in the Agreement is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either_part,Lmay change its address at any time by an instrument in writing delivered to Engineer and to the other party. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 00...60746 Bozeman WRF Phase I Improvements Project 44 7/10/2008 • • • SECTION 00801 EXHIBIT B (PROJECT SIGN DETAILS) This exhibit includes general details for one (1) project sign. The sign is to be used for SRF financed projects; 1. In accordance with Section 1.02.6 of Section 00811, ensure that a statement indicating all agencies participating in the funding of the project is included on the sign. 2. Modify the wording "Drinking Water Facilities" to read "Water Reclamation Facilities." • ., 00...60746 Bozeman WRF Phase 1 Improvements Project 7/16/2008 00801 - 1 C7 • • t ~,,, L' a w tai m a m w Q w t~ t~ ~a z~ aC w Y 4U J CYl ~'pV34~Q NmC3.~~Q ¢-~ xw Q m ~Xv ~~N ~~~ J F o¢ a~?z° ~~~~ ~~Q~ o~a~ n ~aom ~zQa nw~ ~~~~ io-a-w ~~~a ~~ao >~o a° 2 r v W • w a~ ~~ o°o~ ~ ~ ~o ._L. T v J ~ ~ ~ X N W W f ^ vJ II • r • SECTION 00810 • SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS These Supplementary Conditions to the General Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2002 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions which are defined in the General Conditions have the meanings indicated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable in both the singular and plural thereof. Index of Supplementary Conditions to the General Conditions Article or Paragraph No. Title or Subject Matter SC-l.Ol.A.20 Engineer's Consultants SC-1.O1.A.55 Day SC-2.01 Delivery of Bonds SC-2.07 Initial Acceptance of Schedules SC-3.03.B.1.c Resolving Discrepancies SC-4.02 Subsurface and Physical Conditions -Technical Data SC-4.04.A.3 Underground Facilities SC-4.05 Reference Points SC-4.06 Hazardous Environmental Condition at Site - "Technical Data" SC-5.02 Licensed Sureties and Insurers SC-5.03 Certificates of Insurance SC-5.04 Contractor's Liability Insurance • SC-5.06 Property Insurance -Purchased by Contractor SC-6.02 Labor; Working Hours SC-6.03 Services, Materials, and Equipment SC-6.06 Concerning Subcontractors, Suppliers and Others SC-6.17 Shop Drawings and Samples SC-7.01 Related Work at the Site SC-9.03 Project Representative SC-11.O1.A.S.c Equipment Rental Rates -Use of Blue Book SC-12.03 Delays SC-13.03 Tests and Inspections SC-13.13.B Safety and Protection SC-14.02.B Progress Payments- Whole or Partial Payment Refused by Engineer SC-14.02.C Progress Payments -Payment Becomes Due SC-14.02.D Progress Payments -Full Payment Refusal by Owner SC-14.07.B Final Payment -Refusal by Engineer SC-14.07.C Final Payment -Payment Becomes Due SC-16.01 Dispute Resolution -Mediation SC-17.04.B Survival of Obligation -Statutes of Limitation SC-1.O1.A.20 ENGINEER'S CONSULTANTS SC-1.O1.A.20 Engineer's Consultants -The following persons, firms or corporations have provided or will provide professional services to the Engineer for the Project: Service Co~anY Name Bozeman WRF Phase 1 Improvements Field. HDR Engineering, Inc. • Engineering. Morrison-Maierle, Inc. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 1 SC-1.O1.A.55 DAY Add a paragraph immediately after paragraph, SC-1.O1.A.54. to read as follows: SS.Day-A "calendar day" unless otherwise directed within these Contract Documents. • SC-2.01 DELIVERY OF BONDS Add a new paragraph immediately after paragraph 2.01.A of the General Conditions which is to read: "B. Engineer shall furnish to Contractor six copies of the Agreement and other Contract Documents bound therewith. Contractor shall execute the Agreement, insert executed copies of the required Bonds and Power of Attorney and Certificates of Insurance and submit all copies to the Owner. Owner shall execute all copies and return two copies to the Contractor who shall promptly deliver one copy to his Surety. Owner shall also furnish a counterpart or conformed copy to the Engineer and MDEQ and shall retain two copies." SC-2.07 INITIAL ACCEPTANCE OF SCHEDULES Delete the first paragraph of 2.07.A of the General Conditions in its entirety and insert the following in its place: "A. Prior to the first application for payment all schedules and documents identified in paragraph 2.OS.A of these General Conditions shall be finalized and submitted to the Engineer and Owner. Until acceptable schedules are submitted to Engineer and Owner as provided below, Owner may withhold an amount from a progress payment that is sufficient to pay the direct expenses that Owner may reasonably expect will be necessary to correct any problems based on Contractor's failure to submit acceptable schedules. The progress schedule shall be CPM form or other acceptable format that shows estimated time for each work item, and starting and completion dates for each part of the Work. Acceptance of these schedules and documents by either Engineer or Owner will neither impose on Engineer or Owner responsibility for the sequencing, scheduling or progress of the Work, and will not interfere with or relieve Contractor from Contractor's full responsibility therefore." SC-3.03.B RESOLVING DISCREPANCIES • Add a new paragraph immediately after paragraph 3.0.3.B.1.b of the General Conditions which is to read: "c. In the event that any provision of the Contract Documents conflicts with another provision of the Contract Documents, the provision in the Contract Documents first listed below shall generally govern except as otherwise specifically stated: 1. Standard Form of Agreement 2. Performance and Payment Bond 3. Addenda to Contract Documents 4. Legal and Procedural Documents: a. Proposal b. Proposal Guaranty c. Instructions to Bidders d. Invitation to Bid 5. Special Provisions 6. Drawings 7. Detailed Specifications Requirements (Technical Specifications) 8. Supplementary Conditions 9. General Conditions" SC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS -TECHNICAL DATA Add the following new paragraph(s) immediately after paragraph 4.02.B of the General Conditions: "C. In the preparation of Drawings and Specifications, Engineer or Engineer's Consultants relied upon the following drawings of physical conditions in or relating to existing surface and subsurface structures • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 00810 - 2 (except Underground Facilities) which are at or contiguous to the site of the Work: • 1. Drawings dated 1969 prepared by Thomas Dean, and Hoskins, Inc., Great Falls and Bozeman, Montana, entitled Bozeman, Montana Wastewater Treatment Plant consisting of 38 drawing sheets. 2. Drawings dated 1981 prepared by Thomas, Dean, and Hoskins, Inc., Great Falls, Bozeman, and Kalispell, Montana, entitled Construction Drawings, Bozeman, Montana Wastewater Treatment Plant, Phase 1 consisting of 94 drawing sheets. 3. Specifications and Drawings dated May 2002, prepared by Morrison-Maierle, Inc., entitled Wastewater Treatment Modifications, Bozeman, Montana, 57 drawing sheets. 4. Specifications and Drawings dated February 2004, prepared by Morrison-Maierle, Inc. entitled Wastewater Treatment Improvements, Bozeman, Montana, 76 drawing sheets. 5. Geotechnical Evaluation Report for the Proposed Wastewater Treatment Plant Expansion, Bozeman, Montana, prepared by SK Geotechnical, January 28, 2008. Refer to Section 00200 -Soil Investigation Data for a copy of the report D. Copies of reports and drawings itemized in SC-4.02.C and SC-4.02-D that are not included with Bidding documents may be examined at HDR Engineering, Ines Missoula office and at Morrison-Maierle, Inc.'s Helena Office or the Bozeman City Office during regular business hours. These reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Contractor is entitled to rely as identified and established above are incorporated therein by reference. Contractor is not entitled to rely upon other information and data utilized by Engineer and Engineer's Consultants in the preparation of Drawings and specifications." SC-4.04 UNDERGROUND FACILITIES • Add the following new paragraph immediately after paragraph 4.04.A.2 of the General Conditions: " 3. At least 2 but not more than 10 business days before beginning any excavation, the Contractor shall, according to MCA 69-4-501, notify all owners of underground facilities and coordinate the Work with the owners of such underground facilities. The information shown or indicated in the Contract Documents with respect to existing underground facilities is based on information and data obtained from the owners of the facilities without field exploration, and as such, Owner and Engineer are not responsible for the accuracy or completeness of such information or data." SC-4.05 REFERENCE POINTS Add the following paragraphs immediately after paragraph 4.OS.A of the General Conditions which are to read: "B. Owner will provide required field surveying and staking for facility construction. Field. survey information will be developed and stakes provided for project components to provide the Contractor with reasonable information to compete the work. "C Owner has established a horizontal and vertical survey control network around the project site. Existing facilities are located with respect to this control. Using the existing control, HDR/MMI will establish one set of stakes for the Contractor to use in performance of the work. Generally, staking will include pipelines, utility corridors, buildings, structures, access roads, parking areas, site grading, and fencing. Further, elevation control. will be established at multiple points on the job site. HDR/MMI will provide the following stakes: 1. Water Main Improvements (Fittings, hydrants, 50 FT stations). 2. WRF Process yard Piping Improvements (Fittings, manholes, vaults, 100 FT stations). 3. Utilidor Improvements (Vaults and 100 FT stations). 4. New Building Improvements (Building corners). 5. New Structure Improvements (Structure corners and midpoints for circular structures). • 6. Access Road improvements (100 FT stations, grade changes, fillets). 7. Parking Areas Improvements (100 FT stations, grade changes fillets). 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 3 8. Curb and Gutter, Paving Improvements (Top back of curb). 9. Storm Drain Improvements (Ditch alignment or pipe at 100 FT stations, manholes/vaults) 10. Detention Basin Improvements (Basin Bottom with slope stakes). 11. East Gallatin Rip Rap Improvements (100 FT stations). . 12. Fencing Improvements (100 FT stations, bends, gates). 13. Elevation Control Improvements (20 points across job site). "D. Owner will provide the above-described staking one time only. Any re-staking or additional staking needed by the Contractor to complete the work shall be done solely at the Contractor's Expense. If lost or destroyed by the Contractor, the baselines and benchmarks will be re-established by the Engineer. The cost of re- establishing disturbed baselines or benchmarks shall be calculated at the hourly rates specified in the Bid Form for unscheduled employment of the Engineer. Payment for such work shall be made by deduction from the monthly progress payments and the final payment as the costs are incurred. E. All other staking required by the Contractor to complete the work, including line and/or grade stakes, slope stakes, bluetops, etc., shall be provided by the Contractor. F. Construction surveys shall be done under the direction of a Registered Professional Engineer or Land Surveyor experienced in construction layout work. G. The Contractor shall notify the Engineer of any discrepancies between plan locations and verified field locations or dimensions. All connections of new facilities to existing facilities (concrete and other critical horizontal or vertical dimensions) shall be verified by the Contractor prior to starting construction. Any differences between the plans and field construction surveys will be resolved by the Engineer. H. When required, the Contractor shall provide a survey crew during normal working hours to assist the Engineer in checking lines and elevations in the Contractor's layout and for measuring quantities for payment purposes as the work proceeds. The Contractor shall cooperate with the Engineer so that the checking and measuring may be accomplished with the least interference to the Contractor's operations." SC-5.02 LICENSED SURETIES AND INSURERS Add the following immediately after paragraph 5.02.A of the General Conditions: "B. Without limiting any of the other obligations or liabilities of the Contractor, Contractor shall secure and maintain such insurance from an insurance company (or companies} authorized to write insurance in the state of the project location, with minimum "A.M. Best Rating" of A-, VI, as will protect the Contractor, the vicarious acts of subcontractors, the Owner, the Engineer, the Engineer's Consultants, and the respective directors, officers, partners, agents, employees and other consultants and subcontractors of each and any of all such additional insureds from claims for bodily injury (including sickness, disease and mental anguish), death, and property damage which may arise from operations and completed operations under this Agreement. Contractor shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance, with binders, or certified copies of the insurance policy shall have been filed with the Owner and the Engineer." SC-5.03 CERTIFICATES OF INSURANCE Add the following paragraphs immediately after paragraph 5.03.B of the General Conditions: "C. Failure of Owner to demand such certificates or other evidence of full compliance with these insurance requirements or failure of Owner to identify a deficiency from evidence provided shall not be construed as a waiver of Contractor's obligations to maintain such insurance. D. By requiring such insurance and insurance limits herein, Owner does not represent that coverage and limits will necessarily be adequate to protect Contractor, and such coverage and limits shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents." • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 4 • SC-5.04 CONTRACTOR'S LIABILITY INSURANCE Add the following new paragraph immediately after paragraph 5.04.B of the General Conditions: "C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverages for not less than the following amounts or greater where required by Law or Regulations: 1. Workers' Compensation and Related Coverages under Paragraphs 5.04.A.1 and 5.04.A.2 of the General Conditions: a. State Statutory b. Applicable Federal (e.g. Longshoremens) Statutory c. Employer's Liability $1,000,000.00 2. General Liability: Contractor's General Liability Insurance under paragraphs 5.04.A.3 through 5.04.A.6 of the General Conditions, which shall also include premises-operations; independent contractor's operations protection; contractual liability; personal injury; broad form property damage (including explosion, collapse, blasting and underground damage, where applicable); and completed operations and product liability coverages. The General Aggregate Limit shall apply separately to each of the Contractor's projects. • a. GENERAL AGGREGATE PER PROJECT $5,000,000.00 b. Products -Completed Operations Aggregate $5,000,000.00 c. Personal and Advertising Injury (Each Occurrence) $5,000.000.00 d. Bodily Injury and Property Damage (Each Occurrence) $5,000,000.00 e. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per occurrence. f. In the event the General Aggregate Limit is diminished by an amount greater than $500,000, Contractor shall provide notice to Owner of this fact, and shall again provide such notice on each subsequent occasion on which the General Aggregate Limit is again diminished by an amount greater than $500,000. g. In addition to other requirement in the General Conditions, coverage will include the following at a minimum: Premises -Operations, Operations of Independent Contractor, Contractual Liability, Personal Injury, Product and Completed Operations, Broad Form Property Damage (to include explosion, collapse, blasting, and underground where applicable), and Per Project Aggregate Endorsement. Automobile Liability under paragraph 5.04.A.6 of the General Conditions: a. Combined Single Limit (bodily injury and properly damage) • Each Accident $ 5,000,000.00 00...60746 Bozeman WRF Phase 1 Improvements Project 00810 - 5 7/22/2008 b. Coverage to be written on a Symbol 1 (one) any auto basis, to include all owned, hired, and non-owned vehicles. c. Contractor's Automobile Liability Insurance under 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit can not be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per accident. 4. The Contractual Liability Coverage required by Paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. General Aggregate Per Project $ 5,000,000.00 b. Each Occurrence $ 5,000,000.00 (Bodily Injury and Property Damage) 5. OWNERS and CONTRACTORS Protective Policy -Purchased By CONTRACTOR: In addition to the insurance required to be provided by Contractor under paragraph 5.04.A.1 through 5.04.A.6 inclusive, Contractor shall purchase and maintain a separate Owners and Contractors Protective Policy (OCP) to protect Owner against claims which may arise from operations under the Contract Documents, with limits of liability as specified below. This liability insurance shall include as additional insureds the Engineer and the Engineer's Consultants, and include coverage for the respective directors, officers, partners, employees, agents and other consultants and subcontractors of all such. additional insureds. a. General Aggregate b. Each Occurrence (Bodily Injury and Property Damage) $2,000.000.00 $1,000,000.00 The insurance policy will contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least forty-five (45) days prior written notice has been given to Owner and to each other additional insured (and the certificates of insurance furnished to Owner and each other additional insured will so provide). Additional Insureds: a. With respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6, inclusive, include the following as additional insureds. Use Additional Insured Endorsement CG 20 32, or equivalent acceptable to the Owner and Engineer. OWNER -City of Bozeman, Montana ENGINEER -HDR Engineering, Inc. ENGINEER'S Consultants - Morrison-Maierle, Inc. b. With respect to the Owner's and Contractor's Protective Policy (OPC) insurance required by paragraph SC-5.0.4.C.5, include the following as additional insureds. Use Additional Insured Endorsement CG 20 32, or equivalent acceptable to the Owner or Engineer. ENGINEER -HDR Engineering, Inc. ENGINEER' SConsultants - Morrison-Maierle, Inc." SC-5.06 PROPERTY INSURANCE -PURCHASED BY CONTRACTOR A. With respect to the Contractor's property insurance coverage required by paragraph 5.06.A of the General Conditions, include-the following as an insured or additional inswed: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 6 • • "OWNER: City of Bozeman, Montana • SUBCONTRACTORS: (Contractor to list Subcontractors) ENGINEER: HDR Engineering, Inc. ENGINEER'S Consultants: Morrison-Maierle, Inc." B. Deductible may not exceed $5,000 unless approved by appropriate Change Order. SC-6.02 LABOR; WORKING HOURS Add the following new pazagraphs immediately after paragraph 6.02.B of the General Conditions: "C. Working hours for the Contractor shall be limited to the hours between 7:00 a.m. and 7:00 p.m. and shall not exceed 10 hours per day with authorized overtime. With Owner and Engineer approval the Contractor may work a four day, ten hour per day work week. The Contractor must notify the Owner and Engineer in writing three (3) days in advance of his intention to work during other periods to allow assignment of additional inspection personnel when they are reasonably available. Emergency work may be done without prior permission. D. If a resident project representative is reasonably available, the Engineer may authorize the Contractor to perform work during periods other than normal working hours and/or days. The cost of this inspection will be calculated at the hourly rate specified in the Bid Form for unscheduled employment of the Engineer and will be deducted from the monthly progress payments and final payment as the costs aze incurred." SC-6.03 SERVICES, MATERIALS, AND EQUIPMENT Add the following pazagraphs immediately after pazagraph 6.03.C of the General Conditions which are to read as follows: "D. To ensure standardization and uniformity in all parts of the work under this Contract, like items of • equipment shall be the products of one manufacturer. Like items of certain materials shall be the products of one manufacturer. E. Uniformity in like equipment items is required in order to provide the Owner with interchangeability capabilities, simplified spare parts inventory, and standazdized maintenance programs and manufacturer's services. F. Uniformity in certain like material items is required in order to provide the Owner with a simplified spare materials inventory, continuity in patterns, color, and texture; and a standardized procedure for maintenance caze and manufacturer's services. G. Visible architectural items such as exterior fmishes, floor and wall covering, ceiling materials, doors, windows, cabinetwork, paint, and miscellaneous appurtenances, when specified alike shall be standardized. H. Generally, material items exempt from standardization include structural steel, reinforcing steel, building insulation, roofmg materials, sheet metal, materials specified only by reference to a recognized standard, and items hidden from view where interchangeability, color, and texture is not a significant factor for standardization. I. The Contractor shall inform his suppliers and subcontractors of these requirements, and shall provide the necessary coordination to accomplish the standardization specified." SC-6.06 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS The following provisions supplement paragraphs 6.06.A and 6.06.B of the General Conditions and pazagraph 12.01 of the Instructions to Bidders: . "A. The Contractor shall not sublet any part of the work embraced within this contract without the 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 7 consent of the Owner, and the Owner reserves the right to withdraw at any time from any subcontractor whose work has proven unsatisfactory, the right to be engaged in or employed upon any part of the work. The amount of the work sublet on this project shall not exceed 50 percent. B. In accordance with Instruction to Bidders, paragraph 12.01, within seven (7) days after bids are • opened, the apparent low bidder, and any other Bidder so requested, shall submit a list of all Subcontractors, Suppliers, or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to Owner. An experience statement with pertinent information as to similar projects and other evidence of qualification for each named Subcontractor, Supplier and other persons or organizations shall be furnished. Acceptance and substitution of proposed Subcontractors, Suppliers, or other persons or organization prior to Notice of Award is governed by Instructions to Bidders paragraph 12.0E The Contractor may not change Subcontractors, Suppliers, or other persons and organizations accepted by Owner prior to the Notice of Award without the written permission of the Owner. C. Revocation of Subcontractor, Supplier, or other persons or organizations acceptance after the Effective Date of the Agreement is governed by General Condition 6.06.B." SC-6.13 SAFETY AND PROTECTION Add new paragraph to the end of paragraph 6.13.B of the General Conditions as follows: "It is expressly understood by the parties to this Agreement that the CONTRACTOR is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. The right of the OWNER and ENGINEER to observe or otherwise review the Work and operations shall not relieve the CONTRACTOR from any of his covenants and obligations hereunder. CONTRACTOR shall incorporate all safety requirements into his construction progress and work schedules including preconstruction and scheduled monthly safety meetings, posted safety rules, tailgate meetings and site inspections by safety and other inspectors employed by the CONTRACTOR. The CONTRACTOR shall be responsible for and shall take necessary precautions and provide all material • and equipment to protect, shore, brace, support and maintain all underground pipes, conduits, drains, sewers, water mains, gas mains, cables, etc., and other underground construction uncovered in the proximity, or otherwise affected by the construction work performed by him. All pavement, surfacing, driveways, curbs, walks, buildings, grass areas, trees, utility poles or guy wires damaged by the CONTRACTOR'S operations in the performance of this work shall be repaired and /or replaced to the satisfaction of the OWNER, ENGINEER, and affected property owner at the CONTRACTOR'S expense. The CONTRACTOR shall also be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regardless of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to and from the work or any part of site thereof, whether by him or his subcontractors. The CONTRACTOR shall make satisfactory and acceptable arrangements with owner of, or the agency or authority having jurisdiction over, the damaged property or facility concerning its repair or replacement or payment of costs incurred in connection with said damage. The CONTRACTOR shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, the CONTACTOR shall obtain approval from the governing party and shall, at his own expense, provide and maintain suitable and safe bridges, detours, and other temporary expedients for the accommodation of public and private drives before interfering with them. The provisions for temporary expedients will not be required when the CONTRACTOR has obtained permission from the owner and tenant of the private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. Safety provisions must be entirely adequate and meet with City or State and Federal regulations to protect the public on these streets and roads." SC-6.17 SHOP DRAWINGS AND SAMPLES • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 8 Add the following paragraphs immediately after paragraph 6.17.E of the General Conditions: • "F. Contractor shall furnish required submittals with sufficient information and accuracy in order to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing subsequent submittals of Shop Drawings, samples or other items requiring approval and Contractor shall reimburse Owner for Engineer's charges for such time. G. In the event that Contractor requests a substitution for a previously approved item, Contractor shall reimburse Owner for Engineer's charges for such time unless the need for such substitution is beyond the control of Contractor. SC-7.01 RELATED WORK AT SITE Work by others at the site and other coordination issues are defined in Section 01010, SUMMARY OF WORK in these Contract documents." SC-9.03 PROJECT REPRESENTATIVE Change the second sentence of paragraph GC-9.03.A to read as follows: "The responsibilities and authority and limitations theron of any such Resident Project Representative and assistance will be provided in paragraph 9.10, the Supplementary Conditions,, and Specification Section 00821." Add a new paragraph immediately after paragraph GC-9.03.A, which is to read as follows: "ENGINEER'S Resident Project Representative(s) shall not authorize any deviation from the Contract Documents or substitutions of materials or equipment, unless authorized by ENGINEER." SC-11.O1.A.S.c. EQUIPMENT RENTAL RATES -USE OF BLUE BOOK • Delete paragraph 11.01.A.S.c. of the General Conditions in its entirety and insert the following in its place: "11.O1.A.S.c The cost for the use of all construction equipment and machinery and parts thereof whether owned by the Contractor or rented by others shall be calculated as follows. Cost will include the costs of transportation, loading, unloading, assembly, dismantling and removal thereof for equipment involved only in the changed portion of the work covered under the cost of the Work method. Transportation, loading, and assembly costs will not be included for equipment already on the site which is being used for other portions of the Work. The cost of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Hourly equipment and machinery rates may be calculated from the Rental Rate Blue Book for Construction Equipment, and the Equipment List submitted according to GC-2.OS.A.4 and GC-2.07.A, and as follows: 1. For working equipment, the hourly rate shall be the monthly rental rate divided by 176 hours per month plus the hourly operating cost. 2. For equipment on standby, the hourly rate shall be 50 percent of the monthly rental rate divided by 176 hours per month, and the hourly operating cost shall not be applied. 3. For specialized equipment rented for a short duration used for change order work or additional work not part of the scope of work bid, the equipment rental rates will be negotiated prior to the work being performed. 4. Use of Blue Book rates, and review and approval of equipment rates associated with equipment lists submitted according to GC-2.OS.A.4 and GC-2.07.A shall not extend to the settlement of any claim submitted under GC-10.05 and GC-12.01. In claim settlements, actual costs are recoverable, not blue book rates or rates approved with submittals of schedules of value or • equipment lists." 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 9 SC-12.03. DELAYS In the second sentence of General Conditions 12.03. after the words "or acts of God" add: "but shall not include • strikes or labor disputes." Add a new paragraph after paragraph GC 12.03.A which is to read as follows: "Time extensions will not be granted for rain, wind, flood, or other natural phenomena of normal intensity for the locality where Work is performed. For purposes of determining extent of delay attributable to unusual whether phenomena, a determination shall be made by comparing the weather for a minimum continuous period of at least one-fourth of the Contract Time involved with the average of the preceding 5 year climatic range during the same time interval based on U.S. Weather Bureau statistics for the locality where the Work is performed." G. The Contractor shall schedule the Work to be completed within the Contract Time(s) stipulated in the Agreement, including an allowance for time lost due to abnormally cold weather, abnormal precipitation, or other natural phenomena that is abnormal for south western Montana. Such events will not constitute justification for an extension of the Contract Time(s) unless 1) they are considered outside the normal natural weather patterns for the project area, 2) the occurrence is agreed upon by both the Engineer and Contractor during the event, and 3) the total number of working days lost to such events exceeds five percent of the total Contract Time(s). Any claim by the Contractor for an extension of the Contract Times(s) due to abnormal weather conditions must be submitted to the Engineer within two business days of the occurrence of the abnormal weather condition to be considered by the Engineer for an adjustment to the Contract Time(s). Once the total number of working days exceeds five percent of the Contract Time(s), the Contract Time(s) will be adjusted by the actual number of working days affected." SC-13.03 TESTS AND INSPECTIONS Replace paragraph 13.03.B of the General Conditions with the following: • "B. All quality control and compliance testing of work accomplished will be performed by the Contractor, or designated representative, where specified at no additional cost to the Owner. Where the specifications state that certain tests will be performed by the Owner, these tests will be done at no cost to the Contractor except all tests for work or materials that fail to meet specified requirements shall be borne by the Contractor and shall be deducted from his progress payments. Where the specifications require that certain materials are to be tested for suitability or in final position by the Contractor, the Contractor shall provide at his own expense by retaining the services of a certified independent testing laboratory. The Engineer will direct where and when tests are performed." SC-14.02.B PROGRESS PAYMENTS -WHOLE OR PARTIAL PAYMENT REFUSAL BY ENGINEER Add the following paragraph 14.02.B.6 to the General Conditions: "6. Engineer may also refuse to recommend the whole or any part of any payment if, in Engineer's opinion, there exists: a. Unsatisfactory progress of the Work; b. Failure to remedy defective Work or materials; c. Disputed Work or materials; d. Failure to comply with material provisions of the Contract Documents; e. Failure of the Contractor to make timely payment upon request, including but not limited to payment for labor, equipment, materials, subcontracts, taxes, fees, professional • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 10 services, rent, and royalties; • f. Damage to the Owner; or g. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price." SC-14.02.C PROGRESS PAYMENTS -PAYMENT BECOMES DUE Delete paragraph 14.02.C.1 of the General Conditions in its entirety and insert the following in its place: "1. The Owner will, upon presentation to him of the Contractor's Application for Payment, with Engineer's recommendation, review and act upon said payment request once each month on or about the day of each month stipulated by the Owner at the preconstruction conference Payment will become due 21 days after the Owner approves the application for payment and will be paid by Owner to Contractor within 30 days after actual receipt of the Application for Payment by Engineer subject to the provisions of Paragraph 14.02.D.1." SC-14.02.D PROGRESS PAYMENTS -FULL PAYMENT REFUSAL BY OWNER Add the following paragraph 14.02.D.1.e. to the General Conditions: "e. there exists: Unsatisfactory progress of the Work; ii. Failure to remedy defective Work or materials; • iii. Disputed Work or materials; iv. Failure to comply with material provisions of the Contract Documents v. Failure of the Contractor to make timely payment upon request, including but not limited to payment for labor, equipment, materials, subcontracts, taxes, fees, professional services, rent, and royalties; vi. Damage to the Owner; or vii. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price." Delete Paragraph 14.02.D.2. of the General Conditions in its entirety. and replace it with the following: " 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor written notice (with a copy to Engineer) within 30 days of actual receipt of the Application for Payment by Engineer, stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner may only withhold an amount from a payment that is sufficient to pay the direct expenses that the Owner may reasonably expect will be necessary to' correct any problems created by the items listed in Paragraph 14.02.D.1. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor corrects to Owner's satisfaction the reasons for such action." SC-14.07.B FINAL PAYMENT -REFUSAL BY ENGINEER Add the following sentence to the end of Paragraph 14.07.B.1 of the General Conditions: "Engineer may refuse to recommend fmal payment if, in Engineer's opinion, there exists: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 11 a. Unsatisfactory progress of the Work; b. Failure to remedy defective Work or materials; c. Disputed Work or materials; d. Failure of the Contractor to make timely payment upon request, including but not limited to payment for labor, equipment, materials, subcontracts, taxes, fees, professional services, rent, and royalties; e. Damage to the Owner; or f. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price." SC-14.07.C FINAL PAYMENT -PAYMENT BECOMES DUE Delete Paragraph 14.07.C.1. of the General Conditions in its entirety and replace it with the following: "1. Thirty-days (30) days after the Engineer actually receives the final Application for Payment and accompanying documentation, the amount recommended by Engineer (subject to the provisions of Paragraphs 14.02.D. and 14.07.B. of these General Conditions), will become due, and when due will be paid by Owner to Contractor within Twenty one (21) days." SC-16.02 DISPUTE RESOLUTION -MEDIATION Replace Section 16.01 of the General Conditions with the following: 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. Notice of the demand for mediation will be filed in writing with the other party to the Agreement and a copy will be sent to Engineer for information. Once the other party receives the request for mediation they must notify the requestor if they desire to participate in mediation. If both parties agree to participate in mediation the parties shall establish mutually agreeable rules to abide by during the mediation process. Owner or Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or Laws or Regulations in respect of any dispute that is not agreed upon during mediation. B. Except as provided in paragraph SC-16.02.C. below, no mediation arising out of or relating to the Contract Documents shall include by consolidation, joinder, or in any other manner any other person or entity (including Engineer, Engineer's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 1. the inclusion of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the mediation; and 2. such other individual or entity is substantially involved in a question of law or fact which is common to those who are already parties to the mediation, and which will arise in such proceedings; and • • 3. the written consent of the other individual or entity sought to be included and of Owner and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to mediation of any dispute not specifically described in such consent or to mediation with any party not specifically identified in such consent. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 -12 C. Notwithstanding paragraph SC-16.02.B, if a Claim or counterclaim, dispute or other matter in question between Owner and Contractor involves the Work of a Subcontractor, either Owner or Contractor may join such Subcontractor as a party to the mediation between Owner and Contractor hereunder. Contractor shall include in all subcontracts required by paragraph GC-6.06.G specific provision whereby the Subcontractor consents to being joined in mediation between Owner and Contractor involving the work of such Subcontractor. Nothing in this paragraph SC-16.02.C nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against Owner, Engineer or Engineer's Consultants that does not otherwise exist. SC-17.04 SURVIVAL OF OBLIGATIONS -STATUTES OF LIMITATIONS Add the following new paragraph immediately after 17.04.A. of the General Conditions: "B. Causes of action between the parties or the Engineer pertaining to acts or failures to act shall be deemed to have accrued and the applicable statutes of limitations shall commence to run in any and all events not later than the date of final payment to the Contractor. T'he Contractor shall include this provision in all contracts he enters into with subcontractors, consultants and suppliers who provide any work, products or services for this project." END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 00810 - 13 • • . SECTION 00811 FUNDING AGENCY SPECIAL PROVISIONS FOR MONTANA PUBLIC FACILITY PROJECTS This section includes supplemental general conditions that are required by Montana public facility funding programs or agencies listed in 1.01 below. This section supplements the General Conditions in Section 00700. ARTICLE 1. Special Provisions 1.01 Funding Agencies This project is being funded with funds from one or more of the following public facility funding programs or agencies: Renewable Resource Grant and Loan Program (RRGL) Treasure State Endowment Program (TSEP) United States Department of Agriculture Rural Development (USDA/RD) Community Development Block Grant Program (CDBG) Drinking Water or Water Pollution Control State Revolving Fund Loan Program (SRF) 1.01.1 Applicable Funding Agency Special Provisions In addition to Section 1.02 below, the following sections also apply as indicated: Section 1.03 (Additional USDA/RD Requirements) • Section 1.04 (Additional CDBG Requirements) X Section 1.05 (Additional SRF Requirements) 1.02 Special Provisions for All Funding Agencies The following requirements pertain to all of the funding programs or agencies listed in 1.01 above. If project funding sources include any of the programs or agencies listed, the following general requirements must be met in addition to those required in the General Conditions, Section 00700: 1.02.1 Reports, Information, and Access to Records The contractor, at such times and in such form as required by the owner (defined herein as the entity for which the project is being constructed) shall furnish reports pertaining to the work or services undertaken pursuant to this contract, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this contract. The owner and any federal, state or local governmental agency having a valid interest in this project shall be permitted by the contractor to have full access to and the right to examine pertinent documents of the contractor involving transactions related to this contract during the period of the project and for three (3) years from the date of final payment or until all findings have been resolved to the satisfaction of the funding agencies. 1.02.2 Contractor Eligibility and Certification Regarding Debarment The contractor certifies that the contractor's firm and the firm's principals are not debarred, suspended, or otherwise ineligible to receive any Montana public works contracts or subcontracts pursuant to 18-2-432 (2), MCA. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -1 For federally funded projects, the contractor certifies that the contractor's firm and • the firm's principals are not debarred, suspended, voluntarily excluded, or otherwise ineligible for participation in federally assisted contracts under Executive Order 12549, "Debarment and Suspension" (24 CFR 24.505). 1.02.3 Contractor Registration and Worker's Compensation Requirements Title 39, Chapter 9, Parts 1 and 2 MCA stipu-ate contractor registration requirements for the State of Montana. Pursuant to 39-9-201 MCA, each construction contractor must be registered with the Montana Department of Labor and Industry. In accordance with 39-9-102 MCA, "construction contractor" means a person, firm, or corporation that, in the pursuit of an independent business, offers to undertake, undertakes, or submits a bid for construction. No bid shall be considered that does not carry the bidder's Montana Contractor's Registration Number on the bid form. Registration forms and additional information may be obtained by contacting the Montana Department of Labor and Industry, 1805 Prospect Ave., P.O. Box 8011, Helena, MT 59604-8011, or by calling 406-444-7734. The contractor must provide certification that workers' compensation insurance will be maintained as required by the Montana Workers' Compensation Act (39- 71-101 MCA). 1.02.4 Minimum Wage Requirements Unless superseded by federal law, 18-2-401 MCA and 18-2-402 MCA require • that each employer pay, as a minimum, the rate of wages, including fringe benefits and zone pay applicable for the work being performed, as provided in the current Montana Prevailing Wage Requirements as determined by the Montana Department of Labor and Industry. The current wage determination must be included in the contract documents. If the CDBG Program is funding the project in whole or in part, federal law requires that each employer pay, as a minimum, prevailing wages in accordance with the Federal Labor Standards Provisions (Davis-Bacon). HUD Form 4010-Federal Labor Standards Provisions (Exhibit A) must be included in the contract documents for projects being funded in whole or in part by the CDBG Program. (Not required for this project.) 1.02.5 Compliance With State and Federal Laws and Regulations All applicable laws, ordinances, rules and regulations of authorities having jurisdiction over construction of the project shall apply to the contract throughout. The contractor must comply with all applicable state and federal occupational disease and health and safety laws and regulations. 1.02.6 Project Sign 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -2 • All projects will have a sign erected at a prominent location near the major portion of the work in plain view of the general public prior to submittal of the first pay estimate. The sign will generally conform to the following: "The CONTRACTOR, or such contractor as the ENGINEER may designate, when construction begins, shall erect a sign constructed of 4'X8'X'/a" exterior plywood (A-B) and shall be supported by and bolted to two (2) 4"X4" posts with the bottom of the sign at a point at least two (2) feet above the ground line. The project sign shall be maintained in a good condition until project completion. The sign will be edged, painted and lettered as shown on Exhibit B. The letters shall be approximately three (3) inches in height. (See Section 00801. ) The cost of the sign is incidental to the contract price. The sign shall remain the property of the owner. A statement indicating all agencies participating in the financing of the project shall be included on the sign. The sign shall be subject to agency approval prior to being erected. 1.02.7 Gross Receipts Withholding Requirements Pursuant to Section 15-50-206(2)(3), MCA, the owner is required to withhold one percent (1%) of all payments due the contractor and is required to transmit such moneys to the Montana Department of Revenue as part of the public contractor's • license fee. In like fashion, the contractor is required to withhold one percent (1%) from payments to subcontractors. 1.02.8 Exceptions or Corrections to the Standard General Conditions of the Construction Contract Funding Agency Edition Replace Paragraph 18.08.A with the following: If this Contract exceeds $100,000, Contractor shall comply with all applicable standards, orders or requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)); Section 508 of the Clean Water Act.(33 USC 1368); Executive-Order 11738; and Environmental Protection Agency Regulations (40 CFR Part 15). 1.03 Additional Special Provisions for USDA/RD 1.03.1 The following documents shall be attached to and made a condition of the contract documents for any project funded, in whole or in part, by Rural Development: If the bid amount exceeds $10,000, signed Compliance Statement (RD 400-6). Refer to specific equal opportunity requirements set forth in paragraph 18.10 of the General Conditions; If the bid amount exceeds $25,000, signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions (AD-1048); and 00...60746 Bozeman WRF Phase I Improvements Project 7/18/2008 00811 -3 If the bid amount exceeds $100,000, signed RD Instruction 1940-Q, Exhibit A-1, Certification for Contracts, Grants, and Loans. Refer to paragraph 18.11 of the • General Conditions. (Not required for this project.) 1.03.2 Free and Open Competition All procurement transactions will be conducted in a manner that provides maximum free and open competition. Examples of what are considered to be restrictive of competition include but are not limited to: employment preferences to Montana Bidders or Montana Contractors and Montana residents. 1.03.3 Contractor's Retainage No payments will be made that would deplete the retainage nor place in escrow any funds that are required for retainage or invest the retainage for the benefit of the contractor. 1.04 Additional Special Provisions for CDBG 1.04.1 Equal Employment Opportunity Provisions 1.04.1.A Equal Employment Opportunity (Executive Order 11246). During the performance of this contract, the Contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will • take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection of training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. ii. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for 'employment without regard to race, color, religion, sex or national origin. iii. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Department's contracting officer advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order 11246 of September 24, 1965, .and shall post copies of 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -4 . the notice in conspicuous places available to employees and applicants for employment. iv. The contractor will comply with all of the provision of Executive Order 1.1246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. v. The. contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. vi. In the event of the contractor's noncompliance with the non- discrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rules, regulations, or order • of the Secretary of Labor, or as otherwise provided by law. vii. The contractor will include the provisions of paragraphs 1 through 7 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246' of September 24, 1965, so that each provision will be binding upon each subcontractor or vendor. -The contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event the contractor becomes involved in or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Department, the contractor may request the United States to enter into such litigation to protect the interest of the United States. 1.04.1.6 Title VII of the Civil Rights Act of 1964. Provides that no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. 1.04.1.C Section 109 of the Housing and Community Development Act of 1974. "No person in the United States shall on the ground of race, color, national origin 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18!2008 00811 -5 or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds available under this title. Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1975 or with respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973 shall also apply to any such program or activity." 1.04.1.D Section 3 of the Housing and Community Development Act of 1968. The contractor will ensure that to the greatest extent feasible opportunities for training and employment arising in connection with this CDBG- assisted project will be extended to project area residents. Further, the contractor will, to the greatest extent feasible, utilize business concerns located in or substantially owned by residents of the project area, in the award of contracts and purchase of services and supplies. 1.04.1.E Minority Business Enterprise. Under the provisions of Executive Order 11246 contractors on federally-funded projects are required to take affirmative steps to assure that minority businesses are used when possible as sources of supplies, equipment, construction and services. Additionally, the contractor must document all affirmative steps taken to solicit minority businesses and • forward this documentation along with the names of the minority subcontractors and suppliers to the owner upon request. 1.04.1.E Nondiscrimination Provision in all Public Contracts Pursuant to Section 49-3-207, MCA, the Contractor certifies that all hiring will be on the basis of merit and qualifications and there will be no discrimination on the basis of race, color, religion, creed, political ideas, sex, age, marital status, physical or mental handicap, or national origin. 1.04.2 Uniform Federal Accessibility Standards (UFAS) All design specifications for the construction of any building shall provide access to the physically handicapped in accordance with the Uniform Federal Accessibility Standards and HUD regulations 24 CFR Part 8; "Nondiscrimination Based on Handicap in Federally Assisted Programs and Activities of H U D". 1.05 Additional Special Provisions for SRF 1.05.1 Equal Employment Opportunity and Affirmative Action Requirements on Federally Assisted Construction Contracts NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!18!2008 00811 -6 • 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participation in each trade 3.3% Goals for female participation in each trade 6.9% These goals are applicable to all the contractor's construction work (whether or not it is Federal or Federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the • contractor's goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number for the subcontractor; employer identification number of the subcontractor, estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed (see form on page 15). 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is the Billings Economic Area. This notice shall be included in, and shall be a part of, all solicitations for offers and bids on atl federal and federally assisted construction contracts or subcontracts. EQUAL OPPORTUNITY CLAUSE The Equal Opportunity Clause published at 41 CFR Part 60-1.4(b} is required to be included in, and is part of, all nonexempt federally assisted construction contracts and subcontracts. The Equal Opportunity Clause shall be considered to be a part 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -7 of every contract and subcontract required by the regulations in this part to include such a clause, whether or not it is physically incorporated in such contracts. • In addition to the clause described above, all federal contracting officers, all applicants, and all non-construction contractors, as applicable, shall include the specifications set forth in this section in all federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to §60-4.6 of this part and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of non-construction Federal contracts and subcontracts covered under the Executive Order. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered Area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the employer's quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: • (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area, (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -8 with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs (7)(a) through (p) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably by able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the federal register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the contractor's obligations under • these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the . contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and • female recruitment sources and to community organizations when 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -9 the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. • c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under (7)(b) above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation • in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on- site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the contractor's recruitment area and • employment needs. Not later than one month prior to the date for the 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -10 • acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. • o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7)(a) through (p). The efforts of a contractor association, joint contractor-union, contractor- community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (7)(a) through (p) of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the • contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the 00...60746 Bozeman WRF Phase 1 Improvements Project 7/1802008 00811 -11 contractor has achieved its goals for women generally, the contractor may be in ', violation of the Executive order if a specific minority group of women is under- utilized). 10. The contractor shall not use the goals and timetables of affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph (7) of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being • carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) • 00...60746 Bozeman WRF Phase 1 hnprovements Project 7/18/2008 00811 -12 • ~ O T a °; ~_' ~ U = `- W O ~ O N U ~ ~ O +`-. ~OO Nam oW~ oXU ~~`~p EO >0°m ~cpn ~~O a~i ~~p.-dp Z p W O J a w H z O U m Q U L d N O 'N V 0 Z U m c 0 U c~ p O a O U a .~ ca E w m p c0 :-. N W Z O ~ Q U ~ O ° J U p o Z ~ o U ~ W ~ Q O ~° ~ o ~ p Z O H a LL Z H v Z O V c 0 N Q O ~ U ~ p -° a i N N W ~° a i is p E ' W 0 c ~ .., O U E ~ Q ~- ~ o -~ U .fl N w 0 m ~ o U 7 ~ Z b p ~ - o ~~ O ~ a W N N '~ ~ ~ ~° z z ~ 0 0 U 'C ~a `~ c ~ ~ ~~ Q 0 0 .a a a 0 a~ a~~ ~o ~~ a. 0 W 0 0 0 1.05.2 Guidance for Utilization of Small, Minority and Women Business Enterprises (DBE) Requirements of 40 CFR 35.3145(d) A. REQUIREMENTS 1. The recipient and prime contractor will exercise good faith efforts to attract and utilize small, minority, and women's business (DBEs) enterprises primarily through outreach, recruitment, and race/gender neutral activities. At a minimum, the recipient and project bidders will follow the six affirmative steps below: a. Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities including placing DBEs on solicitation lists and soliciting them whenever they are potential sources; b. Make information on forthcoming opportunities available to DBEs and arrange time frames and establish delivery schedules, when the requirements of the work permit, which will encourage participation by DBEs; c. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs; including dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation by DBEs; d. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually; e. Using the services of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate; and f. Require a. through e. to be taken if subcontracts are awarded. B. FAIR SHARE OBJECTIVE 1. The fair share objective for this project is 2 %MBE's and 3 % WBE's. C. DEFINITIONS 1. Minority Business Enterprise (MBE) is a business concern which is: a. Certified as socially and economically disadvantaged by the Small Business Administration; (1) Socially disadvantaged individuals are those who have been subjected to racial or ethnic prejudice or cultural bias because of their identity as a member of a group without regard to their individual qualities. (2) Economically disadvantaged individuals are those socially disadvantaged individuals whose ability to compete in the free enterprise system is impaired due to diminished capital and credit opportunities, as compared to others in the same business area who are not socially disadvantaged. In determining the degree of diminished credit and capital opportunities, the Small Business Administration shall consider, but not be limited to, the assets and net worth of such socially disadvantaged individuals. Individuals who certify that they are members of named groups (Black Americans, Hispanic Americans, Native Americans, 00...60746 Bozeman WRF Phase 1 improvements Project 7/18/2008 00811 - 14 Asian-Pacific Americans, Asian-Indian Americans), are to be • considered socially and economically disadvantaged. Economically and socially disadvantaged individuals are deemed to include women. b. Certified as a minority business enterprise by a State or Federal agency; or c. An independent business concern which is at least 51 percent owned and controlled by minority group member(s). (1} A minority group member is an individual who is a citizen of the United States and one of the following: (a) Black American: (b) Hispanic American (with origins from Puerto Rico, Mexico, Cuba, South or Central America) (c) Native American (American Indian, Eskimo, Aleut, native Hawaiian); or (d) Asian-Pacific American (with origins from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, Taiwan or the Indian subcontinent). (2) In order to satisfy the third criteria of the MBE definition, the minority ownership's interest must be real, substantial and continuing. Such interest is characterized by: (a) Risk of loss/share of profit commensurate with the proportional ownership; and (b) Receipt of the customary incidents of ownership, such as compensation (i.e. salary and other personnel compensation). (3) A minority owner must have and exercise control of the business decisions. Characteristics of control include, but are not limited to: (a) Authority to sign bids and contracts; (b) Decisions in price negotiations; (c) Incurring liabilities for the firm; (d) Final staffing decisions; (e) Policy-making; and (f) General company management decisions. (4) Only those firms pertorming a useful business function according to custom and practice in the industry are qualified as MBEs. Acting merely as a passive. conduit of funds to some other firm where such activity is unnecessary to accomplish the project does not constitute a "useful business function according to custom and practice in the industry." The purpose of this approach is to discourage the use of MBE "fronts" and 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - I S limit the creation of an artificial supplier and broker marketplace. • 2. Women's Business Enterprise (WBE~is a business which is certified as such by a State or Federal agency, or which meets the following definition: "A women's business enterprise is an independent business concern which is at least 51 percent owned by a woman or women, who also control and operate it. Determination of whether a business is at least 51 percent owned by a woman or otherwise qualified WBE which is 51 percent owned by a married woman in a community property State will not be disqualified because her husband has a 50 percent interest in her share. Similarly, a business which is 51 percent owned by a married man and 49 percent owned by an unmarried woman will not become a qualified WBE by virtue of his wife's 50 percent interest in his share of the business." As in the case of a MBE, only United States citizens will be deemed to be WBEs. Similar to the MBE criteria, WBE should meet the criteria cited in subparagraphs C.1.c.(2), (3), and (4). 3. Fair Share or Fair Share Objective A fair share or a fair share objective is an amount of funds reasonably commensurate with the total project funding and the availability of qualified MBEs and WBEs, taking into account experience on EPA- funded projects and other comparable projects in the area. A fair share objective does not constitute an absolute requirement, but a commitment on the part of the bidder to exercise good faith efforts as defined in this section to use MBEs and WBEs to achieve the fair share objective. 4. Small Business (SBE). Any business entity, including its affiliates, that is • independently owned and operated, and not dominant in its field of operations in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards set forth in 13 CFR Part 121. 5. Small Business in a Rural Area._A small business in a rural area (SBRA) is a business entity meeting the definition of a small business, and is located and conducts its principal operations in a geographical area (county) listed in the Small Business Administration's Listing of Non-Metropolitan Counties by State. 6. Recipient. A party receiving SRF financial assistance. 7. Project. The work financed through an SRF loan. 8. Bidder. A party seeking to obtain a contract with a recipient through a competitive, advertised, sealed bid process. 9. Offeror. A party seeking to obtain a contract with a recipient through a negotiative procurement process. 10. Prime Contractor. A party that has obtained a contract with a recipient through a competitive, advertised, sealed bid process. 11. Good Faith Efforts. Good faith efforts by a recipient, prime contractor, and/or bidder/offeror means efforts to attract and utilize SBEs, MBEs, and WBEs (DBEs) primarily through outreach, recruitment, and race/gender neutral activities. The following are examples of activities to assist recipients, prime contractors and/or bidders/offerors to comply with good faith efforts. A. Include qualified SBEs, MBEs, and WBEs on solicitation lists. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18!2008 00811 - 16 • 1. Maintain and update a listing of qualified SBEs, MBEs, and WBEs and SBRAs that can be solicited for supplies, construction and/or services. 2. Provide listings to all interested parties who requested copies of the bidding or proposing documents. 3. Contact appropriate sources within your geographic area and State to identify qualified MBEs and WBEs for placement on your minority and women's business listings. 4. Utilize other MBE/V1IBE listings such as those of the State's Minority Business Office, the Small Business Administration, Minority Business Development Agency, US EPA- Office of Small and Disadvantaged Business Utilization (OSDBU) and the Department of Transportation. 5. Have the State environmental agency personnel review this solicitation .list. B. Ensure that SBEs, MBEs, and WBEs are solicited. 1. Conduct meetings, conferences, and follow-ups with SBEs, MBEs, WBEs, and SBRAs, small, minority and/or women's business associations, minority media, etc., to inform these groups of opportunities to provide supplies, services, and construction. 2. MBE utilization is facilitated if the recipient or prime • contractor advertises .through the minority media. Such advertisements may include, but are not limited to, contracting and subcontracting opportunities, hiring and employment, or any other matter related to the project. 3. Conduct pre bid, pre-solicitation, and post-award conferences to ensure that consultants, suppliers, and builders solicit SBEs, MBEs, WBEs, and SBRAs. 4. Provide bidders and offerors with listings of qualified SBEs, MBEs, WBEs, and SBRAs and establish that a fair share of contracts/procurements should be awarded to these groups. 5. Advertise in general circulation, trade publications, State agency publications of identified source, minority or women's business focused media, etc., concerning contracting opportunities on your projects. Maintain a list of minority or women's business-focused publications that may be utilized to solicit MBEs or WBEs. 6. Provide interested SBEs, MBEs, WBEs, or SBRAs with adequate information about plans, specifications, timing and other requirements of the proposed projects. 7. Provide SBE, SBRA, MBE or WBE trade organizations with succinct summaries of solicitations. 8. Notify SBEs, MBEs, WBEs, or SBRAs of future procurement opportunities so that they may establish bidding solicitations and procurement plans. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - 17 C. Make information on forthcoming opportunities available to DBEs and arrange time frames and establish delivery • schedules, where requirements of the work permit, which will encourage participation by SBEs, MBEs, WBEs and SBRAs. 1. Consider lead times and scheduling requirements often needed by SBE, MBE, WBE or SBRA participation. 2. Develop realistic delivery schedules which may provide for greater SBE, MBE, WBE or SBRA participation. 3. Whenever possible, post solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date D. Consider in the, contracting process whether firms competing for large contracts could subcontract with DBEs; including dividing total requirements when economically feasible, into small tasks or quantities to permit maximum participation of SBEs, MBEs, WBEs and SBRAs. 1. Perform an analysis to identify portions of work that can be divided and performed by qualified SBEs, MBEs, WBEs and SBRAs. 2. Scrutinize the elements of the total project to develop economically feasible units of work that are within the bonding range of SBEs, MBEs, WBEs and SBRAs. 3. Analyze bid packages for compliance with the good faith efforts to afford SBEs, MBEs; WBEs and SBRAs maximum • participation. 4. Encourage contracting with a consortium of SBEs, MBEs, WBEs, and SBRAs when a contract is too large for one of these firms to handle individually E. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the US Department of Commerce, as appropriate. 1. Use the services of outreach programs sponsored by the Minority Business Development Agency and/or the Small Business Administration to recruit bona fide firms for placement on SBEs, MBEs', WBEs, or SBRAs' bidders lists to assist these firms in the development of bid packaging. 2. Seek out Minority Business Development Centers (MBDCs) to assist recipients and prime contractors in identifying MBEs for potential work opportunities on this project. D. ADDITIONAL CONTRACT PROVISIONS (New Requirements) 1. The prime contractor must pay its subcontractors for satisfactory performance no more than 30 days from the prime contractor's receipt of payment from the owner. 2. The prime contractor must notify the owner in writing prior to any termination of a DBE subcontractor for convenience. • 00...60746 Bozeman WRF Phase I Improvements Project 7/18/2008 00811 -18 3. If a DBE subcontractor fails to complete work under the subcontract for any reason, the prime contractor must employ the six good faith efforts if soliciting a replacement subcontractor, even if the fair share objectives have already been achieved. 4. The prime contractor must distribute EPA Form 6100-2 -DBE Program Subcontractor Participation Form (copy attached) to all of its DBE subcontractors. The subcontractors can submit completed forms to the EPA DBE Coordinator. 5. The prime contractor must have its DBE subcontractors complete EPA Form 6100-3-DBE Program Subcontractor Performance Form (copy attached) and include completed forms in its bid or proposal package. 6. The prime contractor must complete EPA Form 6100-4-DBE Program Subcontractor Utilization Form (copy attached) and submit as part of its bid or proposal package. 7. Failure to submit the requested information (Form 6100-3 and Form 6100-4) at the time of the bid opening will be viewed as non- responsive. Additional DBE forms can be downloaded at http://www.epa.gov/osdbu/grant.htm E. REPORTING 1. Bidders/offerors shall demonstrate compliance with good faith efforts in order to be deemed responsible. At a minimum this will include completing EPA forms 6100-3 and 6100-4 as discussed above. Additional efforts could include maintaing phone/mail logs (see attached MBENVBE Subcontractor Solicitation Sheet), submitting proof of DBE solicitation advertisements, etc.. The owner may specify other methods of demonstrating compliance. J 00...60746 Bozeman VVIiF Phase 1 Improvements Project 7/18/2008 00811 - 19 L L W O O m ~ U ~ O (` ~ O C U m ~ > ~ > ~ C a+ N . U ~ O Q N U - N ~ O O 3 C ~ a ~. o Z ~ o o Z O ~~ Q o ~ o~ ~ O m c ~ ~ Z Q od Z -O a °' U F- ~ ~ O U ~ ~ U O N ~ N ~ ~ ti d ~"' U Z O ~.- -o ° a~ U OD ~ •~ ~ ~ .a p ~ ~ Y t1A m ~ ~ O W .. m ~ N N ~. 7 C ~ ~ O O O (ff ~ D ~ U (0 C o2S O rn U ~ 0 0 ~ - °o o Q z ~ ~ o ~ (0 t 7 ZdfA 0 3 J ] 0 N - 6 0 u u z u ~ U V L' U -~ n O ~ 'o q U ` ~ 0. j ~ O ~ `~ ' O ~ U ~ s ~ .. (A ai ~ .N c U ~. m D ~c°v 0 a ~3 N O N N U N C v-. .N N N t y c0 c o • v m ~ a~ O o ~ ~ ~ o * o • ET1VirOnTnelltQl Protection Agency OMB Control No 2090-0030 Approved: 05/01/200!3 Approval Expires: 01/31/2011- Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form.. • • NAME OF SUBCONTRACTOR° PROJECT. NAME ADDRESS `.CONTRACT NO. TELEPxoNE No. EMAIL ADDRESS PRIME CONTRACTOR NAME Please use the space,below#o report any concerns regarding the above'EPA-funded project e{~. ., reason for termination by prime contractor, late payment; efie.). CONTRACT TIEMNO. TI'EM OF WORK OR DESCRIPITON OF SERVICES RECEIVED FR011I' THE PRIl11E CONTRACTOR AMOJNT' 5UBCON'TRACTOR WAS PAiD' BY PRIME CONTRACTOR Subcontractor Signature Title/Date: 'Subcontractor is defined as 8 company,,ficm, joint venture or Individual who enters'into an agreemenp with a contractor to proeide services pursuant to an EPA award. of financial assistance EPt1 F~RM,6100-2>(DBE Subcontractor Participation Fotni) 00...60746 Bozeman WRF Phase 1 Improvements Project 7!18/2008 00811 - 21 Ezlvironmental Protection Agency' OMB Control Nor 2090-0036 Approvedt 05/01/2008 ApprovalExpiresi 01/31/2011 Disadvantaged Brzsiness Enterprise Program. DBE Sulxontractor Partieipation'Form The public reporting and recordkeeping burden for this collection of information is estimated to' average''fifteen {15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate,. maintain; retain, or disclose or provide information to or for a Federal agency. This includes theaime needed o review instructions; develop, acquire, install, and utilize technology and .systems for the purposes of collecting,. validating, and ~erifyntg;information, processing and maintaining information,; and disclosing and providing. information; adjust the existing ways to comply with any previQUSly applicable instructions anci requirements;, train personnel to be able to respond to a c ollectian of informatron; search. data ounces complete and review thee.. collection. of niformation;-and transmit or otherwise disclose the- information An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information,unless't displays a currently valid O1VIB controlnumber. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates,,and any suggested methods for m;nim;zing respondent burden, including the use: of automated collection techniques to the Director, Collection Strategies Division, U.S::Environmental Protection Agency (2822), 1200 Pennsylvania Aver, IVW, Washington,'D.C. 20460. Include the OMB control number in .any correspondence:. Do not send the completed EPA DBE Subcontractor Participation Form to this address. EPA FORM fi100-2 (DBE Subcontractor Parpgpation Form) • , • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 -22 • Environmental Protection Agency 'OMB Control No: Approvecl: Approval Expires: Dsadtrantaged. Business Enterprise Program.; DBE Subcontractor Perforrnance;Forln' • • NAME OF SUBCONTRACTOR' PROJECT- NAME: ..ADDRESS BID/PROPOSAL NO. 'TELEPHONE'NO~ E-MAIL ADDRESS PRIME- CONTRACTOR, NAME CONTRACT TTEM OF WORK DR DESGIiIPITON OF SERVICES PRICE OF WORK ITEM NO. SID TO PRIME' SUB1~II'TIED:TO PRIME CONTRACTOR Currently certified, as an MBE or WBE under EPA's DBE Program? Yes.. ' No :Signature of Prime Contractor Date .Print Name Title Signature of Subcontractor. DatE 'Print Name Title 'Subcontractor is defCned as a company; firm, joint venture or individual who enters into an agreement with a contractor to;provide'servrces pursuant to an EPA awarxi:of financialsassistance• EPFIFQRM'61003 (DBE Subcontractor Performance Form) 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - 23 Environmental> Protection Agency OMB Control No: Approved: . Approval Expiresc. Disadvantaged Business Enterprise Program.: DBE Subcontractor Performance Form The public reporting and recordlceeping burden forthis collection of information is estimated to average fifteen- (15) minutes, .Burden means the total time, :effort, or financial resources .expended by persons to generate,. maintain, retain, or disclose or provide information. to: or fora Federal agency. This"includes the time needed to review instructions; develop, acquire,.install, and'utilize echnologyand systems for the purposes of collecting,. valida#ng, and verifying.information, processing. and maintaining information; and disclosing ;and providing information; acijustthe existing ways to comply with any previously applicable instructions andrequirements;train. personnel to be able'to respond to a collection of'information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency;may not conduct or sponsor, and a persons not requiredta respond to, a collection of information unless it ciisplays a cutrentlyvalid OMB control number. Send comments on the A gency's need for this information, the accuracy of #hepravided burden estimates, :and. any. suggested methods for: minimizingrespondent burden, including the use of automated collection techniques to the Director, Collection Strate gies Division, U. S. Environmental Protection Agency (2$22),1200 Pennsylvania_Ave. 1VW,'Washington, DC. 20460. Include the OMB control' number in any correspondence. Do 'not send the completed EP.~1 DBE Subcontractor Performance Form to this address. .EPA FORM 6100-3 (DBE:SubcontractorPerformance.Fotmf r~ ~_~ • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - 24 OMB Control No: 2090.0030 APProved: O5/Dl/2008 Approval F.xpizes: 01/31/2011 ~~ Environmental ~~~ Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor UtilizaHon'Form • • BID/PROPOSAL NO. PROJECT NAME NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS ADDRES5 TELEPHONE NO. FAX NO. The followin subcontractors. wiil be used on this ro°ect: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATED CURRENTLY NUMBER, AND E-MATT. ADDRESS PERFORMED DOLLAR CERTIFIED AIvIOUNT AS AN MBE OR WBE? I cerkify under penalty of perjury that the forgoing statements are true and correct. In the event: of a replacement of a subcontractor, I will adhere to the!replaeement requirements setforthln 40 CFR Part 33 Suction 33.302(c) Signature of Prime Contractor Date Print Name Title $ulxontractor is defined as a company,. firm, joint venhue, or individual wha enters into an'agreement with a conlractoz to provide services pursuant to an EPAnward of financial. assistance. EPA FORM 6100-4 (nBE Subconpractor Utili~tion Form) 00...60746 Bozeman WRF Phase I Improvements Project 7/18/2008 00811 - 25 OMB Control Na: 2090-0030. • Approved 05/01/2008 Approval Expires: 01/31 /20I1- Envronmental ,~~ Protection Agency Disadvantaged Business-:Enterprise Program: DBE Subcontractor Utilization Form The public rep©rting and recordkeeping burden for this:collection of information:is: estimated to average fifteen (15) minutes. Burden, means the total time; effort, or financial resources expended by persons to generate,., maintain, retain, or disclose or provide uiformation to or for a Federal agency. This includes the;time needed to review instructions; develop, acquire, uistall; and utilize technology. and systems for the purposes of collecting,::. validating, and'verifying information, processing and mauttaining information, and disclosing and providing information; adjust the existing ways o comply with anypreviausly applicable instructions and requirements;. train personnel to be able to respond to a collection:of information;, search'data sounres; complete and review the collection of information; and transmit ar otherwise disclose the information. An agency may not conduct or: sponsor, and a person is notsequired to respond to, a collection of information unless't displays a currently valid FMB control number. Send comments on the Agency's need for this information; the accuracy o€ the provided burden estimates, and .any suggested methods for mn;..,;zing respondent burden, includixtg the use of automated collection techniques to the,Director, Collection Strategies Division, U.5. Environmental Protection Agency (2822), 1200Pennsylvania .Ave., Nl'4', Washington, D.C'20460. Indude the OMB control number in any correspondence. Do not send the completed,EPA DBE Subcontractor Utilization Form to this address; • EPA FORM b100-9:(DBE Subcontractor Utilization Form) • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18!2008 00811 -26 1.05:3 Certification Regarding Debarment, Suspension and Other Responsibility Matters A. INSTRUCTIONS Under Executive Order 12549, an individual or organization debarred or excluded from participation in Federal assistance or benefit programs may not receive any assistance award under a Federal program, or a subagreement thereunder for $25,000 or more. The status of prospective individuals or organizations can be checked at: http: //e pl s. a rnet. qov/ A prospective prime contractor must submit a completed certification (see form on the following page) or explanation to the project owner for the project. Each prospective subcontractor must submit a completed certification or explanation to the prime contractor for the project. B. HOW TO OBTAIN FORMS Additional forms may be obtained from the State or may be reproduced. • • 00...60746 Bozeman WRF Phase I Improvements Project 7/18/2008 00811 -27 C303105-01 SRF Project Number i United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal. or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within athree-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or • termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Typed Name & Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - 28 1.05.4 Prohibition Against Listed Violated Facilities • A. REQUIREMENTS (1) To comply with all the requirements of section 114 of the Clean Air Act, as amended (42 U.S.C. 1857, et seq., as amended by Pub. L. 92-604) and section 308 of the Clean Water Act (33 U.S.C. 1251, as amended), respectively, which relate to inspection, monitoring, entry, reports, and information, as welt as other requirements specified in section 114 and section 308 of the Air Act and the Water Act, respectively, and all regulations and guidelines issued thereunder before the award of this contract. (2) That no portion of the work required by this prime contract will be performed in a facility listed on the Environmental Protection Agency list of violating facilities on the date when this contract was awarded unless and until the EPA eliminates the name of such facility or facilities from the listing. (3) To use his best efforts to comply with clean air and clean water standards at the facilities in which the contract is being performed. (4) To insert the substance of the provisions of this clause, including this paragraph (4), in any nonexempt subcontract. B. DEFINITIONS (1) Air Act means the Clean Air Act, as amended (42 U.S.C. 1857 et seq.). (2) Water Act means the Clean Water Act, as amended (33 U.S.C. 1251 et seq.). (3) Clean Air Standards means any enforceable rules, regulations, guidelines, • standards, limitations, orders, controls, prohibitions, or other requirements which are contained in, issued under, or otherwise adopted under the Air Act or Executive Order 11738, an applicable implementation plan as described in section 110 (d) of the Air Act (42 U.S.C. 1857c-5(d)), an approved implementation procedure or plan under section 111 (c) or section 111(d), or an approved implementation procedure under section 112(d) of the Air Act (42 U.S.C. 1857c-7(d)). (4) Clean Water Standards means any enforceable limitation, control, condition, prohibition, standard, or other requirement which is promulgated under the Water Act or contained in a permit issued to a discharger by the Environmental Protection Agency or by a State under an approved program, as authorized by section 402 of the Water Act (33 U.S.C. 1342), or by a local government to ensure compliance with pretreatment regulations as required by section 307 of Water Act (33 U.S.C. 1317). (5) Compliance means compliance with clean air or water standards. Compliance shall also mean compliance with a schedule or plan ordered or approved by a court of competent jurisdiction, the Environmental Protection Agency in accordance with the requirements of the Air Actor Water Act and regulations. 6) Facility means any building, plant, installation, structure, mine, vessel, or other floating craft, location, or site of operations, owned, leased, or supervised by a contractor or subcontractor, to be used in the performance of a contract or subcontract. Where a location or site of operations contains or includes more than one building, plant, installation, or structure, the entire location or site shall be deemed to be a facility except where the Director, Office of Federal Activities, Environmental Protection Agency, determines that independent facilities are located • in one geographical area. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - 29 1.05.5 Discovery of Archaeological and other Historical Items • In the event of an archaeological find during any phase of construction, the following procedure will be followed: (1) Construction shall be halted, with as little disruption to the archaeological site as possible. (2) The Contractor shall notify the Owner who shall contact the State Historical Preservation Officer. (3) The State Historical Preservation Officer may decide to have an archaeologist inspect the site and make recommendations about the steps needed to protect the site, before construction is resumed. (4) The entire event should be handled as expediently as possible in order to hold the loss in construction time to a minimum while still protecting archaeological finds. A similar procedure should be followed with regard to more recent historical resources. Should any artifacts, housing sites, etc., be uncovered, the same procedure should be followed as for an archaeological find. In the event archaeological/historical data are evaluated to meet National Register criteria, the Advisory Council on Historic Preservation may be notified and asked to comment. 1.05.6 Williams-Steiger Occupational Safety and Health Act of 1970 A. AUTHORITY • (1) The contractor is subject to the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970. (2) These construction documents and the joint and several phases of construction hereby contemplated are to be governed, at all times, by applicable provisions of the Federal law(s) ,including but not limited to the latest amendment of the following: a. Williams-Steiger Occupational Safety and Health Act of 1970, Public Law 94-596; b. Part 1910 -Occupational Safety and Health Standards, Chapter XVII of Title 29, Code of Federal Regulations; c. Part 1926 -Safety and Health Regulations for Construction, Chapter XVII of Title 29, Code of Federal Regulations. B. SAFETY AND HEALTH PROGRAM REQUIREMENTS (1) This project, its prime contractor and its subcontractors, shall at all times be governed by Chapter XVII of Title 29, Code of Federal Regulations, Part 1926 - Safety and Health Regulations for Construction (29 CFR 22801), as amended to date. (2) To implement the program and to provide safe and healthful working conditions • for all persons, general project safety meetings will be conducted at the site at least 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - 30 . once each month during the course of construction, by the construction superintendent or his/her designated safety officer. Notice of such meeting shall be issued not less than three (3) days prior, stating the exact time, location, and agenda to be included. Attendance by the owner, architect, general foreman, shop steward(s), and trades, or their designated representatives, witnessed in writing as such, shall be mandatory. (3) To further implement the program, each trade shall conduct a short gang meeting, not less than once a week, to review project safety requirements mandatory for all persons during the coming week. The gang foreman shall report the agenda and specific items covered to the project superintendent, who shall incorporate these items in his/her daily log or report. (4) The prime contractor and all subcontractors shall immediately report all accidents, injuries, or health hazards to the owner and architect, or their designated representatives, in writing. This shall not obviate any mandatory reporting under the provisions of the Occupational Safety and Health Act of 1970. (5) This program shall become a part of the contract documents and the contract between the owner and prime contractor, prime contractor and all subcontractors, as though fully written therein 1.05.7 Wage Determination 1. If the sole source of funding for the project, excluding recipient contributions, is the State Revolving Fund, the contractor shall meet the requirements of Title 18, Chapter 2, Part 4, Montana Code Annotated, regarding standard prevailing wages, including • posting the wage scale and paying the appropriate wages. Bid specifications and contracts must contain the prevailing wage rates and provisions for payroll record keeping in accordance with 18-2-422 MCA. 2. If there are other sources of funding for the project that require federal Davis- Bacon wage rates then the contractor may satisfy the SRF wage rate requirements by meeting federal Davis-Bacon requirements. 1.05.8 Access 1. The recipient must insure that representatives of the Environmental Protection Agency and the State will have access to project records and the project work whenever it is in preparation or progress and must provide proper facilities for such access and inspection. The recipient must allow the Regional Administrator, the Comptroller General of the United States, the State agency, or any authorized representative, to have access to any books, documents, plans, reports, papers, including records of contractors which are pertinent to the project for the purpose of making audit, examination, excerpts, copies, and transcriptions thereof. The recipient must insure that a party to a subagreement will afford access to such project work, sites, documents, and records. 1.05.9 Construction Site Erosion and Sediment Control Measures Every effort shall be made by the contractors and subcontractors to prevent and correct problems associated with erosion and runoff processes which could occur during and after project construction. The efforts should be consistent with applicable local ordinances, the EPA Nonpoint Source Pollution Control Guidance and Department of Environmental Quality Stormwater Management Plan. 00...60746 Bozeman WRF Phase I Improvements Project 7/18/2008 0081 I - 31 Wherever appropriate, the contractor's efforts shall reflect the following engineering principles: 1. When appropriate, land grading and excavating should be kept at a minimum to reduce the possibility of creating runoff and erosion problems which require extensive control measures. 2. Whenever possible, topsoil should be removed and stockpiled before grading begins. 3. Land exposure should be minimized in terms of area and time. 4. Exposed areas subject to erosion should be covered as quickly as possible by means of mulching or vegetation. 5. Natural vegetation should be retained whenever feasible. 6. Appropriate structural or agronomic practices to control runoff and sedimentation should be provided during and after construction. 7. Early completion of stabilized drainage systems (temporary and permanent systems) will substantially reduce erosion potential. 8. Roadways and parking lots should be paved or otherwise stabilized as soon as feasible. 9. Clearing and grading should not be started until a firm construction schedule is known and can be effectively coordinated with the grading and clearing activity. •. 1.06 Exhibits See Section 00801 - Exhibit B (Project Sign Details) • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 00811 - 32 ® SECTION 00821 DUTIES, RESPONSIBILITIES AND LIMITATIONS OF THE RESIDENT PROJECT REPRESENTATIVE PART 1 - GENERAL: 1.1 SUMMARY A. Resident Project Representative is Engineer's agent and shall act as directed by and under the supervision of Engineer. He shall confer with Engineer regarding his actions. His dealings in matters pertaining to the on-site Work will in general be only with Engineer and Contractor. His dealings with subcontractors will only be through or with the full knowledge of Contractor or his superintendent. He shall generally communicate with Owner only through or as directed by Engineer. B. Duties and Responsibilities: The Resident Project Representative is responsible to serve as the Owner's and Engineer's liaison with the Contractor. The Resident Project Representative is responsible for: 1. Schedules: Review the progress schedule, schedule of Shop Drawing submission, schedule of values and other schedules prepared by Contractor and consult with Engineer concerning their acceptability. 2. Conferences: Attend preconstruction conferences. Arrange schedule of progress meetings and other job conferences as required in consultation with Engineer and notify in advance those • expected to attend. Attend meetings and maintain copies of minutes thereof. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist him in understanding the intent of the Contract Documents. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on-site operations. b. As requested by Engineer assist in obtaining from Owner additional details or information, when required at the jobsite for proper execution of the Work. c. In the interest of preserving the proper channels of communication, advise Engineer of any direct communication between Owner and Contractor. 4. Shop Drawings and Samples: a. Receive and record date of receipt of Shop Drawings and samples which have been reviewed by Engineer. b. Receive samples which are furnished at the site by Contractor for Engineer's review, and notify Engineer of their availability for examination. c. Advise Engineer and Contractor or his superintendent immediately after becoming aware of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been accepted by Engineer. 5. Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct on-site observations of the Work in progress to assist Engineer in determining that the Project is proceeding in accordance with the Contract Documents and the completed Work will conform to the Contract Documents. b. Report to Engineer whenever he believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents; or has been damaged; or does not meet the requirements of any required inspections, tests or approvals and advise Engineer when he believes Work should be corrected or rejected, or should be uncovered for observation, or requires special testing or inspection. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 00821 - 1 c. Verify that tests, equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the • required personnel, and that Contractor maintains adequate records thereof; observe, record, and report to Engineer appropriate details relative to the test procedures and startups. d. Accompany Owner and visiting inspectors representing public or other agencies having jurisdiction over the Project, record the outcome of these inspections, and report to Engineer. 6. Interpretation of Contract Documents: Transmit to Contractor clarification and interpretation of the Contract Documents as issued by Engineer. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings and Specifications and report them with recommendations to Engineer. 8. Records: a. Maintain at the jobsite orderly files for correspondence; reports of job conferences; Shop Drawings and sample submissions; reproductions of original Contract Documents including all addenda, change orders, field orders, and additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports and other Project-related documents. b. Keep a diary or daily log book, recording hours on the jobsite, weather conditions, data relative to questions of extras or deductions, list of principal visitors, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures. Send copies to Engineer. c. Record names, addresses and telephone numbers of all contractors, subcontractors and major suppliers of equipment and materials. d. Advise Engineer whenever Contractor is not currently maintaining an up-to-date copy of Record Drawings at the site. e. Perform a cursory check of Contractor's record drawing set at least bi-weekly and prior to approval of each progress payment. • f. Contractor is advised that Engineer's jobsite records will not be routinely available to Contractor and that Engineer's jobsite recordkeeping and review efforts shall not diminish Contractor's obligations. 9. Reports: a. Furnish Engineer periodic reports, as required, of progress of the Work and of Contractor's compliance with the approved progress schedule, schedule of Shop Drawing submissions and. other schedules. b. Consult with Engineer before scheduled major tests, inspections, or start of important phases of the Work. 10. Payment Requisitions: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to Engineer, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered at the site. 11. Guarantees, Certificates, Operating and Maintenance Manuals: During the course of the Work, verify that guarantees, certificates, Operation and Maintenance manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed; and deliver these data to Engineer for his review and forwarding to Owner prior to final acceptance of the Work. 12. Completion: a. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring correction. b. Conduct final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be corrected. c. Verify that all items on fmal list have been corrected and make recommendations to Engineer concerning acceptance. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 00821 - 2 C. Limitation of Authority: Except upon written instructions of Engineer, Resident Project • Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not undertake any of the responsibilities of Contractor, Subcontractor, or Contractor's superintendent. 3. Shall not expedite Work for the Contractor. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 5. Shall not advise on, issue directions, or enforce any regulation as to safety precautions and programs in connection with the Work. 6. Shall not authorize Owner to occupy the Project in whole or in part. 7. Shall not participate in specialized field or laboratory tests or inspections conducted by others. 8. Shall not assist Contractor in maintaining up-to-date copy of Drawings. 9. Shall not authorize any deviation from the Contract Documents unless written instruction of the ENGINEER and OWNER are received. END OF SECTION • 00...60746 Bozeman WRF-Phase 1_ Iinpravements Project 7/10/2008 00821 - 3 • • • SECTION 00825 FEDERAL PREVAILING WAGE RATE DETERMINATION (DAVIS BACON RATES FOR PUBLIC WORKS CONTRACTS IN MONTANA) • • 00...60746 Bozeman WRF Phase I Improvements Project 7/10/2008 00825 - I • • • • Montana Prevailing Wage Rates ~RY.wc"rxN mm~~ ~ ',.,'x'45 ac\ :: Hs + ~~ ~ ~ ~~ • 4 1 r t ~, • MONTANA PREVAILING WAGE RATES FOR HEAVY AND HIGHWAY CONSTRUCTION 2008 Rates effective: July 18, 2008 Brian Schweitzer, Governor State of Montana Keith Kelly, Commissioner Department of Labor and Industry For information relating to public works projects and payment of prevailing wage rates, or to obtain copies of prevailing wage rate schedules, please visit the Labor Standards Bureau at: www.mtwagehourbopa.com, or contact them at: Labor Standards Bureau Montana Department of Labor and Industry P. O. Box 6518 Helena, MT 5 9604-65 1 8 Phone: 406-444-5600 TDD:406-444-5549 The Labor Standards Bureau welcomes questions,. comments and suggestions from the public. In addition, we'll do our best to provide information in an accessible format, on request, in compliance with the Americans with Disabilities Att. • • MONTANA PREVAILING WAGE REQUIREMENTS: The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated, has determined the standard prevailing rate of wages for the occupations listed in this publication. 'Ihe wages specified herein control the prevailing rate of wages for the purposes of 18-2-401, et seq., Montana Code Annotated. It is required that each employer pay, as a minimum, the rate of wages, including fringe benefits and zone pay applicable to those occupations in which the work is being performed, as provided in the at- tached wage determinations. All Montana Prevailing Wage Rates are available on the Internet at: www mtwage- hourbopa.com or by contacting the Labor Standards Bureau at (40G) 444-5600. This publication provides general information concerning compliance with Mon- 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 mtwagehourbooa. com or contact the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549. KEITH KELLY • Commissioner Department of Labor and Industry State of Montana 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 • • 4 A. Date of Publication: July 18, 2008 B. Definition of Heavy Construction The Administrative Rules of Montana (ARM) 24.17.501 (4) - (4)(a), Pub- lic Works Contracts For Construction Services Subject to Prevailing Rates, states that "Heavy construction projects include, but are not limited to, those projects that are not properly classified as either `building construction', or `highway construction.' Heary construction projects include, but are not limited to, antenna tow- ers, bridges (major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects (outdoor), fish hatcheries, flood control projects, industrial incinerators (other than building), irrigation projects, jetties, kilns, land drainage (not incidental to other construction), land leveling (not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings), pipelines, ponds, pumping stations (prefabricated drop-in units -not buildings), railroad con- struction, reservoirs, revetments, sewage collection and disposal lines, sewers • (sanitary, storm, etc.), shoreline maintenance, ski tows, storage tanks, swim- ming pools (outdoor), subways (other than buildings), tipples, tunnels, unshel- tered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines (not incidental to building), water and sewage treatment plants (other than buildings) and wells:' Federal Davis-Bacon wage rates as published in U.S. Department of Labor General Decision No. MT070001 Modification No. 7 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 MT070001 Modification No. 7. C. Definition of Highway Construction The Administrative Rules of Montana (ARM) 24.17.501 (3) - (3) (a), Pub- lic Works Contracts For Construction Services Subject to Prevailing Rates, states that "Highway construction projects include, but are not limited to, the construction, alteration, or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, and parking areas, bridges constructed or repaired in conjunction with highway work, and other similar projects not incidental to building construction or heavy construction:' • • 5 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 mtwagehourboPa.com or by contacting the Labor Standards Bureau at (406) 444-5600 or TDD (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 • 6 (c) make payments using any combination of methods set forth in subsections (1)(a) and (1)(b) so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits for health and welfare and pension contributions that meet the requirements of the Employee Retirement Income Security Act of 1974, travel, or other bona fide programs approved by the United States Department of Labor, that is appli- cable to the district for the particular type of work being performed. (2) The fringe benefit fund, plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care, pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the United States Department of Labor." Fringe benefits are paid for all hours worked (straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise. Employers are obligated to pay the wage rates and fringes as listed in the book- let, including the zone hourly rate when applicable. For heavy and highway • construction occupations, the vacation benefit amount is not included in the prevailing wage rate, unless stated otherwise. G. Apprentices Wage rates for apprentices registered in approved federal or state apprentice- ship programs are contained in those programs. However, apprentices not registered in approved federal or state apprenticeship programs will be paid the prevailing wage rate when working on a public works contract. H. Posting Notice of Prevailing Wages Section 18-2-406, Montana Code Annotated, provides that contractors, subcontractors, and employers who are performing work or providing services under public works contracts as provided in this part shall post in a prominent and accessible site on the project or work area, not later than the first day of work; a legible statement of all wages to be paid to the employees on such site or work azea. f 1 ~J 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. • • 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 • 9 HEAVY CONSTRUCTION PROJECTS ZONE DEFINITIONS CARPENTERS, *CEMENT MASONS, LABORERS, ANDTRUCK DRIVERS The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Court House of the following listed towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HAVRE, HELENA, KALISPELL, LEWISTOWN, MILES CITY, MISSOULA Zone 1: 0 to 30 miles -Base Pay Zone 2: 30 to 60 miles -Base Pay + $2.95 Zone 3: Over 60 miles -Base Pay + $4.70 *CEMENT MASONS ZONES: • The above cities plus DILLON, GLASGOW, GLENDIVE, SIDNEY CARP0028-002 05/01 /2007 Rates Fringes Carpenters: (Zone 1) Carpenter & Pilebuck $22.00 $8.40 Millwright $24.00 $8.40 • • 10 CARP0028-004 06/01 /2006 Diver Tender Diver Rates Fringes $27.27 $7.80 $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 ELE00044-001 06/01 /2006 BEAVERHEAD, BIG HORN, BLAINE, BROADWATER, CARBON, CARTER,CASCADE, CHOUTEAU, CUSTER, DANIELS, DAWSON, DEER LODGE, FALCON, 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 • • 11 • ~ELEC0233-001 06/01 /2007 BLAINE, BROADWATER, CASCADE, CHOUTEAU, FERGUS, GLACIER, HILL, JUDITH BASIN, LEWIS & CLARK, LIBERTY, MEAGHER, PETROLEUM, PHILLIPS, PONDERA,TETON, VALLEY, AND WHEATLAND COUNTIES Electrician Rates Fringes $26.06 $4.25%+8.55 ~'ELEC0233-002 08/01 /2007 BEAVERHEAD, DEER LODGE, GRANITE, JEFFERSON, MADISON, POWELL, AND SILVER BOW COUNTIES Electrician Rates Fringes $25.50 $4.25%+9.20 ELEC0532-001 06/01 /2007 GALLATIN, PARK, AND SWEET GRASS COUNTIES Electrician Rates Fringes $25.14 $4.25%+8.40 • • 12 ELEC0532-003 06/01 /2007 BIG HORN, CARBON, CARTER, CUSTER, DANIELS, DAWSON, FALCON, GARFIELD, GOLDEN VALLEY, MCCONE, MUSSELSHELL, POWDER RIVER, PRAIRIE, RICHLAND, ROOSEVELT, ROSEBUD, SHERIDAN, STILLWATER, TREASURE, WIBAUX AND YELLOWSTONE COUNTIES Electrician Rates Fringes $26.83 $4.25%+9.14 ELEC0768-001 03/01 /2007 FLATHEAD, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS COUNTIES Electrician Rates Fringes $26.43 $10.25 ELEC0768-003 12/01 /2005 FLATHEAD, LAKE, AND LINCOLN COUNTIES 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)TreeTrimmer $24.37 $10.91 (7) Utility Locator $16.03 $4.50 ~~ 13 • ENG10400-001 05/01 /2007 Rates Fringes Power Equipment Operator (Zone 1) Group 1 $21.52 $8.55 Group 2 $21.99 $8.55 Group 3 $22.39 $8.55 Group 4 $23.05 $8.55 Group 5 $23.55 $8.55 Group 6 $24.65 $8.55 Group 7 $25.15 $8.55 ZONE DEFINITIONS FOR POWER EQUIPMENT OPERATORS: The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Court House of the following listed towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HELENA, KALISPELL, MISSOULA Zone 1: 0 to 30 miles -Base Pay Zone 2: 30 to 60 miles -Base Pay + $3.30 Zone 3: Over 60 miles -Base Pay + $5.30 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Air Compressor; Auto Fine Grader; Belt Finishing Machine; Boring Machine, small; Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-end Loader under 1 cu yd; Heavy Duty Drills; Herman Nelson Heater; Mulching Machine; Oiler, all except Cranes. & Shovels; Pumpman. • 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; Pumpcrete/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. GROUP4: Asphalt/Hot Plant Operator; Cranes, 25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. GROUP 5: Cranes, 45 tons to including 74 tons; Crane, Tower, all. GROUP 6: 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. • • 15 IRON0014-002 07/01 /2006 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, MISSOULA, AND SANDERS COUNTIES Rates Fringes Ironworker $23.17 $14.70 IRON0841-002 07/01/2005 REMAINING COUNTIES Rates Fringes Ironworker $20.45 $12.76 r~ ~J LAB00098-001 05/01 /2005 Rates Fringes Laborers: (Zone 1) Group 1 $15.17 $5.90 Group 2 $17.99 $5.90 Group 3 $18.13 $5.90 Group 4 $18.85 $5.90 LABORERS CLASSIFICATIONS: GROUP 1: Flagperson • C 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; HeaterTender; 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 Roseman; Tool 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 orTruck mounted Wagon Drill; Welder including Air Arc PAIN0260-001 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 Rates Fringes Painter $13.85 $1%+3.45 • • 1 PAIN0260-002 07/01/2002 FLATHEAD, GRANITE (North of a line running East & West through the Southern city limits of Phillipsburg), LAKE, LINCOLN, MINERAL, MISSOULA, POWELL (North of a line running East & West through the Southern city limits of Helmsville), RAVALLI, AND SANDERS COUNTIES Painter PAIN 1922-001 06/01 /2001 Rates Fringes $16.85 $1%+3.45 BEAVERHEAD, BIG HORN, CARBON, CARTER, CUSTER, DAWSON, DEERLODGE, FALCON, GALLATIN, GOLDEN VALLEY, JEFFERSON, MADISON, MUSSELSHELL, PARK, POWDER RIVER, PRAIRIE, ROSEBUD, SILVER BOW, . STILLWATER, SWEET GRASS,TREASURE, WIBAUX, ANDYELLOWSTONE COUNTIES Rates fringes Painter $17.80 $7.63 (Industrial, includes industrial plants, tanks, pipes, bridges) PLA50119-001 05/01 /2005 STATEWIDE (except Deer Lodge, Jefferson, Powell, and Silver Bow Counties) Rates Fringes Cement Masons: (Zone 1) Area 1 $17.71 $6.20 Area 2 $18.82 $6.20 • • 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, FALCON, 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 07/01 /2007 BEAVERHEAD, BROADWATER, DEER LODGE, GALLATIN, GRANITE, JEFFERSON, LEWIS AND CLARK, MADISON, PARK, POWELL, SILVER BOW, AND SWEET GRASS COUNTIES Rates Fringes Plumber $26.25 $10.50 • • 19 • PLUM0459-001 05/01 /2007 FLATHEAD, GLACIER, LAKE, LINCOLN, MINERAL, MISSOULA, RAVALLI, AND SANDERS Plumber Rates Fringes $25.21 $10.80 TEAM0002-001 06/01 /2004 Truck drivers: (Zone 1) Group 1 Group 2 Rates Fringes $14.14 $5.92 $18.84 $5.92 TRUCK DRIVERS CLASSIFICATIONS: GROUP 1: Pilot Car GROUP 2: All Combination Trucks and Concrete Mixers; Distributor Driver; All Dry Batch Trucks; Dumpman, Gravel Spreader Box Operator; All DumpTrucks and similar equipment including DW 20, DW 21, or Euclid Tractor; Dumpsters; Flat Trucks; Servicemen; Lowboys, Four- Wheel Trailers; Float Semi-Trailer; Lumber Carriers, Lift Trucks & Fork Lifts; Pick-up Driver hauling material; PowderTruck (Bulk Unloader type); Power Boom; Service Truck Dirvers, Fuel Truck Drivers, Tiremen; All WaterTank Drivers; Petroleum Products Drivers; Trucks with Power Equipment such as Winch, A-Frame Truck, Crane, Hydralift, Gout-CreteTruck, and Combination Mulching, Seeding & Fertilizing Truck; Truck Mechanic WELDERS -Receive rate prescribed for craft performing operation to which welding is incidental. • 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)). 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 • • 21 MONTANA STATEWIDE PREVAILING DAVIS-BACON Rates Effective: July 18, 2008 • HIGHWAY CONSTRUCTION WAGE RATES General Wage Determinations Issued Under the Davis-Bacon and Related Acts State: Montana ConstructionTypes: Highway Counties: Montana Statewide • • 22 HIGHWAY CONSTRUCTION PROJECTS **ZONE PAY** CARPENTERS, CEMENTS MASONS, IRON WORKERS, LABORERS, POWER EQUIPMENT OPERATORS,TRUCK DRIVERS The hourly wage rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the County Court House of the following towns to the center of the job: BILLINGS, BOZEMAN, BUTTE, GREAT FALLS, HAVRE, HELENA, KALISPELL, LEWISTOWN, MILES CITY, MISSOULA ZONE 1: 0 to 30 miles -Free ZONE 2: 30 to 60 miles -Base Pay +$2.50 ZONE 3: Over 60 miles -Base Pay+ $4.00 Rates Fringes Carpenters: Carpenter, Piledriverman Millwright $21.64 $8.85 $23.64 $8.85 Rates Fringes Cement Mason: $20.36 $8.50 Rates Fringes Electricians: Area 1 $18.74 $2.93+3.8% Area 2 $20.13 $4.76+3.8% Area 3 $19.98 $3.44+3.8% Area 4 $19.84 $3.51+3.8% Area 5 $20.54 $3.54+3.8% Area 6 $18.02 $3.44+3.8% • ~~ • ELECTRICIANS AREA DESCRIPTIONS AREA 1: Beaverhead, Deer Lodge, Granite, Jefferson, Madison, Silver Bow, and Powell Counties AREA 2: Big Horn, Carbon, Carter, Custer, Dawson, Fallon, Garfield, Golden Valley, Musselshell, Powder River, Prairie, Rosebud, Stillwater, Treasure, Wibaux, and Yellowstone Counties e AREA 3: Blaine, Cascade, Chouteau, Daniels, Fergus, Glacier, Hill, Judith Basin, Liberty, McCone, Petroleum, Ponders, Phillips, Richland, Roosevelt, Sheridan, Teton, Toole, Valley, and Wheatland Counties AREA 4: • Broadwater, Lewis and Clark, and Meagher Counties AREA 5: Flathead, Lake, Lincoln, Mineral, Missoula, Ravalli, and Sanders Counties AREA 6: Gallatin, Park, and Sweet Grass Counties Rates Fringes Ironworker: Flathead, Glacier, Lake, Lincoln, $24.80 $13.71 Mineral, Missoula, and Sanders Remaining Counties $23.15 $13.71 • 24 • Laborers: Rates Fringes Group 1 $16.37 $6.75 Group 2 $19.07 $6.75 Group 3 $19.26 $6.75 Group 4 $20.13 $6.75 LABORERS CLASSIFICATIONS: GROUP 1: Flag person GROUP 2: All General Labor work; Burning Bar; Bucket man; CarpenterTender; Caisson Worker; Cement Mason Tender; Cement Handler (dry); ChuckTender; Choker Setter; Concrete worker; Curb Machine-Lay Down; Crusher and Batch Plant Worker; Fence Erector; Form Setter; Form Stripper; HeaterTender; 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 Hoseman;Tool Checker and Houseman; Traffic Control Worker GROUP 3: Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzlemen; Jackhammer (Pavement Breaker); Laser equipment; Non-riding Rollers; Pipelayer; Posthole Digger (power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-power; Tampers GROUP 4: Asphalt Raker; Cutting Torch; Grade Setter; High-Scaler; Power Saws (Faller & Concrete); Powderman ($1.00 per hour above Group 4 rate); Rock & Core Drill; Track orTruck-Mounted Wagon Drill; Welder including Air Arc C • 25 • Rates Fringes Line Construction: Equipment Operator $19.16 $5.05 Groundman $15.40 $5.05 Painters: Rates Fringes $23.00 $8.00 Pavement Marking/Milling and related work. Includes operating marking and all other equipment and all work involved in traffic marking including removal, surface preparation and application of pavement markings including epoxies, paints, tape, buttons, thermo- plasticsand any other products applied for traffic marking purposes and for directing and regulating traffic, and cutting Rumble Strips Rates Fringes Power Equipment Operator: Group 1 $20.52 $8.00 Group 2 $22.48 $8.00 Group 3 $23.31 $8.00 Group 4 $23.98 $8.00 Group 5 $25.28 $8.00 Group 6 $25.94 $8.00 Group 7 $27.97 $8.00 POWER EQUIPMENT OPERATORS CLASSIFICATIONS: GROUP 1: A-Frame Truck Crane; Air Compressor; Auto Fine Grader; Belt Finishing Machine; Boring Machine (small); Cement Silo, Crane; Crusher Conveyor, DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form-Grader; Front-end .Loader under 1 cu yd; Oiler, Heavy Duty Drills; Pumpman; Oiler (All, except Cranes and Shovels) • • 26 GROUP 2: Air Doctor; Backhoe/Excavator/Shovel to & incl 3 cu yd Bit Grinder; Bituminous Paving Travel Plant; Boring Machine, large: Broom, Self- Propelled; Concrete Bucket Dispatcher; Concrete Conveyor; Concrete Finish Machine; Concrete Float and Spreader; Concrete Travel Batcher; Distributor; Dozer, Rubber tired, Push, and Side Boom; Drills, Heavy Duty (all types); Elevating Grader/Gradall; Field Equipment Serviceman; Front-end Loader 1 cu yd to and incl. 5 cu yd; Grade Setter; Hoist/Tugger (All Hydralift & Similar); Industrial Locomotive; Motor Patrol (Except Finish); Mountain Skidder; Oiler, Cranes & Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumpcrete/Grout Machine; Punch Truck; Rollers (All except Asphalt Finish and Breakdown); Ross Carrier; Rotomill under 6 ft; Trenching Machine; Washing/Screening Plant GROUP 3: Asphalt Finish Roller; Asphalt Breakdown Roller; Asphalt Paving Machine; Backhoe/Excavator/Shovel larger than 3 cu yd; Asphalt Screed; Concrete Batch Plant; Cableway Highline; Concrete Curing Machine; Cranes, 24 tons & under; Cranes, Creter; Cranes, Electric • Overhead; Concrete Pump; Curb Machine/Slip Form Paver; Finish Dozer; Mechanic/Welder; Pioneer Dozer; Rotomill 6 ft and over; Scraper, Single Engine; ScraperTwin or pulling Belly Dump; Yo Yo Cat Front-end Loader over 5 cu yd; GROUP 4: AsphalUHot Plant Operator; Cranes, 25 tons to 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper SPECIAL OPERATORS: GROUP 5: Cranes, 45 tons to and including 74 tons GROUP 6: Cranes, 75 tons to and including 149 tons GROUP 7: Cranes, 150 tons to and including 250 tons; Cranes over 250 tons: add $1.00 for every 100 tons over 250 tons; Crane, Stiff-Leg or Derrick; Crane, Tower all); Crane, Whirley (all); Helicopter Hoist • J 27 Rates Fringes Truck drivers: Group 1 $17.76 $7.75 Group 2 $22.73 $7.75 GROUP 1: Pilot Car GROUP 2: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; DumpTrucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; ServiceTrucWFuel Truck/Tireperson;Truck Mechanic; Trucks with Power Equipment; Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks Welders: Receive rate prescribed for craft performing operation to which welding is incidental. 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)). 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 • • Labor Standards Bureau Montana Department of Labor and Industry Employment Relations Division P. O. Box 6518, Helena, MT 59604-6518 Ph: (406) 444-5600 TDD: (406) 444-5549 v_~ww.mtwagehourbona.com This public document was produced for web distribution. Printed copies are available upon request, and are produced at an estimated cost of $0.38 per copy, which includes $0.38 for printing and $0.00 for distribution. • • • • Montana Prevailing Wage Raf~es ~~_ 3 :~~,. ~~ . ~.z. _r_: ~~ .: -. ~:. ~.~ ,h, r ;; !.w ~:~ • • MONTANA PREVAILING WAGE RATES FOR BUILDING CONSTRUCTION ~~Z~T:3 Effective: July 18, 2008 Brian Schweitzer, Governor State of Montana Keith Kelly, Commissioner Department of Labor and Industry For information relating to public works projects and payment of prevailing wage rates, or to obtain copies of prevailing wage rate schedules, please visit the Labor Standards Bureau at: www.mtwagehourbopa.com. orcontact them at: Labor Standards Bureau Montana Department of Labor and Industry P. O. Box 6518 Helena, MT 596046518 Phone: 406-444-5600 TDD:40B-4445549 The Labor Standards Bureau welcomes questions, comments and suggestions from the public. In addition, we'll do our best to provide information in an accessible format, on request, in compliance with the Americans with Disabilities Act. TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ..........................................................................5 B. Definition of Building Construction ...................................... 5-6 C. Definition of Public Works Projects ........................................ ....6 D. Prevailing Wage Schedule ......................................................... ....6 E. Rates to Use for Projects ............................................................ ....6 F. Fringe Benefits .............................................................................. 6-7 G. Per Diem .......................................................................................... ....7 H. Prevailing Wage Districts ........................................................... .... 7 I. Computing Travel Benefits ....................................................... ....8 J. Apprentices .................................................................................... ....8 • K. Posting Notice of Prevailing Wages ....................................... ....9 L. Employment Preference ............................................................ ....9 M. Building Construction Occupations Website .........................9 N. Welders' Rates .................................................................................... 9 O. Foremen's Rates ................................................................................9 WAGE RATES: Boilermakers ...........................................................................................10 Brick and Block Masons .......................................................................10 Carpenters ................................................................................................11 Cement Masons and Concrete Finishers .......................................11 Construction Equipment Operators Operators Group 2 .............................................................................12 Operators Group 3 .............................................................................13 Operators Group 4 .............................................................................13 Operators Group 5 .............................................................................14 • • WAGE RATES (CONT.) Operators Group 6 .............................................................................14 Operators Group 7 .............................................................................15 Construction Laborers Laborers Group 1 ...............................................................................15 Laborers Group 2 ...............................................................................16 Laborers Group 3 ............................................................................... 16 Laborers Group 4 ............................................................................... 17 Drywall Applicators .............................................................................. 17 Electricians ............................................................................................... 18 Elevator Constructors .......................................................................... 18 Floor Coverers ............................................................................:............ 19 Glaziers ...................................................................................................... 19 Heating and Air Conditioning ...........................................:............... 19 Insulation Workers-Mechanical-Heat and Frost ......................... S l l d 20 • tructura Iron an Stee Workers .................................................... 20 Millwrights ............................................................................................... 21 Painters and Paperhangers ................................................................ 21 Pile Bucks .................................................................................................. 21 Plasterers and Stucco Masons .......................................................... 22 Plumbers, Pipefitters, and Steamfitters ......................................... 22 Roofers ....:................................................................................................. 23 Sheet Metal Workers ............................................................................ 23 Sprinkler Fitters ...................................................................................... 24 Stonemasons .......................................................................................... 24 Tapers ..........................................................................................:............. 24 Teamsters Group 2 ................................................................................ 25 Telecommunications Equipment Installers and Repairers..... 25 Tile and Marble Setters ........................................................................ 26 5 MONTANA PREVAILING WAGE REQUIREMENTS "Ihe Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated, has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of 18-2-401, et seq., Montana Code Annotated. It is required that each employer pay, as a minimum, the rate of wages, including fringe benefits, travel allowance and per diem applicable to the district in which the work is being performed, as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the Internet at: wvv . m~gehourbopa.com or by contacting the Labor Standards Bureau at (406) 444-5600. This publication provides general information concerning compliance with Montana's Prevailing Wage Law and payment of prevailing wages. For detailed compliance 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 or TDD (406) 444-5549. KEITH KELLY • Commissioner Department of Labor and Industry State of Montana A. Date of Publication: July 18, 2008 B. Definition of Building Construction For the purposes of Prevailing Wage, the Commissioner of Labor and Industry has determined that building construction occupations are defined to be those performed by a person engaged in a recognized trade or craft, or any skilled, semiskilled, or unskilled manual labor related to the construction, alteration, or repair of a public building or facility, and does not include engineering, superintendence, management, office or clerical work. The Administrative Rules of Montana (ARM) 24.17.501 (2) - 2(a), Public Works Contracts for Construction Services Subject to Prevailing Rates, states that "Building construction projects generally are the construction of sheltered enclosures with walk-in access for housing persons, machinery, equipment, or supplies. It includes all construction of such structures, incidental installation of utilities and equipment, both above and below grade level, as well as incidental grading, utilities and paving. • • 6 Examples of building construction include, but are not limited to, alterations and additions to buildings, apartment buildings (five stories and above), arenas (closed), auditoriums, automobile parking garages, banks and financial buildings, barracks, churches, city halls, civic centers, commercial buildings, court houses, detention facilities, dormitories, farm buildings, fire stations, hospitals, hotels, industrial buildings, institutional buildings, libraries, mausoleums, motels, museums, nursing and convalescent facilities, office buildings, out-patient clinics, passenger and freight terminal buildings, police stations, post offices, power plants, prefabricated buildings, remodeling buildings, renovating buildings, repairing buildings, restaurants, schools, service stations, shopping centers, stores, subway stations, theaters, warehouses, water and sewage treatment plants (buildings only), etc." C. Definition of Public Works Projects The Montana Code Annotated (18-2-401 (11) (a)) defines "public works contract" as "a contract for construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision is which the total cost of the contract is in excess of $25,000:' D. Prevailing Wage Schedule This publication covers only building construction occupations and rates. These • rates will remain in effect until superseded by a more current publication. Current prevailing wage rates schedules for Heavy, Highway, and Non-construction Services occupations can be found on the Internet at www mtwagehourboRa. com or by contacting the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549. E. Rates to use for Projects Rates to be used on a public works projects are those that are in effect at the time the project and bid specifications are advertised. F. Fringe Benefits Section 18-2-412 of the Montana Code Annotated states that: "(1) to fulfill the obligation...a contractor or subcontractor may: (a) pay the amount of fringe benefits and the basic hourly rate of pay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b) make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund, plan, or program that meets the requirements of the • • 7 Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the United States Department of Labor; or (c) make payments using any combination of methods set forth in subsections (1)(a) and (1)(b) so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits for health and welfare and pension contributions that meet the requirements of the Employee Retirement Income Security Act of 1974, travel, or other bona fide programs approved by the United States department of labor, that is applicable to the district for the particular type of work being performed. (2) "Ihe fringe benefit fund, plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care, pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the United States department of labor." Fringe benefits are paid for all hours worked (straight time and overtime hours). However, fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime, unless there is a collectively bargained agreement in effect that specifies otherwise. G. Per Diem Per Diem typically covers the costs associated with board and lodging expenses and are paid when an employee is required to work at a location outside the daily commuting distance and is required to stay overnight or longer. H. Prevailing Wage Districts Montana counties are aggregated into 10 districts for the purpose of prevailing wage. A map showing these districts follows: nos, ;,,:. ~ , nasa~ ~~ -:,~ 5 iE~ . j '_' ~3a • g I. Computing Travel Benefits Travel pay, for the purposes of public works projects, shall be determined by measuring the road miles (one way) over the shortest practical maintained route from the county courthouse of the designated city for each district or the employee's home, whichever is closer, to the center of the job. Each city shall be considered the point of origin only for jobs within the counties identified in that district (as shown below): District 1 -Kalispell: includes Flathead, Lake, Lincoln, and Sanders counties District 2 -Missoula: includes Mineral, Missoula, and Ravalli counties District 3 -Butte: includes Beaverhead, Deer Lodge, Granite, Madison, Powell, and Silver Bow counties District 4 -Great Falls: includes Blaine, Cascade, Chouteau, Glacier, Hill, Liberty, Pondera,Teton, and Toole counties District 5 -Helena: includes Broadwater, Jefferson, Lewis and Clark, and Meagher counties District 6 -Bozeman: includes Gallatin, Park, and Sweet Grass counties District 7 -Lewistown: includes Fergus, Golden Valley, Judith Basin, Musselshell, Petroleum, and Wheatland counties District 8 -Billings: includes Big Horn, Carbon, Rosebud, Stillwater, Treasure, and Yellowstone counties District 9 -Glasgow: includes Daniels, Garfield, McCone, Phillips, Richland, Roosevelt, Sheridan, and Valley counties District 10 -Miles City: includes Carter, Custer, Dawson, Fallon, Prairie, Powder River, and Wibaux counties J. Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. However, apprentices not registered in approved federal or state apprenticeship programs will be paid the prevailing wage rate when working on a public works contract. • • • 9 K Posting Notice of Prevailing Wages Section 18-2-406, Montana Code Annotated, provides that contractors, subcontractors, and employers who are performing work or providing services under public works contracts as provided in this part shall post in a prominent and accessible site on the project or work area, not later than the first day of work, a legible statement of all wages to be paid to the employees on such site or work area. L. Employment Preference Sections 18-2-403 and 18-2-409, Montana Code Annotated requires contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. M. Building Construction Occupations You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www bls.gov/oes/2001/oes stru.htm N: Welders receive rate prescribed for craft performing operation to which welding is incidental. • O. Foreman occupations Rates are no longer set for foremen. However, if a foreman performs journey level work, the foreman must be paid at least the journey level rate. • • 10 Wage Rates BOILERMAKERS (47-2011) Wage Benefit Travel (ALL): District 1 $28.41 $17.97 0-120 mi. free zone District 2 $28.41 $16.51 120 + mi. IRS allowable rate per mile District 3 $28.41 $17.97 District 4 $28.41 $17.97 Subsistence (ALL): District 5 $28.41 $17.97 0-70 mi. free zone District 6 $28.41 $17.97 70-120 mi. $30/day District 7 $28.41 $17.97 120+ mi. $40/day District 8 $28.41 $17.97 District 9 $25.77 $17.97 District 10 $28.41 $17.97 BRICK AND BLOCK MASONS (47-2021) Description: Lay and bind building materials, such as brick, structural tile, concrete block, cinder block, glass block, and terra-cotta block, with mortar and other substances to construct or repair walls, partitions, arches, sewers and other structures. Wage Benefit Subsistence (ALL): District 1 $24.50 $9.16 0 - 40 miles free District 2 $24.50 $9.16 Over 40 miles = $60.00 per day District 3 $24.50 $9.16 District 4 $23.03 $9.16 District 5 $23.03 $9.16 District 6 $23.03 $9.16 District 7 $23.03 $9.16 District 8 $23.03 $9.16 District 9 $23.03 $9.16 District 10 $23.03 $9.16 • • 11 • CARPENTERS (47-2031) District 1 District 2 District 3 District 4 District 5 District 6 District 7 District 8 District 9 District 10 Wage $18.09 $18.46 $17.49 $17.49 $17.49 $16.87 $17.44 $17.49 $16.48 $17.49 Benefit $5.76 $6.64 $6.97 $7.90 $7.73 $5.82 $7.90 $5.04 $7.90 $7.90 Travel: Districts 1 & 2 0-30 miles free zone 31-50 mi+$20/day Over 50 mi +$30/day *May also install cabinets, siding, drywall and batt or roll insulation. District 3 0-30 miles free zone 31-50 mi $18 per day 50+ mi $ 25 per day Districts 4 -10 0-15 miles free zone 15-30 mi base pay+$1.00 30-50 mi base pay+$1.50 Over 50 mi base pay +$2.00 CEMENT MASONS AND CONCRETE FINISHERS (47-2051) Description: Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, roads, or curbs using a variety of hand and power tools. Align forms for sidewalks, curbs, or gutters; patch voids; use saws to cut expansion joints. Wage Benefit Travel: District 1 $15.47 $3.66 All Districts District 2 $17.17 $6.50 0-30 mi. free zone District 3 $19.40 $6.80 30-60 mi. $2.95/hr. District 4 $18.29 $6.80 Over 60 mi. $4.75/hr District 5 $18.29 $6.80 District 6 $18.29 $2.00 District 7 $18.29 $6.80 District 8 $18.29 $6.80 District 9 $18.29 $6.80 District 10 $18.29 $6.80 • • 12 CONSTRUCTION EQUIPMENT OPERATORS (47-2073) Travel For All Groups and Districts 0-30 mi. base pay 30-60 mi. base pay +$3.30/hr. Over 60 mi. base pay +$5.30/hr. OPERATORS GROUP 2 This Group includes but is not limited to: Air Doctor;Backhoe\Excavator\Shovel, to and incl. 3 cu.yds; Bit Grinder; Bituminous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete travel Batcher; Concrete Float & Spreader; Concrete Bucket Dispatacher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, l cu.yds to and inc. 5 cu. yds; Grade Setter; Heavy Duty Drills, All Types; Hoist\Tugger, All; Hydralift Forklifts & Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Seff-propelled; • Pugmill; Pumpcrete\Grout Machine; Punch Truck; Roller, Other than Asphalt; Roller, Sheepsfoot (Self-Proplelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under Eft; Trenching Machine; Washing\Screening Plant. Wage Benefit District 1 $21.99 $8.00 District 2 $21.99 $8.00 District 3 $21.99 $8.12 District 4 $21.44 $8.05 District 5 $21.99 $6.65 District 6 $21.99 $5.61 District 7 $21.99 $8.55 District 8 $21.33 $6.65 District 9 $21.99 $8.55 District 10 $21.99 $8.55 J • OPERATORS GROUP 3 Ihis Groun includes but is not limited to: Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\ Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt (Breakdown & Finish) Rotomill, Over Eft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. Wage Benefit District 1 $19.12 $5.50 District 2 $22.39 $8.55 District 3 $22.39 $8.55 District 4 $22.39 $8.55 District 5 $22.39 $6.65 District 6 $22.06 $6.72 District 7 $22.39 $8.55 District 8 $20.25 $6.65 District 9 $22.39 $8.55 District 10 $22.39 $8.55 OPERATORS GROUP 4 This Group includes but is not limited to: Asphalt\Hot Plant Operator; Cranes, 25 tons-44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. Wage Benefit District 1 $23.05 $8.55 District 2 $23.05 $8.55 District 3 $23.05 $8.55 District 4 $23.05 $8.55 District 5 $23.05 $8.55 District 6 $23.05 $8.55 District 7 $23.05 $8.55 District 8 $23.05 $8.55 District 9 $23.05 $8.55 District 10 $23.05 $8.55 r • 1 OPERATORS GROUP 5 This Group includes but is not limited to: Cranes, 45 tons to and incl.74 tons Wage Benefit District 1 $23.55 $8.55 District 2 $23.55 $8.55 District 3 $23.55 $8.55 District 4 $23.55 $8.55 District 5 $23.55 $8.55 District 6 $23.55 $8.55 District 7 $23.55 $8.55 District 8 $23.55 $8.55 District 9 $23.55 $8.55 District 10 $23.55 $8.55 OPERATORS GROUP 6 This Group includes but is not limited to: • Cranes, 75 tons to and inc1.149 tons; Cranes, Whiney (ALL) Wage Benefit District 1 $24.65 $8.55 District 2 $24.65 $8.55 District 3 $24.65 $8.55 District 4 $24.65 $8.55 District 5 $24.65 $8.55 District 6 $24.65 $8.55 District 7 $24.65 $8.55 District 8 $24.65 $7.12 District 9 $24.65 $8.55 District 10 $24.65 $8.55 • • 15 OPERATORS GROUP 7 This Group includes but is not limited to: Cranes, 150 tons to and incl. 250 tons; Cranes, Over 250 tons-Add $1.00 for every 100 tons over 250 tons; Crane Stiff-Leg or Derrick; Crane, Tower (All); Helicopter Hoist Wage Benefit District 1 $25.15 $8.55 District 2 $25.15 $8.55 District 3 $25.15 $8.55 District 4 $25.15 $8.55 District 5 $25.15 $8.55 District 6 $25.15 $8.55 District 7 $25.1,5 $8.55 District 8 $25.15 $8.55 District 9 $25.15 $8.55 District 10 $25.15 $8.55 CONSTRUCTION LABORERS (47-2061) Travel for All Districts Free Zone (0-15 miles) Zone II (15-30 miles) Base Pay + $.65 Zone III (30-50 miles) Base Pay + $.85 Zone IV (>50 miles) Base Pay+ $1.25 LABORERS GROUP 1 Flagperson Wage Benefit District 1 $15.15 $6.00 District 2 $17.95 $6.10 District 3 $12.87 $6.00 District 4 $15.15 $6.00 District 5 $15.15 $6.00 District 6 $15.15 $6.00 District 7 $15.15 $6.00 District8 $15.15 $6.00 District 9 $15.15 $6.00 District 10 $15.15 $6.00 • 16 LABORERS GROUP 2 This Group includes but is not limited to: General Labor, Asbestos Removal, Burning Bar, Bucket Man, CarpenterTender, Caisson Worker, Cement Mason Tender, Cement Handler (dry), ChuckTender, Choker Setter, Concrete Worker, Curb Machine-lay Down, Crusher and Batch Worker, Heater Tender, Fence Erector, Landscape Laborer, Landscaper, Lawn Sprinkler Installer, Pipe Wrapper, Pot Tender, Powderman Tender, Rail and Truck Loaders and Unloaders, Riprapper, Sign Erection, Guardrail and Jersey Rail, Spike Driver, Stake Jumper, Signalman, Tail Roseman, Tool Checker and Houseman and Traffic Control Worker Wage Benefit District 1 $16.84 $6.75 District 2 $16.30 $5.45 District 3 $15.65 $6.00 District4 $16.05 $5.73 District 5 $15.80 $5.02 District 6 $16.04 $4.80 District 7 $19.62 $6.01 District 8 $15.41 $4.53 District9 $18.84 $5.56 District 10 $16.53 $4.45 LABORERS GROUP 3 This Group includes but is not limited to: Concrete Vibrator, Dumpman (Grademan), Equipment Handler, Geotextile and Liners, High-Pressure Noaleman, Jackhammer (Pavement Breaker) Non-Riding Rollers, Pipelayer, Posthole Digger (Power) Power Driven Wheelbarrow, Rigger, Sandblaster, Sod Cutter-Power and Tamper Wage Benefit District 1 $18.04 $4.31 District 2 $18.35 $6.10 District 3 $15.79 $6.00 District4 $16.10 $6.00 District 5 $19.39 $5.19 District 6 $21.34 $6.13 District 7 $20.19 $5.23 District 8 $19.30 $5.50 District 9 $19.32 $4.59 District 10 $19.09 $5.58 • • 17 LABORERS GROUP 4~' This Group includes but is not limited to: Hod Carrier, Water Well Laborer, Blaster, Wagon Driller, Asphalt Raker, Cutting Torch, Grade Setter, High- Scaler. Power Saws (Faller & Concrete) Powderman, Rock & Core Drill, Track orTruck Mounted Wagon Drill and Welder including air Arc. Wage Benefit District 1 $17.32 $4.46 District 2 $18.01 $6.10 District 3 $16.51 $6.00 District 4 $16.15 $6.00 District 5 $23.33 $6.10 District 6 $19.85 $6.17 District 7 $18.37 $5.83 District8 $19.29 $6.10 District 9 $16.81 $5.61 District 10 $16.76 $5.31 *Hod Carriers will receive the same amount of travel and /or subsistence pay as Brick- • layers when required to travel DRYWALL APPLICATORS (47-2081) Description: Apply plasterboard or other wallboard to ceilings or interior walls of buildings. Apply or mount acoustical tiles or blocks, strips, or sheets ofshock-absorbing materials to ceilings and walls of buildings to reduce or reflect sound. Materials may be of decorative quality. Includes lathers who fasten wooden, metal or rockboard lath to walls, ceilings or partitions to provide support base for plaster, fire-proofing, or acoustical material. Wage Benefit District 1 $19.40 $8.25 District 2 $19.40 $8.25 District 3 $17.49 $7.90 District4 $17.49 $7.90 Districts $17.49 $7.90 District 6 $17.49 $7.90 District 7 $17.49 $7.90 District 8 $17.49 $7.90 District9 $17.49 $7.90 District 10 $17.49 $7.90 • 18 ELECTRICIANS: INCLUDING BUILDING AUTOMATION CONTROL (47-2111) Description: Electrical Wiring, Equipment, and Fixtures, Street Lights, Electrical Control Systems Wage Benefit District 1 $26.11 $7.05 District 2 $25.74 $8.44 District 3 $25.50 $10.14 District 4 $25.06 $8.27 District 5 $26.06 $9.18 District 6 $25.14 $9.46 District 7 $26.06. $9.66 District 8 $26.83 $10.43 District 9 $26.83 $10.43 District 10 $26.83 $10.43 Travel: Districts 1, 2 0-10 miles (Free Zone) 11-45 miles - $0.45/mile Over 45 miles - $45/day District 3 0-10 miles (Free Zone) 11-55 miles -current Federal Government mileage reimbursement >55 miles - $50/day subsistence + Federal Government mileage reimbursement to job and return trip Districts 4, 5, and 7 0-8 miles (Free Zone) 9-60 miles -Federal rate >60 miles - $50/day subsistence + Federal Government mileage reimbursement to job and return trip District 6 0-8 miles (Free Zone) 9-60 miles -current Federal Government mileage reimbursement >60 miles - $55/day subsistence + Federal Government mileage reimbursement to job and return trip Districts 8, 9, and 10 0-17 miles (Free Zone) 18-60 miles - $0.485 per mile >60 miles - $55/day subsistence + $0.485 per mile reimbursement to job and return trip • • • 19 ELEVATOR CONSTRUCTORS (47-4021) Wage Benefit District 1 $41.91 $16.47 Travel: District 2 $41.91 $16.47 District 3 $41.91 $16.47 All Districts District 4 $41.91 $16.47 Zone I: 0-25 miles - 1/2 hour at the District 5 $41.91 $16.47 prevailing wage plus $0.25 at the District 6 $41.91 $16.47 Federal mileage rate. District 7 $41.91 $16.47 District 8 $41.91 $16.47 Zone I1: 21-35 miles -1/2 hour at the District 9 $41.91 $16.47 prevailing wage plus 40 miles at the District 10 $41.91 $16.47 Federal mileage rate. Zone III: Over 35 mi. $72.55/day FLOOR COVERERS (47-2042) Description: Apply blocks, strips, or sheets of shock-absorbing, sound-deadening, or decorative coverings to floors, including carpets, and the scraping, sanding, and application of coats of finish to wooden floors See Painters for wages, benefits, per diem, and travel. GLAZIERS (47-2121) Description: Install glass in windows, skylights, store fronts, and display cases, or on surfaces, such as building fronts, interior walls, ceilings, and tabletops. See Painters for wages, benefits, per diem, and travel. HEATING AND AIR CONDITIONING (49-9021) Description: Install or repair heating, central air conditioning, or refrigeration systems, including oil burners, hot air furnaces, and heating stoves. See Sheet Metal Workers for wages, benefits, and travel. INSULATION WORKERS-MECHANICAL-HEAT AND FROST (47-2132) Description: Apply insulating materials to popes or ductwork, or other mechanical systems in order to help control and maintain temperature. Wage Benefit District 1 $23.34 $12.78 District 2 $23.34 $12.78 District 3 $23.34 $12.78 District4 $23.34 $12.78 District 5 $19.00 $12.78 District6 $23.34 $12.78 District 7 $23.34 $12.78 District 8 $23.34 $12.78 District 9 $23.34 $12.78 District 10 $23.34 $12.78 Subsistence: $54/day for overnight stays on jobs 60+ miles from dispatch point Travel: All Districts When work is performed, all employees will be paid $0.40 per mile up to a maximum of $154.00. When the employee travels on the employer's time in the employee's vehicle, the employee shall be paid $0.20 per mile. When an employee travels in a company provided vehicle with company fuel; the "Travel Allowance" shall not apply STRUCTURAL IRON AND STEEL WORKERS (47-2221) Wage Benefit Trave% District 1 $23.17 $13.79 Districts 1 & 2 District 2 $23.17 $13.79 0-45 mi. free zone District 3 $23.25 $14.71 46-60 mi. $18/day District 4 $23.25 $14.71 61-100 mi. $40/day District 5 $23.25 $14.71 Over 100 mi $50/day District 6 $23.25 $14.71 District 7 $23.25 $14.71 Districts 3-10 District 8 $23.25 $14.71 Over 50 mi. $50/day District 9 $23.25 $14.71 District 10 $23.25 $14.71 Per Diem: $70/day • • 21 MILLWRIGHTS (49-9044) Description: Install, dismantle, or move machinery and heavy equipment according to layout plans, blueprints, or other drawings. Wage Benefit District 1 $21.90 $8.25 District 2 $21.90 $8.25 District 3 $19.49 $7.90 District 4 $19.49 $7.90 District 5 $19.49 $7.90 District 6 $19.49 $7.90 District 7 $19.49 $7.90 District 8 $19.49 $7.90 District 9 $19.49 $7.90 District 10 $19.49 $7.90 • PAINTERS AND PAPERHANGERS (47-2141 & 47-2142) Wage Benefit Travel: District 1 $16.60 $5.80 All Districts District 2 $16.60 $5.80 0-10 mi. free zone District 3 $15.94 $8.19 Over 10 mi. $0.20/mi. District4 $15.41 $5.80 District 5 $15.41 $5.80 Per Diem: District 6 $16.30 $3.61 $32/day with overnight stay District 7 $15.41 $5.80 District 8 $19.95 $10.62 District 9 $15.41 $5.80 District 10 $19.95 $10.62 • 22 PILE BUCKS (47-2099) Description: Set up crane, setup hammer, weld tips on piles, set leads, insure piles are driven straight with the use of level or plum bob. Will give direction to crane operator as to speed and direction of swing. Cut piles to grade. Wage Benefit District 1 $18.95 $8.25 District 2 $18.95 $8.25 District 3 $17.74 $7.90 District 4 $17.74 $7.90 District 5 $17.74 $7.90 District 6 $17.74. $7.90 District 7 $17.74 $7.90 District8 $17.74 $7.90 District 9 $17.74 $7.90 District 10 $17.74 $7.90 PLASTERERS AND STUCCO MASONS (47-2161) Description: Apply interior or exterior plaster, cement, stucco, or similar materials. May also set ornamental plaster. Wage Benefit District.l $18.29 $6.80 TraveL• District 2 $18.29 $6.80 All Districts District 3 $19.40 $6.80 0-30 mi. free zone District 4 $18.29 $6.80 30-60 mi. $2.95/hr. District 5 $18.29 $6.80 Over 60 mi. $4.75/hr District 6 $18.29 $6.80 District 7 $18.29 $6.80 District 8 $18.29 $6.80 District 9 $18.29 $6.80 District 10 $18.29 $6.80 • • • 23 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS (47-2152) Description: Assemble, install, alter, and repair pipelines or pipe systems that carry water, steam, air, or other liquids or gasses. May install heating and cooling equipment and mechanical systems. Wage Benefit Travel: District 1 $25.21 $10.88 Districts 1 &2 District 2 $25.21 $10.88 0-30 mi. free zone District 3 $26.25 $10.50 30-50 mi. $20/day District 4 $26.25 $10.50 50-75 mi. $35/day District 5 $26.25 $10.50 Over 75 mi. $45/day District 6 $26.25 $10.50 20+ miles using own vehicle gets paid District 7 $26.05 $12.75 $0.20 per mile. District 8 $26.05 $12.20 Per Diem: District 9 $26.05 $10.50 $70/day District 10 $26.05 $12.65 Districts 3, 4, 5, 6 Districts 7, 8, 9, 10 • 0-40 mi. free zone $.55/mile from point of dispatch and 40-80 mi. $30/day return if using own vehicle 80+ mi. $60/day Paid wages if using company vehicle Pay is half of above if employer supplies Per Diem: vehicle $75/day (0-75 mile free zone) ROOFERS (47-2181) Wage Benefit Travel: District 1 $16.38 $7.95 Districts 1 & 2 District 2 $16.38 $7.95 0-50 mi. free zone District 3 $15.16 $6.80 Over 50 mi. $0.30/mi. District 4 $16.25 $2.12 Per Diem: District 5 $16.40 $6.35 $48 per overnight onjob District 6 $15.27 $2.55 District 7 $16.86 $2.34 District 3 - 6 District 8 $16.40 $2.50 One way on employer's time District 9 $18.14 $2.86 Per Diem: District 10 $18.14 $2.64 $23/day+room cost Districts 7-10 No Rate Established Per Diem: No Rate Established SHEET METAL WORKERS (47-2211) Description: Fabricate, assemble, install, and repair sheet metal products and equipment, such as ducts, control boxes, drainpipes, and furnace casings. Work may involve any of the following: setting up and operating fabricating machines to cut, bend. And straighten sheet metal; shaping metal over anvils, blocks, or forms using hammer; operating soldering and welding equipment to join sheet metal parts; inspecting, assembling, and smoothing seams and joints of burred surfaces. Includes sheet metal duct installers who install prefabricated sheet metal ducts used for heating, air conditioning, or other purposes. Wage Benefit Travel: District 1 $24.49. $10.56 All Districts District 2 $24.49 $10.56 0-30 mi. free zone District 3 $24.49 $10.56 30+ $0.25/mi. employer's vehicle; District 4 $24.49 $10.56 $0.55/mi in employee's vehicle District 5 $24.49 $10.56 District 6 $24.49 $ 9.99 Per Diem: District 7 $24.49 $10.56 $50/day per day out District 8 $22.96 $ 9.67 District 9 $24.49 $10.56 District 10 $24.49 $10.56 SPRINKLER FITTERS (47-2152) Wage Benefit Travel: District 1 $27.95 $13.85 All Districts District 2 $27.95 $13.85 0-60 mi. free zone District 3 $27.95 $13.85 60-80 mi. 515/day District 4 $27.95 $13.85 80-100 mi. $25/day District 5 $27.95 $13.85 Over 100 mi. $70/day Subsistence District 6 $27.95 $13.85 +$0.40/mi once to/from job site District 7 $27.95 $13.85 together with travel time at the rate of District 8 $27.95 $13.85 1/4 hour travel time for each 15 miles District 9 $27.95 $13.85 traveled. District 10 $27.95 $13.85 • • J 25 STONEMASONS (47-2022) Description: Build stone structures, such as piers, walls, and abutments. Lay walks, curbstones, or special types of masonry for vats, tanks, and floors. See Bricklayers for wages, benefits, and travel. TAPERS (47-2082) Description: Seals joints between plasterboard or other wallboard to prepare wall surface for paint- ing or papering. See Painters for wages, benefits, and travel. • TEAMSTERS GROUP 2 (53-3032) Description: Drive atractor-trailer combination or a truck with a capacity of at least 26,000 GVW, to transport and deliver goods, livestock, or materials in liquid, loose, or packaged form. May be required to unload truck. May require use of automated routing equipment. Requires commercial drivers license Wage Benefit Travel: District 1 $25.23 $5.50 All Districts District 2 $17.27 $6.49 0-30 mi: Base Pay District 3 $22.00 $6.49 30-60 mi. Base Pay + $2.50/hr District 4 $19.55 $5.50 Over-60 mi. Base Pay+ $4.00/hr District 5 $18.84 $5.92 District 6 $22.73 $6.49 District 7 $22.73 $6.49 District 8 $19.92 $6.49 District 9 $22.73 $6.49 l?~strict 10 $22.73 $6.49 • • 26 TELECOMMUNICATIONS EQUIPMENT INSTALLERS AND REPAIRERS, EXCEPT LINE INSTALLERS (49-2022) Description: Installation of voice, sound, vision, and data systems. This occupation includes burglar alarms, fire alarms, fiber optic systems, and video systems for security or entertainment. Wage Benefit District 1 $20.93 $6.79 Travel: District 2 $20.52 $5.34 All Districts District 3 $20.93 $6.79 Federal mileage reimbursement rate District 4 $20.93 $6.79 each way when using employee's District 5 $20.93 $6.79 vehicle District 6 $20.83 $6.88 District 7 $20.93 $6.79 Per Diem: District 8 $20.83 $6.88 Over night stay only -reimbursement District 9 $20.93 $6.79 for meals and lodging not to exceed District 10 $20.83 $6.88 $65 per day TILE AND MARBLE SETTERS (47-2044) Description: Apply hard tile, marble, and wood the to walls, floors, ceilings, and roof decks. Wage Benefit Travel District 1 $17.00 $2.00 All Districts District 2 $17.00 $8.80 0-40 mi. free zone District 3 $17.00 $8.80 Over 40 mi. $60.00/day District 4 $17.00 $8.80 District 5 $17.00 $8.80 District 6 $17.00 $8.80 District 7 $17.00 $8.80 District 8 $17.00 $8.80 District 9 $17.00 $8.80 District 10 $17.00 $8.80 • r • • Labor Standards Bureau Montana Department of Labor and Industry Employment Relations Division P. O. Box 6518, Helena, MT 59604-6518 Ph: (406) 444-5600 TDD: (406) 444-5549 www mtwagehourbopa.com ', This public document was produced for web distribution. Printed copies are available upon request, and are produced at an estimated cost of $0.38 per copy, which includes $0.38 for printing and $0.00 for distribution. ~ • • • • • • MISCELLANEOUS FORMS C7 • • • • ~ . MORRISON REQUEST FOR INFORMATION (RFI) ~~~ MAIERLE, INC. PROJECT: Phase 1 Improvements RFI NO.: Bozeman Water Reclamation Facility HDR PROJECT NO.: 00...60746-00123 DATE: HDR Engineering, Inc. Signature REPLY: HDR Engineering, Inc. Signature Owner Contractor DATE: Owner Contractor • • L • ~~ • "~Mn~O,~~R.RISON CHANGE PROPOSAL REQUEST ..~~ 1Y1tllLiWE, ING (Not A Change Order) HDR ENGINEERING, INC. Project: Bozeman WFR Phase 1 Improvements CPR No.: CPR Date: Date Sent to Contractor: Date Recd from Contractor: TO: Please furnish your proposal for executing the following changes(s): HDR Date: TO: HDR Engineering, Inc. Proposal: Cost Credit (A time extension is not required for this modification unless otherwise detailed and justified:) Contractor TO: Accepted/Not Accepted Accepted/Not Accepted Date HDR: Date Owner: Date • • • • ~~ MORRISON MA~RI.E,ec DATE OF ISSUANCE OWNER Contract: Project: ENGINEER CHANGE ORDER No. EFFECTIVE DATE CONTRACTOR OWNER's Contract No. _ ENGINEER'S Contract No. You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change} CHANGE IN CONTRACT PRICE: Original Contract Price , Net Increase (Decrease) from previous Change Orders No. to Contract Price prior to this Change Order: Net increase (decrease) of this Change Order: Contract Price with all approved Change Orders: CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: Ready for final payment: da s or dates Net change from previous Change Orders No. _ to No. _ Substantial Completion: Ready for final payment: da s Contract Times prior to this Change Order: Substantial Completion: Ready for final payment: da s or dates Net increase (decrease) this Change Order: Substantial Completion: Ready for final payment: (days) Contract Times with all approved Change Orders: Substantial Completion: Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work, additional time, delays or omitted items, of any nature whatsoever, associated with the subject change order items, except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further, that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined. and are correct. CONTRACTOR (Authorized Signature) RECOMMENDED BY: (ENGINEER -Signature) Date APPROVED BY: OWNER (Authorized Signature) Date ~' EJCDC 1910-8-B (1996 Edition Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the ~ Construction Specifications Institute. Date CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. )f Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previqusly performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times, cross out the part of the tabulation that does not apply. , • • ~ ' MORRISON ~~ MAIERLE, we Date of Issuance: Field Order No. Project: Owner's Contract No.: Bozeman WRF Phase 1 Improvements City of Bozeman Contract: Date of Contract: Contractor: Engineer's Project No.: 00...60746-00123 Attention: You are hereby directed to promptly execute this Field Order issued in accordance with General Conditions Paragraph 9.05A., for minor changes in the Work without changes in Contract Price or Contract Times. If you consider that a change in Contract Price or Contract Times is required, please notify the Engineer immediately and before proceeding with this Work. Reference: (Specification Section(s)) (Drawing(s) /Detail(s)) Description: • Attachments: Engineer: Receipt Acknowledged by (Contractor): Date: Copy to Owner Effective Date: J • • Work Change Directive i MORRISON No. • u~l~ MAIERLE, INc Date of Issuance: Effective Date: Project: Owner: Owner's Contract No.: Bozeman WRF Phase 1 Improvements City of Bozeman Contract: Date of Contract: Contractor: Engineer's Project No.: 00...60747-00123 You are directed to proceed promptly with the following change(s): Item No. Description . Attachments (list documents supporting change): Purpose for Work Change Directive: Authorization for Work described herein to proceed on the basis of Cost of the Work due to: Nonagreement on pricing of proposed change. Necessity to expedite Work described herein prior to agreeing to changes on Contract Price and Contract Time. Estimated change in Contract Price and Contract Times: Contract Price $ (increase/decrease) Contract Time (increase/decrease) days If the change involves an increase, the estimated amounts are not to be exceeded without further authorization. Recommended for Approval by Engineer: Date Accepted for Contractor by: Date Approved by Funding Agency (if applicable): Date: • • MORRISON .~.~~ MAIERLE, iNc ORDER TO CONTRACTOR TO SUSPEND WORK Federal/State Project Number HDR Engineering Inc., 00...60746-00123 TO: OWNER: Suspend Work Order No. DATE: PROJECT AND LOCATION By reason of which renders it impracticable for you to secure specified results on the work required by your contract, you are hereby directed to suspend work (minor operations excepted), at the close of work on ,. You will resume major operations only when authorized to do so in writing by a Resume Work Order. Under the terms of your contract for the above subject project, Contract Time will (will not) continue to be charged during the period work is suspended. (See General Conditions, Articles 12 and 15 and applicable Supplementary Conditions). calendar days are allowed to complete this project and _ calendar days have been allowed for approved extra and/or additional work. At the close of work on the date specified above, of the calendar days have been used and there remain calendar days in which to complete the contract. Please sign all five copies in the space provided and return them to this office. One approved copy will be returned for your files. CONTRACTOR Receipt Acknowledged, Date: BY: TITLE: cc: HDR Engineering, Inc.. Mprrison-Maierle, Inc. OWNER BY: TITLE: Address for Correspondence: • • • • ~~ ti' MORRISON • ~ MAIERLE, tivc ORDER TO CONTRACTOR TO RESUME WORK Federal/State Project Number 00...60746-00123 HDR Engineering, Inc. Project Number TO: OWNER: DATE: Resume Work Order No. PROJECT AND LOCATION The Suspend Work Order, dated ,directed you to suspend work on your contract, for the reasons and conditions described therein. Conditions are now favorable to the continuation of the work, you are hereby directed to resume major operations on this project effective Under the terms of your contract for this project, Contract Time was (was not) charged during the period work was suspended. At the close of work on the date specified in the last Suspend Work Order, of the calendar days Contract Time had been used. calendar days were charged during the period work was suspended, therefore, on the date this resume work order is effective, calendar days of Contract Time remain. The (revised) contract completion date is OWNER BY: TITLE: Please sign all five copies in the space provided and return them to this office. One approved copy will be returned for your file. CONTRACTOR Receipt Acknowledged, Date: BY: TITLE: cc: HDR Engineering, Inc. 20 Address for Correspondence: r~ U • • • • M O ~ a ~ a •V O Q. ~ Q ~`' • LU O U OOW ~~ ~~ -'~1 U m U ~ _ ~ N O ~ N ~ •L C ~ ~ ~ O ~ ~ • ~ ~ =W~o r NN r G N 0 0 co n 0 O z° a~i .o a L N c W Z .. ~ ' O .. a d ~ i z c c ~ U ~ U LL a U Q ~ ~ ~ rn ~ ~ ~ ~ ~ H O O > ~ z° c m m Q ~ o O a p °~' O NO c F-UNm o m c 0 ii ~+ a L 'i+ Q Q Q w 't a~i y U ~ `o W ~ %. F ~ a o •~ E d O O ~ W N f., ~ OD ~ 0 ~ m `~ w ^y ~ d c C O ~ ~ Y ~ v ~ O Q y ~ Y O rn o w o ~ >- t ~ ~ o ~ ~ J a v ~ w ~ i- ~ m ~ a d ,~ ~ J z w ~ ~ ~ v~ a c ~ d 0 " ~~ a ao ~ ~ ~ ~ J J Z_ U Z d v Z Q 7 Q Q p ~ (q Z U O~ V ~ ~~ Q J N M d' b t0 h OD f- z 0 U J Z_ O r z E E n m O 7 d c m c o W Q Z d W N E ~ N J w C ay - d a c i rn z ° '~ ~a m a~ 00 w c . ~ Z ~ d W Q O ~ ~ Q m ? a 2 0 r Oa N N N O. C ~ ~ O T U ~ N c L_ p• •p y >, v a> .n ~ m 3 w ~ v ~ C L p• ~ -gyp t N N V/ O p ~ ~ N C U >+ y ~a > 3•c m c r ~ •a> 0 0 ~ o y L ~ o ~ ~ c .~~°o~-o O U ~ L d_~ w N L Q ~ ~ N fn ~ ~ .L-r ~ ...= ~ .~ O >• w ~ p- L m-o aciU d ~ w > U p ~ O ~ U p._ V ~.+ .C 0 ~ L CC N 'L U Q..-• (~ U O f` L 'O 4-~ p ~ C U ~ 'C mL~.U 3 ~~ ~ ~.: N O c V o a~wYO U mL NJ ,a ~ .- 0 0 ~- acv 3~w c c w+ rnm ~ ° E V ` C ~ lOmo~o r C ~ O ` N _ ~ E o > O o`om~~' U~~~~~ .~ u a~ m~ ~~ Y^ ~ -eL OV LL C R a cS CJ] O •~~' ~~ -'''~I C (' O a~ Nay. c6m o lLCO LL '~ ~ N o W av + ~ ~ + ~j ~ U ~~ d o c ~ T ~ C p ~U W ~ c ~- o ~ v m ~ a~ ~ ~ o a Z O ~ p - c 0 . c 0 . .D ~ ~ ~ ~ ~ ~ ~ n n n o. d ~ - O U Y Q^ O ~ } U >~ u4 ~ ~ U ~ O ' Q m .D N 7 N N ~ t U f6 N f6 O I Q N C O a U N O . ~ ~ a o ~ } c '~ .OV.. U O ~. ~- • • rn ~_ ~ -~ ~~ ~~ ~. wq -eb o~ ca E ca .~ L ~~ A~ W L • c5 Z az ~ W ~~ m~, ~__~ ~.~ ~ ~,~o ~~~ ~__ `o _ c o E-- m m ` o a ~ U C L _ NC ~O `~ 0 0 ~ ~ . E °~ ~ m ~ c 0 c 0_ ~ ~ U_ (~ pp U d d d d ~~ T C N ~ O O ~~ N N O ~ N= ~O i C ~O f0,~- NN (O N ~ ~~ CG 3m mw ~~ E a~' o~ m O 0 c O --, o ~ L d ~' ~ C -__ ~ti m,.9 ~~ ~~ Z~ ~cG K~ vii.. o~ p; WU • • • ~~ ~MOxx~soN Certificate of Substantial Completion • ~~~ MAIERI,E, iNG Project: Bozeman WRF Phase 1 Improvements Owner: City of Bozeman Owner's Contrail No.: Contract: Date of Contract: Contractor: Engineer's Projeil No.: 00...60746.00123 This [tentative] [definitive] Certificate of Substantial Completion applies to: ^ All Work under the Contract Documents: ^ The following specified portions: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date. of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [revised tentative] [definitive] list of items to be completed or corrected, is attached hereto. This list may not be all- inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. • The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as provided in the Contract Documents except as amended as follows: ^ Amended Responsibilities ^ Not Amended Owner's Amended Responsibilities: Contractor's Amended Responsibilities: The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Engineer Date Accepted by Contrailor Date Accepted by Owner Date • • • MORRISON • MAIERI,E'iNG CONTRACTOR'S CERTIFICATE AND RELEASE FROM: (Name of Contractor) TO: City of Bozeman 20 E. Olive Bozeman, MT 59715 REFERENCE CONTRACT NUMBER 20 ,between the City of Bozeman and entered into the day of , (Name of Contractor) of (City) (State) for the purpose of (Type of Operation) within the limits of the City of Bozeman. • KNOW ALL MEN BY THESE PRESENTS: The undersigned hereby certifies that there is due from and payable by the City of Bozeman to the Contractor under the Contract and duly approved Change Orders and modifications the balance of 2. The undersigned further certifies that in addition to the amount set forth in Paragraph I, there are outstanding and unsettled the following items which he claims are just and due owing by the City of Bozeman: (a) (b) (c) (d) (Itemize claims and amounts due. If none, so state) 3. The undersigned further certifies that all work required under this Contract including work required under Change Orders numbered: _, _, _, and _, has been performed in accordance with the terms thereof, and that there are no unpaid claims for materials, supplies or equipment and no claims of laborers or mechanics for unpaid wages arising out of the performance of this Contract, and that the wage rates paid by the Contractor and all Subcontractors were in conformity with the Contract • provisions relating to said wage rates. 4. Except for the amounts stated under Paragraphs I and It hereof, the undersigned has received from the City of Bozeman all sums of money payable to the undersigned under or pursuant to the above- mentioned Contract or any modification or change thereof. o stated in Para ra h I hereof the undersi ned • 5. That in consideration of the payment of the am unt g p g does hereby release the City of Bozeman from any and all claims arising under or by virtue of this Contract, except the amount listed in Paragraph II hereof, provided, however, that if for any reason the City of Bozeman does not pay in full the amount stated in Paragraph I hereof, said deduction shall be automatically included under Paragraph II as an amount which the Contractor has not released but will release the City of Bozeman from any and all claims of any nature whatsoever arising out of said Contract or modification thereof, and will execute such further releases or assurances as the City of Bozeman may request. Further, in consideration of the payment of the amount stated in Paragraph I hereof, the undersigned agrees to hold the City of Bozeman harmless from any and all costs; liability or expense of any kind in any way arising out of the contract referenced herein, or any subcontracts awarded pursuant thereto. IN WITNESS WHEREOF, the undersigned has signed and sealed this instrument this day of , 20 (Contractor) (Signature) (Title) being first duly sworn on oath, deposes and says, first, that • he is the of the (Title) (Name of Company) second, that he has read the foregoing certificate by him subscribed as (Title) of the (Name of Company) Affiant further states that the matters and things stated therein are, to the best of his knowledge and belief, true. (Signature) Subscribed and sworn to before me this ,day of My commission expires 20 (Notary) • • ~ DEACTIVATION REQUEST ~, , ' 1VIORRISON No. :~ ~ ~ MAIERLE, INC TO: HDR ENGINEERING Request that we have permission to remove the following described equipment/ pipe/conduit from service: Equipment/pipe/conduit name: Shown on Sheet Date requested for deactivation Length of out of service time .Phase Provide xerox copy of Plan Sheet effected equipment Contractor Date TO: Temporary piping/wiring does not need to be installed to maintain process flow. Scheduled down time will not affect treatment and this equipment/pipeline/wiring is not critical to treatment process. Request approved/denied Bozeman, MT Date HDR Date t • • • DIVISION 1 GENERAL REQUIREMENTS • • • • PART 1 - GENERAL SECTION 01010 SUMMARY OF WORK 1.1 SUMMARY A: General work included in this section: 1. Furnish all labor, materials, and equipment required in accordance with provisions of the Contract Documents. 2. Completely coordinate with work of all other trades. 3. Although such work may not be specifically indicated, furnish and install all miscellaneous items incidental to or necessary. 4. Coordination of water system shutdowns with Owner. 5. Coordination of pipe fittings with existing conditions. B. Re lated sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 WORK COVERED BY CONTRACT A. Work to be performed includes: 1. Demolition and removal of portions of the existing headworks and influent piping and construction of a new headworks building with two fine screen units, two vortex grit chambers, and associated screenings and grit processing equipment. A channel will be provided for a third future screen unit. • 2. Construction of a new Primary Effluent Pumping Station (PEPS). The pumping station consists of three vertical turbine pumps each with an approximate capacity of 10,000 gpm and flow split and metering piping and valves. 3. Construction of a new 5-Stage Bardenpho BNR facility. The new basins will be divided into anaerobic, anoxic, aerobic, post-anoxic, and post aerobic zones. The new bioreactors will be configured as a down and back layout with common channels on the inlet and outlet to allow for flexibility in basin operation. 4. Demolition and removal of the existing blowers, standby generator, air filter room, and construction of four new blowers. The new blower facilities will have a capacity of approximately 13,200 cfm. The 20-inch low pressure air header to the existing bioreactor will be maintained. A new paralle128-inch low pressure air header will be installed and tied into the existing system. A new 24-inch process air pipeline will be routed along the south wall of the existing bioreactor to new Bioreactors No. 2 and No. 3. A 20-inch process air stub will be provided for future service to future Bioreactors No. 4 and No. 5. 5. Conversion of the existing unused 50-foot diameter surge tank to the new fermenter. The existing flat floor of the tank will be sloped to accommodate a new thickener-type sludge collection mechanism and a new effluent launder with weirs and odor control cover will be added. The existing gravity thickener will be reined as the second stage of the fermentation process. The existing thickener mechanism and effluent launder will be reused without modification. A new fermenter/thickener pump station will be constructed between the fermenter and thickener to house both the fermenter and thickener sludge pumps. Both the fermenter and thickener will need to be covered to contain odors generated by the process. Odor control for the fermenter and thickener head spaces will be provided by a biotower type odor control system. 6. Retrofitting existing RAS Control No. 1 system to serve the existing Secondary Clarifiers No. 1 to No. 4. The existing 12-]N RAS gravity flow lines will be maintained. The weir flow • measurement system will be replaced with magnetic flow meters and modulating ball valves for more precise flow control. Construct new RAS 2 in similar configuration,to RAS 1, with a 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 1 dewatering pump included to serve the secondary clarifiers and the new bioreactor basins. The existing Lift Station No. 2 will be expanded to the west with an underground structure • (RAS/WAS No. 2) to house the valves, meters, and two WAS pumps as well as the single dewatering pump. A door will be placed in the existing building for access, but otherwise the existing lift station will remain without modification. 7. Construction of two new 85-FT diameter clarifiers with a side wall depth of 15 FT. A 2-FT wide horizontal density current baffle will be constructed as part of the concrete launder. The four existing secondary clarifiers and associated waste activated sludge (WAS) pumping will remain. The existing secondary clarifiers will be connected to the new secondary clarifier flow split structure and effluent pipelines following startup of the new biological treatment train and new secondary clarifiers. A new secondary scum pit will be constructed to serve Secondary Clarifiers No. 5 and No. 6. 8. Replacement of existing chlorine disinfection system with a new UV disinfection system consisting of two flow channels, each having two equally sized banks of UV lamps. Each bank will have four modules of eight lamps. Slide gates will be provided for isolation of either flow channel. The UV disinfection equipment will be installed in concrete channels and the entire facility will be housed in a greenhouse structure to provide for an acceptable working space for operations and maintenance. 9. Construction of a new anaerobic Digester No. 3 adjacent to the new Digester Control Building No. 2. These facilities will also be located adjacent to the new dewatering facilities. The new anaerobic digester will be designed for a volume of 610,000 gallons. The new anaerobic digester will have affixed-cover design with gas drawn off and sludge returned through the top of the digester: The digester diameter will be approximately 58 FT with a 31-FT side water depth. Multiple access manholes are provided on each digester for cleaning and equipment repair. 10. Construction of a new Digester Control Building No. 2 located centrally to the new and future anaerobic digesters. 11. Installation of one screw press for mechanical biosolids dewatering. An enclosed structure will also be constructed to accommodate the storage and loading operations and to provide • protection from the weather. Two rotary screw thickeners each, rated for 80 gpm peak flow, will be installed as part of the Phase 1 construction. The rotary screw thickeners will include a separate flocculation tank for sludge conditioning and will serve as a redundant unit process to the existing dissolved air flotation thickening (DAFT) system that will remain in service. 12. Construction of a new 5,800 square foot Administration and Laboratory Building at the northeast corner of the existing facility site, adjacent to Springhill Road and the East Gallatin River floodplain. The visitor's entrance to the new facility will be accessed from Springhill Road. 13. Modifications to existing Digester Control Building No. 1, including replacing a degraded digester overflow pipeline and connection of the new digester gas and hot water supply and return piping to serve the new Digester Complex No. 2. The modifications within the existing control building will also include installation of new digester foam suppression units, gas piping and lower level equipment access hatches. 14. Modifications to existing Bioreactor No. 1, including minor demolition within the existing basins and flow channels. Aeration piping, dewatering piping and aeration basin influent and effluent piping will also be completed to connect the existing bioreactor to the new process trains. 15. Construction of a single 84-IN DIA precast concrete utility corridor (Utilidor) for installation of key yard piping, electrical and instrumentation utilities. The Utilidor will extend from the Fermenter/Thickener Building to the new Digester Complex No. 2. 16. Construction of one 3-IN high pressure natural gas line from the 3-IN service line along Springhill Road near the proposed new entrance to the plant. The potable water system will be upgraded to serve the new Administration/Laboratory Building and the new Digester Complex No. 2. The 8-IN City water line that runs along Moss Bridge Road will be tied into at the intersection of Moss Bridge and Springhill Roads and a water line will be extended north along Springhill Road to the new front entrance of the WRF along Springhill Road. For the non- potable water system, lines will be routed to all the new areas of the WRF, in addition to • 00...60746 Bozeman WRF Phase i Improvements Project 7/21/2008 01010 - 2 maintaining the existing flows to facilities. The 10 HP NPW back-up pump located in the secondary lift station will be upgraded to a 25 HP pump with a VFD. 17. The existing SCADA system will be expanded to include new PLC panels installed in facilities with major process equipment and I/O needs. The HMI system will be relocated to the new Administration/I.aboratory Building and upgraded to allow for greater operational control. The Owner's Engineer will perform all final process programming. 1.3 WORK UNDER OTHER CITY CONTRACTS A. System Integration: 1. System Integration of other City Systems inclusive of this Contract, including the development and implementation of PLC and Operator Interface and SCADA system software, system testing, operational testing, and support to the City and Contactor during commissioning and training. 1.4 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit his use of the premises for Work and storage and allow for: 1. Owner occupancy. 2. Uninterrupted operation of existing adjacent facilities. B. Coordinate use of premises under direction of Owner and Engineer. C. Contractor assumes full responsibility for the protection and safekeeping of products and materials Contractor has stored on or off of the site. D. Contractor shall move any stored products, or materials, under Contractor's responsibility, which interfere with operations of Owner or separate contractor/subcontractor. E. Contractor shall obtain and pay for the use of any additional storage or work areas if needed for • Contractor operations. F. Contractor shall confine all materials storage, equipment storage and employee and subcontractor parking to the areas designated in the Contract Documents. Contractor shall not store materials or equipment, nor shall employees of the Contractor or subcontractors park automobiles in a manner that hinders Owner's access to the facility. G. Contractor shall restore any areas used for materials storage, trailers, offices, equipment storage, or employee and subcontractor parking to their original condition or better. 1.5 WORK SEQUENCE A. Coordinate construction schedule and operations with the Owner. The Contractor shall plan, schedule, and coordinate his demolition and construction operations and activities in a manner that will facilitate the progress of the work included in these Contract Documents. Since there is considerable interfacing with the Owner's staff, it is imperative that the Contractor work closely with them in preparing his schedule. B. Following are general work sequence constraints or time critical work elements for the construction of critical work items in each of the major areas of Work, specific schedule constraints are provided in bold lettering. Work elements shown are not necessarily on a critical path and may be done simultaneously. Critical work elements shown are not necessarily complete and others may occur as the Work proceeds. The Contractor shall submit a detailed work sequence schedule to accomplish the Work in accordance with the Special Provisions. Shutdown periods are consecutive 7-day weeks, 24-hour periods, workday hours, or otherwise shown. The Owner will perform activities that are underlined. All other activities shall be performed by the Contractor as part of the approved work sequence schedule. Installation of equipment shall include all electrical and control systems, and startup activities as specified in Section 01650. Refer to Section 01060 -Special Conditions for detailed special conditions associated with each major area of work: • 1. Headworks: The construction of the new Headworks facility may commence immediately after Notice to Proceed. The following sequence of construction is anticipated: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 3 a. Relocate the existing waste biogas burner unit. b. Excavate and install new primary influent pipelines on upstream and downstream sides of • the new Headworks. Do not connect the pipelines to the existing Headworks and Parshall Flume. c. Build the new Headworks Facility including screenings handling, grit removal and handling and screenings and grit storage facilities. d. Build new influent sewer pipeline from the existing manhole downstream of the Pretreatment screening to the new Headworks. Build new primary influent yard pipeline extending from the new facilities to the existing Primary Influent Pipeline upstream of the existing Parshall flume. e. Startup and commission the new Headworks facilities using non-potable water. f. Crossing of the existing 30-PI and connection of the 48-PI to the existing Parshall Flume may require a temporary primary influent pipeline or bypass pumping. The Contractor is required to maintain uninterrupted influent flows delivered to the primary clarifiers throughout construction. g. Open existing slide gates in Pretreatment Building to re-direct influent flows to new Headworks facilities. h. Decommission existing Pretreatment facilities identified as not being maintained for the influent sewer flow. i. Remove existing equipment in the existing Headworks Building, including the existing screen and grinder, existing manual bar screen, and existing slide gates. Re-locate the existing hoist and trolley to the new Headworks Building. j. Upon successful commissioning of the new Headworks, dewater and spray wash clean the existing influent channels and ~,rit removal unit. 2. Primary Sludge Pumping, Thickening and Fermentation: The new fermentation and gravity thickener facilities will require sequential construction, ensuring either the fermenter basin or gravity thickener basin is in service at all times. Construction of the fermenter, by remodeling the existing surge tank, may commence any time after construction Notice to Proceed. Construction of the Fermenter and Thickener Control Building may commence immediately • after Notice to Proceed; however, the Contractor will be required to implement a site traffic control plan to ensure continued plant operations and a significant amount of shoring will be required for required building excavation. The following sequence of construction is anticipated for the Unified Fermentation and Thickening (UFAT) System: a. Install site shoring for protection of existing structures prior to excavation of yard piping and Fermenter/Thickener Pumping Station. b. Excavate and re-locate small yard piping to enable deep excavation of the Fermenter and Thickener Pumping Station. c. Construction of the new Fermenter and Thickener Pumping Station and complete and convert the existing Surge Tank to the Fermenter facility. The Fermenter will include sludge mechanism, basin cover and odor control system. Install all yard piping to points of connection and relocate existing piping as necessary for construction of the Fermenter. Continue to operate the Gravity Thickener as usual during this step. Construct the UFAT Pump Station as follows: 1) Construct Utilidor at least from TB No. 2 to TB No. 5. 2) Install In-Plant Sewer (IPS), In-Plant Lift Station (IPLS), and In-Plant Force Main (IPFM) to provide fully functional system. Provide temporary re-route of IPFM from TB No. 5 to Headworks. 3) Connect 4-SAN and 8-DOF from DCB No.l to In-Plant Sewer. A single maximum 8- hour shutdown period will be allowed. 4) Reroute 8-D from Old Headworks to New Headworks (or provide bypass pumping if New Headworks is not complete). 5) Reroute 4-D from Thickener Building to Primary Scum Pit between Clarifiers 1 and 2. A single maximum 8-hour shutdown will be allowed. 6) Temporarily re-route the 6 SPT and 1.5 PW to allow excavation for the UFAT Pump Station. A single maximum 8-hour shutdown will be allowed. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 4 • 7) Construct the UFAT Pump Station and Utilidor from TB No.S to the UFAT Pump Station except for the following connections: a) Do not make the two connections (8-PSL and 4-TPS) to the existing 6-SLT between Thickener Building and DCB No. l until everything is ready to start the Fermenter. b) Do not make the two connections (4-FPS and 8-FSN) to the Gravity Thickener inlet box until startup of the Fermenter. 8) Construct scum piping and high pressure air systems to allow for replacement of the primary scum pump for Clarifiers No. 1 and No. 2, but do not install the new primary scum pump until everything is ready to start the Fermenter. d. Upon successful commissioning of the Fermenter, transfer primary sludue to the new Fermenter (by connecting existing discharge pipe to new pipe that goes to the Fermenter) and operate as thickener, completely bypassing existing gravity thickener. This will also require connecting the thickened primary sludge line to the existing line that goes to the digester. The following sequence of construction is anticipated for transition from the Gravity Thickener to Fermenter: 1) Install the new Primary Scum Pump in Clarifier No. 1 and No. 2 scum pit and demolish existing Primary Scum Pump in Thickener Building. 2) Replace the existing Primary Sludge Pumps with the new Primary Sludge Pumps and all related equipment in Thickener Building. 3) Re-configure the Primary Sludge Pumpidischarge piping in the Thickener Building. 4) Connect 8-PSL and 40-TPS to existing G-SLT. 5) With everything in place to operate the new Fermenter, completely bypass the existing Gravity Thickener. Primary Sludge will be pumped by the new Primary Sludge Pumps. through the UFAT Pump Station and into the Fermenter. Fermented Primary Sludge (FPS) will be pumped by the new Fermented Primary Sludge Pumps (FPSP) to the existing Digester Control Building (DCB No.l) via the new 4-TPS pipe (by setting • the appropriate bypass valves in the UFAT Pump Station). Fermenter Supernatant (FSN) will flow by gravity to the new 24-PE pipe via the new 8-TSN pipe (by setting the appropriate bypass valves in the UFAT Pump Station). If the 24-PE pipe is not in operation, the 8-TSN pipe shall be temporarily re-routed by the Contractor to the existing Parshall Flume until the 24-PE pipe is in service. Primary Scum and Fermenter Scum will be pumped by the new Primary and Fermenter Scum Pump to the existing Digester Control Building via the new 4-PSC, 4-FSC, and 4-TPS piplines. 6) The maximum down time allowed to make the transition from Gravity Thickener to Fermenter will be 24 hours. During this time, primary sludge and scum will be stored in the Primary Clarifiers. e. Sprav wash the existin Gravity Thickener basin and pump solids and washdown water to the Fermenter. Additional washdown or cleaning necessary for construction activities shall be completed by the Contractor. f. Upgrade existing Gravity Thickener by knocking out floor, connecting new sludge pipe to new vault, redo the floor, recoating mechanism, installing cover, retrofitting mechanism to fit on top of cover (lengthen shaft) and connecting to odor control system. g. Commission Gravity Thickener back into service. Upon successful startup of the Bioreactor No. 2 facilities, begin operating the Fermenter and Gravity Thickener as a Unified Fermentation and Thickener (UFAT) process. Demolish the existing progressive cavity pumps in the Thickener Building Pump Room, to provide for additional spare building area for future primary sludge pumps. 3. Primary Clarifiers and Primary Effluent Pumping Station (PEPS): Construction of the PEPS may commence immediately after Construction Notice to Proceed. The PEPS must be completed and ready for service prior to connection of the new and existing Primary Clarifiers to the Station. None of the existing primary clarifiers may be shutdown until after the PEPS and downstream biological processes are commissioned, tested and readied for service. This will ensure primary clarifiers are not out of service for an extended period of • time. Startup of the PEPS facility is contingent upon completion of the new biological 00...60746 Bozeman WRF Phase I Improvements Project 7/212008 01010 - 5 treatment trains, Secondary Clarifiers Flow Split Structure and Secondary Clarifiers No. 5 and No. 6. The following sequence of construction is anticipated: • a. Construction of this facility will be able to commence immediately after Notice to Proceed. Install the necessary pumping facility, piping, valves and all other equipment for a complete and operable installation. b. Construct the necessary piping within the construction envelope of the PEPS and the other structures constructed on site. c. Construct the PEPS discharge piping to the existing and new biological nutrient removal structures and downstream processes. Extend piping to the existing Bioreactor No. 1, yet do not connect pipelines until after the existing basins are removed from service for rehabilitation of the RAS Flow Metering Station No. 1 facility. d. Construct the transport piping from the PEPS to Primary Clarifier No. 3. Construct the RAS pipeline from the RAS Flow Metering Station No. 2 to the transport piping. e. Construct the dewatering system pipeline improvements within the existing Blower Building/RAS Metering Station No. 1 and Bioreactor No. 1. Upon completion of the modifications and connection to the RAS pipeline, utilize the plant dewatering pump to deliver NPW underdrain water to the RAS pipeline that flows to PEPS. Utilize this NPW source to provide water for PEPS facility testing. f. Simulate and test the PEPS facility. Test motors, pumps, electrical and instrumentation to verify station is fully operational. Pump testing will require water in sufficient quantity to operate the pumps at or near the specified full output. The Contractor shall re-circulate the testing water back to PEPS using the RAS return pipeline and isolating clarifier effluent flows at the UV channel inlet box. g. Remove Primary Clarifier No. 3 from service during low flow conditions and close the 36- IN isolation valve just upstream of the Primary Clarifier No. 3 PE connection. h. Upon removal from service, spray wash and pump remaining biosolids and fluids from the Primary Clarifier No. 3. Additional washdown or cleaning necessary for construction activities shall be completed by the Contractor. i. Complete the tie-in of Primary Clarifier No. 3 to the 42-PE pipeline. • j. Once complete with the PE tie-in, restart Primary Clarifier No. 3 and route the flow to the PEPS and new BNR structures. Begin operation of the new biological treatment trains, return flow control and associated new secondary clarifiers. k. Following startup of the PEPS facility, and shutdown of the existing Bioreactor No. 1 and screw lift pumps, remove Primary Clarifiers No. 1 and No. 2 from service while flow is routed to Primary Clarifier No. 3. This will result in a high loading to the primary clarifier, and will be minimized during the construction period. Suray wash the basins and remove solids and fluids from the basins. The Contractor shall be responsible for any additional cleaning within the basins that is required for construction activities. 1. Revise piping to the screw lift pumps at Blower Building No. 1 to become the RAS Station No. 1 return pipeline to PEPS. m. Excavate between Primary Clarifier No. 1 and 2, and cut over Primary Clarifier No. 1 and No. 2 to the primary effluent transport pipe. The existing effluent junction box for these two clarifiers will be demolished at that time. n. Open the 36-]N PE isolation valve just upstream of Primary Clarifier No. 3 and place all three primary clarifiers in operation to the PEPS. 4. Blower Building No. 1: Blower Building No. 1 will remain in service throughout the construction period for Phase 1. Construction within the existing Blower building may commence immediately after construction Notice to Proceed. Anew second aeration discharge header will be constructed parallel to the existing header. New aeration blowers and associated variable frequency drives shall be installed one at a time within the existing blower area footprint, with a minimum of one new turbine blower and two existing operable blowers at all times until two new turbine blowers are fully operational. The following sequence of construction is anticipated: a. Construction of the facility may commence immediately after Notice to Proceed. Demolish existing engine generator and south storage rooms adjacent to the existing - Blower Room. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 6 b. Construct parallel aeration header to serve the new Bioreactor basins. Install the isolation gate valve at the end of the new aeration header to enable connection of the existing aeration header when existing blowers are removed from service. A single four-hour shutdown of the existing aeration header will be allowed for connection of the existing aeration to the new parallel aeration header pipeline. Once connected to the existing aeration header, the isolation gate valve may be used for isolation of existing blowers for blower removal and installation of new blowers. c. Install two new aeration blowers and associated variable frequency drives, connect to the new aeration header extending to the new Bioreactors No. 2 and No. 3. Commission and test blower operation and place blowers into service when the new Bioreactors are placed into service. d. Electrical upgrade to the Blower Building shall be implemented to ensure continuous air supply to the Bioreactors. Electrical upgrades shall conform to the following anticipated construction sequence: 1) Install the new Blower Building Motor Control Center 300-MCC-O1, and the new ground system with tie-ins 2) Make all conduit connections/modifications to 300-MCC-O1. 3) Make all non-blower and non MCC-AA, Section 1 connections (i.e.establish RAS No. 1 connections). 4) Shut down Blower No. 3, demolish VFD cabinet and Turbine Compressor No. 3 and install new Local Control Panel 300-LCP-O1. 5) Install new blower and make electrical connections to 300-MCC-O1. 6) Shutdown Blower No. 2 and demolish Turbine Compressor No. 2. Install new blower and blower to 300-MCC-O1 connections. 7) Shutdown Blower No. 1 and demolish Turbine Compressor No. 1. Demolish remainder of MCC-AA Section 2. Install new blower and blower to 300-MCC-O1 connections. • 8) Rename the control portions of the screw pump vertical sections (while leaving the bus work in-place) in MCC-AB as appropriate. 9) Establish 300-MCC-O1 to MCC-AA Section 1 connection. 5. BNR Bioreactors No. 2 & No. 3, Secondary Clarifier Flow Structure, Secondary Clarifiers No. 5 and No. 6 and Secondary Scum Pumping Station: Construction of the new Bioreactors No. 2 and No. 3 may commence at any time following Notice to Proceed. Commissioning of the new Bioreactors is contingent upon completion of the PEPS, Secondary Clarifier Flow Split Structure, Secondary Clarifiers No. 5 and No. 6, Secondary Clarifier Scum Pumping Station, RAS/WAS Flow Metering Station No. 2 and associated WAS pumping facilities and effluent outfall and secondary effluent piping. The following sequence of construction is anticipated: a. Construction of the facility may commence immediately after Notice to Proceed. Startup of the PEPS, Secondary Influent Split Structure, Secondary Clarifiers No. 5 and No. 6, RAS/WAS Flow Metering Station No. 2, UV disinfection facilities and new effluent outfall are contingent upon successful commissioning of Bioreactor No. 2 and Bioreactor No. 3. b. Construct the facilities and install all associated equipment piping, pumps, controls so the basins are fully operational. Complete hydrostatic testing, aeration testing and ready basins for operation using the existing plant underdrain pumping system for introduction of testing water to the basins. The Contractor will be required to complete the modifications to the plant underdrain pump force main in Bioreactor No. 1 and the existing Blower Building. A single 24-hour shutdown of Cell No. 2 in the Bioreactor No. 1 will be allowed for completion of the underdrain force main modifications. c. Construct the necessary piping to the Secondary Clarifier Flow Split Structure and PEPS. Complete testing of PEPS, the Secondary Clarifiers, UV Disinfection facility, and new Effluent Outfall. Extend the aeration basin influent pipe from Bioreactor No. 2 for • connection to Bioreactor No. 1 after it is removed from service. d. Construct necessary secondary effluent piping to the new effluent outfall and construct and successfully commission the effluent UV Disinfection system. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 7 e. When startup of the PEPS is initiated, startup the new bioreactor treatment trains including Secondary Clarifier Flow Split Structure, Secondary Clarifiers No. 5 and No. 6, Secondary • Scum Pumping Station, RAS-WAS Metering Station No. 2 and effluent outfall. The UV disinfection and effluent metering facilities shall also be commissioned and placed into service at the same time. 6. RASWAS Metering Station No. 2: Construction of the RASWAS Metering Station No. 2 may commence at any time after Notice to Proceed. This station will be constructed on the west side of existing Lift Station No. 2, and will use the egress from Lift Station No. 2 to access the new metering facility. Excavation and re-location of the existing 24 IN force main pipeline extending to the I/P infiltration cells will be required prior to construction. The following sequence of construction is anticipated: a. Excavate and re-locate the existing 24 IN force main extending from the I/P cell pumps to the I/P cells as required for metering station construction. A single 14 calendar-day shutdown of the I/P pumping system will be allowed for the force main re-location. b. Demolish and temporary re-locate the existing WAS pump in the lower level of Lib Station No. 2. A single 8-hour shutdown of the WAS pumping system will be allowed for temporary re-location. c. Construct the facilities and install all associated equipment piping, pumps, controls so the basins are fully operational. Re-locate secondary scum piping to above height of new opening on west wall of the Lift Station No. 2. Sawcut concrete west wall for access opening of Lift Station No. 2, and connect new metering room to Lift Station No. 2. Complete hydrostatic,. metering and valve, and WAS pumping testing. Ready facility for operation using the existing NPW supply. d. When startup of the PEPS is initiated, startup the new RAS-WAS Metering Station No. 2 along with the startup of the new bioreactor treatment trains, Secondary Influent Split Structure, Secondary Clarifiers No. 5 and No. 6, Secondary Scum Pumping Station, UV disinfection facility, and effluent outfall. e. Upon successful startup of new WAS pumping facilities, re-locate existing WAS pump to • final location and connect to common WAS header. This may not occur until after the existing Bioreactor No. 1 and Secondary Clarifiers No. 1 through No. 4 are removed from service for modifications. f. Upon shutdown of Secondary Clarifiers No. 1 through No. 4, spray wash the secondary clarifiers and associated scum pits and pump solids and remaining fluids from the basins. The Contractor shall be responsible for additional cleaning of the basins as required for construction activities. g. Replace scum pumping by installing new secondary scum pump 601-SCP-O1 in the existing scum pit. 7. Bioreactor No. 1, Secondary Clarifiers No. 1 through No. 4 and RAS Flow Metering Station No. 1: Modifications to Bioreactor No. 1 and RAS Flow Metering Station No. 1 will be required following successful startup of the new bioreactor treatment trains and secondary clarifiers. The existing WAS pumping facilities supporting Secondary Clarifiers No. 1 through No. 4 will be retained in Lift station No. 1 and Lift Station No. 2. Modifications to the effluent launder planned for Secondary Clarifier No. 4 shall be completed within the early summer (June through July) 2009. The Contractor will be allowed a single 30 calendar-day shutdown of Secondary Clarifier No. 4 to complete the launder cover installation and construction of the launder sloped grouting. Shutdown of the existing facilities will enable the following work to be completed in the second phase of the construction period: a. The modifications to the underdrain pumping station and Blower Building sump pumping system may commence immediately following Notice to Proceed. Modifications to the underdrain pump force main will need to be completed prior to startup and commissioning the new PEPS, Bioreactors and Secondary Clarifier facilities. The modifications to the underdrain pumping force main will require a shutdown of Cell No. 2 of Bioreactor No. 1 for completion of the piping modifications. A single 24-hour shutdown of Cell No. 2 will be allowed for completion of the underdrain pumping force main piping installation and connection to the new RAS pipeline. A single 8- • hour shutdown will be allowed for completion of the Blower Building sump discharge 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 8 . modifications. The Contractor shall provide for temporary pumping of the sump flows during this shutdown. b. The replacement of the NPW pump and installation of its associated variable frequency drive may commence immediately following Notice to Proceed. The Contractor shall maintain uninterrupted NPW pumping service throughout the pump replacement period. A single 4-hour shutdown of the NPW pumping system shall be allowed for piping modifications. During this shutdown, the Contractor shall provide for temporary flows to the existing plant chlorination system if this work is performed prior to commissioning the new US disinfection system. c. The connection of the existing 30 IN primary effluent pipeline to the PEPS influent pipeline. This will require a temporary bulkhead in the 30 IN pipeline at the Blower Building No. 1 to enable work to continue within the station after Primary Clarifiers No. 1 and No. 2 are placed back into service. d. SUray wash and dewater the existing Secondary Clarifiers and associated piping and remove remaining solids and fluids from the basins The Contractor shall be responsible for additional basin and piping cleaning that is required for construction. e. Decommission the existing influent and RAS screw lift pumps. The screw pump units are not currently scheduled to be removed during this project. f. Demolish the existing RAS metering facilities and install the new flow control valves and metering systems to support Secondary Clarifiers No. 1 through No. 4. g. Connect the 24 IN secondary influent pipelines to the Secondary Clarifier Flow Split Structure. h. Construct the revised flow metering effluent box with a new effluent header and outfall box wall to enable RAS return via the primary effluent pipeline to PEPS. i. Connect the primary effluent force main from PEPS to the Bioreactor No. 1. j. Connect the anaerobic cell effluent from Bioreactor No. 2 to Bioreactor No. 1. • k. Demolish the primary effluent flow split boz from Bioreactor No. 1 and install and connect the aeration basin effluent pipeline from Bioreactor No. 1 to the Secondary Clarifier Flow Split Structure. 8. DAFT Building and Secondary Clarifiers No. 1 and No. 2 Scum Pumping: Modifications to the existing DAFT Building will be required for delivery of thickened WAS to the new and existing digesters, existing sludge holding lagoon and dewatering facilities. In addition, decommissioning of the existing air diaphragm secondary scum pump in the lower level of the DAFT Building will enable full shutdown of the DAFT unit air compressor when the rotary screen thickeners are successfully commissioned. The following sequence of construction is anticipated: a. The demolition and revision of the thickened WAS piping in the DAFT Building may commence at any time following Notice to Proceed. The modifications to the thickened WAS must be completed prior to startup and commissioning of new Digester No. 3 and Digester Complex No. 2. A single 8-hour shutdown of the thickened WAS pipeline in the DAFT Building will be allowed for connection of the new TWAS piping, isolation valves and sample valve. b. Upon completion of the new TWAS pipeline tie-ins, complete remaining pipeline tie-ins to the Utilidor and Lift Station No. 1 c. Decommissioning of the Secondary Clarifier Scum Pump diaphragm pumping system may commence after shutdown of Secondary Clarifiers No. 1 and No. 2 have been removed from service for connection to the new treatment process trains. d. Install submersible scum pump 400-SCP-O1 in the secondary scum pit located immediately north of existing Lift Station No. 1. Upon successful testing, commissioning and startup of the submersible pumping unit, demolish the existing air diaphragm secondary scum pump located in the lower level of the existing DAFT building. 9. Digester Control Building No.l Modifications: Construction within existing Digester Control Building No. 1 will involve connection of HWS, HWR, DS and DG pipelines from the Utilidor • and Digester Complex No. 2. Modifications will also include modifications to the existing Digester No. 1 and Digester No. 2 gas piping, including installation of new foam suppression 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 9 units and replacement of the 8-DOF pipeline in the lower level and tunnel of the building. The following sequence of construction is anticipated: • a. Construction within the Digester Control Building may not commence until after successful testing, commissioning and startup of the new Digester No. 3, Digester Control Building No. 2 and Utilidor. Upon successful commissioning of the Utilidor and extension of 4-DS pipeline into the basement of Digester Complex No. 2, a single 8-hour shutdown of the existing DS pipeline will be allowed for connection of the new DS pipeline in the Digester Control Building No. 1. b. Following connection of the 4-DS pipeline, transfer solids from existing Digester No. 1 and existing Digester No. 2 via the 4-DS pipeline to new Digester No. 3 for digester startup. c. Upon successful startup of Digester No. 3 and the new Digester Control Building No. 2, open the digester access hatches and purge basins. Additional cleaning of the digester sediment traps, gas piping and digester overflow piping shall be performed by the Contractor as necessary for construction. d. Demolish the digester gas piping, hot water supply, hot water return and digester overflow piping. Demolish the existing digester gas drip traps and install the access floor hatch on the ground level of the Digester Control Building No. L e. Connect the DS, DG, HWS and HWR pipelines from the Utilidor and install the new foam suppression units and associated DG piping. f. Relocate the existing DG flow meter serving the existing waste gas burner and install the replacement digester overflow pipeline. g. Complete pipeline testing and ready the digesters for startup and commissioning. pum~ng to existing Digester No. 1. Be ig n operation h. Set digester feed valuing to allowing _ of Digester No. 3 as a stud eg storage tank and pump contents from the slud eg_ storage to Digester No. 1 for seeding and basin startup. Utilize natural gas for padding the sludge storage tank operation. i. Upon successful startup of D~ester No. 1, utilize solids inventory in Digester No. 1 and Sludge Storage Basin No. 3 for seeding and startup of Digester No. 2. • j. Resume feeding waste stud eg to Digester No. 1 and No. 2 following successful startup of Digester No. 2 and continue to operate Digester No. 3 as a sludge storage basin. 10. UV Disinfection Facility, Secondary Effluent Piping and Effluent Outfall: Construction of the new UV Disinfection Facility, Secondary Effluent Piping and Effluent Outfall may commence at any time following construction Notice to Proceed. The existing effluent outfall pipeline must remain in service until the new Effluent Outfall is constructed and commissioned for service. New Secondary Clarifiers No. 5 and No. 6, and the new yard piping that serves them, coincide with the location of the existing outfall. Construction of the new secondary clariSers and associated yard piping are contingent upon commissioning of the new Effluent Outfall and UV Disinfection Facility. Secondary effluent from existing Secondary Clarifiers No.l through No.4 will be routed around the existing Chlorine Contact Basin, through the new UV Disinfection Facility and into the new Effluent Outfall. Commissioning of the new Effluent Outfall is also contingent upon construction and commissioning of the UV Disinfection Facility, Greenhouse Building, and Secondary Effluent Piping. The following sequence of construction is anticipated: a. Construct the new Effluent Outfall and new UV Disinfection Facility in entirety while maintaining the existing outfall and chlorine contact basin in service during construction. b. Commission and start up the new UV Disinfection equipment and new Effluent Outfall with NPW or underdrain water and make ready for service. c. Construct the new Secondary Effluent Piping that serves existing secondary Clarifiers No. 1 through No. 4. The piping includes new junction boxes, one located at the south end of the new UV Disinfection Facility and one east of existing Lift Station No.2. Construct the new effluent piping that will serve Secondary Clarifier No. 4 up to the point where it will cross the existing effluent outfall and install a plug. d. Remove the pipe section in the new junction box located east of Lift Station No.2 and close existing sluice gates in the chlorine contact basin to direct secondary effluent flow to the new junction box located at the south end of the new UV Disinfection Facility. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21!2008 01010 - 10 • e. Immediately (within 24 hours) after commissioning the new UV Disinfection Facility, decommission the existing effluent outfall and install the crossing effluent pipe from Secondary Clarifier No.4. Following completion of this piping, the entire plant flow will be processed by the new UV disinfection facility and discharged through the new Effluent Outfall. f. Disconnect and plug the existing secondary effluent piping connections to Lift Station No. 2 from Secondary Clarifier No.4, Secondary Clarifier No.3 and the new junction box located east of Lift Station No.2. g. Proceed with installation of new Secondary Clarifiers No. 5 and No.6 and associated yard piping. h. Sprav wash the existing chlorine contact basin and pump remaining solids and fluids to the Lift Station No. 1 for treatment through the WRF facility Remove the existing Chlorine Contact Basin from service. 11. Utilidor and In-Plant (Sanitary) Pumping Station: The existing outfall pipeline and Digester Control Building No. 1 must remain in service while the Utilidor is constructed. The Utilidor must be constructed and successfully commissioned prior to startup of the Digester Complex No. 2, Digester No. 3 -and Administration/Laboratory Building. The following sequence of construction is anticipated: a. Construct the new Utilidor and associated facility piping in entirety, while maintaining the existing outfall and chlorine disinfection facilities in operation. b. Construct the new in-plant sanitary pumping station and associated IPFM (sanitary) force main within the Utilidor. c. Complete the sanitary force main connection to the new Headworks influent channel. d. The Contractor shall provide for protection and support of the existing effluent outfall during the Utilidor construction. e. Following successful startup and commissioning the new Headworks facility, complete startup, commissioning, and testing of the new in-plant pumping station and associated • force main. f. When startup of the in-plant pumping station is complete, connect the sanitary services from the Digester Complex No. 2, Administration/Laboratory Building, Digester Complex No. 1 existing Administration Control Building, and existing maintenance building. g. Complete startup and testing of the Utilidor piping, including digester gas piping and condensate pumping systems, at the same time as startup of the Digester Control Building No. 2: h. Connection of the thickened WAS piping from the exiting DAFT Building and connection of the DS piping from the Digester Complex No. 2 shall be completed as noted above to enable connection of the Utilidor to the existing Digester Complex No. 1. 12. Digester No. 3, Digester Complex No. 2, Dewatering and High Strength Waste and Grease Receiving Facilities: Construction of the new Digester No. 3 and associated support facilities may begin at any time following Notice to Proceed. The Owner will continue to operate the existing digestion facilities and digested sludge storage lagoon throughout construction of the new digestion and solids handling systems. The Contractor shall complete their construction activities in a manner where the existing solids handling systems will not be affected, except as outlined below. The following sequence of construction is anticipated: a. Protect the existing 4-DSL transfer pipeline directed from the existing Digester Control Building No. 1 to the existing biosolids storage lagoons throughout construction. Construction of new Digester No. 3, Utilidor and Digester Control Building No. 2 will result in this pipeline ultimately being routed through the Utilidor and Digester Control Building No. 2 and re-connected to the existing pipeline west of Digester Control Building No. 2. The Contractor shall provide for alt temporary re-locations and/or temporary installation throughout construction to provide continuous operation of the pipeline. The Contractor will be allowed up to four (4) single 8-hour shutdowns of the pipeline to enable connections to the temporary and permanent installations. b. Construct the new Digester No. 3 and Digester Control Building No. 2. • c. Construct the Utilidor and In-Plant (Sanitary) Drain Pumping Station. d. Install the re-located existing waste gas burner. 00...60746 Bozeman WRF Phase I Improvements Project 7/21/2008 01010 - 11 e. Connect the CW, HWS, HWR, TWAS, WAS, SAN, IPFM, DSL, NPW and D piping to the Utilidor. • f. Complete construction of the plant electrical service entrance, switchboard and standby generator. g. Complete construction of the biosolids dewatering and loadout systems. h. Complete site paving for building access. i. Complete construction of the associated polymer, ferric, high strength waste and grease receiving systems. j. Complete basin leakage testing and startup and commissioning services for Digester No. 3 and Digester Control Building No. 2. Startup the new boiler system, initially using natural gas, until digester gas is available. k. Upon completion and successful startup of the Utilidor and In-Plant (Sanitary) Pumping Station, complete the connection of the DS pipeline at existing Digester Complex No. 1. 1. Initiate transfer of the contents of existing Digester No. 1 and Digester No. 2 to Di eg ster No. 3. Purge Digester No. 3 prior to transferring from Digester No. 1 and Digester No. 2. Fill Digester No. 3 with NPW or underdrain water and utilize the natural gas padding system to draw down the digester to a basin low level point prior to introducing the contents from the existing digesters. m. Complete transfer and seeding of the new Digester No. 3 and place the digestion and dewatering facilities into permanent service. n. Start receiving hi hg~ strength waste and crease at the new receiving facilities and begin pumpin tg o Digester No. 3. o. Shut down feeding sludge to Digesters No. 1 and No. 2 to enable work at those facilities. p. Begin full operation of the rotary screen thickeners and screw press dewater facilities, including associated pumping, chemical feed, and grinding systems. 13. Solids Handling (Storage) Building: The dewatered Solids Storage Building will be connected to the Digester Complex No. 2 solids loadout facility through a 26 FT wide access door. The solids storage building will be an engineered metal building that may be constructed • independently from the Digester Complex No. 2. Construction of this facility may commence at any time after Notice to Proceed, but fmal connection to Digester Complex No. 2 may not occur until after the west masonry wall is completed at the truck loading bays on Digester Complex No. 2. 14. Administration and Laboratory Building: Construction of the new Administration and Laboratory Building may commence at any time following Notice to Proceed. The following sequence of construction is anticipated: a. The Administration and Laboratory Building shall be substantially complete and ready for the Owner's occupancy prior to startup of the new PEPS, Bioreactor, Secondary Clarifiers, UV facilities and effluent outfall. b. Construct the new building and laboratory facilities and ready for Owner occupancy. c. Construct site grading, paving, and site lighting. d. Connect the building sanitary drain to the Utilidor and In-Plant Drain Pumping Station. e. Construct potable water improvements and site fire hydrants and test and commission the new site potable water system. f. Install building electrical and natural gas services. g. If the new hydronics and hot water system supported by the new boiler in new Digester Complex No. 2 is not ready for connection of the Administration Building to the new hot water supply system, provide temporary heating/cooling to enable building occupancy until commissioning of Digester Complex No. 2 and Digester No. 3. h. Relocate existing fume hood following Owner's occupancy of the new laboratory. 15. Electrical Service Entrance and System. As described elsewhere, the WRF Facility must remain fully operational throughout construction. All electrical power shut-downs to the WRF must be minimized, and coordinated with the Owner well in advance to enable the Owner to properly control the treatment process. The following construction sequencing for the electrical service entrance is anticipated: a. Install the new Electrical Service Entrance Building, utility transformer, and standby • generator. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 12 • b. Establish the new Northwest Energy (NWE) service feed. Coordinate with NWE, and pay for, new dedicated service breaker at the adjacent substation. c. Establish the Old Switchboard (SWBD-1) loads to be served from the new Service Entrance Switchboard (1400-SWBD-O1). d. Demolish the Old Switchboard (SWBD-1), but leave capped conduits in place. e. Perform Blower Building upgrades; establish connection between Service Entrance Switchboard 1400-SWBD-O1) and new Bower Motor Control Center 300-MCC-Ol. f. Establish the electrical connections between 1400-SWBD-O1 and new buildings as completed. g. Remove obsolete loads (ex. MCC-AA Section 2, Old Headworks MCC-PT) from Existing Service Entrance Switchboard (SWBD-2). h. Connect the new Service Entrance Switchboard 1400-MCC-O1 to Existing Switchboard (SWBD-2). i. Remove the old NWE electrical service feed. C. Contractor is responsible for all temporary connections required to maintain existing wastewater flows. Sequences other than those specified will be considered by Engineer and Owner, provided they afford equivalent continuity. D. The Contractor shall schedule and coordinate his operations, shall make all necessary temporary connections. E. The Contractor shalt work continuously during critical connections and changeovers, as required to prevent interruption of wastewater service at no additional cost to the Owner. F. Contractor shall conduct all on-site work during regular working hours which are defined as weekdays, 7:00 a.m. to 7:00 p.m., holidays excluded. Contractor may apply to work outside of regular working hours as provided in the General Conditions. • 1.6 OWNER OCCUPANCY A. Owner will occupy the premises during the entire period of construction for the conduct of normal operations. Contractor to perform work without interruption of the sewage flows. B. Contractor shall coordinate with Owner in all construction operations to minimize conflicts and to facilitate Owner usage. 1.7 PARTIAL OWNER OCCUPANCY A. The Contractor shall schedule activities for completion of portions of the Work, as designated under Sequence of Work, for the Owner's occupancy prior to Substantial Completion of the entire Work. B. Owner will occupy new facilities for the purpose of conducting normal operations. C. Immediately prior to Owner occupancy of new facilities, Engineer shall issue a certificate of Partial Utilization, designating a date of occupancy and defining the area occupied: 1. Contractor's responsibilities: a. Allow access for Owner's personnel. b. Allow operation of equipment and processes to remain in service during the course of the work. 2. Owner's responsibilities: c. Assume responsibility for property insurance on occupied areas. d. Assume responsibility for security and fire protection in occupied areas, but not extending to protection of Contractor's materials and equipment in occupied areas. e. Operate and maintain equipment and processes to remain in service during the course of the work. 3. Other conditions of occupancy: a. The correction period for the occupied Work shall commence at the date of occupancy. • 00...60746 Bozeman WRF Phase I Improvements Project 7/21/2008 01010 - 13 1.8 SUBSTANTIAL COMPLETION A. For the purposes of establishing when the Project is substantially complete and suitable for its • intended purpose, all components and work elements described in Paragraph 1.2 shall be completed as outlined within. Section 01650 on or before the dates provided in the Agreement (Section 00500). Additional requirements of Substantial Completion Include: 1. Correction of all state, local, and other regulatory agencies defective Work lists. 2. Submittals have been received and approved by the Engineer including, but not necessarily limited to, the following: a. Record and test documents. b. Pipe and manhole submittals. 3. All additional warranty or insurance coverage requirements have been provided. B. Final completion of total project: Additional work elements that shall be completed include: 1. Any required repairs to Contractor staging and storage areas. 2. Clean up. 3. Items outlined within Section 00700 and Section 01650. 1.9 LINES AND GRADES A. Construct all Work to the lines, grades and elevations indicated on the Drawings: 1. Remove and reconstruct improperly located work. 2. Field verify elevations of existing grade and facilities, including but not limited to pipe, equipment, conduits, ductbanks, manholes, and structures near and at locations where new work connects or crosses. Notify Engineer if existing elevations differ from those shown on the Contract Drawings. 3. Provide all additional survey, layout, and measurement work required 4. Locate and protect control points prior to starting site work, and preserve all permanent reference points during construction: a. Make no changes or relocations without prior written notice to Engineer • b. Report to Engineer when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations c. Require surveyor to replace Project control points and all Federal, State, City, County and private land monuments that may be lost or destroyed: 1) Establish replacements based on original survey control 2) Comply with local and State requirements for monument replacement and restoration. 2. Maintain a complete, accurate log of all control and survey work as it progresses. 1.10 REGULATORY REQUIREMENTS A. Comply with all Federal, State, and local laws, regulations, codes, and ordinance applicable to the Work. B. References in the Contract Documents to local codes shall mean State of Montana, City of Bozeman and Gallatin County, Montana. C. Other standards and codes that apply to the Work are designated in the Specifications. 1.11 ACCESS BY GOVERNMENT OFFICIALS A. Authorized representatives of governmental agencies shall at all times have access to the Work where it is in preparation or progress. Contractor shall provide proper facilities for access and inspection. 1.12 CUTTING AND PATCHING A. Contractor shall be responsible for all cutting, fitting, and patching, including attendant excavation and backfill, required to complete the Work. This specifically includes but is not limited to the following: • 00...60746 Bozeman WRF Phase I Improvements Project 7!21/2008 01010 - 14 • 1. Make all parts fit together properly. 2. Uncover portions of the Work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to the requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. B. Provide products as specified or as required to complete cutting and patching operations. C. Inspection: 1. Inspect existing conditions of the Project, including elements subject to damage or to movement during. cutting- and patching. 2. After uncovering Work, inspect the conditions affecting the installation of products or performance of the Work. 3. Report unsatisfactory or questionable conditions to the Engineer in writing; do not proceed with the Work until the Engineer has provided further instructions. D. Preparation: 1. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the Work. 2. Provide devices and methods to protect other portions of the Project from damage. 3. Provide protection from the elements for that portion of the Project that may be exposed by cutting and patching work, and maintain excavations free from water. 4. Execute fitting and adjustment of products to provide a fmished installation to comply with specified products, functions, tolerances, and fmishes. 5. Restore work that has been cut or removed; install new products to provide completed Work in accordance with requirements of Contract Documents. 6. Fit work airtight to pipes, sleeves, and other penetrations through surfaces. • 1.13 EASEMENTS AND RIGHTS-OF-WAY A. Confine construction operations to the immediate vicinity of the location indicated on Drawings and use due care in placing construction tools, equipment, excavated materials, and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. 1.14 FENCES A. Remove and re-install all fences affected by the Work until completion of the Work. 1.15 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Protect, shore, brace, support, and maintain underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by construction operations. B. Restore to their original condition, pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with sod and shrubs, whether within or outside the easement or facility site. C. Use new materials for replacements of all items, unless shown or stated otherwise on drawings and specifications. D. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, that may be caused by transporting equipment, materials, or workers to or from the Work or any part or site thereof, whether by Contractor or Contractor's subcontractors or suppliers. E. Make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, any damaged property concerning its repair, replacement, or payment of costs incurred in connection with the damage. F. Keep fire hydrants and water control valves free from obstruction and available for use at all times. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21/2008 01010 - 15 G. In areas where the Contractor's operations are adjacent to or near a utility and such operations may cause damage which might result in expense, loss, and inconvenience, the operation shall be • suspended until all arrangements necessary for the protection thereof have been made by the Contractor. H. Notify all utility offices which may be affected by the construction operation at least 48 hours in advance. Before exposing any utility, the utility having jurisdiction shall grant permission and may oversee the operation. Should service of any utility be interrupted due to the Contractor's operation, the proper authority shall be notified immediately. Contractor shall cooperate with the said authority in restoring the service as promptly as possible and shall bear any costs incurred. 1.16 MAINTENANCE OF TRAFFIC A. Maintain neighborhood and facility access roads. Notify all Emergency services and provide adequate traffic control signage for the closure. B. During construction along Springhill Road, provide temporary access for two-lane traffic. 1.17 BARRICADES AND LIGHTS A. Protect streets, roads, highways, and other public thoroughfares that are closed to traffic by effective barricades with acceptable warning signs as approved by the authority having jurisdiction. B. Locate barricades at the nearest intersecting public thoroughfare on each side of the blocked section. C. Provide suitable barriers, signs, and lights to the extent required to adequately protect the public. D. Provide similar warning signs and lights at obstructions, such as material piles and equipment. E. Illuminate barricades and obstructions with warning lights from sunset to sunrise. PART 2 - PRODUCTS (NOT USED) • PART 3 - EXECUTION (NOT USED) END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/21!2008 01010 -16 • SECTION 01060 SPECIAL CONDITIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Conference. b. Project signs. c. Contractor's Superintendent's Field Office. d. Engineer's Field Office. e. Drawings and Contract Documents for Contractor use. f. Project photographs. g. Testing. h. Schedule of Values. i. Order of Construction and Construction Schedule. j. Project meetings. k. Special considerations related to adjacent properties and facilities. 1. Historical and archaeological finds. m. Permits and City Required Specific Inspections. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. • 2. Division 1 -General Requirements. 1.2 PRECONSTRUCTION CONFERENCE A. A preconstruction conference shall be held at the WRF facility, 255 Moss Bridge Road after award of Contract: 1. Engineer will notify the Contractor as to the date and time of the conference two (2) weeks in advance of the proposed date. 2. Contractor's Project Manager and Project Superintendent and Contractor's Subcontractor Representatives shall attend. 1.3 PROJECT SIGNS A. Furnish and install one (1) ofeach of the following signs: 1. Contractor's standard sign approved by Owner. 2. SRF Funding Agency Project Sign as detailed in Section 00801. B. Install in location approved by Owner. C. Signs not listed in this Specification permitted only upon approval of Owner. 1.4 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE A. Establish at site of Project. B. Equipment: Telephone, telecopy, mailing address, and sanitary facilities. C. Assure a'tt~ndance at this office during the Normal working day. D. At this office,-maintain complete field file of Shop Drawings, posted Contract Drawings and Specifications, and other files of field operations including provisions for maintaining "As • Recorded Drawings." E. Remove field office from site upon acceptance of the entire work by the Owner. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01060 - 1 1.5 ENGINEER'S FIELD OFFICE A. Separate from Contractor's field office. • B. General Construction: 1. New or reconditioned mobile office trailer as manufactured by ATCO, or equal. 2. Baked enamel aluminum siding. 3. 3-1/2 TN foil-backed fiberglass insulation throughout. 4. Interior paneling. 5. Vinyl the flooring. 6. 8 FT high acoustic the ceiling. 7. Two (2) private office areas, one (1) at each end of trailer, one (1)reception-conference room area, and private washroom. 8. Windows: a. Minimum two (2) per room, excepting washroom, with one (1) each on opposing walls. b. Combination screen-storm windows. c. Provide horizontal louver blinds on each window. 9. Nominal 60 FT long and 12 FT wide. 10. Two (2) exterior doors (with cylinder deadbolt locks) with outer screens, exterior lights and exterior stairs and railings. The Contractor shall provide four (4) sets of keys for the field office. C. Electrical System: 1. All fixtures, outlets, and wiring of Underwriters Laboratories, Ina (UL) approved devices. 2. All circuits protected by circuit breakers; fuses are not acceptable. 3. Electrical system shall meet requirements of the latest National Electric Code. 4. System suitable for 220 V, 3 PH service. 5. Any transformers or other devices required to match this supply to the mobile office shall be provided and connected. 6. Provide a circuit breaker for the incoming service. • 7. Each interior room except the washroom shall have at least four (4) 110 V duplex electrical convenience outlets. D. Central Combination Electric Heating, Air-Conditioning System: 1. Fan-forced air. 2. Thermostatically controlled. 3. Individual room units are not acceptable. 4. Freeze protect and insulate all piping. 5. System sized to maintain 75 DegF constant temperature in each room. E. Lighting System: 1. Fluorescent type producing 100 footcandles at desk top height. 2. Ample ceiling fixtures provided to ensure adequate lighting throughout. F. Standard Washroom: 1. Flush toilet, sink, hot and cold running water. 2. Electric water heater. 3. Mirror. 4. Electric ceiling or wall vent. 5. Sound insulated partitions. G. Furnishings: 1. Full width built-in desk at ends of both end offices, with a nominal depth of 30 IN and overhead book shelves 12 IN deep. 2. Two (2) desks 36 x 72 IN long with locking lap drawer. 3. One (1) plan table 39 x 72 x 36 IN wide, with one (1) locking equipment drawer. 4. One (1) plan table 39 x 84 IN x 36 FT wide, with one (1) locking equipment drawer. 5. One (1) L-shaped secretary desk with main desk 36 x 72 x 36 IN high with locking lap • drawer, side drawer, and hanging file drawer: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01060 - 2 a. The desk shall have a typewriter leaf with a typing paper filing cabinet. • 6. Two (2) 30 x 72 IN folding tables. 7. One (1) 48 x 601N liquid marking board with minimum four-color set of compatible markers. 8. One (1) 48 x 60 cork bulletin board. 9. Four (4) four-drawer legal size filing cabinets. 10. Two (2) cushioned swivel arm chairs. 11. Two (2) conference chairs. 12. Twelve (12) folding chairs. 13. Two (2) nominal 3 FT plan racks that hold a 30 Ihl minimum of six (6), 200 sheet sets of 30 x 42 IN Drawings. 14. Three (3} sets of bookcases, each composed of three (3) shelves 36 IN long and 12 IN wide: a. The units shall be a minimum of 3 FT high. 15. Three (3) standard size waste paper baskets. H. Field Office Equipment: 1. One (1) copying machine: Canon NP400F or equal, capable of using as a network printer. I. Maintenance: 1. Contractor shall provide all maintenance and upkeep of trailer and equipment: a. Equipment breakdowns shall be repaired promptly by Contractor. 2. Janitorial service: a. Weekly: 1) Floor sweeping using dust suppressing compound. 2) Wet mopping with floor detergent. b. Inclement weather: Conduct weekly requirements on daily basis. c. Monthly: Wash windows and clean window blinds. 3. Provide telephone service including two (2) lines and two (2) sets. Provide one (1) phone • line with DSL service: a. Engineer to pay for long-distance service. 4. Pay all utilities costs. 5. Maintain at least until acceptance of the entire work by the Owner or until otherwise suspended by the Engineer. J. Remove field office from site upon acceptance of the entire work by the Owner. 1.6 DR AWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE A. Refer to General Conditions. B. Contractor shall pick up all "no-charge" documents within 10 days from date of Notice to Proceed. C. Additional documents after "no-charge" documents will be furnished to Contractor at cost. 1.7 PROJECT PHOTOGRAPHS A. At least once each month during construction of the Work, provide a professional photographer to take progress pictures as directed by Engineer: 1. Furnish two (2) glossy prints (approximately 8 x 10 IN) and each digital file, with all rights of reproduction, to Owner. 2. Provide number of photographs as follows: 3. Ten (10) ground level color photos per month. 4. Six (6) color aerial photos taken at each of the following: a. At 0 percent complete. b. At 4-month intervals after initial set. c. At 100 percent complete. 5. Six (6) months after facility start-up during the summer season. • 6. Contractor shall schedule and coordinate photographer with Engineer's Field Representative. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01060 - 3 7. Photographically impose a site plan key map on each photograph in the upper right hand corner and show by arrow the subject and the direction from which the photograph was • taken: a. Date all photographs. 1.8 JOB CONDITIONS A. Prior to installation of material, equipment and other work, verify with subcontractors, material or equipment manufacturers, and installers that the substrate or surface to which those materials attach is acceptable for installation of those materials or equipment (Substrate is defined as building surfaces to which materials or equipment is attached to, i.e. floors, walls, ceilings, etc.) B. Correct unacceptable substrate until acceptable for installation of equipment or materials. 1.9 TESTING A. Payment for Soil, Concrete, Asphalt Concrete and Other Testing: 1. Soils and concrete testing: a. The Owner will provide and pay for "Passing" soils, "Passing" concrete and "Passing" asphalt concrete tests on the Project as identified in the associated technical specifications. b. Provision and costs of corrective action, costs of "Failing" soils, concrete and asphalt concrete tests, and cost of testing associated with establishment of mix designs are the sole responsibility of the Contractor. 2. Other testing: Coordination of required testing, testing procedures, reports, certificates, and costs associated with all phases of securing required satisfactory test information which may be required by individual sections of Specifications or Drawings are the full responsibility of the Contractor. 1.10 SCHEDULE OF VALUES A. Where a Contract is awarded on a lump sum basis, the Contractor shall file with the Engineer a • balanced price segregation of his lump sum bid into items similar to the various subdivisions of the general and detailed specifications, the sum of which shall equal the lump sum bid. 1. The cost of various materials shall be furnished upon request of the Engineer, and such data will then be used as a basis for making progress estimates. 2. Breakdown cost itemized Specification Section ad trade, and distribute cost to individual applicable units and structures. 3. Where structures, units, equipment or other components are identified by a specific series or, identification number, utilize said designation throughout cost breakdown. 4. Provide detailed breakdown for individual yard piping or conduit runs and identify approximate quantities involved to satisfaction of the Engineer. 5. Provide separate breakdown for change order items requested. 6. Provide an additional breakdown sheet, equivalent to AIA document G703, showing the tabulation format for stored materials. 7. Submit this sheet each month with Contractor's pay request breakdown. 8. The detail and format of cost breakdown and stored materials tabulation sheet shall be fully approved by Engineer. B. A reasonable allocation of the Contract Price to the component parts of the Work will be approved if component parts of the Work have values assigned to them that are well-balanced with respect to relative values for similar work established by published estimating guides. 1. Unless otherwise agreed to at the Preconstruction Conference, Means Estimator Guide or other similar nationally recognized estimating guide shall be used for resolving differences between Engineer's and Contractor's opinions of allocation of values. 2. Consent of Surety: If Contractor and Engineer cannot mutually agree on a Schedule of Values, Engineer will approve a Schedule of Values approved by the Surety providing the Performance Bond. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01060 - 4 • C. Contractor's costs shall not govern the allocation of values when application of Contractor's costs to a component part of the Work results in any other component part or combination of component parts being under-valued in relation to conventional estimating guides. D. Schedule of Values shall be agreed upon prior to first Application for Payment. 1.11 ORDER OF CONSTRUCTION AND CONSTRUCTION SCHEDULE A. Construction operations will be scheduled to allow the Owner uninterrupted operation of existing adjacent facilities. 1. Coordinate connections with existing work to ensure timely completion of interfaced items. B. At no time shall Contractor or his employees modify operation of the existing facilities or start construction modifications without approval of the Owner except in emergency to prevent or minimize damage. C. Within 10 days after award of Contract, submit for approval a critical path type schedule. 1. Account for schedule of Subcontracts. a. Include proper sequence of construction, various crafts, purchasing time, Shop Drawing approval, material delivery, equipment fabrication, start-up, demonstration, and similar time consuming factors. 2. Show on schedule as a minimum, earliest starting, earliest completion, latest starting, latest finish, and free and total float for each task or item. D. Evaluate schedule no less than monthly. 1. Update, correct, and rerun schedule and submit to Engineer in triplicate with pay application to show rescheduling necessary to reflect true job conditions. 2. When shortening of various time intervals is necessary to correct for behind schedule conditions, indicate actions to implement to accomplish work in shorter duration. • 3. Information shall be submitted to Engineer in writing with revised schedule. E. If Contractor does not take necessary action to accomplish work according to schedule, Contractor maybe ordered by Owner in writing to take necessary and timely action to improve work progress. 1. Owner may require increased work forces, extra equipment, extra shifts or other action as necessary. 2. Should Contractor refuse or neglect to take such action authorized, under provisions of this contract, Owner may take necessary actions including, but not necessarily limited to, withholding of payment and termination of Contract. F. Upon receipt of approved "Work Schedule," within 10 days, submit to Engineer an estimated payment schedule by each month of project duration. 1. Include a composite curve to show estimated value of work complete and stored materials less specified retainage. 2. Establish key months when work will be 50, 80, 90, and 100 percent complete. 3. During the course of work, update with new composite curves at key months or whenever variation is expected to be more than plus or minus 10 percent. 4. Retain original or previous composite curves as dashed curves on all updates. 5. Include a heavy plotted curve to show ACTUAL payment curve on all updates. 1.12 PROJECT MEETINGS A. Construction Meetings: 1. The Engineer will conduct construction meetings involving: a. Contractor's project manager. b. Contractor's project superintendent. c. Owner's designated representative(s). d. Engineer's designated representative(s). e. Contractor's subcontractors as appropriate to the Work in progress. f. Owner's Construction Quality Control Consultant. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 01060 - 5 2. Meetings will be conducted every two (2) weeks. 3. The Engineer will take meeting minutes and submit copies of meeting minutes to • participants and designated recipients identified at the Preconstruction Conference. a. Corrections, additions or deletions to the minutes shall be noted and addressed at the following meeting. 4. The Engineer will schedule meetings for most convenient time frame. 5. The Engineer will have available at each meeting full chronological files of all previous meeting minutes. 6. The Contractor shall have available at each meeting up-to-date record drawings. B. Pre-Installation Conferences: 1. Coordinate and schedule with Resident Project Representative and Engineer for each material, product or system specified. a. Conferences to be held prior to initiating installation, but not more than two (2) weeks before scheduled initiation of installation. b. Conferences may be combined if installation schedule of multiple components occurs within the same two (2) week interval. c. Review manufacturers recommendations and Contract Documents Specifications. 2. Contractor's Superintendent and individual who will actually act as foreman of the installation crew (installer), if other than the Superintendent, shall attend. C. General agenda for meetings: 1. Review and approval of previous meeting minutes. 2. Review progress on action items from prior meetings. 3. Review work progress since last meeting. 4. Note field observations, problems and decisions. 5. Identify problems that impede planned progress. 6. Review environmental management. 7. Erosion and sediment controls. • 8. Review site water discharge and permit adherence. 9. Contractor needs list to allow the construction schedule to be met. 10. Review off-site fabrication status and problems. 11. Discuss corrective measures and procedures to meet schedule. 12. Review construction schedule. 13. Review planned work during next scheduled look-ahead period. 14. Coordinate projected work with other contractors. 15. Review submittal schedules and status of outstanding submittals. 16. Discuss maintaining quality and work standards. 17. Review changes for: a. Effect on construction schedule. b. Effect on all dates required by the work sequence. 18. Review status and action required for changes. 19. Contractor to discuss all issues which the Contractor considers additional; scope, cost, or impact to the Contract. 20. Review safety measures. Identify and discuss areas of concern. 21. Community relation issues. 22. Other items as required. 1.13 SPECIAL CONSIDERATIONS RELATED TO ADJACENT PROPERTIES AND FACILITIES A. Contractor shall be responsible for negotiations of any waivers or alternate arrangements required to enable transportation of materials to the site. B. Maintain conditions of access road to site such that access is not hindered as the result of construction related deterioration. 1. Provide daily sweeping ofhard-surface roadways to remove soils tracked onto roadway. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01060 - 6 • 1.14 HISTORICAL AND ARCHAEOLOGICAL A. If during the course of construction, evidence of deposits of historical or archeological interest is found, the Contractor shall cease operations affecting the find and shall notify Owner. 1. No further disturbance of the deposits shall ensue until the Contractor has been notified by Owner that Contractor may proceed. 2. Owner will issue a notice to proceed after appropriate authorities have surveyed the find and made a determination to Owner. 3. Compensation to the Contractor; if any, for lost time or changes in construction resulting from the find, shall be determined in accordance with changed or extra work provisions of the Contract Documents. 4. The site has been previously investigated and has no known history of historical or archaeological fmds. 1.15 MAINTENANCE OF ROADWAYS AND DRAINAGES A. Contractor is required to maintain existing roadways in usable condition during construction to allow city personnel access to all parts of the water reclamation facility. B. Contractor is required to maintain existing drainages and not allow stotmwater flooding due to any construction activity. 1.16 BUILDING PERMITS A. Contractor is required to obtain all local building permits and to notify local authorities of the need for building permit inspections. B. Contractor shall obtain and be responsible for a City Building Permit for the Work. The Owner will apply for and pay for the building permit and plan check fees. A demolition permit will be • required. C. The Contractor or their subcontractors shall obtain and pay for a City of Bozeman Electrical permit. Before a permit is issued, the Contractor or their subcontractors must have a valid State of Montana Electrical Contractor's License. D. The Contractor of their subcontractors shall obtain and pay for a City of Bozeman Mechanical Permit issued by the City Building Official. If the Work includes fuel gas system(s), the Contractor or their subcontractors must have a valid State of Montana Gas Installer's License and Work must be performed by a gas fitter licensed by the State of Montana. E. The Contractor or their subcontractor shall obtain and pay for a City of Bozeman Plumbing permit issued by the City Building Official. Before a permit is issued, the Contractor or their subcontractors must have a valid Plumbing Contractor's License issued by the State of Montana. F. The Contractor shall obtain and pay for the City of Bozeman Sign Permits for any signs used at the Contractor's office areas. G. The Contractor shall obtain and pay for a Construction General Permit (CGP) under the USEPA storm water permit program for the project. A Notice of Intent application form and other guidance materials may be obtained from USEPA, Region 8 by calling Greg Davis at 1-800- 227-8917 ext. 6314. Contractor refer to Section 01560-Environmental Protection and Special Controls for detailed requirements. H. Contractor will be responsible to acquire all permits necessary and to pay charges for such, unless otherwise specified. This includes: 1. MPDES Stormwater Discharge Permit. a. For construction activities, contact the Department of Environmental Quality Water Protection Bureau at 406-444-4626. Contact person is Jeff Ryan. The permit fee is $450 for an application review and $450 a year until the project is completed. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 01060 - 7 b. The Contractor will be required to submit a soil erosion and sediment control plan to receive the permit. See Section 02270 -Soil Erosion and Sediment Control for details • on permit submittal requirements. The Contractor will be responsible for obtaining the permit from MDEQ on behalf of the City of Bozeman. 2. The City of Bozeman has previously submitted a Joint Application for Proposed Work in Montana's Streams, Wetlands, Floodplains and Other Water Bodies. As a result of the proposed work within the East Gallatin River Floodplain (Outfall Pipeline), a Water Quality Act 75-5-318, MCA (318 Authorization) is required for Turbidity Related to Construction Activity from MDEQ. The City of Bozeman has already submitted preliminary application materials for this permit. However the Contractor will be required to submit the formal permit application prior to commencement of work. 1.17 CITY REQUIRED SPECIAL INSPECTIONS A. Special Inspections, as defined by the 2006 International Building Code, will be required for the project as a stipulation of the City Building Permit. The City Building official may require, as a minimum, the following Special Inspections to be conducted in accordance with Chapter 17 of the 2006 IBC: 1. Special Inspections (1704): a. Inspection of Fabricators (1704.2}. b. Steel Construction (1704.3). c. Concrete Construction (1704.4). d. Masonry Construction (1704.5). e. Soils (1704.7). f. Pier Foundations (1704.9). g. Sprayed Fire-Resistant Materials (1704.10). h. Mastic and Intumescent Fire-Resistance Coating (1704.11). i. Exterior Insulation and Finish Systems (EIFS) (1704.12)_ j. Special Cases (1704.13). • k. Special Inspection for Smoke Control (1704.14). 2. Special Inspections for Seismic Resistance (1707): a. Structural Steel (1707.2). b. Structural Wood (1707.3). c. Cold-Formed Steel Framing (1707.4). d. Pier Foundations (1707.5). e. Storage Racks and Access Floors (1707.6). f. Architectural Components (1707.7). g. Mechanical and Electrical Components (1707.8). 3. Structural Testing for Seismic Resistance (1708): a. Masonry (1708.1). b. Reinforcing and Prestressing Steel (1708.3) c. Structural Steel (1708.4). d. Mechanical and Electrical Equipment (1708.5). B. The Contractor shall be responsible for coordination of all required inspections performed. The Owner's Engineer will be responsible for completing the required inspections and submittal of special inspection certifications unless noted otherwise. The Contractor shall be responsible for assistance to the Engineer in coordinating special inspection schedules and ensuring the facilities are made available for inspection. C. The Contractor shall be responsible for providing special inspection certification for the fabricated aluminum covers in accordance with Section 13231 -Odor Containment Covers, Section 13120 -Greenhouse, and Section 13121 -Engineered Building Systems. The Contractor shall submit qualifications of proposed inspection personnel to the City Building department for review and approval prior to fabrication and installation of the cover and building systems proposed. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01060 - 8 • D. The Contractor shall be responsible for providing special inspection certification for the off-site steel fabrication, including welding in accordance with Section 05505-Metal Fabrications. The Contractor shall submit qualifications of proposed inspection personnel to the City Building Department for review and approval prior to fabrication of off-site steel fabrications. The Engineer, or their designated sub-consultants, will serve as the City's special inspector for on- site steel construction and fabrication. - 1.18 TEMPORARY FACILITIES A. Contractor shall be responsible for temporary facilities in the staging area. The Contractor shall coordinate and work with the following: 1. City of Bozeman for sanitary sewer and water facilities. 2. Northwestern Energy for electrical power. 3. Qwest for telecommunications. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01060 - 9 • • PART 1 - GENERAL 1.1 SUMMARY A: Section Includes: 1. A listing of the equipment for the Project, which is considered to be major equipment. 2. A listing of the approved suppliers of said major equipment. 3. Certain instructions concerning the bidding of major equipment. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 DEFINITIONS A. Manufacturers or suppliers, as used in the context of "approved manufacturers or suppliers of major equipment," shall mean the manufacturers or suppliers listed in Specification Section 01062.1.4. 1.3 INSTRUCTIONS FOR BIDDING MAJOR EQUIPMENT A. Furnish, for the bid, equipment by any of the suppliers listed in Section 01062.1.4, or as added by addendum. • B. Name only one of said suppliers in the schedule of major equipment suppliers found in Specification Section 01062.1.4 and on the Bid Form. C. The Bid Form shall be considered irregular and subject to rejection if the Bidder: 1. Fails to list an approved supplier for each item. 2. Lists more than one approved supplier for each item. D. If the Bidder fails to list an approved supplier, the Owner has the sole right to select one of the suppliers from the list of acceptable Manufacturers of Major Equipment in Specification Section 01062.1.4. E. If the Bidder lists more than one approved supplier, the Owner has the sole right to select one of the suppliers so listed. F. Requests for product substitutions of equipment to be listed in Specification Section 01062.1.4 must comply specifically with applicable provisions of the Contract Documents. Refer to Section 00100 and Section 01640. No product substitutions will be considered prior to the project bid. 1.4 ACCEPTABLE MANUFACTURERS OF MAJOR EQUIPMENT A. Major Equipment and Acceptable Manufacturers: EQUIPMENT -SPECIFICATION SECTION AND LISTED SUPPLIER / DESCRIPTION MANUFACUTERERS SECTION 01062 MAJOR EQUIPMENT SUPPLIERS Section 11072 -Pumping Equipment: - Peerless, Mode130 H H Vertical Turbine Lineshaft - Cascade Pum Com an Section 11073 -Pumping Equipment: - WILD -EMU USA, Inc. Propeller (Recirculation) - Landia, Inc. 00...60746 Bozeman WRF Phase 1 Improvements Project 01062 - 1 7/23/2008 EQUIPMENT -SPECIFICATION SECTION AND LISTED SUPPLIER / nFSC'.RiPTi(1N MANUFACUTERERS Section 11081 - Aeration Equipment: - ABS HST Turbo -Compressor High S peed Turbine Aeration Blower - APR-Neuros, Inc. Section 11092 -Grit Classification and Washing Equipment - Huber, Inc., Model RoSF4 - Waste Tech, Inc. Section 11094 - Grit Removal Equipment: - Smith and Loveless PISTA Forced Vortex Type - Wes-Tech GVR. Section 11335 - Perforated Plate Screens - Huber, Inc. - Waste Tech, Inc Section 11342 - Screenings Washer/Compactor - Huber, Inc. - Waste Tech, Inc. Section 11365 -Screw Press System - Fokoku Koyogo Company, LTD - Huber, Inc. Section 11374 -Digester Mixers - SPX Process Equipment Co., Inc. (Lightnin) - Philadel hia Gear Co oration Section 11377 - UV Light Disinfection Equipment - Trojan Technologies, Inc. Model # UV3000 Plus Section 11948 -Aeration Basin Mixers - WILD -EMU USA, Inc. - Landia, Inc. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 01062 - 2 SECTION 01150 MEASUREMENT AND PAYMENT PART 1 - APPLICATIONS FOR PAYMENT 1.1 GENERAL A: Submit applications for payment to Owner in accordance with the schedule established by Conditions of the Contract and Agreement between Owner and Contractor. B. Additional requirements specified elsewhere: 1. Lump Sum Price: Agreement. 2. Progress Payments, Retainages, and Final Payment: Conditions of the Contract and Agreement. 3. Schedule of Values: Section 01370. 1.2 FORMAT AND DATA REQUIRED A. Submit applications typed on attached Contractor's Application and Certificate of Payment, or a similar form, with itemized data typed on 8-1/2 inches x 11 inches white paper continuation sheets. B. Provide itemized data on continuation sheet: 1. Format, schedules, line items, and values: Those of the Schedule of Values. 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application form: 1. Fill in required information, including that for Change Orders executed prior to the date of submittal application. 2. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. 3. Execute certification with the signature of a responsible officer of the Contractor's firm. B. Continuation sheets: I . Fill in total list of all scheduled component items of Work, with item number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored, rounding off values to nearest dollar. 3. List each Change Order executed prior to the date of submission at the end of the continuation sheets. a. List by Change Order number and description, as for an original component item of work. 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When Owner requires substantiating data, Contractor shall submit suitable information, with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products: a. Item number and identification as shown on application. b. Description of specific material stored at the site (upon verification of payment from supplier). B. Submit one copy of data and cover letter for each copy of application. 00...60746 Bozeman WRF Phase i Improvements Project 7/10/2008 01150 - 1 1.5 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in application form as specified for progress payments. • 1.6 SUBMITTAL PROCEDURE A. Applications for payment must be agreed upon by the Contractor and Owner and submitted to Owner on or before the first Monday of each month. If statement is not received in final form prior to this date, the application may not be processed until the following payment period. B. Number: Five (5) copies of each application. C. When Owner finds the application properly completed and correct, he will finalize a Certificate for Payment, with a copy to Contractor. PART 2 - PART 2 -PRODUCTS (NOT USED) PART 3 - PART 3 -EXECUTION (NOT USED) END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/10/2008 01150 - 2 • SECTION 01340 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mechanics and administration of the submittal process for: a. Shop Drawings. b. Samples. c. Miscellaneous submittals. d. Operation and Maintenance Manuals. 2. General content requirements for Shop Drawings. 3. Content requirements for Operation and Maintenance Manuals. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Sections in Divisions 2 through 16 identifying required submittals. 1.2 DEFINITIONS A. Shop Drawings: 1. See General Conditions. 2. Product data and samples are Shop Drawing information. B. Operation and Maintenance (O&M) Manuals: 1. Data collected for the Owner's use. 2. Contain information related to the operation and maintenance of equipment and packaged systems. C. Miscellaneous Submittals: 1. Submittals other than Shop Drawings and O&M Manuals. 2. Representative types of miscellaneous submittal items include but are not limited to: a. Construction schedule. b. Concrete, soil compaction, and pressure test reports. c. HVAC test and balance reports. d. Installed equipment and systems performance test reports. e. Manufacturer's installation certification letters. f. Instrumentation and control commissioning reports. g. Warranties. h. Service agreements. i. Construction photographs. j. Survey data. k. Cost breakdown (Schedule of Values). 1.3 SUBMITTAL SCHEDULE A. Schedule of Shop Drawings: 1. Submitted and approved within 20 days of receipt of Notice to Proceed. 2. Account for multiple transmittals under any specification section where partial submittals will be transmitted. B. Shop Drawings: Submittal and approval of all submittals prior to 50 percent of project • completion and prior to individual equipment and materials installation. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 01340 - 1 C. Operation and Maintenance Manuals and Equipment Record Sheets: Initial submittal within 60 days after date Shop Drawings are approved. • 1.4 PREPARATION OF SUBMITTALS A. General: 1. All submittals and all pages of all copies of a submittal shall be completely legible. 2. Submittals which, in the Engineer's sole opinion, are illegible will be returned without review. B. .Shop Drawings: 1. Scope of any submittal and letter of transmittal: a. Limited to one specification section. b. Do not submit under any specification section entitled (in part) "Basic Requirements" unless the product or material submitted is specified in a "Basic Requirements" section. 2. Numbering letter of transmittal: a. Include as prefix the specification section number followed by a series number, "-xx", beginning with "01" and increasing sequentially with each additional transmittal. b. If more than one submittal under any specification section, assign consecutive series numbers to subsequent transmittal letters. 3. Describing transmittal contents: a. Provide listing of each component or item in submittal capable of receiving an independent review action. b. Identify for each item: 1) Manufacturer and Manufacturer's drawing or data number. 2) Contract Document tag number(s). 3) Unique page numbers for each page of each separate item. c. When submitting "or-equal" items that are not the products of named manufacturers, include the words "or-equal" in the item description. 4. Contractor stamping: • a. General: 1) Contractor's review and approval stamp shall be applied either to the letter of transmittal or a separate sheet preceding each independent item in the submittal: a) Contractor's signature and date shall be original ink signature. b) Shop Drawing submittal stamp shall read "(Contractor's Name) has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval as stipulated under General Conditions Paragraph 6.17D." c) Letters of transmittal may be stamped only when the scope of the submittal is one item. 2) Submittals containing multiple independent items shall be prepared with an index sheet for each item listing the discrete page numbers for each page of that item, which shall be stamped with the Contractor's review and approval stamp: a) Individual pages or sheets of independent items shall be numbered in a manner that permits Contractor's"review and approval stamp to be associated with the entire contents of a particular item. b. Electronic stamps: 1) Contractor may electronically embed Contractor's review and approval stamp to either the letter of transmittal or a separate index sheet preceding each independent item in the submittal. 2) Contractor's signature and date on electronically applied stamps shall be original ink signature. 5. Resubmittals: a. Number with original root number and a suffix letter starting with "A" on a (new) duplicate transmittal form. b. Do not increase the scope of any prior transmittal. • c. Account for all components of prior transmittal. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 2 • 1) If items in prior transmittal received "A" or "B" Action code, list them and indicate "A" or "B" as appropriate: a) Do not include submittal information for items listed with prior "A" or "B" Action in resubmittal. 2) Indicate "Outstanding-To Be Resubmitted At a Later Date" for any prior "C" or "D" Action item not included in resubmittal: a) Obtain Engineer's approval to exclude items. 6. For 8-1/2 x 11 IN, 8-1/2 x 14 IN, and 11 x 17 IN size sheets, provide five (5) copies of each page for Engineer plus the number required by the Contractor: a. The number of copies required by the Contractor will be defined at the Preconstruction Conference, but shall not exceed 5. b. All other size sheets: 1) Submit one (1) reproducible transparency or high resolution print and one (1) additional print of each drawing until approval is obtained. 2) Utilize mailing tube; do not fold. 3) The Engineer will mark and return the reproducible to the Contractor for his reproduction and distribution. 7. Provide clear space (3 IN SQ) for Engineer stamping of each component defined in PREPARATION OF SUBMITTALS -Contractor Stamping. 8. Contractor shall not use red color for marks on transmittals: a. Duplicate all marks on all copies transmitted, and ensure marks are photocopy reproducible. b. Outline Contractor marks on reproducible transparencies with a rectangular box. 9. Transmittal contents: a. Coordinate and identify Shop Drawing contents so that all items can be easily verified by the Engineer. b. Identify equipment or material use, tag number, drawing detail reference, weight, and • other project specific information. c. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. d. Submit items such as equipment brochures, cuts of fixtures, product data sheets or catalog sheets on 8-1/2 x 11 IN pages: 1) Indicate exact item or model and all options proposed. e. When a Shop Drawing submittal is called for in any specification section, include as appropriate, scaled details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout drawings, rough-in diagrams, wiring diagrams, controls, weights and other pertinent data in addition to information specifically stipulated in the specification section: 1) Arrange data and performance information in format similar to that provided in Contract Documents. 2) Provide, at minimum, the detail specified in the Contract Documents. f. If proposed equipment or materials deviate from the Contract Drawings or Specifications in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. 10. Samples: a. Identification: 1) Identify sample as to transmittal number, manufacturer, item, use, type, project designation, tag number, standard specification section or drawing detail reference, color, range, texture, fmish and other pertinent data. 2) If identifying information cannot be marked directly on sample without defacing or adversely altering samples, provide a durable tag with identifying information securely attached to the sample. • b. Include application specific brochures, and installation instructions. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01340 - 3 c. Provide Contractor's stamp of approval on samples or transmittal form as indication of Contractor's checking and verification of dimensions and coordination with interrelated . work. d. Resubmit samples of rejected items. C. Miscellaneous Submittals: 1. Prepare in the format and detail specified in specification requiring the miscellaneous submittal. D. Operation and Maintenance Manuals: 1. Owner's use of manufacturer's Operation and Maintenance materials: a. Manufacturer's Operation and Maintenance materials are provided for Owner's use, reproduction and distribution within Owner's organization. b. Manufacturer's standard copyright notices applied to either hard copy materials or electronic media shall have no affect in limiting the Owner's use of materials furnished under this Contract. 2. Number each Operation and Maintenance Manual transmittal with the original root number of the associated Shop Drawing: a. Identify resubmittals with the original number plus a suffix letter starting with "A". 3. Submittal format: a. Interim submittals: Submit tow (2) paper copies until manual is approved. b. Final submittals: 1) Within 30 days of receipt of approval, submit one (1) additional paper copy and two (2) electronic PDF copies on CDs. a) CDs to be secured in jewel cases. 2) Electronic PDF copies will be reviewed for conformance with the approved paper copy and the requirements of this Specification. 3) Non-conforming CDs will be returned with comments: a) Provide final CDs within 3d days of receipt of comments. 4. Paper copy submittals: • a. Submit Operation and Maintenance Manuals printed on 8-1/2 x 11 IN size heavy first quality paper with standard three-hole punching and bound in appropriately sized three- ring (or post) vinyl view binders with clear overlays front, spine and back: 1) Provide binders with titles inserted under clear overlay on front and on spine of each binder: a) As space allows, binder titles shall include, but not necessarily be limited to, Project Name, related Specification Number, Equipment Name(s) and Project Equipment Tag Numbers. 2) Provide a Cover Page for each manual with the following information: a) Manufacturer(s). b) Date. c) Project Owner and Project Name. d) Specification Section. e) Project Equipment Tag Numbers. f) Model Numbers. g) Engineer. h) Contractor. 3) Provide a Table of Contents or Index for each manual. 4) Use plastic-coated dividers to tab each section of each manual per the manual's Table of Contents/Index for easy reference. 5) Provide plastic sheet lifters prior to first page and following last page. b. Reduce Drawings or diagrams bound in manuals to an 8-1/2 x 11 IN or 11 x 17 IN size: 1) Where reduction is not practical to ensure readability, fold larger Drawings separately and place in vinyl envelopes which are bound into the binder. 2} Identify vinyl envelopes with Drawing numbers. c. Mark each sheet to clearly identify specific products and component parts and data • applicable to the installation for the Project: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 4 1) Delete or cross out information that does not specifically apply to the Project. • 5. Electronic copy submittals: a. Electronic copies of the approved paper copy Operation and Maintenance Manuals are to be produced in Adobe Acrobat's PDF Version 7.0 or higher: b. Do not password protect and/or lock the PDF document. c. Create one (1) PDF document for each equipment O&M Manual. d. Drawings or other graphics must be converted to PDF format and made part of the one (1) PDF document: 1) Scanning to be used only where actual file conversion is not possible. e. Rotate pages that must be viewed in landscape to the appropriate position for easy reading. f. Images only shall be scanned at a resolution of 300 dpi or greater: 1) Perform Optical Character Recognition (OCR) capture on all images. 2) Achieve OCR with the "original image with hidden text" option. 3) Word searches of the PDF document must operate successfully to demonstrate OCR compliance. g. Create bookmarks in the navigation frame, for each entry in the Table of Contents/Index: 1) Normally three (3) levels deep (i.e., "Chapter," "Section," "Sub-section"). h. Thumbnails must be generated for each PDF file. i. Set the opening view for PDF files as follows: 1) Initial view: Bookmarks and Page. 2) Magnification: Fit in Window. 3) Page layout: Single page. 4) Set the file to open to the cover page of the manual with bookmarks to the left, and the first bookmark linked to the cover page. j. All PDF documents shall be set with the option "Fast Web View" to open the first pages of the document for the viewer while the rest of the document continues to load. k. File naming conventions: 1) File names shall use a "ten dot three" convention (XXX~O~-YY-Z.PDF) where XXX3~X is the Specification Section number, YY is the Shop Drawing Root number and Z is an ID number used to designate the associated volume: a) Example 1: (1) Two (2) pumps submitted as separate Shop Drawings under the same Specification Section: (a) Pump 1 = 11061-O1-l.pdf. (b) Pump 2 = 1 1061-02-1.pdf. b) Example 2: (1) Control system submitted as one (1) Shop Drawing but separated into two (2) O&M volumes: (a) Volume 1 = 13440-O1-l.pdf. (b) Volume 2 = 13440-01-2.pdf. 1. Labeling: 1) As a minimum, include the following labeling on all CD-ROM discs and jewel cases: a) Project Name. b) Equipment Name and Project Tag Number. c) Project Specification Section. d) Manufacturer Name. e) Vendor Name. m. Binding: 1) Include labeled CD(s) in labeled jewel case(s): a) Bind jewel cases in standard three-ring binder Jewel Case Page(s), inserted at the front of the Final paper copy submittal. b) Jewel Case Page(s) to have means for securing Jewel Case(s) to prevent loss (e.g., flap and strap). 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01340 - 5 6. 7. Operation and Maintenance Manuals for Materials and Finishes: a. Building Products, Applied Materials and Finishes: • 1) Include product data, with catalog number, size, composition and color and texture designations. 2) Provide information for re-ordering custom manufactured products. b. Instructions for Care and Maintenance: 1) Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods and recommended schedule for cleaning and maintenance. a Moisture Protection and Weather Exposed Products: ~ i 1) Include product data listing, applicable reference standards, chemical composition, and details of installation. ' 2) Provide recommendations for inspections, maintenance and repair. d. Additional requirements as specified in individual product specifications. Operation and Maintenance Manuals for Equipment and Systems: a. Submission of Operation and Maintenance Manuals for equipment and systems is applicable but not necessarily limited to: ', 1) Major equipment. 2) Equipment powered by electrical, pneumatic or hydraulic systems. 3) Specialized equipment and systems including instrumentation and control systems and system components for HVAC process system control. 4) Valves and water control gates. b. Equipment and Systems Operation and Maintenance Manuals shall include, but not necessarily be limited to, the following completed forms and detailed information, as applicable: 1) Fully completedtype-written copies of the associated Equipment Record(s), Exhibits Cl, C2 and C3, shall be included under the first tab following the Table of Contents of each Operation and Maintenance Manual: a) Each section of the Equipment Record must be completed in detail: • (1) Simply referencing the related manual for nameplate, maintenance, spare parts or lubricant information is not acceptable. b) For equipment items involving components or subunits, a fully completed Equipment Record Form is required for each operating component or subunit. c) Submittals that do not include the associated Equipment Record(s) will be rejected without further content review. d) Electronic copies of the Exhibits may be obtained by contacting the Project Manager. 2) Equipment function, normal operating characteristics, limiting operations. 3) Assembly, disassembly, installation, alignment, adjustment, and checking instructions. 4) Operating instructions for start-up, normal operation, control, shutdown, and emergency conditions. 5) Lubrication and maintenance instructions. 6) Troubleshooting guide. 7) Parts lists: a) Comprehensive parts and parts price lists. b) A list of recommended spare parts. c) List of spare parts provided as specified in the associated Specification Section. 8) Outline, cross-section, and assembly Drawings; engineering data; and electrical diagrams, including elementary diagrams, wiring diagrams, connection diagrams, word description of wiring diagrams and interconnection diagrams. 9) Test data and performance curves. 10) As-constructed fabrication or layout Drawings and wiring diagrams. 11) Instrumentation or tag numbers assigned to the equipment by the Contract • Documents are to be used to identify equipment and system components. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 6 • 12) Additional information as specified in the associated equipment or system Specification Section. 1.5 TRANSMITTAL OF SUBMITTALS A. Shop Drawings, Samples and Operation and Maintenance Manuals: 1. Transmit all submittals to: HDR 1715 S. Reserve Street, Suite C Missoula, Montana 59801 Attn: Dan Harmon 2. Utilize two (2) copies of attached Exhibit "A" to transmit all Shop Drawings and samples. 3. Utilize two (2) copies of attached Exhibit "B" to transmit all Operation and Maintenance Manuals. 4. All submittals must be from Contractor: a. Submittals will not be received from or returned to subcontractors. b. Operation and Maintenance Manual submittal stamp may be Contractor's standard approval stamp. 5. Provide submittal information defming specific equipment or materials utilized on the project: a. Generalized product information, not clearly defming specific equipment or materials to be provided, will be rejected. B. Miscellaneous Submittals: 1. Transmit under Contractor's standard letter of transmittal or letterhead. 2. Submit in triplicate or as specified in individual specification section. • 3. Transmit to: HDR 1715 S. Reserve Street, Suite C Missoula, Montana 59801 Attn: Dan Harmon 4. Provide copy of letter of transmittal with a single copy of attachments to Engineer's Resident Project Representative: a. Exception for concrete, soils compaction and pressure test reports: 1) Transmit one copy of test reports to Resident Project Engineer. 2) Transmit one copy of test reports to location and individual indicated above for other miscellaneous submittals. C. Expedited Return Delivery: 1. Include prepaid express envelope or airbill in submittal transmittal package for any submittals Contractor expects or requires express return mail. 2. Inclusion of prepaid express envelope or airbill does not obligate Engineer to conduct expedited review of submittal. D. Electronic submittals will not be accepted except for approved Operation and Maintenance Manuals as required by this Specification. E. Fax Transmittals: 1. Permitted on a case-by-case basis to expedite review when approved by Engineer. 2. Requires hard copy transmittal to immediately follow: a. Engineer will proceed with review of fax transmittal. b. Engineer's approval or rejection comments will be recorded and returned on hard copy • transmittal 3. Provisions apply to both: a. Initial transmittal contents. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 7 b. Supplemental information required to make initial transmittal contents complete. 1.6 ENGINEER'S REVIEW ACTION . A. Shop Drawings and Samples: 1. Items within transmittals will be reviewed for overall design intent and will receive one of the following actions: a. A -FURNISH AS SUBMITTED. b. B -FURNISH AS NOTED (BY ENGINEER). a C -REVISE AND RESUBMIT. d. D -REJECTED. e. E -ENGINEER'S REVIEW NOT REQUIRED. 2. Submittals received will be initially reviewed to ascertain inclusion of Contractor's approval stamp: a. Submittals not stamped by the Contractor or stamped with a stamp containing language other than that specified herein will not be reviewed for technical content and will be returned without any action. 3. In relying on the representation on the Contractor's review and approval stamp, Owner and Engineer reserve the right to review and process poorly organized and poorly described submittals as follows: a. Submittals transmitted with a description identifying a single item and found to contain multiple independent items: 1) Review and approval will be limited to the single item described on the transmittal letter. 2) Other items identified in the submittal will: a) Not be logged as received by the Engineer. b) Be removed from the submittal package and returned without review and comment to the Contractor for coordination, description and stamping. c) Be submitted by the Contractor as a new series number, not as a re-submittal number. • b. Engineer, at Engineer's discretion, may revise the transmittal letter item list and descriptions, and conduct review: 1) Unless Contractor notifies Engineer in writing that the Engineer's revision of the transmittal letter item list and descriptions was in error, Contractor's review and approval stamp will be deemed to have applied to the entire contents of the submittal package. 4. Submittals returned with Action "A" or "B" are considered ready for fabrication and installation: a. If for any reason a submittal that has an "A" or "B" Action is resubmitted, it must be accompanied by a letter defining the changes that have been made and the reason for the resubmittal. b. Destroy or conspicuously mark "SUPERSEDED" all documents having previously received "A" or "B" Action that are superseded by a resubmittal. 5. Submittals with Action "A" or "B" combined with Action "C" (Revise and Resubmit) or "D" (Rejected) will be individually analyzed giving consideration as follows: a. The portion of the submittal given "C" or "D" will not be distributed (unless previously agreed to otherwise at the Preconstruction Conference): 1) One copy or the one transparency of the "C" or "D" drawings will be marked up and returned to the Contractor: a) Correct and resubmit items so marked. b. Items marked "A" or "B" will be fully distributed. c. If a portion of the items or system proposed are acceptable, however, the major part of the individual drawings or documents are incomplete or require revision, the entire submittal may be given "C" or "D" Action: 1) This is at the sole discretion of the Engineer. 2) In this case, some drawings may contain relatively few or no comments or the statement, "Resubmit to maintain a complete package." • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 8 • 3) Distribution to the Owner and field will not be made (unless previously agreed to otherwise). 6. Failure to include any specific information specified under the submittal paragraphs of the Specifications will result in the submittal being returned to the Contractor with "C" or "D" Action. 7. Calculations required in individual specification sections will be received for information purposes only, as evidence calculations have been performed by individuals meeting specified qualifications, and will be returned stamped "E. Engineer's Review Not Required" to acknowledge receipt. 8. Transmittals of submittals which the Engineer considers as "Not Required" submittal information, which is supplemental to but not essential to prior submitted information, or items of information in a transmittal which have been reviewed and received "A" or "B" Action in a prior submittal, will be returned with Action "E. Engineer's Review Not Required." 9. Samples may be retained for comparison purposes: a. Remove samples when directed. Include in bid all costs of furnishing and removing samples. 10. Approved samples submitted or constructed, constitute criteria for judging completed work: a. Finished work or items not equal to samples will be rejected. B. Operation and Maintenance Manuals: I . Engineer will review, and indicate one of the following review actions: a. ACCEPTABLE. b. FURNISH AS NOTED. c. REVISE AND RESUBMIT. d. REJECTED. 2. Acceptable submittals will be retained with the transmittal form returned with a request for five additional copies. • 3. Deficient submittals will be returned along with the transmittal form which will be marked to indicate deficient areas. PART 2 - SCHEDULES 2.1 OPERATION AND MAINTENANCE MANUALS SECTION DESCRIPTION NO. 07245 EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) 07422 ALUMINUM COMPOSITE MATERIAL (ACM) SYSTEM 07534 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING 07550 ELASTOMERIC ROOF DECK COATING 08332 STEEL ROLLING OVERHEAD DOORS 11061 PUMPING EQUIPMENT: NON-CLOG CENTRIFUGAL 11065 PUMPING EQUIPMENT: SUMP 11068 PUMPING EQUIPMENT: VORTEX (TORQUE FLOW) 11071 PUMPING EQUIPMENT: HORIZONTAL SPLIT CASE CENTRIFUGAL PUMPS 11072 PUMPING EQUIPMENT: VERTICAL TURBINE LINESHAFT 11073 PUMPING EQUIPMENT: PROPELLER (RECIRCULATION) • 11074 PUMPING EQUIPMENT: POSITIVE DISPLACEMENT (LOBE) 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 9 SECTION DESCRIPTION NO. 11076 PUMPING EQUIPMENT: SUBMERSIBLE NON-CLOG 11078 SLUDGE GRINDERS 11079 PUMPING EQUIPMENT: AIR-OPERATED DIAPHRAGM 11081 AERATION EQUIPMENT: HIGH SPEED TURBINE AERATION BLOWER 11088 AERATION EQUIPMENT: FINE BUBBLE TYPE 11092 GRIT CLASSIFICATION AND WASHING EQUIPMENT 11094 GRIT REMOVAL EQUIPMENT: FORCED VORTEX TYPE 11097 SCUM SKIMMER 11120 FERMENTATION MECHANISM 11125 SECONDARY CLARIFIER MECHANISM 11182 POLYETHYLENE TANKS 11200 PRE-ENGINEERED BIOLOGICAL ODOR CONTROL SYSTEM 11313 PUMPING EQUIPMENT: CHEMICAL METERING PUMPS AND ACCESSORIES 11335 PERFORATED PLATE SCREENS 11342 SCREENINGS WASHER/COMPACTOR 11362 POLYMER BLENDING AND FEED SYSTEMS 11365 SCREW PRESS SYSTEM 11374 DIGESTER MIXERS 11377 UV LIGHT DISINFECTION EQUIPMENT 11610 LABORATORY FUME HOODS 11925 CHEMICAL FEED: TABLET CHLORINATORS 11948 AERATION BASIN MIXERS 11980 COMPRESSED AIR SYSTEM 11982 SAMPLING AND MONITORING EQUIPMENT 13224 DIGESTER HEATING EQUIPMENT 13225 DIGESTER GAS EQUIPMENT 13440 INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS 13442 PRIMARY ELEMENTS AND TRANSMITTERS 13446 CONTROL AUXILIARIES 13448 CONTROL PANELS AND ENCLOSURES 13500 PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 13850 FIRE ALARM SYSTEM 14301 HOISTS, TROLLEYS, AND MONORAILS 14551 CONVEYORS: SCREW 15101 GATE VALVES • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 10 • SECTION DESCRIPTION NO. 15102 PLUG VALVES 15103 BUTTERFLY VALVES 15104 BALL VALVES 15106 CHECK VALVES 15115 WATER CONTROL GATES 15515 HYDRONIC SPECIALTIES 15555 BOILERS 15605 HVAC -EQUIPMENT 15685 ABSORPTION CHILLER 15970 INSTRUMENTATION AND CONTROL FOR HVAC SYSTEMS 16010 ELECTRICAL: BASIC REQUIREMENTS 16230 ENGINE GENERATORS: DIESEL 16265 VARIABLE FREQUENCY DRIVES -LOW VOLTAGE 16410 SAFETY SWITCHES 164ll TRANSFER SWITCHES 16440 SWITCHBOARDS • 16441 PANELBOARDS 16442 MOTOR CONTROL EQUIPMENT 16445 AUTOMATIC THROWOVER SYSTEM 16460 DRY-TYPE TRANSFORMERS 16490 OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16491 LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 16492 ELECTRICAL METERING DEVICES 16493 CONTROL EQUIPMENT ACCESSORIES 16500 INTERIOR AND EXTERIOR LIGHTING 16510 LOW VOLTAGE LIGHTING 16682 ACTIVE HARMONIC CONDITIONERS 16711 PASSIVE TELECOMMUNICATION SYSTEM PART 3 - PRODUCTS -NOT USED END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 11 ' MORRISON .,~~ MAIERLE,rivc: EXHIBIT A • Shop Drawing Transmittal No. - (Spec Section) (Series) Project Name: Bozeman WRF Phase 1 Improvements Project Date Received: Project Owner. City of Bozeman Checked By: Contractor. Owner. City of Bozeman Log Plage: ddress: ddress: 1715 S. Reserve St., Ste. C Missoula, MT 59801 HDR No.: Spec,Section: DrawinglDetail No.: itn: ttn: Dan Harmon 1st. Sub ReSub. Date Transmitted: Previous Transmittal Date: Item No. No. Copies Description Manufacturer MfrNendor Dw~ or Data No. Action Taken' Remarks: * The Action Desi Hated Above is in Accordance with the Followin Le end: A -Furnish as Submitted u - Kejectea B -Furnish as Noted E -Engineer's review not required 1. Submittal not required. C -Re vise and Submit 2. Supplemental Information. Submittal retained for 1. Not enough information for review. informational purposes only. 2. No reproducibles submitted. 3. Information reviewed and approved on prior 3. Copies illegible. submittal. 4. Not enough copies submitted. 4. See comments. 5. Wrong sequence number. 6. Wrong resubmittal number. 7. Wrong spec. section. 8. Wrong form used. 9. See comments. Comments: Distribution: • I gy Date ContractorU File U Field U OwnerU OtherLf 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 12 • ~: EXHIBIT B ~.'MoRRISON O&M Manual Transmittal No. ~~ MAtExLE, tivvG (Spec Section) (Series) Project Name: Bozeman WRF Phase 1 Improvements Project Date Received: Project Owner: City of Bozeman Checked By: Contractor: Owner: City of Bozeman Log Page: Address: Address: 1715 S. Reserve St. ,Ste C HDR No.: Missoula, MT 59801 Attn: Attn: Dan Harmon 1st. Sub. ReSub. Date Transmitted: Previous Transmittal Date: No. Description of Item Manufacturer Dwg. or Data No. Action Taken' Copies Remarks: To: From: Morrison. Maierle, Inc. Date: " The Action designated above is in accordance with the following legend: A -Acceptable, provide two additional copies and final electronic copy 5. Lubrication & maintenance instructions. 6. Troubleshooting guide. B -Furnish as Noted 7. Parts list and ordering instructions. C -Revise and Resubmit 8. Organization (index and tabbing). This Operation and Maintenance Manual Submittal is deficient in 9• Wiring diagrams & schematics specific to installation. the following area: 10. Outline, cross section & assembly diagrams. 1. Equipment record sheets. 11. Test data & performance curves. 2. Functional description. 12. Tag or equipment identification numbers. 3. Assembly, disassembly, installation, alignment, 13. Other -see comments. adjustment & checkout instructions. D -Rejected 4. Operatin4 instructions. Comments • Distribution: By Contractor U File U Field U Owner U Date Other U 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01340 - 13 MORRISQN ~.~ MAIERLE,ING EXHIBIT C1 Equipment Maintenance Data Summary Equipment Reco Page Project Name : Bozeman WRF Phase 1 lmprovemeMs Project age of Equip. Description ate Installed ate Started Equip. Location ost stimated Life Project Equip. Tag No. hop Dwg. Trans. No. pec. Sec. Equip. Manuf. Manuf. Address Vendor Address hone BREAK-IN MAINTENANCE REQUIREMENTS INITIAL OIL CHANGES, ETC. D w M Q S A Hours PREVENTIVE MAINTENANCE REQUIREMENTS D W M Q S A Hours RECOMMENDED SPARE PARTS ELECTRICAL NA MEPLATE DAT A Part No. Part Name Quantit ui . ake erial No. ID No. odel No. Frame No. HP m Z PH RPM SF ode Ins. CI. es. ema Amb. em .Rise atin isc. MECHANICAL NAMEPLATE DATA ui . ake Serial No. ID No. Model No. rame No. HP PM a ize DH Im . Sz. es. FM SI ss . No. ase No. isc. ubricant information on followin a e • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01340 - 14 MORRISON ~~ MAIERLE, five. EXHIBIT C2 Equipment Record Page 2 of 2 Lubrication Summary • E ui ment Descri lion Project E ui . Ta No. Pa a of Lubricant Point Manufacturer Product AGMA # SAE # ISO ~a T t F c 2 n 3 ~ 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO m n H t c 2 ~ . .e 3 -~ 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO a~ a t t- c Z 3 a ~ 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO a~ n T ~ F c 2 ~ .n 3 J 4 5 Lubricant Point Manufacturer Product AGMA # SAE # ISO n T ~ F c 2 ~ ~ a 3 ~ 4 5 Lubri cant Point Manufacturer Product AGMA # SAE # ISO ~ T 1 F c 2 ~ ~ a 3 J 4 5 00...60746 Bozeman WRF Phase 1 Improvements Project 01340 - I S 7/22/2008 • • • SECTION 01370 SCHEDULE OF VALUES PART 1 - GENERAL 1.1 DESCRIPTION A. Submit to Owner a Schedule of Values allocated to the various portions of the Work within ten (10) days after Effective Date of Agreement. B. Upon request of Owner, support the values with data that will substantiate correctness. C. An unbalanced Schedule of Values providing overpayment of Contractor on items of the Work that will be performed early will not be accepted. D. Revise and resubmit the Schedule of Values until acceptable to Owner. No Applications for Payment shall be submitted until Schedule of Values is accepted. E. The Schedule of Values, when accepted by Owner, shall be used only as the basis for the Contractor's Applications for Payment. F. Additional requirements specified elsewhere: 1. Section 01150: Measurement and Payment. 1.2 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-112 IN by 11 IN white paper in a format indicated to page 2 of 3 of • Contractor's Application and Certificate of Payment; Contractor's standard forms and automated printout will be considered for approval by Engineer upon Contractor's request. Identify schedule with: 1. Title of Project and location. 2. Engineer and Project number. 3. Name and address of Contractor. 4. Contract designation. 5. Date of submission. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Follow the Table of Contents of this Project Manual as the format for listing component items: 1. Breakdown shall be by specification section. 2. Identify each line item with the number and title of the respective major section of the Specifications. D. For each major line item list subvalues of major products or operations under the item. E. Such items as bond and insurance premiums, temporary construction facilities, and job mobilization and demobilization shall be listed separately: 1. Bonds and insurance premiums will be paid in the first application for payment. Contractor shall submit invoice from surety and insurance company(ies). 2. If Contractor elects to be paid for temporary construction facilities, this will be paid on a monthly basis based upon the monthly lease or rent payments. 3. If the Contractor elects to be paid for mobilization he shall also enter a cost for demobilization: a. Mobilization/demobilization cost shall not exceed 2 percent of the bid. b. Demobilization costs shall not be less than 50 percent of mobilization costs. • 4. Mobilization, Bonds and Insurance and temporary facilities may be included in first pay application provided Contractor is on-site and performing work and actual incurred costs can be appropriately verified and justified by the Contractor. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01370 - I 5. Demobilization shall only be paid after all work is complete, punch list and warranty items are resolved, and all items listed in Section 01010 for substantial and final completion are • completed. F. For the various portions of the Work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded. b. The total value of labor for installing the material, including Contractor's overhead and profit. 3. Cost of preparing and submitting Shop Drawings shall be included in each item. Shop Drawings will not be a separate payment item. G. The sum of all values listed in the schedule shall equal the total Contract Price. 1.3 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Submit a subschedule of unit costs. and quantities for: 1. Products on which progress payments will be requested for stored products. B. The form of submittal shall parallel that of the Schedule of Values, with each item identified the same as the line item in the Schedule of Values. C. The unit quantity for bulk materials shall include an allowance for normal waste. D. The unit values for the materials shall be broken down into: 1. Cost of the material, delivered and unloaded at the site, with taxes paid. 2. Installation costs, including Contractor's overhead and profit. END OF SECTION • • 00...60746 Bozeman WRF Phase I Improvements Project .7/22/2008 01370 - 2 i SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.1 GENERAL A. Contractor will coordinate with the manufacturer's representative for provision of manufacturer's field services. 1.2 CONTRACTOR'S RESPONSIBILITIES A. Control the quality of work produced and verify that the work performed meets the standards of quality established in the Contract Documents: ` 1. Inspect the work performed by the Contractor, subcontractors and suppliers. Correct defective work. 2. Inspect products to be incorporated into the project. Provide only those products that comply with the Contract Documents. 3. Verify conformance of the work and products with the Contract Documents before notifying the Engineer of need. for testing. 4. Provide consumable construction materials of adequate quality to provide a fmished product that complies with the Contract Documents. 5. Provide and pay for the services of an approved professional materials testing laboratory to insure that products proposed for use fully comply with the Contract Documents. Owner will provide materials testing for concrete strength, soil compaction and • gradation classification on work in place. Contractor is to pay for interim testing required to provide guidance during the performance of the work so that the finished work in place will meet specified requirements. 6. Perform tests as indicated in this and other sections of the specifications. Schedule the time and sequence of testing with the Engineer. Testing is to be observed by the Engineer. 7. Provide labor, materials, tools, equipment, and related items for testing by the Engineer including, but not limited to temporary construction required for testing and operation of new and existing utilities. B. Provide Certified Test Reports on products or constructed works to be incorporated into the project as required by Section 01340 -Submittals. Reports are to indicate that products or constructed works are in compliance with the Contract Documents. C. Designate Quality Control personnel per Section 1.3 at the start of the project. These personnel shall have the authority to monitor the work effectively and to implement and enforce the Quality Control Program. D. Provide and implement a written Quality Control Program that establishes the methods of assuring compliance with the Contract Documents per Section 1.4 E. Remove and replace defective work. Submit a corrective action plan if defective work is not corrected immediately. Address the following in the corrective action plan: 1. Describe in detail how the defective work is to be corrected including materials to be used and actions to betaken. 2. Provide a schedule of when defective work is to be corrected. 3. Describe the impact that implementation of the corrective action plan will have on the project schedule, including impacts oh related work. F. Assist the Engineer's testing organization to perform quality assurance activities: • 1. Provide access to the work and to the Manufacturer's operations at all times work is in progress. 2. Cooperate fully in the performance of sampling, inspection and testing. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 1 3. Furnish labor and facilities to: a. Provide access to the work to be tested. b. Obtain and handle samples for testing at the project site or at the source of the product to be tested. c. Facilitate inspections and tests. d. Store and cure test samples. 4. Furnish copies of the tests performed on products. 5. Provide adequate quantities of representative product to be tested to the laboratory at the designated location. 6. Give the Engineer adequate notice before proceeding with. work that would interfere with testing. 7. Notify the Engineer and the testing laboratory prior to the time that testing is required. 8. Do not proceed with any work until testing services have been performed and results of tests indicate that the work is acceptable. 9. Provide complete access to the site and make Contract Documents available. 10. Provide personnel and equipment needed to perform sampling or to assist in making the field tests. 11. Initial testing performed on concrete strength and soils compaction by the Engineer will be paid for by the Engineer. G. Provide a recognized testing laboratory capable of performing a full range of testing procedures complying with the standards or testing procedures specified. Obtain Engineer's approval for the testing laboratory before testing is performed. H. Provide personnel certified to perform the test required. I. Should requirements of this Section of the specification conflict with the requirements of the technical specifications, the technical specifications shall govern. 1.3 CONTRACTOR'S QUALITY CONTROL MANAGER A. Provide a quality control manager to manage the Contractor's Quality Control Program: 1. Provide a quality control manager with a minimum ten years combined experience as project superintendent, inspector, project manager, quality control manager or construction manager on projects of similar size and type: a. Provide assistance as required to provide quality control services for technical areas outside the experience of the quality control manager. b. Designate a second individual to serve in the temporary absence of the quality control manager. c. Do not change quality control manager without the approval of the Engineer or Owner. 2. The quality control manager is to be assigned solely to this Project and is to be on site at all times Work is being performed that will be incorporated into the completed Project. 3. The project superintendent may not serve as the quality control manager. The quality control manager may provide other duties on the project, provided they do not interfere with the performance of the duties and responsibilities as quality control manager. 4. The quality control manager is to report to the project manager or higher level of Contractor's management structure. The quality control manager may not be subordinate to the project superintendent and is to be in a position to require changes in the Contractor's. operations that are needed to ensure quality work. 5. The quality control manager is to prepare the Contractor's quality control program and monitor its implementation. 6. The quality control manager is to manage materials testing on the project. 7. The quality control manager is to manage equipment installation, start-up and training on the project. 8. The quality control manager is to prepare or manage the preparation of all corrective action plans. • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 2 . 9. The quality control manager is to maintain data on all defective work not covered by a corrective action plan and track work to ensure that all defective work is corrected to meet the requirements of the Contract Documents. 10. Quality control manager is to attend all coordination meetings and report on issues related to the implementation of the quality control program, status of corrective action plans and other quality related issues. ' 1.4 CONTRACTOR'S QUALITY CONTROL PROGRAM A. Provide a detailed written quality control manual outlining the Contractor's program for controlling quality for the project. The manual is to include the following as a minimum: 1. Description of Contractor's organizational structure and lines of authority for implementation of the quality control program: a. Provide names, qualifications (in the form of resumes), duties, responsibilities and authorizations of each person assigned a quality control function. b. Include plans for subcontractors, vendors and testing agencies and laboratories. c. Authorizations for the quality control manager must include the ability to stop work that is not in compliance with the Contract Documents. 2. Detailed schedules of testing, measurements, and other procedures required to verify that the Work complies with the requirements of the Contract Documents. 3. Detailed schedules for quality control activities for equipment: a. Schedule for specified factory witness testing. b. Equipment installation reports. c. Calibration testing reports. d. Verification of training. B. Testing plan, data management and reporting requirements: 1. Develop a detailed plan for quality control testing required in this Section and other • specification sections to comply with the requirements of the Contract Documents and verify that Work on the project fully complies with the requirements of the Contact Documents. Include the work of all subcontractors or vendors. 2. Organize the manual to correspond with the specification sections in the Contract Documents and include the following for each specification section where applicable: a. Materials testing requirements. b. Protective coating testing. c. Pressure tests for piping. d. Hydraulic testing for structures and piping. e. Testing of electrical systems and components. f. Calibration and testing to verify conformance with specified performance criteria. 3. Develop and maintain a database for testing records. Incorporate results of tests performed by the Owner or Engineer or their materials testing laboratories from the test reports they provide. Database, as a minimum, will record: a. Tests required by Contract Documents and Contractor's quality control program. b. Records of tests performed. c. Standards required by Contract Document for each test as acceptable results. d. Results of tests performed with an indication that Work met or failed to meet requirements. e. Follow-up action for all failed tests to confu-m'that defective work has been corrected. 4. Provide an up to date report at monthly coordination meetings: a. Present report on materials testing and report status on proposed actions to correct defective work. b. Present report on testing required to comply with quality control manual and the Contract Documents. Report on status of corrective action on failed tests. c. Present report on current status of individual corrective action plans. d. Present report on current status of equipment start up and training. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22%2008 01400 - 3 1.5 QUALITY ASSURANCE ACTIVITIES BY THE ENGINEER A. Quality assurance activities of the Engineer through their own forces or through contracts with • materials testing laboratories and survey crews are for the purpose of monitoring the results of the Contractor's work to see that it is in compliance with the requirements of the Contract Documents: 1. Quality assurance activities of the Engineer in no way relieve the Contractor of the obligation to perform work and furnish products and constructed work conforming to the Contract Documents. 2. Failure on the part of the Engineer to perform or test products or constructed works in no way relieves the Contractor of the obligation to perform work and furnish materials conforming to the Contract Documents. 1.6 SUBMITTALS A. Submittals shall be in accordance with Section 01340 -Submittals and shall include: 1. The name of the proposed testing laboratory along with documentation of qualifications, a list of tests that can be performed, and a list of recent projects for which testing has been performed with references from those projects. 2. Test reports per Paragraph 1.10, Test Reports of this specification. 1.7 STANDARDS A. Provide a testing laboratory that complies with the ACIL (American Council of Independent Laboratories) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various sections of the specification, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.8 DELIVERY AND STORAGE • A. Handle and protect test specimens of products and construction materials at the construction site in accordance with recognized test procedures. 1.9 VERIFICATION TESTING A. Provide verification testing when tests indicate that materials or the results of construction activities are not in conformance with Contract Documents. B. Verification testing is to be provided at the Contractor's expense to verify products or constructed works are in compliance after corrections have been made. - C. Tests must comply with recognized methods or with methods recommended by the Engineer's testing laboratory and approved by the Engineer. 1.10 TEST REPORTS A. Test reports are to be prepared for all tests: 1. Tests performed by testing laboratories may be submitted on their standard test report forms. These reports must ,include the following: a. Name of the Owner, project title and number, equipment installer and general contractor. b. Name of the laboratory address, and telephone number. c. Name and signature of the laboratory personnel performing the test. d. Description of the product being sampled or tested. e. Date and time of sampling, inspection, and testing. f. Date the report was issued. g. Description of the test performed. • h. Weather conditions and temperature at time of test or sampling. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 4 i. Location at the site or structure where the test was taken. j. Standard or test procedure used in making the test. k. A description of the results. 1. Statement of compliance or non-compliance with the Contract Documents. m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor or Contractor's suppliers or vendors on the forms provided in Section 00810 -Supplementary General Conditions to the General Conditions. B. Distribute copies of the test reports to: 1. Owner: Two (2) copies. 2. Resident Project Representative: One (1) copy. 3. Engineer: One (1) copy. 4. Contractor: One (1) copy. 1.11 NON-CONFORMING WORK A. Immediately correct any work that is not in compliance with the Contract Documents or submit a corrective action plan explaining why the work is not to be corrected immediately and when the corrective work will be performed. B. Payment for non-conforming work shall be withheld until work is brought into compliance with the Contract Documents. 1.12 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing consultation on the test performed and in an advisory capacity. B. The testing laboratory is not authorized to: • 1. Alter the requirements of the Contract Documents 2. Accept or reject any portion of the work. 3. Perform any of the duties of the Contractor. 4. Modify the Contract Documents. 5. Stop the work. PART 2 - MANUFACTURER'S FIELD SERVICES 2.1 GENERAL A. Contractor shall pay for the services of manufacturer's representatives to perform the specified services, or identified in the associated technical specifications. B. Contractor shall schedule manufacturer's field services to avoid conflicting with other field work. C. Related requirements specified elsewhere: 1. Inspections and testing required by laws, ordinances, rules, regulations, orders, or approvals of public authorities: Conditions of the Contract. 2.2 QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE A. Authorized representative of the manufacturer. B. Experienced in the application and installation of the subject equipment and capable of providing a quality training program to Owner staff. • 2.3 SERVICES PROVIDED BY REPRESENTATIVE A. Manufacturer's representative to perform installation and pre-operation check: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 5 1. Inspect, check, and adjust equipment as required and approve installation. 2. Be present when equipment is placed in operation. • 3. Check for proper operation. 4. Check for motor overloads by measuring amperage and voltage on each phase. 5. Revisit the site as often as required to correct all problems and until equipment installation and operation are acceptable to Engineer. B. Instruct Owner's personnel in the operation and maintenance of the equipment. C. Furnish 5 copies of completed Manufacturer's Field Service Report (enclosed at end of this Section) to Engineer, through Contractor, certifying that: 1. Equipment is properly installed and lubricated. 2. Equipment is in accurate alignment. 3. Equipment is free from any undue stress imposed by connecting piping and anchor bolts. 4. Equipment has operated satisfactorily under design conditions. D. Instructions of Owner's Personnel: 1. Prior to fmal inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in the operation, adjustment and maintenance of all products, equipment and systems. 2. Operation and maintenance information shall constitute the basis of instruction. Review contents of information with personnel in full detail to explain all aspects of operations and maintenance. 3. Training must be scheduled minimum thirty (30) days in advance with the Owner. Prior to scheduling training, an agenda that lists the topics to be covered and time that will be spent on each topic must be submitted and approved by Engineer. Trainer shall be available to Owner for a minimum period of 8 consecutive hours between 7:00 a.m. and 5:00 p.m. local time. PART 3 - FIELD TESTING 3.1 GENERAL A. Contractor shall schedule all field testing to avoid conflicting with other manufacturer's field services and other field testing. B. Related requirements specified elsewhere: 1. Inspection and testing required by laws, ordinances, rules, regulations, orders, or approvals of public authorities: Conditions of the Contract. 3.2 TESTING A. Provide all required materials, labor, equipment, water, and power required for testing: 1. Owner shall provide water required for testing water reservoir for water tightness and piping leakage testing. B. Perform all tests in presence of Engineer. C. Prepare and submit to Engineer 5 copies of Manufacturer's Field Service Report detailing the results of the tests and identifying corrective action for materials and equipment that fail to pass field tests. D. Repair all materials and equipment that fail during testing with no additional compensation. PART 4 - SCHEDULES 4.1 MANUFACTURER'S FIELD SERVICES • A. Manufacturer's field services shall be provided for the following Contractor supplied equipment: • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01400 - 6 • SECTION DESCRIPTION 07245 EXTERIOR INSULATION AND FINISH SYSTEM EIFS 07534 ADHERED ELASTOMERIC (EPD SHEET ROOFING 07550 ELASTOMERIC ROOF DECK COATING 08332 STEEL ROLLING OVERHEAD DOORS 11061 PUMPING EQUIPMENT: NON-CLOG CENTRIFUGAL 11065 PUMPING EQUIPMENT: SUMP 11068 PUMPING EQUIPMENT: VORTEX (TORQUE FLOW) 11071 PUMPING EQUIPMENT: HORIZONTAL SPLIT CASE CENTRIFUGAL PUMPS 11072 PUMPING EQUIPMENT: VERTICAL TURBINE LINESHAFT 11073 PUMPING EQUIPMENT: PROPELLER RECIRCULATION 11074 PUMPING EQUIPMENT: POSITIVE DISPLACEMENT (LOBE) 11076 PUMPING EQUIPMENT: SUBMERSIBLE NON-CLOG 11078 SLUDGE GRINDERS 11079 PUMPING EQUIPMENT: AIR-OPERATED DIAPHRAGM 11081 AERATION EQUIPMENT: HIGH SPEED TURBINE AERATION BLOWER 11088 AERATION EQUIPMENT: FINE BUBBLE TYPE 11092 GRIT CLASSIFICATION AND WASHING EQUIPMENT 11094 GRIT REMOVAL EQUIPMENT: FORCED VORTEX TYPE 11097 SCUM SKIMMER 11120 FERMENTATION MECHANISM 11125 SECONDARY CLARIFIER MECHANISM 11182 POLYETHYLENE TANKS 11200 PRE-ENGINEERED BIOLOGICAL ODOR CONTROL SYSTEM 11313 PUMPING EQUIPMENT: CHEMICAL METERING PUMPS AND ACCESSORIES 11335 PERFORATED PLATE SCREENS 11342 SCREENINGS WASHER/COMPACTOR 11362 POLYMER BLENDING AND FEED SYSTEMS 11365 SCREW PRESS SYSTEM 11374 DIGESTER MIXERS 11377 UV LIGHT DISINFECTION EQUIPMENT 11610 LABORATORY FUME HOODS 11925 CHEMICAL FEED: TABLET CHLORINATORS 11948 AERATION BASIN MIXERS 11980 COMPRESSED AIR SYSTEM 11982 SAMPLING AND MONITORING EQUIPMENT 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 7 SECTION DESCRIPTION 13224 DIGESTER HEATING EQUIPMENT 13225 DIGESTER GAS EQUIPMENT 13440 INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS 13442 PRIMARY ELEMENTS AND TRANSMITTERS 13446 CONTROL AUXILIARIES 13448 CONTROL PANELS AND ENCLOSURES 13500 PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 13850 FIRE ALARM SYSTEM 14301 HOISTS, TROLLEYS, AND MONORAILS 14551 CONVEYORS: SCREW 15115 WATER CONTROL GATES 15515 HYDRONIC SPECIALTIES 15555 BOILERS 15605 HVAC -EQUIPMENT 15685 ABSORPTION CHILLER 15970 INSTRUMENTATION AND CONTROL FOR HVAC SYSTEMS 16010 ELECTRICAL: BASIC REQUIREMENTS 16230 ENGINE GENERATORS: DIESEL 16265 VARIABLE FREQUENCY DRIVES -LOW VOLTAGE 16410 SAFETY SWITCHES 16411 TRANSFER SWITCHES 16440 SWITCHBOARDS 16441 PANELBOARDS 16442 MOTOR CONTROL EQUIPMENT 16445 AUTOMATIC THROWOVER SYSTEM 16460 DRY-TYPE TRANSFORMERS 16490 OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16491 LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 16492 ELECTRICAL METERING DEVICES 16493 CONTROL EQUIPMENT ACCESSORIES 16711 PASSIVE TELECOMMUNICATION SYSTEM • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 01400 - 8 • PART 5 - PRODUCTS 5.1 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. PART 6 - EXECUTION 6.1 PROTECTIVE COATINGS A. Test protective coatings per Section 09905 -Painting and Protective Coatings. 6.2 LEAKAGE TESTS FOR STRUCTURES A. Test structures that will contain water on a full time or intermittent basis for leaks. Perform tests prior to installing equipment or materials within the basin. In the event that the basins fail to pass the test, drain the basin, repair the leaks, re-fill, and retest the basin. Repeat tests until the basin passes the test. The Owner may repeat the test at any time during the one (1) year correction period. B. Test the basins for leakage using the procedures outlined in Section 01750 and as follows:: 1. Determine the evaporation allowance for loss of water: a. Use a standard circular pan procedure established by the U.S. Weather Bureau to measure evaporation rate. b. Calculate evaporation allowance by multiplying the evaporation rate in gallons per 24 hours per square foot of surface area by the open surface area of the water in the basin. 2. Calculate the allowable leakage for the basin. • 3. Fill the basin to the overflow level with water at a rate not to exceed 2 FT per hour. 4. Allow the basins to set for three (3) days. 5. Observe the perimeter of the basins and identify all leaks. 6. Repair basin walls and floors where leaks have been identified. 7. Mark the water level at the basin wall. Measure the fall in water level over a 24-hour period to the nearest 1/8 IN at least twice each day to determine the quantity of water lost. Provide a stilling well for measurement if required to allow accurate measurement. 8. Calculate the amount of water lost during this time period. 9. Compare the amount of water lost to the allowable loss. C. Drain the basin, determine the sources of leakage and repair if the amount of water lost exceeds the allowable leakage plus the evaporation allowance. 6.3 PIPING SYSTEMS A. Test Requirements: 1. Perform test on piping systems including piping installed between or connected to existing pipe. 2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely backfilled. If field conditions permit and if approved by the Engineer, partially backfill the trench and leave the joints open for inspection and for conducting the initial service leak test. Do not conduct the acceptance test until backfilling is complete. 3. Pneumatically test the buried piping and expose joints of the buried piping for the acceptance test. 4. Conduct the test on exposed piping after the piping is completely installed, including supports, hangers, and anchors, but prior to insulation and coating application. 5. Do not perform testing on pipe with concrete thrust blocking until the concrete has cured at least five (5) days. . 6. Determine and remedy the cause of the excessive leakage for any pipe failing to meet the specified requirements for water tightness. 00...60746 Bozeman WItF Phase 1 Improvements Project 7/22/2008 01400 - 9 7. Tests must be successfully completed and reports filled before piping is accepted. File test reports on forms provided by the Engineer. . 8. Submit a comprehensive plan and schedule for testing to the Engineer for review at least 10 days prior to starting each type of testing. 9. Remove and dispose of temporary blocking material and equipment after completion and acceptance of the piping test. 10. Repair any damage to the pipe coating. 11. Clean pipelines so they are totally free flowing prior to fmal acceptance. 12. Test piping independently from tests on structures. 13. Test method and test pressure depend upon the application of the piping: a. Pressure pipe is defined as piping that is part of a pumped or pressurized system. Perform test for pressure pipe per the procedures indicated in Paragraph B of the section. b. Gravity pipe is defined as piping that depends upon the force of gravity for flow through the pipe, with the exception of process piping described in paragraph d. Perform test for gravity pipe per the procedures indicated in Paragraph C, D or E of this section. c. Chemical pipelines are to be tested as pressure pipe regardless of the operating conditions. The test pressure is to be 1.5 times the pressure rating of the pipe. d. Process piping between hydraulic structures is to be considered as pressure pipe. Perform the test for this pipe per Paragraph B of this section. The test pressure is to be the maximum hydrostatic head plus 10 FT. The maximum hydrostatic head is the difference in elevation of the pipe at its lowest point and the maximum top of the wall. B. Pressure and Leakage Tests of Pressure Piping: 1. Perform hydrostatic pressure and leakage tests using methods and per performance requirements of Section 4 of AW WA C-600 (regardless of pipe material tested): a. The pressure required for hydrostatic pressure test shall be 50 percent above the normal working pressure. The working pressure for all pipes except the High Service Pump • discharge shall be 75 psi. The working pressure of the High Service Pump Discharge shall be 150 psi. If the normal working pressure cannot be determined, use the .pipe pressure rating as the normal working pressure. b. Provide temporary plugs and blocking necessary to maintain the required test pressure. Where piping is cast in the walls for a structure, brace the walls prior to testing as required to prevent load of test pressure from being imposed upon the structure. c. Provide corporation cocks at least'/4 IN DIA, pipe riser, and angle globe valves at each pipe dead-end in order to bleed air from the line. d. Duration of pressure test shall be at least 24 hours. 2. Perform a separate leakage test after the pressure test: a. Perform test at maximum operating pressure as determined by the Engineer for a duration of not less than two (2) hours. b. Repair any visible leaks regardless of the total leakage shown by the test. c. Repair pipelines which fail to meet the test and retest as necessary until the results conform to the test requirements. d. Remove and replace defective materials, pipes, valves, and accessories. e. Test the pipelines in sections by shutting valves or installing temporary plugs as necessary. f. Fill the pipeline with water and remove the air. g. Maintain the test pressure in the pipe for the entire test period by means of a force pump. h. Accurately measure the water required to maintain the pressure. The amount of water required is a measure of the leakage. 3. The maximum allowable leakage is determined by the following formula: L= SDP ~' 133,200 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 10 Lis the allowable leakage in gallons per hour; S is the length of pipe tested in feet; D is the • nominal diameter of the pipe in inches; and P is the test pressure in pounds per square inch gauge. Leakage is defined as the volume of water provided to maintain the test pressure after the pipe has been filled with water, the air expelled and the pipe brought to test pressure. 4. Pipe with visible leaks or leakage exceeding the maximum allowable leakage is considered defective and must be corrected. C. Hydrostatic Leak Test: 1. Perform hydrostatic leak tests after backfilling. 2. The length of the pipe to be tested shall be such that the head over the crown of the upstream end is not less than 2 FT or 2 FT above the ground water level, whichever is higher, and the head over the downstream crown is not more than 6 FT. 3. Plug the pipe by pneumatic bags or mechanical plugs so the air can be released from the pipe while it is being filled with water. 4. Continue the test for one (1) hour and make provisions for measuring the amount of water required to maintain the water at a constant level during this period. 5. Remove the jointing material, and remake the joint if any joint shows any visible leakage or infiltration. 6. Remove and replace any defective or broken pipes. 7. Determine the maximum allowable leakage or infiltration by the following formula: L=C DS 126,720 L is the allowable leakage in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches; C is infiltration/exfiltration rate. Use 50 for C outside of 25 year floodplain, and 10 for C within 25 year floodplain. 8. Determine the rates of infiltration by means of V-Notch weirs, pipe spigot, or plugs in the end of the pipe. Methods, times, and locations are subject to the Engineer's approval. • 9. Pipe with visible leaks or infiltration or exceeds the maximum allowable leakage or infiltration is considered defective and must be corrected. D. Low Pressure Air Test: 1. Use air test in lieu of the hydrostatic test if desired, or if pipeline grades do not allow filling the entire pipeline segment or manhole to the indicated depth. 2. Perform low-pressure air tests, using equipment specifically designed and manufactured for the purpose of testing sewer pipelines using low pressure air. Test is to conform to procedure described in ASTM F-1417 except for testing times. The following test times are required: Pipe Diameter _ (IN) Minimum Time (SEC) Length for Minimum Time (FT) Time for Long Length (SEC) 6 340 398 0.855 (L) 8 454 298 1.520 (L) 10 567 239 2.374 (L) 12 680 199 3.419 (L) 15 850 159 5.342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17.309 (L) 30 1700 80 21.369 (L) 33 1870 72 25.856 (L) a. Provide the equipment with an air regulator valve or air safety valve set to an internal air pressure in the pipeline that cannot exceed 6 psig. b. Pass air through a single control panel. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01400 - I 1 c. Provide pneumatic plugs that have a sealing length equal to or greater than the circumference of the pipe to be tested. • d. Provide pneumatic plugs that resist internal test pressures without requiring external bracing or blocking. e. Provide an air compressor of adequate capacity for charging the system. 3. Perform air test only on lines less than 361N DIA. Air tests for pipes larger than 36 IN may be air tested at each joint. 4. Check connections for leakage with a soap solution. If leaks are found, release the air pressure, repair the leak, and retest with soap solution until results are satisfactory, before resuming air test. 5. Determine the shortest allowable time for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch. T=0.0850 DK/Q T is the time for the pressure to drop 1.0 pound per square inch gauge in seconds; K is 0.000419DL, but not less than 1.0; D is the average inside diameter in inches; L is the length of line of the same pipe size in feet; Q rate of loss, shall be 0.0015 cubic feet per minute per square foot of internal surface. E. Air Test for Individual Joints: 1. Lines 36 IN and larger may be tested at individual joints. 2. The shortest allowable time for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge is 10 seconds for all pipe sizes. F. Deflection Testing for Pipe: 1. Perform deflection tests on flexible and semi-rigid pipe in accordance with ASTM 3034: a. The maximum allowable deflection of pipe measured as the reduction in vertical inside diameter is 5.0 percent unless specified otherwise. b. Conduct test after the final backfill has been in place a minimum of 30 days. c. Thoroughly clear the lines before testing. • 2. Perform test by pulling a properly sized mandrel through the line. 3. Excavate and repair pipe with deflections in excess of the maximum allowable deflection. G. Manhole Testing: 1. Test manholes for leakage separately and independently of the wastewater lines by hydrostatic exfiltration testing, vacuum testing or other approved methods acceptable to TCEQ. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Lift holes shall be plugged with an approved non-shrink grout prior to testing. Drop-connections' and gas sealing connections shall be installed prior to testing: a. Hydrostatic Test: 1) Make manhole watertight and re-test if the manhole fails the leakage test. The maximum leakage for hydrostatic testing is 0.025 gallons per foot diameter per foot of manhole depth per hour. Prepare for hydrostatic exfiltration testing by sealing all wastewater lines coming into the manhole with an internal pipe plug, then fill the manhole with water and maintain full for at least one hour. With concrete manholes a period of 24 hours prior to testing may be used in order to allow saturation of the concrete. b. Vacuum Test: 1) The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 IN of mercury shall be drawn, and the vacuum pump shall be turned off. With the valve closed, the level of vacuum shall be read after the required test time. If the drop in the level is less than 1 TN of mercury (final vacuum greater than 91N of mercury), the manhole will have passed the vacuum test. The required test time for 48 IN, 60 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 12 • IN and 72 IN manholes with depths up to 30 FT is one minute-thirty seconds. Test times for manholes of greater size and depths will be determined by the Engineer. c. Manhole Repairs 1) Manholes will be accepted in accordance with the criteria above. Any manhole which fails the initial test must be repaired with non-shrink grout or other suitable material based on the material from which the manhole is constructed. The manhole shall be retested as described above until a successful test is achieved. After a successful test, all temporary plugs and grout shall be removed. H. Tests for Plumbing Drainage and Vent Systems: 1. Plug openings as necessary. 2. Test drainage and venting systems by filling piping with water to the level of the highest vent stack for 30 minutes. 3. Make the examination for leakage at joints and connections. 4. There shall be no drop in water level. 6.4 ELECTRICAL TESTING A. Qualifications: 1. Unless otherwise specified, testing shall be performed by qualified personnel with a minimum of five (5) years experience installing and testing electrical equipment and machinery. 2. Except as permitted by the Engineer, the firm and individuals performing the tests shall be "third party," not providing other services or materials, or otherwise related or affiliated with other contractors or suppliers for this project. B. Report Forms: 1. Complete appropriate test report neatly and in ink for the items being tested. Listed data • that is not applicable or cannot be obtained shall be noted "N/A" or documented with an explanation for the omission. Incomplete test forms will not be witnessed by the Engineer or his representative and the test shall be required to be repeated before acceptance is granted. Substitute forms, when provided by the Engineer, shall require recording similar data and test equipment as that specified. C. Test Equipment: 1. The testing firm or individuals shall provide and test equipment and materials necessary to perform the requested tests. 2. Test equipment and apparatus shall be appropriate for the full range and duration of the test to be performed. 3. The test operator shall demonstrate to the.Engineer or the Engineer's representative that the test equipment is functioning properly, prior to the commencement of the test. If a failure of the test equipment should occur during any portion of a test, the test shall be suspended and the equipment repaired or replaced. The test shall then be repeated in its entirety or as otherwise required by the Engineer or his representative. 4. A copy of the test equipment calibration certificate shall be provided to the Engineer prior to the commencement of the test. Most recent test equipment calibration dates shall not exceed six (6) months prior to the date of the test, and accuracy shall be traceable to the National Institute of Standards and Technology. D. Execution: 1. If the circuit, equipment or machinery being tested does not pass, appropriate repairs or replacements shall be made and the test shall be repeated as directed by the Engineer or his representative. 2. The general provisions of Section 01400.1.0 and other applicable sections of these specifications and plans regarding testing, shall apply to all tests. If test procedures or equipment conflicts occur between the various sections and/or Manufacturer's • recommendations, the more rigid requirement shall prevail. E. Electrical Cable: 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01400 - 13 Communication Cable and Conductors: a. Test forms shall be provided by the Contractor and shall be submitted for the • Engineer's approval prior to performing the following tests: 1) Shielded pair, telephone, paging, signaling and computer cables shall be tested for continuity, short circuits and grounds with a low voltage source, not to exceed the 'insulation rating of the conductors or jacket. 2) Fiber-optic cable shall be tested, per the Manufacturer's recommendation, between terminating ends for each circuit. Cables, splices (where permitted), and connectors shall be tested for continuity, band width (maximum), and attenuation losses. b. 600 Volt Cable and Conductors: 1) Power and control conductors rated at 600 bolts shall be tested with an insulation resistance tester at 1,000 volts, with respect to ground, and at 1.000 volts with respect to all other conductors in each circuit. Suitable ground connections shall be verified and maintained throughout the test. The test shall be performed and recorded as required by the "600 Volt Cable Test Report" or form provided by the Engineer. Each circuit shall be tested and recorded for continuity between terminating ends, with a low voltage source. F. Switchgear: 1. Electrical Switchgear and electrical devices and controls mounted on or in the switchgear shall be tested in accordance with the "Switchgear Test Report" or form provided by the Engineer. 2. Record the following information and attach to the test report: a. Resistance reading across joints of each horizontal and vertical bus. b. Verify proper operation of electrical, mechanical and keyed interlocking systems. c. Operate devices to both their open and close states. Operate stored energy devices mechanically and electrically as applicable. Operate remotely controlled devices from their remote location. d. Verify proper operation of draw-out circuit breakers and switches. Remove and re- • install each unit. Verify proper operation of shutters and barriers. e. Disconnect electrical and electronic sensing and protective devices not rated to withstand insulation resistance test potentials. Reconnect the devices before energizing the Switchgear. f. Perform insulation resistance tests at the test voltages shown below for the following equipment. In no case shall the Manufacturer's recommended maximum test values or procedures'be exceeded. EQUIPMENT RATING TEST VOLTAGE _ 0-250 BOLTS 500 VOLTS 251-600 VOLTS 1,000 VOLTS 601-5,000 VOLTS 2,500 VOLTS 5,001-15,000 VOLTS 2,500 VOLTS 15,001-39,000 VOLTS 5,000 VOLTS g. Provide additional tests and checks as recommended by the Manufacturer before energizing. h. Energize switchgear. Measure and record instrument indications for no load and connected load conditions. G. Transformers: 1. Single and 3-phase, liquid-filled and dry transformers rated SKVA and larger, shall be tested in accordance with the "Transformer Test Report," or form provided by the Engineer. 2. Record the following information and attach to the test report: a. Verify proper operation of all fans, alarms, and other auxiliary and monitoring devices. b. Verify "tap changer" operation, if applicable, in all positions. Set and secure "tap changer" to position recommended by the Engineer. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 14 • c. Obtain insulating liquid sample from all liquid-filled transformers. Submit sample to testing laboratory, approved by the Engineer for analysis. Standard insulating liquid test, as required by the Engineer, shall be performed. Test results shall be delivered to the Engineer within 30 days from sampling. d. Perform insulation resistance tests at the test values shown below for the following equipment. e. Tests shall be performed from each winding to ground and winding to winding. Primary and secondary sections shall be tested separately. f. In no case shall the Manufacturer's recommended maximum test values or procedures be exceeded. TRANSFORMER COIL TEST VOLTAGE RATING 0-600 VOLTS 1,000 VOLTS 601-5,000 VOLTS 2,500 VOLTS 5,001-15,000 VOLTS 5,000 VOLTS 15,001-39,000 VOLTS 10,000 VOLTS g. Provide additional tests and checks as recommended by the Manufacturer before energizing. h. Energize transformer: Measure and record primary and secondary volts and amps under no load and connected load conditions. H. Motors: 1. Electric motors shall be tested in accordance with the "Motor Start-up Report" or form provided by the Engineer. 2. With a Iow voltage source, check and record motor winding continuity phase to phase. • 3. Check and record motor winding insulation resistance, each phase with respect to ground, at the test values shown below for A.C. induction motors per REF.IEEE Standard 43. 4. In no case shall the Manufacturer's recommended maximum test values or procedures be exceeded. MOTOR VOLTAGE TEST VOLTAGE _ RATING (volts) 250 V and below 500 Above 250 V 1,000 2,360 Volt - 3 Phase Per Manufacturer's start-up instructions or as otherwise directed by the Engineer. 4,160 Volt - 3 Phase Per Manufacturer's start-up instructions or as otherwise directed by the Engineer. 5. Check and record motor circuit voltage before starting motor. 6. Verify operation of motor space heater if applicable. 7. Provide additional tests and checks as recommended by the Manufacturer before energizing. 8. Start motor and verify immediately correct shaft rotation. 9. Check and record motor running volts and amps. 10. Verify correct operation of all interlocking and protective devices. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400. - 15 MANUFACTURER FIELD SERVICE REPORT • CONTRACT: City of Bozeman WRF Phase 1 Improvements Project I. Description A. Specification Section Number: B. Manufacturer: C. Representative: D. Type of Service: Initial- Interim Final II. General Review A. The above referenced equipment/material/supplies have been inspected, checked, and adjusted. Yes_ No (please explain) B. The above referenced equipment/materiaUsupplies were placed upon properly prepared or suitable substrate. DNA Yes No (please explain C. The above referenced equipment/material/supplies are free from any undue stress imposed by any connected piping, anchor bolts or any other load. DNA- Yes_ No_ (please explain) D. The above referenced equipment/rnaterial/supplies have operated under design conditions. DNA Yes No (please E. The above referenced equipment/material/supplies have been installed per the manufacturer's recommendations and the Procurement Documents, are approved, and require no corrective work. Yes No_ (please explain) C7 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 16 • • F. The above referenced equipment/materiaUsupplies are acceptable to the manufacturer as installed providing the following corrective action is performed (please list): 1. 2. 3. 4. 5. III. Inspection Checklist Item OK Readings or Comments A. Bearings B. Belts C. Lubrication Levels D. Vibration (Report attached) E. AMPS F. Volts G. Rotation H. Alignment I. Anchor Bolts J. Grout K. Substrate Approval L. Other 1. Motor Megger Test Insulation See attached Motor Resistance Test 2. 3. IV. O&M Manuals The O&M manual as presented contains all information required for proper operation, maintenance, and instruction of this system. DNA Yes No (please explain) V. Preventive Maintenance • The preventive maintenance summary outlined in the O&M manual is acceptable for operation of the system throughout the warranty period. DNA Yes No 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01400 - 17 (please VI. Spare Parts All spare parts specified with the system are in new condition and are available on-site for transfer to the Owner. DNA_ Yes_ No (please explain VII. Operator Training/Classroom Instruction Operator training and classroom instruction has been performed per the requirements of the Procurement Documents. DNA_ Yes_ No_ (please explain) VIII. Remarks: • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 01400 - 18 • IX. Certification I hereby certify, that I, am a duly authorized representative of the manufacturer, that I am empowered by the manufacturer to inspect, approve, and operate his equipment. That I am authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as modified herein. I also certify that all information contained herein is true and accurate. By: For: Date: X. Acknowledgements By: For: Date: • By: Authorized Representative (Contractor) For: HDR En ineering, Inc./Morrison Maierle Inc. (Engineer) Date: END OF SECTION 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 01400 - 19 • SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Addresses: 1. Minimizing the pollution of air, water, or land; control of noise, the disposal of solid waste materials, and protection of deposits of historical or archaeological interest. 2. Submittal of the Notice of Intent (NOI) and application for a Construction General Permit (CGP) for storm water for the project. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal .process. 2. Prior to the start of any construction activities submit: a. A detailed proposal of all methods of control and preventive measures to be utilized for environmental protection. b. A drawing of the work area, haul routes, storage areas, access routes and current land • conditions including trees and vegetation. c. A copy of the NPDES Construction General Permit (CGP) for storm water discharges from construction activities. d. A copy of the approved pollution prevention plan. See USEPA Region 8 guidelines. e. A copy of the Notice of Intent (NOI) form for Storm Water Discharges Associated with Construction Activity. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.1 INSTALLATION A. Employ and utilize environmental protection methods, obtain all necessary permits, and fully observe all local, state, and federal regulations. B. Land Protection: 1. Except for any work or storage area and access routes specifically assigned for the use of the Contractor, the land areas outside the limits of construction shall be preserved in their present condition. Contractor shall confine his construction activities to areas defined for work within the Contract Documents. 2. Manage and control all borrow areas, work or storage areas, access routes and embankments to prevent sediment from entering nearby water or land adjacent to the work site. 3. Restore all disturbed areas including borrow and haul areas and establish permanent type of locally adaptable vegetative cover. 4. Unless earthwork is immediately paved or surfaced, protect all side slopes and backslopes • immediately upon completion of final grading. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01560 - 1 5. Plan and execute earthwork in a manner to minimize duration of exposure of unprotected soils. 6. Except for areas designated by the Contract Documents to be cleared and grubbed, the Contractor shall not deface, injure or destroy trees and vegetation, nor remove, cut, or disturb them without approval of the Engineer. Any damage caused by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition at the Contractor's expense. C. Surface Water Protection: 1. Utilize, as necessary, erosion control methods to protect side and backslopes, minimize and the discharge of sediment to the surface water leaving the construction site as soon as rough grading is complete. These controls shall be maintained until the site is ready for fmal grading and landscaping or until they are no longer warranted and concurrence is received from the Engineer. Physically retard the rate and volume of run-on and runoff by: a. Implementing structural practices such as diversion swales, terraces, straw bales, silt fences, berms, storm drain inlet protection, rocked outlet protection, sediment traps and temporary basins. b. Implementing vegetative practices such as temporary seeding, permanent seeding, mulching, sod stabilization, vegetative buffers, hydroseeding, anchored erosion control blankets, sodding, vegetated swales or a combination of these methods. c. Providing Construction sites with graveled or rocked access entrance and exit drives and parking areas to reduce the tracking of sediment onto public or private roads. 2. Discharges from the construction site shall not contain pollutants at concentrations that produce objectionable films, colors, turbidity, deposits or noxious odors in the receiving stream or waterway. The Contractor shall formally request to the City of Bozeman for dewatering wastewater disposal to the City treatment facility. All reasonable requests will be considered. Plant site groundwater has in the past tested positive for coliform, especially in the area of the primary effluent pipelines. The Contractor is advised that the NPW and groundwater discharges may have wastewater bacterial contamination and will require • disinfection prior to discharge to state waters. D. Solid Waste Disposal: 1. Collect solid waste on a daily basis. 2. Provide disposal of degradable solid waste to an approved solid waste disposal site. 3. Provide disposal of nondegradable solid waste to an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. 4. No building materials wastes or unused building materials shall be buried, dumped, or disposed of on the site. E. Fuel and Chemical Handling: 1. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 2. Take special measures to prevent chemicals, fuels, oils, greases, herbicides, and insecticides from entering drainage ways. 3. Do not. allow water used in onsite material processing, concrete curing, cleanup, and other waste waters to enter a drainage way(s) or stream. 4. The Contractor shall provide containment around fueling and chemical storage areas to ensure that spills in these areas do not reach waters of the state. F. Control of Dust: 1. The control of dust shall mean that no construction activity shall take place without applying all such reasonable measures as may be required to prevent particulate matter from becoming airborne so that it remains visible beyond the limits of construction. Reasonable measures may include paving, frequent road cleaning, planting vegetative groundcover, application of water or application of chemical dust suppressants. The' use of chemical agents such as calcium chloride must be approved by the State of Montana DOT. 2. Utilize methods and practices of construction to eliminate dust in full observance of agency regulations. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01560 - 2 • 3. The Engineer will determine the effectiveness of the dust control program and may request the Contractor to provide additional measures, at no additional cost to Owner. G. Burning: 1. Do not burn material on the site. If the Contractor elects to dispose of waste materials by burning, make arrangements for an off-site burning area and conform to all agency regulations. H. Control of Noise: 1. Control noise by fitting equipment with appropriate mufflers. I. Completion of Work: 1. Upon completion of work, leave area in a clean, natural looking condition. 2. Ensure all signs of temporary construction and activities incidental to construction of required permanent work are removed. J. Historical Protection: 1. If during the course of construction, evidence of deposits of historical or archaeological interests is found, cease work affecting fmd and notify Engineer. Do not disturb deposits until written notice from Engineer is given to proceed. 2. The Contractor will be compensated for lost time or changes in construction to avoid the find based upon normal change order procedures. K. Construction General Permit (CGP): 1. The Contractor shall apply and pay for a Construction General Permit (CGP) under EPA Region 8 guidelines for the project. 2. Copies of all required forms, related guidance materials and application forms for the Construction General Permit (CGP) and Notice of Intent (NOI) may be obtained at the following USEPAS websites: • a. www.epa.~ov/rloearth/stormwter.htm. b. www epa gov/pdes/stormwater/c~nl 3. Additional assistance for completion of all permit submittals, completion of the Contractor's Pollution Prevention Plan, and assistance with other questions can be obtained by contacting USEPA Region 8 coordinator as follows: Greg Davis Region 8 Storm Water Program 999 18a` Street, Suite 300 Denver, CO 80202-2466 1-800-227-8917ex.6314 303-312-6314 davi s. eregor~(a~ epa. gov 4. Contractor shall coordinate CGP activities with requirements in Section 02270 -Soil Erosion and Sediment Control END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01560 - 3 • • • SECTION 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery. 2. Packaging of products for delivery. 3. Protection of products against damage from: a. Handling. b. Exposure to elements or harsh envirorunents. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. C. Payment: 1. No payment will be made to Contractor for equipment or materials not properly stored and insured or without approved shop drawings: a. Previous payments for items will be deducted from subsequent progress estimate(s) if proper storage procedures are not observed. 1.2 DELIVERY A. Scheduling: 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. B. Packaging: 1. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. C. Identification: 1. Clearly and fully mark and identify as to manufacturer, item, and installation location. D. Protection and Handling: 1. Provide manufacturer's instructions for storage and handling. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.1 PROTECTION, STORAGE AND HANDLING A. Manufacturer's Instruction: 1. Protect all products or equipment in accordance with manufacturer's written directions: a. Store products or equipment in location to avoid physical damage to items while in storage. b. Handle products or equipment in accordance with manufacturer's recommendations and instructions. • 2. Protect equipment from exposure to elements and keep thoroughly dry. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01600 - 1 3. When space heaters are provided in equipment, connect and operate heaters during storage until equipment is placed in service. • 3.2 STORAGE FACILITIES A. Temporary Storage Building: 1. Provide a weatherproof temporary storage building specifically for the purpose of providing for protection of products and equipment. Size building to accommodate anticipated storage items. 2. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 3. Provide methods of storage of products and equipment off the ground. 4. Provide this structure within 60 days after Notice to Proceed. Locate building on-site where shown on the Drawings or in location approved by Engineer. Remove building from site prior to startup and demonstration period. 3.3 FIELD QUALITY CONTROL A. Inspect Deliveries: 1. Inspect all products or equipment delivered to the site prior to unloading. Reject all products or equipment that are damaged, used, or in any other way unsatisfactory for use on Project. B. Monitor Storage Area: 1. Monitor storage area to ensure suitable temperature and moisture conditions are maintained. END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements Project 7/11/2008 01600 - 2 • SECTION 01640 PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting substitution approval for a product which is specified by descriptive or performance criteria or defined by reference to one or more of the following: a. Name of manufacturer. b. Name of vendor. c. Trade name. d. Catalog number. 2. This Section also addresses substitutions for major equipment. See Specification Section 00100.1 1. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. C. Requests for Substitution -General: 1. Base all bids on materials, equipment, and procedures specified. 2. Certain types of equipment and kinds of material are described in specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. When this method of specifying is used, it is not intended to exclude from consideration other • products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are capable of accomplishing the same tasks as the products specifically indicated. 3. Other types of equipment and kinds of material may be acceptable. 1.2 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, Contractor represents: 1. He has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended. 2. He will provide same guarantee for substitute item as for product specified. 3. He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be .required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution which subsequently arise. 1.3 DEFINITIONS A. Product: Manufactured material or equipment. 1.4 PROCEDURE FOR REQUESTING SUBSTITUTION A. Considered after award of Contract: L Considered only if: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost reduction incentive to the Owner. B. Written requests through Contractor only. • C. Transmittal Mechanics: 00...60746 Bozeman WRF Phase I Improvements Project 7/11/2008 01640 - 1 Follow the transmittal mechanics prescribed for Shop Drawings in Section 01340. Product substitution will be treated in a manner similar to "deviations," as described in Paragraph • 1.4A.9.f. of Section 01340. List the letter describing the deviation and justifications on the transmittal form in the space provided under the column with the heading "DESCRIPTION." Include in the transmittal letter, either directly or as a clearly marked attachment, the items listed in Paragraph D below. D. Transmittal Contents: 1. Product identification: a. Manufacturer's name. b. Telephone number and representative contact name. c. Specification section or drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents. 2. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents. 3. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to: a. Size. b. Composition or materials of construction. c. Weight. d. Electrical or mechanical requirements. 4. Product experience: a. Location of past projects utilizing product. b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c. Available field data and reports associated with proposed product. 5. Data relating to changes in construction schedule. 6. Data relating to changes in cost. 7. Samples: • a. At request of Engineer. b. Full size if requested by Engineer. c. Held until substantial completion. d. Engineer not responsible for loss or damage to samples. 1.5 APPROVAL OR REJECTION A. Written approval or rejection of substitution given by the Engineer. B. Engineer reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. C. In event substitution results in a change of Contract price or time, provisions in General Conditions will be applied for adjustment. D. Substitutions will be rejected if: 1. Submittal is not through the Contractor with his stamp of approval. 2. Requests are not made in accordance with this Section. 3. In the Engineer's opinion, acceptance will require substantial revision of the original design. 4. In the Engineer's opinion, substitution will not perform adequately the function consistent with the design intent. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 01640 - 2 SECTION 01650 FACILITY START-UP PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures and actions, required of the Contractor, which are necessary to achieve and demonstrate Substantial Completion. 2. Requirements for Substantial Completion Submittals. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 11005 -Equipment: Basic Requirements. 4. Section 13440 -Instrumentation for Process Control: Basic Requirements. 1.2 DEFINITIONS A. Project Classified System (PCS): A defined part of the Project, consisting of an arrangement of items, such as equipment, structures, components, piping, wiring, materials, or incidentals, so related or connected to form an identifiable, unified, functional, operational, safe, and independent system. B. Pre-Demonstration Period: The period of time, of unspecified duration after initial construction and installation activities during which Contractor, with assistance from manufacturer's representatives, performs in the following sequence: 1. Finishing type construction work to ensure the Project each PCS has reached a state of Substantial Completion. 2. Equipment start-up. 3. Personnel training. C. Demonstration Period: A period of time, of specified duration, following the Pre-Demonstration Period, during which the Contractor initiates process flow through the Project Classified System and starts up and operates the Project Classified System, without exceeding specified downtime limitations, to prove the functional integrity of the mechanical and electrical equipment and components and the control interfaces of the respective equipment and components comprising the Project Classified System as evidence of Substantial Completion. D. Substantial Completion: See Division 0, General Conditions. 1.3 SUBMITTALS A. See Section 01340 for requirements for the mechanics and administration of the submittal process. B. Submit in the chronological order listed below prior to the completion of the Pre-Demonstration Period. 1. Master operation and maintenance training schedule: a. Submit 30 days (minimum) prior to first training session for Owner's personnel. b. Schedule to include: 1) Target date and time for Owner witnessing of each system initial start-up. 2) Target date and time for Operation and Maintenance training for each system, both field and classroom. 3) Target date for initiation of Demonstration Period. c. Submit for review and approval by Owner. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 1 d. Include holidays observed by Owner. • e. Attend a schedule planning and coordination meeting 45 calendar days prior to first anticipated training session: 1) Provide a status report and schedule-to-complete for requirements prerequisite to manufacturer's training. 2) Identify initial target dates for individual manufacturer's training sessions. f. Owner reserves the right to insist on a minimum 7 calendar days' notice of rescheduled training session not conducted on master schedule target date for any reason. g. Schedule to be resubmitted until approved: 2. Substantial Completion Submittal: a. File Contractor's Notice of Substantial Completion and Request for Inspection. b. Approved Operation and Maintenance manuals received by Engineer minimum 1 week prior to scheduled training. c. Written request for Owner to witness each system pre-demonstration start-up. Request to be received by Owner minimum 1 week before scheduled training of Owner's personnel on that system. d. Equipment installation and pre-demonstration start-up certifications. e. Letter verifying completion of all pre-demonstration start-up activities including receipt of all specified items from manufacturers or suppliers as final item prior to initiation of Demonstration Period. 1.4 SEQUENCING AND SCHEDULING A. Project Classified Systems (PCS's) shall be considered as completion of the following items of Work. Items shown are not necessarily all inclusive but are intended to represent a complete and operational system. 1. PCS #1: a. Construction of the new Headworks and modifications to the existing Headworks and influent flow system, including: • 1) Structural and architectural elements of Headworks building. 2) Equipment, including: a) Mechanical bar screens and screenings washer/compactors. b) Conveyor. c) Samplers. d) Grit chambers and vortex grit equipment. e) Drain pumps. f) Grit pumps. g) Grit washers. h) MechanicaUHVAC/ventilation. 3) Piping, valves and appurtenances. 4) Electrical and instrumentation systems. 5) Modifications to existing Headworks, influent piping and flow measurement. 2. PCS #2: a. Modifications to existing Gravity Thickener and conversion of existing surge basin to Fermenter, including: i 1) Demolition within existing Gravity Thickener and surge basin. 2) Structural and architectural elements of Gravity Thickener/Fermenter Building. 3) Equipment, including: a) Primary sludge pumps. b) Fermenter mechanism. c) Grinders. d) Fermenter scum pump. e) Fermented primary sludge pumps. f) Thickened primary sludge pumps. g) Drains pumps. • h) Primary scum pump. i) Mechanical/HVAC/ventilation. 00...60746 Bozeman W1tF Phase 1 Improvements Project 7/18/2008 01650 - 2 j) Biological odor control system. • 4) Piping, valves and appurtenances. 5) Electrical and instrumentation systems. 6) Rehabilitation of existing Gravity Thickener. 3. PCS #3 : a. New Primary Effluent Pumping Station and Scum Pumping, including: 1) Structural and architectural elements of new pumping station and flow metering station. 2) Equipment, including: a) Primary effluent pumps. b) Primary effluent flow meters and control valves. c) Drain pumps. d) Primary scum pump. e) Sluice and slide gates. f) Mechanical/HVAC/ventilation. 3) Piping, valves and appurtenances. 4) Electrical and instrumentation systems. 4. PCS #4: a. New Bioreactor No. 2 and No. 3 and Secondary Clarifier Split Structure including: 1) , Structural and mechanical for new structures. 2) Equipment, including: a) Sluice and slide gates. b) Weir gates. c) Aeration basin mixers. d) Mixed liquor return pumps. e) Scum skimmers. f) Aeration systems. • g) Flow meters and flow control valves. h) Analytical probes and transmitters. 3) Piping, valves and appurtenances. 4) Hoists and equipment management systems. 5) Electrical and instrumentation systems. 5. PCS #5: a. Modifications to the existing Blower Building, including: 1) Phased demolition of existing blowers and aeration piping. 2) Demolition of blower room appurtenances. 3) Phased installation of new high speed turbine blowers. 4) Piping, valves and appurtenances. 5) Mechanical systems. 6) Electrical and instrumentation. 6. PCS #6: a. Modifications to the Recycle Sludge Metering Station to become RAS Station No. 1 incl uding: 1) Removal of existing metering system and headbox modifications. 2) Magnetic flow metering, modulating control valves and associated piping and equipment. 3) Tablet chlorinator and tablet chlorinator room. 4) Structural and architectural modifications. a) New roof replacement. 5) Electrical and instrumentation systems. 7. PCS#7: a. Modifications to Lift Station No. 2 to become RAS/WAS Station No. 2 including: 1) Structural and architectural modifications for addition to west of the existing building and chlorinator room. • 2) Magnetic flow metering, modulating control valves and associated piping and equipment. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 3 3) Basin dewatering pump and appurtenances. 4) Two WAS pumps and appurtenances. • 8. PCS #8: a. Modifications to existing DAFT Building, including: 1) Building piping demolition. 2) Valves, piping, and appurtenances. 3) Secondary scum pumping installation. 9. PCS #9: a. Secondary Clarifiers and Secondary Scum Pumping, including: 1) Structural and mechanical for new Secondary Clarifiers No. 5 and No. 6 and for new Secondary Scum Pump Station. 2) Equipment, including: a) Clarifier mechanisms. b) Secondary scum pumps. c) Clarifier launder covers. 3) Valves, piping, and appurtenances. 4) Electrical and instrumentation systems. 10. PCS #10: a. Modifications to Digester Control Building No. 1, including: 1) Mechanical and piping systems demolition. 2) Equipment, including: a) Digester gas handling piping and valves. b) Digester gas scum removal units. c) Piping, valves and appurtenances. 11. PCS #11: a. Construction of the new UV Light Disinfection Facility and Greenhouse, including: 1) Structural and greenhouse building. 2) Equipment, including: • a) Slide and control gates. b) UV disinfection power centers and light banks. c) Level control gates and level gauges. d) Effluent flow meter. 3) Greenhouse cover building and HVAC/ventilation systems. 4) Electrical and instrumentation systems. 12. PCS #12: a. Construction of the new Digester No. 3 and Digester Control Building No. 2, including the dewatering systems and high strength water and grease receiving facilities as follows: 1) Structural, architectural and mechanical elements for the new Digester No. 3 and Digester Control Building No. 2. 2) Equipment, including: a) Digester feed grinders. b) Dewatering feed pump. c) Recirculation and backup pumps. d) Grinders. e) Digester mixer. f) Digester gas handling equipment. g) Waste gas burner. h) Drain pumps. i) Boiler and heat loop pumps. j) Heat exchangers. k) Rotary screen thickeners and flocculation tanks. 1) Screw press. m) Thickened sludge pumps. n) Grease receiving tank, grinder and pump. • o) High strength receiving tank, grinder and pump. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 4 p) Liquid polymer prep and feed units. q) Ferric chloride feed pumps and bulk storage tanks. r) Dewatered cake hopper and control gate. s) Drain sump and main drain pumps. t) Sump pumps. u) Pump room sump pumps. v) Gas room sump pumps. 3) Valves, piping and appurtenances. 4) Mechanical/HVAC and ventilation systems. 5) Electrical and instrumentation systems. 13. PCS #13: a. Construction of the new Solids Handling Storage Building, including: 1) Structural and architectural elements of the Solids Handling Storage Building. 2) Mechanical/HVAC/ventilation systems. 3) Valves, piping, and appurtenances. 4) Electrical systems. 14. PCS #14: a. Construction of the new Administration and Laboratory Building, including: 1) Structural and architectural elements of the new building. 2) Equipment, including: a) Laboratory casework and fume hoods. b) Heating and ventilation system, including absorption chiller unit. c) Heat loop pumps and heat exchangers. d) Hot water pumps. 3) Electrical and instrumentation systems, including SCADA system. 15. PCS #15: a. Modifications to existing Bioreactor No. 1, including: 1) Demolition within the existing basins and flow channels. 2) Piping, valves, and appurtenances. 3) Aeration and dewatering system piping. 16. PCS #16: a. Construction of the new Utilidor, including: 1) Structural elements, including terminal structures. 2) Piping, valves, and appurtenances. 3) Sump pumps and digester gas moisture trap. 4) MechanicallHVAC systems. 5) Electrical systems. 17. PCS #17: a. Construction of sitework, yard piping and landscaping, including: 1) Site grading and paving. 2) Irrigation systems. 3) Landscaping. 4) Site lighting. 5) Fencing and entrance gates. 6) Electrical service entrance equipment, including switchboard and engine generator. 7) Fuel tank systems. B. Phased Construction: See Section 01010. C. Schedule of Events: See Section 01010. 1.5 COST OF START-UP A. Contractor to pay all costs associated with Facility start-up. C~ 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 5 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) • PART 3 - EXECUTION 3.1 GENERAL A. Facility Start-up Divided into Two Periods: 1. Fre-Demonstration Period including: a. Completion of construction work to bring Project to a state of Substantial Completion. b. Start-up of Equipment. c. Training of Personnel. d. Completion of the filing of all required submittals. e. Filing of Contractor's Notice of Substantial Completion and Request for Inspection. 2. Demonstration Period including: a. Demonstration of functional integrity of facility or PCS. 3.2 PRE-DEMONSTRATION PERIOD A. Completion of Construction Work: 1. Complete the work to bring the Project to a state of substantial completion. B. Equipment Start-up: 1. Requirements for individual items of equipment are included in Divisions 2 through 16 of these Specifications. 2. Prepare the equipment so it will operate properly and safely and be ready to demonstrate functional integrity during the Demonstration Period. 3. Perform Equipment Start-up, to extent possible, without introducing product flow. 4. Procedures include but are not necessarily limited to the following: • a. Test or check and correct deficiencies of: 1) Power, control, and monitoring circuits for continuity prior to connection to power source. 2) Voltage of all circuits. 3) Phase sequence. 4) Cleanliness of connecting piping systems. 5) Alignment of connected machinery. 6) Vacuum and pressure of all closed systems. 7) Lubrication. 8) Valve orientation and position status for manual operating mode. 9) Tankage for integrity using clean water. 10) Pumping equipment using clean water from City NPW system. 11) Instrumentation and control signal generation, transmission, reception, and response. See Section 13440. 12) Tagging and identification systems. 13) All equipment: Proper connections, alignment, calibration and adjustment. b. Calibrate all safety equipment: c. Manually rotate or move moving parts to assure freedom of movement. d. "Bump" start electric motors to verify proper rotation. e. Perform other tests, checks, and activities required to make the equipment ready for Demonstration Period. f. Documentation: 1) Prepare a log showing each equipment item subject to this paragraph and listing what is to be accomplished during Equipment Start-up. Provide a place for the Contractor to record date and person accomplishing required work. Submit completed document before requesting inspection for Substantial Completion certification. • 5. Obtain certifications, without restrictions or qualifications, and deliver to Engineer: 00...60746 Bozeman WIZF Phase I Improvements Project 7/18/2008 01650 - 6 a. Manufacturer's equipment installation check letters. b. Instrumentation Supplier's Instrumentation Installation Certificate. C. Personnel Training: 1. See individual equipment specification sections. 2. Conduct all personnel training after completion of Equipment Start-up for the equipment for which training is being conducted. a. Personnel training on individual equipment or systems will not be considered completed unless: 1) All pretraining deliverables are received and approved before commencement of training on the individual equipment or system. 2) No system malfunctions occur during training. 3) All provisions of field and classroom training specifications are met. b. Training not in compliance with the above will be performed again in its entirety by the manufacturer at no additional cost to Owner. 3. Field and classroom training requirements: a. Hold classroom training on-site. b. Notify each manufacturer specified for on-site training that the Owner reserves the right to video record any or all training sessions. Organize each training session in a format compatible with video recording. c. Training instructor: Factory trained and familiar with giving both classroom and "hands-on" instructions. d. Training instructors: Be at classes on time. Session beginning and ending times to be coordinated with the Owner and indicated on the master schedule. Normal time lengths for class periods can vary, but brief rest breaks should be scheduled and taken. e. Organize training sessions into maintenance verses operation topics and identify on schedule. f. Plan for minimum class attendance of 8 people at each session and provide sufficient classroom materials, samples, and handouts for those in attendance. g. Instructors to have a typed agenda and well prepared instructional material. The use of visual aids, e.g., films, pictures, and slides is recommended for use during the classroom training programs. Deliver agendas to the Engineer a minimum of 7 days prior to the classroom training. Provide equipment required for presentation of films, slides, and other visual aids. h. In the on-site training sessions, cover the information required in the Operation and Maintenance manuals submitted according to Section 01340 and the following areas as applicable to PCS's. 1) Operation of equipment. 2) Lubrication of equipment. 3) Maintenance and repair of equipment. 4) Troubleshooting of equipment. 5) Preventive maintenance procedures. 6) Adjustments to equipment. 7) Inventory of spare parts. 8) Optimizing equipment performance. 9) Capabilities. 10) Operational safety. 11) Emergency situation response. 12) Takedown procedures (disassembly and assembly). i. Address above Paragraphs 1), 2), 8), 9), 10), and 11) in the operation sessions. Address above Paragraphs 3), 4), 5), 6), 7), and 12) in the maintenance sessions. j. Maintain a log of classroom training provided including: Instructors, topics, dates, time, and attendance. D. Complete the filing of all required submittals: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 00...60746 Bozeman WRF Phase I Improvements Project 7/18/2008 01650 - 7 3. Training material. • E. Filing of Contractor's Notice of Substantial Completion and Request for Inspection of Project or PCS: 1. File the notice when the following have been completed: a. Construction work (brought to state of Substantial Completion). b. Equipment Start-up. c. Personnel Training. d. Submittal of required documents. 2. Engineer will review required submittals for completeness within 5 calendar days of Contractor's notice. If complete, Engineer will complete inspection of the Work, within 10 calendar days of Contractor's notice. 3. Engineer will inform Contractor in writing of the status of the Work reviewed, within 14 calendar days of Contractor's notice. a. Work determined not meeting state of Substantial Completion: 1) Contractor: Correct deficiencies noted or submit plan of action for correction within 10 calendar days of Engineer's determination. 2) Engineer: Reinspect work within 10 calendar days of Contractor's notice of correction of deficiencies. 3) Reinspection costs incurred by Engineer will be billed to Owner who will deduct them from final payment due Contractor. b. Work determined to be in state of tentative Substantial Completion: Engineer to prepare tentative "Engineer's Certificate of Substantial Completion." c. Engineer's Certificate of Substantial Completion: 1) Certificate tentatively issued subject to successful Demonstration of functional integrity. 2) Issued for Project as a whole or for one or more PCS. 3) Issued subject to completion or correction of items cited in the certificate (punch • list). 4) Issued with responsibilities of Owner and Contractor cited. 5) Executed by Engineer. 6) Accepted by Owner. '7) Accepted by Contractor. d. Upon successful completion of Demonstration Period, Engineer will endorse certificate attesting to the successful demonstration, and citing the hour and date of ending the successful Demonstration Period of functional integrity as the effective date of Substantial Completion. 3.3 SCADA/CONTROLS TESTING A. General requirements: 1. Test and inspect equipment and partially completed or fully completed portions of the work to prove compliance with Contract requirements. 2. Unless otherwise noted, pay all costs of testing, including temporary facilities and connections. 3. Test the following: a. Equipment with one or more moving parts or devices requiring an electrical, pneumatic, or hydraulic connection. b. Leakage tests and other piping tests as specified in Division 2 and Division 15. c. Testing and balance for heating, ventilation, and air conditioning Systems as specified in accordance with Division 15. d. Electrical devices and Systems as specified in accordance with Division 16. e. Instrumentation devices and Systems as specified in accordance with Division 13. 4. Receive Project Representative approval for the application of all tests only after Project Representative inspection of equipment for conformance with the Specifications. 5. Tests and inspections, unless otherwise specified or accepted, shall be in accordance with the recognized standards of the industry. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 8 • 6. Provide the ESI unrestricted access to attend and witness Component Testing. 7. Allow the ESI unrestricted access to undertake System and Operational Testing and to support Commissioning. B. Procedures: 1. Design testing procedures to duplicate, as nearly!as possible, conditions of operation to insure that the equipment is not damaged. Once the testing procedures have been reviewed and approved by the Project Representative, organize by System into test packages and include the proper checkout, alignment, adjustment, and calibration signoff forms for each item of equipment and System. 2. Jointly use forms with the Project Representative to ensure that documentation for each electrical, mechanical, and instrumentation equipment item has been properly recorded for installation and testing. Failure to follow the Project Representative approved procedure will result in non-acceptance of the equipment. 3. Fulfillment of the test and inspection requirements are by either of the following: a. Tests and inspections carried out in Project Representative's presence, or b. Certificates or reports of tests and inspections carried out by Project Representative approved persons or organizations. 4. Maintain the test packages, which contain tests and sign-off forms including, but not limited to, piping, equipment, electrical, and instrumentation. Submit test packages to the City for inspection upon request. C. Phases: 1. Pre-operational Test Phase: a. Test items at the place of manufacture during or on completion of manufacture. Tests are comprised of hydraulic pressure tests, electric and instrumentation subsystem tests, performance and operating tests and inspections. b. Perform in accordance with the relevant standards of the industry if not specified in the • Contract Documents. Tests other than those specified are in accordance with Section 00700. c. When items are delivered to the site, remove all coverings, containers, or crates in order to permit the Project Representative to conduct the inspection to determine if the items are of the specified quality and workmanship, and are visually in good order and condition at the time of delivery. Should the Project Representative fmd, in its opinion, indication of damage or deficient quality of workmanship, provide the necessary documentation or conduct such tests to demonstrate compliance. 2. Component Test Phase: a. General: I) Vendor and Installation Contractor shall perform component testing as described in this Section. 2) Test equipment to the specified requirements before it is placed into operation. 3) Incorporate requirements of the Specifications into the installed tests and inspection procedures and proceed in a logical, step-wise sequence to ensure that the installed equipment has been properly assembled, serviced, aligned, adjusted, connected and calibrated prior to operation. 4) Perform all changes, adjustments, or replacements required to make the equipment operate. b. Component testing procedures include, but are not limited to: I) Piping system pressure testing and cleaning as specified in Division 2 and Division 15. 2) Electrical system testing as specified in Division 16. 3) Instrumentation system testing as specified in Division 13. a) Preparing and completing a checklist to verify PLC discrete and analog outputs are connected to field devices. b) Preparing and completing a checklist to verify discrete and analog inputs from field devices update PLC memory registers. 4) Testing, checking and correcting deficiencies of: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 9 a) Power, control and monitoring circuits for continuity prior to connection to power source. b) Voltage of all circuits. c) Phase sequence. d) Cleanliness of connecting piping systems. e) Alignment oi" connected machinery. f) Vacuum and pressure of all closed systems. g) Lubrication. h) Valve orientation and position status for manual operating mode. i) Tankage integrity using clean water. j) Instrumentation and control signal generation, transmission, reception and response. k) Tagging and identification systems. 1) Proper connections, alignment, calibration and adjustment. 5) Calibrate all safety equipment. 6) Manually rotate or move moving parts to assure freedom of movement. 7) Bump electric motors to verify power and direction of rotation. 8) Demonstrate that limit switches have been calibrated. 9) Perform other tests, checks, and activities required to make component ready for System Test Phase. 3. System Test Phase: a. Will be performed by ESI. b. Project Representative will provide System Testing schedule. c. Provide all utilities, testing media, waste disposal, potable water, fuel, power, and chemicals required to complete System Testing. d. Repair all defects discovered on Contractor installed Equipment during testing. e. Be available to provide immediate assistance 24 hours per day, seven days per week, in case of failure of a portion of the System being tested. f. The System Test phase is 20 days of work for all systems for the Facility. g. See Section 01710. 4. Operational Test Phase: a. Operation Testing will be performed by ESI. b. Project Representative will provide Operational Test Schedule. A period of 30 days is required for the Operation Test Phase. c. Provide all utilities, testing media, waste disposal, potable water, fuel, power, and chemicals required to complete Operation Testing. d. Repair all defects on Contractor installed Equipment discovered during the Operation Testing. e. Be available to provide immediate assistance 24 hours per day, seven days per week, in case of failure of a portion of the Facility. f. The Operational Test phase is 20 days of work for all systems for the Facility. g. See Section 01710. 3.4 COMMISSIONING A. After completion of the Operational Test Phase and certification by the Project Representative that System and Operational tests meet performance requirements, the. City will begin operating the Facility during the Commissioning period. B. Prior to start of Commissioning, remove temporary piping that may have been in use during the operational tests. C. Provide required labor to support City in order that the Facility attains its fully operational mode. D. The City's operations and maintenance personnel will be responsible for operation of the Facility or portion therof. The Facility shall be fully operational, capable of accepting design flows, and performing functions as designed. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 10 • • • • E. The City is responsible for normal operational and routine maintenance cost including, but not limited to, electricity, lubricants and screenings disposal fees. F. Be responsible for all costs for necessary repairs or replacements required to keep the Facility operational. G. Be available to provide immediate assistance 24 hours per day, seven days per week, in case of failure of a portion of the System being operated. H. The Commissioning period is 30 continuous days for all Systems for the Facility. 3.5 DEMONSTRATION PERIOD A. General: 1. Demonstrate the functional integrity of the mechanical, electrical, and control interfaces of the respective equipment and components comprising the PCS as evidence of Substantial Completion. 2. Duration of Demonstration Period: 120 consecutive hours. 3. If, during the Demonstration Period, the aggregate amount of time used for repair, alteration, or unscheduled adjustments to any equipment or systems that renders the affected equipment or system inoperative exceed 10 percent of the Demonstration Period, the demonstration of functional integrity will be deemed to have failed. In the event of failure, a new Demonstration Period will recommence after correction of the cause of failure. The new Demonstration Period shall have the same requirements and duration as the Demonstration Period previously conducted. 4. Conduct the demonstration of functional integrity under full operational conditions. 5. Owner will provide operational personnel to provide process decisions affecting plant performance. Owner's assistance will be available only for process decisions. Contractor will perform all other functions including but not limited to equipment operation and • maintenance until successful completion of the Demonstration Period. 6. Owner reserves the right to simulate operational variables, equipment failures, routine maintenance scenarios, etc., to verify the functional integrity of automatic and manual backup systems and alternate operating modes. 7. Time of beginning and ending any Demonstration Period shall be agreed upon by Contractor, Owner, and Engineer in advance of initiating Demonstration Period. 8. Provide all labor, supervision, utilities, chemicals, maintenance, equipment, vehicles or any other item necessary to operate and demonstrate all systems being demonstrated. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/18/2008 01650 - 11 • • • SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Description of procedures to be followed and related work required to accomplish an orderly transfer of Project deliverables from the Contractor to the City. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 DEFINITIONS A. Punch List: The stated qualification accompanying the Owner's Certificate of Substantial Completion or any list of construction items found to be deficient or incomplete through review of the Work by Owner and communicated in writing to Contractor at any time during the Contract Period. 1.3 SUBMITTALS A. Final Completion: 1. After compliance with Substantial Completion and Punchlist, Contractor to notify Owner that the Contractor considers the entire Work to have progressed to Final Completion and • provide the following: a. Lien waivers; b. Evidence of payments, if required by City; c. Warranties. PART 2 - PRODUCTS 2.1 CONSTRUCTION PRODUCTS A. All construction products not used must be removed from the site in their entirety or, arrangements shall be made with City for final disposition on site. PART 3 - EXECUTION 3.1 INSPECTION FOR FINAL ACCEPTANCE AND PAYMENT A. When the items of Work on the Punch List(s) have been completed, and Owner considers the Work of the entire Project is complete, Contractor shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected by Owner for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Work has received Final Cleaning: Section 01710. 5. Work is completed and ready for final inspection. B. Owner will make an inspection with the Contractor to verify the status of completion within 10 working days after receipt of such certification. • C. Should Owner consider that the Work is incomplete or defective: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01700 - I 1. Owner: Notify the Contractor in writing within 5 working days, listing the incomplete or • defective work. 2. Contractor: Remedy the stated deficiencies within 10 working days, and send a second written certification to Owner that the Work is complete. 3. Owner will reinspect the Work after he has been notified by Contractor. D. When Owner fmds the Work acceptable in accordance with the Contract Documents: Owner requests Contractor to make closeout submittals. E. Reinspection .costs incurred by the Owner related to reinspection or rework will be billed and deducted by the Owner from the fmal payment to the Contractor not limited to Owner, architects, attorney and other professional costs. 3.2 FINAL APPLICATION FOR PAYMENT A. Complete demobilization prior to submitting fmal application for payment. B. Submit fmal application for payment in accordance with procedures and requirements stated in the Conditions of the Contract. C. Prior to the acceptance of the Work and fmal payment, the City will require from the Contractor a certificate in form substantially as follows: "I (We} hereby certify that all Work has been performed and materials supplied in accordance with the Contract Documents for the above Work, and that: 1. There have been no unauthorized substitutions of subcontractors; nor have any subcontracts been entered into without the names of the subcontractors having been submitted to the City prior to the start of such subcontracted Work; 2. No subcontract was assigned or transferred or performed by any subcontractor other than the original subcontractor, without prior notice having been submitted to the City together with the names of all subcontractors; 3. All claims for material and labor and other services performed in connection with these • specifications have been paid." D. See Section 00500 for additional requirements. Submit lien releases from all subcontractors and suppliers. Submit consent of surety for fmal payment. E. Owner will review application and recommend final payment within 10 working days of receipt of application. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01700 - 2 • SECTION 01710 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and fmal cleaning of Work not including special cleaning of closed systems specified elsewhere. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 STORAGE AND HANDLING A. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.3 SCHEDULING A. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. PART 2 - PRODUCTS • 2.1 MATERIALS A. Cleaning Agents: 1. Compatible with surface being cleaned. 2. New and uncontaminated. 3. For Manufactured Surfaces: Material recommended by manufacturer. PART 3 - EXECUTION 3.1 CLEANING -GENERAL A. Prevent accumulation of wastes that create hazardous conditions. B. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. C. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains or sewers. D. Dispose of degradable debris at an approved solid waste disposal site. E. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. F. Handle materials in a controlled manner with as few handlings as possible. G. Do not drop or throw materials from heights greater than 4 FT or less than 4 FT if conditions warrant greater care. • H. On completion of work, leave area in a clean, natural looking condition. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/1 I/2008 01710 - 1 1. Remove all signs of temporary construction and activities incidental to construction of • required permanent Work. I. Do not burn on-site. 3.2 INTERIOR CLEANING A. Cleaning During Construction: 1. Keep work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris, and rubbish. 3. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until substantial completion.. B. Final Cleaning: 1. Complete immediately prior to Demonstration Period. 2. Remove grease, mastic, adhesives, dust, dirt, stains, fmgerprints, labels, and other foreign materials from sight-exposed surfaces. 3. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 4. Wash and shine glazing and mirrors. 5. Polish glossy surfaces to a clear shine. 6. Ventilating systems: a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 7. Replace all burned out lamps. 8. Broom clean process area floors. 9. Mop office and control room floors. 3.3 EXTERIOR (SITE) CLEANING • A. Cleaning During Construction: 1. Construction debris: a. Confine in strategically located container(s): 1) Cover to prevent blowing by wind. 2) Haul from site minimum once a week. b. Remove from work area to container daily. 2. Vegetation: Keep weeds and other vegetation trimmed to 3 IN maximum height. 3. Soils, sand, and gravel deposited on paved areas and walks: a. Remove as required to prevent muddy or dusty conditions. b. Do not flush into storm sewer system. B. Final Cleaning: 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers. 2. Clean paved roadways. 3.4 FIELD QUALITY CONTROL A. Immediately prior to Demonstration Period, conduct an inspection with Engineer to verify condition of all work areas. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01710 - 2 • SECTION 01750 TESTING CONCRETE STRUCTURES FOR WATERTIGHTNESS PART 1 - GENERAL 1.1 SUMMARY A: General: 1. Furnish all labor, materials, tools, equipment, and services, for all testing of concrete structures for watertightness as indicated, in accordance with provisions of Contract Documents. 2. Completely coordinate with work of all other trades. 3. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. 4. See Division 1 for General Requirements. 1.2 QUALITY ASSURANCE A. Testing: 1. Provide watertightness testing for the following structures in accordance with the indicated criteria: Structure Water Elevation At Maximum Water Allowed In Final Commencement Of Fina124 24 Hr Test Period Hour Test Period (Percent Total Volume) • Headworks and Influent Channel 4610.00 0.1 (No visible leakage on walls) Grit Removal Basins 4610.00 0.1 (No visible leakage on walls) Primary Effluent Pump Station 4603.00 0.1 (No visible leakage on walls) Bioreactor No. 2 and No. 3 Influent 4615.75 0.1 (No visible leakage on walls) Box Bioreactors No. 2 and No. 3 4614.25 0.1 (No visible leakage on walls) Secondary Clarifier Split Structure 4611.40 0.1 (No visible leakage on walls) Secondary Clarifiers No. 5 and No. 6 4608.30 0.1 (No visible leakage on walls) U.V. Disinfection Channel 4606.50 0.1 (No visible leakage on walls) Effluent Parshall Flume Channel 4604.00 0.1 (No visible leakage on walls) Anaerobic Digester No. 3 4626.00 0.1 (No visible leakage on walls) .High Strength Waste Tank 4600.00 0.1 (No visible leakage on walls) Plant Sanitary Pumping Station 4603.00 0.1 (No visible leakage on walls) Primary Effluent Pumping Station 4603.50 0.1 (No visible leakage on walls) Drainage Sump Secondary Clarifier Drain Sump 4606.00 0.1 (No visible leakage on walls) Digester Complex No. 2 Process Full Sump Height 0.1 (No visible leakage on walls) Drain Sump Digester Complex No. 2 Lower Drain 4587.00 0.1 (No visible leakage on walls) • Sump 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 01750 -1 2. All other locations where water bearing structures, fill to normal operating water depth with no greater than 0.1 percent of total volume. • 1.3 SUBMITTALS A. See Section 01340. B. Submit to Engineer, for his files, results of watertightness testing indicating the following: 1. Level of water in structure and in evaporation pan at commencement of fina124 HR test period. 2. Level of water in structure and in evaporation pan at end of final 24 HR test period. 3. Net leakage in percent of total volume during fina124 HR test period (gross leakage minus that due to evaporation). 4. Areas, methods and materials of patching to correct leakage. 5. Results of retesting required due to leakage exceeding percentages allowed. C. Testing for watertightness with accompanying results to be witnessed by Engineer. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 PREPARATION BEFORE TESTING A. General: 1. Testing to be performed prior to final acceptance of the structure(s). B. Patching: 1. Completely fill tie holes with nonshrink grout. Fill voids and honeycombed areas with • patching grout. Cracks suspected to cause leakage to be filled with epoxy adhesive. Patching to be performed after concrete defective area is cleaned of all loose material to surface of sound concrete. C. Cleaning: 1. Thoroughly clean interior of structure to be tested of all debris and dirt and hose down surfaces of all walls and slabs. 3.2 TESTING FOR LEAKAGE A. Fill structure with water from the City's non-potable water (NPV~ system available onsite. Fill to water elevation specified or indicated. Final 24 HR test period shall commence after water has been in structure for a minimum period of 96 HRS or extended period to allow for water absorption into concrete. B. Record level of water in structure at commencement of the fina124 HR test period. C. Just prior to beginning the fma124 HR test, float an evaporation pan in the structure being tested. Evaporation pan to be a minimum of approximately 2 FT 0 IN square or round and 10 IN deep made of white plastic. Float pan on surface of basin, test water, and place water in pan to within 2 IN of top of pan. Record level of water in pan at commencement of test. Amount of water lost due to evaporation in the structure will be considered equal to decrease in water depth (noted in inches) in the evaporation pan during the fmal 24 HR test period. D. During testing period, inspect structure for areas indicating leakage. Any areas evidencing running water to be repaired and patched. Repair and patch in accord with requirements of paragraph 3.01-C of this Section. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 01750 - 2 • E. At the end of the fma124 HR test period, record level of water surface in the structure. Water leakage from the structure during the fina124 HR test period shall be the resulting net leakage after deducting the leakage due to evaporation from the total leakage. F. If leakage is greater than that allowed in this Section, repair and patch areas suspected of causing the leakage. Repair and patch in accord with requirements of paragraph 3.01-C of this Section. Re-test structure with water until leakage is equal to or less than that allowed. G. If it is required to drain the structure to perform repairs (See Section 01710), dispose of water used for testing to an area which will not damage new or existing construction and will not interfere with construction operations. Point of disposal to be approved by Engineer. 3.3 PAYMENT A. Pay all costs required for testing, re-testing, patching and repair as required to meet watertightness requirements specified or indicated. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 01750 - 3 • • • SECTION 01800 OPENINGS AND PENETRATIONS IN CONSTRUCTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All openings and penetrations in construction. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07840 - Firestopping. 4. Section 07600 -Flashing and Sheet Metal. 5. Section 07900 -Joint Sealants. 6. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 318, Building Code Requirements for Structural Concrete. 2. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A53, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, • Welded and Seamless. 3. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). b. 90A, Standard for Installation of Air Conditioning and Ventilating Systems. 4. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA). B. Assure all firestopping materials are in full compliance with Section 07840. C. Obtain prior approval from Engineer when any opening larger than 100 SQ 1N must be made in existing or newly completed construction. 1.3 DEFINITIONS A. Hazardous Areas: Areas shown in the Contract Documents as having Class I or Class II area classifications. B. Washdown Areas: Areas having floor drains or hose bibs. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. For each structure provide dimensioned or scaled (minimum 1/8 IN = 1 FT) plan view drawings containing the following information: a. Vertical and horizontal location of all required openings and penetrations. b. Size of all openings and penetrations. c. Opening type. d. Seal type. 3. Manufacturer's installation instructions for standard manufactured products. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01800 - 1 ;^ 1.5 CONDITIONS A. For purposes of this Project, water table level is 4 to 6 feet below ground surface. • PART 2 - PRODUCTS 2.1 MATERIALS A. Pipe Sleeves: Steel, ASTM A53, Schedule 40, black. B. Pipe Sleeves Penetrating into Corrosive Areas: Stainless steel, 1/4 IN minimum thickness. C. Backing Rod and Sealant: See Section 07900, D. Modular Mechanical Seals: 1. Acceptable manufacturers: a. Link-Seal. 2. 316 stainless steel bolts, nuts and washers. E. Firestopping Material: See Section 07840. F. Sheet Metal Sleeves: Steel, ASTM A36, 12 GA. G. Commercial Wall Castings: 1. For unclassified areas both sides of penetration: a. Ductile iron, class equal to connecting piping system. 2. For wetlcorrosive areas either side of penetration: a. Stainless steel, 304L. PART 3 - EXECUTION • 3.1 INSTALLATION AND APPLICATION A. Perform HVAC penetrations in accordance with NFPA 90A. B. Perform electrical penetrations in accordance with NFPA 70, Article 501. C. Install sleeves and castings in accordance with ACI 318, Chapter #6. D. Hot dip galvanize (or paint in accordance with Section 09905) all steel sleeves installed. E. When mechanical or electrical work cannot be installed as structure is being erected, provide and arrange for building-in of boxes, sleeves, insets, fixtures or devices necessary to permit installation later. Lay out chases, holes or other openings which must be provided in masonry, concrete or other work. F. Where pipes, conduits or ducts pass through floors in washdown areas, install sleeves with top 3 IN above fmish floors. In non-washdown areas, install sleeves with ends flush with finished surfaces. G. Size sleeves, blockouts and cutouts which will receive sealant seal such that free area to receive sealant is minimized and seal integrity may be obtained. H. For insulated piping and ducts, size sleeves, blockouts and cutouts large enough to accommodate full thickness of insulation. I. Do not cut into or core drill any beams, joists, or columns. J. Do not install sleeves in beams, joists, or columns. K. Do not install recesses in beams, joists, columns, or stabs. L. Field Cutting and Coring: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01800 - 2 • 1. Saw or core drill with non-impact type equipment. 2. Mark opening and drill small 3/4 IN or less holes through structure following opening outline. 3. Sawcut opening outline on both surfaces. Knock out within sawcuts using impact type equipment. Do not chip or spall face of surface to remain intact. Do not allow any overcut with saw kerf. M. Precast-Prestressed Concrete Construction: 1. Do not cut openings nor core drill vertically or horizontally through stems of members. 2. Do not locate or install sleeves or recess sleeves vertically or horizontally through or in stems of members. 3. Cast openings and sleeves into flanges of units. 4. Cast openings larger than 6 IN in diameter or 6 IN maximum dimension in units at time of manufacture. 5. Cast openings smaller than 6 IN in diameter or 6 IN maximum dimensions in flanges of units at time of manufacture or field cut. N. Where alterations are necessary or where new and old work join, restore adjacent surfaces to their condition existing prior to start of work. O. Provide waterstop plate/anchor flange for piping, ducts, castings and sleeves cast-in-place in concrete: 1. For fabricated units, weld plate to sleeve, pipe, or ductwork. 2. For commercial castings, cast water stop/anchor with wall pipe. 3. Plate is to be same thickness as sleeve, pipe, casting or ductwork. 4. For fabricated units, diameter of plate or flange to be 4 IN larger than outside diameter of sleeve, pipe or ductwork. 5. For commercial castings, waterstop/anchor size to be manufacturer standard. 6. Provide continuous around entire circumference of sleeve, pipe, or ductwork. • P. Where area is blocked out to receive sheet metal sleeve at later date: 1. If blockout size is sufficient to allow placement, utilize dowels for interface of initially placed concrete and sleeve encasement concrete which is placed later: a. Size blockout based on sleeve size required plus 4 to 6 IN each side of sleeve for concrete encasement. b. Provide #4 dowels at 12 IN spacing along each side of blockout with minimum of two dowels required per side. 2. If blockout size is not sufficient to allow placement of dowels, provide keyway along all sides of blockout: a. Size blockout based on sleeve size required plus 2 to 4 IN each side of sleeve for concrete encasement. Q. For interior wall applications where backer rod and sealant are specified, provide backer rod and sealant at each side of wall. R. Refer to Drawings for location of fire-rated walls, floors, and ceilings. Utilize firestopping materials and procedures specified in Section 07840 in conjunction with scheduled opening type to produce the required fire rating. S. Use full depth expanding foam sealant for seal applications into hazardous areas and applications where multiple pipes, conduits, etc. pass through single sleeve. Use full depth compressible sealant for applications involving single components passing through sleeves and for penetrations into non hazardous area. T. Do not make duct or conduit penetrations below high water levels when entering or leaving tankage, wet wells, or other water holding structures. U. Modular Mechanical Seals: • 1. Utilize one seal for concrete thickness less than 8 IN and two seals for concrete, 8 IN thick or greater. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01800 - 3 2. Utilize two seals for piping 16 IN diameter and larger if concrete thickness permits. • 3. Install seals such that bolt heads are located on the most accessible side of the penetration. V. Backer Rod and Sealant: 1. Install in accordance with Section 07900. 2. Provide backer rod and sealant for modular mechanical seal applications. Apply on top side of slab penetrations and on interior, dry side wall penetrations. 3.2 SCHEDULES A. General Schedule of Penetrations through Floors, Roofs, Foundation Base Slabs, Foundation Walls, Foundation Footings, Partitions and Walls for Ductwork, Piping, and Conduit: 1. Provide the following opening and penetration types: a. Type A -Block out 2 IN larger than outside dimensions of duct, pipe, or conduits. b. Type B -Saw cut or line-drill opening. Place new concrete with integrally cast sheet metal or pipe sleeve. c. Type C -Fabricated sheet metal sleeve or pipe sleeve cast-in-place. Provide pipe sleeve with water ring for wet and/or washdown areas. d. Type D -Commercial type casting or fabrication. e. Type E -Saw cut or line-drill opening. Place new concrete with integrally cast pipe, duct or conduit spools. f. Type F -Integrally cast pipe, duct or conduit. g. Type G -Saw cut or line-drill and remove area 1 IN larger than outside dimensions of duct, pipe or conduit. h. Type H -Core drill. i. Type I -Block out area. At later date, place new concrete with integrally cast sheet metal or pipe sleeve. 2. Provide seals of material and method described as follows: a. Category 1 -Modular Mechanical Seal. • b. Category 2 -Roof curb and flashing according to SMACNA specifications unless otherwise noted on Drawings. Refer to Section 07600 and roofmg specification sections for additional requirements. c. Category 3 - 12 GA sheet metal drip sleeve set in bed of silicon sealant with backing rod and sealant used in sleeve annullus. d. Category 4 -Backer rod and sealant. e. Category 5 -Full depth compressible sealant with escutcheons on both sides of opening. f. Category 6 -Full depth compressible sealant and flanges on both sides of opening. Flanges constructed of same material as duct, fastened to duct and minimum 1/2 IN larger than opening. g. Category 7 -Full depth compressible sealant and finish sealant or full depth expanding foam sealant depending on application. 3. Furnish openings and sealing materials through new floors, roofs, partitions and walls in accordance with Schedule A, Openings and Penetrations for New Construction. 4. Furnish openings and sealing materials through existing floors, roofs, partitions and walls in accordance with Schedule B, Openings and Penetrations for Existing Construction. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01800 - 4 . SCHEDULE A. OPENINGS AND PENETRATIONS SCHEDULE FOR NEW CONSTRUCTION DUCTS PIPING CONDUIT APPLICATIONS OPENIN G SEAL OPENING SEAL OPENING SEAL TYPE CATEGORY TYPE CATEGORY TYPE CATEGORY Through floors with C 7 D Not Req C 7 bottom side a F Not Req F Not Req F Not Req hazardous location I 7 I ~'~ 7 Through floors on C 4 C 7 C 4 grade above water F Not Req F Not Req F Not Req table I 4 I ~'~ 7 I ~'~ 7 Through slab on F Not Req F Not Req F Not Req grade below water table Through floors in C 4 C 4 F Not Req washdown areas I 4 H (z) 3 H (z> 3 I ~'~ 4 I ~'~ 7 Through walls where C 7 D Not Req C 7 one side is a F Not Req F Not Req F Not Req hazardous area I 7 I ~'~ 7 Through exterior wall C 7 C 1 F Not Req below grade above F Not Req D Not Req I ~'~ 7 water table I 7 F Not Req • Throu h wall from C 7 I ~'~ 1 g C 1 C 7 tankage or wet well F Not Req D Not Req F Not Req (above high water I 7 F Not Req H c2) 7 level) to dry well or H (z) I I ~'~ 7 dry area Through wall from F Not Req F Not Req F Not Req tankage or wet well (below high water level) to dry well or dry area Through exterior wall A 6 A 5 C 5 above grade B 6 B 5 H (z) 4 C 6 D Not Req H c2> 5 Roof penetrations A 2 A 2 A 2 Through interior A 4 A 4 A 4 walls and slabs not C 4 C 4 C 4 covered by the above F Not Req applications 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 01800 - 5 SCHEDULE B. OPENINGS AND PENETRATIONS SCHEDULE FOR EXISTING CONSTRUCTION • DUCTS PIPING CONDUIT APPLICATIONS OPENING SEAL OPENING SEAL OPENING SEAL TYPE CATEGORY TYPE CATEGORY TYPE CATEGORY Through floors with B 7 B ~~~ 7 B (t> 7 bottom side a E Not Req E (3) Not Req E (3> Not Req hazardous location H (Z> 7 H (2) 7 Through floors on B 7 B 7 B 7 grade above water table Through slab on E Not Req E Not Req E Not Req grade below water table Through floors in G 3 G 3 G 3 washdown areas H (2> 3 H cz) 3 Through walls where B 7 B ~r~ 7 B ~l~ (3) 7 one side is a E Not Req B ~3~- I E .Not Req hazardous area E Not Req H c2) 7 H (2> 7 Through exterior wall B 7 B ~'~ 7 B ~l~ (3) 7 below grade above B (3) 1 H (Z> 7 water table H (2) ~ Through wall from B 7 B 1 B ~~~ (3> 7 tankage or wet well E Not Req E Not Req E Not Req • (above high water H (z> 1 H (Z) 7 level) to dry well or dry area Through wall from E Not Req E Not Req E Not Req tankage or wet well (below high water level) to dry well or dry area Through exterior wall G 6 G ~~~ (3> 5 G ~'~ (3) 5 above grade H (2> 5 H (2> 7 Roof penetrations G 2 G ~'~ t3> 2 G 2 H c2> Through interior G 4 G (1) (3) 4 G (i) ~s> 4 walls and slabs not H (2> 4 H (2) 4 covered by the above applications ~rl Multiple piping 3 IN and smaller or multiple conduits. (2) Single pipe 3 IN and smaller or single conduit. (3) Single pipe or conduit larger than 3 IN. END OF SECTION U 00...60746 Bozeman WIZF Phase 1 Improvements Project 7/11/2008 01800 - 6 • • DIVISION 2 SITE WORK • • • ., .~ • SECTION 02072 DEMOLITION, CUTTING AND PATCHING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition, salvage, cutting and patching of existing construction where shown on Drawings, or as required to accommodate new work shown or specified. 2. Asbestos pipe removal and disposal. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 01010 -Summary of Work 4. Section 03348 -Concrete Finishing and Repair of Surface Defects. 5. Section 09905 -Painting and Protective Coatings. C. The following existing buildings, structures, equipment or facilities are scheduled for full or partial demolition, salvage, modification, or relocation as indicated on the Drawings or scheduled 1. Headworks facilities: Demolition of mechanical bar screen and bar screen drive, auger monster grinder & screw, concrete equipment pads, grit handling mechanisms, grit basins and comminutor channels, and appurtenant electrical wiring. • 2. Blower Room: Demolition and removal of the existing blowers, standby generator, air filter room, and gas storage tank. 3. 50-foot diameter surge tank: Modification of tank as new Fermenter. 4. Gravity Thickener Building facilities: Pumps and piping. 5. Lift Station No. 2: Pumps and appurtenances. 6. Secondary Clarifiers: piping. 7. Administration Building facilities: a. Digester Basement: 8. Yard Piping: Relocation of existing waste gas burner, demolition of 30" AC PE line and appurtenant sputter boxes. 9. Electrical equipment throughout facility. 10. Fencing, Asphalt Paving and Sidewalks: D. Asbestos Cement (AC) Pipe Removal and Disposal Requirements: 1. Asbestos Cement (AC) pipe will be present in the project site. The project requires the Contractor to disturb or remove the AC pipe in various places and ways that may result in the release of airborne asbestos fibers. Asbestos-containing materials (ACM) and the disturbance of such materials are subject to a variety of federal, state, and/or local regulations. It is the Contractor's responsibility to ensure these regulations and other applicable requirements are understood and complied with during the completion of this project. The regulations of most concern with respect to this project include, but are not necessarily limited to, the following: a. The Montana regulations (ARM 17.74.301 et seq.) pursuant to the Montana Asbestos Control Act and administered by the Montana Department of Environmental Quality (~EQ)• b. The Asbestos National Emission Standards for Hazardous Air Pollutants (40 CFR Part 61, Subparts A and M) pursuant to the Federal Clean Air Act, as amended, and • administered by the U.S. Environmental Protection Agency. c. The federal regulations governing construction worker health and safety (29 CFR Part 1926, Subpart D) pursuant to the Occupational Health and Safety Act, as amended. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02072 - 1 d. Local regulations and requirements pertaining to the disposal of ACM in a sanitary landfill. 2. Prepare a written AC pipe removal and disposal plan for the proper removal, disposal, and management of the AC pipe and the protection of worker health and safety. At a minimum, the plan shall describe the engineering controls and practices the Contractor will employ to minimize and control the release of asbestos fibers and subsequent exposure to site personnel, identified in 29 CFR 1926.1101 Subpart Z (g). The plan shall also address the Occupational Safety and Health Administration (OSHA) requirements [29 CFR 1926.1101 Subpart Z (c)] specifically intended to protect workers from exposure to airborne asbestos levels above prescribed action levels. 3. Ensure that properly trained personnel are available on the project site during the term of the project. According to the Montana Department of Environmental Quality (MDEQ), an "asbestos worker" involved in the removal of ACM is required to complete at least 8 hours of OSHA training prior to any ACM removal. In addition, ensure that an "asbestos contractor supervisor" with 40 hours of OSHA training is required to be on site at all times during ACM removal. 4. Be solely responsible for the disposal of AC pipe material and adhere to all federal, state, and/or local regulations. 5. Intact AC pipe may be considered to be non-friable asbestos when properly handled and disposal of intact AC pipe may not mandate the utilization of a Class II landfill. It is anticipated that removal of AC pipe will generate a measurable quantity of friable asbestos material. Ensure that transport and disposal of friable asbestos adheres to all federal, state, and/or local regulations. Consultation with MDEQ and the local landfills is required to ensure the proper handling and transport of friable and non-friable asbestos. 6. Consultation with MDEQ is recommended to obtain assistance with preparation of an Application for a Montana Asbestos Abatement Project Permit and NESHAP Demolition/Renovation Notification, if applicable. The Contractor will be responsible for disposal of all friable asbestos material. 7. Identify the Montana Class II landfill which will accept the friable asbestos and verify with the landfill that the Class II certification is valid. A list of Montana Class II landfills accepting friable asbestos is available from MDEQ. The Contractor may also elect to coordinate the transport of friable asbestos through anasbestos-certified company, such as BFI Waste Services. Private garbage collection services (BFI, Allied Waste Systems, etc.) may provide transport and disposal of friable asbestos depending on project specifics, quantity of asbestos, and asbestos-packaging requirements. 8. Submitted the AC pipe removal and disposal plan, MDEQ permit, to the Engineer and Owner for review and approval at least 1 week prior to the pre-construction conference. A written plan is required. A listing of the federal, state, and/or local regulations that may apply will not constitute a plan. Work shall not begin on any portion of this project where AC pipe will be impacted until an approved plan is on file with the Owner. 1.2 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Indicating manufacturer and type of: a. Proposed nonshrink grout. b. Epoxy bonding adhesive. c. Proposed materials and methods to be used for matching and repairing existing construction. • J B. AC pipe removal and disposal plan including identification of Class II Landfill disposal site and copy of Montana Asbestos Abatement Project Permit and NESHAP Demolition/Renovation Notification. • 00...60746 Bozeman WRF Phase t Improvements Project 7/22/2008 02072 - 2 • 1.3 DELIVERY, STORAGE, HANDLING AND DISPOSAL A. General: 1. Salvage items, designated for Owner's salvage, as a functional unit. 2. Clean, list and tag for storage. 3. Protect from damage and deliver to location designated. 4. Salvage each item with auxiliary or associated equipment required for operation. 5. Remove from the site all equipment, materials, and piping within the limits of the demolition, not specified or shown to be salvaged, reused, or to remain in place. 6. Segregate waste asphalt and concrete pavement, AC pipe and other construction waste material and debris from waste soils and properly dispose of them at an acceptable off site location. 7. Place and grade only clean excess waste soils materials, free from construction debris and waste material, at the location designated on the plans. 1.4 SITE CONDITIONS A. Perform preliminary investigations as required to ascertain extent of work. 1.5 SEQUENCING AND SCHEDULING A. The General Conditions and Division 1 -General Requirements contain information and the requirements that apply to the work specified herein and are mandatory for this project. B. Coordinate and reschedule all demolition work with the Owner as required, a minimum of 14 days before such work is to begin, to preclude interference with other operations. PART 2 - PRODUCTS • 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following products and manufacturers are acceptable: 1. Nonshrink grout: a. Supreme Grout by Gifford Hill. b. Masterflow 713 Plus by BASF Building Systems. c. Sika Grout 212 by Sika. 2. Epoxy bonding adhesive: a. Euco No.452 MV by Euclid Chemical Co. b. Sikadur 32, Hi-Mod by Sika Corporation. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Provide all materials and equipment in suitable and adequate quantity as required to accomplish the work shown and specified herein, and as required to complete the project. B. Temporary Partitions: 1. Plywood: 1/2 IN minimum for interior or exterior use. 2. Paneling: 1/4 IN minimum for interior use. C. Nonshrink Grout: 1. Nonmetallic, noncorrosive and nonstaining. 2. Premixed with only water to be added in accordance with manufacturer's instructions at jobsite. 3. Grout to produce a positive but controlled expansion. Mass expansion not to be created by • gas liberation or by other means. 4. Minimum compressive strength at 28 days to be 6500 psi. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02072 - 3 5. Coat exposed edges of grout with acure/seal compound recommended by grout manufacturer. • D. Epoxy Bonding Adhesive: 1. Two component, moisture insensitive adhesive manufactured for the purpose of bonding fresh concrete to hardened concrete. PART 3 - EXECUTION 3.1 PREPARATION A. Provide temporary partitions as required in public areas. 1. Construct partitions of braced plywood in exterior areas. 2. Adequately braced paneling may be used in interior areas. B. Provide covered passageways where necessary to ensure safe passage of persons in or near areas of work. C. Provide substantial barricades and safety lights as required. D. Provide temporary dustproof partitions where indicated or necessary. 1. Prevent infiltration of dust into occupied areas. E. Provide temporary weather protection as necessary. F. Conform with the rules and regulations pertaining to safety established by federal, state, and local authorities, and as specified elsewhere in these Specifications. G. Notify and assure the appropriate public or private utility or Owner turns off all utility services before demolition is started. H. Where electrical, natural gas, telephone, or any other private utility services or lines need to be • relocated or will be exposed by demolition excavation, notify and coordinate with the Owner(s) of these utilities and allow sufficient time for the utility to plug, abandon the utility or service line. Notified utility a minimum of 14 days in advance of work. I. Advise and coordinate AC pipe removal plan details and the removal work activities with WRF staff and Engineer prior to initiation of AC pipe removal. 3.2 INSTALLATION A. General: 1. Do not remove equipment without the approval and consent of the Owner 2. Schedule such removal as specified in Section 01010, Summary Of Work 3. Request Owner and/or the Engineer to determine the condition of the equipment prior to removal. 4. Maintain all equipment in the same condition as when it was removed until it is properly stored. 5. Assume the responsibility of assuring that the equipment is properly stored in the Owner's designated storage area. B. Miscellaneous Buried Piping and Electrical Conduit: 1. Relocate, modify, or abandon miscellaneous buried piping and electrical conduit as shown on the Drawings. 2. Remove abandoned piping and conduit exposed prior to backfilling excavations. If not in the construction area for the new facilities, abandoned piping, fittings, and similar items maybe left in place or removed at the Contractor's option: All abandoned pipe left in place shall be plugged at each end with concrete or Flowable Fill. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02072 - 4 • 3. Perform all work in accordance with the constraints specified in Section Section 01010, Summary Of Work, Section 02221, Trench Excavation And Backfill, and Section 15060, Pipe And Pipe Fittings: Basic Requirements. C. Miscellaneous Electrical: 1. Miscellaneous electrical panels must be modified as shown on the Drawings. 2. All work shall be performed in accordance with the constraints specified in Section 01010, Summary Of Work, and Division 16, Electrical. D. Where asphalt and concrete pavement must be removed for installation of new work, neatly cut the pavement in a straight line. Restore the pavement to match the elevation of the cut edges. E. Fencing: 1. Temporarily remove existing fencing as necessary for construction access and install temporary security fence as needed and directed by the Owner to maintain plant security. 2. Carefully remove existing fence being temporarily removed or scheduled to be removed and reused as shown on the drawing. Replace with new materials, matching the existing materials, at no extra cost to the Owner, any of the fencing materials damaged by said removal or by other construction activities. F. AC Pipe Removal: 1. Assure compliance with the AC pipe removal plan and permitting requirements at all times. 2. Ensure that an "asbestos contractor supervisor" with 40 hours of OSHA training is on site at all times during ACM removal and asbestos workers involved in the removal of ACM have received the proper OSHA training. 3. Immediately and properly remove, transport and dispose of AC pipe materials and maintain the site, backfill and waste soils free from AC pipe materials. G. Cutting and Removal: • 1. Remove existing work indicated to be removed, or as necessary for installation of new work. 2. Neatly cut and remove materials, and prepare all openings to receive new work. 3. Remove masonry or concrete in small sections. H. Modification of Existing Concrete: 1. Where indicated, remove existing concrete and fmish remaining surfaces as specified in Section 03348. a. Protect remaining concrete from damage. b. Make openings by sawing through the existing concrete. c. Concrete may be broken out after initial saw cuts in the event concrete thickness prevents cutting through. - d. Where sawing is not possible, make openings by drilling holes around perimeter of opening and then chipping out the concrete. 1) Holes shall be sufficient in number to prevent damage to remaining concrete. 2. Oversize required openings in existing concrete 1 1N on all sides and build back to required opening size by means of nonshrink grout epoxy bonded to the existing concrete. 3. Where oversized openings cannot be made, remove the concrete to the required opening size and cut back exposed reinforcing 1 IN from face of concrete and fill resulting holes with nonshrink grout. I. Removal of Existing Anchor Bolts or Other Protruding Elements: 1. Removal within a distance of 8 FT above fmished floor or operating level elevation. 2. Removed to a depth of 1/2 IN from fmished surface. 3. Fill void with non-shrink grout. J. Matching and Patching: 1. Walls, ceilings, floors or partitions: • a. Repair abutting walls, ceilings, floors or partitions disturbed by removal. b. Match and patch existing construction disturbed during installation of new work. 2. Methods and materials: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02072 - 5 a. Similar in appearance, and equal in quality to adjacent areas for areas or surfaces being repaired. • b. Subject to review of Engineer. K. Salvaged Items: 1. Thoroughly dry and clean all metal surfaces. 2. Prime all bare metal in accordance with Section 09905. 3. Clean and lubricate motors and other moving parts. 4. Brace motors attached to flexible mountings until reinstallation. 5. Dispose of items or materials not designated for Owner's salvage or reuse. Promptly remove from site. 6. Do not store or sell Contractor salvaged items or materials on site. L. Clean Up: 1. Transport non-salvaged items and construction debris and legally dispose of off site. 3.3 SALVAGE SCHEDULE A. Headworks screening unit and grinder assembly. B. Influent Samplers. C. Blower Building turbine blowers (3 units). D. RAS/WAS Pumping Station progressive cavity WAS Pump No.2. END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02072 - 6 • SECTION 02110 SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Site clearing, tree protection, stripping topsoil. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 01560 -Environmental Protection and Special Controls. 4. Section 02200 -Earthwork. 5. Section 02260 - Topsoiling and Finished Grading. 6. Section 02270 -Soil Erosion and Sediment Control. 1.2 {SITE} CONDITIONS A. The Contractor shall confirm an acceptable method of disposal with the Owner and state and local agencies before proceeding. No burning of debris is allowed on site. Also see Section 01560 -Environmental Protection and Special Controls. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) • PART 3 - EXECUTION 3.1 PREPARATION A. Protect existing trees, shrubbery and other vegetation to remain against damage. 1. Cut and remove branches only where, in the opinion of the Engineer and Owner, such cutting is necessary for construction and remove additional branches to provide a balanced appearance as required and approved. Treat tree scars due to removal or other work with an approved tree sealant. 2. Do not smother trees by stockpiling construction materials or excavated materials within drip line. 3. Avoid foot or vehicular traffic or parking of vehicles within drip line. 4. Provide temporary protection as required. B. Repair or replace trees and vegetation damaged by construction operations. 1. Repair to be performed by a qualified tree surgeon. 2. Remove trees which cannot be repaired and restored to full-growth status and replace with new trees of minimum 4 IN caliper. C. Owner will obtain authority for removal and alteration work on adjoining property. 3.2 SITE CLEARING A. Topsoil Removal: 1. Strip topsoil to depths encountered. a. Remove heavy growths of grass before stripping. • b. Stop topsoil stripping sufficient distance from trees to prevent damage to main root system. c. Separate from underlying subsoil or objectionable material. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02110 - 1 d. Keep reasonably free of objects over 2 IN DIA, including weeds and roots. 2. Stockpile topsoil where directed by Engineer. • a. Construct storage piles to freely drain surface water. b. Seed or cover storage piles to prevent erosion. 3. Do not strip topsoil in wooded areas where no change in grade occurs. 4. Borrow topsoil: Reasonably free of subsoil, objects over 2 IN DIA, weeds and roots. B. Clearing and Grubbing: 1. Clear from within limits of construction all trees not marked to remain. a. Include shrubs, brush, downed timber, rotten wood, heavy growth of grass and weeds, vines, rubbish, structures and debris. 2. Grub (remove) from within limits of construction all stumps, roots, root mats, logs and debris encountered. a. Totally grub under areas to be paved. b. Grubbing in lawn areas: I) In cut areas, totally grub. 2) In fill areas, where fill is less than 3 FT totally grub ground. 3) Where fill is 3 FT or more in depth, stumps may be left no higher than 6 IN above existing ground surface. C. Protection: 1. Prior to beginning construction, fence trees and vegetation to remain 5 FT outside of dripline to protect both upper branches and root area from construction activities. a. Use 6 FT high metal "T" bar posts with orange construction fencing to designate preservation areas. b. Water within the fencing during construction to maintain healthy vegetation. 2. Protect plant growth and features remaining as final landscaping. 3. Protect benchmarks and existing improvements from damage or displacement. 4. Maintain traffic to designated site access routes and work areas. D. Disposal of Waste Materials: • 1. Do not burn combustible materials on site. 2. Remove all waste materials from site. 3. Do not bury organic matter on site. 3.3 ACCEPTANCE A. Upon completion of the site clearing, obtain Engineer's acceptance of the extent of clearing, depth of stripping and rough grade. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02110 - 2 .' SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Earthwork. 2. Pumping and dewatering. 3. Shoring, bracing and protection of the Work. 4. Appurtenant work. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. D698, Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3). c. D1557, Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3(2,700 kN-m/m)). • d. D3786, Standard Test Method for Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm. e. D4253, Standard Test Methods for Maximum Index Density of Soils Using a Vibratory Table. f. D4254, Standard Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. g. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Certifications. 4. Test reports: a. Soils inspection and testing results. B. Samples: 1. Submit samples and source of fill and backfill materials proposed for use. 2. Submit samples and source of borrow materials proposed for use. C. Shoring, Groundwater Control: 1. Details, design calculations, specifications and installation procedures for shoring systems. 2. Details, design calculations, specifications and installation procedures for shoring systems and slurry wall. • 3. Details, design calculations, specifications and installation procedures for dewatering system. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - I D. Samples: 1. Submit samples and source of fill and backfill materials proposed for use. ,• 2. Submit samples and source of borrow materials proposed for use. E. Contractor's Qualifications: 1. Evidence of dewatering system and shoring systems designer and contractor competency. 2. .Project references for shoring wall construction. 1.4 DESIGN REQUIREMENTS A. The design, planning, installation and removal of all shoring, lagging, bracing, and dewatering shall be accomplished in such a manner as to maintain the required excavation or trench section and to maintain the undisturbed state of the soils below and adjacent to the excavation. B. The Contractor shall provide the design, prepared by a licensed professional structural engineer, for sheeting, shoring and bracing in accordance with OSHA Safety Standards, CRF 29, 1926, Subpart P. C. The Contractor shall be solely responsible for the adequacy of shoring, bracing and other support utilized in this project. The Contractor shall note that many of the existing plant buildings and structures are more than 20 years old and shall remain in service during construction. The Contractor shall ensure that the integrity of these facilities is maintained and that appropriate construction techniques are employed at all times to protect existing structures. 1.5 CONTRACT QUALIFICATIONS A. Contractor for groundwater dewatering system and shoring systems shall have sufficient competent experience and experienced personnel to carry out the construction specified. B. Contractor shall have a minimum of three (3) project references in shoring walls similar to that specified. C. Shoring and dewatering systems are not shown on contract documents. Contractor shall be • responsible for final design and construction of shoring and construction dewatering systems that complies with specified performance requirements (or better) and compatible with conditions found at the site. PART 2 - PRODUCTS 2.1 MATERIALS A. Fill and Backfill: Selected material approved by Soils Engineer from site excavation or from off site borrow. B. Granular Fill Under Building Floor Slabs-On-Grade: Clean, crushed, nonporous rock, crushed or uncrushed gravel complying with ASTM C33 gradation size No. 67, 3/4 IN to No. 4. C. Granular Fill Under Base Slabs with Pressure Relief Valves: 1. Drainage material: Conform to ASTM C33, Size No. 67. 2. Filter material: Conform to ASTM C33 requirements for fine aggregate. D. Geotextile Filter Fabric: 1. Nonwoven type. 2. Equivalent opening size: 50-100 (iJ.S. Standard Sieve). 3. Permeability coefficient (cm/second): 0.07 minimum, 0.30 maximum. 4. Grab strength: 90 LBS minimum in either direction in accordance with ASTM D4632 requirements. 5. Mullen burst strength: 125 psi minimum in accordance with ASTM D3786 requirements. E. Riprap: Broken stone, broken concrete rubble, or concrete in sacks. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 2 • 1. Free from segregation, seams, cracks and other defects tending to destroy its resistance to weather and shall conform to: a. Degradation factor: 15 min. b. Los Angeles Wear, 500 Rev: 50% max. c. Specific gravity: 2.55 min. 2. Loose riprap: a. Free of rock fines, soil or other erroneous material. b. The grading of the riprap shall be determined by the Engineer by visual inspection of the load before it is dumped into place, or, if so ordered by the Engineer, by dumping individual loads on a flat surface and sorting and measuring the individual rocks contained in the load. c. The riprap stone must have a minimum density of 165 pounds per cubic foot and its gradation must conform to the following requirements: Weight of Equivalent Spherical % of Total Weight that must be Stone Diameter (ft)* Smaller than Given Size 700 1b 2.00 100% 500 lb 1.79 70-90% 2001b 1.32 40-60% 201b 0.61 0-10% * Based on unit weight of 165 lb/ft3 • F. Vapor Barrier: 1. Alumiseal Corporation, Fortifier Corporation, Griffolyn, or equal. 2. Aluminum/mylar sheet or kraft paper/glass fiber reinforcing/polyethylene sheet or polyethylene/nylon yarn sheet. 3. Vapor transmission not exceeding 0.1 perm. 4. Tear strength: Minimum 15 psi. 5. Vapor retarder tape as recommended by vapor retarder manufacturer. 6. Similar to: a. Amuniseal "Zero Perm." b. Fortifier "Moistop." c. Griffolyn "T-U5." PART 3 - EXECUTION 3.1 PROTECTION A. Protect existing surface and subsurface features on-site and adjacent to site as follows: 1. Provide barricades, coverings, or other types of protection necessary to prevent damage to existing items indicated to remain in place. 2. Protect and maintain bench marks, monuments or other established reference points and property corners: a. If disturbed or destroyed, replace at own expense to full satisfaction of Owner and controlling agency. 3. Verify location of utilities: a. Omission or inclusion of utility items does not constitute non-existence or defmite location. • b. Secure and examine local utility records for Location data. c. Take necessary precautions to protect existing utilities from damage due to any construction activity. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 3 d. Repair damages to utility items at own expense. e. In case of damage, notify Engineer at once so required protective measures may be • taken. 4. Maintain free of damage, existing sidewalks, structures, and pavement, not indicated to be removed: a. Any item known or unknown or not properly located that is inadvertently damaged shall be repaired to original condition. b. All repairs to be made and paid for by Contractor. 5. Provide full access to public and private premises, fire hydrants, street crossings, sidewalks and other points as designated by Owner to prevent serious interruption of travel. 6. Maintain stockpiles and excavations in such a manner to prevent inconvenience or damage to structures on-site or on adjoining property. 7. Avoid surcharge or excavation procedures which can result in heaving, caving, or slides. B. Salvageable Items: Carefully remove items to be salvaged, and store on Owner's premises unless otherwise directed. C. Dispose of waste materials, legally, off site: 1. Burning, as a means of waste disposal, is not permitted. 3.2 SITE EXCAVATION AND GRADING A. The work includes all operations in connection with excavation, borrow, construction of fills and embankments, rough grading, and disposal of excess materials in connection with the preparation of the site(s) for construction of the proposed facilities. B. Excavation and Grading: Perform as required by the Contract Drawings: 1. Contract Drawings may indicate both existing grade and finished grade required for construction of Project. a. Stake all units, structures, piping, roads, parking areas and walks and establish their • elevations. b. Perform other layout work required. c. Replace property corner markers to original location if disturbed or destroyed. 2. Preparation of ground surface for embankments or fills: a. Before fill is started, scarify to a minimum depth of 6 IN in all proposed embankment and fill areas. b. Where ground surface is steeper than one vertical to four horizontal, plow surface in a manner to bench and break up surface so that fill material will bind with existing surface. 3. Protection of finish grade: a. During construction, shape and drain embankment and excavations. b. Maintain ditches and drains to provide drainage at all times. c. Protect graded areas against action of elements prior to acceptance of work. d. Reestablish grade where settlement or erosion occurs. C. Borrow: 1. Provide necessary amount of approved fill compacted to density equal to that indicated in this Specification. 2. Include cost of all borrow material in original proposal. 3. Fill material to be approved by Soils Engineer prior to placement. D. Construct embankments and fills as required by the Contract Drawings: 1. Construct embankments and fills at locations and to lines of grade indicated. a. Completed fill shall correspond to shape of typical cross section or contour indicated regardless of method used to show shape, size, and extent of line and grade of completed work. 2. Provide approved fill material which is free from roots, organic matter, trash, frozen material, and stones having maximum dimension greater than 61N: a. Ensure that stones larger than 4 IN are not placed in upper 61N of fill or embankment. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 4 • b. Do not place material in layers greater than 8 1N loose thickness. c. Place layers horizontally and compact each layer prior to placing additional fill. 3. Compact by sheepsfoot, pneumatic rollers, vibrators, or by other equipment as required to obtain specified density: a. Control moisture for each layer necessary to meet requirements of compaction. 3.3 ROCK EXCAVATION A. All rock excavation shall be under one classification: 1. This classification shall include solid ledge rock in its natural location that requires systematic quarrying, drilling and/or blasting for its removal and also boulders that exceed 1/2 CY in volume. B. When rock is encountered, strip free of earth: 1. Employ an independent surveyor to determine rock quantities before removal operation begins. 2. In computing the volumetric content of rock excavation for payment, the pay lines shall be taken as follows: a. For structures: 3 FT outside the exterior limits of foundations and from rock surface to 6 IN below bottom of foundations. b. For piping and utilities: A width 18 TN wider than the outside diameter of the pipe or conduit and from rock surface to 6 IN below bottom exterior surface of the pipe or conduit. c. For paving: 2 FT outside the exterior limits of paving and from rock surface to 6 IN below bottom of pavement subbase. 3.4 USE OF EXPLOSIVES • A. Blasting with any type of explosive is prohibited. 3.5 CONSTRUCTION DEWATERING A. General: 1. Provide and maintain adequate, reliable dewatering equipment for all excavations. Locating well points and/or sumps is responsibility of Contractor. Contractor shall design locations in conjunction with shoring design to ensure complete working system is installed. 2. Capacity and location of dewatering facilities adequate to: a. Keep excavation dry continuously. b. Keep unconfined aquifer groundwater level at least 24 IN below bottom of excavation in all excavation locations. 3. Divert or otherwise prevent surface water from entering excavated areas or trenches, without damaging adjacent property. 4. Operate and monitor dewatering systems continuously during their use until all work is accepted by the Engineer. 5. Well construction/abandonment: a. Construct and abandon all dewatering wells in accordance with applicable state regulations. b. Obtain Engineer's approval before abandonment of wells on properly. 6. Provisions for temporary electrical service for perimeter dewatering well points has not been made. Contractor shall arrange and pay for electrical services for construction. 7. Employ a dewatering specialist for selecting and operating dewatering system. 8. Shut off dewatering system at such a rate to prevent a quick upsurge of water that might weaken the subgrade. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 5 9. Dispose of goundwater to the Owner's process facilities at the Secondary Flow Split Box. All surface water collected with total solids content in excess of 100 mg/L shall be • discharged to the temporary sedimentations basin before pumped to the Owner's process facilities. Contractor may dispose of groundwater from dewatering extraction wells directly to the Owner's process facilities following their development, provided total solids content is less than 100 mg/L. No water shall be discharged directly to the East Gallatin River. B. Dewatering (Extraction) Wells: 1. Drawings show approximate location of a single 6 IN well west of proposed Bioreactors No. 2 and No. 3. Contractor may incorporate this well into their final dewatering plan, and must design and install all necessary wells or well points for dewatering. Contractor shall be responsible for final well location design. 2. Minimum number of wells required for achieving a groundwater zone at depression to maintain goundwater a minimum of 2 FT below excavation subgade is to be determined by the Contractor. 3.6 RIPRAP A. The Contractor will place the layer of riprap on the prepared surface within the gades and lines shown on the Drawings. The riprap will be installed over a layer of gavel bedding and geotextile filter fabric as shown on the Drawings. Overlap fabric a minimum of 36 IN more if recommended by the manufacturer. B. The riprap stone, gaded so that smaller stone is uniformly distributed, must be handled or dumped on the designated slopes to form the cross section shown on the Drawings or as directed. Manipulate the rock by hand or machine methods sufficiently to secure a regular surface and mass stability. Where the thickness of the riprap is not shown on the plans, it is to be at least 2 times the diameter of the median-sized (DSO), specified stone measured perpendicular to the slope. C. Dewater site as needed for construction (Flow Diversion). Site clearing and grubbing. • D. Existing bank and toe to be excavated for placement of riprap. Bank shall be laid back at 1.5:1 slope. E. Bedding gavel shall be placed as shown on the drawings. F. Filter fabric to be anchored in soil above top of riprap section, then rolled down the bank and anchored in the stream channel: Contractor shall submit shop drawings of anchor trenches. G. Willow bundles shall be placed along the bank as shown in the drawings. The rows shall be separated approximately 1.5 FT along the backslope. Willows shall be spaced out at 10 FT in each row. Rows shall be offset, resulting in a 5 FT spacing between willows along the bank. H. Large clump of 5-6 FT tall willow cuttings to be harvested and bundled by the contractor. Willow clump shall be placed such that bottom is below the filter fabric and at or below the "low water" elevation. I. A slit shall be cut in filter fabric to allow placement of willow bundle beneath the fabric. J. Topsoil shall be placed around willow clump and lightly compacted. K. Riprap shall be placed from toe up to the proposed top of riprap section, being careful to avoid willow clumps. L. Soil shall be placed from top edge of riprap section at 1.5:1 slope to catch point on existing ground. M. Soil shall be seeded and fertilized, biodegadable fabric shall be placed over seeded soil and staked as shown in drawings. N. Willow clump shall be cut off at 2 FT above finished Bound surface. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 6 • O. Filter fabric also shall be anchored in soil at upstream and downstream ends of the riprap section. P. Remove dewatering system, restore channel bottom to original condition. 3.7 SHORING, SHEETING, BRACING AND SLOPING A. Install and maintain shoring, sheeting, bracing and sloping necessary to support the side of the excavation, to keep and to prevent any movement which may damage adjacent pavements, pipelines, utilities, or structures, damage or the delay work, or endanger life and health. Install and maintain shoring, sheeting, bracing, and sloping as required by OSHA and other applicable governmental regulations and agencies. 3.8 EXCAVATION SAFETY A. The Contractor shall be solely responsible for making all excavations in a safe manner. Provide appropriate measures to retain excavation sideslopes and prevent rock falls to ensure that persons working in or near the excavation are protected. Any necessary trench excavation permits shall be the responsibility of the. Contractor. 3.9 FIELD QUALITY CONTROL A. Owner and Contractor shall each provide and pay for certain testing services: 1. Owner shall retain the services of a qualified Testing Agency and/or Engineer to perform testing services for the following: a. Testing of soil compaction for compliance with the Contract Documents. b. Contractor shall give a minimum of 24 HR advance notice to Engineer when ready for compaction for sub-grade testing and inspection. 2. Contractor shall retain the services of a qualified Testing Agency and/or Soils Engineer to . perform testing services for the following: a. Inspection services indicated herein for the dewatering system and shoring system design. b. Initial moisture density relations required for all materials to be compacted. c. Additional testing or retesting of compaction density or sub-grade inspection which fail to meet specification requirements. Contractor shall pay for all costs associated with corrective work. B. Shoring, and Bracing (Vertical Slope Restraint) 1. Comply with Montana Occupational Safety and Health Code, and 29CFR Chapter 17 and 29CFR Part 1926.650 - 652, Subpart P. 2. Provide proper and substantial sheeting, and bracing as required to prevent caving or sliding, to protect workers and the Work, and to protect existing structures and facilities. 3. Design and build shoring, and bracing to withstand all loads that might be caused by earth movement, earth/water pressure, and to be rigid, maintaining shape and position under all circumstances. 4. Do not pull trench sheeting before backfilling unless pipe strength is sufficient to carry trench loads based on trench width to the back of the sheeting. 5. Do not brace left in-place sheeting against the pipe or structure, but support it in a manner that precludes concentrated loads of horizontal thrusts on pipe or structures. 6. Cross braces installed above to support sheeting may be removed after pipe and structure embedment is completed. 7. Provide shoring, and braving (Vertical Slope Restraint) in areas called for on the Drawings or as required to complete the Work. 8. Contractor shall be responsible for all design, installation and maintenance of the shoring systems (Vertical Slope Restraint) for the entire duration of the project. All systems installed shall be fully removed prior to project completion. 00...60746 Bozeman WItF Phase 1 Improvements Project 7/22/2008 02200 - 7 3.10 SPECIAL REQUIREMENTS A. Erosion Control: Conduct work to minimize erosion of site. Remove eroded material washed • off site. Clean streets daily of any spillage of dirt, rocks or debris from equipment entering or leaving site. B. Cleanup: After completion of the backfill, all remaining excavated material and slurry from dewatering operations shall be dried, spread and places as direct by the Engineer. No slurry shall be left in temporary storage and sedimentation areas shall be pumped dry and backfilled. Dispose of excess sediments, backfill; and other materials in accordance will all applicable laws and regulations. 3.11 COMPACTION DENSITY REQUIREMENTS A. Obtain approval from Engineer with regard to suitability of soils and acceptable subgrade prior to subsequent operations. B. Provide dewatering system necessary to successfully complete compaction and construction requirements. C. Remove frozen, loose, wet, or soft material and replace with approved material as directed by Soils Engineer. D. Stabilize subgrade with well graded granular materials as directed by Engineer. E. Assure by results of testing that compaction densities comply with the following requirements: 1. Sitework: LOCATION COMPACTION DENSITY Under Paved Areas, Sidewalks and Piping: Cohesive soils 98 percent per ASTM D698 Cohesionless soils 75 percent relative density per • ASTM D4253 and ASTM D4254 Unpaved Areas: Cohesive soils 85 percent of ASTM D698 Cohesionless soils 60 percent relative density per ASTM D4253 and ASTM D4254 2. Structures: LOCATION COMPACTION DENSITY Inside of structures under foundations, 95 percent per ASTM D 1557 under equipment support pads, under slabs- on-grade and scarified existing subgrade under fill material Outside structures next to walls, piers, 90 percent per ASTM D1557 columns and any other structure exterior member • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 8 • 3. Specific areas: ---- LOCATION COMPACTION DENSITY Outside structures under equipment support 95 percent per ASTM D1557 foundations Under void 85 percent per ASTM D1557 Granular fill under base slabs with pressure 75 percent relative density per relief valves, and under building floor slabs- ASTM D4253 and ASTM D4254 on-grade 3.12 EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES A. General: 1. In general, work includes, but is not necessarily limited to, excavation for structures and retaining walls, removal of underground obstructions and undesirable material, backfilling, filling, and fill, backfill, and subgrade compaction. 2. Obtain fill and backfill material necessary to produce grades required. a. Materials and source to be approved by Soils Engineer. b. Excavated material approved by Soils Engineer may also be used for fill and backfill. 3. In this Section of the Specifications, the word "foundations" includes footings, base slabs, foundation walls, mat foundations, grade beams, piers and any other support placed directly on soil: 4. In the paragraphs of this Section of the Specifications, the word "soil" also includes any • type of rock subgrade that may be present at or below existing subgrade levels. B. Excavation Requirements for Structures: 1. General: a. Do not commence excavation for foundations for structures until Soils Engineer approves: 1) The removal of topsoil and other unsuitable and undesirable material from existing subgrade. 2) Density and moisture content of site area compacted fill material meets requirements of specifications. 3) Site surcharge or mass fill material can be removed from entire construction site or portion thereof. 4) Surcharge or mass fill material has been removed from construction area or portions thereof. b. Engineer grants approval to begin excavations. 2. Dimensions: a. Excavate to elevations and dimensions indicated or specified. b. Allow additional space as required for construction operations and inspection of foundations. 3. Removal of obstructions and undesirable materials in excavation includes, but is not necessarily limited to, removal of old foundations, existing construction, unsuitable subgrade soils, expansive type soils, and any other materials which may be concealed beneath present grade, as required to execute work indicated on Contract Drawings: a. If undesirable material and obstructions are encountered during excavation, remove material and replace as directed by Soils Engineer. 4. Level off bottoms of excavations to receive foundations, floor slabs, equipment support pads, or compacted fill: a. Remove loose materials and bring excavations into approved condition to receive concrete or fill material. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 9 b. Where compacted fill material must be placed to bring subgrade elevation up to underside of construction, scarify existing subgrade upon which fill material is to be placed to a depth of 6 IN and then compact to density stated in this Specification • Section before fill material can be placed thereon. c. Do not carry excavations lower than shown for foundations except as directed by Soils Engineer or Engineer. d. If any part of excavations is carried below required depth without authorization, maintain excavation and start foundation from excavated level with concrete of same strength as required for superimposed foundation, and no extra compensation will be made to Contractor therefore. 5. Make excavations large enough for working space, forms, dampproofing, waterproofing, and inspection. 6. No tify Soils Engineer and Engineer as soon as excavation is completed in order that subgrades maybe inspected: a. Do not commence further construction until subgrade under compacted fill material, under foundations, under floor slabs-on-grade, under equipment support pads, and under retaining wall footings has been inspected and approved by the Soils Engineer as being free ofundesirable-material, being of compaction density required by this specification, and being capable of supporting the allowable foundation design bearing pressures and superimposed foundation, fill, and building Ioads to be placed thereon. b. Soils Engineer shall be given the opportunity to inspect subgrade below fill material both prior to and.after subgrade compaction. c. Place fill material, foundations, retaining wall footings, floor slabs-on-grade, and equipment support pads as soon as weather conditions permit after excavation is completed, inspected, and approved and after forms and reinforcing are inspected and approved. d. Before concrete or fill material is placed, protect approved subgrade from becoming loose, wet, frozen, or soft due to weather, construction operations, or other reasons. 7. Dewatering: • a. Where groundwater is or is expected to be encountered during excavation, install a dewatering system to prevent softening and disturbance of subgrade below foundations and fill material, to allow foundations and fill material to be placed in the dry, and to maintain a stable excavation side slope. b. Groundwater shall be maintained at least 2 FT below the bottom of any excavation. c. Review soils investigation before beginning excavation and determine where groundwater is likely to be encountered during excavation. d. Employ dewatering specialist for selecting and operating dewatering system.. e. Keep dewatering system in operation until dead load of structure exceeds possible buoyant uplift force on structure. f. Dispose of groundwater to an area which will not interfere with construction operations or damage existing construction. I) Install groundwater monitoring wells as necessary. g. Shut off dewatering system at such a rate to prevent a quick upsurge of water that might weaken the subgrade. 8. subgrade stabilization: a. If subgrade under foundations, fill material, floor slabs-on-grade, or equipment support pads is in a frozen, loose, wet, or soft condition before construction is placed thereon, remove frozen, loose, wet, or soft material and replace with approved compacted material as directed by Soils Engineer. b. Provide compaction density of replacement material as stated in this specification section. c. Loose, wet, or soft materials, when approved by Soils Engineer, may be stabilized by a compacted working mat of well graded crushed stone. d. Compact stone mat thoroughly into subgrade to avoid future migration of fines into the e stone voids. Remove and re lace frozen materials as directed by Soils Engineer • . . p 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 10 • f. Method of stabilization shall be performed as directed by Soils Engineer. g. Do not place further construction on the repaired subgrades, until the subgrades have been approved by the Soils Engineer. 9. Do not place floor slabs-on-grade including equipment support pads until subgrade below has been approved, piping has been tested and approved, reinforcement placement has been approved, and Contractor receives approval to commence slab construction: a. Do not place building floor slabs-on-grade including equipment support pads when temperature of air surrounding the slab and pads is or is expected to be below 40 DegF before structure is completed and heated to a temperature of at least 50 DegF. 10. Protection of structures: a. Prevent new and existing structures from becoming damaged due to construction operations or other reasons. b. Prevent subgrade under new and existing foundations from becoming wet and undermined during construction due to presence of surface or subsurface water or due to construction operations. 11. Shoring: a. Shore, sheet pile, slope, or brace excavations as required to prevent them from collapsing. b. Remove shoring as backfilling progresses but only when banks are stable and safe from caving or collapse. 12. Drainage: a. Control grading around structures so that ground is pitched to prevent water from running into excavated areas or damaging structures. b. Maintain excavations where foundations, floor slabs, equipment support pads or fill material are to be placed free of water. c. Provide pumping required to keep excavated spaces clear of water during construction. d. Should any water be encountered in the excavation, notify Engineer and Soils Engineer. • e. Provide free discharge of water by trenches, pumps, wells, well points, or other means as necessary and drain to point of disposal that will not damage existing or new construction or interfere with construction operations. 13. Frost protection: a. Do not place foundations, slabs-on-grade, equipment support pads, or fill material on frozen ground. b. When freezing temperatures may be expected, do not excavate to full depth indicated, unless foundations, floor slabs, equipment support pads, or fill material can be placed immediately after excavation has been completed and approved. c. Protect excavation from frost if placing of concrete or fill is delayed. d. Where a concrete slab is a base slab-on-grade located under and within a structure that will not be heated, protect subgrade under the slab from becoming frozen until final acceptance of the Project by the Owner. e. Protect subgrade under foundations of a structure from becoming frozen until structure is completed and heated to a temperature of at least 50 DegF. C. Fill and Backfill Inside of Structure and Below Foundations, Base Slabs, Floor Slabs, Equipment Support Pads and Piping: 1. General: a. subgrade to receive fill or backfill shall be free of undesirable material as determined by Soils Engineer and scarified to a depth of 6 IN and compacted to density specified herein. b. Surface may be stepped by at not more than 12 IN per step or may be sloped at not more than 2 percent. c. Do not place any fill or backfill material until subgrade under fill or backfill has been inspected and approved by Soils Engineer as being free of undesirable material and compacted to specified density. • 2. Obtain approval of fill and backfill material and source from Soils Engineer prior to placing the material. 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 02200 - 11 3. Granular fill under floor slabs-on-grade: Place all floor slabs-on-grade on a minimum of 6 ]N of granular fill unless otherwise indicated. • 4. Fill and backfill placement: a. Prior to placing fill and backfill material, optimum moisture and maximum density properties for proposed material shall be obtained from Soils Engineer. b. Place fill and backfill material in thin lifts as necessary to obtain required compaction density. c. Compact material by means of equipment of sufficient size and proper type to obtain specified density. d. Use hand operated equipment for filling and backfilling next to walls. e. Do not place fill and backfill when the temperature is less than 40 DegF and when subgrade to receive fill and backfill material is frozen, wet, loose, or soft. f. Use vibratory equipment to compact granular material; do not use water. 5. Where fill material is required below foundations, place fill material, conforming to the required density and moisture content, outside the exterior limits of foundations located around perimeter of structure the following horizontal distance whichever is greater: a. As required to provide fill material to indicated finished grade. b. 5 FT. c. Distance equal to depth of compacted fill below bottom of foundations. d. As directed by Soils Engineer. D. Filling and Backfilling Outside of Structures. 1. This paragraph of this Specification applies to fill and backfill placed outside of structures above bottom level of both foundations and piping but not under paving. 2. Provide material as approved by Soils Engineer for filling and backfilling outside of structures. 3. Fill and backfill placement: a. Prior to placing fill and backfill material, obtain optimum moisture and maximum density properties for proposed material from Soils Engineer. • b. Place fill and backfill material in thin lifts as necessary to obtain required compaction density. c. Compact material with equipment of proper type and size to obtain density specified. d. Use only hand operated equipment for filling and backfilling next to walls and retaining walls. e. Do not place fill or backfill material when temperature is less than 40 DegF and when subgrade to receive material is frozen, wet, loose, or soft. f. Use vibratory equipment for compacting granular material; do not use water. 4. Backfilling against walls: a. Do not backfill around any part of structures until each part has reached specified 28- day compressive strength and backfill material has been approved. b. Do not start backfilling until concrete forms have been removed, trash removed from excavations, pointing of masonry work, concrete finishing, dampproofing and waterproofing have been completed. c. Do not place fills against walls until floor slabs at top, bottom, and at intermediate levels of walls are in place and have reached 28-day required compressive strength to prevent wall movement. d. Bring backfill and fill up uniformly around the structures and individual walls, piers, or columns. E. Backfilling Outside of Structures Under Piping or Paving: 1. When backfilling outside of structures requires placing backfill material under piping or paving, the material shall be placed from bottom of excavation to underside of piping or paving at the density required for fill under piping or paving as indicated in this Section. 2. This compacted material shall extend transversely to the centerline of piping or paving a horizontal distance each side of the exterior edges of piping or paving equal to the depth of backfill measured from bottom of excavation to underside of piping or paving. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02200 - 12 • 3. Provide special compacted bedding or compacted subgrade material under piping or paving as required by other sections of these Specifications. END OF SECTION • • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02200 - 13 • • • • SECTION 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, trenching, backfilling and compacting for all underground utilities. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 01400 -Quality Control 4. Section 02200 -Earthwork. 5. Section 02515 -Precast Concrete Manhole Structures. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)). c. D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)). . d. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. e. D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. B. Qualifications: Hire an independent soils laboratory to conduct in-place moisture-density tests for backfilling to assure that all work complies with this Specification. 1.3 DEFINITIONS A. Excavation: All excavation will be defined as unclassified. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Submit respective pipe or conduit manufacturer's data regarding bedding methods of installation and general recommendations. 4. Submit sieve analysis reports on all granular materials. B. Miscellaneous Submittals: 1. Submit test reports and fully document each with specific location or stationing information, date, and other pertinent information. 2. Submit results of laboratory moisture-density relationship testing of samples of on-site and off-site (borrow) Backfill Material soils, and gradation testing results of Bedding Material. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02221 - 1 1.5 SITE CONDITIONS A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent • slides or caving: 1. Maintain and trim excavated materials in such manner to be as little inconvenience as possible to public and adjoining property owners. B. Provide full access to public and private premises and fire hydrants, at street crossings, sidewalks and other points as designated by Owner to prevent serious interruption of travel. C. Protect and maintain bench marks, monuments or other established points and reference points and if disturbed or destroyed, replace items to full satisfaction of Owner and controlling agency. D. Verify location of existing underground utilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Backfill Material: 1. Material obtained from on-site excavations or imported outside the limits of the site, as approved by Engineer. a. Free of refuse, boulders, roots, sod or other organic matter, and frozen material. b. Moisture content at time of placement: 3 percent plus/minus of optimum moisture content as specified in accordance with ASTM D698 ASTM D1557. B. Bedding Materials: 1. As approved by the Soils Engineer. 2. Granular Type I Bedding materials: a. Type 1 Pipe Bedding includes the backfill material placed from 4 inches below the • bottom of the pipe to 6 inches above the pipe. b. ASTM C33, gradation 67 (3/4 IN to No. 4 sieve) defined below: Sieve Size 1 IN 3/4 IN 3/8 IN No. 4 No. 20 Percent Passing by Weight 100 90-100 20-55 0-10 0 3. Type 2 Bedding Material: a. Used as directed by the Engineer, to replace unsuitable material encountered in the trench bottom and placed to the depth required to adequately support the pipe. b. Consists of granular material meeting the following graduation: Sieve Size 3 IN No. 4 No. 8 Percent Passing by Weight 100 0-25 0-10 C. Flowable Fill: 1. Flowable fill may also be used in substitute of any type of trench backfill, subject to the approval of the Engineer and at the expense of the Contractor. 2. A highly flowable, self compacting material designed in accordance with ASTM D4832 to be excavatable and achieve a 28 day compressive strength of 30 to 150 psi when tested in accordance with ASTM C39 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02221 - 2 • PART 3 - EXECUTION 3.1 GENERAL A. Remove and dispose of unsuitable materials as directed by Soils Engineer to site provided by Owner. 3.2 EXCAVATION A. Unclassified Excavation:. Remove rock excavation, clay, silt, gravel, hard pan, loose shale, and loose stone as directed by Soils Engineer. B. Excavation for Appurtenances: 1. 12 IN (minimum) clear distance between outer surface and embankment. 2. See Section 02200 for applicable requirements. 3. See Section 02515 for applicable requirements. C. Groundwater Dewatering: 1. Where groundwater is, or is expected to be, encountered during excavation, install a dewatering system to prevent softening and disturbance of subgrade to allow subgrade stabilization, pipe, bedding and backfill material to be placed in the dry, and to maintain a stable trench wall or side slope. 2. Groundwater shall be drawn down and maintained at least 2 FT below the bottom of any trench or manhole excavation prior to excavation. 3. Review soils investigation before beginning excavation and determine where groundwater is likely to be encountered during excavation: a. Employ dewatering specialist for selecting and operating dewatering system. • 4. Keep dewatering system in operation until dead load of pipe, structure and backfill exceeds possible buoyant uplift force on pipe or structure. 5. Dispose of groundwater to an area which will not interfere with construction operations or damage existing construction. 6. Install groundwater monitoring wells as necessary. 7. Shut off dewatering system at such a rate to prevent a quick upsurge of water that might weaken the subgrade. 8. Cost of groundwater dewatering shall be incidental to the installation work and included in the bid cost for the work.. D. Trench Excavation: 1. Stability of construction excavations and associated worker safety, including slope geometry and shoring/bracing, are the responsibility of the Contractor and may require design of temporary slopes and/or shoring by a licensed professional engineer. 2. Excavate trenches by open cut method to depth shown on Drawings and necessary to accommodate work: a. Support existing utility lines and yard piping where proposed work crosses at a lower elevation: 1) Stabilize excavation to prevent undermining of existing utility and yard piping. 3. Open trench outside buildings, units, and structures: a. No more than the distance between two manholes, structures, units, or 300 LF, whichever is less. b. Field adjust limitations as weather conditions dictate. 4. Trenching within buildings, units, or structures: a. No more than 100 LF at any one time. 5. Any trench or portion of trench, which is opened and remains idle for 7 calendar days, or longer, as determined by the Owner, may be directed to be immediately refilled,. without completion of work, at no additional cost to Owner: a. Said trench may not be reopened until Owner is satisfied that work associated with trench will be prosecuted with dispatch. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02221 - 3 6. Observe following trenching criteria: a. Trench size: 1) Excavate width to accommodate free working space. 2) Maximum trench width at top of pipe or conduit may not exceed outside diameter of utility service by more than the following dimensions: OVERALL DIAMETER OF UTILITY SERVICE EXCESS DIMENSION 33 IN and less 18 IN more than 33 IN 24 IN 3) Cut trench walls vertically from bottom of trench to 1 FT above top of pipe, conduit, or utility service. 4) Keep trenches free of surface water runoff. a) Include cost in Bid. b) No separate payment for surface water runoff pumping will be made. E. Trenching for Electrical Installations: 1. Observe Paragraph 3.2D. "Trench Excavation". 2. Modify for electrical installations as follows: a. Open no more than 600 LF of trench in exterior locations for trenches more than 12 IN but not more than 301N wide. b. Any length of trench may be opened in exterior locations for trenches which are 12 IN wide or less. c. Do not over excavate trench. d. Cut trenches for electrical runs with minimum 30 IN cover, unless otherwise specified or shown on Drawings. e. See Division 16 for additional requirements. 3.3 PREPARATION OF FOUNDATION FOR PIPE LAYING • A. Place Type 1 pipe Bedding material backfill a minimum of 4 IN below the bottom of the pipe to 6 IN above the pipe and compact as prescribed herein. B. Over-Excavation: 1. Backfill and compact to 90 percent of maximum dry density per ASTM D698. 2. Backfill with granular bedding material as option. C. Rock Excavation: 1. Excavate minimum of 6 IN below bottom exterior surface of the pipe or conduit. 2. Backfill to grade with suitable earth or granular material. 3. Form bell holes in trench bottom. D. Subgrade Stabilization: 1. Stabilize the subgrade with Type 2 Bedding material when directed by the Engineer. 2. Observe the following requirements when unstable trench bottom materials are encountered: a. Notify Engineer when unstable materials are encountered: 1) Define by drawing station locations and limits. b. Remove unstable trench bottom caused by Contractor failure to dewater, rainfall, or Contractor operations: 1) Replace with subgrade stabilization with no additional compensation. 3.4 BACKFILLING METHODS A. Do not backfill until tests to be performed on system show system is in full compliance to specified requirements. B. Remove and dispose of excavated soils that are saturated, contain deleterious materials or have characteristics that, in the opinion of the Engineer, render the soils unsuitable as backfill. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02221 - 4 C. Aerate and dry wet backfill material to specified moisture content by blading, discing, • harrowing, or other methods, to hasten the drying process or replace unsuitable soils with suitable excess onsite material segregated for backfill or imported suitable backfill material at no additional cost to the Owner. D. Carefully Compacted Backfill: 1. Furnish where indicated on Drawings, specified for trench embedment conditions and for compacted backfill conditions up to 12 IN above top of pipe or conduit. 2. Comply with the following: a. Place backfill in lifts not exceeding 8 IN (loose thickness). b. Hand place, shovel slice, and pneumatically tamp all carefully compacted backfill. c. Observe specific manufacturer's recommendations regarding backfilling and compaction. d. Compact each lift to specified requirements. • E. Common Trench Backfill: 1. Perform in accordance with the following: a. Place backfill in lift thicknesses capable of being compacted to densities specified. b. Observe specific manufacturer's recommendations regarding backfilling and compaction. c. Avoid displacing joints and appurtenances or causing any horizontal or vertical misalignment, separation, or distortion. F. Water flushing for consolidation is not permitted. G. Backfilling for Electrical Installations: 1. Observe Paragraph 3.4D. or E. "Backfilling Methods." 2. Modify for electrical installation as follows: a. Observe notes and details on electrical drawings for fill in immediate vicinity of direct burial cables. H. Buried Detectable Warning Tape: 1. Place Detectable Warning Tape as required in the project specifications or on the plans for installed utilities. 3.5 COMPACTION A. General: 1. Place and assure bedding, backfill, and fill materials achieve an equal or "higher" degree of compaction than undisturbed materials adjacent to the work. 2. In no case shall degree of compaction below "Minimum Compactions" specified be accepted. 3. Do not attempt to compact backfill material that contains excessive moisture. B. Compaction Requirements: 1. Unless noted otherwise on Drawings or more stringently by other sections of these Specifications, comply with following trench compaction criteria: MINIMUM COMPACTIONS LOCATION 2. Bedding material: All locations SOIL TYPE Cohesionless soils 3. Carefully compacted backfill: • 00...60746 Bozeman WRF Phase 1 Improvements Project 02221 - 5 DENSITY 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 7/11/2008 All applicable areas Cohesive soils 95 percent of maximum dry density by ASTM D698 ASTM D1557 Cohesionless soils 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 4. Common trench baclcfill: Under pavements Cohesive soils 90 percent of maximum roadways surfaces, dry density by ASTM D698 within highway right-of--ways Cohesionless soils 60 percent of relative density by ASTM D4253 and ASTM D4254 Under turfed, sodded Cohesive soils 85 percent of maximum plant seeded, non- dry density by ASTM D698 traffic areas 3.6 Cohesionless soils 40 percent of relative density by ASTM D4253 and ASTM D4254 FIELD QUALITY CONTROL A. Owner and Contractor shall each provide and pay for certain testing services: 1. Owner shall retain the services of a qualified Testing Agency and/or Engineer to perform testing services for the following: a. Testing of in-place moisture density. b. Contractor shall give a minimum of 24 HR advance notice to Engineer when ready for in-place moisture density testing. Contractor shall ensure excavations and are safe for testing personnel. 2. Contractor shall retain the services of a qualified Testing Agency and/or Soils Engineer to perform testing services for the following: a. Initial moisture density relations required for all materials to be compacted. b. Retesting of failing area. END OF SECTION • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02221 - 6 • SECTION 02234 SUB BASE COURSE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. This work is constructing asub-base course of either crushed or uncrushed materials meeting the specified gradations and other quality criteria specified herein for asphaltic concrete paving. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02235 - Crushed Base Course. 4. Section 02510 -Asphaltic Concrete Pavement. • J 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. AASHTO T11 Amount of Material Finer Than No. 200 (0.075 mm) Sieve in Aggregate 2. AASHTO T27 Sieve Analysis of Fine and Coarse Aggregates 3. AASHTO T89 Determining Liquid Limit of Soils 4. AASHTO T90 Determining the Plastic Limit and Plasticity Index of Soils 5. AASHTO T176 Sand Equivalent Value of Soils-and Fine Aggregate 6. AASHTO T96 Resistance to Degradation By Abrasion and Impact in the Los Angeles Machine 7. AASHTO T99 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures (ASTM D698) Using 5 LB (2.5 kg) Rammer and 12-Inch (305 mm) Drop 8. ASTM D5821 Determining the Percentage of Fractured Particles in Coarse Aggregate 9. ASHTO T191 Density of Soil in-Place By Sand Cone Method (ASTM DI556) 10. AASHTO T238 Density of Soil and Soil In-Place By Nuclear Method (Shallow depth) (ASTM D2922) 11. AASHTO T239 Moisture Content of Soil-Aggregate In-Place By Nuclear Method (ASTM D3017) (Shallow Depth) 1.3 SUBMITTALS A. DENSITY CONTROL TESTING 1. Field Density Testing a. Meet the quality control and quality assurance testing requirements in section 01400, Contractor Quality Control and Owner Quality Assurance. b. Submit in-place field density tests for quality assurance meeting ASTM D1556 Sand Cone method or ASTM D2922 and D3017 Nuclear Densometer method. Quality assurance field density testing frequency is at the discretion of the Engineer. c. Cost of all Quality Control Testing and retesting of failing areas is at the expense of the Contractor unless otherwise stated in Section 01400 -Quality Control. 2. Laboratory Maximum Density and Optimum Moisture a. Moisture density curves will be provided by the Contractor for each base material supplied. These will be provided at the expense of the Contractor. 3. Materials Submittals 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02234 - 1 a. Submit to the Engineer gradations, moisture density curves and other preliminary test results for sources to be used for base materials prior to delivery to the site for approval • by the Engineer. If recycled materials are proposed, CBR test data must be submitted to the Engineer to assure consistency with design requirements. PART 2 - PRODUCTS 2.1 GENERAL A. Furnish select sub-base material meeting the applicable aggregate quality. 2.2 UNCRUSHED SUBBASE A. Furnish material consisting of hard, durable stone, gravel or other similar materials mixed or blended with sand, stone dust, recycled concrete and/or asphalt or other binding or filler materials produced from approved sources, providing a uniform mixture meeting these specifications and compacted into a dense and well-bonded sub base. Oversize material of acceptable quality may be crushed and used in the base material, if the blend meets the specified gradations. B. Assure the material retained on the No. 4 sieve has a wear not exceeding 50 percent at 500 revolutions as determined by AASHTO T96. 2.3 CRUSHED SUBBASE A. Furnish material having both fine and. coarse crushed stone or crushed gravel, and/or natural gravel, and when approved, blended with soil, sand, screenings, recycled concrete and/or asphalt or other materials. B. Furnish crushed gravel or stone consisting of hard, durable particles, not containing excessive • flat, elongated, soft or disintegrated rock, dirt, or other deleterious matter, and having a wear not exceeding 50 percent at 500 revolutions as determined by AASHTO T96. C. Use production methods that produce a percent of fractured rock in the fmished product that is constant and uniform. Crush aggregate so that at least 25 percent of the material is retained on the No. 4 sieve and has one or more mechanically fractured faces. 2.4 GRADATION A. Produce material, including any added binder or filler, meeting the following Table of Gradations as determined by AASHTO Methods TIl and T27: TABLE OF GRADATIONS PERCENTAGES BY WEIGHT PASSING SQUARE MESH SIEVES Passing 4 IN Minus 3 IN Minus 2 IN Minus 1 1/2 IN Minus 1 IN Minus 4IN 100 -- -- -- -- 3IN -- 100 -- -- -- 2IN -- -- -- 100 -- 11 /2 IN -- -- -- 100 -- lIN -- -- -- -- 100 No.4 25-60 25-60 25-60 25-60 25-70 No. 40 10-30 10-30 10-30 10-30 10-30 No.200 2-10 2-10 2-10 2-10 2-10 B. Up to 5 percent "oversized" material is permitted provided that the "oversized" material passes the screen size immediately larger than the top size specified. The material between the maximum screen opening and the No. 4 sieve shall be reasonably well graded. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02234 - 2 C. Suitability of the aggregate is determined by the gradation testing of material placed in the • project as required in the Contract documents, within the allowable limits described by the Table of Gradations for the particular grading specified. D. Assure the liquid limit for the aggregate fraction passing a No. 4 sieve does not exceed 25, nor the plasticity index exceed 6, as determined by AASHTO T89 and T90. 2.5 WATERING: A. Use uncontaminated water. PART 3 - EXECUTION 3.1 PREPARATION A. Immediately before placing the base course, blade smooth and shape the underlying subgrade, sub-base or base course to the plan cross section before the base course is placed on the street. Do not place sub-base course on wet or muddy subgrade or sub-base course. Maintain at least one completed area of fmished and accepted subgrade or sub-base course in advance of placing base course. 3.2 PLACEMENT AND SPREADING A. Mix and place the material in maximum 6 IN (15 cm) horizontal layers loose thickness. Deposit and spread each load of material on the prepared subgrade, or on a completed sub-base course layer continuously without breaks. Assure hauling over the subgrade or over any completed sub base course does not damage the subgrade, sub-base or base course. B. Spread using dump boards, spreader boxes, or moving vehicles equipped to distribute the • material in a uniform layer or a windrow. Place and spread the material in a uniform layer to the specified depth without causing segregation. Once the base course is spread, blade-mix it the full depth by alternately blading the entire layer to the centerline and back to the roadway edge. C. For multiple layers, mix each layer as specified above. Blade smooth and compact each layer before placing the succeeding layer. D. Uniformly add water, when required, on site and place in amounts required to compact the material as necessary to aid in densification and to limit segregation. Maintain an adequate water supply during the work. Assure the equipment used for watering is of the capacity and design to provide uniform water application. E. Apply water during the work to control dust and to maintain the base course in a damp condition. F. Where crushed sub-base is specified, produce a product with at least 25 percent of the material retained on the No. 4 sieve having one or more fractured faces. G. Water required for compacting base gravel may be obtained from the municipal system if approved by the Owner, or from other sources. H. Compact the material using appropriate tamping equipment or power rollers. Correct all irregularities or depressions that develop under rolling by scarifying the material and adding or removing material, as required, until the surface meets specifications. I. Blade and compact alternately, as required to produce the specified surface until final inspection. Tamp the material along curbs, headers, manholes, and similar structures and all places inaccessible to rollers using approved mechanical tampers or hand tampers meet field density requirements. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02234 - 3 3.3 FIELD DENSITY REQUIREMENTS A. Furnish watering and rolling to obtain a minimum field density of 95 percent of the maximum dry density determined by AASHTO T99. No separate compensation is allowed for rolling and watering the sub-base course other than the sub-base course bid item or items listed on the Contract documents. 3.4 SURFACE TOLERANCES A. Finish the sub-base course so that when tested using a 10 FT (3 m) straight edge placed on the surface with its center line parallel to the street center, the maximum surface deviation from the straight edge does not exceed U2 IN (12.7 mm). Additionally, the finished grade cannot deviate more than 0.1 FT (30 mm) at any point from the staked elevation and the sum of the deviations from two points not more than 30 FT (9.14 m) apart cannot exceed 0.1 FT (30 mm). B. Perform all sub base course corrections to meet the above tolerances using approved methods and materials. Payment for patching aggregate is at the unit price bid for the sub-base course material. PART 4 - MEASUREMENT AND PAYMENT 4.1 MEASUREMENT AND PAYMENT A. No separate measurement or payment will be made for sub-base course material. Full compensation for uncrushed or crushed, sub base course of the specified gradations, complete in place, including furnishing, loading, hauling, spreading, blending, shaping, watering, and compacting the sub-base course material, and for all tools, labor and incidentals necessary to complete this item shall be incidental to and included in the bid price for the new asphalt road paving. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02234 - 4 • SECTION 02235 BASE COURSE PART 1: GENERAL 1.1 SUMMARY A. Section Includes: 1. This work is the placing of one or more base courses composed of crushed gravel, stone or other similar materials meeting the gradation and other quality criteria specified herein for asphaltic concrete paving. B. Related Sections include but are-not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02510 -Asphaltic Concrete Pavement. • 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. AASHTO Tl l Amount of Material Finer Than No. 200 (0.075 mm) Sieve in Aggregate 2. AASHTO T27 Sieve Analysis of Fine and Coarse Aggregates 3. AASHTO T89 Determining Liquid Limit of Soils 4. AASHTO T90 Determining the Plastic Limit and Plasticity Index of Soils 5. AASHTO T176 Sand Equivalent Value of Soils and Fine Aggregate 6. AASHTO T96 Resistance to Degradation By Abrasion and Impact in the Los Angeles Machine 7. AASHTO T99 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures (ASTM D698) Using 5-Ib (2.5 kg) Rammer and 12-Inch (305 mm) Drop 8. ASTM D5821 Determining the Percentage of Fractured Particles in Coarse Aggregate 9. ASHTO T191 Density of Soil in-Place By Sand Cone Method (ASTM DI556) 10. AASHTO T238 Density of Soil and Soil In-Place By Nuclear Method (Shallow depth) (ASTM D2922) 11. AASHTO T239 Moisture Content of Soil-Aggregate In-Place By Nuclear Method (ASTM D3017) (Shallow Depth) 1.3 SUBMITTALS A. Density Control Testing: 1. Field Density Testing: a. Meet the quality control and quality assurance testing requirements in Section 01400- . Contractor Quality Control and Owner Quality Assurance. b. Submit in-place field density tests for quality assurance meeting ASTM D1556 Sand Cone method or ASTM D2922 and D3017 Nuclear Densometer method. Quality assurance field density testing frequency is at the discretion of the Engineer. c. Cost of all Quality Control Testing and retesting of failing areas is at the expense of the Contractor unless otherwise stated in Section 01400 -Quality Control. 2. Laboratory Maximum Density and Optimum Moisture: a. Moisture density curves will be provided by the Contractor for each base material provided. These will be provided at the expense of the Contractor. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02235 - I B. Materials Submittals: 1. Submit to the Engineer gradations, moisture density curves and other test results for sources • to be used for base materials prior to delivery to the site for approval by the Engineer. If recycled materials are proposed, CBR test data must be submitted to the Engineer to assure consistency with design requirements. PART 2 - PRODUCTS 2.1 GENERAL A. Furnish aggregate base material meeting the applicable aggregate quality requirements. 2.2 CRUSHED BASE MATERIAL A. Consists of both fine and coarse fragments of crushed stone or crushed gravel, and/or natural gravel, and when approved, blended with sand, finely crushed stone, crusher screenings, recycled concrete and/or asphalt or other similar materials. B. Use crushed stone or gavel consisting of hard, durable particles of fragments of stone, free of excess of flat, elongated, soft or disintegrated pieces, dirt, or other deleterious matter, and having a percent of wear of not exceeding 50 at 500 revolutions when tested under AASHTO T96. C. Crush material so that the percentage of fractured particles in the finished product is as constant and uniform as practical. Crush to produce material where at least 35 percent of the material retained on the No. 4 sieve has at least one fractured face. D. Incorporate all material produced in the crushing operation and passing the No. 4 mesh sieve into the base material necessary to meet the gradation requirements. 2.3 GRADATION A. As determined by AASHTO Methods TIl and T27, furnish material for the grading specified in • the contract documents including binder or filler, which may have been added at the plant or at the site, meeting the requirements of that grading in the Table of Gradations below: TABLE OF GRADATIONS PERCENTAGES BY WEIGHT PASSING SQUARE MESH SIEVE Passing 1 'h IN Minus 1 IN Minus '/4 IN Minus 1 1 /2 Inch 100 ---- ---- lInch 100 ---- 3/4Inch ---- ---- 100 1/2 Inch ---- ---- ---- No.4 Sieve 25 - 60 40 - 70 40 - 70 No.lOSieve 25 - 55 25 - 55 No.200Sieve 0 - 8 2 - 10 2 - 10 B. Up to 5 percent "oversized" material is permitted provided that the "oversized" material passes the screen size immediately larger than the top size specified. The produced material between the maximum screen opening and the No. 4 sieve shall be reasonably well graded. C. Suitability of the aggregate is based on samples obtained during placement in the project within limits allowed in the table for the particular grading specified. D. That portion of the fine aggregate passing the No. 200 sieve must be less than 60 percent of that portion passing the No. 40 sieve. E. The liquid limit for that portion of the fine aggregate passing a No. 40 sieve cannot exceed 25, nor the plasticity index exceed 6, as determined by AASHTO T89 and T90. • 00...60946 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02235 - 2 • 2.4 WATERING A. Use uncontaminated water. PART 3 - PART 3: EXECUTION 3.1 GENERAL A. Before placing the base course, smooth and shape the surface of the underlying subgrade, sub- base or base course to the cross section shown on the plans before placing the base course. B. Do not place base course on a wet or muddy subgrade or sub-base course. Complete at least one area of fmished and accepted subgrade, sub-base or underlying base before the placing of any base course. 3.2 PLACEMENT AND SPREADING A. Mix and place the material in maximum 8 IN (20 centimeters) compacted layers unless otherwise approved. Deposit and spread each load of material on the prepared subgrade, or on a completed sub-base or base course layer continuously without interruption. Discontinue operating haul units over subgrade, or over any sub-base or base course completed if the haul units damage the subgrade, sub-base or base course. B. Deposit and spread the material in a uniform layer, without segregation, to a loose depth so that when compacted, and making allowance for any filler to be blended on the road, the layer has the specified thickness. C. Spread material using dump boards, spreader boxes, or vehicles equipped to distribute the material in a uniform layer. The material may be deposited in windrows mixed-and spread as described below. D. Construct each layer meeting these requirements. Blade smooth and thoroughly compact each layer as specified before placing the succeeding layer. E. If segregation or moisture problems exist, or if the material was placed on the road in windrows, thoroughly blade-mix the material of the affected layer by alternately blading to the center and back to the edges of the street. F. Uniformly add water, when required, on site and place in amounts required to compact the material as necessary to aid in densification and to limit segregation. Maintain an adequate water supply during the work. Assure the equipment used for watering is of the capacity and design to provide uniform water application. G. Apply water during the work to control dust and to maintain the base course in a damp condition in accordance with Section 01560-Environmental Protection and Special Conditions. H. Water required for compacting base gravel may be obtained from the municipal system if approved by the owner, or from other sources. 3.3 FIELD DENSITY REQUIREMENTS A. Compact placed material the full width by rolling with suitable tamping equipment or power rollers. Correct all irregularities or depressions that develop during rolling by loosening the material in these places and adding or removing material, as required. B. Perform blading and compacting alternately as required or directed, to maintain a smooth, even, uniformly compacted surface until the final inspection. Along curbs, headers, manholes, and • similar structures, and at all places not accessible to the roller, compact the base course material with suitable mechanical tampers or hand tampers to reach the compaction requirements. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 02235 - 3 C. Provide the watering and rolling required to obtain a minimum field density of 95 percent of maximum dry density as determined by AASHTO T99. No separate compensation is made for • rolling and watering the base course other than the base course bid item or items listed on the contract documents. 3.4 SURFACE TOLERANCES A. The base course surface when finished and tested with a 10 FT (3.0 meter) straight edge placed on the surface with its center line parallel to the center line of the street, will not have a surface deviation from the straight edge exceeding 3/8 IN (1.0 centimeter). Additionally, the fmished grade cannot deviate more than 0.05 FT (1.5 centimeters) at any point from the staked elevation, and further, the sum of the deviations from two points not more than 30 FT (9.0 meters) apart cannot exceed 0.05 FT (1.5 centimeters). B. BF or base course receiving asphalt concrete surfacing, the finished grade cannot deviate more than 0.02 FT (0.6 centimeters) at any point from the staked elevations, and the sum of the deviations from two points not more than 30 FT (9.0 meters) apart cannot exceed 0.02 FT (0.6 centimeters}. C. If patching of the base course is necessary to meet the tolerances, perform patching using methods and aggregates approved by the Engineer. Payment for patching aggregate is at the unit price bid for the base course material. PART 4: MEASUREMENT AND PAYMENT 4. 1 MEASUREMENT AND PAYMENT A. No separate measurement or payment will be made for Crushed Base Course Material. B. Full compensation for crushed base course of the specified gradations, complete in place, • including furnishing, loading, hauling, spreading, blending, shaping, watering and compacting the sub-base course material, and for all tools, labor and incidentals necessary to complete this item shall be incidental to and included in the Bid Price for the New Asphalt Road Paving. END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02235 - 4 • SECTION 02260 TOPSOILING AND FINISHED GRADING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Topsoiling and finished grading.. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02110 -Site Clearing. 4. Section 02200 -Earthwork. 5. Section 02270 -Soil Erosion and Sediment Control. 6. Section 02930 -Seeding, Sodding and Landscaping. C. Location of Work: All areas within limits of grading and all areas outside limits of grading which are disturbed in the course of the work. 1.2 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Project Data: Test reports for furnished topsoil. • 1.3 SITE CONDITIONS A. Verify amount of topsoil stockpiled and determine amount of additional topsoil, if necessary to complete work. PART 2 - PRODUCTS 2.1 MATERIALS A. On-Site Topsoil: 1. Original surface soil typical of the area. 2. Existing topsoil stripped and stockpiled under Section 02110. 3. Capable of supporting native plant growth. B. Imported Topsoil: 1. Sandy Loam, from source approved by Engineer meeting, or improved to meet by adding and mechanically mixing sand, and/or peat or manure: Coin op Went Maximum Percentaee Sand 65% Silt 50% Clay 25% 2. Friable and free of subsoils and objects over 2 IN diameter including clods, gravel, inert material, weeds and roots. 2.2 TOLERANCES A. Finish Grading Tolerance: 0.1 FT plus/minus from required elevations. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02260 - 1 PART 3 - EXECUTION 3.1 PREPARATION • A. Correct, adjust and/or repair rough graded areas. 1. Cut off mounds and ridges. 2. Fill gullies and depressions. 3. Perform other necessary repairs. 4. Bring all sub-grades to specified contours, even and properly compacted. B. Loosen surface to depth of 2 IN, minimum. C. Remove all stones and debris over 2 IN in any dimension. 3.2 ROUGH GRADE REVIEW A. Reviewed by Engineer in Section 02110, Site Clearing. 3.3 PLACING TOPSOIL A. Do not place when subgrade is wet or frozen enough to cause clodding. B. Spread to minimum compacted depth of 6 IN for all disturbed earth areas. C. If topsoil stockpiled is less than amount required for work, furnish additional topsoil at no cost to Owner. D. Provide fmished surface free of stones, sticks, or other material 1 IN or more in any dimension. E. Provide fmished surface smooth and true to required grades. F. Restore stockpile area to condition of rest of fmished work. 3.4 .ACCEPTANCE • A. Upon completion of topsoiling, obtain Engineer's acceptance of grade and surface. B. Make test holes where directed to verify proper placement and thickness of topsoil. END OF SECTION • 00...60746 Bozeman WRF-Phase 1 Improvements Project 7/11/2008 02260 - 2 • SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Soil erosion and sediment control. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 01560 -Environmental Protection and Special Controls 4. Section 02930 -Seeding, Sodding and Landscaping. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Erosion control standards: "Standards and Specifications for Soil Erosion and Sediment Control in Developing Areas" by the U.S. Department of Agriculture, Soil Conservation Service, College Park, Maryland. 1.3 WATER POLLUTION CONTROL PERMITS 1. Conduct all work in Waters of the U.S. (i.e., wetlands and waterways) and in the FEMA Floodplain in compliance with the terms and provisions of the following Owner-provided permits: • a. The Montana Department of Environmental Quality (MDEQ) SPA 124 -Montana Stream Protection Permit. b. Federal 404 -Federal Clean Water Act Permit. o. City of Bozeman Floodplain Permit. 2. Obtain, pay for, and conduct all work in compliance with following Montana Department of Environmental Quality (MDEQ) permits, as necessary: a. Storm Water Discharge Permit. b. Short Term Water Quality Standard for Turbidity Related to Construction Activity (318) Permit and/or Montana Pollution Discharge Elimination System Permit (Short Form C) for any construction dewatering discharge to an existing storm sewer system or into a stream, drainage, creek, or any State Waters. 3. Comply, at a minimum, with the requirements and measures specified in Parts 2 and 3 of this Section in addition to any MDEQ Storm Water Permit and associated Storm Water Pollution Prevention Plan. 1.4 SUBMITTALS A. MDEQ Storm Water Discharge Permit (NOI, SWPPP, & NOT), MPDES Dewatering Permit (Short Form C) and/or MDEQ 318 Permit (Short Term Water Quality Turbidity); or written confirmation from MDEQ stating that said permit(s) is/are not required. B. Erosion Control Plan PART 2 - PRODUCTS 2.1 MATERIALS . A. Straw bales, twine tied. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02270 - 1 B. Silt fence and metal fence posts C. Pipe Riser and Barrel: 16 GA corrugated metal pipe (CMP) of size indicated. • D. Stone for Stone Filter: 2 IN graded gravel or crushed stone. E. Grass Seed: Annual ryegrass. PART 3 - EXECUTION 3.1 PREPARATION A. Prior to General Stripping Topsoil and Excavating: 1. Install perimeter dikes and swales. 2. Excavate and shape sediment basins and traps. 3. Construct pipe spillways and install stone filter where required. 4. Machine compact all berms, dikes and embankments for basins -and traps. 5. Install straw bales and /or Silt Fence where indicated or as needed to intercept site runoff: a. Provide two stakes per bale. b. First stake angled toward previously installed bale to keep ends tight against each other. B. Construct sediment traps where indicated on Drawings or as needed during rough grading. C. Temporarily seed basin slopes and topsoil stockpiles: 1. Rate: 1/2 LB/1000 SF. 2. Reseed as required until good stand of grass is achieved. 3.2 DURING CONSTRUCTION PERIOD A. Do not impair operation of existing systems. B. Maintain original site drainage wherever possible • C. Maintain areas covered by the Contract and affected public properties free from accumulations of waste, debris, and rubbish caused by construction operations. Remove excavated materials from the site, or stockpile where shown or directed by Owner or Engineer. D. Prevent construction material, pavement, concrete, earth, sediment, volatile and corrosive wastes, and other debris and objectionable pollutants from entering sewers, pump stations, and other structures; or streams, flowing or drywater courses, and runoff from the project site. E. Maintain Basins, Dikes, Traps, Stone Filters, Straw Bales, Silt Fencing, Etc.: 1. Inspect regularly especially after rainstorms. 2. Repair or replace damaged or missing items. F. After rough grading, sow temporary grass cover over all exposed earth areas not draining into sediment basin or trap. G. Construct inlets as soon as possible: 1. Excavate and tightly secure straw bales completely around inlets as detailed on Drawings. H. Provide necessary swales and dikes to direct all water towards and into sediment basins and traps. I. Do not disturb existing vegetation (grass and trees). J. Excavate sediment out of basins and traps when capacity has been reduced by 50 percent: 1. Remove sediment from behind bales to prevent overtopping. K. Topsoil and Fine Grade Slopes and Swales, Etc.: 1. Seed and mulch as soon as areas become ready. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7111!2008 02270 - 2 • 3.3 NEAR COMPLETION OF CONSTRUCTION A. Grade to finished or existing grades. B. Fine grade all remaining earth areas, then seed and mulch and sod as required. C. Following adequate restoration eliminate temporary control measures including basins, dikes, traps, straw bales, silt fencing, etc.; and remove all diversions, culverts, bridges and all other temporary work. END OF SECTION :7 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I 1/2008 02270 - 3 • • • SECTION 02423 STORM DRAINAGE SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drainage systems. 2. Storm drainage pipe. 3. Inlets, headwalls, flumes and flared end sections. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02110 -Site Clearing. 4. Section 02200 -Earthwork. 5. Section 02221 -Trenching, Backfilling, and Compacting for Utilities. 6. Section 02260 - Topsoiling and Finished Grading. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO): a. M36, Corrugated Steel Culverts and Underdrains. b. M190, Standard Specification for Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches. 2. ASTM International (ASTM): a. C14, Concrete Culvert, Storm Drain, and Sewer Pipe. b. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. c. C361, Standard Specification for Reinforced Concrete Low-Head Pressure Pipe. d. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. e. C507, Standard Specification for Reinforced Concrete Elliptical Culvert Storm Drain and Sewer Pipe. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. 3. Certifications. 4. Test reports. 5. Submit all tests and certification in a single coordinated submittal. Partial submittals will not be accepted. B. Submit schedules and details for structures and joints. ~ ~, C. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. • b. The content of Operation and Maintenance Manuals. 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 02423 - 1 1.4 WARRANTY A. Warrant that the infiltration will not exceed the amount specified in paragraph 3.03 B during the • 1-year good repair period. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Cold applied asphalt joint: a. Kalktite 340 Compound. b. Tufflex. c. Plastico. d. Or equal. 2. Preformed flexible pipe joint sealing compound: a. RAM-NEK. b. BIDCO C-56. c. Or equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Reinforced Concrete Pipe (RCP): 1. Reinforced concrete culvert, storm drain and sewer pipe: ASTM C76, Classes III, IV, and V. B. Concrete Pipe (CP): • 1. Concrete culvert, storm drain, and sewer pipe: ASTM C14, Class 2. C. RCP and CP Joint Sealer: 1. Rubber gasket: ASTM C361. D. Flared End Sections: 1. Conform to State of Montana specifications. 2. Bituminous coated: AASHTO M190, Type A. 3. Jointing: Same as pipe. E. Corrugated Metal Pipe (CMP): AASHTO M36, 16 GA. 1. Bituminous coated: AASHTO M190, Type A. 2. Jointing: Connecting bands of same base metal coated as pipe. F. CMP Joint Sealer: 1. Cold applied asphalt joint compound. 2. Preformed flexible pipe joint sealing compound. G. Manholes: 1. Constructed of precast concrete sections with frames, covers and steps meeting City of Bozeman Standard Drawings 2720-1, 2720-IA, 2720-1B, 2720-2, 2720-3, 2720-4, 2720-6, 2720-10, 2720-11. 2. Precast manhole sections meeting ASTM C478 -Precast Reinforced Concrete Manhole Sections. Lowest pipe invert 9 IN higher than the base of the manhole. 3. Non-corrosive Steps,. 12 TN in width, of 'h IN steel rod encased in polypropylene and rated for 400 LBS vertical load and 1,000 LBS pull-out resistance. 4. Provide Frames and Covers by D & L Foundry A-1178 ring and cover or East Jordan Iron Works 3771/3772 series ring and cover, or approved equal. Covers to have two pick holes, 1 IN minimum, 1-1/4 IN maximum DIA. Cover lettering shall be cast as "Storm Drain." 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02423 - 2 • Covers shall have a City of Bozeman logo cast into the cover. The design of the logo to be approved by the City of Bozeman Street Superintendent. 5. Provide Inlet Catch Basins Neenah R-3067-L, Deeter #2047L, D & L Foundry 1-3517, or East Jordan Iron Works 7030 with T1 back and Type M6 grate. Inlet castings shall have a logo cast into the curb piece stating "Dump no Waste, Drains to Waterways" or similar. PART 3 - EXECUTION 3.1 PREPARATION A. Comply with Section 02221. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Comply with Section 02221. 3.3 FIELD QUALITY CONTROL A. Verify and coordinate installation. B. Exflltration Test: 1. Perform an exfltration test on each reach of sewer between manholes. a. Test the first reach after backfilling and prior to installing any of the remaining pipe, or any additional reach. b. Single or multiple reaches may be tested thereafter, at Contractor's option. c. Subject each manhole to at least one test. d. Provide all necessary piping between the reach to be tested and the water supply, and • other necessary materials and equipment. e. Air testing may be allowed: 1) Submit complete information to Engineer for review describing the proposed test method, scheduling, and duration, including the method of testing manholes before beginning testing. 2. Procedure: a. Block off all manhole openings, except those connecting with the reach being tested. b. Fill the line: 1) Average depth: 10 FT above invert, except as required by manhole depth. 2) Depth at lower end: 25 FT maximum above crown. 3) Depth at upper end: 5 FT minimum above crown. c. Add and measure water as required to maintain a constant level: 1) Exfiltration: 100 GAL maximum per inch of nominal diameter per mile per day. 2) Manholes are considered section of 48 IN pipe. d. Maintain test for at least 2 IIRS, or as long as necessary in Engineer's opinion, to locate all leaks. 3. Repair~and retest any reach that exceeds the allowable exfiltration. C. Infiltration Test: 1. If at any time prior to expiration of the correction or warranty period infiltration exceeds 200 GAL/IN of nominal DIA/mile/day, locate the leaks and make repairs. D. Lamp Test: 1. Each section between manholes will be Tamped by Engineer. 2. Furnish suitable assistants to help Engineer. 3. A minimum of 95 percent of a true circle will be required in the lamp test to indicate a properly constructed pipeline. • 4. Repair any sections not passing the lamp test. E. In case of conflict, do not relocate piping without prior approval from the Engineer. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02423 - 3 END OF SECTION • :7 • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02423 - 4 SECTION 02441 IRRIGATION SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Underground automated irrigation system design and installation. 2. System materials including, but not limited to piping, valves, fittings, spray heads, controllers, valve boxes, and wiring, special tools and spare parts. 3. Trenching, stockpiling excavation materials and refilling and compacting trenches. 4. Nonpotable water supply connection. 5. Removal and/or restoration of existing improvements. 6. Replacement of unsatisfactory materials. 7. Clean up, inspection, and tests. 8. and spare parts, and maintenance services and warranty.and spare parts, and maintenance services and warranty.Specifier: Select who will give final approval. 9. Warranty and approval by Owner and Engineer. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02221 -Trenching, Backfilling, and Compacting for Utilities. 4: Section 02260 - Topsoiling and Finish Grading. 5. Section 02930 -Seeding, Sodding and Landscaping. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Comply with NEC or code of the local agency having jurisdiction. a. If conflict occurs between these codes, the more stringent shall be adopted. 2. American National Standard Institute (ANSI). 3. ASTM International (ASTM): a. D1248, Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. b. D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft ). c. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. d. D2239, Standard Specification for Polyethylene (PE) Plastic Pipe (SIDR-PR) Based on Controlled Inside Diameter. e. D2241, Standard Specification for Poly (Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series). f. D2464, Standard Specification for Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. g. D2466, Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. h. D2467, Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 i. D2609, Standard Specification for Plastic Insert Fittings for Polyethylene (PE) Plastic Pipe. j. D3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. 4. American Water Works Association (AWWA). 5. National Fire Protection Association (NFPA): 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 1 a. 70, National Electrical Code (NEC). 6. Occupational Safety and Health Administration (OSHA). • B. Qualifications: 1. Landscape Irrigation firm currently licensed and bonded in the state in which the work is to be performed, for a minimum of five (5) years. a. Work shall be performed by skilled persons with a minimum of two (2) years experience. 2. Submit names of three (3) projects completed in the last two (2) years. a. Include the following: 1) Name of project. 2) Location. 3) Owner. 4) Brief description of work and project manager's name. 3. Submit installer's current company financial statement C. Irrigation Equipment: 1. Provide proposed irrigation system design plans, for new lawn areas and revisions necessary to the existing irrigation system to provide proper irrigation of existing lawn areas where new buildings, structures or other improvements are being installed. 2. Provide 100 percent coverage to all grassed lawn areas within the project limits to be irrigated in this contract and as shown on the plans. 3. Provide drip irrigation to all plantings. 4. Submit plans and computations for approval. 5. Designed irrigation system water will not be allowed to spray on any building surfaces. 6. Plan scale to be no smaller than 1 IN equals 50 FT. D. Miscellaneous: 1. Pre-construction conference: a. Contractor shall schedule and conduct a conference to review in detail quality control • and construction requirements for equipment, materials, and systems used to perform the Work. 1) Conference shall be scheduled not less than 10 days prior to commencement of Work. 2) All parties required to be in attendance shall be notified no later than seven (7) days prior to date of conference. 3) Contractor shall notify qualified representatives of each party concerned with that portion of Work to attend conference, including but not limited to Engineer, Consultant, Contractor's Superintendent, and Installer. b. Minutes of conference shall be recorded and distributed by Contractor to all parties in attendance within five (5) days of conference. 2. Special requirements: a. Conform to all local code requirements for system design and installation. 1) Secure any required permit(s) at least 48 HRS prior to start of installation. b. Tolerances: 1) Specified depths of.mains and laterals and pitch of pipes are minimums. 2) Settlement of trenches is cause for removal of fmish grade treatment, refilling, recompaction, and repair of finish grade treatment. a Coordination with other contracts: Protect, maintain, and coordinate work with work under other Sections. d. Damage to other improvements: 1) Contractor shall replace or repair damage to grading, soil preparation, seeding, sodding, or planting done under other Sections during work associated with installation of irrigation system at no additional cost to Owner. 2) Replace new sod which dies during the sod maintenance period due to improper irrigation system design or performance, or inadequate coverage. • 00...60746. Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 2 1.3 DEFINITIONS . A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. a. Electric wiring design. b. Model make and numbers. c. Equipment name. d. Manufacturer's specifications for all materials. B. Layout drawings: a. Scaled site plan (scale 1 IN = 50 FT) on reproducible drawing to show: 1) Tree, plant and planting location. 2) Structures, sidewalks, pavement, and fences. 3) Limits of seeded, sodded, and mulched areas. 4) Location of the following items: a) Connection to existing water lines. b) Routing of sprinkler pressure lines (dimension maximum 100 FT along routing). c) Sprinkler control valves. d) Quick coupling valves. e) Drain valves (manual and/or automatic). • f) Drip line blow-out stubs. g) All gate valves. h) Other related equipment. 5) Include quantity takeoff. 6) Ensure Drawings are sealed by a registered Landscape Architect and submitted through qualified nursery. C. Record Drawings (As Constructed): 1. Irrigation Contractor shall furnish Owner with ascaled and accurate "as constructed" set of Record Drawings of the completed system on 3 mil Mylar with minimum 1 IN equals 50 feet scale. a. The Record Drawings will have dimensions, from two (2) permanent points of reference (building corners, sidewalk, road intersections or permanent structures), location of the following items: 1) Connection to existing water lines. 2) Routing of sprinkler pressure lines (dimension maximum 100 FT along routing). 3) Sprinkler control valves. 4) Quick coupling valves. 5) Drain valves (manual and/or automatic). 6) Drip line blow-out stubs. 7) All gate valves. 8) Other related equipment. 2. Processing of final pay request will not occur until as-constructed plans have been submitted, dated, and approved by the Engineer. D. Operation and Maintenance Manuals: 1. Submit prior to start-up and commissioning any portion of the new irrigation system. 2. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I 1/2008 02441 - 3 b. The content of Operation and Maintenance Manuals. E. Operation Instructions: • 1. Submit written operating instructions, including winterization procedures and start-up with cut sheets of products, and coordinate controller/watering operation instruction with Owner maintenance personnel. 2. Controller charts: a. Do not prepare charts until record (as constructed) Drawings have been reviewed by Engineer. b. Provide one (1) controller chart for each automatic controller installed. 1) Chart may be reproduction of record Drawing if scale permits fitting inside of controller door. a) If photo reduction prints are required, keep reduction to maximum size possible to retain full legibility. 2) Chart shall be copy of actual "as constructed" system showing area covered by that controller. c. Identify area of coverage of each remote control valve, using a distinctly different pastel color over entire area of coverage. d. Following review of charts by Consultant, they shall be hermetically sealed between two (2) layers of 20 mm thick plastic sheet. e. Charts shall be completed and reviewed prior to fmal review of irrigation system. F. Submit thrust block design for pressure piping by registered professional Engineer in State of Montana or restrain all pipe and fitting joints. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, unload, store, and handle materials, packaging, bundling, products in dry, weatherproof, waterproof condition in manner to prevent damage, breakage, deterioration, intrusion, ignition, and vandalism. • 1. Deliver in original unopened packaging containers prominently displaying manufacturer name, volume, quantity, contents, instructions, and conformance to local, state, and federal law. 2. Remove and replace cracked, broken, or contaminated items or elements prematurely exposed to moisture, inclement weather, snow, ice, temperature extremes, fire, or jobsite damage. 3. Handling of PVC pipe: a. Exercise care in handling, loading and storing of PVC pipe. b. All PVC pipe shall be transported in a vehicle which allows length of pipe to lie flat so as not to subject it to undue bending or concentrated external loads. c. All sections of pipe that have been dented or damaged shall be discarded, and, if installed, shall be replaced with new piping. 1.6 WARRANTY A. Owner will maintain turf and planting areas during warranty period, so as not to hamper proper operation of irrigation system. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Sprinklers: a. Rain Bird. 2. Valves and Controller: • a. Rain Bird 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 4 b. Weathermatic • c. Buckner d. Toro B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. General Piping: 1. Rigid PVC Class 200, SDR 21 and Schedule 80 under all roadways. 2. Drip tubing: 1-1/2 IN and smaller ASTM D2239. 3. Drip fittings: ASTM D2609. 4. Emitter tubing: As recommended by Emitter. B. Copper Pipe and Fittings: 1. Copper pipe: Type K, hard tempered. 2. Fittings: a. Wrought copper. b. Solder joint type. 3. Joints: a. Soldered. 1) 45 percent silver, 15 percent copper, 15 percent zinc, and 24 percent cadmium. 2) Solids at 1125 DegF and liquids at 1145 DegF. C. Brass Pipe and Fittings: 1. Brass pipe: a. 85 percent red brass. b. ANSI Schedule 40 screwed pipe. 2. Fittings: a. Medium brass. • b. Screwed 125 LB class. D. Plastic Pipe and Fittings: 1. Solvent weld pipe: a. Virgin polyvinyl chloride (PVC) compound; ASTM D2241 and ASTM D1784; cell classification 12454-B, Type 1, Grade 1, Class 200, SDR 21 and Schedule 80 under all roadways. b. Fittings: 1) Threaded and glue-on 2 IN and smaller: Standard weight, Schedule 40, injection molded PVC; complying with ASTM D1784 and ASTM D2466, cell classification 12454-B, Type 1, Grade 1. 2) Threaded and glue-on fittings larger than 2 IN in diameter, and all sprinkler head risers: Schedule 80, injection molded PVC complying with ASTM D2464 and D2467, cell classification 12454-B, Type 1, Grade 1. (where required) 3) Tees and ells: Side gated. c. Threaded nipples: 1) ASTM D2466, D2464 and D2467. 2) Molded threads. 3) 2 IN and smaller -Schedule 40. 4) Larger than 2 IN and all sprinkler head risers -Schedule 80. d. Joint cement and primer: Type as recommended by manufacturer. 2. Gasketed end pipe: a. Virgin polyvinyl chloride compound; ASTM D2241 and ASTM D1784; cell classification 12454-B, Type 1, Grade 1. b. Fittings: 1) Standard weight, Schedule 40, injection molded PVC. 2) ASTM D1784 and ASTM D2466. 3) Cell classification 12454-B. c. Gaskets: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 5 1) Factory installed in pipe and fittings. 2) Metal or plastic support within gasket or plastic retainer ring for gasket. • 3. Flexible plastic pipe: a. Virgin polyethylene, ASTM D2239. b. Hydrostatic design stress of 630 psi, designated as PE 2306. a. Fittings: 1) ASTM D2609; PVC Type 1. 2) Cell classification 12454-B. 4. Hose clamps: a. Stainless steel band and worm gear screw clamps. b. Two (2) clamps per joint on 1-1/2 IN and larger fittings. E. Low PressureNolume Systems: 1. Drip tubing: Flexible polyethylene plastic pipe compound, ASTM D3350, Type 1, Class C, Category 4, P14 and ASTM D3350 for PE 122111C. 2. Fittings: Type and make recommended by tubing manufacturer. 3. Drip valve assembly: a. Wye strainer: 1) Plastic construction. 2) Stabilized with 120 mesh nylon screen. 3) 1/2 IN blow-out assembly. b. Control valve: 1) Two-way solenoid pilot operated type. 2) Synthetic, non-corrosive construction. 3) Diaphragm activated and slow closing. 4) Freely pivoted seat seal; retained (mounted) without attachment to diaphragm. c. Pressure reducing valve: 1) Brass construction. 2) Manual adjusting nut. • 4. Emitters: 1) Single port. 2) Pressure compensating. 3) Press on type. F. Gate Valves: 1. 3/4 through 2-1/2 IN pipe: a. Brass construction. b. Solid wedge. c. IPS threads. _ d. Non-rising stem with wheel operating handle. 2. 3 1N and larger pipe: a. Iron body. b. Brass or bronze-mounted AWWA gate valves. c. Clear waterway equal to full nominal diameter of valve. d. Rubber gasket or mechanical joint-type. e. 150 psi continuous working pressure. f. Equip with a square operating nut. G. Quick Coupling Valves: a. Brass two-piece body. b. 150 psi, working.pressure. c. Operable with quick coupler. 1) Equip with locking rubber cover. H. Valve Boxes: 1. Amtek adjustable or approved equal. 2. Drip line blow-out stubs, and wire stub box: 10 IN circular box x 10 IN deep. • 3. Control and gate valves 3/4 through 2 IN: 00...60'746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 0244I - 6 a. 12 x 15 IN rectangular box. 4. Drip valve assemblies: ~ a. 12 x 15 IN rectangular box. b. Depth of cover denoted on the Plans. 5. Control wiring splices: 10 IN circular box x 10 IN deep gray, as detailed. I. Automatic Controller: 1. Commercial grade, heavy duty Spring-loaded type. 2. Weathermatic 21000CR Series Commercial Plastic Valves, or approved equal. J. Electric Control Valves: 1. Size and type as needed to per layout drawings. a. Manual flow adjustment (except drip valves). b. Manual bleed nut. K. Automatic Drain Valves: 1. Positive sealing at 3 psi line pressure or greater. 2. Open to drain at less than 3 psi line pressure. 3. 1/21N male pipe thread connection. 4. Geotextile encapsulation. 5. Granular drainage capacity for volume in pipe times maximum cycles per stop. L. Sprinkler Heads: 1. Stationary Sprinkler Heads: 1/2-inch female pipe thread connection, spray pattern as required by the system design and an adjusting screw for adjustment of gallonage, pressure, and coverage. 2. Pop-up Nonrevolving Sprinkler Heads: Full or part circle Heads with 1/2-inch female pipe thread connection removable and interchangeable Nozzles and adjustment for volume and area coverage 3. Rotary Sprinkler Heads: a. Rain Bird Corporation series 5000. b. Heavy-duty full or part circle with orifices or nozzles replaceable from the top of the head without disturbance of the assembly or body of the head. c. Part-circle impact heads shall be adjustable to any part of a circle from 45 degrees to 315 degrees. d. Rotary sprinkler heads shall be adjustable for stream breakup and distance control. 2.3 MAINTENANCE MATERIALS A. Furnish the following maintenance items to Owner prior to final acceptance: 1. Two (2) sets of special tools required for removing, disassembling, and adjusting each type of sprinkler head and valve supplied on this Project. 2. Two (2) 6 FT valve keys for operation of gate valves or stop and waste valves (if applicable). 3. Two (2) keys for each automatic controller. 4. Four (4) quick coupler keys and two (2) matching hose swivels for each type of quick coupling valve installed. 5. Two (2) aluminum drain valve keys of sufficient length for operation of drain valves. B. Winterization: 1. Include cost in bid for winterizing complete system at conclusion of sprinkling season (in which system received fmal acceptance) within three (3) days notification by the Owner. 2. System shall be voided of water using compressed air or similar method reviewed by Engineer/Consultant. 3. Reopen, operate, and adjust and repair system malfunctions accordingly during April through September of following season within three (3) days of notification by Owner. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 7 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions under which Work of this Section is to be performed. 1. Do not proceed with Work until unsatisfactory conditions have been corrected. B. Grading operations, with the exception of fmal grading, shall be completed and approved by Owner before staking or installation of any irrigation system begins. 3.2 PREPARATION A. Staking: 1. Contact Consultant 48 HRS in advance and request review of staking. 2. Consultant will advise installer as to the amount of staking to be prepared. 3. Mark with powdered lime. 4. Flag heads for all few zones. 5. Consultant will review staking and direct changes, if required. 6. Review does not relieve installer from coverage problems due to improper placement of heads after staking. B. Install sleeving for system piping under paving and concrete driveways and walks: 1. Extend a minimum 12 IN past edge of improvement prior to concreting and paving operations. C. Trenching: 1. Follow layout shown on layout drawings. 2. Dig trenches straight, support pipe continuously on bottom of trench. 3. Remove rock and organic debris from trench bottom. D. Vibratory Plow: • 1. Non-pressure and specified polyethylene piping installation only, if approved by Engineer based on soil conditions. 2. Maintain minimum pipe depths. 3. Clearances: a. Piping 3 IN and larger: 1) Minimum clearance: 5 IN horizontally on each side of pipe. b. Piping smaller than 3 IN: Minimum width of 7 IN. c. Line clearance: 1) Not less than 6 IN of clearance between each line. 2) Not less than 12 IN of clearance between lines of other trades. E. Pipe and wire depth: 1. Pressure supply piping: 18 IN from top of pipe. 2. Non-pressure piping (rotor): 18 IN from top of pipe. 3. Non-pressure piping (pop-up}: 12 IN from top of pipe. 4. Control wiring: Side of pressure main. 5. Boring permitted where pipe must pass under obstruction(s) which cannot be removed. 3.3 INSTALLATION A. Locate other equipment as near as possible to locations designated. 1. Deviations shall be reviewed by Consultant prior to installation. B. PVC Piping: 1. Snake pipe in trench as much as possible to allow for expansion and contraction. 2. Do not install pipe when air temperature is below 40 DegF. 3. Place manual drain valves at low points and dead ends of pressure supply piping to ensure complete drainage of system. • 4. Close pipe ends with tight plug or cap when pipe laying is not in progress. 00...60746 Bozeman WRF Phase i Improvements Project 7/1 I/2008 02441 - 8 5. Solvent weld PVC pipe: • a. Lay pipe and make all plastic to plastic joints in accordance with manufacturer's recommendations. b. Allow 24 HRS before pressurization. 6. Gasketed end pipes: Lay pipe and make pipe to fitting or pipe to pipe joint, following pipe manufacturer's recommendations. 7. Thrust block sizing: a. Employ a State licensed Professional Engineer. 1) Design to support system based on existing soils. 2) Submit to Owner for approval. b. Construct thrust blocks behind all gasketed fittings, tees, bends, reducers, line valves, and caps. c. Contact Consultant prior to placing thrust blocks, for observation of thrust block excavation and initial placement. C. Flexible Plastic (Polyethylene) Pipe: Lay pipe and assemble fittings following manufacturer's recommendations. D. Drip Tubing: 1. Install in bed areas at 8 IN depth, below top of soil before installation of mulch. 2. Install at 12 IN depth if mulch is not to be installed. 3. In turf areas, install as non-pressure piping. 4. Install blow-out stubs at all dead ends. E. Control Wiring: 1. Low voltage gopher proof wiring: a. Bury between controller and electric valves in pressure supply line trenches. b. Locate as close as possible to main pipe lines. 1) Locate below and to one (1) side of pipe, or in separate trenches. • c. If separate trench is used, provide schedule 40 PVC conduit and 18 IN minimum cover. d. Bundle a1124 V wires at 10 FT intervals. e. Provide an expansion loop at every pressure pipe angle fitting, every electric control valve location (in valve box), and every 500 FT. f. Form expansion loop by wrapping wire at least eight (8) times around a 3/4 IN pipe and withdrawing pipe. g. Wire splicing in lengths less than 1000 FT will not be allowed in direct bury conditions. 1) When conduit is used a maximum of 300 FT between pull boxes will be allowed, however, pull boxes will be installed at all splices. h. Make all splices and ECV connections using approved wire connectors and sealants. i. Install all control wire splices not occurring at control valve in a separate splice valve box. j. Install control wire for each control valve. k. Provide conduit 24 IN below grade for all pavement undercrossings or where other conditions make it necessary. 1. Run two (2) spare #14-1 wires from controller pedestal or electric control valve on each leg of mainline. 1) Label spare wires at controller and wire stub box. 2. High voltage wiring for automatic controller: a. Provide 120 V power connection to automatic controller. b. All high voltage electrical work shall be performed by licensed electrician. F. Automatic Controller: 1. Install in accordance with manufacturer's instructions as detailed and where shown on layout drawings. 2. Connect remote control valves in numerical sequence as shown on layout drawings. 3. Final location shall be reviewed by Consultant. • 4. Furnish separate ground wire for each controller if multiple controllers are utilized. 5. All above ground conduit shall be rigid galvanized with appropriate fittings. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 9 G. Electric Control Valves: 1. Insta113 IN below finished grade as shown on Drawings and as detailed. • 2. When grouped, allow a minimum of 12 IN between valve boxes. 3. Install each valve in separate valve box. 4. Install individual valve box flush with ground. 5. Place a minimum of 2 CF of 3/4 IN crushed gravel in bottom of each box below valve. H. Quick Coupling Valves: 1. Install quick couplers on double swing joint risers of Schedule 40 PVC pipe. a. Plumb and flush to grade. b. Angled nipple relative to pressure supply line shall be no more than 45 DegF and no less than 10 DegF. 2. Install quick coupling valves as detailed on layout drawings. I. Drip Valve Assemblies: Install drip valve assembly as detailed on layout drawings. J. Drip Emitters: Stake surface emitters with acceptable tubing stakes as detailed on layout drawings. K. Drain Valves: 1. Install at all low points in pressure supply line as detailed. 2. Provide drainage sump for each drain valve based on the following: CUBIC FEET OF GRAVEL PER DRAIN VALVE DISTANCE OF PIPING TO BE DRAINED PIPE SIZE 0-250 LF 250-500 LF 500-750 LF 750-1000 LF 1 IN 0.75 1.5 2.25 3.0 1-1/4 IN 0.75 1.5 2.25 3.0 1-1/2IN 1.50 3.0 4.50 6.0 2IN 2.50 5.0 7.50 • 10.00 2-1/2IN 4.00 8.0 12.00 16.00 3IN 6.00 12.00 18.00 24.00 4IN 11.00 22.00 33.00 44.00 6IN 25.00 50.00 50.00 50.00 8IN 40.00 50.00 50.00 50.00 l0IN 50.00 50.00 50.00 50.00 12IN 50.00 50.00 50.00 50.00 L. Valve Boxes: 1. Install one (1) valve box for each type of valve. a. Installed as detailed on layout drawings. b. Valve box extensions are acceptable for master valves only. c. Install gravel sump after compaction of all trenches. d. Place fmal portion of gravel inside valve box after valve box is backfilled and compacted. 2. Brand controller letter and station number on lid of each valve box. a. Letter and number size shall be 1 IN minimum and 1-1/2 IN minimum. b. Depth of brand shall be 1/8 IN maximum into valve box lid. M. Gate Valves: 1. Install where shown on Installer's approved layout drawings as detailed. 2. Install in valve boxes. N. Sprinkler Heads: 1. Install where designated on layout drawings. a. Set to fmish as detailed. b. Spacing of heads shall not exceed the maximum indicated on layout drawing. • c. In no case shall the spacing exceed maximum recommended by manufacturer. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 10 d. Adjust part circle heads for proper coverage. e. Adjust heads to correct height after sod is installed. 2. Install heads on double swing joint risers of schedule 80 PVC pipe. a. Angled nipple relative to non-pressure line shall be no more than 45 DegF or less than 10 DegF. 3. Plant placement shall not interfere with intended sprinkler head coverage, piping, or other equipment. 4. Engineer may request nozzle changes or adjustments without additional cost to the Owner. O. Backflow Preventer: None required. P. Backfilling: See Section 02221. 1. Materials: a. Excavated material is generally considered satisfactory for backfill purposes. b. Backfill material shall be free of rubbish, vegetable matter, frozen materials, and stones larger than 1 IN in maximum dimension. c. Do not mix subsoil with topsoil. d. Material not suitable for backfill shall be hauled away. e. Contractor shall be responsible for providing suitable backfill if excavated material is unacceptable or not sufficient to meet backfill, compaction, and final grade requirements. 2. Do not leave trenches open for a period of more than 48 HRS. a. Open excavations shall be protected in accordance with OSHA regulations. 3. Compact backfill to 90 percent maximum density, determined in accordance with ASTM D1557 utilizing mechanical tamping methods. Q. Piping Under Paving: 1. Install Schedule 80 PVC pipe with a minimum cover of 18 IN between the top of the pipe and the bottom of the aggregate base. • a. Provide sand (backfill, 6 IN below pipe and 3 IN above pipe). 2. Compact backfill per Section 02221. 3. Set in place, cap, and pressure test all piping under paving prior to backfilling and paving operations. a. Notify Engineer prior to testing. 4. Piping under existing walks or concrete pavement: a. Complete by jacking, boring, or hydraulic driving. b. Where cutting or breaking of walks and/or concrete is necessary, remove in panels and replace at no cost to Owner. 1) Obtain permission to cut or break walks and/or concrete from Owner. R. Water Supply and Point of Connection: Water supply shall be extended from the facilities non- potable water system as shown on the project plans. 3.4 FIELD QUALITY CONTROL A. Flushing: 1. After piping, risers, and valves are in place and connected, but prior to installation of sprinkler heads, quick coupler assemblies, and hose valves, thoroughly flush piping system under full head of water pressure from dead end fittings. 2. Maintain flushing for 5 minutes through furthermost valves. 3. Cap risers after flushing. B. Testing: 1. Conduct tests in presence of Consultant. a. Arrange for presence of Consultant 48 HRS in advance of testing. b. Supply force pump and all other test equipment. 2. After backfilling, and installation of all control valves, fill pressure supply line with water. a. Pressurize to 40 psi over the designated static pressure or 120 psi, whichever is greater. b. Test for a period of 2 HRS. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - I1 3. Leakage, pressure loss: Test is acceptable if no leakage or loss of pressure is evident during test period. • 4. Leaks: Detect and repair leaks. 5. Retest system until test pressure can be maintained for duration of tests. 6. Before fmal acceptance, pressure supply line shall remain under pressure for a period of 48 HRS. C. Walk Through for Substantial Completion: 1. Arrange for Consultant's presence 48 HRS in advance of walk-through. 2. Entire system shall be completely installed and operational prior to scheduling of walk- through. 3. Operate each zone in its entirety for Consultant at time ofwalk-through. a. Open all valve boxes if directed. 4. During walk-through, expose all drip emitters under operations for observation. a. Demonstrate they are performing and installed as designed. 1) Prior to placing of all mulch material. D. Walk-Through for Final Completion: 1. Arrange for Consultant's presence 48 HRS in advance of walk-through. 2. Show evidence to Consultant that Owner has received all accessories, charts, record drawings, and equipment as required before Final Completion walk-through is scheduled. 3. Operate each zone, in its entirety for Consultant at time ofwalk-through to ensure correction of all incomplete items. 3.5 ADJUSTMENT A. Upon completion of installation, "fine-tune" entire system by regulating valves, adjusting patterns and break-up arms, and setting pressure reducing valves at proper and similar pressure to provide optimum and efficient coverage. 1. Flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto • walks, roadways, and buildings as much as possible. 2. Heads of same type shall be operating at same pressure +7 percent. B. If it is determined that irrigation adjustments will provide proper and more adequate coverage, make such adjustments prior to Final Acceptance, as directed, at no additional cost to Owner. 1. Adjustments may also include changes in nozzle sizes, degrees of arc, and control valve throttling. C. All sprinkler heads shall be set perpendicular to fmish grade unless otherwise designated. 3.6 CLEANING A. Maintain continuous cleaning operation throughout duration of work. 1. Dispose of, off-site at no additional cost to Owner, all trash or debris generated by installation of irrigation system. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02441 - 12 • SECTION 02444 CHAIN LINK FENCE AND GATES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Chain link fencing, gates and gate operators. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02072 -Demolition, Cutting and Patching 4. Section 02200 -Earthwork. 5. Section 03308 -Concrete, Materials and Proportioning 6. Section 03311 -Concrete Mixing, Placing, Jointing and Curing 7. Section 13440 -Instrumentation for Process Control -Basic Requirements 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric. • d. A824, Standard Specification for Metallic-Coated Steel Marcelled Tension Wire for use with Chain-Link Fence. e. F552, Terminology Relating to Chain-Link Fencing. f. F567, Standard Practice for Installation of Chain Link Fence. g. F626, Standard Specification for Fence Fittings. h. F900, Standard Specification for Industrial and Commercial Swing Gates. i. F1043, Standard Specification for Strength and Protective Coatings on Metal Industrial Chain Line Fence Framework. j. F1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures. k. F2200, Standard Specification for Automated Vehicular Gate Construction 1. F 1184, Standard Specification for Industrial and Commercial Horizontal Slide Gates. 2. American Welding Society (AWS). 3. Chain Link Manufacturer's Institute for "Galvanized Steel Chain Link Fence Fabric and Accessories." 4. National Fire Protection Association (NFPA). a. 70, National Electrical Code (NEC). 5. Underwriters Laboratories, Inc. (UL). 6. AASHTO M-181, Standard Specification for Chain Link Fence B. Qualifications: 1. Installer bonded and licensed in the Project state. 2. Installer shall have a minimum two (2) years experience installing similar fencing. 3. Utilize only AWS certified welders. 4. Electric gate operators to be UL listed. 5. Grounding by an electrician licensed in Montana. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02444 - 1 1.3 DEFINTTIONS A. See ASTM F552. • B. NPS: Nominal pipe size, in inches. C. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Scaled plan layout showing spacing of components, accessories, fittings, and post anchorage. 4. Mill certificates. 5. Source quality control test results. 6. Automatic gate system: a. Electrical circuitry and control wiring. b. Intercom system. c. Locking plan. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. • b. The content of Operation and Maintenance Manuals. 1.5 SITE CONDITIONS A. Portions of the existing chain link fence on the site will be removed and reused as shown on the Drawings. 1.6 WARRANTY A. Gate Operators: 1. Provide warranty against defects in material and workmanship for a period of 1 year after end of Good Repair period defined in General Conditions. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Fence systems: a. Cyclone. b. Page-Wilson Corporation (Page Fence Division). c. Anchor Fence, Inc. d. Or approved equal. 2. Electric gate operators and controllers: a. Operator: Chamberlain Elite b. Controller: Linear. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02444 - 2 c. Or approved equal. • B. Submit request for substitution in accordance with Specification Section 01640. 2.2 COMPONENTS A. Chain Link Fabric: 1. Fabric type: a. ASTM A392 zinc-coated steel: 1) Coated before weaving, 2.0 OZ/SF. 2. Wire gage: 9: a. Coated before weaving, 1.2 OZ/SF: 1) ASTM A491 aluminum-coated steel. 3. ASTM B211 aluminum: 4. Mesh size: 2 IN. 5. Selvage treatment: a. Top: Twisted and barbed. b. Bottom: Knuckled. B. Concrete: See Section 03308. C. Line Post: 1. ASTM F1083 pipe: a. Schedule 40, NPS 2-3/8 IN. D. Corner or Terminal Posts: 1. ASTM F1083 pipe: a. Schedule 40, NPS 2-7/8 IN. E. Gate Posts: • 1. ASTM F1083 pipe: a. Schedule 40, NPS, 4 IN. F. Brace and Top Rails: 1. ASTM F1083 pipe: a. Schedule 40, NPS 1-5/8 IN. G. Tension Wire: 1. Bottom of fabric: a. ASTM A824, 9 gage coil spring galvanized steel, Class 3. H. Fence Fittings (Post and Line Caps, Rail and Brace Ends, Sleeves-Top Rail, Tie Wires and Clips, Tension and Brace Bands, Tension Bars, Truss Rods): 1. ASTM F626. I. Gate Frame Materials: 1. SS-40 triple coated (Zinc, Chromate Conversion, and Polymer), ASTM F1043, AASHTO M-181. J. Swing Gate: 1. ASTM F900. 2. Frames: a. SS-40, NPS 1-7/8 IN members, trusses and braces . b. Welded Construction. 3. Hardware: a. Galvanized per ASTM A153. b. Hinges to permit 90-degree in and out gate opening. K. Cantilevered Slide Gate: 1. Frame Materials: • a. SS-40 members, trusses and braces 1) Top and Bottom Members: SS-40, NPS 2-3/8 IN. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02444 - 3 2) Vertical members, trusses and braces: SS-40, NPS 1-5/8 IN 2. Welded Construction. • L. Automatic Gate Operator and Controller 1. Gate operator: Chamberlain Elite SL-3000UL. 2. Controller: Digital Keyless Entry by Linear AccessKey. 2.3 SOURCE QUALITY CONTROL A. -Test related fence construction materials to meet the following standards: 1. Posts and rails: a. ASTM F1043, Heavy Industrial. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with: 1. Manufacturer's instructions. 2. Lines and grades shown on Drawings. 3. In accordance with ASTM F567. B. Do not start fence installation before fmal grading is complete and finish elevations are established. C. Drill holes in firm, undisturbed or compacted soil. D. Place fence with bottom edge of fabric at 6 ]N clearance above grade and correct minor E irregularities in finish grade to maintain uniform clearance. 10 FT OC S li l i l di • . pace ne posts at equa nterva s not excee ng . F. Provide post braces with truss rod , as shown on Drawings, for each gate, corner and angle points >10°, terminal post and first adjacent line post, and at 300 feet maximum intervals on tangents (for pulling). G. At intervals not to exceed 500 FT, extend a line post 3 FT beyond concrete anchor, into ground for lightning protection. H. Install tension bars full height of fabric. I. Rails: Fit rails with expansion couplings of outside sleeve type. 1. Rails continuous for outside sleeve type for full length of fence. J. Provide expansion couplings in top rails at not more than 20 FT intervals. K. Anchor top rails to main posts with appropriate wrought or malleable fittings. L. Install bracing assemblies at all terminal and gate posts, as well as corner and angle posts >10°, and at 300 FT maximum intervals on tangents (for pulling) as shown on Drawings: 1. Locate compression members at mid-height of fabric. 2. Extend diagonal tension members from compression members to bases of posts. 3. Install so that posts are plumb when under correct tension. M. Pull fabric taut and secure to posts and rails: 1. Secure so that fabric remains in tension after pulling force is released. 2. Secure to posts at not over 15 IN OC, and to rails at not over 24 IN OC, and to tension wire at not over 24 ]N OC. 3. Use U-shaped wire conforming to diameter of pipe to which attached, clasping pipe and fabric firmly with ends twisted at least two (2) full turns. 4 Bend ends of wire to minimize hazards to persons or clothing. • . 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02444 - 4 • N. Install post top at each post. O. Gates: 1. Welded Construction meeting ASTM F1184 and F2200. 2. Provide rigid, weatherproof joints. 3. Assure right, non-sagging, non-twisting gate. 4. Coat welds with rust preventive coating per manufacturer's recommendations, color to match pipe. P. Install electric gate operator in accordance with NEC and manufacturer's instructions. END OF SECTION • • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02444 - 5 ~, .~ • • • SECTION 02510 ASPHALT CONCRETE PAVEMENT (BID ITEM NO. 9) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The production and placement of plant mix asphalt concrete pavement. 2. Hot plant mix asphalt concrete mineral aggregate and asphalt material mixed at a central hot plant meeting these specifications and placed in one or more courses on a newly prepared or existing street roadway in accordance with the contract document. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02235 - Crushed Base Course. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. AASHTO T11 Amount of Material Finer Than No. 200 (0.075 mm) Sieve in (ASTM D1140) Aggregate 2. AASHTO T27 Sieve Analysis of Fine and Coarse Aggregates (ASTM C136) 3. AASHTO T89 Determining Liquid Limit of Soils (ASTM D4318) 4. AASHTO T90 Determining the Plastic Limit and Plasticity Index of Soils (ASTM D4318) • 5. AASHTO T176 Sand Equivalent Value of Soils and Fine Aggregate (ASTM D2419) 6. AASHTO T245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall (ASTM D1559) Apparatus 7. AASHTO T283 Resistance of Compacted Asphalt Mixtures to Moisture-Induced Damage 8. AASHTO T96 Resistance to Degradation By Abrasion and Impact in the Los Angeles (ASTM C131) Machine 9. ASTM D2041 Theoretical Maximum Specific Gravity and Density of Bituminous Mixtures 10. ASTM C1097 Hydrated Lime for Use in Asphaltic Concrete Mixtures 11. ASTM D3666 Evaluating and Qualifying Agencies Testing and Inspecting 12. ASTM D5821 Determining the Percentage of Fractured Particles in Coarse Aggregate 13. ASTM C123 Lightweight Particles in Aggregate 14. ASTM D6307 Asphalt Content of Hot Mix Asphalt by Ignition Method 15. ASTM C142 Clay Lumps and Friable Particles in Aggregates 16. AASHTO T182 Coating and Stripping of Bituminous Aggregate Mixtures 17. MS-2 Asphalt Institute -Mix Design Methods PART 2 - PRODUCTS 2.1 GENERAL A. The Asphalt Concrete Surface Course must have at least a 3-bin separation, when continuous flow mixing types of plants are used. When a drum dryer is used with a weight batching system from dry bins, separate and stockpile the crushed aggregate into two sizes. • B. The specific type and grading of aggregate shall be as indicated on the plans or in the contract documents. The types and grades are described in this specification. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - I C. The furnishing of asphalt materials for use in asphaltic concrete mixes shall meet the requirements for the particular grade specified in the contract documents. The types and grades • are described in this specification. D. Prepare pavement course to conform to the lines, grades, thickness and typical cross sections shown in project documents and plans, and shall be rolled, fmished, and approved by the Engineer before the placement of the next course. 2.2 PLANT MIX AGGREGATES A. Furnish aggregates from acceptable sources. approved by the Engineer. B. Furnish test data as outlined in this section on each source to be used for acceptance by the Engineer. C. Designation of the source of supply and the acceptability of the material there from, does not extend to the grading of the material as it may naturally come from the pit or crusher. Adjust the crusher and screens to remove certain portions of the material as may be necessary to furnish gravel that will comply with the specifications in the contract. No additional compensation will be allowed for such adjustment of the equipment or the rejection of waste. It is understood that the Engineer may order procurement of material from any portion of any area designated as a pit site and may reject portions of the deposit as unacceptable. D. Aggregate materials shall not contain more than 1.5 percent by weight of clay lumps, shale, or coal, nor shall light weight particles exceed 3.5 percent by weight. No combination of clay, shale, coal, or lightweight particles shall exceed 3.5 percent by weight. Do not use Scoria (fired clay). Aggregate materials shall conform to the grading stipulated in the contract documents. Use reasonable care in the selection of material in a pit so that uniform product will be produced at all times. No compensation will be allowed for such stripping of the pit as may be required in order that satisfactory material may be secured. E. Aggregate used shall consist of gravel, crushed to the specified size, crushed stone, composed of • hard durable pebbles or stone fragments, reclaimed asphalt pavement, and finely crushed stone filler, sand or natural clean material, or other fine mineral material. The portion of the material retained on the No.4 sieve (4.74 mm) will be called coarse aggregate and that passing the No.4 sieve (4.74 mm) and retained on the #200 sieve (0.075 mm) will be call fine aggregate. The material Passing the #200 (0.075 mm) will be called mineral filler. The reclaimed asphalt pavement shall be removed from its original location and reduced by suitable means to such particle size as may be required for use in hot plant mix asphalt concrete. F. For all gradings of fine aggregate, including any blended fine aggregate and mineral filler, passing a No 40 sieve (0.425 mm), shall have a liquid limit not exceeding 25 and a plasticity index of not more than 6. G. Assure the composite aggregate is reasonably free from adherent films of clay or other matter that prevents thorough coating of the asphalt material. Assure the aggregate will retain a thorough coating of the asphalt material to be used in the work when in contact with water. Stripping is considered detrimental when it exceeds 5% when tested under AASHTO T182. If the aggregate cannot meet this requirement, treat the aggregate or the asphalt material with an additive or anti-strip agent meeting the Engineer's approval that will insure asphalt film retention in the presence of water. H. Produce coarse aggregate retained on the No.4 sieve (4.75 mm) having a minimum of 50 percent by weight of particles with at least one mechanically fractured face. The coarse aggregate shall not exceed 40 percent wear at 500 revolutions. 1. Preliminary acceptance of aggregates proposed for use may be made at the point of production. Final acceptance will be made only after tests of the aggregates are complete and in place. I. Surface Course Asphalt Plant Mix Aggregate: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 2 • TABLE 1 REQUIREMENTS FOR GRADING OF SURFACE COURSE AGGREGATE Percentage by Weight Passing __ Job Mix Target Bands Sieve Size Type A Type B Type C Job Mix Tolerances 1" (25.Omm) 100 --- ___ ___ 3/4" (19.0 mm) 91-93 100 --- +/-7 1/2" (12.5 mm) 76-89 83-93 ~ 100 +/-7 3/8" (9.5 mm) 61-79 73-87 91-93 +/-7 No. 4 (4.75 mm) 41-54 47-63 51-71 +/-6 No.10 (2.00 mm) 31-39 32-43 34-46 +/-6 No 40 (0.425 mm) 16-27 15-25 16-26 +/-5 No 200 (0.075 mm) 4-7 5-7 5-9 +/-2 1. The above gradation bands represent the job mix target limits, which determine the suitability of aggregate for use. The fmal job mix target gradation must be within the specified bands and uniformly graded from coarse to fine and not vary from the low limits on one screen tot the high limits on the adjacent screen, or vice versa. The fmal job mix gradation limits are established by applying the job mix tolerances to the job mix targets. 2. The job mix formula establishes target values. During production of the mix, the gradations shall lie within the job mix gradation limits specified in Table 1. For example, "Type A, No. 200, band is 4-7. QA job mix target of 5 has been selected for the final mix. The job mix gradation limits is 5, plus and minus 3. Therefore, the job mix gradation limits for production is 2-8." • 2.3 ASPHALT BINDER MATERIAL A. Furnish Asphalt binder material to be used as specified in the contract documents that meet the type and grade specified requirements in this section in Table 2. 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). B. The percentage of asphalt by weight, to be added to the aggregate will be, generally, between 4 and 8 percent of the weight of the total mix. The mix design will establish the exact percentage of asphalt in the mix, based upon preliminary laboratory tests, sieve analysis and grading and character of the aggregate furnished within the specification limits. No claim is allowed for the payment for rejecting any batch or load of mixture containing an excess or deficient amount of asphalt binder varying more than 0.4 of a percent from the fixed mix design percentage. C. Obtain Engineer approval of the asphalt material source before shipments are made to any project. The source of supply cannot change after work is started unless approved in writing by the Engineer. The Engineer is not liable for the quantity shipped. D. Samples of asphalt binder material may be taken, as directed by the Engineer, and placed in uncontaminated one-quart containers. When sampled, these shall be taken from the tanker car or truck at the point of delivery on the project and submitted to the Engineer. E. All transport vehicles must be equipped with a spigot or gate valve installed in either: (1) the unloading line, (2) in the tanker at the centerline on the tank, (3) in the pressure line from the unloading pump, or other locations approved by the Engineer. Assure the spigot or gate valve has a diameter of between 3/8 IN (1 cm) and 3/4 IN (2. 5 cm). The spigot valve must be located to prevent contamination from plant dust or other contaminants. F. The supplier furnishing the asphalt binder material shall inspect each tanker car or truck before it is loaded and ship only in clean, uncontaminated, fully insulated cars or trucks, sealed after • loading by the supplier. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 3 G. The material supplier shall issue, in duplicate, a certificate showing full compliance with the specifications for the designated grade of material, together with the following information. • Project number, date of shipment, source of the material, car or truck initial and number, destination, gross quantity loaded, loading temperature, and net quantity in gallons at 60 DegF (15.5 DegC) or tons, whichever unit of measurement is stipulated. Assure the certificate of compliance accompanies the shipment and is furnished to the Engineer. The certificate, signed by the supplier representative, must also certify that the conveyance vessel was inspected and found to be free of contaminating material. H. The certificate of compliance is the basis for tentative acceptance and use of the material. Samples takemaccording to applicable sampling methods and retained by the Engineer may be tested at the Engineer's discretion. Failure of the asphalt material to meet these specifications may result in rejection of the entire, associated work. If rejected, removed and replace rejected work. I. Apply asphalt material at temperatures that assure uniform mixing or spreading. Application temperature ranges for each grade of material should be accompanied with the mix design. Application temperature for mixing applications will be in accordance with the mix design. J. Upon request by the Engineer, furnish the Engineer and/or laboratory (responsible for completing the mix design) with data or a report showing the temperature-viscosity relationship of each asphalt binder used on the project. Assure this data covers the range of temperatures used for mixing and compaction. In addition, the Engineer may request a complete set of test results from Table 2 for each grade used on the project. TABLE 2 PERFORMANCE GRADED ASPHALT BINDER (PGAB) Performance Grade PG 58 PG 64 Test -22 -28 -22 -28 Methods Average 7-day Maximum Pavement <58 <64 Desi n Tem erature, De C Minimum Pavement Design >-22 >-28 >-22 >-28 Tem erature, De C Ori final Binder Flash Point Temp.: Minimum DegC 230 AASHTO T48 Viscosity: Maximum, 3 Pa's (3000 135 ASTM CP ,Test Tem , De C D4402 Dynamic Shear: G* /sin delta, 58 64 AASHTO Minimum, 1.00 kPa Test Temp @ 10 TPS rad / s, De C Rollin Thin Film Oven AASHTO T240 or Thin Film Oven T179 Residue Mass Loss, Maximum, % 1.0 AASHTO T240 Dynamic Shear: G* /sin delta, 58 64 AASHTO Minimum, 2.20 kPa Test Temp @ 10 TPS rad / s, De C Pressure A in Vessel Residue (AASHTO PPl PAV Aging Temp, DegC 100 100 AASHTO PP1 Dynamic Shear: G* /sin delta, 22 19 25 22 AASHTO Maximum, 5000 kPa Test Temp @ 10 TPS rad / s, De C Creep Stiffness a: S, Minimum, 300 -12 -18 -12 -18 AASHTO MPa m-value, Minimum, 0.300 Test TP1 Tem 60 sec, De C • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 4 • Direct Tension a: Failure Strain, -12 -18 -12 -18 AASHTO Minimum, 1.0%, Test Temp @ 1.0 TP3 mm/min. DegC 1. If creep stiffness is below 300 MPa, the direct tension test is not required. If the creep stiffness is between 300 and 600 MPa the direct tension failure strain requirement can be used in lieu of the creep stiffitess requirement. The m-value requirement must be satisfied in both cases. 2.4 HYDRATED LIME FOR ASPHALT CONCRETE A. Mineral filler may be incorporated in the asphalt concrete mixture. Furnish hydrated lime as filler when specified. Assure it is free of lumps and extraneous material and meets the following gradation requirements as per ASTM D242: Sieve Percent Passim No. 30 (0.60 mm) Sieve 100 No. 80 (0.180 mm) Sieve 95-100 No. 200 (0.075 mm) Sieve 70-100 B. Assure the hydrated lime meets paragraph 2 (chemical composition) and paragraph 7 (a) requirements (chemical analysis) of ASTM C-6. C. Where required, the mineral filler will be effectively mixed with the hot plant mix asphaltic concrete. 2.5 COMPOSITION OF MIXES A. General: • 1. Submit to the Engineer for approval a mix design for each mix required on the project. Assure the job-mix formula is within the gradation limits in Part 2 Products in this Section. 2. Have the job-mix formula prepared by an independent testing laboratory approved by the Engineer. The requirements of ASTM D-3666 are the guidelines for testing laboratory approval. The cost of the job-mix formula(s) is at Contractor expense. 3. Keep the job mix formula current and contain the following minimum information: a. Gradation of all constituent aggregates. b. Specific gravity of constituent aggregates and asphalt cement. c. Source of supply of all materials and grade of Asphalt Cement. d. Marshall design curves for stability, unit weight, flow and volumetric requirements (VMA and total voids) at asphalt contents below and above optimum (four points minimum). e. Measured voidless (Rice's) specific gravity used in voids computations. f. Composite aggregate grading. g. Recommended asphalt cement content. h. Marshall compactive effort (50 blows). i. Date of mix design Gob mix formula). j. Index of retained strength. 4. In addition to the job mix formula, all asphalt concrete surfacing mix submittals will have laboratory tests indicating that the Tensile Strength Ratio (TSR) as determined by AASHTO T-283" is at least 70 percent. Test shall be performed at 7.0 1 percent air voids and shall include the freeze cycle. 5. The maximum permissible variation from the job-mix formula is as follows: a. Aggregate Gradation: Within Job Mix Tolerances. b. Asphalt: f 0.4 percent. c. Temperature of Mix: ~ 20 DegF. • B. Asphalt Concrete Surface Course: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 5 The maximum permissible variation from the job-mix formula within the specification limits is as follows: a. Aggregate Gradation Within Job Mix Tolerances. b. Asphalt: f 0.4 percent*. c. Temperature of Mix: f 20 DegF. This tolerance will be permitted only if the job mix parameter curves indicate that the corresponding Marshall design limits are not exceeded. Produce Hot Plant Mix Asphalt Concrete Surface courses having the following characteristics as measured by AASHTO T245 "Resistance to Plastic Flow of Bituminous Mixtures by Means of the Marshall Apparatus": a. Number of compaction blows, each end of specimen: 50, b. Stability, minimum: 1200. c. Flow:8-18. d. Air voids, percent: 3-5. e. Percent voids in mineral aggregate (minimum): See Table 3. The average density shall be equal to or greater than 93 percent of the maximum density as determined by ASTM D2041 and no individual sample shall be less than 92 percent of maximum density. TABLE 3 REQUIRED VOIDS IN MINERAL AGGREGATE (VMA) Nominal particle size Voids in Mineral Aggregate, Min. 3/8 -inch (9.5 mm) 14 1 /2 -inch (12.5 mm) 13 3/4-inch (19.0 mm) 12 1 -inch (25.0 mm) 11 11/2 -inch (37.5 mm) 10 Nominal maximum particle size is one size larger than the first sieve to retain more than 10 percent. PART 3 - EXECUTION 3.1 CRUSHING A. Crushing Equipment: 1. Fit crushing plant-screening equipment, when required, with blowers or other devices capable of removing excess and undesirable fines. B. Screening Plants: 1. Screening plants consist of a revolving trommel screen, shaker screen, vibrating screen, or other devices capable of removing oversize material, excess and undesirable fines. C. Scales: 1. Furnish scales, when required, satisfactory to the Engineer. Test and certify scales prior to their use on the project and as often thereafter as the Engineer may consider necessary to insure their accuracy. Have on hand not less than ten, 50 LB weights for testing scales. 2. House the recording devices of the scales in a suitable manner. Place the scales in a location suitable to facilitate accurate weighing of loads. The scales shall be accurate to one-half of one percent at any weight. Alternate methods or devices for weighing may be acceptable, provided that these methods or devices produce the same degree of accuracy as required of platform scales. 3.2 MATERIAL HANDLING A. All work involved in clearing and stripping pits and quarries, including handling unsuitable material encountered, are performed with no additional compensation being allowed for this work. The pits as utilized shall immediately be opened so as to expose the vertical faces of the 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 6 • • • various strata of acceptable material and, unless otherwise directed, the material shall be secured in successive vertical cuts extending through all the exposed strata. B. Provide, unless otherwise specified, material containing as large a proportion as possible of crushed aggregate. Combine the crushed material with the screened material to obtain a uniform product. C. No material will be accepted which is loaded into hauling units in a segregated condition or which does not meet the required grading. In case the material deposit contains sand or other material in excess of the specification gradation requirements, or of an unacceptable quality, such excess or undesirable'material shall be removed and disposed of prior to crushing, or during screening operations, if crushing is not required. D. Provide a storage bin of ample capacity to insure uniform quality and delivery of material. Loading of trucks directly from the conveyor belt, from the crusher or screening plant will not be permitted. 3.3 STOCKPILES A. Grub and clean sites for aggregate stockpiles prior to storing aggregates. Assure the site is fum, smooth and well drained. Maintain a bed of aggregate suitable to avoid the inclusion of soil or foreign material. B. Build up coarse aggregate stockpiles in tiers of not more than 4 FT (1.2 m) in thickness. Assure each tier is completely in place before the next tier is placed. Do not allow material to "cone" down over the next lower tier. C. Dumping, casting or pushing over the sides of stockpiles will be prohibited, except in the case of fine aggregate stockpiles. D. Space stockpiles of different gradations of aggregate far enough apart, or separated by suitable • walls or partitions, to prevent the mixing of the aggregates. E. Any method of stockpiling aggregate, which allows the stockpile to become contaminated with foreign matter or causes excessive degradation of the aggregate, will not be permitted. Excessive degradation will be determined by sieve tests of samples taken from any portion of the stockpile over which equipment has operated and failure of such samples to meet all grading requirements for the aggregate discontinuance of such stockpiling procedures. F. Transfer the aggregate from the stockpiles in such a manner that uniform grading of the material is preserved. 3.4 CONVEYOR STOCKPILING A. Materials stockpiled by conveyors shall be deposited in a succession of merging-cone piles. Do not drop material over 12 FT (3.66 m) nor allow cones to exceed 12 FT (3.66 m) in height. Cones should be leveled to a thickness of approximately 4 FT (1.2 m) prior to starting another tier. 3.5 TRUCK STOCKPILING A. Materials stockpiled by trucks shall construct the stockpile in tiers approximately 4 FT (1.2 m) in thickness. Complete each tier before the next tier is started. 3.6 ASPHALT MIXING PLANTS A. Use mixing plants of either, the weight hatching type, the continuous flow mixing type, or drum dryer type. -Use drum dryer mixers specifically designed and constructed for producing hot mix. B. Equip all plants with approved conveyors, power units, aggregate handling equipment, aggregate screens and bins that are coordinated and operated to produce a uniform mixture within the . specified job mix tolerances. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 7 C. Use batch-type plants having a minimum batch production capacity of 2,000 pounds (900 kg). Use continuous flow or drum dryer plants having a minimum production capacity of 60 tons per • hour (27 kg per hour). These capacity requirements may be modified if specified in the Contract Documents. D. Stop production and remove from the project mixing plants that fail to continuously produce a mixture meeting requirements as specified. 3.7 INSPECTION AND CONTROL OF ASPHALT MIXING PLANT A. For verification of weights and measures, character of materials and determination of temperatures used in the preparation of the paving mixes, the Engineer or his authorized representative will, at all times, have access to all portions of the mixing plant, aggregate plant, storage yards and other facilities for producing and processing the materials for the work. All sampling and testing of processed and unprocessed material is performed in accordance with the provisions of the Contract Documents. 3.8 MIX DESIGN A. The Owner's acceptance testing agency will make gradation analyses of the completed mix to assure that the materials being produced and used are within the tolerances of the mix design and the specifications of the mix being used. 3.9 SAMPLING AND TESTING FOR ACCEPTANCE A. Sampling and testing of aggregates or other constituent materials will be performed by the Owner's testing agency at a frequency detem 1 fined by the owner or the owner's representative. Marshall field control is performed under AASHTO T245. Field density testing is by core testing for acceptance purposes. Densities to conform to Section 2510,3.28. Gradations to be within the job mix gradation limits. Oil content to be within 0.4 percent of the Marshall Mix Design. B. Samples will be used to verify compliance with the requirements set forth in this Section. If • there is a dispute, a third party testing firm maybe retained by the contractor for additional retesting. 3.10 WEATHER LIMITATIONS A. When the moisture in the stockpiled aggregate or the dryer adversely effects the quality of mix production, normal plant operations, or when pools of water are observed on the base, mixing and placing of hot-mix asphalt is prohibited. B. Do not place asphalt hot-mix surface course mixture when the air temperature is less than 40 DegF (4 DegC) and rising. Do not place asphalt hot-mix base course mixtures of compacted lifts 4 IN (10 cm) or more when the air temperature is less than 30° F (-1 DegC) and rising. Do not place asphalt upon a surface which is frozen or that has a temperature of less than 32 DegF (0 DegC). Do not place paving during rainfall or in standing water. 3.11 SURFACE PREPARATION A. Assure the area to be paved is true to line and grade and has a dry and properly prepared surface before starting paving operations. Assure the surface is free from all loose screenings and other loose or foreign material. 3.12 NEW WORK A. For new work, meet the surface preparation requirements in Section 02235 of these specifications. Prime prepared soil or aggregate bases if indicated as a bid item in the Contract Documents. B. Before paving, proof-roll the base with equipment having at least one 18 kip single axle load or equivalent. Excavate and replace areas that yield or crack under these wheel loads as directed. This does not replace or relax the base or subgrade compaction requirements. • 00...60146 Bozeman WRF Phase I Improvements Project 7/23/2008 02510 - 8 • C. Paint the surfaces of curbs and gutters, vertical faces of existing pavements and all structures in contact with asphalt mixes with a thin coating of asphaltic material to provide awater-tight joint. 3.13 OVERLAYS OVER EXISTING PAVEMENTS AND OLD BASE A. Where a base is rough or uneven, place a leveling course using a paver or motor grader and compact before the placing of subsequent courses. B: When specified, place construction fabric to control reflective cracking, as detailed, meeting Section 02110.3.4 Pavement Overlay Applications. C. When a leveling course is not specified, patch or correct all depressions and other irregularities, subject to the Engineer's approval, before starting other paving operations. Remove all rich and unsuitable patches, excess crack or joint filler, and all surplus bitumen from the area to be paved. Do not blot excessive deposits of asphalt with sand or stone. D. Apply a tack coat when the surface to be paved is an existing portland cement concrete, brick or asphalt pavement with Emulsified Asphalt SS-lh. Dilute the asphalt emulsion, SS-lh, with water at one part product to one part water and apply the diluted emulsion using a pressure distributor at the rate of 0.1 gallon per square yard. E. Coat the surfaces of curbs and gutters, vertical faces of existing pavements and all structures in actual contact with asphalt mixes with a thin, complete coating of asphalt material to provide a water-tight joint. 3.14 PATCHING A. Weather Limitations: 1. Follow procedures set out in Section 3.10. • B. Surface Preparations: 1. Assure the area to be paved is true to line and grade, is dry and properly prepared surface before starting paving operations. Clean the surface of all loose screenings and other loose or foreign material. 2. Before paving, proof roll the base. Areas that yield excessively or crack under such wheel loads will be excavated and replaced, to correct yielding and cracking problems. This does not replace the base or subgrade compaction requirements. Cut the edge of existing pavements against which additional pavement is to be placed straight and vertical. 3. Minimum standards for patching new or existing pavement include the following: a. Neatly cut all asphalt edges using an asphalt saw. b. Cut asphalt edges to form as regular a patch shape as practical and should, in general, approximate a rectangle. c. Cut asphalt edges at least 30 cm (12 ]N) wider than the trench width on each side of trench excavations; and, in general, be cut parallel to the street centerline for mainline construction and perpendicular to the street centerline for service lateral construction. 4. Remove and replace asphalt surface widths of less than 3 FT (90 cm). 5. Tack coat all existing asphalt edges prior to placing new asphalt. 6. If hot plant mix is not available, temporarily patch the pavement using 3000 psi (minimum) concrete (M-3000 or C-300), with a minimum thickness of 3 IN. Remove the temporary patches and replace with hot mix asphalt when it becomes available. 7. Thickness of asphalt patch will equal the existing pavement, unless otherwise approved. C. Compaction: 1. Compact to a density equal to or greater than 92 percent of Maximum Theoretical Density (RICE) as determined by ASTM D2041. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 9 3.15 TRANSPORTATION OF MIX A. Transport the mix in vehicles cleaned of all foreign material which may affect the mix. The • truck beds must be painted, or sprayed with alime-water, soap or detergent solution at least once a day or as often as required. After this operation elevate the truck bed and thoroughly drain it, with no excess solution being permitted. Dispatch the vehicles so that all material delivered is placed in daylight, unless the Engineer approves artificial light. Deliver material to the paver at a uniform rate and in an amount well within the capacity of the paving and compacting equipment. 3.16 SPREADING AND FINISHING A. Spread and finish meeting the following requirements: 1. The maximum lift thickness is 3 IN (7.6 cm) for surface courses and 4 inches (10 cm) for base courses. 3.17 MECHANICAL PAVERS A. Spread and strike off the base and surface courses with a mechanical paving machine. Operate the paving machine so that material does not accumulate and remain along the sides of the receiving hopper. B. Do not use equipment, which leaves tracks or indented areas, which cannot be corrected in normal operation, produces flushing or other permanent blemishes, or fails to produce a satisfactory surface. C. Construct longitudinal joints and edges to true line markings. Establish lines for the paver to follow in placing individual lanes parallel to the centerline of the proposed roadway. Position and operate the paver to follow closely the established lines. D. When using pavers in echelon, assure the first paver follows the marks or lines with the second paver following the edge of the material placed by the first paver. To assure a hot joint and • obtain proper compaction, assure the pavers work as close together as possible not exceeding 100 FT (30 m) apart. In backing trucks against the paver, take care not to jar the paver out of its proper alignment. E. As soon as the first load of material has been spread, check the texture of the unrolled surface to determine its uniformity. Segregation of materials is not permitted. If segregation occurs, suspend spreading operation until the cause is determined and corrected. F. Offset transverse joints in succeeding courses at least 2 FT (0.6 m}. Offset longitudinal joints at least 61N (15 cm). G. Correct all irregularities in alignment left by the paver by trimming directlybehind the machine. Immediately after trimming, thoroughly compact the edges of the course by tamping. Avoid distorting the pavement during this operation. H. Assure edges against which additional pavement is to be placed is straight and approximately vertical. Use a lute or covered rake immediately behind the paver, when required, to obtain a true line and vertical edge. Correct all irregularities in the surface of the pavement course directly behind the paver. Remove excess material forming high spots by a shovel or lute. Fill low areas with hot mix and smooth it with the back of a shovel being pulled over the surface. Fanning of material over such areas is not permitted. 3.18 MOTOR GRADER A. When motor graders are used for the spreading of leveling courses, place the material on the roadbed so that the proper amount of material is available. Spread the mix to the required thickness, line and grade, with a uniform surface texture, while at a workable temperature. 3.19 HAND SPREADING A. In small areas where the use of mechanical finishing equipment is not practical, the mix may be • spread and finished by hand, if so directed by the Engineer. Wood or steel forms, approved by 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 10 • the Engineer, rigidly supported to assure correct grade and cross section, may be used. In such instances, measuring blocks and intermediate strips must be used to obtain the required cross- section. Perform hand placing carefully. Uniformly distribute the material to avoid segregation of the coarse and fine aggregate. Broadcasting of material is not permitted. During the spreading operation, loosen and uniformly distribute all material using lutes or covered rakes. Reject material that has formed into lumps and does not break down readily. Following placing and before rolling, check the surface with templates and straightedges and correct all irregularities. B: Maintain on the project heating equipment for keeping hand tools free from asphalt. Exercise caution to prevent heating that may burn the material. Assure the temperature of the tools when used is not greater than the temperature of the mix being placed. Use heat only to clean hand tools; petroleum oils or solvents are not permitted. 3.20 COMPACTION A. Furnish the number of rollers necessary to provide the specified pavement 'density. During rolling, keep the roller wheels moist to avoid picking up the material. B. After the longitudinal joints and edges have been compacted, start rolling longitudinally at the sides and progress toward the center of the pavement. For transverse graded streets, begin rolling on the low side and progress to the. high side, overlapping passes by at least one-half the width of rollers and uniformly lapping each preceding pass. Operate the rollers at a slow, uniform speed with the drive roll or wheel nearest the paver. Do not exceed 3 MPH (4.8 km per hour). C. Do not quickly change the line of rolling reversing direction suddenly. If rolling displaces the material, re-work the area using lutes or shovels and restore it the original grade of the loose material before re-rolling. Do not permit heavy equipment or rollers to stand on the finished • surface before it has been compacted and has thoroughly cooled. D. When paving in single width, roll the first lane placed as follows: 1. Transverse joints. 2. Outside edge. 3. Initial or breakdown rolling, beginning on the low side and progressing toward the high side. 4. Second rolling, same procedure as 3. 5. Finish rolling. E. When paving in echelon, or abutting a previously placed lane, perform the longitudinal joint rolling the same as transverse joint rolling. F. When paving in echelon, leave 2 or 3 IN (5 to 7.5 cm) of the edge unrolled, which the second paver can match unrolled. Then the joint between the lanes can be rolled together. Do not leave edges exposed more than 15 minutes without being rolled. G. In laying a surface mix adjacent to any finished area, place it high enough so that, when compacted, the finished surface is true and uniform. H. On slight grades, check gutters with a straightedge and test with running water to assure drainage to the planned outlet. 3.21 TRANSVERSE JOINTS A. Construct and compact transverse joints to provide a smooth riding surface. Joints will be straight edged and string lined to assure smoothness'and true alignment. B. Joint formed with bulkheads to provide a straight line and vertical face will be checked with a straightedge before fresh material is placed against it to complete the joint. If bulkheads are not used to form the joint and the roller is permitted to roll over the edge of the new material, locate . the joint line in back of the rounded edge the distance required to provide a true surface and OQ..60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - I I cross-section. If a joint has been distorted by traffic or by other causes, trim it to line. Paint the joint face with a thin coating of asphalt before the fresh material is placed against it. • C. Place the material against the joints vertical face with the paving machine positioned so that the material overlaps the edge of the joint 1 to 2 IN (2.5 to S cm). Maintain a uniform depth of the overlapped material. Remove and dispose of the coarse aggregate in the overlapped material that dislodged during raking. D. Position rollers on the previously compacted material transversely so that no more than 6 IN (15 cm) of the rolling wheel rides on the edge of the joint. Operate the roller to pinch and press the mix into place at the transverse joint. Continue rolling along this line, shifting position gradually across the joint, in 6 to 8 IN (1S to 20 cm) increments, until the joint has been rolled by entire width of the roller wheel. E. Keep the number of transverse joints to a minimum. When paving single width and maintaining traffic, pave one lane no farther than one block. Complete all lanes to the same station at the end of each paving day. When paving in echelon, bring the lanes up even as is practical. 3.22 LONGITUDINAL JOINTS: A. Roll longitudinal joints directly behind the paving operation. Assure the first lane placed is true to line and grade and has a vertical face. Place the material in the lane being paved up firmly against the face of the previously placed lane. Position the paver during spreading to assure the material overlaps the edge of the lane previously placed by 1 to 2 IN (25 to 50 mm). Uniformly maintain the width and depth of the overlapped material at all times. Keep the paver aligned with the line or markings placed along the joint for alignment purposes. Before rolling, remove and dispose of the coarse aggregate in the material overlapping the joint. B. Shift rollers onto the previously placed lane so that not more than 6 IN (15 cm) of the roller wheel rides on the edge of the fine material left by brooming. Operate the rollers to compact the fines gradually across the joint. Continue rolling until a compacted, neat joint is obtained. • When the abutting lane is not placed in the same day, paint the joint with a very thin coating of asphalt before placing the abutting lane. If the joint is distorted during the day's work by traffic or by other causes, carefully trim the edge of the lane to a neat line. 3.23 EDGES: A. Roli the pavement edges concurrently with or immediately after rolling the longitudinal joint. B. Exercise care in consolidating the course along the entire length of the edges. In rolling pavement edges, extend the roller wheels 2 to 4 IN (5 to 10 cm) beyond the pavement edge. 3.24 BREAKDOWN ROLLING: A. Immediately begin breakdown rolling following the rolling of the longitudinal joint and edges. Operate rollers as close to the paver as required to obtain density without causing undue displacement. Operate the breakdown roller with the drive roll or wheel nearest the finishing machine. The Engineer may make exceptions when working on steep slopes or super-elevated curves. 3.25 SECOND ROLLING: A. Assure the second rolling follows the breakdown rolling as close as possible while the paving mix is still at a temperature that will provide the specified density. 3.26 FINISH ROLLING: A. Perform the finish rolling while the material is still warm enough to remove roller marks. If necessary, the Engineer may require using pneumatic-tired rollers. Complete finish rolling the same day the mixture is placed. B. In places inaccessible to standard rollers, perform compaction using trench rollers or others to meet the specified compaction requirements. Operate the trench roller as directed until the • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23!2008 02510 - 12 course is compacted. Hand, manual or mechanical tamping, may be used in such areas if it is proved to the Engineer that the operation will provide the specified density. 3.27 SHOULDERS: A. Where paved shoulders or curbs are not specified, do not place the shoulder material against the pavement edges until the surface course rolling is completed. Take care to prevent distortion of the pavement edge from specified line and grade. When shoulders are paved (except in conjunction with the traveled way paving), cold joint construction procedure is required to assure a tight bond at the joint. B. When the rolling of the surface course has been completed and the edges have been thoroughly compacted, immediately place shoulder material against the edges and roll it. 3.28 DENSITY AND SURFACE REQUIREMENTS: A. The average mat density shall be equal to or greater than 93 percent of the maximum density as determined by ASTM D2041 and no individual sample shall be less than 92 percent of maximum (Rice's) density, prepared as specified in Part 2-Products in this section and made from plant mix meeting the job-mix formula. Verification of maximum density as determined by ASTM D2041 from plant produced material during production is recommended. B. Produce a fmal surface that is uniform in texture and meets the line and grade specified. Before final acceptance. of the Project or during the progress of the work, the Engineer will determine the thickness of all courses. Repair or replace all unsatisfactory work. C. Assure density and thickness meets the plans and specifications. During compaction, preliminary tests to aid in controlling the thickness, may be performed by inserting a flat blade, correctly graduated, through the material to the top of the previously placed base, or by other approved methods. • D. In checking compacted depth, the cutting of the test holes, refilling with acceptable materials and proper compaction may be performed by the Owner's testing agency. E. For testing the surface on all courses, a 10 FT (3 m) straightedge will be used with the centerline of the straightedge placed parallel to the roadway centerline. F. Any variations that exceed 5/16 IN (0.8 cm) in 10 FT (3 m) for base course and''/4 IN (0.64 cm) in 10 FT (3 m) for surface course must be corrected. Correct irregularities that may develop before the completion of rolling by loosening the surface mix and removing or adding materials as is required. If any irregularities or defects remain after the fmal compaction, remove the surface course and place and compact new material to a true and even surface. All minor surface projections, joints and minor honeycombed surfaces must be rolled smooth to grade, as directed. G. Remove and replace areas of new pavement requiring patching as directed. Patching material will be tested for meeting specifications. The cost of testing is at Contractor expense. 3.29 PAVEMENT AND MATERIAL TESTING REQUIREMENTS: A. Owner's testing agency will provide core samples of asphalt surface courses to check in place density and compacted depth. The cores are 4 IN (10 cm) diameter. Materials and acceptance tests will be made by the Owner's testing agency to determine the Contractor's compliance with the specifications. B. Materials failing to meet the tests specified may be retested if approved and as directed by the Engineer. The Contractor shall pay the costs of any required re-testing for acceptance purposes. Re-testing will be performed by the Owner's testing agency unless otherwise approved by the owner. If there is a dispute, a third party testing firm may be retained by the contractor for additional retesting for the Engineer's review and consideration. • C. The costs of the following tests are at Contractor expense: 1. Initial aggregate quality tests 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 13 2. Job-Mix Formula 3. Any tests the Contractor requires to control his crushing, screening or other construction operations 4. Retesting of failing tests as provided above D. Correct all pavement composition, field density, or thickness, deficiencies at Contractor expense. E. The field density and thickness of the pavement is determined by measuring the cores tested. .The actual thickness must. be no less than '/4 IN (6.5 mm) from the specified thickness. F. When the measurement of any core is less than the plan thickness by more than the allowable deviation, the actual thickness of the pavement in this area maybe determined by taking additional cores at intervals parallel to the centerline in each direction from the affected location. Continue in each direction until a core is found which is not deficient by more than the allowable deviation. The Engineer will evaluate areas found deficient in thickness and determine which areas warrant removal. Remove and replace the areas with asphaltic concrete of the thickness shown on the plans. Additional coring is considered as re-testing of failing areas. PART 4 - MEASUREMENT AND PAYMENT 4.1 MEASUREMENT AND PAYMENT A. Measurement and payment shall be made in accordance with Section 01150 -Measurement and Payment. END OF SECTION C, • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 02510 - 14 • SECTION 02515 . PRECAST CONCRETE MANHOLE STRUCTURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast concrete manhole structures and appurtenant items. a. Sanitary sewer manholes and appurtenances. b. Drain manholes and appurtenances. c. Storm sewer manholes and appurtenances. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02221 -Trenching, Backfilling, and Compacting for Utilities. 4. Section 03208 -Reinforcement. 5. Section 03308 -Concrete Materials and Proportioning. 6. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. • b. C150, Standard Specification for Portland Cement. c. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. d. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals. e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing. f. D4022, Standard Specification for Coal Tar Roof Cement, Asbestos Containing. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Fabrication and/or layout drawings: a. Include detailed diagrams of manholes showing typical components and dimensions, reinforcements and other details. b. Itemize, on separate schedule, sectional breakdown of each manhole structure with all components and refer to drawing identification number or notation. c. Indicate knockout elevations for all piping entering each manhole. 1.4 SITE CONDITIONS A. For this project, the established high groundwater is approximately 4 FT below ground surface. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02515 - 1 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Manhole rings, frames and covers with two l IN to 1'/o IN pick holes: a. D & L Foundry A-1178 ring and cover. b. East Jordan Iron Works 3771/3772 series ring and cover. 2. Black mastic joint compound: a. Kalktite 340. b. Tufflex. c. Plastico. 3. Premolded joint compound: a. .Ram Nec. b. Kent Seal. 4. Emulsified fibrated asphalt compound: a. Sonneborn Hydrocide 700B Semi-Mastic. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 SANITARY SEWER, STORM AND DRAIN MANHOLE STRUCTURE COMPONENTS A. Manhole Components: 1. Reinforcement: ASTM C478. 2. Minimum wall thickness: 5 IN. 3. Minimum base thickness: 12 IN. 4. Provide the following components for each manhole structure: a. Base (precast) with integral bottom section or (cast-in-place). b. Precast bottom section(s). • c. Precast barrel section(s). d. Precast eccentric transition section. e. Precast adjuster ring(s). f. Precast concrete transition section. g. Precast flat top. 5. Unless dimensioned or specifically noted on Drawings, provide manhole section with minimum 48 IN inside dimensions. 6. All pipe to new manhole joints use gasketed, flexible, watertight connections that will accommodate differential settlement. a. Compression-Type Flexible Connector: Resilient sealing connection cast into manhole wall allowing 10 degrees deflection. b. Boot-Type Flexible Connector: Flexible watertight connection consisting of a rubber gasket or boot, metal expansion ring to hold gasket in the manhole wall and a metal take-up clamp to hold the gasket to the pipe. B. Nonpressure Type Frames and Cover: 1. Cast iron frame and covers: ASTM A48, Class 35 (minimum). 2. Use only cast {ductile} iron of best quality, free from imperfections and blow holes. 3. Furnish frame and cover of heavy-duty construction a minimum total weight of 450 LBS. 4. Machine all horizontal surfaces. 5. Furnish unit with solid nonventilated lid with concealed pickholes. a. Letter covers "SEWER" for all collection system manholes, "DRAIN" for all gravity unit drains returning flow to the headworks, and "STORM" for storm sewer systems. 6. Ensure minimum clear opening of 24 IN DIA. C. Pressure Type Frame and Cover: 1. Provide covers meeting the requirements of Paragraph 2.2B and as modified below. 2. Furnish frame and bolted cover of heavy-duty construction: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02515 - 2 • a. Equip unit with six (6) stainless steel countersunk 3/8 IN DIA by 1-1/2 IN long bolts with stainless steel washers. 3. Provide solid lid and minimum 1/8 IN thick x 1/2 IN wide continuous strip neoprene gasket. 4. Furnish unit with a minimum of six (6) anchorage holes and six (6) 6 IN long x 3/4 IN D]A stainless steel anchor bolts. D. Special Coatings and Joint Treatment: 1. Joints of precast sections: a. Black mastic compound: ASTM D4022. 2. Aluminum components embedded in concrete: a. See Section 09905 for protective coating for aluminum embedded in concrete. 3. Vertical wall surfaces: a. Emulsified fibrated asphalt compound meeting ASTM D1227 Type I for all exterior {and interior} vertical wall surfaces. E. Sanitary Sewer Manhole Concrete: 1. Provide all sanitary manholes constructed with Portland ASTM C 150, Type I or II cement with a tricalcium aluminate content not to exceed 8 percent. 2. Mix aggregate shall be a minimum of 50 percent crushed limestone. 3. Provide 3000 psi non-shrink grout. 4. Unless otherwise approved by the City of Bozeman, make all break-in connections to existing manholes by using a core drilling machine. 5. Install adjusting rings on each manhole to bring the manhole rim elevation to match the existing or specified ground elevations. A maximum of 12 IN 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. PART 3 - EXECUTION 3.1 MANHOLE CONSTRUCTION A. General: 1. Construct cast-in-place concrete base slabs. 2. Make inverts with asemi-circular bottom conforming to the inside contour of the adjacent sewer sections. 3. On all straight runs, lay pipe through manhole and cut out top half of pipe: a. See detail on Drawings. b. If pipes deflect at manhole, shape as specified in Paragraphs 2 and 4. 4. Shape inverts accurately and steel trowel finish: a. For changes in direction of the sewer and entering branches into the manhole, make a circular curve in the manhole invert using as large a radius as manhole inside diameter will permit. b. Pour base slab integral with bottom barrel section. B. Build each manhole to dimensions shown on plans and at such elevation that pipe sections built into wall of manhole will be true extensions of line of pipe. C. For all horizontal mating surfaces between concrete and concrete or concrete and metal, above established high groundwater elevation shown trowel apply to clean surface black mastic joint compound to a minimum wet thickness of 1/4 IN immediately prior to mating the surfaces. D. For horizontal joints that fall below established high groundwater elevation shown, install a • resilient O-ring type gasket or pre-molded joint compound. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02515 - 3 E. Unless otherwise approved by the Owner, make all break-in connections to existing manholes by using a core drilling machine. Utilize expansion type flexible gasket such as manufactured by • Link-Seal or approved equal. Trim off and remove all excess gasket material inside manholes. F. Install adjusting rings on each manhole to bring the manhole rim elevation to match the existing or specified ground elevations. A maximum of 12 IN 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. G. Set and adjust frame and cover final6 IN (minimum) to 18 IN (maximum) to match finished pavement or finished grade elevation using precast adjuster rings. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02515 - 4 • SECTION 02528 CONCRETE CURB AND GUTTER PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete curb and gutter. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03308 -Concrete, Materials and Proportioning. 4. Section 03311 -Concrete Mixing, Placing, Jointing, and Curing. 5. Section 03350 -Testing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO): a. M153, Standard Specifications for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. b. M171, Sheet Materials for Curing Concrete. c. M182, Burlap Cloth Made From Jute or Kenef. d. M213, Preformed Expansion Joint Fillers for Concrete Paving and Structure • Construction. e. M233, Boiled Linseed Oil Mixture for Treatment of Portland Cement Concrete. 2. American Concrete Institute (ACI): a. 305R, Hot Weather Concreting. b. 306R, Cold Weather Concreting. 3. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement (Including Supplementary Requirements S 1). b. C33, Standard Specification for Concrete Aggregates. c. C 150, Standard Specification for Portland Cement. d. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. e. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 FT LB/FT3). f. D4253, Standard Test Methods for Maximum Index Density and Unit Weights of Soils Using a Vibratory Table. g. D4254, Standard Test Methods for Minimum Index Density and Unit Weights of Soils and Calculation of Relative Density. 4. Federal Specification (FS): a. SS-S-1614, Sealants, Joint, Jet-Fuel-Resistant, Hot-Applied for Portland Cement and Tar Concrete Pavements. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 00...60746 Bozeman WRF Phase 1 Improvements Project ' 7/22/2008 02528 - 1 3. Mix design(s) in accordance with Section 03308 and Section 03350. 4. Drawings detailing all reinforcing. • 5. Test reports: a. Concrete cylinder test results from field quality control. B. Samples: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Samples of fabricated jointing materials and devices. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Chemical admixtures: a. Sika Chemical Corporation. b. BASF Admixtures, Inc. c. Protex Industries. d. W. R. Grace and Company. e. Or approved equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Portland Cement: 1. ASTM C150, Type I or II. • B. Aggregates: 1. ASTM C33, gradation size #67, 3/4 IN to #4. C. Water: 1. Potable quality. D. Admixtures: 1. Comply with Section 03308. E. Reinforcing Bars: 1. ASTM A615, Grade 60. F. Preformed Joint Filler: 1. Non-extruding cork, self-expanding cork, sponge rubber or cork rubber. 2. AASHTO M153 or AASHTO M213. G. Hot-Poured Joint Sealing Material: 1. FS SS-S-1614. H. Membrane Curing Compound: 1. ASTM C309. I. Cover Materials for Curing: 1. Burlap: a. AASHTO M182. b. Minimum Class 2, 8 OZ material (1 YD x 42 IN). 2. Polyethylene film, AASHTO M171. J. Paper Subgrade Cover: 1. Polyethylene film, AASHTO M171. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02528 - 2 • K. Concrete Treatment: 1. Boiled linseed oil mixture. 2. AASHTO M233. L. Forms: 1. Steel or wood. 2. Size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment. 3. Free of distortion and defects. 4. Full depth. 5. Metal side forms: a. Minimum 7/32 IN thick. b. Depth equal to edge thickness of concrete. c. Flat or rounded top minimum 1-3/4 IN wide. d. Base 8 IN wide or equal to height, whichever is less. e. Maximum deflection 1/8 IN under center load of 1700 LBS. f. Use flexible spring steel forms or laminated boards to form radius bends. 2.3 MIXES A. Mix design to provide 4,000 psi 28-day compressive strength, 1-1/2 IN +1 1N slump, 6 percent air. B. Comply with Section 03308 and Section 03311. PART 3 - EXECUTION 3.1 PREPARATION • A. Su bgrade Preparation: 1. Prepare using methods, procedures, and equipment necessary to attain required compaction densities, elevation and section. 2. Scarify and recompact top 6 IN of fills and embankments which will be under concrete curb and gutters. 3. Remove soft or spongy areas. a. Replace with aggregate material. 4. Compact to the following densities: a. Cohesive soils: 95 percent per ASTM D698. b. Non-cohesive soils: 75 percent relative per ASTM D4253 and ASTM D4254. 5. Assure moisture content is within limits prescribed to achieve required compaction density. 6. Following compaction, trim and roll to exact cross section. 7. Check with approved grading template. 8. Perform density tests on subgrade to determine that subgrade complies with the specification. B. Aggregate Course: 1. Place material in not more than 6 IN thick layers. 2. Spread, shape, and compact all material deposited on the subgrade during the same day. 3. Compact to 95} percent per ASTM D698. C. Loose and Foreign Material: 1. Remove loose and foreign material immediately before application of paving. D. Appurtenance Preparation: 1. Block out or box out curb inlets and curb returns. 2. Provide for joint construction as detailed and dimensioned on Drawings. 3. Adjust manholes, inlets, valve boxes and any other utility appurtenances to design grade. • a. Secure to elevation with concrete. 00...60746 Bozeman WRF Phase 1 Lnprovements Project 7/22/2008 02528 - 3 b. Place concrete up to 5 IN below design grade. 4. Clean and oil forms. • 3.2 INSTALLATION A. Concrete Production: 1. Comply with Section 03311. B. Forms: 1. Form support: a. Compact soil foundation and cut to grade to support forms and superimposed machine loads. b. Use bearing stakes driven flush with bottom of form to supplement support as necessary. c. Do not use earth pedestals. 2. Staking forms: a. Joint forms neatly and tightly. b. Stake and pin securely with at least three (3) pins for each 10 FT section. 3. Clean and oil forms prior to placement of concrete. 4. Set forms sufficiently in advance of work (minimum of 2 HRS) to permit proper inspection. 5. Previously finished pavement or sidewalk contiguous with new work may serve as side form when specifically approved. C. Reinforcing: 1. Lap non-welded bars 12 IN minimum. 2. Support: a. Place bars securely on chairs at called-for height. D. Joi nts: 1. Hold locations and alignment to within +1/4 IN. 2. Finish concrete surface adjacent to previous section to within +l/8 IN, with tooled radius of • 1!4 IN. 3. Expansion joints: a. Locate at 48 FT intervals and at all intersection curb returns. b. Stake in place load transfer device consisting of dowels. c. Supporting and spacing means and premolded joint filler as per Drawing details. d. Provide preformed joint filler at all junctions with existing curb and gutter or other structures. 4. Contraction joints: a. Locate at 6 FT intervals. b. Use steel template at least 1/4 IN thick, conforming to cross section of curb and gutter. c. Remove template where concrete has set sufficiently to prevent spalling or adhesion of concrete. d. If machine placed, use tooled joint formed in freshly placed concrete. e. Groove dimensions shall be 3/8 IN at surface and 1/4 IN at root. 5. Install construction joints at end of day's work or wherever concreting must be interrupted for 30 minutes or more. 6. Thoroughly clean and fill joints with joint sealing material as specified. 7. Upper surface of filled joint to be flush to 1/8 IN below finished surface. E. Place Concrete: 1. Comply with Section 03311. 2. Construct driveway openings, ramps, and other features as per Drawing details. F. Co ld and Hot Weather Concreting: 1. Cold weather: a. Cease concrete placing when descending air temperature in shade falls below 40 DegF. b. Do not resume until ambient temperature has risen to 40 DegF. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02528 - 4 c. If placing is authorized below 40 DegF by Engineer, maintain temperature of mix • between 60 and 80 DegF. d. Heat aggregates or water or both. e. Water temperature may not exceed 175 DegF. f. Aggregate temperature may not exceed 150 DegF. g. Remove and replace frost-damaged concrete. h. Salt or other antifreeze is not permitted. i. Comply with ACI 306R. 2. Hot weather: a. Cease concrete placing when plastic mix temperature cannot be maintained under 90 DegF. b. Aggregates or water or both may be cooled. c. Cool water with crushed ice. d. Cool aggregates by evaporation of water spray. e. Never batch cement hotter than 160 DegF. f. Comply with ACI 305R. G. Finishing: 1. Bring combination curb and gutter to grade by running straightedge over steel templates with sawing motion. 2. Float surface with a wood float to draw cement to surface. 3. Broom finish after floating. 4. Tool edges with suitable edger. 5. Upon removal of forms, fill honeycombed or unevenly filled sections immediately with cement mortar. 6. Assure that expansion joints are cleared of concrete, both at bottom of gutter and back of curb. • H. Curing: 1. Apply membrane curing compound complying with ASTM C309, and in accordance with manufacturer's directions but at a minimum rate of 200 SF per gallon. 2. Apply curing compound within 4 HRS after finishing or as soon as surface moisture has dissipated. 3. Cure for 7 days. 4. When average daily temperature is below 50 DegF, provide insulative protection of 12 IN minimum thickness loose dry straw, or equivalent, for 10 days. I. Protection of Concrete: 1. Protect new curb and gutter and its appurtenances from traffic for minimum of 14 days. 2. Repair or replace parts of curb and gutter damaged by traffic, or other causes, occurring prior to fmal acceptance. J. Opening to Traffic: 1. After 14 days, area may, at Owner's discretion, be opened to traffic if job cured test cylinders have attained a compressive strength of 3,000 LBS per square inch when tested in accordance with ASTM standard methods. 2. Prior to opening to traffic, clean and refill joints as required with specified filler material. K. Clean Up: 1. Assure clean up work is completed within 2 weeks after work has been opened to traffic. 2. No new work will begin until clean up work has been completed, or is maintained within 2 weeks after work has been opened to traffic. 3.3 FIELD QUALITY CONTROL A. See Spec Section 01400. END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 02528 - 5 • • • SECTION 02529 CONCRETE SIDEWALK AND STEPS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalk and steps. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03308 -Concrete, Materials and Proportioning. 4. Section 03311 -Concrete Mixing, Placing, Jointing, and Curing. 5. Section 03350 -Testing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO): a. M153, Standard Specifications for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. b. M171, Sheet Materials for Curing Concrete. c. M182, Burlap Cloth Made From Jute or Kenaf. d. M213, Preformed Expansion Joint Fillers for Concrete Paving and Structure • Construction. e. M224, Protective Coatings for Portland Cement Concrete. f. M233, Boiled Linseed Oil Mixture for Treatment of Portland Cement Concrete. 2. American Concrete Institute (ACI): a. 305R, Hot Weather Concreting. b. 306R, Cold Weather Concreting. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete Reinforcement. b. A615, Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement (Including Supplementary Requirements S1). c. C33, Standard Specification for Concrete Aggregates d. C150, Standard Specification for Portland Cement. e. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. f. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3). g. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. h. D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. 4. Federal Specification (FS): a. SS-S-1614, Sealants, Joint, Jet-Fuel-Resistant, Hot-Applied for Portland Cement and Tar Concrete Pavements. b. TT-S 00227 E(3), Sealing Compound: Elastomeric Type, Multi-Component (for Calking, Sealing, and Glazing in Buildings and Other Structures. L~ 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02529 - 1 1.3 SUBMITTALS A. Shop Drawings: • 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Mix design(s) in accordance with Section 03308 and Section 03350. 4. Qualifications of concrete installer. 5. Drawings detailing all reinforcing. 6. Concrete cylinder test results from field quality control. B. Samples: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Samples of fabricated jointing materials and devices. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Chemical admixtures: a. Sika Chemical Corporation. b. BASF Admixtures, Inc. c. Protex Industries. d. W. R. Grace and Company. • e. Or approved equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Portland Cement: 1. ASTM C 150, Type I or II. B. Aggregates: 1. Washed rock material meeting the following Table of Gradations may be used as base material. Table of Gradations -Washed Rock Base Material Percentage by Weight Passing Square Mesh Sieves Sieve Size % Passim lIN 100 3/4 IN 90-100 3/8 IN 10-55 No. 4 0-10 C. Water: 1. Potable quality. D. Admixtures: 1. Comply with Section 03308. E. Reinforcing Bars: 1. ASTM A615, Grade 60. • 00...60746 Bozeman WRF Phase I Improvements Project 7/1 I/2008 02529 - 2 F. Welded Wire Reinforcement: • 1. ASTM A 185. 2. Flat. 3. Clean, free from dirt, scale, rust. G. Preformed Joint Filler: 1. Nonextruding cork, self-expanding cork, sponge rubber or cork rubber. 2. Meet AASHTO M 153 or AASHTO M213. H. Hot-Poured Joint Sealing Material: 1. FS SS-S-1614. I. Sidewalk Joint Sealant: 1. Two compound, polyurethane sealant. 2. Class A, Type 1. 3. Self-leveling. 4. Nontracking. 5. FS TT-S 00227 E(3). J. Membrane Curing Compound: 1. ASTM C309. K. Cover Materials for Curing: 1. Burlap: a. AASHTO M182: b. Minimum Class 2, 8 OZ material (1 YD x 42 IN). 2. Polyethylene film: a. AASHTO M171. L. Paper Subgrade Cover: • 1. Polyethylene film, AASHTO M171. M. Concrete Treatment: 1. Boiled linseed oil mixture. 2. Meets AASHTO M233. N. Forms: 1. Steel or wood. 2. Size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment. 3. Free of distortion and defects. 4. Full depth. 5. Metal Side Forms: a. Minimum 7/32 IN thick. b. Depth equal to edge thickness of concrete. c. Flat or rounded top minimum 1-3/4 IN wide. d. Base 8 IN wide or equal to height, whichever is less. e. Maximum deflection 1/8 IN under center load of 1700 LBS. f. Use flexible spring steel forms or laminated boards to form radius bends. 2.3 MIXES A. Mix design to provide 4,000 psi 28-day compressive strength, 1-1/2 IN +1 IN slump, 6 percent air. B. Comply with Section 03308 and Section 03311. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 02529 - 3 PART 3 - EXECUTION 3.1 PREPARATION • A. Subgrade Preparation: 1. Prepare using methods, procedures, and equipment necessary to attain required compaction densities, elevation and section. 2. Scarify and recompact top 6 IN of fills and embankments which will be sidewalk and step areas. 3. Remove soft or spongy areas. a. Replace with aggregate material. 4. Compact to the following densities: a. Cohesive soils: 95 percent per ASTM D698. b. Non-cohesive soils: 75 percent relative per ASTM D4253 and ASTM D4254. 5. Assure moisture content is within limits prescribed to achieve required compaction density. 6. Following compaction, trim and roll to exact cross section. a. Check with approved grading template. 7. Perform density tests on subgrade to determine that subgrade complies with the specification. B. Aggregate Course: 1. Place material in not more than 6 IN thick layers. 2. Spread, shape, and compact all material deposited on the subgrade during the same day. 3. Compact to 75 percent relative per ASTM D4253 and ASTM D4254. C. Loose and Foreign Material: 1. Remove loose and foreign material immediately before application of paving. D. Appurtenance Preparation: 1. Block out or box out curb inlets and curb returns. • 2. Provide for joint construction as detailed and dimensioned on Drawings. 3. Adjust manholes, inlets, valve boxes and any other utility appurtenances to design grade. a. Secure to elevation with concrete. b. Place concrete up to 5 IN below design grade. 4. Clean and oil forms. 3.2 ERECTION, INSTALLATION AND APPLICATION A. Concrete Production: 1. Comply with Section 03311. B. Forms: 1. Form support: a. Compact soil foundation and cut to grade to support forms. b. Use bearing stakes driven flush with bottom of form to supplement support as necessary. c. Do not use earth pedestals. 2. Staking forms: a. Joint forms neatly and tightly. b. Stake and pin securely with at least three (3) pins for each 10 FT section. 3. Clean and oil forms prior to placement of concrete. 4. Set forms sufficiently in advance of work (minimum 2 HRS) to permit proper inspection. 5. Previously fmished pavement or curb and gutter contiguous with new work may serve as side form when specifically approved. C. Reinforcing: 1. Lap mats one (1) full space. 2. Tie end transverse member of upper mat securely to prevent curling. • 3. Lap non-welded bars 12 IN minimum. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 02529 - 4 4. Support: a. Place bars securely on chairs at called-for height. b. Place other fabric on the first of atwo-course pour and cover promptly with final pour, or place fabric by afabric-placer if procedure is reviewed and approved by Engineer. D. Joints: 1. Hold locations and alignment to within + 1/4 IN. 2. Finish concrete surface adjacent to previous section to within + 1/8 IN, with tooled radius of 1/4 IN. 3. Metal keyway joints: a. Form by installing metal joint strip, left in place. b. Stake and support like side form. c. Provide dowels or tie bars. 4. Weakened plane joints: a. Locate at 6 FT intervals. b. Tool groove in freshly placed concrete with tooling device. c. Groove dimensions shall be 3/8 IN at surface and 1/4 IN at root. 5. Install construction joints at end of day's work or wherever concreting must be interrupted for 30 minutes or more. 6. Expansion joints: a. Locate at 48 FT intervals and at all intersection curb returns. b. Stake in place load transfer device consisting of dowels. c. Supporting and spacing means and premolded joint filler as per Drawing details. d. Provide preformed joint filler at all junctions with existing sidewalks, steps, or other structures. 7. Thoroughly clean and fill joints with joint sealing material as specified. 8. Upper surface of filled joint to be flush to 1/8 IN below finish surface. E. Place Concrete: 1. Comply with Section 03311. 2. Construct driveway openings and other features as per Drawing details. F. Cold and Hot Weather Concreting: 1. Cold weather: a. Cease concrete placing when descending air temperature in shade falls below 40 DegF. b. Do not resume until ambient temperature has risen to 40 DegF. c. If placing is authorized below 40 DegF by Engineer, maintain temperature of mix between 60 and 80 DegF. d. Heat aggregates or water or both. e. Water temperature may not exceed 175 DegF. f. Aggregate temperature may not exceed 150 DegF. g. Remove and replace frost damaged concrete. h. Salt or other antifreeze is not permitted. i. Comply with ACI 306R. 2. Hot weather: a. Cease concrete placing when plastic mix temperature cannot be maintained under 90 DegF. b. Aggregates or water or both may be cooled. c. Cool water with crushed ice. d. Cool aggregates by evaporation or water spray. e. Never batch cement hotter than 160 DegF. f. Comply with ACI 305R. G. Finishing: 1. As soon as placed, strike off and screed to crown and cross section, slightly above grade, so that consolidation and fmishing will bring to fmal Drawing elevations. • 2. Maintain uniform ridge full width with first pass of first screed. 3. Test with 6 FT straightedges equipped with long handles and operated from sidewalk. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I 1!2008 02529 - 5 4. Draw excess water and laitance off from surface. 5. Float finish so as to leave no disfiguring marks but to produce a uniform granular or sandy • texture. 6. Broom finish after floating. 7. Tool edges with suitable edger. 8. Provide exposed aggregate surfaces in areas indicated on the Drawings. 9. Provide method such as abrasive blasting, bush hammering, or surface retarder acceptable to the Engineer. H. .Curing: 1. Apply membrane curing compound complying with ASTM C309, and in accordance with manufacturer's directions but at a rate of minimum 200 SF per gallon. 2. Apply curing compound within 4 HRS after finishing or as soon as surface moisture has dissipated. 3. Cure for minimum of 7 days. 4. When average daily temperature is below 50 DegF, provide insulative protection of 12 IN minimum thickness loose dry straw, or equivalent, for 10 days. 5. Linseed oil sealant: a. For concrete sidewalk and step, seal surface with linseed oil. b. Apply linseed oil to clean surface as per AASHTO M224 after concrete has cured for 1 month. c. Apply first application at rate of 67 SY per gallon. d. Apply second application to a dry surface at rate of 40 SY per gallon. I. Protection of Concrete: 1. Protect new sidewalk, steps, and their appurtenances from traffic for a minimum of 14 days. 2. Repair or replace parts of sidewalk and steps damaged by traffic, or other causes, prior to final acceptance. J. Opening to Traffic: • 1. After 14 days, area may, at Owner's discretion, be opened to traffic if job cured cylinders have attained a compressive strength of 3000 LBS per square inch when tested in accordance with ASTM standard methods. 2. Prior to opening to traffic, clean and refill joints as required with specified filler material. K. Clean Up: 1. Assure clean-up work is completed within 2 weeks after sidewalk has been opened to traffic. 2. No new work will begin until clean-up work has been completed, or is maintained within 2 weeks after sidewalk has been opened to traffic. L. Accessibility requirements: 1. Construct all sidewalk curb ramps with detectable warning surfaces in conformance with the requirements of the Americans with Disabilities Act Accessibility Guidelines (ADAAG). Detectable warning surfaces shall be black. Detectable warning surfaces shall be considered deficient and subject to replacement by the Contractor if more than 5 percent of the truncated domes on a ramp surface are missing or damaged, if the.detectable warning product has lost any adhesion to the concrete, or if the detectable warning product is cracked or shows other signs of distress, at the end of the two-year warranty period. M. Handrails: 1. Provide handrails where required and as per Drawing details. 3.3 FIELD QUALITY CONTROL A. Provide test cylinders in accordance with Section 03350. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I 1/2008 02529 - 6 • SECTION 02550 COMPOST FILTER MEDIA PART 1 - GENERAL 1.1 SUMMARY A. This section includes the medias necessary for construction of the odor control compost bed biofilter, including: wood chips, compost media mix, aeration stone, and top bark dressing. B. Related sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. The Engineer shall be present during all media placement. 1.3 SUBMITTALS A. Sieve analysis for the medias shall be submitted. Submit notification to Engineer at least 14 days prior to placement of media. B. The plan for storage and placement of all medias for approval by the Engineer. C. Compost media mix composition. • PART 2 - PRODUCTS 2.1 MATERIALS A. Compost media mix: 1. Compost media mix to include: a. Wood chips (100% by volume). b. Oystershell Lay Blend, or crushed oyster shells, or dolomite lime at 271bs per cubic yard of compost media. 2. Wood chip based coarse compost mix to pass a sieve analysis as follows: Percent Passing by Weight Screen 95% to 100% 1 IN 0% to 5% 1/4 IN 0% to 1% #10 3. Wood chips to pass a sieve analysis as follows: Percent Passing by Weight Screen 90% to 100% 3 II•i 65% to 75% 2 ~ 0% to 3% '/z IN 0% to 1% #10 4. Compost media mix parameters: a, pH in water: 8.0 to 8.5. b. Moisture content: 55-65 percent. • c. Porosity: > 80 percent. d. Dry density: 25-301b/cf. 00...60746 Bozeman WRF Phase I Improvements 7/22/2008 02550 -1 e. Organic content: > 75 percent. 5. Add lime as required to the compost media mix to achieve specified pH. • B. Bark Top Dressing: 1. Derived from Douglas Fir, pine, or hemlock species. 2. Screened to pass a sieve analysis as follows: Percent Passing by Weight Sieve No. 95% to 100% 3 IN 65% to 70% 2 IN 0% to 3% 1/2 IN 0% to 1% #10 C. Aeration Stone: 1. The aeration stone shall be 1 to 1 1/2 IN round washed (uncrushed) stone, passing a sieve analysis as follows: Percent Passing by Weight Sieve No. 95% to 100% 1 IN 10% to 15% 3/4 IN 0% to 10% 1/2 IN 0% to 5% 3/8 IN 0% 0% # 4 2. The stone shall not be of limestone origin. PART 3 - EXECUTION 3.1 PLACEMENT • A. The compost media mix components shall be thoroughly blended together by the Contractor. The Contractor will mix the components together through the use of a batch mixer or by turning with afront-end loader. The materials will be turned by front-end loader and moved a minimum of three times or as required to ensure adequate mixing is achieved. Moisture will be added during mixing by fire hose or other high-volume system to bring the media moisture content to between 55 percent and 65percent. B. Install each media component to the depths shown. C. The drain piping shall be installed in conjunction with the site preparation and earthwork to ensure water drains properly. D. The aeration stone shall be placed around and over the distribution pipe to the specified depth and evenly leveled prior to placing the wood chip layer and compost media mix layers. The aeration stone-and air pipe placement procedures must be approved by the Engineer prior to construction of the odor control bed. E. Take extreme care to avoid damage to pipes during installation. Vehicular traffic shall not be allowed in the area after placement of the aeration stone and pipes. F. The wood chip and compost media mix layers shall be placed in the biofilter sequentially. Evenly level the wood chip layer before installing the compost media mix layer. Prolonged storage of the compost media mix prior to placement shall be avoided. In the event material is stored for over 24-hours, the Contractor will ensure the media is not compacted before placement. G. The Contractor will ensure all medias are kept free of contaminants such as soil, rock, glass, trash, construction debris, etc. The Contractor will be required to adjust moisture content of the compost media mix as noted in item A above as required. • 00...60746 Bozeman WRF Phase I Improvements 7/22/2008 02550 - 2 The wood chip and compost media mix layers shall be placed by a long reach excavator, conveyor, or other similar equipment capable of placing the medias in all sections of the filter without driving on the media and compacting it. Load shoring will be utilized if any foot traffic or lightweight conveying equipment is required to stand on the media during installation. Shoring material shall not deflect and compress media more than 2 IN. Once load shoring is removed, material will be scarified with a steel rake to a depth of 4 to 6 iN beneath the load. H. The compost media mix will be leveled to f2 IN of the elevation indicated on the Contract Drawings prior to placing the top bark dressing layer. I. -The top bark dressing layer shall be placed in the same manner as the media and be leveled to t2 IN of the depth indicated on the Drawings. J. No installation of the wood chip or compost media mix layers shall begin until after installation of blowers and connecting ductwork, and initial two smoke tests are complete (see Acceptance Test). Irrigation system must be installed and fully functional prior to media placement. K. Moisture addition through asprinkler/irrigation system shall be provided as shown on the Drawings. Media shall be maintained within moisture content standard (55-65 percent moisture) by the Contractor until start-up. L. Wood chip, compost media mix, and top bark dressing layers shall be installed so that no settling of the medias and no drying of the medias occur prior to start-up of the system. The installation of the medias will be one of the final tasks prior to start-up of the system. 3.2 ACCEPTANCE TEST A. The Contractor will perform three smoke tests on the filter system. The smoke tests will consist of placing a smoke bomb at the inlet of the blower which will, in turn, force air and smoke • through the distribution system. B. The Contractor will perform the first smoke test to verify joint integrity and to prove proper air distribution throughout the header and distribution pipe. The smoke test will be conducted after placement of the distribution pipe and prior to covering the pipe with the aeration stone. The Contractor shall replace broken, damaged, or leaking pipe and fittings. Clean pipe and fittings in areas that are damaged. Rotate pipe that does not have holes facing down. C. The second smoke test performed by the Contractor shall be conducted after complete placement of the aeration stone. The absence of smoke over any section of the pipe will indicate lack of air distribution in that area and shall result in failure of the smoke test. The Contractor shall remove the aeration stone and repair pipe and fittings as necessary to correct air distribution problems. The Contractor shall re-run the smoke test as necessary. D. A third smoke test will be conducted after placement of the wood chip and compost media mix layers and prior to placement of the top bark dressing layer to verify proper air distribution throughout the compost media mix. Air leakage around the edges of the filter may occur. Placement of the media, including scarifying the media mixer adding additional media, shall be performed by the Contractor to minimize the air leakage that occurs. END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements 7/22/2008 02550 - 3 • • • SECTION 02628 HIGH DENSITY POLYETHYLENE (HDPE) PIPE PART 1 - GENERAL 1.1 DESCRIPTION A. This specification covers the requirements of High Density Polyethylene (HDPE) profile wall smooth interior and solid wall pipe. B. Related sections: 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02200 -Earthwork. 4. Section 15060 -Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced standards: REFERENCE TITLE AASHTO M252 Corrugated Polyethylene Drainage Tubing, 3 to 10 Inch Diameter ASTM C638 Test Method for Tensile Properties of Plastics • ASTM D1248 Polyethylene Plastics Molding and Extrusion Materials ASTM D2412 Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading ASTM D2513 Thermoplastic Gas Pressure Pipe, Tubing and Fittings ASTM D2837 Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials ASTM D3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D3261 Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing ASTM D3350 Polyethylene Plastics Pipe and Fittings Materials ASTM F477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter ASTM F844 Washers, Steel, Plain (Flat), Unhardened for General Use ASTM F894 Polyethylene (PE) Large diameter Profile Wall Sewer and Drain Pipe AWWA C906 Polyethylene (PE) Pressure Pipe and Fitting, 4 IN through63 IN for Water Distribution B. All piping system components to be the products of one manufacturer: 1. For each system, polyethylene pipe lengths and fittings to be of the same type, grade and class of polyethylene compound and supplied from the same raw material supplier. 1.3 SUBMITTALS • A. See Section 01340. B. Shop drawings and equipment data: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02628 - 1 1. Details of all piping system components confirming that the. pipe and fittings conform to the specified requirements. • 2. A statement, in writing, from the pipe manufacturer that it is listed with the Plastic Pipe Institute as a qualified extruder for the polyethylene resin being used to manufacture the pipe for this project. 3. Fabrication drawings showing: a. Wall thickness. b. Pipe joint. c. Joint gasket. 4. Layout drawings: a. Illustrate placement of each pipe length. b. Pipe lengths and joints: Identified with a numbering system. 5. Test results. C. Manufacturer's certification of resin manufacturer and type, ASTM D350 cell classification, ASTM D2837 pressure rating and conformance to AWWA C906. D. HDPE manufacturer's recommended butt-fusion procedures and documentation that procedures are in conformance. 1.4 DELIVERY, STORAGE AND HANDLING A. Pipe: 1. Do not cut, kink, deform, or otherwise damage pipe during transportation and handling. 2. Inspect each shipment of pipe and fittings and make provisions for a timely replacement of any damaged material. 3. Store on level ground, preferable turf or sand, free of sharp objects which could damage the pipe. Limit stacking of polyethylene pipe to a height that will not cause excessive deformation of the bottom layers of pipes under ambient temperature conditions. Where necessary due to ground conditions, store pipe on wooden sleepers spaced suitably and of such widths to prevent deformation of the pipe at the point of contact with the sleeper or • between supports. 4. Handle the pipe in such a manner to prevent damage. Do not drag pipe over sharp and cutting objects. Use ropes, fabric, or rubber-protected slings and straps when handling large diameter pipes. Do not use chains, cables, or hooks inserted into the pipe ends. Use two slings spread apart for lifting each length of pipe. Small diameter pipe can be positioned manually. Do not drop pipe or fittings onto rocky or unprepared ground. Do not position slings for handling the pipeline at joints. Remove from site all damaged pipe and pipe with scratches deeper than 10 percent of the pipe wall thickness. 5. Follow manufacturer's handling recommendation. B. Gaskets: 1. Storage: a. Cool, well-ventilated location. b. Do not expose to the direct rays of the sun. c. Do not allow contact with oils, fuels, or petroleum solvents. 2. Shipment: a. In containers with identification of the batch from which the gaskets were fabricated. b. Furnish a certified statement from the manufacturer of the gaskets setting forth the basic polymer used in the gaskets and results of the test of the physical properties of the compound. PART 2 - PRODUCTS 2.1 MATERIALS A. Pipe and fittings: • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02628 - 2 • 1. High density, high molecular weight polyethylene pipe material per Type III, Class C, Category 3, 4, or 5 Grade P23 P33 or P34 as defined in ASTM D1248 2. , , , . Materials meeting the requirements of cell classification 345434 C in accordance with ASTM D3350 are also suitable. 3. Clean rework material generated by the manufacturer's own production may be used so long as the pipe or fittings produced meet all the requirements of this specification. 4. Buried FAD lines 10 IN diameter and less and 6 IN and less compost filter drains shall be smooth wall HDPE. Thermal butt fusion joints shall be provided unless otherwise indicated on the Drawings. 5. Holes shall be provided for the perforated pipe for the compost filter FAD lines and drains. These holes shall be sized and located as shown on the contract Drawings. 6. Buried FAD lines larger than 12 IN diameter shall be profile wall HDPE unless otherwise indicated on the Drawings. Joints shall be gasketed bell and spigot type unless flanged connections are indicated on the Drawings. B. Other pipe materials: 1. Materials other than those specified above may be used as part of profile wall construction. 2. These materials to be compatible with the base PE material and completely encapsulated in the fmished product. 3. These materials in no way compromise the performance of the pipe products in the intended use. 4. Examples of suitable materials include polyethylene and polypropylene. C. Joints: 1. Solid wall pipe: Unless shown otherwise on the Drawings, join sections of polyethylene pipe into continuous lengths using the thermal butt-fusion method in accordance with the pipe manufacturer's recommendations. The joint weld strength to be equal to or greater than the tensile strength of the pipe. • 2. Profile wall pipe: Unless shown otherwise on the Drawings, join by elastomeric gasket contained in a machined groove on the pipe spigot. When assembled, compressed radially in the pipe bell to form a positive seal. No displacement of the gasket permitted during installation. D. Fittings and connections: 1. Where Drawings show factory fabricated flange assemblies, join to HDPE pipe by thermal welding method. 2. To join pipes of dissimilar cross-section or material, use fittings recommended by the pipe manufacturers and reviewed by the Engineer to produce a watertight connection. E. Gaskets: 1. Synthetic elastomeric gaskets: a. ASTM F477. b. Molded or produced from an extruded shape and spliced into circular form. c. No natural rubber gaskets. d. Resistant to degradation by petroleum fuels and oils. F. Lubricant: Compatible with gasket manufacturer's recommendations. G. Markings: 1. Clearly mark each standard and reasonable length of pipe with the following information: a. Manufacturer's name. b. Pipe size. c. Class and profile number. d. Production code. e. Designation "ASTM F894" or "ASTM F810" as applicable. 2.2 PERFORMANCE AND DESIGN REQUIREMENTS A. Profile wall pipe design methods: 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02628 - 3 1. Buried pipe design shall be based on Equations 2, 3, 4, S, and 6, as published in the Appendix of Bulletin 910, "Snirolite, by Chevron". • 2. 2. E, modulus of elasticity of pipe material: a. Long term: 28,250 psi. b. Short term (use only in Equation S): 113,000 psi. B. Submit calculations stamped and signed by a professional engineer licensed in the State of Montana for the buried profile wall pipe design. C. Any use of alternative bedding materials to increase E' values to be reviewed by the Engineer as part of the pipe design submittal. Use of alternative bedding materials is incidental to pipe installation and no extra compensation will be considered. D. Butt fusion: 1. Qualify butt fusion procedures by subjecting specimen joints, made according to the recommended procedure for the project, to the following tests: a. Minimum hydrostatic burst pressure test per paragraph 8.7 of ASTM D2S13. b. Tensile test per ASTM D638. c. The test may be conducted at ambient air temperature and humidity. 2. Butt fusion joint procedure qualifies with the following test results: a. Elongation at yield of no less than 2S percent. b. Failure of the material initiates outside the joint area. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Cut, fabricate, and install in strict conformance with pipe manufacturer's recommendations. 2. Use only. personnel experienced in working with polyethylene pipe to join, lay, and pull the • pipe. 3. The pipe supplier to certify, in writing, that the Contractor is qualified to join, lay, and pull the pipe. B. Joining pipe sections: 1. Solid wall pipe: Thermal butt fusion to be performed in accordance with the pipe manufacturer's recommendations as to equipment and technique: a. Butt fusion welding: 1) All butt fusion welder operations must be recertified if, during the past 12 months, that person has not made any joints using the pipe and welding machine proposed for this project. 2) Personnel that will be operating the butt fusion welder shall be certified by either a and c or b and c of the following criteria: a) Previous demonstrated experience, during the past 12 months, in the use of the procedures on similar projects using the same welding machine and type of pipe as proposed. b) Appropriate training and apprenticeship. c) All operators shall make a specimen joint from pipe to be used on the project. This joint shall then be subjected to the test requirements specified herein. 3) Use only certified butt fusion welding techniques. 4) Where conditions permit, join sections of HDPE pipe into continuous lengths on the job site at ground surface. S) A minimum of l0 percent of the butt fusion joints will be examined by the Engineer during the course of the work. Test joints as requested by the Engineer. 6) Cut out all defective and rejected joints completely and reweld the joint. 2. Profile wall pipe: Join pipes and/or fittings by means of bell and spigot or as shown on the Drawings. • 00...60746 .Bozeman WRF Phase 1 Improvements Project 7/22/2008 02628 - 4 • 3. Connect to concrete structures per pipe manufacturer's recommendations. C. Placement in Compost Filter Bed: 1. General; Lower pipe carefully into the trench to prevent damage or twisting of the pipe. Do not drop or drag pipe. Prevent dirt and contaminants from entering pipe. 2. Dig out the trench bottom at all joints with sufficient length, width, and depth to ensure clearance between the undisturbed trench bottom and the pipe bell or coupling. 3. Pipe bedding: Lay directly on the bedding material, set to line and grade, bring bedding up to pipe spring line, work bedding thoroughly under pipe, eliminate all voids, bring bedding material up over the pipe as required. 4. Backfill: Protect pipe during backfill operations to ensure line and grade are maintained. Backfill per requirements of Section 02221. 3.2 FIELD QUALITY CONTROL A. Butt-fused specimen joint inspection and testing: 1. Visually inspect all joint during and after joining to ensure that the joint meets the requirements of the butt fusion welding procedure. 2. As requested by the Engineer, cut a selected fmished joint out of the pipeline and into a minimum of three longitudinal straps. 3. Visually examine the straps for voids or discontinuities. 4. Deform the straps by bending, torque, or impact. 5. If failure of the joint occurs outside of the joint area, the test is acceptable. B. Visually inspect the pipeline for damage, cuts or imperfections just prior to installation in the trench. C. Pressure Test: Buried HDPE shall be tested by the low pressure air method as specified in Section 15060. • END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 02628 - 5 • • • • SECTION 02660 WATER MAIN CONSTRUCTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Coordination and interface with existing facilities and utilities. 2. Connections to existing watermains. 3. Testing, flushing and disinfection. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02260 -~Topsoiling and Finished Grading. 4. Section 15060 -Pipe and Pipe Fittings: Basic Requirements. 5. Section 15100 -Valves: Basic Requirements. 6. Section 15101 -Gate Valves. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Water Work Association (AWWA): a. B300, Standard for Hypochlorites. b. B301, Standard for Liquid Chlorine. • c. C651, Standard for Disinfecting Water Mains. 1.3 SUBMITTALS A. Secure a City of Bozeman Application for Water Service and any required City plumbing permits for the water service line(s). B. All materials and appurtenance manufacturers' product technical data. See Section 01340 for requirements for the mechanics and administration of the submittal process C. Submit results of the leakage tests, identifying the specific length of pipe tested, the test pressure, the duration of test and the amount of leakage. D. Submit satisfactory bacteriological test reports on disinfection requirements. E. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Pipe: 1. Ductile Iron, Class 51, AWWA C151 for 12 IN diameter pipe and smaller. Refer to Sections 15060 and 15062. 2. Mechanical or push-on joint pipe meeting AWWA Clll. Restrained joint pipe for all stream • crossings and for pipe installed in casings. If restrained joints at fittings are required and approved, use Megalug mechanical joint restraint or Megaflange restrained flange adapter, manufactured by EBBA Iron Sales, or Uni-flange Series 1400 retainer glands, manufactured 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02660 - 1 by Ford Meter Box Company, MJ Field Lok® Series DI, Manufactured by US Pipe, Field Lok®350 Gaskets for push-on Joints, Manufactured by US Pipe, or approved equal. • B. In-Line Valves: 1. Gate valves shall be used for all lines from 4 IN up to and including 20 IN. Furnish gate valves for underground installation equipped with a 2 IN square operating nut for key operation. All valves are to open counterclockwise. Valves are to be equipped with mechanical joints for pipe connections. Furnish Mueller 2360 valves for sizes 12 IN and smaller, and Mueller 2361 valves for sizes 14 IN to 20 IN. 2. Refer to Sections 15100 and 15101. C. Fittings, Couplings and Joints: 1. Manufactured in accordance with applicable AWWA standards at ISO 9001-2000 approved manufacturing facilities. These manufacturing facilities must be covered under periodic audits by third party accreditation bodies for evaluation for manufacturing processes, quality control, corrective and preventative actions, and document control. In addition, distribution centers must be audited by Third Party Approval Agencies for periodic confirmation tests and surveillance audits. These periodic confirmation tests and surveillance audits must document continuation of product approvals by auditing the entire quality systems including design, infrastructure, system implementation, distribution, training, quality control and assurance, and document control. All fittings must be manufactured in accordance with NSF 61. 2. Assure the fitting interior is cement mortar lined meeting AWWA C104, or fusion-bonded epoxy lined meeting ANSI/AWWA C116/A21.16. Assure the fitting exterior is bituminous tar coated 1 mil thick or fusion-bonded epoxy 12-mil thickness meeting ANSI/AWWA C116/A21.16. Use compact fittings having a rated working pressure of 350 psi following manufacturer recommended laying lengths. 3. Use stainless steel bolts and nuts. D. Water Service Pipe: • 1. Copper Service Pipe: a. Use copper, type K annealed, meeting AWWA Standard C800. Use straight lengths for 1 1/2 IN and 2 IN services. b. Furnish one of the following copper to copper compression connection couplings: Mueller H15403; Ford C44-xx-Q style; or AY McDonald 4758Q for 3/4 IN, 1 IN,'/4 IN x 1 IN, and 1 IN x 1 'h IN. No connection couplings are permitted from the corporation stop to the curb stop for'/4 IN and 1 IN services. E. Tapping Sleeves and Tapping Valves: 1. Tapping sleeves shall be ductile iron or stainless steel, split-sleeve, mechanical joint type with end and side gaskets. They shall have a Class 125, ANSI B 16.1 outlet flange. They shall be rated for a minimum of 200 psi working pressure and shall contain a threaded plug for testing purposes on the neck or body of the tapping sleeve. Gaskets shall be manufacturers' standard suitable for use in potable water systems. Bolts and nuts shall be Cor-Ten, Dura-Bolt, or stainless steel. The sleeve shall be as manufactured by Mueller Company, Model H-615 or H-304, unless otherwise approved by the Owner. 2. Tapping valves shall be Mueller, with flanged inlets compatible with the flange of the tapping sleeve and mechanical joint outlet. Tapping valves shall be iron body, bronze mounted gate valves with non-rising stems with design, construction and pressure rating conforming to AWWA Specification C509. Stem seals shall be double INOIN ring seals designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. 3. The tapping sleeve and valve shall be furnished and installed by the Contractor and the wet tap made by the City of Bozeman Water Department with the cost paid by the Contractor. The Contractor shall excavate the existing main at the location to be tapped to confirm the appropriate pipe dimensions prior to ordering the fittings. The tapping sleeve shall be installed with the outlet set on the horizontal plane. A concrete thrust block shall be • installed behind the tee. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02660 - 2 4. Fusion-bonded epoxy coating, 12-mil thickness. 5. Use stainless steel bolts and nuts. F. Corporation Stops: 1. Furnish 300 psig ball valve brass corporation stops with inlet end to suit tapping requirements and conductive compression connection outlet for type K copper tubing. Furnish either, Mueller B25008, Ford FB 1000-x-Q, or A.Y. McDonald 4701 BQ corporation stops. G. Service Clamps: 1. Furnish flat, double strap, bronze metal service clamps (service saddles) with Neoprene gaskets and corporation stop threads. Use Mueller BR 2 B Series, Ford 202B, or AY McDonald 3825. H. Curb Stop: 1. Furnish curb stops with ball type curb valves with Minneapolis pattern screw box mounts for 3/4 IN, 1 IN, 1'h IN, and 2 IN services, with 90 degree open to close operation. Furnish curb stops that conform to the following: Service Size Curb Valve and Curb Ston 3/4 IN Ford Ball Valve Curb Stop B44-333-M-Q 1'/Z IN Minneapolis Thread, Mueller B-25155 1'/z IN Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-035 1 IN Ford Ball Valve Curb Stop B44-444-M-Q 1'h IN Minneapolis Thread, Mueller B-25155 1'h IN Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-192 1'/2IN Ford Ball Valve Curb Stop B44-666-M-Q 2IN Minneapolis Thread, • Mueller B-25155 2 IN Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-137 2IN Ford Ball Valve Curb Stop B44-777-M-Q 2 IN Minneapolis Thread, Mueller B-25155 2 IN Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-081 I. Curb Boxes: 1. Furnish Minneapolis pattern base, extension type curb boxes having 7 FTt extended lengths. Provide 5-foot stationary rods in all curb boxes. Use the following curb boxes: Mueller HI 0300 for'/< IN and 1 IN services Mueller HI 0300-99002 for 1'/z IN and 2IN services AY McDonald 5615 with 5614E lid for 1'/2IN and 2 IN services AY McDonald 5614 with 5614E lid for 3/4IN and 1 IN services Ford EM2-70-57-60R for 1'/2 IN and 2IN services Ford EM2-70-56-60R for'/4 IN and 1 IN services J. OS & Y Valves: 1. For service lines 4IN and larger, furnish a UL listed flanged Kennedy or Mueller OS & Y valve as the first fitting inside the building. For fire service lines 2 IN and smaller, furnish a NIBCO T-104-0 OS & Y valve as the fu•st fitting inside the building. K. Valve Boxes: 1. Valve boxes shall be East Jordan Iron Works 8560 series. L. Fire Hydrants: 1. Furnish hydrants with 5'/4 IN valve openings, flanged inlet, one 5 IN Stortz connection by • Harrington Company and two 2'h IN hose connections. Assure hose nozzle threads meet ASA Specification B26 for National Standard Fire Hose Coupling Screw Threads, 7'h 1N threads per inch. Assure hose and pumper nozzle threads match City of Bozeman 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 02660 - 3 standards. Furnish National Standard operating nut. Furnish hydrants opening counterclockwise and having an arrow on the hydrant top designating the opening direction. • Paint the hydrant portion above the ground line red. Furnish hydrants so that there is a minimum of 6'/z FT of cover over the hydrant lead unless specified otherwise on the approved plans. Furnish Mueller Super Centurion 250 model hydrants. Furnish Mueller Defender Security Device, with locks keyed to City of Bozeman Standard, for each hydrant installed. M. Polyethylene Encasement: 1. Furnish polyethylene encasement in accordance with AWWA C105, "Polyethylene Encasement for Fray and Ductile Cast -Iron Pipe for Water and Other Liquids". PART 3 - EXECUTION 3.1 INSTALLATION A. Install water main to the line and grade on the Drawings Watermains to be staked at a minimum 100 FT interval with depth of cuts monitored. B. Field verify depth of utilities that will be crossed: 1. Adjust water main elevation as required during construction. 2. No separate payment will be made for field verification or adjustment of main depths as required. C. Contractor will restore all existing structures or services damaged by Contractor's operations at no cost to Owner. D. Pipe Laying: 1. Construct reaction or thrust blocks at all tees, tapping tees, plugs, valves (except tapping valves and hydrant auxiliary valves that are part of a hydrant assembly), reducers, caps, vertical bends, and at horizontal bends deflecting 22'h degree or more. Limit using metal •' rods or straps for thrust restraint to those specified on the plans, or where the use of concrete thrust blocks would be impractical. Do not use metal rods or straps unless specifically approved by the Owner. Construct reaction blocks from concrete having a minimum compressive strength of 3,000 pounds per square inch at 28 days. Place and size blocking between undisturbed ground and the fitting to be anchored, as shown on City of Bozeman Standard Drawing 02660-1. The size of thrust (gravity) blocks for vertical bends will be as designed by the Engineer. Place the blocking so that pipe and fitting joints are accessible for repair. 2. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug®, Uni- F1angeTM, 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 Owner. Install the mechanical restraints in accordance with manufacturer's specifications and at all joints as specified by the Engineer. E. Pipe Jointing: 1. Rubber Gasket, "Push-On" Joints: a. 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 Owner. F. Valve Thrust Blocks: 1. 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 IN and • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02660 - 4 • 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-F1angeTM, or approved equal joint restraints. G. Fire Hydrants: 1. Provide drainage at the hydrant base by placing clean gravel under and around it. Place gravel at least 1 foot on all sides from the base of the hydrant to at least 6 inches above the drain opening. Brace the hydrant against undisturbed earth at the trench end with concrete backing as detailed on the plans: In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug®, Uni-F1angeTM, or approved equal joint restraints. Furnish hydrants with the specified gate valves. Install hydrants meeting City of Bozeman Standard Drawings 02660-4 and 02660-5. Where no curb exists or the minimum distance of three feet behind the curb cannot be met or there is no other adequate protection, install protective barrier posts in accordance with City of Bozeman Standard Drawing 02660-8 when required by the Water Superintendent. Protect the hydrants from damage during installation and backfilling operations. Hydrants may be subject to replacement by the Contractor if any of the protective paint coating is damaged during. installation. H. Service Line Installation: 1. Provide all work and materials for the complete service line installation, including trench excavation and backfill; making the water main tap; furnishing and installing the corporation stop, curb stop and box, service clamp where necessary, and service line with fittings as required to make the connections to the stops. Provide a minimum of 6'h FT of cover measured as noted on City of Bozeman Standard Drawing No. 02660-6. Use compression fittings for all service line fittings. Do not use sweat or solder fittings. Use a continuous length of pipe with no couplings between the corporation stop and the curb stop for'/o IN and 1 IN services. 2. Mark the water service line stub end using a steel fence post painted blue, 6'/z FT long, • buried 2%2 FT in the ground. Set post 1 FT from curb box. After biological tests have passed and the results have been submitted to the Water Department, open all curb stops in the presence of the Engineer to assure the service lines are flushed and all corporation stops are open. All main line valves are to be operated by Water Department personnel only. 3. Service line installation from the end of the stub into the building shall be as per City of Bozeman Standard Drawings 02660-12 or 02660-15. Service lines shall not be installed from the end of the stub into the building until the main line has been accepted by the City and placed into service. The water service line from the stub into the building may be reduced in size, however the size reduction must be made within 18 IN of the curb stop or outside valve. Connections to existing stubs (either for domestic or fire service) that have remained dormant or unused longer than 6 months may require re-flushing or disinfection at the discretion of the Water Superintendent prior to being placed into service. The Water Superintendent may require bacteriological testing to assure that the dormant line has not become contaminated. I. Tapping: 1. Tap the newly installed water mains unless specified otherwise. Provide a minimum distance of 18 IN 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. 2. Perform tapping using an approved tapping machine using clean, sharp drill taps and/or shell cutters. 3/4 IN and l IN 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 IN on a 6 IN line require the use of saddle clamps. Taps 4 IN and larger to existing water mains which are 4 IN and larger require the use of a tapping sleeve and valve. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02660 - 5 J. Polyethylene Encasement: 1. Wrap all direct bury cast iron or ductile iron pipe and fittings including hydrants, valve • boxes, curb boxes, and all other metal parts and surfaces, in polyethylene encasement. 3.2 INTERRUPTION OF SERVICE A. Interruption of service to water users shall not exceed 4 HRS. Notify property owners of interruption a minimum of 24 HRS in advance. 3.3 UNDERGROUND SERVICES A. Notify utility representative prior to construction to obtain available information on location of existing utilities. The Contractor shall be responsible for locating all utilities. B. Existing water services are not to be connected to the new watermains. Damage to existing water service to be repaired, using copper pipe and union the same size as existing service. 3.4 DRIVEWAY REMOVAL AND REPLACEMENT A. All Portland cement concrete and asphalt noted for removal and replacement shall be cut prior to removal. Cut by sawing, vertical cut to be 1 IN minimum. The remaining depth of section may be broken out in a manner subject to Engineers approval. Width of section removed to be either a width not greater than the outside diameter of the water main plus 4 FT-0 IN or broken out to the nearest joint. B. Replace Portland cement concrete and asphalt equal to or better than original paving plus 2 IN. C. Debris resulting from the above operations shall be removed and hauled as directed by the Engineer. D. Include driveway removal and replacement in cost of the bid unit price of the water main. 3.5 GRAVEL SURFACED DRIVES AND ROADWAYS • A. The Contractor shall restore all damaged gravel surfaced drives and roadways to a condition equal to or better than original. Payment to be at bid unit price for this item: 1. Replacement gravel gradation. 3.6 PROTECTION OF EXISTING UTILITIES A. Contractor to verify the location of all underground utilities. Omission from, or the inclusion of utility locations on the plans is not to be considered as the nonexistence of or a defmite location of existing underground utilities. B. A representative of the underground utilities shall be notified 24 HRS in advance of crossings. 3.7 CONNECTIONS TO EXISTING WATERMAINS A. Make connections to existing watermains as shown on Drawings, by attaching to existing or changed fitting. Cost for making connections shall include cost of all fittings including flexible couplings, and shall be included in the bid unit price of the water main. B. Where the connection is made to an existing water main which can be adequately isolated from the distribution system, it shall be termed a "dry connection". All dry taps or connections shall be made by the Contractor. C. All wet taps to water mains in use shall be made by the City of Bozeman Water Deparhnent at the expense of the Contractor. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. D. 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 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02660 - 6 • minimum of 200 psi, and the testing apparatus shall be in place for verification by the Water Department tapping personnel. E. The Contractor is responsible for 24 hour advance notification, in writing, to all affected customers of a water main shut-down. The written notification is to include the date, time and estimated duration of interrupted service. The written notification is also to include the name and phone number of the Contractor's representative who is coordinating the shut-down as well as the phone number of the City of Bozeman Water Department. All commercial customers affected by the water main shut.-down must sign a notification sheet acknowledging that they have been informed of the date and time of the shut-down. The City of Bozeman reserves the right to determine the likely duration of the main shut-down based on the proposed work and Contractor experience, and require the installation of temporary water services by the Contractor. F. Clean and disinfect temporary water systems in accordance with the requirements for cleaning and disinfecting new water mains. Do not connect existing services to the temporary system until bacteriological tests show successful disinfection. Provide backflow protection at the point of connection of the temporary system to the municipal system, and at each point of connection of the temporary water system to the individual services. G. Contractor is responsible for controlling and disposing of water in the trench at no additional cost to the Owner. 3.8 SEWER CROSSINGS A. Watermains crossing house sewers, storm sewers or sanitary sewers shall be laid to provide a vertical separation of at least 181N between the bottom of the water main and the top of the sewer, whenever possible. A water main may be laid closer than 10 FT if the crown of the sewer is at least 18 IN below the water main invert. In the event 18 IN of vertical separation • cannot be provided at a sewer crossing, the sewer shall be removed for a distance of 10 FT on each side of the water main and replaced with one 20 FT length of ductile iron pipe of the same size. B. Concrete collars shall be provided at each end of the ductile iron pipe to connect to the existing sewer pipe as shown on the Drawings. C. Payment for crossings shall be included in the bid unit price of the water main. 3.9 TREES A. Do not remove trees without written instructions from the Engineer unless tree removal is shown on drawings. No separate payment will be made for tree removal and the cost shall be included in the bid unit price for transmission main. 3.10 FENCES, SIGNS, MAILBOXES, ETC. A. Restore all damaged fences, signs, mailboxes, etc., to their original conditions. No separate payment will be made for these items. 3.11 FIELD QUALITY CONTROL A. Hydrostatic and Leakage Testing: 1. The required minimum hydrostatic pressure for any test is 200 psi. 2. Assure that the testing gauge is marked in increments no greater than 10 psi. 3. 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 4. Conduct the leakage test concurrently with the hydrostatic pressure test for 2 hours. • Leakage is defined as (1) the quantity of water supplied into the pipe, or any valved section thereof, necessary to maintain pressure within 5 PSI of the specified test pressure (after the 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02660 - 7 pipe has been filled with water and purged of air) for the duration of the 2 hour test period, and (2) the quantity of water supplied into the pipe, or any valved section thereof, required • to return the pressure to the specified test pressure at the end of the 2 hour test period. There shall be no allowable leakage for resilient seat gate valves. For sections of mains that cannot be hydrostatically tested, assure that all joints are visually inspected for leakage under line working pressure by City of Bozeman representative prior to backfilling. B. Sealing, Flushing, and Disinfection of Potable Water Systems: 1. Hydrostatic and leakage testing shall not be conducted concurrently with chlorination of water mains. 2. At least 24 hours prior to beginning water main tests, a testing schedule shall be submitted by the Contractor to the City Engineering Office for approval. The schedule shall specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. 3. 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. 4. 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 office hydrants during the flushing process. 5. Maintain interior of all pipes, fittings and other accessories free from dirt and foreign material at all times. If, in the opinion of the Engineer, the pipe contains dirt that will not be removed by flushing, the pipe interior shall be cleaned and swabbed with bactericidal solution. At close of day's work or whenever workmen are absent from jobsite, plug, cap or otherwise provide watertight seal from open ends of pipe to prevent ingress of foreign • material. If water is in trench, seal shall remain in place until trench is pumped dry. 6. After favorable performance of pressure test and prior to final acceptance, thoroughly flush the entire potable water piping system and perform disinfection as prescribed. Perform all work including preventative measures during construction in full compliance to AWWA C651-92. 7. Install an adequately-sized corporation stop on all main stubs longer than 10 FT to allow for the flushing of the stubs (see 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. 8. Remove any existing blow-offs or temporary flushing hydrants upon completion of the connection to the existing main, and install a brass plug upon removal of the corporation stop. 9. Flush each segment of the system to provide a flushing velocity of not less than 2.5 FT per second. 10. Drain flushing water to location approved by the Owner and in accordance with any Department of Environmental Quality discharge permitting requirements. 11. Perform disinfection using one of the following forms: a. Application of chlorine gas-water mixture by means of solution-feed chlorinating device. Liquid chlorine shall comply with AWWA B301. b. Application of calcium hypochlorite, or sodium hypochlorite. Chlorine compounds shall comply with AWWA B300. 12. Disinfect pipe with chlorinated water as per AWWA C651. Method of application of chlorine shall be by continuous feed method or slug method. Use of Tablet method of chlorination is prohibited. During disinfection procedure, ensure that initial and residual chlorine concentrations meet AWWA C651 requirements by testing by an approved method as directed by the Owner. Cost of testing shall be included in the Bid Unit Price for watermains and no separate payment will be made for this item. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02660 - 8 • 13. Tag the system during the disinfection procedure. 14. Following disinfection for required contact period, neutralize chlorine residual in water by treating with reducing agent (Refer to AWWA C651). Flush all treated water from pipeline at its extremities until replacement water throughout pipe, upon test is proved comparable in quality to water in existing system. 15. After fmal 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 samples for every 1200 FT 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 HRS 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. Repeat disinfection procedure until two satisfactory results are obtained. Quality of water delivered by the new water main to remain satisfactory for a minimum period of 2 days. 16. Secure satisfactory bacteriological reports on samples from the system. Ensure all sampling and testing procedures are in full compliance to AWWA C651, and applicable requirements of the State of Montana. No separate payment will be made for this item. 17. 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. 18. The Owner will provide the water required to fill the main initially and will pay for the water required to flush the main once. All heavily chlorinated water must be flushed from the system prior to pressurizing the new mains. Flushing water will be based on a maximum of 8 HRS total. Any additional refilling or reflushing to be at the Contractor's expense at the City's commercial water rates. END OF SECTION 00...60746 Bozeman WRF Phase I Improvements Project 02660 - 9 7/22/2008 • • • • SECTION 02930 SEEDING, SODDING AND LANDSCAPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Seeding, sodding and landscape planting: a. Soil preparation, installation and planting. b. Lawn-type seeding. c. Native grass seeding. d. Sodding. e. Plants and planting. f. Maintenance of new and transplanted materials. g. Pruning and repairing existing trees. h. Replacement of dead or impaired materials at the end of the first growing season. i. Preparation of a maintenance plan for Owner. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02260 - Topsoiling and Finished Grading. 1.2 QUALITY ASSURANCE • A. Referenced Standards: 1. American Nursery and Landscape Association/American National Standards Institute (ANLA/ANSI): a. 260.1, American Standard for Nursery Stock. 2. AOAC International (AOAC). B. Qualifications: 1. Qualified Landscape Firm currently licensed and bonded in the state in which the work is to be performed, for a minimum of five (5) years: a. Work shall be performed by skilled persons with a minimum of two (2) years experience. 2. Submit names of three (3) projects completed in the last two (2) years. a. Include the following: 1) Name of project. 2) Location. 3) Owner. 4) Brief description of work and project manager's name. 3. Submit installer's current company fmancial statement 4. All pruning work on existing and newly planted trees and shrubs is to be performed by a licensed arborist C. Quality Control: 1. Fertilizer: a. If Engineer or Landscape Architect determines fertilizer requires sampling and testing to verify quality, testing will be done at Contractor's expense, in~accordance with current methods of the AOAC. • b. Upon completion of Project, a fmal check of total quantities of fertilizer used will be made against total area seeded. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 02930 - 1 c. If minimum rates of application have not been met, Contractor will be required to distribute additional quantities to make up minimum application specified. • 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Signed copies of vendor's statement for seed mixture required, stating botanical and common name, place of origin, strain, percentage of purity, percentage of germination, and amount of Pure Live Seed (PLS) per bag. d. Type of herbicide to be used during first growing season to contain annual weeds and application rate. e. Source and location of sod, plants, and plant material, per Paragraphs 3.3A. 3. Certification that each container of seed delivered will be labeled in accordance with Federal and State Seed Laws and equals or exceeds Specification requirements. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Copies of invoices for fertilizer used on Project showing grade furnished, along with certification of quality and warranty. 3. Operation and Maintenance Manuals: a. See Section 01340 for requirements for: 1) The mechanics and administration of the submittal process. 2) The content of Operation and Maintenance Manuals. 1.4 DELIVERY, STORAGE, AND HANDLING • A. Furnish seed in sealed standard containers labeled with producer's name and seed analysis. 1. Remove from the site seed which has become wet, moldy, or otherwise damaged in transit. B. Furnish fertilizer uniform in composition, free flowing and suitable for application with approved equipment, delivered to site in bags or other containers, each fully labeled and bearing the name, and warranty of the producer. 1.5 SEQUENCING AND SCHEDULING A. Installation Schedule: 1. Provide schedule showing when trees, shrubs, groundcovers and other plant materials are anticipated to be planted. 2. Show schedule of when lawn type and other grass areas are anticipated to be planted. 3. Indicate planting schedules in relation to schedule for irrigation system installation, fmish grading and topsoiling. 4. Indicate anticipated dates Engineer or Landscape Architect will be required to review installation for initial acceptance and final acceptance. B. Pre-installation Meeting: 1. Meet with Engineer or Landscape Architect and other parties as necessary to discuss schedule and methods, unless otherwise indicated by Engineer. PART 2 - PRODUCTS 2.1 MATERIALS A. Native Grass Seeding Mix: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02930 - 2 • 1. Certified seed of locally adapted strains., labeled in accordance with USDA. Rules and Regulations under the Federal Seed Act in effect on date of seed purchase. Seed which has become wet, moldy or otherwise damaged in transit or in storage will not be acceptable. Seed shall contain not less than eighty-five percent pure live seed and not more than 0.5 percent weed seed. 2. Tested within twelve months prior to the planting date by a State Seed Lab, Commercial Seed Testing Lab, or a registered member of the Society of Commercial Seed Analysts (Registered Seed technologist). Furnish the Engineer or Landscape Architect a certified test report prior to the start of seed operations. Seed not planted within the 12-month period shall be retested for dormant seed, hard seed and germination and a new certified test report furnished to the Engineer. Testing shall be the responsibility of the Contractor. 3. Labeling: Before seeding begins, the Engineer or Landscape Architect shall verify that each bag of seed delivered to the project bears a tag which shows the following information: a. Name and address of supplier. b. County and project number for which seed is to be used. c. Supplier's lot number for each kind of seed. d. Origin (where grown) for each kind of seed. e. Purity and germination for each kind of seed. f. Pounds of bulk seed of each kind of seed in bag. g. Pounds of pure live seed (PLS) in each bag. h. Dormant Seed and Hard Seed. 4. Native Grass Seed Mix: Field grass seed mixture shall be a dense nesting cover (DNC) mix of field grasses. Mixture in percent of PLS per pound: a. Slender Wheatgrass 20 percent. b. Western Wheatgrass: 40 percent. c. Thickspike Wheatgrass 10 percent. d. Sheep Fescue 10 percent. e. Sherman Big Bluegrass percent. • f. Mountain Brome 10 percent. B. Lawn Seed Mix: 1. Mixture in percent of PLS per pound: a. Kentucky Bluegrass: 77 percent. b. Perennial Ryegrass: 15 percent. c. Creeping Red Fescue: 8 percent. C. Lawn Sod: 1. Provide Kentucky Bluegrass lawn sod from local suppliers or nurseries for all areas of existing~lawn disturbed by construction activities, and for any other areas where new lawn is shown to be provided. D. Fertilizer: 1. Provide 17-17-17 dry standard commercial product conforming to Montana Fertilizer Law. Each brand and grade must be registered with the State Department of Agriculture. Each bag shall clearly show the net weight of contents, name and address of manufacturer, the brand, grade, and the guaranteed analysis of the contents showing the minimum percentages of total nitrogen available, phosphoric acid and water soluble potash, in that order. E. Mulch: 1. For seeded areas on slopes greater than 4:1: a. Clean, seed-free, threshed straw of oats, wheat, barley, rye, beans, peanuts, or other locally available mulch material which does not contain an excessive quantity of matured seeds of noxious weeds or other species that will grow or be detrimental to seeding, or provide a menace to surrounding land. b. Do not use material which is fresh or excessively brittle, or which is decomposed and • will smother or retard growth of grass. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02930 - 3 2. Native grass seeded areas: Weed-free hay, excluding brome or bluegrass hay, used on slopes 4:1 or greater. • F. Trees and shrubs: Hardwood chips, shredded bark, or other material as approved by the Engineer or Landscape Architect, for trees in lawn areas. G. Trees and shrubs: Clean, washed (not crushed round rock mulch of 1 1N diameter in planting bed areas. H. Herbicide: 1. In gravel or rock mulch areas: Novosac 4-G by ACME Agriculture Products or approved equal. 2. Native grass areas: a. 2,4-D or Atrazine, 1/2 to 1 LB active ingredient per acre. I. Water: 1. Water free from substances harmful to grass or sod growth. 2. Provide water from source approved prior to use. Plants: 1. See plant list on Drawings 2. All plants shall meet or exceed standards for plant size and grade as set by the American Nursery and Landscape Association 3. Sound, healthy, vigorous, with normal top and root systems, free from disease, insect pests or their eggs, grown in same or colder climatic zone as project: a. Nursery grown stock, freshly dug: 1) No heeled-in, cold storage or collected stock. b. Species and size as indicated on Drawings. 4. Deciduous shade trees: Single leader, straight trunk, well-branched, and with symmetrical growth. 5. Balled and burlapped plants (B&B): Firm, natural balls of soil. • 6. Container grown plants (CG): Roots well established in soil, grown in container for at least one growing season. 7. Bare root plants (BR): Intact root system, cleaned of earth, wrapped immediately in wet straw, moss or other suitable material. 2.2 ACCESSORIES A. Wrapping Material: 1. Two-ply asphalt cemented Kraft crepe paper in strips or burlap in strips. 2. Secure to tree with good quality six-ply cotton twine or binder twine. B. Tree Stakes: Furnish as detailed or in full accordance with State Specifications. 1. Staking Wire: 12 GA galvanized. 2. Reinforced Rubber Hose: 5/8 or 3/4 IN DIA. C. Rock: Round, washed river rock, minimum 1 IN size. D. Weed Barrier: DeWitt weed barrier by DeWitt Company, Inc., Sikeston, Missouri; or approved equal. E. Concrete Curbing: Slant style, gray concrete curbing at planting beds as shown on plan. PART 3 - EXECUTION 3.1 SOIL PREPARATION A. General: 1. Limit preparation to areas which will be planted soon after. 2. Provide facilities to protect and safeguard all persons on or about premises. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02930 - 4 • 3. Protect existing trees designated to remain. 4. Verify location and existence of all underground utilities: a. Take necessary precaution to protect existing utilities from damage due to construction activity. b. Repair all damages to utility items at sole expense. B. Preparation for Seeding, Sprigging, Plugging or Sodding: 1. Loosen surface to minimum depth of 4 IN. 2. Remove stones over 1 IN in any dimension and sticks, roots, rubbish, and other extraneous matter. 3. Prior to applying fertilizer, loosen areas to be seeded with a double disc or other suitable device if the soil has become hard or compacted. 4. Correct any surface irregularities in order to prevent pocket or low areas which will allow water to stand. 5. Remove stones or other substances from surface which will interfere with turf development or subsequent mowing operations. 6. Grade lawn areas to a smooth, even surface with a loose, uniformly fine texture: a. Roll and rake, remove ridges and fill depressions, as required to meet finish grades. b. Limit fine grading to areas which can be planted soon after preparation. 7. Restore lawn areas to specified condition if eroded or otherwise disturbed after fine grading and before planting. 8. Distribute fertilizer as specified uniformly over seeded and sodded areas at a rate of 4 LBS per 1000 SF. 9. Restore areas to specified condition if eroded or otherwise disturbed between fine grading and planting. C. Native Grass Seeding: 1. Seeding: • a. Prepare area as per section B. 3.2 INSTALLATION A. Na tive Grass Seeding: 1. Plant Native Grass Seed Mix on all areas disturbed by construction that does not have a grass lawn and other areas identified on the plans for native grass seeding. 2. Do not use seed which is wet, moldy, or otherwise damaged. 3. Perform seeding work during times of the year when temperature and soil moisture are conducive to growth, generally in the spring when frost leaves the ground to May 31 S` and from September ls` through October., unless otherwise approved by Engineer or Landscape Architect. 4. Employ satisfactory methods of sowing using mechanical power-driven drills or seeders, or other equipment approved by the Owner, Landscape Architect or Engineer. Areas too steep for mechanical seeding shall be hydroseeded. 5. Distribute seed evenly over entire area at rate of application not less than 2 LBS (PLS) of seed per 1000 SF, 50 percent sown in one direction, remainder at right angles to first sowing. 6. Stop work when work extends beyond most favorable planting season for species designated, or when satisfactory results cannot be obtained because of drought, high winds excessive moisture, or other factors. a. Resume work only when favorable conditions develop. 7. Lightly rake seed into soil followed by light rolling or cultipacking. 8. Immediately protect seeded areas against erosion by mulching: a. Spread mulch in continuous blanket using 1-1/2 tons per acre to a depth of 4 or 5 straws. b. Protect new seeded or sodded areas from traffic by erecting a temporary fence of posts 4 FT high spaced 10 FT on center and strung with a single strand of No. 12 gauge wire • marked with cloth strips at 3 foot intervals between posts,. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02930 - 5 9. If hydroseeding is used, machinery must be approved, modern, properly equipped and operated by an experienced operator: a. Seed and fertilize at the rate specified. b. Use appropriate shields to protect adjacent site improvements. B. Lawn Grass Seeding: 1. Plant Lawn Grass Seed Mix on all areas designated on the plan. 2. Do not use seed which is wet, moldy, or otherwise damaged. 3. Perform seeding work during times of the year when temperature and soil moisture are conducive to growth, generally in the spring when frost leaves the ground after may 1St and through September, unless otherwise approved by Engineer or Landscape architect. 4. Employ satisfactory methods of sowing using mechanical power-driven drills or seeders, or other equipment approved by the Owner, Landscape Architect or Engineer. Areas too steep for mechanical seeding shall be hydroseeded. 5. Distribute seed evenly over entire area at rate of application not less than 4 LBS (PLS) of seed per 1000 SF; 50 percent sown in one direction, remainder at right angles to first sowing. 6. Stop work when work extends beyond most favorable planting season for species designated, or when satisfactory results cannot be obtained because of drought, high winds, excessive moisture, or other factors. a. Resume work only when favorable conditions develop. 7. Lightly rake seed into soil followed by light rolling or cultipacking. 8. Immediately protect seeded areas against erosion by mulching: a. Spread mulch in continuous blanket using 1-1/2 tons per acre to a depth of 4 or 5 straws. b. Protect new seeded or sodded areas from traffic by erecting a temporary fence of posts 4 FT high spaced 10 FT on center and strung with a single strand of No. 12 gauge wire marked with cloth strips at 3 FT intervals between posts. 9. If hydroseeding is used, machinery must be approved, modern, properly equipped and • operated by an experienced operator: a. Seed and fertilize at the rate specified. b. Use appropriate shields to protect adjacent site improvements. C. Sodding: 1. Plant new lawn grass sod on all lawn grassed areas disturbed by construction and areas identified on the plans for new lawn. 2. Notify Engineer or Landscape Architect of source and location of sod to permit inspection: a. Submit species and percentages of purity and state botanical and common names. 3. Sod areas as designated and disturbed lawn areas which were sodded or established prior to construction. 4. Perform sodding only during climatic or weather conditions conducive to successful results: a. Lay within 24 HRS of stripping. b. Do not use dormant or frozen sod. c. Sodding may be accomplished at all seasonal periods providing adequate provisions for sod protection are taken to ensure fitness and survival. d. Do not place sod when temperature is below 32 DegF. e. Do not place frozen or dried out sod. f. Do not sod on frozen or dried out soil. 5. Lay sod to form a solid mass with tightly fitted joints. a. Butt ends and edges; do not overlap. b. Stagger joints. c. Tamp or roll lightly to ensure full contact with subgrade. d. Work sifted soil into minor cracks, avoid smothering adjacent grass. e. Peg sod on slopes to prevent slippage: 1) Use sharpened 1 x 1 x 6 IN wooden pegs. 3.3 PLANTING TREES, SHRUBS, AND GROUND COVERS • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 02930 - 6 • A. Notification: 1. Notify Engineer or Landscape Architect of source of plants and plant materials prior to planting to permit inspection of source qualifications. B. Preparation: 1. Handle plants so that roots or balls are adequately protected from breakage of balls, from sun or drying winds: a. Ensure tops or roots of plants are not permitted to dry out. 2. During transportation, protect materials from wind and sun to prevent tops and roots from drying out. 3. Protect tops of plants from damage: a. Plants with damaged tops will be rejected. 4. For purpose of inspection and planting identification, attach durable, legible labels to bundle or container of plant material delivered at the planting site: a. State correct plant name and size of each plant in weather-resistant ink on labels. C. Planting Season: 1. Plant deciduous shade trees and shrubs any time the ground is suitable between April 15 and October 15. 2. Plant evergreen material between April 15 and October 15. 3. Plant ground covers between May 15 and September I5. D. Planting Procedure: 1. Indicate locations of plants for approval by Engineer before excavating plant locations. 2. In event underground construction, utilities, obstructions, or rock are encountered in excavation of plantings, secure alternate locations from Engineer: a. Make said changes without additional compensation. b. Where tree locations fall under existing overhead wires, or crowd existing trees, adjust locations as directed by Engineer. • 3. Excavate pits and beds as necessary and in accordance with ANLA/ANSI 260.1: a. Loosen bottom of pits prior to planting. b. Excavation is unclassified, excavate all materials without additional cost. 4. Tree and shrub pits to be circular in shape with vertical sides at least 1 FT greater in diameter than ball diameter: a. Pit to be of sufficient depth to provide 6 IN of planting soil under ball when set to natural grade. 5. Shrub and ground cover beds: a. Plant shrubs used in mass plantings in individual holes of required size. b. Strip all sod from among mass planting. c. For ground cover beds, remove sod from within limits of bed. d. Add soil amendments as specified and mix or rototill with existing topsoil to a depth of 6 IN. 6. Set plants straight or plumb, in locations when indicated and at such level that after settlement they bear same relationship to fmished grade as they did in their former setting: a. Carefully tamp planting soil under and around base of balls to prevent voids. b. Remove burlap, rope and wires from top of balls. c. Do not remove burlap from sides and bottom of balls. 7. Backfill plants with planting soil: a. Tamp to 1/2 IN depth of pit and thoroughly water and puddle before bringing backfill to proper grade. b. After planting has been completed, flood pit again so that backfill is thoroughly saturated and settled. 8. After planting is complete, form a level saucer 3 IN high around each tree extending to limit of plant pit for watering purposes. 9. Mulch plant pit after saucer has been shaped: • a. Mulch to limits of pit and uniformly over ground cover beds to a depth of 3 IN. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 02930 - 7 b. In mass plantings of shrubs, mulch entire area uniformly among shrubs to a depth of 3 IN. • c. If mulching is delayed and soil has dried out, water plants thoroughly before spreading mulch. 10. Staking: Stake trees immediately after planting as detailed on Drawings or in accordance with Nursery Standards. 11. Wrap deciduous trees 2 IN or more in caliper by neatly overlapping wrapping material between ground line and second branch: a. Place ties at top and bottom of wrapping material and not more than 12 IN apart between top and bottom ties. 12. Remove. dead or damaged branches: a. Thin deciduous material to about two-thirds of initial branching. b. Remove only dead or damaged branches from evergreens. 13. Water plants during planting operations: a. Water each plant a minimum of once each week until final acceptance. b. Apply sufficient water to moisten backflll about each plant so that moisture will extend into the surrounding soil. E. Landscape Materials: 1. Edging: Install edging in accordance with manufacturer's recommendations in locations shown on Drawings. 2. Rock areas: a. Cover area with weed barrier fabric and overlap edge 6 IN minimum. b. Install 3 IN to 4 IN layer of rock as detailed. 3. Pruning and Repairing Existing Trees: a. Remove dead or dying limbs, repair and treat wounds, remove limbs that interfere with construction or with vehicular traffic and repair, rotted or decayed areas specifically noted on Drawings. b. Procedure: • 1) To prevent stripping the bark, stub cut branches that are too large to be supported by hand. 2) Where existing trees interfere with construction, prune the limb back flush to the main trunk. 3) Maintain 7 FT vertical clearance where evergreens overhang new sidewalks. 4) Provide 10 FT vertical clearance along the main access road where the existing trees are subjected to vehicular traffic. 5) Repair bark wounds by removing injured bark, shaping the wound to an elongated ellipse, disinfecting it and applying antiseptic paint. 6) Repair all rotten areas. 3.4 MAINTENANCE AND REPLACEMENT A. General: 1. Owner will provide routing mowing maintenance and watering of sodded areas. 2. Provide Owner with written instructions for the proper watering, care and maintenance of new sod. 3. Provide any required maintenance for weed control in seeded and sodded aeas during the warranty period. 4. No supplemental watering of seeded areas is required. 5. Begin maintenance of planted areas immediately after each portion is planted and continue until final acceptance or for a specific time period as stated below, whichever is the longer. 6. Protection of new materials: a. Provide barricades, coverings or other types of protection necessary to prevent damage to existing improvements indicated to remain. b. Repair and pay for all damaged items. 7. Replace unacceptable materials with materials and methods identical to the original specifications unless otherwise approved by the Engineer or Landscape Architect. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 02930 - 8 B. Seeded or Sodded Lawns: • 1. Inspect and oversee Owner-provided maintenance of sodded lawns fora 90 day minimum , , maintenance period, after installation. 2. Maintenance period begins at completion of planting or installation of entire area to be seeded or sodded. 3. Engineer or Landscape Architect will review seeded or sodded lawn area after installation for initial acceptance. 4. Reseed or re-sod as originally specified, any seeded or sodded areas which have not produced a uniform and adequate grass cover as specified within one full growing season. 5. If project area will be seeded or sodded over more than one season: a. Engineer or Landscape Architect must agree to limits of seeded or sodded areas per season. b. If Engineer or Landscape Architect agrees to limits, maintenance period will be applicable to these limits for that planting. 6. Maintain seeded areas by contolling weeds, ,and other operations such as rolling, regrading, remulching and replanting as required to establish a smooth, uniform grass cover, free of weeds and eroded or bare areas. 7. Remulch with new mulch in areas where mulch has been disturbed by wind or maintenance operations sufficiently to nullify its purpose: a. Anchor as required to prevent displacement. 8. Unacceptable plantings are those areas that do not meet the quality of the specified material, produce the specified results, or were not installed to the specified methods. 9. Replant bare areas using same materials specified. 10. Engineer or Landscape Architect will review final acceptability of installed areas at end of maintenance period. 11. Maintain repaired areas until remainder of maintenance period or approved by Engineer or Landscape Architect, whichever is the longer period. • C. Nat ive Grass Seeding: 1. Maintain all seeded areas for 90 days after planting is complete. 2. Do not allow weeds to exceed a height of 8 IN. 3. Herbicide (1/2 to 1 LB active ingredient per acre) may be used to control weed growth after the first year: a. Do not apply until weeds are 40 percent broadleaf, seedlings at least 1 IN high and 2-4 leaf stage. b. If herbicide is used, apply twice. 4. Regrade and replant eroded or bare areas evident at end of 2-year period. D. Trees and Shrubs: 1. Maintenance includes but is not limited to watering when necessary, removing dead or dying branches, removing sprouts and suckers; tightening, repairing or replacing tree stakes and wrapping; maintaining mulch to originally specified depth; and weeding plant beds and pits. 2. Remove and replace all new plants supplied, which are impaired, dead or dying during 1 , year from initial acceptance. 3. Engineer will review completed planting for acceptability of installation: a. Approval of planting denotes initial acceptance and the beginning of the maintenance period. 4. Maintenance will be required for transplanted material. 5. Maintenance period extends from start of transplanting operations through first full growing season. 6. Transplanted material will not be subject to replacement unless they were unacceptably maintained as specified for new trees and shrubs. • END OF SECTION 00...60746 Bozeman WRF Phase I Improvements Project 7/22!2008 02930 - 9 • • • • DIVISION 3 CONCRETE • • SECTION 03108 FORMWORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: I. Formwork requirements for concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03311 -Concrete Mixing, Placing, Jointing, and Curing. 1.2 QUALITY ASSURANCE A. Referenced Standards: ' 1. American Concrete Institute (ACI): a. 116R, Cement and Concrete Terminology. b. 347R, Guide to Formwork for Concrete. 2. Building code: a. International Code Council (ICC): _ 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: • 1. Formwork, shoring and reshoring to be designed by a professional structural engineer currently registered in the state where the Project is located and having a minimum of three (3) years' experience in this type of design work: a. Above qualifications apply to slabs and beams not cast on the ground, wall and column pours over 15 FT high. C. Miscellaneous: 1. Design and engineering of formwork, shoring and reshoring as well as its construction is the responsibility of the Contractor. 2. Design requirements: a. Design formwork for loads, lateral pressures and allowable stresses outlined in ACI 347R and for design considerations, wind loads, allowable stresses and other applicable requirements of the controlling local Building Code: 1) Where conflicts occur between the above two (2) standards, the more stringent requirements shall govern. b. Design formwork to limit maximum deflection of form facing materials reflected in concrete surfaces exposed to view to 1/240 of span between structural members. 3. For slabs and beams not cast on the ground, develop a procedure and schedule for removal of shores and for calculating the loads transferred to the structure during this process: a. Perform structural calculations as required to prove that all portions of the structure in combination with remaining forming and shoring system has sufficient strength to safely support its own weight plus the loads placed thereon. b. When developing procedure, schedule and structural calculations, consider the following at each stage of construction: 1) The structural system that exists. 2) Effects of all loads during construction. 3) Strength of concrete. • 4) The influence of deformations of the structure and shoring system on the distribution of dead loads and construction loads. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03108 - 1 5) The strength and spacing of shores or shoring systems used, as well as the method of shoring, bracing, shore removal, and reshoring including the minimum time • intervals between the various operations. 6) Any other loading or condition that affects the safety or serviceability of the structure during construction. 1.3 DEFINITIONS A. Words and terms used in these Specifications are defined in ACI 116R. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for the requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. a. Manufacturer and type of proposed form materials. d. Manufacturer and type of proposed form ties. e. Manufacturer and type of proposed form coating material. f. Manufacturer and type of void forms including compressive strength. 3. If requested, submit structural analysis and concrete strength data used in planning and implementing form removal and shoring. B. Samples: 1. A 12 IN SQ sample of each of the following form finishes: PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS • A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Void forms: a. SureVoid Products, Inc. b. Deslauriers, Inc. 2. Stay-in-place forms: a. Alabama Metal Industries Corporation. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Forms for Surfaces Exposed to View: 1. Wood forms: a. New 5/8 or 3/4 IN 5-ply structural plywood of concrete form grade. b. Built-in-place or prefabricated type panel. c. 4 x 8 FT sheets for built-in-place type except where smaller pieces will cover entire area. d. When approved, plywood may be reused. 2. Metal forms: a. Metal forms excluding aluminum may be used. b. Forms to be tight to prevent leakage, free of rust and straight without dents to provide members of uniform thickness. B. Forms for Surfaces Not Exposed to View: 1. Wood or metal sufficiently tight to prevent leakage. 2. Do not use aluminum forms. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03108 - 2 • 2.3 ACCESSORIES A. Form Ties: 1. Commercially fabricated for use in form construction: a. Do not use wire ties. 2. Constructed so that ends or end fasteners can be removed without causing spalling at surfaces of the concrete. 3. 3/4 IN minimum to 1 IN maximum diameter cones on both ends. 4. Embedded portion of ties to be not less than 1-1/2 IN from face of concrete after ends have been removed. 5. Provide ties with built-in waterstops in all walls that will be in contact with process liquid during plant operation. 6. Through-wall ties that are designed to be entirely removed are not allowed in all walls that will be in contact with process liquid during plant operation. B. Void Forms: 1. Continuous void forms. 2. Specially designed and manufactured for the purpose of creating a void area directly under concrete members which will allow a space for soil vertical upward movement. 3. Able to support the weight of concrete and construction loads to be placed thereon with no decrease in required void form depth. 4. Constructed from double faced corrugated cardboard or fiberboard which is wax impregnated and laminated with moisture-resistant adhesive. 5. Capable of resisting moisture with no loss of load carrying strength or change in depth or configuration. , C. Stay-In-Place Forms: 1. Ribbed expanded metal leave-in-place concrete forms commercially fabricated to provide • an intentionally rougher surface. 2. Hot-dipped galvanized. 3. Similar to "Stay-Form" by Alabama Metal Industries Corporation. PART 3 - EXECUTION 3.1 PREPARATION A. Form Surface Treatment: 1. Before placing of either reinforcing steel or concrete, cover surfaces of forms with an .approved coating material that will effectively prevent absorption of moisture and prevent bond with concrete, will not stain concrete or prevent bonding of future fmishes: a. Afield applied form release agent or sealer of approved type or a factory applied nonabsorptive liner may be used. 2. Do not allow excess form coating material to stand in puddles in forms nor in contact with hardened concrete against which fresh concrete is to be placed. B. Provide temporary openings at base of column and wall forms and at other points where necessary to facilitate cleaning and observation immediately before concrete is placed, and to limit height of free fall of concrete to prevent aggregate segregation: 1. Temporary openings to limit height of free fall of concrete. shall be spaced no more than 8 FT apart. C. Clean surfaces of forms, reinforcing steel and other embedded materials of any accumulated mortar or grout from previous concreting and of all other foreign material before concrete is placed. 3.2 ERECTION • A. Install products in accordance with manufacturer's instructions. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I 1/2008 03108 - 3 B. Tolerances: • 1. Variation from plumb: a. In lines and surfaces of columns, piers, walls, and in risers: 1) Maximum in any 10 FT of height: 1/4 IN. 2) Maximum for entire height: 1/21N. b. For exposed corner columns, control joint grooves, and other exposed to view lines: 1) Maximum in any 20 FT length: 1 /4 IN. 2) Maximum for entire length: 1/2 IN. 2. Variation from level or from grades specified: a. In slab soffits, ceilings, beam soffits and in arises, measured before removal of supporting shores. 1) Maximum in any 10 FT of length: 1/4 IN. 2) Maximum in any bay or in any 20 FT length: 3/8 IN. 3} Maximum for entire length: 3/4 IN. b. In exposed lintels, sills, parapets, horizontal grooves, and other exposed to view lines: 1) Maximum in any bay or in 20 FT length: 1/4 IN. 2) Maximum for entire length: 1/2 IN. 3. Variation of linear structure lines from established position in plan and related position of columns, walls, and partitions: a. Maximum in any bay: 1/2 IN. b. Maximum in any 20 FT of length: 1/2 IN. c. Maximum for entire length: 1 IN. 4. Variation in sizes and location of sleeves, floor openings, and wall openings: Maximum of +1/2 IN. 5. Variation in horizontal plan-location of beam, column and wall centerlines from required location: Maximum of+1/2 IN. 6. Variation in cross sectional dimensions of columns and beams and in thickness of slabs and walls: Maximum of -1/4 IN, +1/2 IN. • 7. Footings and foundations: a. Variations in concrete dimensions in plan: -1/2 IN, +21N. b. Misplacement or eccentricity: 1) 2 percent of footing width in direction of misplacement but not more than 2 IN. c. Thickness: 1) Decrease in specified thickness: 5 percent. 2) Increase in specified thickness: No limit except that which may interfere with. other construction. 8. Variation in steps: a. In a flight of stairs: 1) Rise: +1/8 ]N. 2) Tread: +1/41N. b. In consecutive steps: 1) Rise: +1/16 IN. 2) Tread: +1/81N. 9. Establish and maintain in an undisturbed condition and until final completion and acceptance of Project, sufficient control points and bench marks to be used for reference purposes to check tolerances. 10. Regardless of tolerances listed allow no portion of structure to extend beyond legal boundary of Project. 11. To maintain specified tolerances, camber formwork to compensate for anticipated deflections in formwork prior to hardening of concrete. C. Make forms sufficiently tight to prevent loss of mortar from concrete. D. Place 3/4 IN chamfer strips in exposed to view corners of forms to produce 3/4 IN wide beveled edges. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 03108 - 4 E. At construction joints, overlap contact surface of form sheathing for flush surfaces exposed to • view over hardened concrete in previous placement by at least 1 IN: 1. Hold forms against hardened concrete to prevent offsets or loss of mortar at construction joint and to maintain a true surface. 2. Where possible, locate juncture of built-in-place wood or metal forms at architectural lines, control joints or at construction joints. F. Where circular walls are to be formed and forms made up of straight sections are proposed for use, provide straight lengths not exceeding 2 FT wide: 1. Brace and tie formwork to maintain correct position and shape of members. G. Construct wood forms for wall openings to facilitate loosening, if necessary, to counteract swelling. H. Anchor formwork to shores or other supporting surfaces or members so that movement of any part of formwork system is prevented during concrete placement. I. Provide runways for moving equipment with struts or legs, supported directly on formwork or structural member without resting on reinforcing steel. J. Provide positive means of adjustment (wedges or jacks) of shores and struts and take up all settlement during concrete placing operation: 1. Securely brace forms against lateral deflection. 2. Fasten wedges used for fmal adjustment of forms prior to concrete placement in position after fmal check. K. After void forms are in place and before concrete is placed thereon, cover joints between abutting form sections and cover ends of forms to prevent intrusion of soil, concrete or any other materials: 1. Install void forms in accordance with manufacturer's instructions. • L. Stay-In-Place Forms: 1. Support stay-in-place forms as required to maintain the formwork in proper position. 2. Hold the edge of stay-in-place forms back a minimum of 2 IN from all smooth formed concrete surfaces. 3. Stay-in-place forms may be used at the Contractor's option at: a. Surfaces that will be backfilled with soil: 1) Maintain a minimum of 3 IN of concrete cover over all reinforcing. b. Roughened construction joints. c. Other locations approved by Engineer. 3.3 REMOVAL OF FORMS A. No construction loads shall be supported on, nor any shoring removed from, any part of the structure under construction except when that portion of the structure in combination with remaining forming and shoring system has sufficient strength to safely support its weight and loads places thereon. B. When required for concrete curing in hot weather, required for repair of surface defects or when finishing is required at an early age, remove forms as soon as concrete has hardened sufficiently to resist damage from removal operations or lack of support. C. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging: 1. Perform any needed repairs or treatment required on such sloping surfaces at once, followed by curing specified in Section 03311. D. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. • E. Formwork for columns, walls, sides of beams, and other parts not supporting weight of concrete may be removed as soon as concrete has hardened sufficiently to resist damage from removal. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 03108 - 5 F. Where no reshoring is planned, leave forms and shoring used to support weight of concrete in place until concrete has attained its specified 28 day compressive strength: • 1. Where a reshoring procedure is planned, supporting formwork may be removed when concrete has reached the concrete strength required by the formwork designer's structural calculations. G. When shores and other vertical supports are so arranged that non-load-carrying form facing material may be removed without loosening or disturbing shores and supports, facing material may be removed when concrete has sufficiently hazdened to resist damage from removal. 3.4 RESHORING A. No construction loads shall be supported on, nor any shoring removed from, any part of the structure under construction except when that portion of the structure in combination with remaining forming and shoring system has sufficient strength to safely support its weight and loads placed thereon. B. While reshoring is underway, no superimposed dead or live loads shall be permitted on the new construction. C. During reshoring do not subject concrete in structural members to combined dead and construction loads in excess of loads that structural members can adequately support. D. Place reshores as soon as practicable after stripping operations aze complete but in no case later than end of working day on which stripping occurs. E. Tighten reshores to carry their required loads without overstressing. F. Shoring, reshoring and supporting formwork may be removed when concrete has reached the concrete strength required by the formwork designer's structural calculations. G. For floors supporting shores under newly placed concrete leave original supporting shores in place or reshores • 1. Reshoring system shall have a capacity sufficient to resist anticipated loads. 2. Locate reshores directly under a shore position above. H. In multi-story buildings, extend reshoring over a sufficient number of stories to distribute weight of newly placed concrete, forms, and construction live loads in such a manner that design superimposed loads of floors supporting shores aze not exceeded. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03108 - 6 • SECTION 03208 REINFORCEMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Reinforcing bar requirements for concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements; Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. SP-66, ACI Detailing Manual. b. 318, Building Code Requirements for Structural Concrete. 2. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. A615, Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. • d. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 3. American Welding Society (AWS): a. D1.4, Structural Welding Code -Reinforcing Steel. 4. Concrete Reinforcing Steel Institute (CRSI): a. Manual of Standard Practice. B. Qualifications: 1. Welding operators, processes and procedures to be qualified in accordance with AWS D1.4. 2. Welding operators to have been qualified during the previous 12 months prior to commencement of welding. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Mill certificates for all reinforcing. d. Manufacture and type of proprietary rebar mechanical splices. e. Manufacturer and type of rebar adhesive anchor including installation instructions. 3. Qualifications of welding operators, welding processes and procedures. 4. Rebar number, sizes, spacing, dimensions, configurations, locations, mark numbers, lap splice lengths and locations, concrete cover and rebar supports. 5. Sufficient rebar details to permit installation of reinforcing. 6. Rebar details in accordance with ACI SP-66. • 7. Locations where proprietary rebar mechanical splices are required or proposed for use. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03208 - 1 8. Shop Drawings shall be in sufficient detail to permit installation of reinforcing without reference to Contract Drawings: • a. Shop Drawings shall not be prepared by reproducing the plans and details indicated on the Contract Drawings but shall consist of completely redrawn plans and details as necessary to indicate complete fabrication and installation of all reinforcing steel. 1.4 DELIVERY, STORAGE, AND IIANDLING A. Support and store all reinforcing above ground. B. Ship to jobsite with attached plastic or metal tags with permanent mark numbers which match the Shop Drawing mark numbers. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURES A. Subject to compliance with Contract Documents, the following Manufacturers are acceptable: 1. Rebar adhesive anchors: a. HIT-HY150 System by HILTI FASTENING SYSTEMS, INC. b. Epcon Adhesive Anchoring System by ITW Ramset/Red Head. c. Power-Fast by Powers Fastening, Inc. 2. Rebar mechanical splices: a. Lenton Rebar Splicing by Erico, Inc. b. Richmond dowel bar splicer system by Richmond Screw and Anchor Co., Ina c. Bar-Grip Systems by Barsplice Products, Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS • A. Reinforcing Bars: ASTM A615, grade 60, deformed. B. Reinforcing Bars to be Welded: ASTM A706, grade 60, deformed. C. Welded Wire Fabric: ASTM A185 or ASTM A497. D. Smooth Dowel Bars: ASTM A615, grade 60 with metal end cap to allow longitudinal movement equal to joint width plus 1 IN. E. Proprietary Rebar Mechanical Splices: To develop in tension and compression a minimum of 125 percent of the yield strength of the rebars being spliced. F. Welding Electrodes: 1. E90 meeting requirements of AWS D1.4. G. Rebar Adhesive Anchors: 1. Manufactured for the specific purpose of embedding and developing 125 percent of the yield strength of rebars in hardened concrete. 2.3 ACCESSORIES A. Metal Chairs, Runners, Bolsters, Spacers, Hangers, and Other Rebar Supports: 1. Plastic-coated tips in contact with forms. 2. Plastic coating meeting requirements of CRSI Manual of Standard Practice. B. Protective plastic caps at mechanical splices. 2.4 FABRICATION A. Tolerances: 1. Sheared lengths: +1 IN. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 03208 - 2 2. Overall dimensions of stirrups, ties and spirals: +1/21N. • 3. All other bends: +0 IN, -1/2 IN. B. Minimum diameter of bends measured on the inside of the rebaz to be as indicated in ACI 318 Paragraph 7.2. C. Ship rebazs to jobsite with attached plastic or metal tags. 1. Place on each tag the mark number of the rebaz corresponding to the mark number indicated on the Shop Drawing. 2. Mark numbers on tags to be so placed that the numbers cannot be removed. PART 3 - EXECUTION 3.1 INSTALLATION A. Tolerances: 1. Rebaz placement: a. Clear distance to formed surfaces: +1/4 IN. b. Minimum spacing between bars: -1/4 IN. c. Top bars in slabs and beams: 1) Members 8 IN deep or less: +1/4 IN. 2) Members between 8 IN and 2 FT deep: -1/4 IN, +1/2 IN. 3) Members more than 2 FT deep: -1/41N, +1 IN. d. Crosswise of members: Spaced evenly within +1 IN. e. Lengthwise of members: +2 IN. 2. Minimum clear distances between rebazs: a. Beams, walls and slabs: Distance equal to rebaz diameter or 1 1N, whichever is greater. b. Columns: Distance equal to 1-1/2 times the rebaz diameter or 1-1/2 IN, whichever is . greater. c. Beam and slab rebazs shall be threaded through the column vertical rebazs without displacing the column vertical rebars and still maintaining the clear distances required for the beam and slab rebars. B. Minimum concrete protective covering for reinforcement: As shown on Drawings. C. Unless indicated otherwise on Drawings, provide splice lengths for reinforcing as follows: 1. For rebazs: Class B splice meeting the requirements of Pazagraph 12.15 of ACI 318. 2. For welded wire fabric: Splice lap length measured between outermost cross wires of each fabric sheet shall not be less than 1 spacing of cross wires plus 2 IN, nor less than 1.5 x development length nor less than 6 TN. Development length shall be as required for the yield strength of the welded wire fabric in accordance with Pazagraph 12.8 of ACI 318. 3. Provide splices of reinforcing not specifically indicated or specified subject to approval of Engineer. Mechanical proprietary splice connectors may only be used when approved or indicated on the Contract Drawings. D. Welding: 1. Obtain approval by the Engineer prior to welding reinforcing. 2. Perform welding of rebazs in accordance with requirements of AWS D1.4. 3. Have each welder place an approved identifying mark neaz each completed weld. E. Placing Rebazs: 1: Assure that reinforcement at time concrete is placed is free of mud, oil or other materials that may affect or reduce bond. 2. Reinforcement with rust, mill scale or a combination of both will be accepted as being satisfactory without cleaning or brushing provided dimensions and weights including heights of deformations on a cleaned sample is not less than required by applicable ASTM specification that governs for the rebaz supplied. • 3. Rebar support: 00...60746 Bozeman WRF Phase i Improvements Project 7/11/2008 03208 - 3 a. Uncoated rebar: 1) Support rebars and fasten together to prevent displacement by construction loads or • placing of concrete. 2) On ground, provide supporting concrete blocks or metal bar supports with bottom plate. a) Do not use concrete blocks to support slab-on-grade reinforcing. 3) Over formwork, provide plastic-coated metal chairs, runners, bolsters, spacers, hangers and other rebar support. Only tips in contact with the forms need to be plastic coated. 4. Support rebars over cardboard void forms by means of concrete supports which will not puncture or damage the void forms during construction nor impair the strength of the concrete members in any way. 5. Where parallel horizontal reinforcement in beams is indicated to be placed in two or more layers, rebars in the upper layers shall be placed directly above rebars in the bottom layer with clear distance between layers to be 1 IN. Place spacer rebars at 3 FT maximum centers to maintain the required 1 IN clear distance between layers. 6. Extend reinforcement to within 2 IN of concrete perimeter edges. If perimeter edge is formed by earth, extend reinforcement to within 3 IN of the edge. 7. To assure proper placement, furnish templates for all column vertical bars and dowels. 8. Do not bend reinforcement after embedding in hardened concrete unless approved by Engineer. Do not bend reinforcing by means of heat. 9. Do not tack weld reinforcing. 10. Embed rebars into hardened concrete utilizing adhesive anchor system specifically manufactured for such installation: a. Drill hole in concrete with diameter and depth as required to develop 125 percent of the yield strength of the bar according to manufacturer's requirements. b. Place adhesive in drilled hole. 3 2 FIELD c. Insert rebar into hole and adhesive in accordance with manufacturer's instructions. UALI Y CONTROL • . Q T A. Reinforcement Congestion and Interferences: 1. Notify Engineer whenever the specified clearances between rebars cannot be met. 2. Do not place any concrete until the Engineer submits a solution to rebar congestion problem. 3. Rebars may be moved as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. 4. If rebars are moved more than one bar diameter, obtain Engineer's approval of resulting arrangement of rebars. 5. No cutting of rebars shall be done without written approval of Engineer. B. Owner will employ a testing laboratory to perform and report following when required: 1. Review and approve Contractor proposed welding procedures and processes for conformance with AWS D1.4. 2. Qualify welders in accord with AWS D1.4. 3. Test three samples of each bar size and each type of weld in accord with. AWS D1.4. The tensile strength of each test shall be not less than 125 percent of the required yield strength of the rebar tested. 4. Conduct nondestructive field tests (radiographic or magnetic particle) on not less than one random sample for each 10 welds. In addition if any welds are found defective, test five previous welds performed by same welder. 5. Visually inspect each weld for presence of cracks, undercuts, inadequate size and other visible defects. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03208 - 4 • SECTION 03308 CONCRETE, MATERIALS AND PROPORTIONING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete materials, strengths and proportioning for concrete work. 2. Grouting: a. Base plates for columns and equipment. b. Dowels and anchors into concrete. c. Patching cavities in concrete. d. As specified and indicated in the Contract Document. • B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. , 3. Section 03350 -Testing. 4. Section 03431 -Precast and Prestressed Concrete. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 116R, Cement and Concrete Terminology. b. 211.1, Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete. c. 212.3R, Chemical Admixtures for Concrete. d. 318, Building Code Requirements for Structural Concrete. e. 350, Code Requirements for Environmental Engineering Concrete Structures. 2. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. c. C94, Standard Specification for Ready-Mixed Concrete. d. C 150, Standard Specification for Portland Cement. e. C 157, Standard Test Method for Length Change of Hardened Hydraulic-Cement, Mortar, and Concrete. f. C192, Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. g. C260, Standard Specification for Air-Entraining Admixtures for Concrete. h. C494, Standard Specification for Chemical Admixtures for Concrete. i. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 3. Corps of Engineers(COE): a. CRD-C621, Standard Specification for Packaged, Dry, Hydraulic-Cement Grout (NonShrink). 1.3 DEFINITIONS A. Words and terms used in these Specifications are defined in ACI 116R. 1.4 SUBMITTALS • A. Shop Drawings: 00...60746 Bozeman WRF Phase 1 Improvements Project 03308 - 1 7/22!2008 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's instructions. c. Concrete mix designs as required by Section 03350. d. Manufacture and type of proposed admixtures. e. Manufacturer and type of proposed non-shrink grout and gout cure/seal compound. 3. Certifications: a. Certification of standard deviation value in psi for ready mix plant supplying the concrete. b. Certification that the fly ash meets the quality requirements stated in this Section, and fly ash supplier's certified test reports for each shipment of fly ash delivered to concrete supplier. c. Certification that the class of coarse aggregate meets the requirements of ASTM C33 for type and location of concrete construction. d. Certification of aggregate gradation. 4. Test reports: Cement mill reports for all cement to be supplied. 1.5 DELIVERY, STORAGE AND HANDLING A. Storage of Materials: 1. Store cement and pozzolan in weathertight buildings, bins, or silos which will exclude moisture and contaminants. 2. Arrange aggregate stockpiles and use in a manner to avoid excessive segregation and to prevent contamination with other materials or with other sizes of like aggregates. 3. Allow natural sand to drain until it has reached a relatively uniform moisture content before use. 4. Store admixtures in such a manner as to avoid contamination, evaporation, or damage: • a. For those used in form of suspensions ornon-stable solutions, provide agitating equipment to assure thorough distribution of ingredients. b. Protect liquid admixtures from freezing and temperature changes which would adversely affect their characteristics and performance. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Non-shrink grout: a. BASF Admixtures, Inc. b. Euclid Chemical Company. c: U. S. Grout. d. Upco. e. Set Products, Ina f. L & M Construction Chemicals, Inc. g. Sika Corporation 2. Epoxy grout: a. Ceilcote. b. Exxon Chemical Company. c. Sika Corporation. d. U. S. Grout. e. Euclid Chemical Company. B. Submit request for substitution in accordance with Specification Section 01640. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 03308 - 2 • 2.2 MATERIALS A. Cement: 1. ASTM C150, Type II. 2. Cement type used shall correspond to that upon which selection of concrete proportions was based in the mix design. B. Fly Ash: 1. ASTM C618, Class F or Class C. 2. Non-staining. 3. Suited to provide hardened concrete of uniform light gray color. 4. Maximum loss on ignition: 4 percent. 5. Compatible with other concrete ingredients and having no deleterious effects on the hardened concrete. 6. Produced by source approved by the Montana Department of Transportation for use in concrete for bridges. 7. Cement and fly ash type used shall correspond to that upon which selection of concrete proportions was based in the mix design. C. Admixtures: 1. Air entraining: ASTM C260. 2. Water reducing, retarding, and accelerating: Conform to ASTM C494, Types A through E, and provisions of ACI 212.3R. 3. High range water reducers (superplasticizers): Conform to ASTM C494, Types F or G. 4. Pozzolanic: ASTM C618. 5. Admixtures to be chloride free: a. Do not use calcium chloride. 6. Provide admixtures of same type, manufacturer and quantity as used in establishing required • concrete proportions in the mix design. D. Water: 1. Potable. 2. Clean and free from deleterious substances. 3. Free of oils, acids and organic matter. E. Aggregates for Normal Weight Concrete: 1. ASTM C33. 2. Fine and coarse aggregates to be regarded as separate ingredients. 3. Fine aggregates to be natural, not manufactured. 4. Coarse aggregate sieve analysis: a. For lean concrete, concrete topping, and integral wearing course: ASTM C33, size number 7 (maximum 1/2 IN). b. For all other concrete: ASTM C33, size number 57 (maximum 1 IN). 5. Provide aggregates approved for bridge construction by the State Highway Department in the State where the Project is located. 6. Pozzolan or other additives shall not be used to compensate for alkali reactivity of aggregates. F. Maximum total chloride ion content for concrete mix including all ingredients measured as a weight percent of cement: 1. 0.06 for prestressed concrete. 2. 0.10 for all other concrete. G. Sand Cement Grout: 1. Approximately three (3) parts sand, one (1) part portland cement, 6 +1 percent entrained air and water to produce a slump which allows grout to completely fill required areas and surround adjacent reinforcing: • a. Provide sand in accordance with requirements for fine aggregate for concrete. 2. Minimum 28 day compressive strength: 3000 psi. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 03308 - 3 H. Non-shrink Grout: 1. Non-shrink, non-metallic, non-corrosive, and non-staining. . 2. Premixed with only water to be added in accordance with manufacturer's instructions at jobsite. 3. Grout to produce a positive but controlled expansion. a. Mass expansion shall not be created by gas liberation or by other means. 4. Minimum 28 day compressive strength: 6500 psi. 5. BASF Admixtures, Inc. "Masterflow, 713 Plus"; Euclid Chemical "NS Grout' ; Sauereisen Cements "F-100 Level Fill Grout"; U. S. Grout "Five Star Grout"; Set Products, Inc. "Set Non-Shrink Grout"; The Upco Corp "Upton' ; L & M "Crystex"; Sika Corporation "Sika Grout 212"; or equal. 6. In accordance with COE CRD-C621. Epoxy Grout: 1. Three-component epoxy resin system: a. Two (2) liquid epoxy components. b. One (1) inert aggregate filler component. 2. Adhesive: a. BASF "Masterflow 648 CP". b. Exxon Chemical Company "Escoweld 2505." c. Sika "Sikadur Hi-Mod." d. U. S. Grout "Five Start Epoxy Grout." e. Euclid Chemical "E3-G." f. Or equal. 3. Aggregate: a. BASF "Masterflow 648 CP". b. Exxon Chemical Company "Escoweld 2510." c. Sika aggregate. d. U. S. Grout aggregate. • e. Euclid Chemical "Euclid aggregate." f. Or equal 4. Aggregate manufacturer shall be the same as the adhesive manufacturer. 5. The aggregate shall be compatible with the adhesive. 6. Each component furnished in separate package for mixing at jobsite. 2.3 MIXES A. General: 1. Provide concrete capable of being placed without aggregate segregation and, when cured, of developing all properties specified. 2. Ready-mixed concrete shall conform to ASTM C94. 3. All concrete to be normal weight concrete, weighing approximately 145 to 150 LBS per cubic foot at 28 days after placement. B. Minimum 28 Day Compressive Strengths: 1. Flowable concrete fill 1,000 psi 2. Normal weight concrete fill 3000 psi 3. Normal weight concrete topping 4000 psi 4. Normal weight all other concrete 4000 psi 5. Normal weight precast concrete 5000 psi C. Air Entrainment: 1. Provide air entrainment in all concrete resulting in a total air content percent by volume as follows: a. 1-1/2 IN maximum aggregate size: 4-1/2 to 6-1/2 percent total air content. b. 1 IN maximum aggregate size: 5 to 7 percent total air content. c. 3/4 IN maximum aggregate size: 5 to 7 percent total air content. • d. 1/2 IN maximum aggregate size: 5-1/2 to 8 percent total air content. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 03308 - 4 • e. .Interior slabs and mats with power trowel finish: Maximum 3 percent total air content. D. Slump: 1. 4 IN maximum, 1 IN minimum measured at point of discharge into the concrete construction member. 2. Concrete of lower than minimum slump maybe used provided it can be properly placed and consolidated. 3. Provide additional water or water reducing admixture at ready mix plant for concrete that is to be pumped to allow for slump loss due to pumping: a. Provide only enough additional water so that slump of concrete at discharge end of pump hose does not exceed maximum slump specified and the maximum specified water-cement ration is not exceeded. E. Proportioning: 1. General: a. Proportion ingredients to produce a mixture which will work readily into corners and angles of forms and around reinforcement by methods of placement and consolidation employed without permitting materials to segregate or excessive free water to collect on surface. b. Proportion ingredients to produce proper placability, durability, strength and other required properties. 2. Normal weight concrete minimum cement contents and maximum water cement ratios: SPECIFIED MINIMUM CEMENT MINIMUM MAXIMUM WATER STRENGTH CONTENT CEMENT CEMENT RATIO BY (PSI) (SACKS/CY) (LBS/CY) WEIGHT 3000 517 * 0.45 4000 6-1/2 611 * 0.45 • 5000 7 658* 0.45 * If fly ash is proposed for use, the weight of fly ash plus weight of portland cement shall equal these values. 3. Fly ash: a. For cast-in-place concrete only, a maximum of 25 percent by weight of portland cement content per cubic yard may be replaced with fly ash at a rate of 1 LB fly ash for 1 LB cement. b. If fly ash is used, the water to fly ash plus cement ratio not to exceed the maximum water cement ratio specified in this Section. c. Concrete containing fly ash shall not be used in the construction of the precast concrete units specified in Section 03431. 4. Water reducing, retarding, and accelerating admixtures: a. Use in accordance with manufacturer's instructions. b. Do not use unless required by these specifications or approved for use by Engineer. 5. High range water reducers (superplasticizers): a. Use in accordance with manufacturer's instructions. b. Do not use unless required by these Specifications or approved for use by Engineer. c. Maximum concrete slump before addition of admixture to be 3 IN. 1) Maximum slump after addition to be 8 IN. d. Maximum water-cement ratio of the concrete mix containing a high range water reducer to be 0.40. 6. Concrete mix proportioning methods for normal weight concrete: a. Method L• 1) Used when combination of materials proposed is to be evaluated and proportions selected to be on a basis of trial mixes. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 03308 - 5 2) Produce mixes having suitable proportions and consistencies based on ACI 211.1, using at least three (3) different water cement ratios or cement contents which will • produce a range of compressive strengths encompassing the required average strength. 3) Design trial mixes to produce a slump within 0.75 IN of maximum specified, and for air entrained concrete, air content within 0.5 percent specified. 4) For each water cement ratio or cement content, make at least three (3) compression test cylinders for specified test age, and cure in accordance with ASTM C192. a) Test for strength at 28 days in accordance with ASTM C39. 5) From results of these tests, plot a curve showing relationship between water cement ratio or cement content and compressive strength. 6) From this curve select water cement ratio or cement content to be used to produce required average strength. 7) Use cement content and mixture proportions such that maximum water cement ratio is not exceeded when slump is maximum specified. 8) Base field control on maintenance of proper cement content, slump, air content and water cement ratio. 9) See paragraph hereafter for definition of required average strength. b. Method 2: 1) In lieu of trial mixes, field test records for concrete made with similar ingredients may be used. 2) Use of proposed concrete mix proportions based on field test records subject to approval by Engineer based on information contained in field test records and demonstrated ability to provide the required average strength. 3) Field test records to represent materials, proportions and conditions similar to those specified: a) Changes in the materials, proportions and conditions within the test records shall have not been more restricted than those for the proposed concrete mix. 4) Field test records to consist of less than 30 but not less than 10 consecutive tests • provided the tests encompass a period of not less than 45 consecutive days. 5) Required concrete proportions may be established by interpolation between the strengths and proportions of two or more test records each of which meets the requirements of this Section. 7. Required average strength to exceed the specified 28 day compressive strength by the amount determined or calculated in accordance with Paragraph 5.3 of ACI 318 using the standard deviation of the proposed concrete production facility as described in Paragraphs 5.3.1 and 2 of ACI 318. F. Allowable Shrinkage: 0.048 percent per ASTM C157. 2.4 SOURCE QUALITY CONTROL A. To assure stockpiles are not contaminated or materials are segregated, perform any test for determining conformance to requirements for cleanness and grading on samples secured from aggregates at point of hatching. B. Do not use frozen or partially frozen aggregates. PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL A. Perform concrete tests per Section 03350. B. Perform strength test on any concrete to which water has been added at the jobsite. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 03308 - 6 • SECTION 03311 CONCRETE MIXING, PLACING, JOINTING, AND CURING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mixing, placing, jointing, and curing of concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03108 -Formwork. 4. Section 03208 -Reinforcement. 5. Section 03308 -Concrete, Materials and Proportioning. 6. Section 03348 -Concrete Finishing and Repair of Surface Defects. 7. Section 03350 -Testing. 8. Section 07900 -Joint Sealants. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 116R, Cement and Concrete Terminology. b. 304R, Guide for Measuring, Mixing, Transporting and Placing Concrete. • c. 304.2R, Placing Concrete by Pumping Methods. d. 305R, Hot Weather Concreting. e. 306R, Cold Weather Concreting. f. 308, Standard Practice for Curing Concrete. g. 309R, Guide for Consolidation of Concrete. 2. ASTM International (ASTM): a. C94, Standard Specification for Ready-Mixed Concrete. b. C171, Standard Specification for Sheet Materials for Curing Concrete. c. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. d. D994, Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). e. D 1056, Standard Specification for Flexible Cellular Materials-Sponge or Expanded Rubber. f. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types).. 3. Corps of Engineers (COE): a. CRD-C572, Specifications for Polyvinylchloride Waterstops. 4. National Ready Mixed Concrete Association (NRMCA): a. Checklist for Certification of Ready Mixed Concrete Production Facilities. B. Qualifications: 1. Ready Mixed Concrete Batch Plant: Certified by NRMCA. 1.3 DEFINITIONS A. Words and terms used in this Specification are defined in ACI 116R. 1.4 SUBMITTALS • A. Shop Drawings: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 - 1 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions: 1) Procedure for adding high-range water reducer at the jobsite. c. Scaled (minimum 1/8 IN per foot) drawings showing proposed locations of construction joints and joint keyway dimensions. d. Manufacturers and types: 1) Joint fillers. 2) Curing agents. 3) Construction joint bonding adhesive. 4) Pressure relief valves. 5) Waterstops. 3. Certifications: a. Ready mix concrete plant certification. b. Waterstops: Products shipped meet or exceed the physical properties specified. B. Miscellaneous: ' 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Copies of concrete delivery tickets. 1.5 DELIVERY, STORAGE AND HANDLING A. Delivery: 1. Concrete: a. Prepare a delivery ticket for each load of ready mixed concrete. b. Truck operator shall hand ticket to Contractor at the time of delivery. c. Ticket to show: • 1) Mix identification. 2) Quantity delivered. 3) Amount of material in each batch. 4) Outdoor temperature in the shade. 5) Time at which cement was added 6) Time of delivery. 7) Time of discharge. 8) Amount of water added. PART 2 - PRODUCTS 2.1 COMPONENTS A. Neoprene Expansion Joint Fillers: 1. Manufacturers: a. Permaglaze. b. Rubatex. c. Williams Products. 2. Materials: a. Closed cell neoprene. b. ASTM D1056, Class SC, 2 to 5 psi compression deflection, Grade SCE-41. B. Asphalt Expansion Joint Fillers: 1. Manufacturers: a. W R Meadows. b. J and P Petroleum Products. 2. Materials: ASTM D994. . 00....60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 -2 C. Fiber Expansion Joint Fillers: • 1. Materials: ASTM D 1751. D. Waterstops, Bulb Type: 1. Manufacturers: a. Greenstreak Plastics Products. b. W R Meadows. 2. Materials: a. Virgin polyvinyl chloride compound not containing any scrap or reclaimed materials or pigment. b. Standard: COE CRD-C572. 3. In expansion joints: a. 9 IN wide x 3/8 IN thick tear web type waterstop. b. 2 IN minimum horizontal movement without rupturing. c. Similar to Greenstreak Plastic Products Style #700. 4. In all other joints: a. 6 IN wide x 3/8 IN thick bulb type. b. Similar to Greenstreak Plastics Products Style #705. 5. Provide hog rings or grommets at maximum 12 IN OC along the length of the waterstop. 6. Provide factory-made waterstop fabrications at all changes in direction, intersections and transitions, leaving only straight butt splices for the field. E. Waterstops, Preformed -Strip Type: 1. Manufacturers: a. Hydrotite CJ by Greenstreak Plastics, Inc. b. Synko Flex. c. Volclay Waterstop Rx. 2. Materials: a. Hydrophilic type waterstop manufactured solely for the purpose of preventing water • from traveling through construction joints. b. Hydrotite type CJ-0725-3K or approved equal. F. Sand cement grout, non-shrink grout and epoxy grout: See Section 03308. G. Submit request for substitution in accordance with Specification Section 01640. PART 3 - EXECUTION 3.1 PREPARATION A. General: 1. Complete formwork: a. See Section 03108. 2. Remove earth, snow, ice, water, and other foreign materials from areas that will receive concrete. 3. Secure reinforcement in place: a. See Section 03208. 4. Position expansion joint material, anchors and other embedded items. 5. Obtain approval of reinforcement erection and placement prior to placing concrete. 6. Do not place concrete during rain, sleet, or snow, unless adequate protection is provided and approval is obtained: a. Plan size of crews with due regard for effects of concrete temperature and atmospheric conditions on rate of hardening of concrete as required to obtain good surfaces and avoid unplanned cold joints. b. Do not allow rainwater to increase mixing water nor to damage surface fmish. 7. Coat all construction joints with an approved bonding material before new concrete is • , placed: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 -3 a. Apply proprietary bonding adhesive in accordance with manufacturer's instructions. 8. Remove hardened concrete and foreign materials from inner surfaces of conveying • equipment and formwork. 9. Provide slabs and beams of minimum indicated required depth when sloping structural foundation base slabs and elevated slabs to drains: a. For floor slabs on grade, slope top of subgrade to provide slab of required uniform thickness. B.• Preparation of Subgrade for Slabs on Ground: 1. Subgrade drained and of adequate and uniform load-bearing nature. 2. Obtain approval of subgrade compaction density prior to placing slabs on ground. 3. Maintain subgrade at a temperature above 32 DegF before concrete placing begins for a sufficient amount of time to remove frost. 4. Moisten subgrade to eliminate absorption: a. Keep subgrade moist at time of concreting. b. Allow no free-standing water on subgrade or soft or muddy spots when concrete is placed. C. Edge Forms and Screeds: 1. Set accurately to produce designated elevations and contours of fmished surface. 2. Sufficiently strong to support vibrating screeds or roller pipe screeds, if required. 3. Use strike off templates, or approved vibrating type screeds, to align concrete surfaces to contours of screed strips. 3.2 CONCRETE MIXING A. General: 1. Provide all concrete from a central plant conforming to Checklist for Certification of Ready Mixed Concrete Production Facilities of the NRMCA. 2. Batch, mix, and transport in accordance with ASTM C94. • B. Control of Admixtures: 1. Charge admixtures into mixer as solutions: a. Measure by means of an approved mechanical dispensing device. b. Liquid considered a part of mixing water. c. Admixtures that cannot be added in solution may be weighed or measured by volume if so recommended by manufacturer. 2. Add separately, when two or more admixtures are used in concrete, to avoid possible interaction that might interfere with efficiency of either admixture, or adversely affect concrete. 3. Complete addition of retarding admixtures within one minute after addition of water to cement has been completed, or prior to beginning of last three quarters of required mixing,. whichever occurs first. C. Tempering and Control of Mixing Water: 1. Mix concrete only in quantities for immediate use. 2. Discard concrete which has set. 3. Discharge concrete from ready mix trucks within time limit and drum revolutions stated in ASTM C94. 4. Addition of water at the jobsite: a. See Section 03308 for specified water cement ratio and slump. b. Do not exceed maximum specified water cement ratio or slump. c. Incorporate water by additional mixing equal to at least half of total mixing required. d. Perform strength test on any concrete to which water has been added at the jobsite: 1) See Section 03350. 3.3 PLACING OF CONCRETE A. General: 00...60746 Bozeman WIZF Phase 1 Improvements Project 7/11/2008 03311 - 4 1. Comply with ACI 304R and ACI 304.2R. 2. Deposit concrete: • a. Continuously to avoid cold joints. b. In layers of 12 to 18 IN. 3. Locate construction joints at locations approved by Engineer:. a. Plan size of crews with due regard for effects of concrete temperature and atmosphere conditions to avoid unplanned cold joints. 4. Place concrete at such a rate that concrete, which is being integrated with fresh concrete, is still workable. 5. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 6. Spreaders: a. Temporary: Remove as soon as concrete placing renders their function unnecessary. b. Embedded: 1) Obtain approval of Engineer. 2) Materials: Concrete or metal. 3) Ends of metal spreaders coated with plastic coating 2 IN from each end. 7. Do not begin placing of concrete in supported elements until concrete previously placed in supporting members is no longer plastic .and has been in place at least a minimum of 2 HRS. 8. Deposit concrete as nearly as practicable in its fmal position to avoid segregation: a. Maximum free fall: 4 FT. b. Free fall exceeding 4 FT: 1) Place concrete by means of hopper, elephant trunk or tremie pipe extending down to within 4 FT of surface placed upon. 9. Perform the following operations before bleeding water has an opportunity to collect on surface: a. Spread. • b. Consolidate. c. Straightedge. d. Darby or bull float. B. High-Range Water Reducers (Superplasticizers): 1. Add superplasticizer to the concrete in the truck mixer at the jobsite. 2. Perform concrete slump test at the jobsite both prior to and after addition of the admixture to the concrete. C. Cold Weather Concrete Placement: 1. Comply with ACI 306R. 2. Do not place concrete on substrates that are below 32 DegF or contain frozen material. 3. Maintain all materials, forms, reinforcement, subgrade and any other items which concrete will come in contact with free of frost, ice or snow at time of concrete placement. 4. Temperature of concrete when discharged at site: MINIMUM CONCRETE MINIMUM CONCRETE AIR TEMPERATURE, DEGF FOR TEMPERATURE, DEGF FOR TEMPERATURE SECTIONS WITH LEAST SECTIONS WITH LEAST DEGF DIMENSION LESS THAN 12 IN DIMENSION 12 IN OR GREATER 30 to 45 60 55 0 to 30 65 55 below 0 70 60 5. Heat subgrade, forms, and reinforcement so the temperature of the subgrade, forms, and reinforcement will be between 45 and 70 DegF, when temperature of surrounding air is 40 DegF or below at time concrete is placed: a. Remove all frost from subgrade, forms and reinforcement before concrete is placed. . 6. Combine water with aggregate in mixer before cement is added, if water or aggregate is heated above 90 DegF. 00...60746 Bozeman W1ZF Phase 1 Improvements Project 7/11!2008 03311 - 5 7. Do not mix cement with water or with mixtures of water and aggregate having a temperature greater than 90 DegF: • 8. Do not place slabs on ground if temperature is below 40 DegF or if temperature surrounding the slab will be below 40 DegF before structure is enclosed and heated. D. Hot Weather Concrete Placement: 1. Comply with ACI 305R. 2. Cool ingredients before mixing, or add flake ice or well crushed ice of a size that will melt completely during mixing for all or part of mixing water if high temperature, low slump, flash set, cold joints, or shrinkage cracks are encountered. 3. Temperature of concrete when placed: a. Not to exceed 90 DegF. b. Not so high as to cause: 1) Shrinkage cracks. 2) Difficulty in placement due to loss of slump. 3) Flash set. 4. Temperature of forms and reinforcing when placing concrete: a. Not to exceed 90 DegF. b. Maybe reduced by spraying with water to cool below 90 DegF: 1) Leave no standing water to contact concrete being placed. E. Consolidating: 1. Consolidate in accordance with ACI 309R except as modified herein. 2. Consolidate by vibration so that concrete is thoroughly worked around reinforcement, embedded items and into corners of forms. a. Eliminate: 1) Air or stone pockets. 2) Honeycombing or pitting. 3) Planes of weakness. • 3. Internal vibrators: a. Minimum frequency of 8000 vibrations per minute. b. Insert and withdraw at points approximately 18 IN apart: 1) Allow sufficient duration at each insertion to consolidate concrete but not sufficient to cause segregation. c. Use in: 1) Beams and girders of framed slabs. 2) Columns and walls. d. Size of vibrators shall be in accordance with Table 5.1.5 of ACI 309R. 4. Obtain consolidation of slabs with internal vibrators, vibrating screeds, roller pipe screeds, or other approved means. 5. Do not use vibrators to transport concrete within forms. 6. Provide spare vibrators on jobsite during all concrete placing operations. 7. Bring a full surface of mortar against form by vibration supplemented if necessary by spading to work coarse aggregate back from formed surface, where concrete is to have an as-cast fmish. 8. Use suitable form vibrators located just below top surface of concrete, where internal vibrators cannot be used in areas of congested reinforcing. 9. Prevent construction equipment, construction operations, and personnel from introducing vibrations into freshly placed concrete after the concrete has been placed and consolidated: F. Handle concrete from mixer to place of fmal deposit by methods which will prevent segregation or loss of ingredients and in a manner which will assure that required quality of concrete is maintained: 1. Use truck mixers, agitators, and non-agitating units in accordance with ASTM C94. 2. Horizontal belt conveyors: a. Mount at a slope which will not cause segregation or loss of ingredients. b. Protect concrete against undue drying or rise in temperature. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 - 6 c. Use an arrangement at discharge end to prevent segregation. d. Do not allow mortar to adhere to return length of belt. e. Dischazge conveyor runs into equipment specially designed for spreading concrete. 3. Metal or metal lined chutes: a. Slope not exceeding 1 vertical to 2 horizontal and not less than 1 vertical to 3 horizontal. b. Chutes more than 20 FT long and chutes not meeting slope requirements may be used provided they discharge into a hopper before distribution. c. Provide end of each chute with a device to prevent segregation. 4. Pumping or pneumatic conveying equipment: a. Designed for concrete application and having adequate pumping capacity. b. Control pneumatic placement so segregation is avoided in discharged concrete. c. Loss of slump in pumping or pneumatic conveying equipment shall not exceed 1-1/2 IN. d. Do not convey concrete through pipe made of aluminum or aluminum alloy. e. Provide pumping equipment without Y sections. G. Placing of Concrete on Metal Deck: 1. Prior to concrete placement, the metal deck shall be free of soil, debris, standing water, loose mill scale, and all other foreign matter. 2. Care shall be exercised when placing concrete so that the deck will not be subject to construction loads or impact that exceed the design capacity of the deck. 3. Concrete shall be placed in a uniform manner and spread towazd the center of the deck span. 4. If buggies aze used to place concrete, runways shall be planked, and the buggies shall only operate on planking: a. Planks shall be of adequate stiffness to transfer loads to the steel supports without damaging the deck. 5. Deck damage caused by careless placement of concrete shall be repaired or replaced. • 3.4 JOINTS AND EMBEDDED ITEMS A. General -Construction Joints: 1. Locate joints as indicated on Contract Drawings or as shown on approved Shop Drawings: a. Where construction joint spacing shown on Drawings exceeds the joint spacing indicated in Pazagraph B below, submit proposed construction joint location in conformance with the Specification. 2. Unplanned construction joints will not be allowed: a. If concrete cannot be completely placed between planned construction joints, then it must be removed. 3. In general, locate joints-near middle of spans of slabs, beams and girders unless a beam intersects a girder at this point, in which case, offset joint in girder a distance equal to twice the width of the beam. 4. Locate joints in walls and columns at underside offloors, slabs, beams, or girders, and at tops of foundations or floor slabs, unless shown otherwise: a. At Contractor's option, beam pockets may be formed into concrete walls. b. Size pockets to allow beam reinforcing to be placed as detailed on Drawings. 5. Place beams, girders, column capitals and drop panels at same time as slabs. 6. Place corbels monolithically with walls: a. Locate wall vertical construction joints midway between corbels. b. Where only a single corbel is located place it also monolithically with wall and locate wall vertical construction joint a minimum of 3 FT from face of corbel. 7. Make joints perpendicular to main reinforcement with all reinforcement continuous across joints. 8. Provide roughened construction joints at all construction joints unless indicated otherwise on Drawings: a. Clean the previously hardened concrete interface and remove all laitance. b Intentionall rou hen the interface to a full am litude of 1/4 IN . y g p . 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 - 7 a. Provide recessed flat surface as required to install strip type waterstops. 9. Provide continuous keyways at all construction joints including joints with waterstops: • a. Construction joint keyways shall have the following dimensions, unless shown otherwise on Drawings or directed otherwise by Engineer. b. Construction joint keyways in walls: 1) Keyway width, not less than 1/3 and not more than 1/2 the wall thickness measured perpendicular to wall faces. 2) Keyway depth to be not less than 1-1/2 IN. 3) Place keyway in wall center unless shown otherwise on Drawings. c. Construction joint keyways in footings, foundations, base slabs, and structural or elevated slabs: i) Keyway height not less than 1/3 and not more than 1/2 the footing or slab thickness. 2) Keyway depth not less than 1-1/2 IN. 3) Keyway in footing or slab center unless shown otherwise on Drawings. d. Construction joint keyways in beams: 1) Keyway height not less than 1/3 and not more than 1/2 the beam depth. 2) Keyway depth not less than 1-1/2 IN. 3) Keyway in beam center unless shown otherwise on Drawings. 10. Allow a minimum of 48 HRS before placement of adjoining concrete construction. B. Construction Joints -Spacing: 1. General -Structures not intended to contain liquid: a. Wall vertical construction joints: 1) 60 FT maximum centers. 2) At wall intersections, 30 FT maximum from corner. b. Wall horizontal construction joints: 20-25 FT centers. c. Base slab, floor, and roof slab construction joints: 1) Placements to be approximately square and not to exceed 3500 SF. • 2) Maximum side dimension of a slab pour to be 80 FT. 2. Structures intended to contain liquids: a. Wall vertical construction joints: 1) 30 FT maximum centers. 2) At wall intersections, 15 FT maximum from corner. b. Wall horizontal construction joints: 10-15 FT centers. c. Base slab, floor, and roof slab construction joints: 1) Placements to be approximately square and not to exceed 2000 SF. 2) Maximum side dimension of a slab pour to be 60 FT. C. Bonding at Construction Joints: 1. Obtain bond between concrete pours at construction joints by thoroughly cleaning and removing all laitance from construction joints: a. Before new concrete is placed, all construction joints shall be coated with epoxy adhesive, cement grout, or dampened. b. General: 1) Use cement grout or dampening for all construction joints or at Contractor's option use epoxy adhesive for all construction joints. 2. At other locations: a. Roughen the surface of the concrete to expose the aggregate uniformly. b. Remove laitance, loosened particles of aggregate or damaged concrete at the surface, or at the Contractor's option, use an approved chemical retarder which delays but does not prevent setting of the surface of the mortar in accordance with the manufacturer's recommendations: 1) Retarded mortar shall be removed within 24 HRS after placing to produce a clean exposed aggregate bonding surface. c. Dampen the hardened concrete (but do not saturate) immediately prior to placing of • fresh concrete or gout. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 - 8 D. Locate control joints in slabs on grade as indicated on Drawings. • 1. Time cutting properly with set of concrete, if saw cut joints are required or permitted: a. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates being dislodged by saw. b. Complete before shrinkage stresses become sufficient to produce cracking. E. Expansion Joints: 1. Do not permit reinforcement or other embedded metal items bonded to concrete (except smooth dowels bonded on only one side of joint) to extend continuously through an expansion joint. 2. Use neoprene expansion joint fillers, unless noted otherwise on Drawings. 3. Seal expansion joints as shown on Drawings: a. See Section 07900 for requirements. F. Waterstops: 1. Preformed strip type: a. Install on smooth surface of existing hardened concrete surfaces by use of nails, adhesive or other means as recommended by manufacturer to prevent movement of waterstop during placement of concrete. b. Waterstop to be continuous with splices in accordance with manufacturer's instructions. c. Use only in joints against existing concrete and where indicated on Drawings. 2. Bulb type: a. Position waterstop accurately in forms. b. Secure waterstops in correct position using hog rings or grommets spaced along the length of waterstop and tie wire to adjacent reinforcing. c. Hold horizontal waterstops in place with continuous supports. d. Install according to manufacturer's instructions: 1) Do not displace reinforcement from required location. • e. Waterstops to be continuous. f. Splice ends with perpendicular butt splice using electrical splicing iron in accordance with manufacturer's instructions. g. Unless otherwise noted, use for all construction joints in new construction for all structures including water holding basins or at dry interior areas subject to groundwater or as indicated on Drawings. G. Other Embedded Items: 1. Place sleeves, inserts, anchors, and embedded items required for adjoining work or for its support, prior to initiating concreting. 2. Do not place electrical conduit, drains, or pipes in or thru concrete slabs, walls, columns, foundations, beams or other structural members unless approved by Engineer. H. Placing Embedded Items: I. Position expansion joint material, waterstops, and other embedded items accurately. 2. Support against displacement. 3. Fill voids in sleeves, inserts and anchor slots temporarily with readily removable material to prevent entry of concrete into voids. 4. Provide adequate means for anchoring waterstop in concrete: a. Provide means to prevent waterstops in the forms from being folded over by the concrete as it is placed. b. Work concrete under the waterstops by hand, so as to avoid the formation of air and rock pockets, when placing roof and floor slab concrete around waterstops. 3.5 FINISHING A. See Section 03348. B. Coordinate mixing and placing with finishing. L 00...60746 Bozeman WRF Phase 1 Improvements Project 7/1 Il2008 03311 - 9 3.6 INSTALLATION OF GROUT A. Grout Schedule of Use: • 1. Sand cement grout: a. Fill keyways if precast HCU. b. General use. 2. Non-shrinking non-metallic grout: a. Filling form tie holes. b. Under column and beam base plates. c. Other uses indicated on the Drawings. 3. Epoxy grout: a. Patching cavities in concrete. b. Grouting of dowels and anchor bolts into existing concrete. c. Grouting of equipment base plates where driving motor is 500 HP and above. d. Other uses indicated on the Drawings. B. Grout Installation: 1. Sand cement grout: a. Fill keyways between precast concrete hollow core slabs with sand cement grout. b. Consolidate grout by rodding or by other means to assure complete filling of keyways. c. Cure grout by one of methods specified. 2. Non-shrink non-metallic grout: a. Clean concrete surface to receive grout. b. Saturate concrete with water for 24 HRS prior to grouting. c. Mix in a mechanical mixer. d. Use no more water than necessary to produce flowable grout. e. Place in accordance with manufacturer's instructions. f. Provide under beam, column, and equipment base plates, in joints between precast concrete filter slabs, and in other locations indicated on the Drawings. • g. Completely fill all spaces and cavities below the top of base plates. h. Provide forms where base plates and bed plates do not confine grout. i. Where exposed to view, finish grout edges smooth. j. Except where a slope is indicated on the Drawings, finish edges flush at the base plate, bed plate, member or piece of equipment. k. Coat exposed edges of grout with cure or seal compound recommended by the grout manufacturer. 3. Epoxy grout: a. Mix and place in accordance with manufacturer's instructions. b. Apply only to clean, dry, sound surface. c. Completely fill all cavities and spaces around dowels and anchors without voids. d. Grout base and bed plates as specified for non-shrinking, non-metallic grout. e. Obtain manufacturer's field technical assistance as required to assure proper placement. 3.7 CURING AND PROTECTION A. Protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury immediately after placement, and maintain with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement, hardening, and compressive strength gain: 1. Follow recommendations of ACI 308 except as modified herein. B. Apply one of the following curing procedures immediately after completion of placement and. finishing, for concrete surfaces not in contact with forms: 1. Ponding or continuous sprinkling. 2. Application of absorptive mats or fabric kept continuously wet. 3. Application of sand kept continuously wet. 4. Continuous application of steam (not exceeding 150 DegF) or mist spray. 5. Application of waterproof sheet materials, conforming to ASTM C 171. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 - 10 6. Application of other moisture retaining covering as approved. • 7. Application of a curing compound conforming to ASTM C309: a. Apply curing compound in accordance with manufacturer's recommendations immediately after any water sheen which may develop after fmishing has disappeared from concrete surface. b. Do not use on any surface against which additional concrete or other material is to be bonded unless it is proven that curing compound will not prevent bond. c. Where a vertical surface is cured with a curing compound, the vertical surface shall be covered with a minimum of two coats of the curing compound: 1) Apply the first coat of curing compound to a vertical surface immediately after form removal. 2) The vertical concrete surface at the time of receiving the first coat shall be damp with no free water on the surface. 3) Allow the preceding coat to completely dry prior to applying the next coat. 4) A vertical surface: Any surface steeper than 1 vertical to 4 horizontal. C. Curing Concrete In Contact with Forms: 1. Minimize moisture loss from and temperature gain of concrete placed in forms exposed to heating by sun by keeping forms wet and cool until they can be safely removed. 2. After form removal, cure concrete until end of time prescribed: a. Use one of methods listed above. 3. Forms left in place shall not be used as a method of curing in hot weather. 4. The term "hot weather," where used in these specifications, is defined in ACI 305R. 5. In hot weather, remove forms from vertical surfaces as soon as concrete has gained sufficient strength so that the formwork is no longer required to support the concrete. D. Continue curing for at least 7 days for all concrete except high early strength concrete for which period shall be at least 3 days: • 1. If one of curing procedures indicated above is used initially, it may be replaced by one of other procedures indicated any time after concrete is 1 day old, provided concrete is not permitted to become surface dry during transition. E. Cold Weather: 1. Follow recommendations of ACI 306R. 2. Maintain temperature of concrete between 50 and 70 DegF for required curing period, when outdoor temperature is 40 DegF, or less. 3. Use heating, covering, insulating, or housing of the concrete work to maintain required temperature without injury due to concentration of heat. 4. Do not use combustion heaters unless precautions are taken to prevent exposure of concrete to exhaust gases which contain carbon dioxide. 5. Interior slabs in areas intended to be heated shall be adequately protected so that frost does not develop in the supporting subgrade. F. Hot Weather: 1. Follow recommendations of ACI 305R. 2. Make provision for cooling forms, reinforcement and concrete, windbreaks, shading, fog spraying, sprinkling, ponding, or wet covering with a light colored material. 3. Provide protective measures as quickly as concrete hardening and fmishing operations will allow. G. Rate of Temperature Change: 1. Keep changes in temperature of air immediately adjacent to concrete as uniform as possible, during and immediately following curing period. 2. Do not exceed a temperature change of 5 DegF in any 1 HR or 50 DegF in any 24 HR period. H. Protection from Mechanical Injury: • 1. Protect concrete from damaging mechanical disturbances, such as load stresses, heavy shock, and excessive vibration. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03311 - 11 2. Protect fmished concrete surfaces from damage by construction equipment, materials, or methods, and by rain or running water. • 3. Do not load self supporting structures in such a way as to overstress concrete. 3.8 FIELD QUALITY CONTROL A. Tests in accordance with Section 03350: 1. Perform a strength test on all concrete to which water or superplasticizer, in addition to the amount stated in the concrete mix design, has been added at the jobsite: a. Perform strength test after water or superplasticizer has been added and additional mixing has been performed. B. Field samples of fabricated waterstop fittings (crosses, tees, etc.) will be selected at random by the Engineer for testing by a laboratory at the Owner's expense: 1. When tested, they shall have a tensile strength across the joints equal to at least 600 psi. END OF SECTION • L 00...60746 Bozeman WRF Phase i Improvements Project 7/11/2008 03311 - 12 • SECTION 03348 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete fmishing and repair of surface defects. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03108 -Formwork. 4. Section 03311 -Concrete Mixing, Placing, Jointing and Curing. 5. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 116R, Cement and Concrete Terminology. 2. ASTM International (ASTM): a. C 150, Standard Specification for Portland Cement. b. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. • a C 1315, Standard Specification for Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing Concrete. 1.3 DEFINITIONS A. Vertical Surface Defects: 1. Any void in the face of the concrete deeper than 1/8 IN, such as: a. Tie holes. b. Air pockets (bug holes). c. Honeycombs. d. Rock holes. .2. Scabbing:. a. Scabbing is defect in which parts of the form face, including release agent, adhere to concrete. 3. Foreign material embedded in face of concrete. 4. Fins 1/16 IN or more in height. B. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. C. Other words and terms used in these Specifications are defined in ACI 116R. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03348 - 1 b. Manufacturer's installation instructions. 3. Certifications: • a. Certification of aggregate gradation. b. Certification that products being used will not interfere with bonding of future floor or wall finishes. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 1.5 DELIVERY, STORAGE, AND HANDLING A. Comply with manufacturer's recommendations and requirements for materials used. 1.6 WARRANTY A. Provide warranty equal to specified manufacturer's standard warranty for all products used. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Chemical sealer: a. L & M Construction Chemicals, Inc. b. Euclid Chemical Co. c. Dayton Superior. 2. Bonding agents: a. Euclid Chemical Co. • b. BASF Admixtures, Inc. c. L & M Construction Chemicals, Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Chemical Floor Sealer, Hardener, Densifier: 1. Colorless, no VOC, odorless chemical solution containing alkaline siliconates. 2. Will not support bacteria growth. 3. 10-year manufacturers warranty. 4. Similar to L & M Construction Chemicals Inc. "Seal Hard". B. Bonding Agent: 1. For use only on concrete surfaces not receiving liquid water repellent coating: a. High solids acrylic latex base liquid for interior or exterior application as a bonding agent to improve adhesion and mechanical properties of concrete patching mortars. b. Euclid Chemical Co. "Flex-Con." c. BASF Admixtures, Inc. "Acryl-Set." d. L & M Construction Chemicals, Inc. "Everbond." e. Thoro System Products "Acry160." 2. For use only on concrete surface receiving liquid water repellent: a. Non-acrylic base liquid for interior or exterior application as a bonding agent to improve adhesion and mechanical properties of concrete patching mortars. C. Cement: 1. ASTM C150, Type II Portland for areas exposed to sewage. 2. ASTM C150, Type I Portland elsewhere. D. Aggregate: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03348 - 2 1. Sand: Maximum size #30 mesh sieve. • Z. For exposed aggregate finish surfaces: Same as surrounding wall. E. Water: Potable. F. Non-Shrink Grout: See Section 03311. 2.3 MIXES A. Bonding. Grout: 1. One (1) part cement to one (1) part aggregate. 2. Mix cement and aggregate. 3. Mix bonding agent and water together in separate container in accordance with manufacturer's instructions. 4. Add bonding agent/water mixture to cement/aggregate mixture. 5. Mix to consistency of thick cream. 6. Bonding agent itself may be used as bonding grout if approved by manufacturer and Engineer. B. Patching Mortar: 1. One (1) part cement to two and one-half (2-1/2) parts aggregate by damp loose volume: a. Substitute white portland cement for a part of gray portland cement to produce color matching surrounding concrete. 2. Mix cement and aggregate. 3. Mix bonding agent and water together in separate container in accordance with manufacturer's instructions. 4. Add only enough bonding agent/water mixture to cement/aggregate mixture to allow handling and placing. 5. Let stand with frequent manipulation with a trowel, until mix has reached stiffest consistency to allow placement. • PART 3 - EXECUTION 3.1 PREPARATION A. For methods of curing, see Section 03311. B. Repair surface defects within 24 HRS after removal of forms: 1. Chip, wire brush or abrasive blast to completely open defects down to sound concrete: a. If chipping is necessary, make edges perpendicular to surface or slightly undercut. b. No featheredges will be permitted. - C. Repairing Surface Defects: 1. Fill and repair using patching mortar mix specified in Article 2.3 or use non-shrink grout as outlined in this Specification Section. 2. Clean surfaces to remove dust, dirt, laitance, form oil, grease, or other contaminants: a. If required by bonding agent manufacturer, etch surfaces with a muriatic acid solution followed by a thorough rinse with clean water. b. Test concrete to determine pH level and continue flushing with clean water until surface pH is within acceptable limits. 3. Dampen area to be patched and an area at least 6 IN wide surrounding it prior to application of bonding grout. 4. Brush bonding grout into the surface after the surface water has evaporated. 5. Allow bonding grout to set for period of time required by bonding agent manufacturer before applying premixed patching mortar. 6. Fill tie holes and areas where honeycombed or defective concrete has been removed: a. Fill tie holes and defects deeper than 3/4 IN or larger than 3/4 IN with non-shrink non- • metallic grout. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03348 - 3 b. Fill all other defects with patching mortar. 1) Do not use acrylic bonding agent in patching mortar for filling defects in surfaces • to be treated with liquid water repellent. c. Consolidate grout or mortar into place and strike off so as to leave patch slightly higher than surrounding surface. Leave undisturbed for at least 60 minutes before finishing level with surrounding surface: a: Do not use metal tools in finishing a patch in a formed wall which will be exposed or coated with other materials. Keep areas damp for 7 days or in accordance with bonding agent manufacturer's directions. 3.2 INSTALLATION AND APPLICATION A. Do not repair surface defects or apply wall or floor finishes when temperature is or is expected fo be below 50 DegF: 1. If necessary, enclose and heat area to between 50 and 70 DegF during repair of surface defects and curing of patching material. B. Chemical Floor Sealer, Hardener, Densifier (Type `2'): 1. Apply to floor areas indicated on the Drawings in accordance with manufacturer's recommendations. 2. Apply at rate recommended by manufacturer. 3. After final coat of material is applied, remove surplus in accordance with manufacturer's recommendations. C. Concrete Finishes for Vertical Wall Surfaces: 1. General: Give concrete surfaces finish as specified below after removal of formwork and repair of surface defects. 2. Finish # 1 - As cast rough form finish: a. Selected forming materials are not required. b. Prepare surface in accordance with Article 3.1 and repair the following surface defects: • 1) Tie holes. 2) Honeycombs deeper than 1/4 IN. 3) Air pockets deeper than 1/4 IN. 4) Rock holes deeper than 1/4 IN. c. Chip or rub off fins exceeding 1/4 TN in height. d. Use at unexposed surfaces such as foundations and backfilled surfaces of walls not to be waterproofed. 3. Finish #2 - As cast form finish: a. Form facing material shall produce a smooth, hard, uniform texture. 1) Use forms specified for surfaces exposed to view in accordance with Section 03108. b. Prepare surface in accordance with Article 3.1 and repair the following surface defects: 1) Tie holes. 2) Honeycombs deeper than 1/8 IN or larger than 1/8 IN DIA. 3) Air pockets deeper than 1/8 IN or larger than 1/8 IN DIA. 4) Rock holes deeper than 1/81N or larger than 1/81N DIA. 5) Scabbing. c. Chip or rub off fins exceeding 1/8 IN in height. d. Provide finish for: 1) Exposed surfaces not specified to receive another finish. 4. Finish #3 -Smooth rubbed finish: a. Form facing material shall produce a smooth, hard, uniform texture: 1) Use forms specified for surfaces exposed to view in accordance with Section 03108. b. Prepare surface in accordance with Article 3.1 and repair all surface defects. o. Begin finish operation one (1) day after form removal. d. Wet surface and rub with carborundum brick or other abrasive until uniform color and • texture is achieved. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03348 - 4 e. No cement grout shall be used other than the cement paste drawn from concrete wall • itself by the rubbing procedure. f. Provide this fmish on all exposed to view exterior surfaces unless noted otherwise. g. Construct mock-up per Article 1.2. 5. Finish #5 -Smooth form fmish: a. Form facing material shall produce a smooth, hard, uniform texture. 1) Use forms specified for surfaces exposed to view in accordance with Section 03108. b. Prepare surface in accordance with Article 3.1 and repair the following surface defects: 1) Tie holes. 2) Honeycombs, air pockets, rock holes and other holes deeper than 1/16 IN or larger than 1/16 IN DIA. 3) Scabbing. c. Chip or rub off fins exceeding 1/16 IN in height. d. Provide this finish on all surfaces which are to be painted, are to receive tank linings or are to remain exposed to view. e. Construct mock-up per Article 1.2. D. Related Unformed Surfaces (Except Slabs): 1. Strike smooth tops of walls or buttresses, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces after concrete is placed: 2. Float surface to a texture consistent with that of formed surfaces: a. If more than one (1) finish occurs immediately adjacent to unformed surface, provide surface with most stringent formed surface requirement. 3. Continue treatment uniformly across unformed surfaces. E. Concrete Finishes for Horizontal Slab Surfaces: 1. General: a. Tamp concrete to force coarse aggregate down from surface. • b. Screed with straightedge, eliminate high and low places, bring surface to required fmish elevations; slope uniformly to drains. c. Dusting of surface with dry cement or sand during fmishing processes not permitted. 2. Unspecified slab fmish: When type of finish is not indicated, use following fmishes as applicable: a. Surfaces intended to receive bonded applied cementitious applications: Scratched fmish. b. Surfaces intended to receive roofing or waterproofing membranes: Floated fmish. c. Floors: Troweled finish. d. Garage floors and ramps: Broom or belt fmish. e. Exterior slabs, sidewalks, platforms, steps and landings, and ramps, not covered by other finish materials: Broom or belt fmish. f. All slabs to receive a floated finish before final finishing. 3. Scratched slab finish: After concrete has been placed, consolidated, struck off, and leveled to a Class B tolerance, roughen surface with stiff brushes or rakes before final set. 4. Floated fmish: a. After concrete has been placed, consolidated, struck off, and leveled, do no further work until ready for floating. b. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit operations: 1) Use wood or cork float. c. During or after first floating, check planeness of entire surface with a 10 FT straightedge applied at not less than two (2) different angles. d. Cut down all high spots and fill all low spots to produce a surface with Class B tolerance throughout. e. Refloat slab immediately to a uniform texture. • 5. Troweled fmish: a Float finish surface to true even lane . , p . 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03348 - 5 b. Power trowel, and fmally hand trowel. c. First troweling after power troweling shall produce a smooth surface which is relatively • free of defects, but which may still show some trowel marks. d. Perform additional trowelings by hand after surface has hardened sufficiently. e. Final trowel when a ringing sound is produced as trowel is moved over surface. f. Thoroughly consolidate surface by hand troweling. g. Leave finished surface essentially free of trowel marks, uniform in texture and appearance and plane to a Class A tolerance. h. On surfaces intended to support floor coverings, remove any defects that would show through floor covering by grinding. 6. Broom or belt finish: Immediately after concrete has received a float finish as specified, give it a transverse scored texture by drawing a broom or burlap belt across surface. 7. Underside of concrete slab fmish: Match fmish as specified for adjacent vertical surfaces. a. If more than one (1) fmish occurs immediately adjacent to underside of slab surface, provide surface with most stringent formed surface requirement. 3.3 FIELD QUALITY CONTROL A. Horizontal slab finishes will be accepted provided: 1. Applicable specification requirements are satisfied. 2. Water does not pond in areas sloped to drain. 3. Gap between a 10 FT straightedge placed anywhere and the fmished surface does not exceed: a. Class A tolerance: 1/8 IN. b. Class B tolerance: 1/4 IN. c. Class C tolerance: 1/2 IN. 4. Accumulated deviation from intended true plane of fmished surface does not exceed 1/2 IN. 5. Accuracy of floor fmish does not adversely affect installation and operation of movable equipment, floor supported items, or items fitted to floor (doors, tracks, etc.). • B. Unacceptable finishes shall be replaced or, if approved in writing by Engineer, may be corrected provided strength and appearance are not adversely affected. 1. High spots to be removed by grinding and/or low spots filled with a patching compound or other remedial measures to match adjacent surfaces. 3.4 PROTECTION A. All horizontal slab surfaces receiving applied toppings or sealer compound shall be kept free of traffic and loads for minimum of 10 days following installation of topping or compound. END OF SECTION • 00...60746 Bozeman WRF Phased Improvements Project 7!11/2008 03348 - 6 • SECTION 03350 TESTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Materials and concrete testing as required to establish concrete mix design. 2. Testing of concrete during construction for compliance with Contract Documents. 3. In-place testing of concrete, if required. 4. Mortar, grout for masonry, and concrete masonry unit testing as required by Section 04110 and Section 04220. B. Related Sections include but aze not necessarily limited to: 1. Division 0.-Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03208 -Reinforcement. 4. Section 03308 -Concrete, Materials and Proportioning. 5. Section 03311 -Concrete Mixing, Placing, Jointing, and Curing. 6. Section 04110 -Cement and Lime Mortars. 7. Section 04220 -Concrete Masonry. 1.2 RESPONSIBILITY AND PAYMENT A. Owner and Contractor each provide and pay for certain testing services: • 1. Owner shall retain the services of a qualified Testing Agency and/or Engineer to perform testing services for the following: a. Testing of concrete, mortar, gout for masonry, concrete masonry units and other cement-containing products produced for incorporation into the work during the construction of the Project for compliance with the Contract Documents. 2. Contractor shall retain the services of a qualified Testing Agency to perform testing services for the following: a. Testing of materials, mix designs and mixes proposed by the Contractor for compliance with the Contract Documents and retesting in the event of changes. b. Additional testing or retesting of materials or mortaz, grout for masonry, concrete masonry units, concrete or other cement-containing products occasioned by their failure, by test or inspection, to meet requirements of the Contract Documents. c. Strength testing on any concrete to which water has been added at the jobsite. d. In-place testing of concrete as may be required by Engineer when strength of structure is considered potentially deficient. e. Other testing services needed or required by Contractor such as: 1) Field curing of test specimens and testing of specimens for determining when forms, form shoring, or reshoring may be removed. 1.3 QUALITY ASSURANCE A. Referenced Standazds: 1. American Association of State Highway and Transportation Officials (AASHTO): a. T260, Standard Method of Sampling and Testing for Total Chloride Ion in Concrete and Concrete Raw Materials. 2. American Concrete Institute (ACI): a. 318, Building Code Requirements for Structural Concrete. 3. ASTM International (ASTM): . a. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 00...60746 Bozeman WRF Phase I Improvements Project 7/11/2008 03350 - 1 b. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. • c. E329, Standard Specifications for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. B. Qualifications: 1. Testing Agency: a. Meeting requirements of ASTM E329. b. Provide evidence of recent inspection by Cement and Concrete Reference Laboratory of National Bureau of Standards, and correction of deficiencies noted. 1.4 DEFINITIONS A. Testing Agency: An independent professional testing firm or service hired by Contractor to perform testing and analysis services on materials, mixes, structures, and other items as directed, and as provided in the Contract Documents. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Concrete materials and concrete mix designs proposed for use. Include results of all testing performed to qualify materials and to establish mix designs. Place no concrete until approval of mix designs has been received in writing. Submittal for each concrete mix design to include: 1) Sieve analysis and source of fine and coarse aggregates. 2) Test for aggregate organic impurities. 3) Proportioning of all materials. • 4) Type of cement with mill certificate for the cement. 5) Brand, quantity and class of fly ash proposed for use along with other submittal data as required for fly ash by Section 03308. 6) Unit weight of fresh and dry lightweight concrete. 7) Slump. 8) Splitting tensile strength for proposed lightweight concrete mix. 9) Brand, type and quantity of air entrainment and any other proposed admixtures. 10) Total chloride ion content per cubic yard of concrete determined in accordance with AASHTO T260. 11) 28-day compression test results and any other data required by Section 03308 to establish concrete mix design. 12) Concrete shrinkage test results. 3. Certifications: a. Testing Agency qualifications. 4. Test results: a. Strength test results as needed on concrete placed during construction including slump, air content, and concrete temperature. b. Strength test results on concrete core samples of in-place construction if required. c. Results of load testing in-place concrete construction when load testing is required. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03350 - 2 • PART 3 - EXECUTION 3.1 TESTING SERVICES TO BE PERFORMED BY CONTRACTOR'S TESTING AGENCY A. Review and test Contractor's proposed materials for compliance with the Contract Documents. B. Review and test Contractor's proposed concrete mix design(s). 3.2 OTHER TESTING SERVICES TO BE PERFORMED BY CONTRACTOR'S TESTING AGENCY AS NEEDED A. Following services to be performed by Contractor's Testing Agency when necessary at no additional cost to Owner: 1. Additional testing and inspection required because of changes in materials or proportions requested by Contractor. 2. Additional testing of materials or concrete occasioned by their failure, by test or inspection, to meet Specification requirements. 3. Perform strength test on any concrete to which water has been added at the jobsite. 4. Other testing services needed or required by Contractor, such as; field cured test specimens for determining when forms, form shoring or reshoring may be removed: a. An extra strength test is required for concrete subject to either live load or shore removal prior to 28 days after placing concrete. B. The above services to be performed by the Contactor's Testing Agency maybe performed by the Owner's Testing Agency and/or Engineer provided these services are performed at no additional cost to the Owner. 3.3 DUTIES AND AUTHORITIES OF TESTING AGENCY AND/OR ENGINEER • A. Testing Agency and/or Engineer to inspect, sample and test materials and production of concrete as required by these Contract Documents and by Engineer. When it appears that any material furnished or work performed by Contractor fails to fulfill requirements of the Contract Documents, Testing Agency to report such deficiency to Engineer and Contractor. B. Testing Agency and/or Engineer to report all test and inspection results to Engineer and Contractor immediately after they are performed. All test reports to include exact location in the work at which batch represented by a test was deposited. Reports of strength tests to include detailed information on storage and curing of specimens prior to testing. C. Limited Authority of Testing Agency: Any Testing Agency or agencies and their representatives retained by Contractor or Owner for any reason are not authorized to revoke, alter, relax, enlarge, or release any requirement of Contract Documents, nor to reject, approve or accept any portion of the Work. 3.4 RESPONSIBILITIES AND DUTIES OF CONTRACTOR A. Provide necessary testing services for qualification of proposed materials and establishment of concrete mix design(s). B. Use of Testing Agency and approval by Engineer of proposed concrete mix design shall in no way relieve Contractor of responsibility to furnish materials and construction in full compliance with Contract Documents. C. To facilitate testing and inspection, perform the following: 1. Furnish any necessary labor to assist Testing Agency and/or Engineer in obtaining and handling samples at site. 2. Provide and maintain for sole use of Testing Agency and/or Engineer adequate facilities for safe storage and proper curing of test specimens on site for fust24 I-IRS as required by • ASTM C31. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03350 - 3 D. Notify Engineer sufficiently in advance of operations (minimum of 24 HRS) to allow completion of quality tests for assignment of personnel and for scheduled completion of quality • tests. 3.5 EVALUATION OF CONCRETE, GROUT OR MORTAR TEST RESULTS A. Test results for standard molded and cured test cylinders to be evaluated separately for each mix design. Such evaluation shall be valid only if tests have been conducted in accordance with specified quality standards. For evaluation of potential strength and uniformity, each mix design shall be represented by at least three strength tests. A strength test shall be the average of two cylinders from the same sample tested at 28 days. B. Acceptance: 1. Strength level of each specified compressive strength shall be considered satisfactory if both of the following requirements are met: a. Average of all sets of three consecutive strength tests equal or exceed the required specified 28-day compressive strength. b. No individual strength test falls below the required specified 28-day compressive strength by more than 500 psi. 3.6 TESTING OF CONCRETE-IN-PLACE A. In-place testing of concrete maybe required by Engineer when strength of structure is considered potentially deficient as specified in Paragraph 3.7D. B. Testing by impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer to determine relative strengths at various locations in the structure or for selecting areas to be cored. Such tests shall not be used as a basis for acceptance or rejection. C. Core Tests: 1. Where required, obtain and test cores in accordance with ASTM C42. If concrete in • structure will be dry under service conditions, air dry cores (temperature 60 to 80 DegF, relative humidity less than 60 percent) for 7 days before test then test dry. If concrete in structure will be wet or subjected to high moisture atmosphere under service conditions, test cores after immersion in water for at least 40 HRS and test wet. Testing wet or dry to be determined by Engineer. 2. Take three representative cores from each member or area of concrete in place that is considered potentially deficient. Location of cores shall be determined by Engineer so as least to impair strength of structure. If, before testing, one or more of cores shows evidence of having been damaged subsequent to or during removal from structure, damaged core shall be replaced. 3. Concrete in area represented by a core test will be considered adequate if average strength of three cores is equal to at least 85 percent of specified strength and no single core is less than 75 percent of specified strength. 4. Fill core holes with nonshrink grout and finish to match surrounding surface when exposed in a finished area. 3.7 ACCEPTANCE A. Completed concrete work which meets applicable requirements will be accepted without qualification: 1. Completed concrete work which fails to meet one or more requirements but which has been repaired to bring it into compliance will be accepted without qualification. 2. Completed concrete work which fails to meet one or more requirements and which cannot be brought into compliance may be accepted or rejected as provided in these Contract Documents. In this event, modifications may be required to assure that concrete work complies with requirements. Modifications, as directed by Engineer, to be made at no additional cost to Owner. B. Dimensional Tolerances: • 00...60746 Bozeman WRF Pfiase 1 Improvements Project 7/11/2008 03350 - 4 • 1. Formed surfaces resulting in concrete outlines smaller than permitted by tolerances shall be considered potentially deficient in strength and subject to modifications required by Engineer. 2. Formed surfaces resulting in concrete outlines larger than permitted by tolerances may be rejected and excess material subject to removal. If removal of excess material is permitted, accomplish in such a manner as to maintain strength of section and to meet all other applicable requirements of function and appearance. 3. Concrete members cast in wrong location may be rejected if strength, appearance or function of structure is adversely affected or misplaced items interfere with other construction. 4. Inaccurately formed concrete surfaces exceeding limits of tolerances and which are exposed to view, may be rejected. Repair or remove and replace if required. 5. Finished slabs exceeding tolerances may be required to be repaired provided that strength or appearance is not adversely affected. High spots may be removed with a grinder, low spots filled with a patching compound, or other remedial measures performed as permitted or required. C. Appearance: 1. Concrete surfaces exposed to view with defects which, in opinion of Engineer, adversely affect appearance as required by specified fmish shall be repaired by approved methods. 2. Concrete not exposed to view is not subject to rejection for defective appearance unless, in the opinion of the Engineer, the defects impair the strength or function of the member. D. Strength of Structure: 1. Strength of structure in place will be considered potentially deficient if it fails to comply with any requirements which control strength of structure, including but not necessarily limited to following: a. Low concrete strength as specified in Article 3.5. b. Reinforcing steel size, configuration, quantity, strength, position, or arrangement at • variance with requirements in Section 03208 or requirements of the Contract Drawings or approved Shop Drawings. c. Concrete which differs from required dimensions or location in such a manner as to reduce strength. d. Curing time and procedure not meeting requirements of these Specifications. e. Inadequate protection of concrete from extremes of temperature during early stages of hardening and strength development. f. Mechanical injury, construction fires, accidents or premature removal of formwork likely to result in deficient strength. g. Concrete defects such as voids, honeycomb, cold joints, spalling, cracking, etc., likely to result in deficient strength. 2. Structural analysis and/or additional testing may be required when strength of structure is considered potentially deficient. 3. Core tests may be required when strength of concrete in place is considered potentially deficient. 4. If core tests are inconclusive or impractical to obtain or if structural analysis does not confirm safety of structure, load tests may be required and their results evaluated in accordance with Chapter 20 of ACI 318. 5. Correct or replace concrete work judged inadequate by structural analysis or by results of core tests or load tests with additional construction, as directed by Engineer, at Contractor's expense. 6. Contractor to pay all costs incurred in providing additional testing and/or structural analysis required. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03350 - 5 C7 • • • SECTION 03431 PRECAST AND PRESTRESSED CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast and prestressed concrete. B. Related Sections include but are not necessarily limited to: i. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03208 -Reinforcement. 4. Section 03308 -Concrete, Materials and Proportioning. 5. Section 03350 -Testing. 6. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State. Highway and Transportation Officials (AASHTO): a. Standard Specification for Highway Bridges. 2. American Concrete Institute (ACI): a. 211.2, Standard Practice for Selecting Proportions for Structural Lightweight Concrete. b. 318, Building Code Requirements for Structural Concrete. • 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A108, Standard Specification for Steel Bars, Carbon, Cold-Finished, Standard Quality. c. A416, Standard Specification for Steel Strand, Uncoated Seven-Wire for Prestressed Concrete. d. A496, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. e. C33, Standard Specification for Concrete Aggregates. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. E329, Standard Specifications for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. 4. American Welding Society (AWS): a. A5.1, Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. b. A5.5, Specification for Low-Alloy Steel Electrodes for Shielded Metal Arc Welding. c. D1.1, Structural Welding Code -Steel. d. D1.4, Structural Welding Code -Reinforcing Steel. 5. Occupational Safety and Health Administration (OSHA). 6. Precast/Prestressed Concrete Institute (PCI): a. MNL 116, Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products. b. PCI Design Handbook -Precast and Prestressed Concrete. 7. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Provide precast and prestressed concrete units produced by an active member of PCI. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03431 - 1 2. Provide units manufactured by plant which has regulazly and continuously engaged in manufacture of units of same type as those required for a minimum of three (3) years. • 3. Assure manufacturer's testing facilities meet requirements of ASTM E329. 4. Welding operators and processes to be qualified in accordance with: a. AWS Dl.l for welding steel shapes and plates. b. AWS D1.4 for welding reinforcing bazs. 5. Welding operators to have passed qualification tests for type of welding required during the previous 12 months prior to commencement of welding. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Sizes, types and manufacturer of neoprene bearing pads. d. Hazdwaze to be utilized to support suspended appurtenances. 3. Shop Drawings and erection plans for precast units, their connections and supports showing: a. Member size and location. b. Size, configuration, location and quantity of reinforcing bazs and prestressing strands. c. Initial prestress forces. d. Size and location of openings verified by Contractor. e. Size, number, and locations of embedded metal items and connections. f. Required concrete strengths. g. Identification of each unit using same standard marking numbers as used to mazk actual units. 4. Calculations for members and connections designed by fabricator: • a. Calculations to be sealed by a professional Structural Engineer registered in the State of Montana. b. Perform calculations using the dead load of the members plus the superimposed uniform and concentrated loads shown on the Drawings and indicated in this Specification Section. c. Indicate the following: 1) Design for maximum moment, maximum shear and maximum torsion. 2) Final top and bottom flexural stresses resulting from the stresses due to maximum moment and prestress force. 3) Ultimate moment capacity. 4) Final top and bottom flexural stresses, ultimate moment capacity, and ultimate sheaz capacity, if affected, for members with reduced cross sections due to openings or penetrations. 5) When required on Drawings, a check for no tension in top and bottom of members due to prestress force and member dead load plus superimposed loads indicated on Drawings and in this Specification Section. 6) Column design for maximum axial load and maximum moment. 5. Submit test results, when so required on Drawings, showing that embedded connection items will adequately support the indicated loads: a. Connection items to have an ultimate load capacity of at least two (2) times the required indicated load. 6. Concrete mix design(s) including submittal information defined in Section 03308 and 03311. 7. Copies of source quality control tests. 8. Certification of manufacturer's testing facility qualifications. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03431 - 2 PART 2 - PRODUCTS • 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Headed studs and deformed bar anchors: a. Nelson Stud Welding Div., TRW, Inc. b. KSM Division, Omark Industries. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Embedded Steel Plates and Shapes: ASTM A36. B. Bearing Pads: 1. Neoprene. 2. Section 18, Division 2 of the AASHTO Standard Specification for Highway Bridges. 3. 60 durometer strength. C. Cement: 1. Comply with ASTM C150, Type I-III Low Alkali (LA). D. Aggregates for Normal Weight Concrete: 1. ASTM C33 with coarse aggregate meeting the gradation for size 67 as stated in ASTM C33. 2. Provide aggregates approved for bridge construction by the State Highway Department in the state where the precast units are fabricated or in the state where the Project is located. 3. All fine aggregate to be natural not manufactured. E. Aggregates for Lightweight Concrete: • 1. ASTM C330 with 3/4 IN maximum size coarse aggregate. 2. All fine aggregate to be natural not manufactured. F. Water: 1. Potable, clean. 2. Free of oils, acids, and organic matter. G. Maximum total chloride ion content contributed from all ingredients of concrete including water, aggregates, cement and admixtures measured as a weight percent of cement to not exceed 0.06 for prestressed concrete and 0.10 for all other precast concrete. H. Prestressing Strands: . 1. Either 250K or 270K high tensile strength uncoated seven (7) wire strand. 2. Manufacture and test strands in accordance with ASTM A416. I. Reinforcing Steel and Welded Wire Fabric: See Section 03308 and 03311. J. Headed Studs: 1. ASTM A108. 2. Minimum yield strength: 50,000 psi. 3. Minimum tensile strength: 60,000 psi. K. Deformed Bar Anchors: 1. ASTM A496. 2. Minimum tensile strength: 80,000 psi. 3. Minimum yield strength: 70,000 psi. L. Electrodes: 1. E70 series conforming to AWS A5.1 or AWS A5.5 for welding steel shapes and plates. 2. E90 series conforming to AWS A5.5 for welding rebar. • M. Concrete sand cement grout in keyways between hollow core slabs: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 03431 - 3 1. See Section 03308 and 03311. 2.3 MIXES • A. See Section 03311. B. Maximum water cement ratio for lightweight concrete to be determined in accordance with recommendations of ACI 211.2 to provide required 28 day compressive strength and maximum slump of 3 IN. C. Do not begin fabrication of units until concrete mix design(s) have been approved by Engineer. 2.4 DESIGN A. General Design Requirements: 1. Design units and connections in strict accordance with ACI 318 and the PCI Design Handbook -Precast and Prestressed Concrete. 2. Design units for spans, dead load of members, dead and live loads indicated on the Drawings with concentrated loads placed in their actual locations: a. Verify weights and locations of concentrated loads. 3. Design units taking into account reduced cross section at openings and penetrations. 4. Provide all reinforcing in units as indicated: a. Where not indicated, design and provide all reinforcing and prestressing strands subject to approval of Engineer. 5. Due to presence of corrosive atmosphere, design prestressed members where indicated on Drawings for no tension in top and bottom of members resulting from loads indicated on Drawings and in this Specification Section. 6. Design double tee flanges to carry all dead and live loads to be placed thereon: a. Do not place concentrated equipment loads on flanges but support the loads on the double tee legs. 2.5 FABRICATION • A. Do not fabricate units until Shop Drawings have been approved by Engineer and returned to Contractor and support locations have been field verified by Contractor. B. Manufacture, quality, dimensional and erection tolerances of all units to be in accordance with both PCI MNL 116 and PCI Design Handbook -Precast and Prestressed Concrete. C. Cast all members in smooth rigid forms which will provide straight, true members of uniform thickness and uniform color and fmish. D. Use sand cement grout mixture to fill all air pockets and voids, and to repair chipped edges. E. Finish all repairs smooth and to match adjacent surface texture and color. F. Where units are to receive concrete topping, provide units having heavy broom fmish on top surface for bond. 1. Provide roughness of top surface to provide bond with topping and design for horizontal shear at topping and unit interface in accordance with requirements of Paragraph 17.5 of ACI 318. 2. Make all other surfaces smooth. G. Incorporate embedded plates, angles, and flange welding strips into members at time of manufacture. 1. Provide embedded items as shown on the Drawings unless prior approval is received from Engineer to do otherwise. 2. Provide flange welding strips as indicated on Drawings. 3. Provide welding strips on all flange edges of all double tee units. 4. Space strips as shown on Drawings. S. Cast lifting handles into units at or near support points: • a. Remove lifting handles after units are erected. 00...60?46 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03431 - 4 H. Cast openings larger than 6 IN SQ or 6 IN DIA in units at time of manufacture: • 1. Make smaller openings by neat cutting or neat drilling by trades requiring them. 2. Coordinate sizes and locations of all openings before fabrication of units. I. Make provisions for support of suspended ceilings, lighting fixtures, ducts, piping, conduits and other suspended work: 1. When drilled expansion bolts or powder-driven fasteners are approved for use, coordinate prestress strand location with prestress concrete member supplier so that drilled expansion bolts orpowder-driven fasteners do not hit or are drilled or driven into prestress strands. 2. Install powder-driven fasteners by means of a low velocity powder-actuated tool complying with requirements of OSHA: a. Assure that the load to be supported by each in place drilled expansion bolt or powder- . driven fastener does not exceed the maximum allowable load recommended by the bolt or fastener manufacturer for the concrete strength encountered and for the type, size and embedment length of expansion bolt or driven fastener installed. J. Automatically weld headed studs and deformed bar anchors to members to provide full penetration weld between studs, bar anchors and members they are attached to. K. Weld steel shapes and plates per AWS D1.1 and reinforcing steel per AWS D1.4. L. Minimum concrete compressive strength at time of strand release: 3500 psi. M. Mark each unit as indicated on the erection plans: 1. Place mark on non-exposed-to-view surface. N. Coat or fmish ends of exposed prestressing strands to prevent rusting. O. Fabricate the following types of precast and prestressed units (all units to be made with normal weight concrete unless noted otherwise on Drawings): 1. Prestressed double tees of sizes indicated on Drawings: • a. Weight of double tees, based on an 8 FT-0 IN wide section, not to exceed following: NORMAL WEIGHT LIGHTWEIGHT DEPTH CONCRETE CONCRETE 121N 37 psf 29 psf 16 IN 42 psf 33 psf 24 IN 55 psf 40 psf 32 IN 75 psf 60 psf 2. Prestressed hollow core slabs of sizes indicated: a. Weight of hollow core slabs not to exceed the following: NORMAL WEIGHT LIGHTWEIGHT DEPTH CONCRETE CONCRETE 6 IN 50 psf 40 psf 8 IN 70 psf 55 psf 10 IN 80 psf 65 psf 12 IN 105 psf 80 psf 3. Precast lintels as shown on Drawings. 4. Precast concrete beams and columns as shown on Drawings: a. Reinforce as indicated: 1) If reinforcement is not indicated, design and provide reinforcement as required to support maximum torsion, shear, moment and axial loads. b. See Paragraph 2.4B of this Section for specific design requirements. c. Provide beam and column connections as indicated on Drawings and as required to • support all loads subject to Engineer's approval. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03431 - 5 2.6 SOURCE QUALITY CONTROL A. During production of precast concrete units, conduct strength tests of concrete placed in units as • required in Specification Section 03208 for concrete placed during fabrication: 1. Results of strength tests to be sent immediately to Engineer, Contractor and Owner. 2. Test reports to indicate units they represent. B. When approved by Engineer, strength tests may be made by precast manufacturer after he has submitted certification that his testing. facilities meet the requirements of ASTM E329. PART 3 - EXECUTION 3.1 PREPARATION A. Verify acceptability and location of supports to receive units: 1. Check bearing surfaces to determine that they are level and uniform. B. Verify compressive strengths of concrete and masonry supports: 1. Do not start erection of units until supports have reached their 28 day required compressive strengths. 3.2 INSTALLATION A. Sequence erection to provide a balance of loads across beams and columns. B. Give consideration to possible lack of stability or capacity of partially completed frame or structure. C. Contractor to be responsible for guying, shoring, and bracing of frame, walls and individual members as necessary to resist forces due to wind, erection, or any other source that may occur before structure is completed. • D. Use only erection equipment adequate for placing units at lines and elevations indicated on Drawings: 1. Do not damage units or existing construction during erection. 2. Erect units using lifting handles cast into the units. E. Place each leg of all double tees on a 3/8 IN thick neoprene pad held I IN back from edge of support: 1. Pad dimensions equal to length of bearing -1 IN x bearing width +2 IN. F. Place hollow core slabs on continuous 1/4 IN thick neoprene bearing pad so that width equals bearing length -1 IN. G. Provide a 1/2 IN thick neoprene bearing pad on the top of all precast concrete columns: 1. Pad to cover entire top surface of column except hold pad back I IN from face of column all around. H. Weir Trough: 1. Anchor weir troughs to supports as indicated on Drawings. 2. Provide continuous 3/8 IN thick neoprene pad under troughs at support. 3. Hold back pads 1 IN from edge of support. I. After erection, verify that there is no direct contact between bottom of units and supporting members: 1. Where direct contact occurs, install additional layers of bearing material to raise units off supports. J. Lintels: 1. Length of lintel bearing on supports to be as indicated on Drawings: a. If not indicated, minimum length of lintel bearing to be 8 IN. • 00...60746 Bozeman WIZF Phase 1 Improvements Project 7/11/2008 03431 - 6 • 2. When indicated on Drawings, fill masonry cells under lintel bearing with masonry grout and reinforce cells if so indicated. 3. Provide minimum 3/8 IN thick full bed joint of masonry mortar between underside of lintel and top surface of grouted masonry for complete lintel bearing length. 4. Where masonry cells are not required to be grouted under lintel bearing, provide minimum 3/8 IN thick face shell mortar bed joint between bottom of lintel and' top of masonry block for complete lintel bearing length. 5. See Drawing details for required felt paper under lintel bearing at masonry control joints. K. ,Weld steel shapes and plates per AWS D1.1 and reinforcing steel per AWS D1.4. L. Fill all keyways between hollow core slabs with concrete sand cement gout: 1. See Section 03311. M. After all precast units are erected and all precast unit connections have been made, coat all exposed surfaces of the connections with the same prime and fmish paint as required on the adjacent precast concrete units: 1. See Section 09905. 3.3 FIELD QUALITY CONTROL A. Causes for rejection of units include, but are not necessarily limited to the following: 1. Cracked units. 2. Chipped, broken, or spalled edges. 3. Units not within allowable casting tolerances. 4. Voids or air pockets which, in opinion of Engineer, are too numerous or too large. 5. Non-uniform fmish or appearance. 6. Low concrete strength. 7. Improperly placed embedded items and/or openings. 8. Exposed wire mesh, reinforcing or prestressing strands. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 03431 - ? • • • SECTION 03480 MISCELLANEOUS CONCRETE SPECIALTIES PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Above ground fuel storage tanks/vaults (Bid Item No. 6). 2. Concrete retaining wall blocks. 3. Accessories. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Division 2 -Site Work. 4. Division 3 -Concrete. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Fire Protection Association (NFPA): a. 30, Flammable and Combustible Liquids Code. 2. Underwriters Laboratories, Inc. (UL): a. 142, Standard for Steel Aboveground Tanks for Flammable and Combustible Liquids. b. 2085, Standard for Safety Protected Aboveground Tanks for Flammable and • Combustible Liquids. B. Qualifications: 1. Installer to be certified by tank manufacturer. C. Contractor shall be responsible for permitting and registering tanks at no additional cost to the Owner. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Certification data showing UL listing for petroleum products. b. Installation instructions. c. Warranty certificate. d. Acknowledgement that products submitted meet requirements of standards referenced. e. Manufacturer's literature and catalog data. f. Tank manufacturer's calibration charts. 3. General arrangement and design Drawings: 4. Contractor shall be responsible for submitting plans and Specifications to the City of Bozeman Fire Marshall for review and approval a minimum of 30 calendar days prior to tank installation. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. • 1.4 WARRANTY 00...60746 Bozeman WRF Phase I Improvements Project 7/22!2008 03480 - 1 A. Tank and cathodic protection system to be warranted against defects in workmanship and materials for a period of five (5) years from the date of substantial completion. • PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Fuel Storage Tank Vaults: a. Convault. b. Petrovault. c. Or approved equal. 2. Concrete Retaining. Wall Blocks: a. Donaldson Brothers Ready Mix, Inc. b. Montana Ready Mix Ltd. c. Or approved equal. B. Submit requests for substitution in accordance with Specification Section 01640. 2.2 DESIGN REQUIREMENTS A. Fuel storage vaults (1200-FST-O1, 1200-FST-02): 1. Capacities: a. 1200-FST-O1: 300 GAL. b. 1200-FST-02: 500 GAL. 2. Fuels stored: a. 1200-FST-O1: unleaded gasoline. b. 1200-FST-02: diesel. • 3. UL labeled. 4. Provide connections per UL requirements. 5. Comply with the following standards: a. NFPA 30 and NFPA 31. b. UL 142 and UL 2085. c. IFC. 6. Tank operating pressure: Atmospheric for Bozeman, MT. 7. Tank orientation: Rectangular. 8. Wall construction: Double wall. 9. Tank construction standards: a. Primary steel tank shall be fabricated per UL 142 of mild carbon steel with shell seams of continuous lap weld construction. b. Primary steel tank shall have "emergency vent" system as per NFPA 30 requirements. c. Tank shall be of double wall construction and provide complete secondary containment of the primary storage tank's contents: 1) Outer surface of the primary steel tank shall be covered by a minimum of 1/4 IN thick Styrofoam insulation panels. 2) Secondary containment shall consist of a 30 mil thick High-Density Polyethylene (HDPE) membrane enclosing the steel tank and insulation material. d. Primary steel tank and the secondary containment shall be encased in 6 IN of monolithic reinforced concrete, with minimum design strength of 5,000 psi at 28 days: 1) The concrete design shall include the following for long-term durability: Air entrainment, water reducing admixture, and steel reinforcement. 2) Concrete encasements with seams will not be approved. e. Fittings: All threaded fittings and thread protectors shall be supplied and located on tank top per UL requirements. f. 18 IN DIA manway with epoxy painted carbon steel cover, gasket, zinc-coated bolts • and nuts. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 03480 - 2 g. Tie down lugs: Number, strength, location and anchor bolt size as required per design • loading. h. Exterior protective coating: Exposed metal with the exception of stainless steel must be powder coated to inhibit corrosion. i. Overfill protection. 10. Acce ssories include but are not necessarily limited to the following: a. Vent: 1) OPW 23. 2) Or equal. b. Fill connection: 1) Locking top seal fill cap: a) OPW 61-SOC. b) Or equal. 2) With spill container, locking cap, fill adapter, and drop tube. 3) 15 GAL spill container: a) OPW-1-2115. b) Or approved equal. c. Gage stick: 1) Provide two properly marked and calibrated gage sticks for each size or configuration of tank requiring a different gage stick. 2) Calibrate stick to read gallons of material remaining in tank. B. Concrete Retaining Wall Block: 1. Size:2FTx2FTx3FTor2FTx2FTx6FT. 2. Keyed interlocks at top, sides and bottom. 3. New precast concrete blocks, free of concrete voids. 4. Donaldson Ready Mix #3660 or #1830, or equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with requirements of Section 11060. B. Install equipment in accordance with these Specifications and the manufacturer's installation instructions. Install piping in such manner as not to place a strain on any part of the equipment. Extend expansion bends before installation. Grade, anchor, guide and support piping without trapping. C. Contractor shall ensure that suction piping does not have high points within the piping reach. The wet well and pump shall be the only high points. 3.2 FIELD QUALITY CONTROL A. Provide air pressure test as recommended by manufacturer. B. Prior to fmal acceptance, inspect and test, in presence of Engineer, operation of each piece of equipment and its accessories installed under this Section. C. If inspections or tests show defects, repair or replace defective work and repeat until defects are eliminated. D. Employ and pay for services of equipment manufacturer's field service representative to: 1. Inspect equipment covered by this Section. 2. Provide a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. • END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 03480 - 3 • • • • MASONRY DIVISION 4 • r~ u r ~J • SECTION 04050 COLD AND HOT WEATHER MASONRY CONSTRUCTION PART 1 - GENERAL L1 SUMMARY A. Section Includes: 1. Cold weather protection. 2. Hot weather protection. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute/American Society of Civil Engineers/The Masonry Society (ACUASCE/TMS): a. ACI 530.1/ASCE 6/TMS 602, Specifications for Masonry Structures. 2. Brick Industry Association (BIA): a. Technical Notes 1 -All-Weather Construction. 3. International Masonry Industry All-Weather Council (IMIAWC): a. Recommended Practices and Guide Specifications for lvlasonry Construction. 4. National Concrete Masonry Association (NCMA): a.. TEK 3-1C, All Weather Concrete Masonry Construction. • 1.3 DEFINITIONS A. Hot Weather Construction: Per ACI 530.1/ASCE 6/TMS 602, hot weather construction is defined as occurring when ambient temperatures exceed 100 DegF or 90 DegF when the wind velocity is greater than 8 mph. B. Cold Weather Construction: Per ACI 530.1/ASCE 6/TMS 602, cold weather construction is defined as occurring when ambient temperature falls below 40 DegF or when the temperature of the masonry units is below 40 DegF. 1.4 SUBMITTALS A. Shop Drawings: _ 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirement for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals Specifier: Other submittals of information which are not subject to provisions of Section 01340, review and approval, may be listed as subparagraphs under Miscellaneous. ' 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04050 - 1 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) • PART 3 - EXECUTION 3.1 ERECTION AND APPLICATION A. General: 1. Comply with NCMA and BlA recommendations and practices. 2. Do not use frozen or ice coated materials. 3. At end of each day or at shutdown, cover tops of all walls not enclosed or sheltered with clear polyethylene minimum 6 mil thick. a. Extend down each side of wall minimum of 16 IN and secure. B. Temporary Facilities: 1. Construct and maintain temporary protection required to permit continuous and orderly progress of work. 2. Provide and maintain heat sufficient to assure temperature above 32 DegF within protected areas. 3. Remove all temporary facilities after completion of work. C. Cold Weather Construction and Protection Requirements Prior to and During Installation: 1. Air temperature 32 to 40 DegF: Heat mixing water or aggregate to produce mortar temperatures between 40 and 120 DegF. 2. Air temperature 25 to 32 DegF: _ a. Heat mixing water or aggregate to produce mortar temperatures between 40 and 120 DegF. b. Maintain mortar temperatures above freezing until used. 3. Air temperature below 25 DegF: • a. Heat mixing water and aggregate to produce mortar temperatures between 40 and 120 DegF. b. Maintain mortar temperatures above freezing until used. c. Maintain temperature of units until laid at not less than 20 DegF. d. Provide heat on both sides of walls under construction to maintain air temperature above freezing. e. Provide windbreaks or shelters when wind is in excess of 15 mph. 1) Wind breaks or shelters shall be translucent. D. Cold Weather Construction and Protection Requirements after Installation: 1. Air temperature 32 to 40 DegF: Protect from rain or snow for not less than 24 HRS by covering with weather-resistive translucent membrane. 2. Air temperature 25 to 32 DegF: Completely cover with translucent weather-resistive membrane for not less than 24 HRS. 3. Air temperature 20 to 25 DegF: Completely protect with insulating blankets for not less than 24 HRS or provide other protection approved by Engineer. 4. Air temperature below 20 DegF: a. Provide enclosed translucent shelters and heating to maintain air temperature on each side of wall above 32 DegF for 24 HRS. b. Do not allow rapid drop in temperature after removal of heat. 5. Promptly repair all tears, holes, etc., to translucent membrane and shelter using compatible patching material and tape as recommended by membrane manufacturer. E. Hot Weather Construction and Protection Requirements: 1. Comply with requirements of IMIAWC and ACUASCE/TMS. 2. Storage and preparation of materials: a. Cover or shade masonry units and mortar materials from duect sun. b. Maintain sand in a damp Loose condition: • 1) Sand moisture shall be maintained at minimum 8 percent. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04050 - 2 2) Sprinkle with cool water as required to maintain moisture content. • c. Use cool water for mixing mortars. d. Avoid using tools and equipment that have been sitting in the sun: 1) Sprinkle mortar boards, mortar pans, wheel barrows, mixers, etc., with cool water. e. Wet brick units having high initial rates of absorption. f. Do not wet concrete masonry units prior to use. 3. Installation: a. Place masonry units within one minute of the spreading of the mortar: 1) Mortar beds shall not be spread more than 4 FT ahead of the masonry unit being placed. b. Provide wind screens and shading partitions as required to eliminate direct sunlight exposure. c. Wet installed units using fog spray of clean water. d. Cover installed work immediately after installation to slow rate of loss of moisture from units. e. Fog-spray new masonry work until damp: 1) Repeat fog spraying minimum of three (3) times per day until masonry work has cured for 72 HRS. 2) In high humidity conditions, Engineer reserves the right to discontinue fog spraying if operation is found to be introducing excessive amounts of moisture into the Work. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04050 - 3 • • • SECTION 04110 CEMENT AND LIME MORTARS PART 1 - GENERAL 1.1. SUMMARY A. Section Includes: I. Cement and lime mortars and masonry grout. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03308 -Concrete, Materials and Proportioning. 4. Section 04210 -Brick Masonry. 5. Section 04220 -Concrete Masonry. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute/American Society of Civil Engineers/The Masonry Society (ACI/ASCE/TMS). a. ACI 530.1/ASCE 6/TMS 602, Specifications for Masonry Structures. 2. ASTM Interriational (ASTM): a. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 IN or Cube Specimens). b. C143, Standard Test Method for Slump of Hydraulic Cement Concrete. • c. C 144, Standard Specification for Aggregate for Masonry Mortar. d. C150, Standard Specification for Portland Cement. e. C207, Standard Specification for Hydrated Lime for Masonry Purposes. f. C270, Standard Specification for Mortar for Unit Masonry. g. C404, Standard Specification for Aggregates for Masonry Grout. h. C476, Standard Specification for Grout for Masonry. i. C780; Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. j. C1019, Standard Test Method for Sampling and Testing Grout. 3. FM Global (FM): a. FM Approval Guide. 4. Underwriters Laboratories, Inc. (UL): a. Fire Resistance Directory. 5. Building code: a. International Code Council (ICC): 1) International Building Code and associated. standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Testing Laboratory shall have a minimum of 10 years experience in the testing of mortar and grout. 2. Technician conducting tests shall have minimum of 5 years experience in the testing of mortar and grout. C. Mock-Ups: 1. Provide mortar and pointing grout for mock-up panels specified in Section 04210. • 00...60746 Bozeman WRF` Phase 1 Improvements Project 7/11/2008 04110 - 1 1.3 DEFINITIONS A. Coarse gout and fine gout are defined by the aggegate size used in accordance with ASTM • C476. B. Coarse aggegate and fine aggegate are defined in ASTM C404, Table 1. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Proposed mortar mix design, including proposed mix design for UL rated construction. c. Proposed masonry gout mix design. 3. Test results: a. Preconstruction mortar test results. b. Preconstruction masonry gout test results. c. Strength test results for all pointing gout mortar and masonry gout (both coarse and fine gout) placed during construction. d. Slump test results of all masonry gout placed during construction. B. Samples: 1. Actual colored mortar samples for color selection by Engineer. a. Color card and plastic simulations are not acceptable. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Qualifications of testing lab and technician. • PART 2 - PRODUCTS 2.1 MATERIALS A. Portland Cement: 1. ASTM C150, Type I or II. 2. No air entrainment. 3. Natural color. 4. Maximum percent of alkalis: 0.60 in accordance with ASTM C150, Table lA. B. Hydrated Lime: ASTM C207, Type S: 1. Type SA not acceptable. 2. Lime substitutes are not acceptable. C. Mortar Aggegate: ASTM C144, free of gypsum. D. Masonry Grout: 1. ASTM C476. 2. No admixtures allowed. E. Grout Aggegate: ASTM C404. F. Water: Potable. G. Mortar Pigments: 1. Commercial colorants suitably compounded for use in mortar mixes. 2. Do not exceed manufacturer's recommended pigment-to-cement ratios. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04110 - 2 2.2 MIXES • A. Type "S" mortar shall be used: 1. Wherever afire-resistance classification or rating is shown for unit masonry construction provide mortar of type which has been tested and listed by UL for construction indicated. 2. Comply with ASTM C270, Table No. 1. 3. Do not use masonry cement. 4. Mix materials minimum of 3 minutes and maximum of 5 minutes. 5. Adjust consistency to satisfaction of mason. 6. Use no anti-freeze additives. B. Masonry Grout: 1. Comply with ASTM C476. 2. Use no anti-freeze additives. 3. No fly ash additives will be accepted. 4. Mix 5 minutes minimum. 5. Slump: 8 to 11 IN. 6. At Contractor's option, manufactured grout meeting the above minimum requirements may be used. 7. Minimum 28-day compressive strength: 2,000 psi. 2.3 SOURCE QUALITY CONTROL A. Perform preconstruction laboratory tests on proposed mortar and masonry grout mix prior to start of masonry work: 1. Perform tests far enough in advance so that any necessary retesting can be accomplished before masonry construction begins: a. Test mortar per ASTM C 109. b. Test grout per ASTM C 1019. • PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions and ACI 530.1/ASCE 6/TMS 602. B. Use coarse grout in spaces with least dimension over 2 IN. C. Use fine grout for grouting door frames: 1. Grout all steel and FRP door frames in masonry and concrete wall construction unless specifically noted not to be grouted. 2. Do not grout aluminum door frames. D. Consolidate all grout while installing: 1. Consolidate grout pours 12 IN or less in height by mechanical vibration or by puddling. 2. Consolidate gout pours exceeding 12 IN in height by mechanical vibration and . reconsolidate by mechanical vibration after initial water loss and settlement has occurred. 3.2 FIELD QUALITY CONTROL A. Mortar: 1. Contractor shall perform one (1) ASTM C780 annex A-1, A-5, A-6 and A-7 test per week on field mortar used during masonry construction. 2. If standard gray mortar begins to stiffen, it may be retempered by adding water and remixing: a. Standard gray mortar shall not be retempered more than one (1) time. • 3. All mortar must be used within 1-1/2 HRS after initial mixing. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04110 - 3 B. Engineer reserves right to alter mix design based on initial rate of absorption of masonry units. C. Masonry Grout: • 1. Use grout within 1-1/2 HRS after initial mixing. 2. Use no grout after it has begun to set. 3. Do not retemper grout after initial mixing. 4. Place grout in lifts not exceeding 4 FT. D. Masonry Grout Testing: 1. Owner and Testing Agency and/or Engineer will conduct compressive strength tests and slump tests on all masonry grout used during masonry construction. 2. Contractor's Testing Agency will conduct compressive strength tests and slump tests on all masonry grout mix designs proposed by the Contactor for compliance with the Contract Documents and re-testing in the event of changes. 3. Compressive strength test sampling, testing and reporting to be performed per ASTM C1019. 4. Owner's Testing Agency and/or Engineer will perform all slump test sampling, testing, and reporting per ASTM C143. 5. Frequency of sampling: Owner's Testing Agency and/or Engineer may sample as frequently as one (1) sample (three (3) specimens) collected each grouting operation during masonry construction. 6. Compressive strength testing: a. One (1) strength test shall be the average of three (3) specimens from the same sample, tested at 28 days. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04110 - 4 • SECTION 04155 MASONRY ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Masonry accessories. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04220 -Concrete Masonry. 4. Section 05505 -Metal Fabrications. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A82, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A951, Standard Specification for Steel Wire for Masonry Joint Reinforcement. d. A 1008, Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High- Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. • e. D624, Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. f. D2287, Standard Specification for Nonrigid Vinyl Chloride Polymer and Copolymer Molding and Extrusion Compounds. 2. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Mock-Ups: 1. Provide specified products for inclusion into mock-up panels required by Section 04210. 2. Coordinate with built-in items and veneer coursing. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Detailed drawings of all factory or field formed stainless steel thru wall flashing. d. Tear resistance of flashing material. e. Manufacturer's recommendations for flashing adhesive. f. Manufacturer's data sheet on each product. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04155 -1 PART 2 - PRODUCTS • 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Weep vents for cavity wall construction: a. Dur-O-WalInc. b. Heckman Building Products Inc. c. Hohmann & Barnard, Inc. d. Wire Bond. e. Mortar Net USA, Ltd. 2. Reglets: . a. Hohmann & Barnard, Inc. b. W. P. Hickman Co. c. Superior Concrete Accessories, Inc. 3. Masonry anchors, horizontal joint reinforcing, veneer anchorage_system and miscellaneous anchors: a. Dur-O-WaI. b. Heckman. c. Hohmann & Barnard, Inc. d. Wire Bond. 4. Thru wall flashing: a. EPDM: 1) Carlisle Syntech Systems, Ina 2) Firestone Building Products Ca 5. Weep joint mortar protection system: a. Mortar Net USA, Ltd. b. Hohmann & Barnard, Inc. c. Wire Bond. 6. Preformed control joint inserts: a. Dur-O-WaI. b. Hohmann & Barnard, Ina 7. Grout screen: a. Wire Bond. b. Dur-O-WaI. c. Heckman Building Products. d. Hohmann & Barnard, Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Thru Wall Flashing: 1. 40 mil EPDM manufactured specifically for thru wall flashing: a. Tear resistance: ASTM D624, 150 LB/IN minimum. b. Width as required: 1) Provide single piece full width, no horizontal joints will be allowed unless approved in writing by Engineer. c. Factory precut wherever possible. d. Factory fabricated inside and outside corners when available. B. Flashing Adhesive: As recommended by flashing manufacturer for sealing laps, sealing to vertical masonry and concrete surfaces and sealing to stainless steel surfaces. C. Weep Vent: • 1. 90 percent open mesh vent designed to be placed in vertical mortar joint. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04155 - 2 2. Similar to Mortar Net USA, Ltd. "Mortar Net Weep Vents". • 3. Color:.As selected by Engineer. D. Reglets: 1. Products specified are manufactured by Hohmann & Barnard, Inc. 2. For masonry construction: Type #MR -Masonry Reglet. 3. For concrete construction: Type #CR -Concrete Reglet. E. Horizontal Joint Reinforcing: 1. General: a. Conform to ASTM A951. b. Cold drawn steel wire, ASTM A82. c. 9 GA side rods. d. 9 GA cross rods. e. Galvanized, ASTM A153, Class B2. f. Prefabricated corner and tee sections with minimum length of 30 IN from point of intersection. 2. Single wythe wall joint reinforcing: a. Ladder design at walls with vertical reinforcing. b. Truss design at walls without vertical reinforcing. 3. Composite wall joint reinforcing: Ladder design with double side rod. 4. Cavity wall joint reinforcing: a. Ladder design horizontal joint reinforcing. b. Wire eyes welded to horizontal joint reinforcing: 1) Length as required to project through rigid insulation into airspace. c. 3/16 IN DIA adjustable pintle veneer anchors: 1) Length as required to provide minimum 2 IN embed into veneer mortaz joint. d. Units similaz to DUR-O-WAL "LADUR-EYE". • F. Anchors at Intersecting Load-Bearing Walls (Rigid Steel Masonry Anchors): 1 x 1/4 x 24 IN (or length as shown on Drawings or as required by wall condition) galvanized steel, ASTM A153, G60 minimum coating, with ends turned up 2 IN. G. Grout Screen: 1. Polypropylene monofilament. 2. 1/4 x 1/4 IN mesh. 3. Width of grout screen to be 2 IN less than nominal width of CMU. H. Weep Joint Mortar Protection System: 1. 100 percent recycled polyester. 2. 90 percent minimum open weave mesh. 3. Minimum 10 IN high by full width of air cavity. I. Preformed Control Joint Inserts: 1. ASTM D2287. 2. Hardness: 85 durometer. 3. Shear strength: Minimum 2831 LBS/per/FT/joint. 4. Similar to Dur-O-WaI #D/A 2002 or Hohmann & Barnard #VS Series. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Thru Wall Flashing: 1. Install to provide positive drainage of cavity moisture. • 2. Extend flashing beyond edge of lintel or sills to next vertical mortar joint but not less than 41N and turn up edge one (1) full veneer course: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04155 - 3 a. Seal all joints. 3. Where thru wall flashing steps up or down in the wall, provide end dam at step: • a. End dam shall extend up or down to tie into thru wall flashing step. b. Seal all joints for continuous watertight barrier. 4. At concrete masonry unit back-up, install upper edge of flashing into block joint. 5. Adhere vertical surface of flashing to back-up wall with adhesive recommended by flashing manufacturer. 6. Extend flashing minimum of 6 IN above top of weep joint mortar protection system when possible. 7. Lap and seal flashing at all inside and outside corners to provide continuous uninterrupted barrier. C. Weeps: 1. Provide weep joints at maximum 16 IN OC in head joint of first course of veneer immediately above thru wall flashing: a. Omit mortar bed on top of thru wall flashing at each weep joint location to allow moisture an unobstructed path to the exterior. b. Weep joints shall be not more than one (1) brick course high. 2. Provide weep vents maximum 16 IN OC in top of head joint of top course of veneer or as indicated on Drawings: a. Do not use weep vents in weep joints at the bottom of the wall. b. Set weep vents back away from face of veneer slightly so the front edge of the vent is contained within the mortar joint. D. Weep Joint Mortar Protection System: 1: Install continuous row(s) of material. 2. Provide multiple thicknesses of material compressed as required to completely fill the entire air cavity: a. Thickness to be at least 10 percent wider than air cavity being filled. • 3. Set material directly on top of thru wall flashing. E. Butt joints of preformed control joint inserts tightly together and secure with adhesive or sealant acceptable to insert manufacturer. F. Anchoring Veneer: 1. Veneer with concrete block back-up: a. Anchor veneer to new construction using horizontal joint reinforcing and adjustable pintle veneer anchors. 2. Veneer with concrete back-up: a. Anchor veneer to new construction using dovetail anchors and slots. b. Anchor veneer to existing construction using adjustable pintle and plate. c. Provide veneer anchorage at not more than 16 IN OC vertically and 16 IN OC horizontally. 3. In cavity wall construction, where required for seismic design, provide single continuous wire horizontal joint reinforcing permanently attached to veneer anchorage system as required by the Building Code. G. Reinforcing Masonry: 1. General: a. Provide continuous horizontal joint reinforcing in all concrete masonry wall construction: 1) Embed longitudinal side rods in mortar for entire length with minimum cover of 5/8 IN on exterior side of walls and 1/2 IN at other locations: a) For interior partitions, the "exterior" side of the wall is considered the side having the most corrosive atmosphere. 2) Lap reinforcement minimum of 12 IN at ends: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04155 - 4 • a) Remove cross wires on one (1) side of the lap splice and bend the side rods slightly so the lap is provided with 12 IN of uninterrupted wire lap occurring in the same plane. 3) Do not bridge control joints with horizontal joint reinforcing. 4) Do not bridge expansion joints with horizontal joint reinforcing. 5) At corners and wall intersections use prefabricated "L" and "T" horizontal joint reinforcing sections. 6) Cut and bend as required. b. Install reinforcing at 16 IN OC vertically unless noted otherwise on Drawings. c. Install reinforcing 8 IN OC for a minimum of 24 IN at starter courses: 1) Do not install horizontal joint reinforcing in veneer mortar joint having through- . wall flashing. d. In concrete masonry back-up construction, install horizontal joint reinforcing and adjustable pintle veneer anchors at 8 IN OC in parapets: 1) Parapets begin at the course immediately above the top of the roof structural member or top of concrete topping slab on precast roof structure. e. In concrete masonry back-up construction, install horizontal joint reinforcing and adjustable pintle veneer anchors 8 IN OC in courses on each side of vertical control joints and on each jamb of openings for full height of joint or opening: 1) Extend reinforcing minimum 24 IN beyond joint or jambs of opening. f. In concrete masonry back-up construction, reinforce masonry openings over 12 IN wide with horizontal joint reinforcing and adjustable pintle veneer anchors placed in three (3) horizontal joints above lintel and two (2) horizontal joints below sill: 1) Extend minimum of 24 IN beyond jambs of opening. 2. Reinforcing concrete masonry: a. At intersecting (interior/exterior or interior/interior) load-bearing walls, provide rigid steel anchors 16 IN OC vertically; embed ends in grout filled cores: 1) Alternate rigid steel anchors with horizontal joint reinforcing. • b. At intersecting non-load bearing walls or at intersecting (interior/exterior or interior/interior) load bearing/non-load bearing walls provide grout screen in mortar joint at 16 IN OC vertically: 1) Extend minimum 6 IN into each wall. 2) Alternate grout screen with horizontal joint reinforcing. c. Install vertical reinforcing bars where indicated on Drawings: 1) Provide means necessary to ensure position of vertical steel reinforcing meets requirements of Building Code. d. Anchor intersecting concrete masonry (regardless of load bearing capacity) to intersecting concrete or concrete back-up using dovetail slots and anchors: 1) Provide dovetail anchors at 16 IN OC or as noted on Drawings. 3. Repair all galvanized coatings damaged as a result of welding: a. See Section 05505 for galvanizing repair system. 4. Reinforcing veneer: a. Reinforce veneer with joint reinforcement placed in veneer mortar joints: 1) In new masonry back-up construction alternate veneer horizontal joint reinforcing with composite wall horizontal joint reinforcing. 2) In new concrete back-up construction alternate veneer horizontal joint reinforcing with dovetail anchors. H. Install reglets as walls are being constructed: 1. Set reglets true with wall, plumb and at consistent depth. I. Remove all excess mortar and grout from reglets as walls are being constructed and protect reglet openings from filling with mortar, grout and other construction debris. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04155 - 5 • • • • PART 1 - GENERAL SECTION 04210 BRICK MASONRY 1.1 SUMMARY A. Section Includes: 1. Brick masonry. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04050 -Cold and Hot Weather Masonry Construction. 4. Section 04110 -Cement and Lime Mortars. 5. Section 04155 -Masonry Accessories. 6. Section 04220 -Concrete Masonry. 7. Section 04510 -Masonry Cleaning. 8. Section 07176 -Liquid Water Repellent. 9. Section 07900 -Joint Sealants. 10. Section 09905 -Painting and Protective Coatings 1.2 QUALITY ASSURANCE • A. Referenced Standards: 1. ASTM International (ASTM): a. C216, Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). B. Mock-Ups: 1. After fmal brick selection has been made and prior to permanent wall construction, construct sample wall, minimum 4 FT high x 4 FT long, utilizing all specified components of exterior wall for Engineer review and acceptance. The plant entrance sign may be used as a mock-up. 2. .Sample wall shall constitute minimum standard of quality for actual construction: a. Maintain sample wall during construction. 3. If not acceptable, construct additional sample walls as required. 4. Remove when directed. S. Build sample wall in conjunction-with sample wall required for concrete masonry construction. 6. Sample wall to include all special corners and other special brick detailing including all- special shapes: a. Step construction of sample wall to allow observation of all specified components. b. Sample wall shall include as a minimum all special shapes, all types of brick coursing, cavity insulation, cavity wall joint reinforcing, veneer horizontal joint reinforcing, thru wall flashing, weep joints, weep joint mortar protection system and weep vents, and liquid water repellent: 1) Sample wall shall include inside and outside corner showing thru wall flashing lapping, jointing and sealing. 2) Sample wall shall include example of flashing condition at bearing .end of lintels as outlined in Section 04155. C. All brickprovided on this Project shall be from same production run. 1.3 SUBMITTALS • A. Shop Drawings: 00...60746 Bozeman WRF Phase 1 Improvements Project 04210 - 1 7/11/2008 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Results of cavity wall flood test. B. Samples: 1. Minimum 12 x 12 IN banded brick sample incorporating actual brick and mortar color being used on Project for Engineer review. 2. Samples of all special shapes prior to incorporating into sample wall. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver units on pallets with tight covers or deliver in cubes and store on dunnage. B. Inspect masonry upon delivery to assure color match with sample wall and dimensional quality and trueness of brick units. C. Return unacceptable units. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Brick: a. Denver. b. Endicott Tile Ltd. c. Mutual Materials. d. Robinson. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Brick: 1. Size: 2-1/2 x 7-5/8 x 3-5/8 ]N, Modular. 2. Color range: a. Field color: Beige, similar to Mutual Materials "Wheat". b. Accent color: Tan, similar to Mutual Materials "Tan Terra". 3. ASTM C216, Type FBX or FBS, Grade SW. 4. Include in bid special shaped, sized or cut brick units required for complete installation: a. Special shaped brick shall be fabricated in manufacturing plant and shall not be field fabricated by saw cutting unless otherwise noted. B. Accessories: See Section 04155. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Verify that all required accessory items are correct. C. General: 1. Build cavity walls to thickness indicated. • 2. Build single-wythe walls to actual thickness of masonry units. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04210 - 2 3. Build composite walls to thickness indicated. . 4. Build in flashing, reinforcing, weeps, vents and related accessory items: a. See Section 04155 for installation of accessory items. 5. Install field brick in running bond: a. Provide special coursing where indicated on the Drawings. 6. Perform all cutting with masonry saws using saw blades as recommended by masonry unit manufacturer. 7. Drill holes with power drill using drill bits as recommended by masonry unit manufacturer. 8. Holes made by chipping not acceptable. 9. Cut as required to provide pattern required. 10. Use 100 percent solid units where cutting or laying would expose holes: a. Fill solid with mortar all units in first course directly below thru wall flashing. b. Miter all brick at corners. 11. Avoid use of less than half size units whenever possible. 12. Do not install damaged units. 13. Wet brick having absorption rates greater than 0.025 O7/SI/MIN: a. Wet brick in accordance with manufacturer's instructions. 14. Install brick work in conjunction with concrete unit masonry work. D. Laying and Tooling: 1. Lay out walls in advance for uniform and accurate spacing of bond patterns and joints: a. Properly locate openings, movement type joints, returns and offsets. 2. Lay brick with completely filled bed and head joints except at weep locations: a. Omit mortar from head joint at weep joint locations. b. Butter ends with sufficient mortar to completely fill head joints and shove into place. c. Do not slush head joints. d. See Section 04110 for mortar and gout. 3. In cavity wall construction, taper mortar on inside edge of veneer to prevent mortar from falling into cavity. • 4. Protect cavity during laying of brick as required to prevent mortar droppings from filling cavity. 5. Install weep joint mortar protection system in cavity per Section 04155. 6. Maintain nominal 3/8 IN joint widths: a. Cut joints flush where concealed. b. Tool exposed joints concave. c. Compress mortar in below grade joints. d. Provide wider joints where noted on the Drawings. e. Where brick sets on top of steel support, omit the mortar joint on top of the support under the brick and set the brick directly on the thru wall flashing or the steel support member unless a mortar joint is required to maintain coursing. 7. During tooling of joints, enlarge any voids or holes; except weep joints, and completely fill with mortar. 8. Point-up all joints at corners, openings and adjacent work to provide neat, uniform appearance. 9. Remove brick units disturbed after laying: a. Clean and relay in fresh mortar. b. Do not pound units to fit. c. If adjustments are required, remove units, clean and reset in fresh mortar. 10. Where work is stopped and later resumed, rake back 1/2 brick unit length in each course: a. Wet units lightly. b. Remove loose units and mortar prior to laying fresh masonry. 11. As work progresses, build-in items indicated and specified. a. Fill in solidly with mortar around built-in items. E. Con trol Joints and Sealants: • 1. Provide vertical expansion, control and isolation joints where indicated: a Where not indicated rovide at maximum 16 FT OC . p . 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04210 - 3 b. Rake out all mortar from joint: 1) Exercise care not to damage thru wall flashing when cleaning mortar from vertical • joints. c. Locate control joints at points of natural weakness in masonry. 2. See Section 07900 for sealant installation requirements. 3.2 FIELD QUALITY CONTROL A. Protect against weather when work is not in progress: 1. Cover top of walls with waterproof translucent membrane, extend at least 4 FT down both sides of wall and anchor in place. B. Protect against cold and hot weather as specified in Section 04050. C. Remove and replace loose, stained, or damaged bricks: 1. Provide new units to match. 2. Install in fresh mortar. 3. Point to eliminate evidence of replacement. D. Tolerances: 1. Maximum variation from plumb in vertical lines and surfaces of columns, walls and arises: a. 1 /4 IN in 10 FT. b. 3/8 IN in a story height not to exceed 20 FT. c. 1/2 IN in 40 FT or more. 2. Maximum variation from plumb for external corners, expansion joints and other conspicuous lines: a. 1/4 IN in any story or 20 FT maximum. b. 1 /2 IN in 40 FT or more. 3. Maximum variation from level of gades for exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines: a. 1/4 IN in any bay or 20 FT. • b. 1/2 IN in 40 FT or more. 4. Maximum variation from plan location of related portions of columns, walls and partitions: a. 1/2 IN in any bay or 20 FT. b. 3/4 IN in 40 FT or more. 5. Maximum variation in cross-sectional dimensions of columns and thicknesses of walls from dimensions shown on Drawings: a. Minus 1/4 IN. b. Plus 1/2 IN. E. Inspect wall to ensure that mortar droppings have not plugged weep joints or weep vents. 3.3 CLEANING A. Clean brick masonry as wall is being constructed using fiber brush, wooden paddles and scrapers: 1. After all brick construction is complete, wash wall using specified brick cleaning solution. 2. Refer to Section 04510. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04210 - 4 • SECTION 04220 CONCRETE MASONRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete masonry construction (CMU) including all standard concrete masonry units and precast concrete sills. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03208 -Reinforcement. 4. Section 04050 -Cold and Hot Weather Masonry Construction. 5. Section 04110 -Cement and Lime Mortars. 6. Section 04155 -Masonry Accessories. 7. Section 04210 -Brick Masonry. 8. Section 04510 -Masonry Cleaning. 9. Section 07210 -Building Insulation. 10. Section 07900 -Joint Sealants. 1.2 QUALITY ASSURANCE A. Referenced Standards: • 1. American Concrete Institute (ACI)/American Society of Civil Engineers (ASCE)/The Masonry Society (TMS): a. ACT 530.1/ASCE 6/TMS 602, Specifications for Masonry Structures. 2. ASTM International (ASTM): a. C33, Specification for Concrete Aggregates. b. C90, Specification for Loadbearing Concrete Masonry Units. c. C140, Standard Test Methods of Sampling and Testing Concrete Masonry Units and Related Units. 3. National Concrete Masonry Association (NCMA): a. TEK 2-3A, Architectural Concrete Masonry Units. b. TEK 3-4B, Bracing Concrete Masonry Walls During Construction. 4. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Mock-Ups: 1. Build in conjunction with work in Section 04210. 2. Prior to permanent wall construction, construct mock-up: a. Mock-up shall be as large as required to properly display all components required by the building masonry construction; however, the mock-up shall be a minimum 4 FT high x 4 FT long. b. Utilize all specified components for Engineer review and acceptance. 3. Mock-up shall constitute minimum standard of quality for actual construction: a. Maintain mock-up during construction. 4. Remove when directed by Engineer. C. All masonry units of any one (1) particular type, color or face style shall be from the same • production run: 1. Special shapes shall be factory fabricated unless noted otherwise. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04220 - 1 1.3 DEFINITIONS A. Defmitions to be in accordance with Standazd Unit Nomenclature Table 1, NCMA TEK 2-3A. • 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Manufacturer's information on aggregate and cement type used in manufacture. 3. Certifications: a. Certification that concrete masonry units meet or exceed requirements of standards referenced. 4. Qualifications of testing lab and technician. 5. Test results for all masonry testing. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver units on pallets with tight covers or deliver in cubes and store on dunnage. B. Protect units from damage. C. Inspect units upon delivery to assure color match with mock-up, dimensional quality, and trueness of unit. 1. Return damaged or otherwise unacceptable units. D. Store units in accordance with manufacturer's recommendations. • PART 2 - PRODUCTS 2.1 MATERIALS A. Concrete Masonry Units: 1. Modular normal (heavy) weight units, ASTM C90: a. Provide aggregate in accordance with ASTM C33. b. Total lineaz drying shrinkage: ASTM C90. a Weight: Minimum of 125 LB/CF. d. Medium weight or light weight units are not acceptable. 2. Face shell and web thickness: ASTM C90, Table 1. 3. Water absorption: ASTM C90 Table 2. 4. Concrete bricks of same material, texture and quality. 5. Compressive strength: ASTM C90, Table 2. 6. Dimensional Tolerance: ASTM C90. B. Reinforcing Bars: Refer to Section 03208 and as indicated on Drawings. C. Mortar: Refer to Section 04110. D. Masonry Grout: Refer to Section 04110. E. Masonry Accessories: Refer to Section 04155. F. Sealants: Refer to Section 07900. 2.2 FABRICATION A. Concrete Masonry Units: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/112008 04220 - 2 1. Color: • a. Standard gray. 2. Design compressive strength: fm=1,500 PSI minimum: a. Determine in accordance with unit strength method per ACI 530.1/ASCE 6/TMS 602. 3. Fire resistive units: Fabricate to meet the Building Code. 4. Fabricated in the manufacturing plant. PART 3 - EXECUTION 3.1 PREPARATION A. Verify that anchors and flashings are correct. B. Lay out walls in advance for uniform and accurate spacing of bond patterns and joints: 1. Properly locate openings, movement type joints, returns, and offsets. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. General: 1. Build cavity walls to thickness indicated on Drawings. 2. Build single-wythe walls to actual thickness of masonry units. 3. Build composite walls to thickness indicated on Drawings. 4. Build in flashing, reinforcing, and related accessory items: a. See Section 04155 for installation of accessory items. 5. Perform all cutting with masonry saws using saw blades as recommended by masonry unit manufacturer. 6. Drill holes with power drill using drill bits as recommended by masonry unit manufacturer. • 7. Holes made by chipping unit will not be accepted. 8. Install field units in running bond: a. Provide special coursing where indicated on the Drawings. 9. Cut as required to maintain bond pattern. 10. Use solid units where cutting or laying would expose holes and as noted on Drawings. 11. Avoid use of less than half size units, whenever possible. 12. Do not use chipped, cracked, spalled, stained or imperfect units exposed in finish work. 13. Do not wet concrete masonry units. 14. Build chases and recesses as indicated and required for work of other trades: a. Provide not less than 8 IN of masonry between chase or recess and jamb of openings, and between adjacent chases and recesses unless detailed otherwise on the Drawings. 15. In fire rated wall construction, install fire resistive units in accordance with the Building Code. C. Concrete Masonry Units: 1. Install grouted hollow units under lintel bearing points: a. Refer to Section 04110 for grouting. D. Laying and Tooling: 1. Lay masonry units with completely filled bed and head joints: a. Provide full mortar bed on all block cross webs and completely fill head joints: 1) Do not slush head joints. 2) Protect cells requiring grout fill from mortar droppings. 3) Omit mortar from head joint at weeps. 2. Maintain nominal 3/8 IN joint widths: a. Cut joints flush where concealed. b. Tool exposed joints concave. c. Compress mortar in below ground joints. d Provide wider joints where noted on Drawin s: . g 00...60746 Bozeman WRF Phase i Improvements Project 7/11/2008 04220 - 3 1) In no case shall any mortar joint be more than 3/4 IN wide. e. Where masonry sits on top of steel support omit the mortar joint on top of the support • and sit masonry directly on top of the thru wall flashing or the steel support member unless a mortar joint is required to maintain coursing. 3. During tooling of joints, enlarge any voids or holes, and completely fill with mortar. 4. Point-up all joints at corners, openings, and adjacent work to provide neat, uniform appearance. 5. Remove masonry disturbed after laying: a. Clean and relay in fresh mortar. b. Do not pound units to fit. c. If adjustments are required, remove units, clean, and reset in fresh mortar. 6. Where work is stopped and later resumed, rack back 1/2 masonry unit length in each course: a. Remove loose units and mortar prior to laying fresh masonry. 7. As work progresses, build in items indicated on Drawings and specified: 8. Fill in solidly with mortar around built-in items: a. Where built-in items are to be embedded in cores of hollow masonry units, place grout screen in joint below and fill core solid with mortar. E. Control Joints and Sealants: 1. Provide vertical expansion, control and isolation joints where indicated on Drawings: a. Where not indicated on Drawings, provide control joints at maximum 24 FT OC or at natural point of weakness. b. Provide at all T intersections. c. Rake out mortar in joint. 2. Refer to Section 07900 for sealant installation requirements: a. Seal control and expansion joints. F. Tolerances: 1. Maximum variation from plumb in vertical lines and surfaces of columns, walls, and arises: • a. 1/4 IN in 10 FT. b. 3/8 IN in a story height not to exceed 20 FT. c. 1/2 IN in 40 FT or more. 2. Maximum variation from plumb for external corners, expansion joints, and other conspicuous lines: a. 1/4 IN in any story or 20 FT maximum. b. 1/2 IN in 40 FT or more. 3. Maximum variation from level of grades for exposed lintels, sills, parapets, horizontal grooves, and other conspicuous lines: a. 1/4 IN in any bay or 20 FT. b. 1/2 IN in 40 FT or more. 4. Maximum variation from plan location of related portions of columns, walls, and partitions: a. 1/2 IN in any bay or 20 FT. b. 3/4 IN in 40 FT or more. 5. Maximum variation in cross-sectional dimensions of columns and thicknesses of walls from dimensions shown on Drawings: a. Minus 1/4 IN. b. Plus 1/2 IN. G. Protect against weather when work is not in progress: 1. During inclement weather conditions, cover top of walls with translucent waterproof membrane. 2. See Section 04050. H. Protect against cold/hot weather as specified, in Section 04050. 3.3 FIELD QUALITY CONTROL A. Bracing Concrete Masonry Walls During Construction: • 1. At a minimum, provide bracing in accordance with NCMA TEK 3-4B. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04220 - 4 2. Contractor is responsible for adequately bracing all masonry during construction. • B. Remove and replace loose, stained, damaged and other unacceptable units as directed by Engineer: 1. Provide new units to match. 2. Install in fresh mortar. 3. Point to eliminate evidence of replacement. C. Special Masonry Inspection: 1. Masonry inspection services will be provided during the following construction activities: a. Masonry inspection services will be provided by the Owner through the Engineer: 1) See Section 01060 for additional information. b. During laying of units: 1) During the first day of the masonry construction, inspect proportions of site prepared mortar, construction of mortar joints, location of all reinforcing and connectors, size and location of structural elements, type, size and location of anchors, protection of masonry during cold weather. 2) Inspection to be continuous the first full day of masonry construction which requires special inspection: a) Thereafter, a minimum of 3 HRS every third day of construction until the concrete masonry work is complete. 3) Inspection while Iaying masonry units may be made concurrently with other inspection duties provided all inspection duties are adequately performed. 4) When deficiencies are found, additional inspection shall be provided as required until deficiencies have been corrected. 5) If masonry crews change, an additional full day of inspection is required during the first day the new crew is on-site. c. Placement of reinforcing steel: 1) Verification of all reinforcing including size, grade, lap lengths, and type. 2) Inspection may be periodic as required to verify all reinforcing. 3) Inspector to be present during the concrete pour in which any dowels connecting concrete to masonry are cast to verify proper location of dowels. d. Prior to each grouting operation, verify that grout space is clean, reinforcing and connectors are properly placed, proportions of site-prepared grout are correct and mortar joints have been properly constructed: 1) Inspection may be periodic as required to verify proper grout space. e. Verify compliance with Building Code and Specifications continuously during all grouting operations. f. Provide special inspection in accordance with ACI 530/ASCE 5/TMS 402 Table 1.14.1.2, including observation of masonry work for conformance to the Contract Documents: 1) Engineer will: a) Provide inspection reports to the Building Official and Owner. b) Notify Contractor of discrepancies for correction. c) Notify Building Official and Owner, in writing, when discrepancies have been satisfactorily corrected. d) Submit fmal signed report stating that work requiring special inspection was, to the best of the inspector's knowledge, in conformance to the Contract Documents and the applicable workmanship previsions of ACI 530/ASCE 5/TMS 402. 3.4 CLEANING A. Clean concrete masonry as the wall is being constructed using fiber brushes, wooden paddles and scrapers: 1. No acid-based cleaning solutions shall be used unless approved in writing by Engineer. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04220 - 5 END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04220 - 6 • SECTION 04510 MASONRY CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Masonry cleaning. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Qualifications: 1. Use experienced workmen familiar with product and its application. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Manufacturer's application instructions. b. Manufacturer's dilution recommendations. • c. Manufacturer's recommendations on neutralizing rinse. B. Certifications: 1. Certification that Contractor is experienced in this type of masonry cleaning. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Cleaning solution: Detergent type: a. Pro So Co. b. Diedrich Technologies, Inc. 2. Cleaning solution for manganese or vanadium stained masonry: a. Pro So Co. b. Diedrich Technologies, Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Detergent-Type Cleaning Solution: 1. Similar to Pro So Co. "Sure Clean #600" detergent masonry cleaner. B. Manganese or Vanadium-Stained Masonry: 1. Similar to Pro So Co. "Vanatrol." C. Water: Potable. D. Neutralizing rinse as required by manufacturer 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04510 - 1 2.3 MIXES A. Dilute cleaning solution with potable water at rate which will provide for the weakest solution . allowable for cleaning wall. B. If project conditions require solution of greater than 5 percent acid, obtain permission from Engineer in writing prior to applying solution to wall surface. PART 3 - EXECUTION 3.1 PREPARATION A. Allow 7 days after completion of masonry work before start of cleaning. B. Remove excess mortar using wooden paddles and scrapers. C. Protect adjacent surfaces not to be cleaned. 3.2 APPLICATION A. Protect adjacent surfaces subject to potential damage by cleaning solution. B. Apply masonry cleaner to exposed-to-view masonry surfaces. 1. Do not use wire brushes. 2. Use only tools free of rust. 3. Apply solution using fibered wall-washing brush. C. Thoroughly rinse and pre-soak walls. D. Flush all loose mortar and dirt from surface. E. Wet to prevent "run-off' streaking. • F. Scrape off mortar and reapply cleaning solution. G. After scrubbing, clean thoroughly with pressurized water. H. Apply neutralizing rinse as recommended by manufacturer. END OF SECTION ~i 00...60'746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 04510 - 2 • DIVISION 5 METALS • • r~ ~~ r~ ~~ SECTION 05120 STRUCTURAL STEEL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Structural steel, including the fabrication and erection of framing and bracing members, including connections. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 05131 -Structural Aluminum. 4. Section 05211 -Steel Joists. 5. Section 05313 -Metal Deck. 6. Section 05505 -Metal Fabrications. 7. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Institute of Steel Construction (AISC): a. Specifications for Structural Steel Buildings (referred to herein as AISC Specification). b. Code of Standard Practice for Steel Buildings and Bridges dated March 7, 2000. c. Quality Certification Program for Fabricators • d. Erector Certification Program. e. Manual of Steel Construction. 2. American Society of Civil Engineers (ASCE). 3. American Society of Mechanical Engineers (ASME): a. B 18.22.1, Plain Washers. 4. AS TM International (ASTM): a. A2, Standard Specification for Carbon Steel Girder Rails of Plain, Grooved, and Guard Types. b. A6, Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. c. A36, Standard Specification for Carbon Structural Steel. d. A53, Standazd Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. e. A108, Standard Specification for Steel Bar, Carbon and Alloy, Cold Finished. f. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. g. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. h. A325, Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. i. A496, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. j. A500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. k. A563, Standard Specification for Carbon and Alloy Steel Nuts. 1. A572, Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. m. A992, Standard Specification for Steel for Structural Shapes. n. F436, Standard Specification for Hardened Steel Washers. o. F593, Standard Specification for Stainless Steel Bolts, Hex Caps Screws and Studs. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 1 p. F959, Standard Specification for Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners. • q. F1554, Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. 5. Specification for Structural Joints using ASTM A325 or ASTM A490 Bolts as approved by the Research Council on Structural Connections (RCSC) of the Engineering Foundation (referred to herein as Specification for Structural Joints). 6. American Welding Society (AWS): a. A5.1, Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. b. A5.5, Specification for Low-Alloy Steel Electrodes for Shielded Metal Arc Welding. c. A5.17, Specification for Carbon Steel Electrodes and Fluxes for Submerged Arc Welding. d. A5.18, Specification for Carbon Steel Electrodes and Rods for Gas Shielded Arc Welding. e. A5.20, Specification for Carbon Steel Electrodes for Flux Cored Arc Welding. f. A5.23, Specification for Low-Alloy Steel Electrodes and Fluxes. for Submerged Arc Welding. g. A5.28, Specification for Low-Alloy Steel Electrodes and Rods for Gas Shielded Arc Welding. h. A5.29, Specification for Low-Alloy Steel Electrodes for Flux Cored Arc Welding. i. D1.1, Structural Welding Code -Steel (referred herein as AWS Code). j. Steel stud connectors and their installation to comply with requirements of AWS Code: 7. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Steel fabricator: a. Minimum of 5 years experience in fabrication of structural steel and shall be certified under AISC Quality Certification Program Category STD. b. Use a professional engineer on fabrication staff. 2. Steel erector: a. Minimum of 5 years of experience in erection of structural steel and shall be certified under AISC quality certification program category (CSE). b. With an active and enforced quality assurance program in place, as described in the Building Code. 3. Qualify welding procedures and welding operators in accordance with AWS. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Prepare Shop Drawings under National Institute of Steel Detailing Quality Procedures . Program certification. b. Complete Shop Drawings for all of the work showing clearly all pieces, sizes, dimensions, details, connections materials and shop coatings: 1) All Shop Drawings must be checked and signed "approved" before submittal. 2) Show all cuts, copes, and holes. 3) Indicate all shop and field bolts. 4) Indicate all shop and field welds using AWS symbols. 5) Be reviewed and sealed by a professional engineer retained by Contractor to verify conformance with design criteria stipulated in the Contract Documents. c. Prepare complete erection drawings showing the location and marks of all pieces: 1) Copies of up-io-date erection drawings shall accompany the Shop Drawings: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 2 a) Use match mazks on the erection drawings to indicate the sheet number on • which each particulaz member is detailed. d. Correct any incorrect or unacceptable material or fabrication due to incorrect detailing, shop work, or erection, without additional charge. 3. Product technical data including: a. Acknowledgementthat products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Detailed supplemental specification relating to load indicator washers or high-strength bolts -alternate design for approval of Engineer (submitted at Contractor's option if desired by Contractor for use). d. Source and certification of quality for high-strength bolts, nuts and washers. 4. Certifications: a. Certificates of compliance with standazds specified for all major components and fasteners incorporated into work. b. Copies of current welding certificates for each welder assigned to perform welding indicating compliance with testing specified by AWS. c. Welder qualification data and prequalified procedures. 5. Test reports: a. Certified copies of mill tests. b. Manufacturer's load test and temperature sensitivity data for expansion anchor bolts and adhesive anchor bolts. 1.4 DELIVERY, STORAGE, AND HANDLING A. Handle and store steel members above ground on skids or other supports: 1. Keep free of dirt and other foreign material and protect against corrosion. 1.5 DEFINITION • A. Code: AISC Code of Standard Practice for Steel Buildings and Bridges. B. Owner: May mean the Owner's Designated Representative for Construction as defined by the Building Code. C. Galvanizing: Hot-dipped galvanizing per ASTM A153 with minimum coating of 2.0 OZ of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by standard. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. High-strength bolts: a. Bethlehem Steel Corporation. b. Lewis Bolt & Nut Company. c. Nucor Fasteners. d. St. Louis Screw and Bolt Company. 2. Load indicator washers for high-strength bolts: a. Bethlehem Steel Corporation. b. Mid-South Bolt and Screw Co., Inc. c. J and M Turner, Inc. 3. Alternate design high-strength bolts: a. T. C. Bolt Corporation. b. Construction Fastener Systems Division of Bristol Machine Company. c. LeJuene Bolt Co. 4. Headed studs and deformed baz anchors: a. Nelson Stud Welding Division, TRW, Inc. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 3 b. Stud Welding Products, Inc. S. Expansion anchor bolts: • a. Kwik Bolts by Hilti, Inc. b. Trubolt by ITW Ramset/Red Head. c. Powerbolt by Powers Rawl. 6. Adhesive anchors bolts: a. HVA Adhesive Anchor System by Hilti. b. HIT HY 1 SO Adhesive Anchor by Hilti. c. HSE 2411 Epoxy Adhesive Anchor by Hilti. d. EPCON Ceramic 6 Epoxy by ITW Ramset/Red Head. e. Power Fast by Powers Rawl. f. Needle Capsule Anchor Systems by Powers Rawl, 7. Anchor bolt sleeves: a. Sipco/Wilson. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Steel, Structural Shapes and Plate (unless noted otherwise on Drawings): 1. All W-shapes and WT-shapes: ASTM A572, Grade 50: a. Provide ASTM A572, Grade SO with special requirements per AISC Technical Bulletin #3, New Shape Material, dated March 3, 1997. b. ASTM A992 may be used in lieu of ASTM A572, Grade 50. 2. All other plates and rolled shapes: ASTM A36. B. Plate and Bar: ASTM A36. C. Pipe: ASTM A53, Grade B (Type E or S) (Fy=35). D. Hollow Structural Sections (HSS): • 1. Round: ASTM AS00, Grade B (Fy=42). 2. Square or rectangular: ASTM AS00, Grade B (Fy=46). E. High-Strength Bolts, Nuts and Washers, ASTM A325 with ASTM A563 nuts, galvanized: 1. High-strength bolts: a. Provide two (2) ASTM F436 washers for all bolts. b. Provide beveled washers at connections of sloped/tapered sections. 2. High-strength bolts with load indicating devices, ASTM F959, Type 325: a. Provide at Contractor's option and subject to approval of Engineer. 3. Alternate high-strength design: a. Provide at Contractor's option and subject to approval of Engineer. F. Bolts and Nuts, Unfmished: ASTM A307, Grade A. G. Washers, Plain (Unfinished Bolts): ASME B18.22.1, Type B. H. Welding Electrodes (AWS): 1. Shielded metal arc: AWS AS.1 or AWS AS.S, E70XX or E801X-X. 2. Submerged arc: AWS A5.17 or AWS A5.23, F7XX-EXXX or F8XX-EXXX-XX. 3. Gas metal arc: AWS AS.18, E70S-X or E70U-1 or AWS A5.28, ER805-XX, E80C-XXX. 4. Flux cored arc: AWS A5.20, E7XT-X (except 2, 3, 10, GS), AWS AS.29, E7XT-X or E8XTX-X, E8XTX-XM. I. Anchor Rods and Bolts: 1. ASTM A36 for threaded rods. 2. ASTM A307, Grade A for headed bolts. 3. ASTM F593 Type 304 or 316 stainless steel with matching nut and washer. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 4 J. Headed Studs and Deformed Bar Anchors: • 1. Studs: ASTM A108, complying with AWS Code Section 7, Type B; minimum yield strength 50,000 psi, minimum tensile strength 60,000 psi: a. Uniform diameter. b. Heads: Concentric and normal to shaft. c. Weld end: Chamfered and solid flux. 2. Deformed anchor bars: a. ASTM A496, complying with AWS Code Section 7 Type C. b. Minimum yield strength: 70,000 psi. c. Minimum tensile strength: 80,000 psi. d. Straight, unless indicated otherwise. e. Solid flux. 3. After welding, remove ceramic ferrules and maintain free from any substance which would interfere with function, or prevent bonding to concrete. K. Nonshrink Grout: See Section 03308. L. Expansion Anchor Bolts and Adhesive Anchor Bolts for Fastening to Concrete: 1. Use of expansion bolts requires approval by Engineer. 2. Stainless steel, Type 304 or 316. 3. Provide minimum edge distance cover as recommended by manufacturer or as indicated on Drawings. 4. Submit manufacturer's data to verify at least the load test capacities of the following embedment depth: a. Submit manufacturer's load test data to verify at least the anchor bolt capacities at the following embedment depths: ANCHOR BOLT EMBEDMENT MINIMUM ULTIMATE • DIAMETER (IN) (Ili TENSION CAPACITY (KIP)*, ** 3/8 3 4.8 1/2 4 8.1 5/8 5 11.4 3/4 6 15.4 7/8 7 20.0 1 8 24.7 1-1/4 10 34.3 -- Data must be based on actual tests preformed in unreinforced mass concrete of not more than 4000 psi compressive strength. ** Capacity must be at a concrete temperature of at least 130 DegF. 2.3 FABRICATION A. Comply with requirements of applicable Building Codes and AISC Specification with modifications and additional requirements specified herein: 1. Identify high-strength steel material in fabricated members in accordance with ASTM A6. B. Minimize the amount of field welding: 1. Shop assemble components into largest size possible commensurate with transportation and handling limitations. 2. Shop connections: Bolted with high-strength bolts or welded. C. Connection Details: 1. Connections not fully detailed on Drawings shall be designed by a Professional Engineer registered in the State of Montana, retained by Contractor, based on requirements of Contract Documents. • 2. Where beam reactions are shown on Drawings, design beam connection to support reaction shown. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/1 I/2008 05120 - 5 3. Where no reactions are shown each beam connection shall be designed to support one-half of total uniform load capacity tabulated in AISC tables for "Uniform Load Constants for • Beams" for the given shape, span and steel specified. 4. Where indicated on the Drawings, design beam connections for the axial load or transfer forces indicated in addition to-the shear value indicated above. 5. Design bracing connections for loads indicated on the Drawings. D. Provide as a minimum, two (2) 3/4 IN DIA, high-strength bolts for all bolted connections. E. Provide bearing type connections for all bolted connections, unless specified otherwise or required to be slip-critical by the RCSC Specification for Structural Joints. F. One-sided or other types of eccentric connections not indicated will not be permitted without prior approval. G. Field Connections: Provide bolts for all field connections except where shown otherwise on the Drawings: 1. Use high-strength bolts unless shown or specified otherwise. 2. Use ofhigh-strength bolts: Conform to RCSC's Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts, as approved by Specification for Structural Joints, and published by AISC. 3. Unfmished bolts may be used for attaching stair treads to stringers. 4. If structural steel details (field welds versus shop welds, etc.) shown on design Drawings are not compatible with selected erection procedures, submit proposed modifications for review. 5. Connections to structural steel provided by others: Provide all connectors and coordinate location of bolt holes to match connection holes in steel provided by others. H. Accurately mill column end bearing surfaces to true plane. I. Fabricate and erect beams with non-specified camber in accordance with AISC Specification • Chapter L 1. J. Cut, drill, or punch holes at right angles to surface of metal. 1. Do not make or enlarge holes by burning. 2. Make holes clean cut, without torn or ragged edges. 3. Remove outside burrs resulting from drilling or reaming operations with tool making 1/16 IN bevel. 4. Provide holes in members to permit connection of work of other trades or contractors. K. Make allowance for draw in all cross bracing to provide small amount of initial tension in members. L. Make splices only where indicated or where approved. M. Cope at 45 degrees, corners of stiffener plates at junction of member flanges with webs. N. Flame cut bevels for welds, provided such cutting is done automatically: 1. Leave free of burrs and slag by grinding or planing the cut edges. O. Grind smooth all rough welds and sharp steel edges shall be ground to approximately 1/8 IN radius. P. Tolerances (unless noted otherwise on Drawings): 1. ASTM A6: When material received from the mill does not satisfy ASTM A6 tolerances for camber, profile, flatness or sweep, the Contractor is permitted to perform corrective work by the use of controlled heating, and mechanical straightening, subject to the limitations of the AISC specification. 2. Fabrication tolerance: a. Member length: 1) -Both ends finished for contact bearing: 1/32 IN. • 2) Framed members 30 FT or less: 1/16 IN. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 6 b. Member straightness: • 1) Compression members: 1/1000 of axial length between points laterally supported. 2) Non-compression members: ASTM A6 tolerance for wide flange shapes. c. Specified member camber (except compression members): 1) 50 FT or less: +l/21N. 2) Over 50 FT: +1/2 IN (plus 1/8 IN per 10 FT over 50 FT). 3) Members received from mill with 75 percent of specified camber require no further cambering. 4) Beamsltrusses without specified camber shall be fabricated so after erection, camber is upward. 5) Camber shall be measured in fabrication shop in unstressed condition. d. At bolted splices, depth deviation shall be taken up by filler plates: 1) At welded joints, adjust weld profile to conform to variation in depth. 2) Slope weld surface per AWS requirements. e. Fin ished members shall be free from twists, bends and open joints: 1) Sharp kinks, bends and deviation from the above tolerances are cause for rejection of material. 2.4 WELDING A. Comply with AWS Code, and other requirements indicated herein, for all welding, techniques of welding employed, appearance and quality of welds, and methods used to correct- defective work: 1. Qualify joint welding procedures or test in accordance with AWS qualification procedures. B. Test and qualify welders, welding operators and tackers in compliance with AWS Code for position and type of welding to which they will be assigned: 1. Conduct tests in presence of approved testing agency. 2. Certification within previous 12 months will be acceptable, provided samples of the • welder's work are satisfactory. C. Before Starting Welding: 1. Carefully plumb and align members in compliance with specified requirements. 2. Fully tighten bolts. 3. Comply with Section 5 of AWS Code for assembly and surface preparation. 4. Preheat base metal to temperature stated in AWS Code: a. When no preheat temperature is given in AWS Code and base metal is below 50 DegF, preheat base metal to at least 70 DegF. b. Maintain temperature during welding. c. Preheat surface of all base metal within distance from point of welding equal to thickness of thicker part being welded or 3 IN, whichever is greater, to specified preheat temperature. d. Maintain this temperature during welding. 5. Each welder shall use identifying mark at welds. D. Make flange welds before making web welds. E. Where groove welds have back-up plates, make first three (3) passes with 1/8 IN round electrodes: 1. Use backup plates in accordance with AWS Code, extending minimum of 1 IN either side ofjoint. F. Flame cut edges of stiffener plates at shop or field butt weld: 1. Do not shear. G. Grind flush web fillets at webs notched to receive backup plates for flange groove welds. H. Low Hydrogen Electrodes: Dry and store electrodes in compliance with AWS Code. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 7 I. Do not perform welding when ambient temperature is lower than 0 DegF or where surfaces are wet or exposed to rain, snow, or high wind, or when welders are exposed to inclement • conditions. J. Headed Studs and Deformed Bar Anchors: 1. Automatically end welded in accordance with the AWS Code and manufacturer's recommendations. 2. Fillet welding of headed studs and deformed bar anchors is not allowed unless approved by Engineer. K. Test in-place studs in accordance with requirements of AWS Code to ensure satisfactory welding of studs to members: 1. Replace studs failing this test. L. When headed stud-type shear connectors are to be applied, clean top surface of members to receive studs in shop to remove oil, scale, rust, dirt, and other materials injurious to satisfactory welding: 1. Do not shop paint or galvanize metal surfaces to receive field applied studs. 2.5 SHOP COATING A. Refer to Section 09905 and coordinate shop primer, surface preparation and coating with field applied primers and coatings where specified. B. Provide suitable methods of handling and transporting painted steel to avoid damage to coating. C. Do not coat following surfaces: 1. Machined surfaces, surfaces adjacent to field welds, and surfaces fully embedded in concrete. 2. All other members for which no coating is specified. 3. Contact surfaces at bolted slip-critical connections, unless surface condition conforms to Part 3b of the Specification for Structural Joints. • D. Clean thoroughly all surfaces not coated before shipping: 1. Remove loose mill scale, rust, dirt, oil and grease. 2. Protect machined surfaces. 2.6 SOURCE QUALITY CONTROL A. Owner's Engineer and/or Testing Agency will provide inspection and testing. B. Responsibilities of Owner's Engineer and /or Testing Agency: 1. Inspect shop and f eld welding in accordance with Section 6 of AWS Code including the following non-destructive testing: a. Visually inspect all welds. b. In addition to visual inspection, test 50 percent of full penetration welds and 20 percent of fillet welds with liquid dye penetrant. c. Test 20 percent of liquid dye penetrant tested full penetration welds with ultrasonic or radiographic testing. 2. Inspect high-strength bolting in accordance with Section 9 of the Specification for Structural Joints: a. Verify proper pretension for slip-critical bolted connection. b. .Verify direct tension indicator gaps. 3. Inspect structural steel which has been erected. 4. Inspect stud welding in accordance with Article 7.8, AWS Code. 5. Prepare and submit inspection and test reports to Building Official: a. Assist Engineer to determine corrective measures necessary for defective work. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!11/2008 05120 - 8 PART 3 - EXECUTION • 3.1 GENERAL A. Contractor is solely responsible for safety: 1. Construction means and methods and sequencing of work is the prerogative of the Contractor. a. Take into consideration that full structural capacity of many structural members is not realized until structural assembly is complete; e.g., until slabs, decks, bracing or rigid connections are installed. 2. Partially complete structural members shall not be loaded without an investigation by the Contractor. 3. Until all elements of the permanent structure and lateral bracing system are complete, provide temporary bracing designed, furnished, and installed by the Contractor for the partially complete structure. B. Adequate temporary bracing to provide safety, stability and to resist all loads to which the partially complete structure may be subjected, including wind, construction activities, and operation of equipment is the responsibility of the Contractor. I. Use temporary guys, braces, shoring, connections, etc., necessary to maintain the structural framing plumb and in proper alignment until permanent connections are made, the succeeding work is in place, and temporary work is no longer necessary. 2. Use temporary guys, bracing, shoring, and other work to prevent injury or damage to adjacent work or construction from stresses due to erection procedures and operation of erection equipment, construction loads, and wind. 3. Contractor shall be responsible for the design of the temporary bracing system and must consider the sequence and schedule of placement of such elements and effects of loads imposed on the structural steel members by partially or completely installed work, including • work of all other trades: a. If not obvious from experience or from the Drawings, the Contractor shall confer with the Engineer to identify those structural steel elements that must be complete before the temporary bracing system is removed. 4. Remove and dispose of all temporary work and facilities off-site. C. Examine work-in-place on which specified work is in any way dependent to ensure that conditions are satisfactory for the installation of the work: 1. Report defects in work-in-place which may influence satisfactory completion of the work. 2. Absence of such notification will be construed as acceptance ofwork-in-place. D. Field Measurement: 1. Take field measurements as necessary to verify or supplement dimensions indicated on the Drawings. 2. Contractor responsible for the accurate fit of the work. E. Check the elevations of all fmished footings or foundations and the location and alignment of all anchor bolts before starting erection: 1. Notify Engineer of any errors or deviations found by such checking. 3.2 ERECTION A. Framing member location tolerances after erection shall not exceed the frame tolerances listed in Article 3.3. B. Erect plumb and level; introduce temporary bracing required to support erection loads. C. Use light drifting necessary to draw holes together: 1. Drifting to match unfair holes is not allowed. D. Welding: 1. Conform to AWS D1.1 and requirements of this Specification. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 9 2. When joining two (2) sections of steel of different ASTM designations, welding techniques shall be in accordance with a qualified AWS D1.1 procedure. • E. Shore existing members when unbolting of common connections is required: 1. Use new bolts for rebolting connections. F. Clean stored material of all foreign matter accumulated during erection period. G. Clean bearing and contact surfaces before assembly. H. Set beam and column base and bearing plates accurately, as indicated, on nonshrink grout: 1. Set and anchor each base plate to proper line and elevation. 2. Use metal wedges, shims or setting nuts as required and tighten anchor bolts: a. Use same metal as base plate. b. Cut off protrusions of wedges and shims flush with edge of base plate. 3. Fill sleeves around anchor bolts with nonshrink grout. 4. Pack grout solidly between bottom of plate and bearing surface. 5. Refer to Section 03308 for nonshrink grout requirements. I. Anchor Bolts: 1. Anchor bolt location tolerance per Section 7.5 of the Code. 2. Tie anchor bolts in position to embedded reinforcing steel using wire. 3. Welding or tack welding is prohibited. 4. Provide steel templates for locating anchor bolts. 5. Coat bolt threads and nuts with heavy coat of clean grease. Install high strength bolts with hardened washers: 1. Install and tighten in accordance with Section 8 of Specifications for Structural Joints. 2. Coordinate installation with inspection: a. Do not start installation until coordination with Testing Agency is complete. 3. Bearing-type connections: High-strength bolts shall be tightened to snug-tight condition. 4. Slip-critical connections: Perform calibration testing for all methods of installation of high- • strength bolts in accordance with Section 8(b) of Specification for Structural Joints, using ASTM A325 or ASTM A490 bolts: a. Turn-of--nut tightening: Torque wrenches shall be used only by laboratory personnel b. Calibrated wrench tightening: Calibrate on a daily basis. c. Direct tension indicator tightening: If previously approved by Engineer. d. Installation of alternate design bolts: If previously approved by Engineer. 5. In the event any bolt in a connection is found to be defective, check and retighten all bolts in the connection. K. Do not use gas cutting to correct fabrication errors: 1. In case members do not fit or holes do not match, ream out the holes and insert the next larger size bolt: a. If the connections require new holes, then drill new holes. b. Make no such corrections without prior approval of the Engineer. 2. Burning of holes: Not permitted. L. Prior to making field connections to existing structural steel, remove completely all paint from existing steel which will be in contact with new steel and new welds. M. Tighten and leave in place erection bolts used in welded construction. N. Provide beveled washers to give full bearing to bolt head or nut where bolts are to be used on surfaces having slopes greater than 1 in 20 with a plane normal to bolt axis. O. After bolts are tightened, upset threads of A307 unfinished bolts and anchor bolts to prevent nuts from backing off. P. After erection, grind smooth all sharp surface irregularities resulting from field cutting or welding; power tool clean welds, bolts, washers and abrasions to shop coat removing all rust and • foreign matter. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 10 • Q. Expansion anchor bolts and adhesive anchor bolts: 1. Minimum embedment as recommended by manufacturer or specified herein, whichever is larger. 2. Notify Engineer if required depth of embedment cannot be achieved at a particular bolt location. 3. Follow manufacturer's recommendations for installation and torque. 3.3 FIELD QUALITY CONTROL A. Owner's Engineer and/or Testing Agency responsibilities are described in Article 2.6. B. Erected Frame Tolerance (iJnless noted otherwise on the Drawings): 1. Overall fmished dimensions shall not exceed cumulative effect of rolling, fabrication and erection tolerance. 2. Erection tolerances are defined relative to member working points and working lines as follows: a. Actual centerline of top flange or surface at each end for horizontal members. b. Actual center of member at each end for all other members. c. Other points may be used, providing they are based on these defmitions. d. Working line is straight line connecting member working points. 3. Tolerances on position and alignment are as specified in the Code, unless otherwise modified. "Adjustable items" such as lintels, wall supports, curb angles, window mullions and similar members shall be provided with adjustable connections to supporting structural frame. 4. Steel erector shall certify the location of erected structural steel is acceptable for plumbness, level and aligned within tolerances specified: a. Such certification can be provided upon completion of any part of work and shall be done prior to start of work by other trades that may be supported, attached or applied to • structural steel work. 3.4 CLEANING AND REPAIR OF SHOP PRIMER PAINT A. After erection, clean all steel of mud or other foreign materials, and repair any damage. 1. Touchup coatings to comply with Section 09905. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05120 - 11 • • • SECTION 05131 STRUCTURAL ALUMINUM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Structural aluminum including the fabrication and erection of framing and bracing members, including connections. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standazds: 1. Aluminum Association (AA): a. ADM 1, The Aluminum Design Manual. b. 45, Designation System for Aluminum Finishes. 2. American Institute of Steel Construction (AISC): a. Manual of Steel Construction. 3. ASTM International (ASTM): a. B209, Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. • b. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. c. B247, Standard Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. d. B308, Standard Specification for Aluminum-Alloy 6061-T6 Standazd Structural Profiles. e. B429, Standazd Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. f. F467, Standazd Specification for Nonferrous Nuts for General Use. g. F468, Standard Specification for Nonferrous Bolts, Hex Cap Screws, and Studs for General Use. h. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 4. American Welding Society (AWS): a. D1.2, Structural Welding Code -Aluminum. B. Qualifications: 1. For welding aluminum: Qualify welding procedures and welding operators in accordance with AWS D1.2. Welding operators to have been qualified during the 12-month period prior to commencement of welding. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Erection plans and details of each piece including connection details: 1) Show all cuts, copes and holes. 2) Indicate all shop and field welds using AWS symbols. • 3) Indicate all shop and field bolts. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05131 - 1 4) Reviewed and sealed by Professional Engineer retained by Contractor to verify conformance with design criteria stipulated in the Contract Documents. • b. Complete shop drawings for all of the work showing clearly all pieces, details, connections, materials and shop-applied coatings. c. Prepare complete erection drawings showing the location and marks of all pieces. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Certifications: a. Certificates of compliance with standards specified for all major components and fasteners incorporated into work. b. Copies of current welding certificates for each welder assigned to perform welding. indicating compliance with testing specified by AWS. 5. Test reports: a. Certified copies of mill tests. b. Manufacturer's load test and temperature sensitivity data for expansion anchor bolt and adhesive anchor bolts. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Expansion anchor bolts: a. Kwik Bolts by Hilti, Inc. b. Trubolt by ITW Ramset/Red Head. c. Powerbolt by Powers Rawl. • 2. Adhesive anchor bolts: a. HVA Adhesive Anchor System by Hilti. b. HIT HY 150 Adhesive Anchor by Hilti. c. HSE 2411 Epoxy Adhesive Anchor by Hilti. d. EPCON Ceramic 6 Epoxy by ITW RamsetlRed Head. e. Power Fast by Powers Rawl. f. Needle Capsule Anchor Systems by Powers Rawl. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Alloy 6061-T6, 32,000 psi tensile yield strength minimum: 1. ASTM B209 for sheets and plates. 2. ASTM B210 for tubes. 3. ASTM B221 and ASTM B308 for shapes: Beams, channels, angles, and tees. 4. ASTM B247 for forgings. B. Alloy 6063-TS or T6, 15,000 psi tensile yield strength minimum: 1. ASTM B221 and ASTM B429 for bars, rods, wires, and tubes. C. Aluminum Bolts and Nuts: ASTM F467 and ASTM F468 of alloy 2024-T4 (62,000 psi tensile strength minimum). D. Bolts and Nuts for Fastening Aluminum to Structural Steel: Stainless steel complying with ASTM F593, Type 303, 304 or 316 with a minimum yield strength of 30,000 psi and a minimum tensile strength of 75,000 psi. E. Washers: Same material and alloy as found in bolts and nuts with which the washers are to be used. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05131 - 2 F. Electrodes for Welding Aluminum: AWS D1.2 filler alloy 5356. • G. Expansion Anchor Bolts and Adhesive Anchor Bolts for Fastening to Concrete: 1. Where approved by Engineer. 2. Stainless steel, Type 304, 314 or 316. 3. Provide minimum edge distance cover and spacing as recommended by manufacturer or as indicated on Drawings: a. Minimum embedment as recommended by manufacturer or eight (8) diameters of bolt, whichever is larger. - b. Notify Engineer if required depth of embedment cannot be achieved at a particular anchor bolt location. c. Follow manufacturer's recommendations for installation and torque. d. Submit manufacturer's load test data to verify at least the anchor bolt capacities at the following embedment depths: ANCHOR BOLT EMBEDMENT MINIMUM ULTIMATE _ DIAMETER (IN) (IN) TENSION CAPACITY (KIP)*, ** 3/8 3 4.8 1/2 4 8.1 5/8 5 1.1.4 3/4 6 15.4 7/8 7 20.0 1 8 24.7 1-1/4 10 34.3 * Data must be based on actual tests preformed in unreinforced mass concrete of not more than 4000 psi compressive strength. * * Capacity must be at a concrete temperature of at least 130 DegF. • 2.3 DESIGN CRITERIA A. Where fmal design of members and connections for any portion of structure is not indicated, perform fmal design of such members and connections. B. Final designs of members and connections shall conform to AA ADM 1 and to details and requirements shown on Drawings: 1. Design loads for members and connections shall be as shown on the Drawings. 2.4 FABRICATION A. Fabrication of bolted and welded connections of aluminum work shall be in accordance with AA ADM 1. B. Contractor to be solely responsible for correctness of all shop and field fabrication and fit. Verify field conditions and dimensions prior to fabrication. C. Fabricate aluminum work and assemble in shop to greatest extent possible. Make splices only where indicated or approved. D. Provide connections as indicated. Where not indicated, design and provide connections in accordance with requirements of this Section. One-sided or other types of eccentric connections are not acceptable unless indicated on Contract Drawings or approved on shop drawings. E. Drill or punch holes at right angles to surface of metal. Do not make or enlarge holes by burning. Provide holes clean and free of torn or ragged edges. Use tools which will make a 1/16 IN bevel to remove outside burrs resulting from drilling or punching operations. 1. Punch or drill for field connections and for attachment of work by other trades. F. Cope at 45 degrees comers of stiffener plates at junction of member flanges with webs. • G. Welding: Weld connections to members in shop and bolt connections in field. Perform welding using electrodes of filler alloy 5356. Perform welding in accordance with AWS D1.2. Use only 00...60746 Bozeman WRF Phase i Improvements Project 7/11/2008 05131 - 3 welding procedures and welding operators qualified in accordance with requirements of paragraph 1.2 B "Qualifications". . H. Form to shapes indicated with straight lines, true angles and smooth curves. Grind smooth all rough welds and sharp edges: 1. Round all corners to approximately 1/8 IN radius. I. Finish: Anodized: 1. Architectural Class 1 coating per AA 45: a. Clear anodized AA-M12C22A413. PART 3 - EXECUTION 3.1 ERECTION A. Contractor is solely responsible for safety. Construction means and methods and sequencing of work is prerogative of the Contractor. Take into consideration that full structural capacity of many structural members is not realized until structural assembly is complete; e.g. until decks and diagonal bracing or rigid connections are installed: 1. Partially complete structural members shall not be loaded without an investigation by the Contractor. 2. Until all elements of the permanent structure and lateral bracing system are complete, provide temporary bracing designed, fmished and installed by the Contractor. B. Bolting: 1. Protect bolt threads from damage. 2. Rest bolt heads and nuts squarely against surfaces. 3. Where bolt heads or nuts rest on beveled surfaces having slope greater that 1 in 20 with plane normal to bolt axis, provide beveled washers to give full bearing to head and nut. • 4. Correct poor matching of holes by drilling to next larger size and use larger diameter bolt 5. Connect aluminum members to: a. Aluminum members using 3/4 IN DIA aluminum bolts of alloy 2024-T4. b. Structural steel using 3/4 IN DIA stainless steel bolts. c. Concrete or masonry using stainless steel expansion anchor bolts or adhesive anchor bolts unless shown otherwise. Provide dissimilar materials protection. C. Welding: Field welding of aluminum is not allowed unless indicated on Drawings. D. Correct fabrication errors and damaged members in shop. Do not use cutting torch in shop or in field to cut any members, to correct fabrication errors, or to cut openings. E. Provide templates for anchors, bolts, and other items to be installed in other work. F. Field Assembly: Tolerances shall comply with AISC "Manual of Steel Construction" Ninth Edition. Before members are assembled, thoroughly clean all bearing surfaces and surfaces that will be in permanent contact. After assembly, carefully align all members of each frame or assembly and accurately adjust until final, correct and true location is achieved. As work progresses, securely fasten in place: 1. Provide full length members without splices. 2. Securely tighten and leave in place all erection bolts used in welded construction, unless removal is required. G. Set beam and column baseplates accurately, as indicated. on nonshrink gout, in accordance with Division 3: 1. If not indicated, provide minimum of 1 1N grout thickness under base plates. 2. Set and anchor each base plate to proper line and elevation: a. Use aluminum wedges, shims, or setting nuts for leveling and plumbing columns and beams. Tighten anchor bolts. • 00...60746 Bozeman WI2F Phase 1 Improvements Project 7/11/2008 05131 - 4 b. Fill space between bearing surface and bottom of base plate with nonshrink grout. Fill space until voids are completely filled and base plates are fully bedded on wedges, shims, and grout. c. Do not remove wedges or shims and where they protrude, cut off flush with edge of base plate. H. Temporary Protection: Suitably protect aluminum surfaces against lime mortar stains, discoloration, surface abrasion and other construction abuses. Remove protection during Predemonstration Period. I. Contact with Dissimilar Materials: Where aluminum surfaces will be embedded in concrete, built into masonry, or in contact with steel, concrete, masonry, or other dissimilar materials, coat the aluminum surfaces as described in Section 09905. END OF SECTION • • 00...60746 Bozeman WRF Phase I Improvements Project 7/11/2008 05131 - 5 • • SECTION 05211 STEEL JOISTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Manufactured open-web steel joists and joist accessories. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 05120 -Structural Steel. 4. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Institute of Steel Construction (AISC): a. Specifications for Structural Steel Buildings (referred to herein as AISC Specification). 2. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. c. A325, Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi • Minimum Tensile Strength. d. A490, Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 3. American Welding Society (AWS): a. D1.1, Structural Welding Code -Steel. 4. Steel Joist Institute (SJI): a. Recommended Code of Standard Practice for Steel Joists and Joist Girders. b. Standard Specification for Open Web Steel Joists, K-Series. c. Standard Load Table Open Web Steel Joists, K-Series. d. Standard Specification for Longspan Steel Joists LH-Series and Deep Longspan Steel Joists DLH-Series. e. Standard Load Table Longspan Steel Joists, LH-Series. f. Standard Load Table Deep Longspan Steel Joists, DLH-Series. g. Standard Specification for Joist Girders. 5. Corps of Engineers (COE): a. CRD-C621, Standard Specification Packaged, Dry, Hydraulic-Cement Grout (Nonshrink). B. Qualifications: 1. Manufacturer: Member of SJI: a. Structural design calculations and details of manufactured joists shall be prepared by a qualified professional engineer retained by the manufacturer. 2. Qualification of welding work: a. Qualify welding processes, operations, and operators in accordance with requirements ofAWS Dl.l. b. Welding operators to have been qualified during the 12-month period prior to commencement of welding. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05211 - 1 1.3 SUBMITTALS A. Shop Drawings: • 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Detailed Shop Drawings showing size and layout of each joist unit, bridging, connections, and accessories. Include mark, number, type, location, and spacing of joists and bridging. b. Show joining splice and connection to other work details. c: Provide templates or location drawings for installation of anchor bolts. d. Provide details of bridging, method of attachment to joists, and joist end anchorage and other details required for joist installation. Indicate beveled end plates for joist roof pitch where required. e. Show shop-applied coatings. f. Shop Drawings shall not be reproductions of the Contract Drawings. 3. Product technical data including: a. Joist manufacturer's load tables, Standard Specifications and installation instructions for each type of joist and its accessories. Include product data describing materials, shop coating, bridging, and accessories. 4. Certifications: a. Manufacturer's certification that steel joists and accessories comply with specified requirements. b. Manufacturer member of SJI. c. Joist material, shop welding and testing, manufacturing and shop inspection and testing are in accordance with SJI requirements. d. Capability of joists per Paragraph 2.3A and D. 1.4 DELIVERY, STORAGE, AND HANDLING • A. Deliver, store and handle steel joists as recommended by SJI: 1. Exercise care to avoid damage to joists. B. Store joists clear of earth on platforms, skids or other supports: 1. Protect joists after delivery to prevent rust and deterioration. C. Provide anchor bolts and other items to be embedded in concrete or masonry, with templates as required, in time for incorporation into the work. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Nucor Corporation Vulcraft Divisions. 2. CANAM Steel Corporation. 3. Socar Incorporated. 2.2 MATERIALS A. Steel: Comply with SJI and AISC Specifications for joist series indicated. B. High-Strength Bolts, Nuts and Washers: ASTM A325 or ASTM A490 as required, heavy hexagon structural bolts with nuts and hardened washers. C. Bolts and Nuts, Unfinished: ASTM A307, Grade A, regular hexagon type, low carbon steel, with carbon steel washers. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05211 - 2 2.3 STEEL JOISTS A. Design of steel joists to be supplied to have been checked by the SJI and found to conform to the standard specifications and load tables. B. Fabricate Joists and Accessories in accordance with SJI Specifications and as follows: 1. Make shop connections and splices using either arc or resistance welding: a. Do not shop bolt connections. 2. Design and fabricate for maximum deflection of 1/360 of clear span under design live load. 3. Shop holes, field holes, and enlargement of holes will not be permitted unless approved by Engineer. 4. Fabricate bearing ends to provide following minimum bearing unless a longer bearing length is indicated on the Contract Documents. LH AND DLH JOIST K SERIES SERIES GIRDERS On masonry or concrete: 4 IN min 6 IN min 6 IN min On steel: 2-1/21N min 4 IN min 4 IN min 5. With steel angle tops and bottom short members. C. Provide extended bottom chords where indicated: 1. Comply with SJI and AISC requirements and load tables. D. Provide extended top chords where indicated: 1. Comply with SJI and AISC requirements and load tables. E. Provide ceiling extensions in areas having ceilings attached directly to joist bottom chord: 1. Provide either an extended bottom chord or a separate unit of sufficient strength to support • ceiling construction. 2. Extend ends to within 1/2 IN of wall surface. F. Provide nailers bolted to top chord where indicated. G. Prepare and paint steel joists and accessories in compliance with Section 09905. H. Shop Painting: Primer in compliance with Section 09905 and compatible with fmish coating system. Comply with SJI Specifications: 1. Joist designations indicated on the Drawing are minimum requirements; increase as required to comply with design requirements specified. 2. Wherever possible increased joists shall have the same depth as joist indicated on Drawings. 3. Where necessary to increase joist depths to meet design requirements, coordinate all project changes required due to the increased depth. 4. Make all required joist revisions at no additional cost to Owner. 2.4 SOURCE QUALITY CONTROL A. Engineer reserves right to inspect joists or manufacturer's shop during joist fabrication. B. Identify each joist type, size and manufacturer: 1. Provide tagging or other suitable (permanent) means. 2. Maintain identification continuously. PART 3 - EXECUTION 3.1 PREPARATION • A. Examine areas and conditions under which steel joists are to be installed for conditions detrimental to proper and timely completion of work. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05211 - 3 B. Do not proceed with work until unsatisfactory conditions have been corrected. C. Do not start placement of steel joists until supporting work is in place and secured. • D. Joists will be subject to rejection if: 1. Joists do not comply with requirements of SJI and AISC Specifications and requirements herein. 2. Joists are improperly manufactured, welded, painted or installed. 3. Joists are damaged so that strength is impaired:. 4. Joists are not installed as indicated on Drawings. 5. Chords are not installed straight within a tolerance of plus or minus 0.0028 times the length of the joist or the distance between points of lateral support. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions: 1. Where not specifically indicated otherwise, place and secure steel joists in accordance with SJI and AISC Specifications and as herein specified. B. Splice joists delivered to the site in more than one piece. C. Do not overload joists: 1. Note: Joists may not be stable or able to carry design loads until bridging and deck is fully installed. 2. Contractor is solely responsible for safety, construction methods and sequencing of the Work. 3. Do not install joists damaged so that strength is impaired. D. Place joists on supporting work, adjust and align in accurate location and spacing before permanently fastening: 1. Provide end bearing and anchorages to secure all joists to supporting members or walls in • accordance with SJI Specifications, unless otherwise indicated. 2. When joists do not bear flush on supporting member or wall, take corrective measures to ensure full bearing: a. Provide steel shims as required for uniform flush bearing. E. Field weld joists to supporting steel framework in accordance with SJI, AISC and AWS Specifications for type of joists used: 1. Coordinate welding sequence and procedure with placing of joists.. F. Bearing on Masonry or Concrete Bearing Surfaces: 1. Secure joists resting on masonry or concrete bearing surfaces by bedding in mortar and anchoring to masonry or concrete construction as specified in SJI Specifications for type of steel joist used: a. Masonry or concrete required to support joists to have reach required 28-day compressive strength prior to placing joists thereon. b. Area under joist bearing shall be solidly fill with grout. 2. Furnish anchor bolts or steel bearing plates to be built into concrete and masonry construction: a. Furnish templates as may be necessary for accurate location of anchors. Steel bearing plates to conform to ASTM A36. 3. Bedding mortar: a. Sand cement grout: 1) Approximately 3 parts sand, 1 part portland cement, 6 plus/minus 1 percent entrained air and water to produce a slump which allows grout to completely fill required areas and surround adjacent reinforcing. 2) Minimum 28-day compressive strength: 3000 psi. b. Non-shrink grout complying with COE CRD-C621. ~: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05211 - 4 • G. Provide type, size, spacing, and attachment of bridging in accord with SJI and AISC Specifications, where not specifically indicated otherwise, except as modified herein: 1. Provide diagonal type bridging as indicated. 2. Do not use sag rods as substitute for bridging. H. Install bridging completely, immediately after erection, and before any loads are applied: 1. Anchor ends of bridging lines at top and bottom chords of each joist and where terminating at walls or beams. 2. Provide bridging connections at top and bottom chords capable of safely resisting a force specified by SJI Specifications for open web, long span, deep long span joists, and joist girders respectively. 3. Where five rows of bridging are required in spans over 40 FT, laterally brace each joist before erecting next joist or applying loads. 4. Do not release hoisting cables before installing center row of diagonal bridging and anchoring bridging line to prevent lateral movement. 5. During construction period, Contractor is responsible for any loads placed on joists: a. Contractor's attention is directed the fact that joists may be unstable and cannot carry their design load until steel deck and bridging are completely installed. I. Remove or repair damaged joists or other work, to satisfaction of Engineer at no additional expense to Owner. J. After installation, touch up paint or field paint as specified in Section 09905. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05211 - 5 • • SECTION 05313 METAL DECK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Manufactured metal roof deck. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Iron and Steel Institute (AISI): a. Specification for the Design ofCold-Formed Steel Structural Members. 2. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A653, Standazd Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. c. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. • d. A924, Standazd Specification for General Requirements for Steel Sheet, Metallic- Coated by the Hot-Dip Process. e. A1008, Standazd Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High- Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability. f. D746, Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. g. D1056, Standard Specification for Flexible Cellular Materials-Sponge or Expanded Rubber. 3. American Welding Society (AWS): a. D1.1, Structural Welding Code -Steel. b. D1.3, Structural Welding Code -Sheet Steel. 4. Steel Deck Institute (SDI): a. Design Manual for Composite Decks, Form Decks, Roof Decks, and Cellular Metal Floor Deck with Electrical Distribution. 5. Underwriters Laboratories, Inc. (LTL): a. Fire Resistance Directory. B. Qualifications: 1. Manufacturer: Member of SDI: a. Structural design of manufactured deck shall be prepared by a qualified professional engineer retained by the manufacturer. 2. Qualification of welding work: a. Qualify welding processes, operations, and operators in accordance with requirements ofAWS D1.1 and AWS D1.3. b. Welding operators to have been qualified during the 12-month period prior to commencement of welding, and be experienced in welding light gage metal. 1.3 SUBMITTALS • A. Shop Drawings: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05313 -1 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Fabrication and/or layout drawings: a. Detailed Shop Drawings showing the following: 1) Complete framing and erection layouts. 2) Location, length, type, cross section, thickness, and markings of metal deck units: a) Size and location of openings. b) Accessories and reinforcing. 3) Sequence and procedure to be followed for erecting, fastening, and securing the deck units. 4) Shop applied coatings. 5) Location of required shoring for composite metal form decks. 6) Details and gages of accessories and miscellaneous items showing sump pans, cant strips, ridge and valley plates, closure strips and insulation supports. 7) Welding procedures for installation including size, number, type and location of all welds required to install deck units. 8) Recommended welding rod size, type, burn off rate and welder setting for deck thickness to be joined: a) Define welds by use of standard AWS welding symbols. 9) Correct fitting of members and accessories. 10) Size and location of all openings in deck and all conditions requiring closure panels and supplementary framing. 11) Shop Drawings shall not be reproductions of the Contract Drawings. 3. Product technical data including: a. Metal deck manufacturer's specifications and installation instructions. b. Manufacturer's specifications and installation instructions for: 1) Welds and welding procedure. 2) Galvanizing repair paint. 3) Screws. • 4) Joint sealing compound. c. Manufacturer's load tables for deck to be famished on this project, including: 1) Allowable gravity load for metal roof deck. 2) Allowable diaphragm shear values for metal roof deck. 3) Allowable superimposed load for composite metal form deck. 4) Allowable unshored span lengths for composite form deck. 4. Manufacturers certification that metal deck complies with specified requirements: a. Manufacturer member of SDI. b. Deck material, manufacturing, and shop testing and inspection are in accordance with SDI requirements. o. Welders. 5. Test reports. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle metal deck as recommended by SDI: 1. Exercise care to avoid damage to deck. B. Protect materials from rusting, denting or crushing: 1. Store metal deck on project site off the ground with one end elevated to provide drainage and protected from the elements with a waterproof covering, ventilated to avoid condensation. 2. Prevent rust, deterioration and accumulation of foreign material. 1.5 PROJECT CONDITIONS A. Do not overload supporting members: 1. Until the entire assembly is complete, the structural elements may not be stable or capable • of supporting code or stated design loads. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05313 - 2 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. 1-1/2 IN deep metal roof deck: a. Vulcraft, Type 1.SB. b. United Steel Deck, Inc., Type B. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 METAL ROOF DECK A. Design of the metal deck to be supplied to have been checked by the SDI and found to conform to the standard specifications and load tables: I. The allowable superimposed live uniform loading per square foot for metal roof deck supplied for the spans indicated shall equal or exceed the allowable superimposed live uniform load per square foot for the same spans as indicated in the SDI latest tables. 2. Maximum deflection: Less than 1/240 of span under live load. B. Use deck configurations complying with SDI Design Manual and as indicated: 1. Painted deck: ASTM A 1008. 2. Galvanized deck: ASTM A653 with ASTM A924 G60 zinc coating. C. Metal Roof Deck, 1-1/2 IN Deep: 1. Wide rib type, sheet steel, 22 GA, minimum, with minimum uncoated thickness of .0295 IN, galvanized. 2. Wide rib deck: Depth 1-1/2 IN, ribs spaced approximately 6 IN OC; width of rib opening at top surface maximum 2-1/2 IN; width of bottom rib surface minimum 1-3/4 IN. • 2.3 FABRICATION A. Minimum Deck Thickness: 1. Where gage of metal is indicated, provide the following: a. Minimum uncoated decimal thickness: GAGE DESIGN THICKNESS 22 0.0295 IN 20 0.0358 IN 18 0.0474 IN 16 0.0598 IN b. The delivered thickness of the uncoated steel shall not be less than 95 percent of the design thickness. 2. The steel used shall have a minimum yield stress of 33 ksi. B. Fabrication: 1. Fabricate deck units in lengths to span three or more support spacings with flush, telescoped or nested 2 IN end laps: a. Joints occur on supporting members. b. Provide deck units having overlapping male and female type side laps or joints to provide positive vertical and lateral alignment of adjacent deck units. 2.4 ACCESSORIES A. Metal Closure Strips: 1. Form to configuration required to provide tight-fitting closures at open ends and sides of • deck. 2. Minimum thickness before galvanizing 0.0358 IN (20 GA). 00...60746 Bozeman WRF Phase I Improvements Project 7/1 I/2008 05313 - 3 B. Roof Sump Pans: 1. Fabricate from a single piece of galvanized sheet steel with level bottoms and sloping sides • to direct water flow to drain. 2. Provide sump pans of adequate size to receive roof drains with bearing flanges minimum 3 IN wide. 3. Recess pans not less than 1-1/2 IN below roof deck surface, unless otherwise indicated or . required by deck configuration. 4. Minimum thickness before galvanizing: 0.0747 IN (14 GA). C. .Insulation supports. D. Metal Closures and Pour Stops: Form to configuration required to provide mortar-tight closures at open sides and ends of deck. E. Galvanized coating for metal deck accessories shall conform to ASTM A924 G60 zinc coating. F. Galvanized Repair Paint: For repair of damaged galvanized surfaces, comply with Section 09905. G. Screws: 1. Self-drilling, self-tapping, # 10 size minimum hex washer head sheet metal screws. 2. Carbon steel by Hilti or equal: a. Organic zinc chromate coated, Hilti Kwik-cote or equal. H. Miscellaneous Steel Shapes: Comply with ASTM A36. I. Sheet Metal Accessories: Same material and finish as deck members. Flexible Closure Strips for Deck: 1. Vulcanized, closed cell expanded chloroprene elastomer, complying with ASTM D1056, Grade SCE 41. 2. Brittleness temperature: -40 DegF, ASTM D746. • 3. Flammability resistance: "Self-extinguishing." 4. Install with adhesive in accordance with manufacturer's instructions: a. Ensure complete closure. PART 3 - EXECUTION 3.1 PREPARATION A. Examine areas and conditions under which metal deck is to be installed for conditions detrimental to proper and timely completion of work. B. Do not proceed with work until unsatisfactory conditions have been corrected. C. Do not start placement of metal deck until supporting work is in place and secured. D. Deck will be subject to rejection if: 1. Metal deck units do not comply with requirements of SDI specifications and requirements herein. 2. Metal deck is improperly manufactured, painted or installed. 3. Metal deck is damaged so that strength is impaired. 4. Metal deck is not installed as indicated on Drawings. 3.2 INSTALLATION A. Install roof deck units and accessories as indicated, in accordance with SDI Design Manual, manufacturer's recommendations, final approved Shop Drawings and as specified herein: 1. Furnish manufacturer's standard accessories as needed to complete the deck installation. B. Locate deck bundles to prevent overloading of structure. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05313 - 4 C. Do not overload metal deck or supporting members: • 1. Contractor is solely responsible for safety, construction means, methods and sequencing of the Work. 2. Until the entire assembly is complete, the structural elements may not be stable or capable of supporting code or stated design loads. 3. Use care to assure deck construction loads are less than the recommendation of the SDI Design Manual, except where temporary shoring is installed. D. Place each deck unit on supporting structural frame, adjust to final position, accurately align with ends bearing on supporting members: 1. Lap roof deck units at ends no less than 2 IN. 2. Interlock units at sides without stretching, contracting, or deforming. 3. Place deck units flat and squaze and secure to framing without warp or excessive deflection. 4. Place units in accurate and close alignment for entire length of rtm and with close registration of flutes of one unit with those of abutting unit. E. Plug weld sizes specified are effective fusion diameter of welds: 1. Weld metal shall penetrate all layers of deck material and have good fusion to supporting members. 2. Do not burn through deck. F. Prevent overtorquing of screw fasteners by using a tool with a depth limiting nosepiece and a clutch. G. Fastening of 1-1/2 IN Deep Metal Roof Deck: 1. Secure deck units to supporting frame and side laps as follows: a. Fasten edge ribs of panels at each support. b. At all interior supports and at ends of deck use: 1) For 30 and 36 IN wide deck: 5/8 IN round plug welds per design drawings. c. At perimeter supports, use 5/8 IN round plug welds at 6 IN OC. • d. At side laps, use #10 hexhead screws at spaced per design drawings. H. Remove and replace deck which is structurally weak or unsound or which has burn holes due to improper welding or damage which Engineer declazes defective. I. Cut and fit deck units and accessories around other work projecting through or adjacent to decking: 1. Make cutting and fitting neat, square and trim: a. Cut deck by mechanical means, not by burning. 2. Neatly and accurately install reinforcing at all openings except: a. Circular openings less than 6 IN DIA. b. Rectangular openings having no side dimension greater than 6 IN. 3. Reinforce openings that have not been framed between 6 and 12 IN with 20 GA flat steel sheet 12 IN greater in each dimension than opening: a. Place sheet around opening and fusion weld to top surface of deck at each corner and midway along each side. J. Install insulation supports for support of roof insulation: 1. Provide where top surface of roof deck does not occur adjacent to edge and openings as required to completely support roof insulation. 2. Weld into position. K. Install metal closure strips at all open uncovered ends and edges of roof deck, and in voids between deck and other construction: 1. Weld into position to provide a complete decking installation. 2. Provide flexible closure strips instead of metal closures, at Contractor's option and when approved by Engineer wherever their use will ensure complete closure: a. Install with elastomeric type adhesive in accordance with written directions and • recommendations of manufacturers of closure strips and adhesives. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 05313 - 5 L. Roof Sump Pans: i. Place over openings in roof deck. • 2. Weld to top deck surface: a. Space welds maximum 12 IN OC with at least one weld at each corner and each side midway between each corner. 3. Cut opening in bottom of roof sump to accommodate drain size indicated. M. Install metal closures to close all openings and gaps between form deck and other construction, at objects projecting through deck, at locations where deck changes direction, and at open ends of deck units where deck units terminate: 1. Weld into position to provide a complete installation. N. Clean and Touch Up: 1. Remove all surplus materials and debris from surface of deck after installation. 2. Wire brush, clean and paint scarred areas, welds and rust spots on top surfaces of deck units and supporting steel members in compliance with Section 09905. 3. Touch-up damaged galvanized surfaces with galvanizing repair paint applied in compliance with Section 09905. 3.3 FIELD QUALITY CONTROL A. Remove and replace defective or damaged deck units. B. Testing: 1. The following test shall be made in the presence of the Owner's Engineer and/or Testing Agency employed on the project on the first deck panel to be installed. 2. Place one end of panel over a perimeter support and attach it only to that support with two welds as specified 6 IN apart. 3. The opposite end of the panel shall be moved in plane parallel to the span of the panel until shear distress is noted in the weld. 4. The welds shall be of sufficient quality to cause local distortions in the panel around the • welds and show good perimeter contact between the welds and the panel. 5. When the results of this test are satisfactory and approved by the Owner's Engineer and/or Testing Agency, the remainder of the deck may be installed using the same weld rod size and type, amperage setting, and procedures used in the tested deck. 6. The remainder of the welds shall be visually inspected: a. When in the opinion of the Owner's Engineer and/or Testing Agency any weld is of poor quality, an additional weld shall be provided adjacent to the rejected weld. b. It shall be a sufficient distance away from the rejected weld so that the new weld will be done on sound, unburned deck. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05313 - 6 SECTION 05410 LOAD-BEARING METAL FRAME SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Load-bearing metal stud system. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Iron and Steel Institute (AISI): a. Specification for the Design of Cold-Formed Steel Structural Members. 2. ASTM International (ASTM): a. A653, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. b. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. c. A924, Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process. • 3. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Manufacturer must be current member of Metal Lath/Steel Framing Association Division of the National Association of Architectural Metal Manufacturers. 2. Manufacturer must have minimum of 10 years experience in the manufacture of load bearing metal framing members similar to items specified. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Aclrnowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Manufacturer's load tables highlighting products proposed for use. 4. Special framing conditions required but not indicated on Drawings. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: • 1. Load-bearing metal stud system: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05410 - 1 a. Clark Steel Framing Systems. b. Dale/Incor. • c. Marina/WARE division of Ware Industries, Inc. d. Unimast, Inc. e. The Steel Network Inc. f. Metal Lite Ina g. Super Stud Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Studs and Track: 1. Steel. 2.3 ACCESSORIES A. Metal Clips, Web Stiffeners, Flat Strap Bracing, Hangers, and Bridging: 1. Meet requirements of ASTM A924. 2. Galvanized G-60 coating per ASTM A653. 3. Same gage as framing members unless noted otherwise on Drawings. B. Deep Leg Track: 1. Meet requirements of ASTM A924. 2. Galvanized G-60 coating per ASTM A653. 3. Profile: Minimum 2 IN deep track. 4. Gage of track to be engineered heavier than stud per manufacturer's recommendations. C. Fasteners: Hexhead or panhead self-tapping screws designed specifically for framing member. connections: 1. Screw penetration through joined material shall not be less than three (3) exposed screw • threads. 2. Minimum screw size: #12-14 x 1 IN long. D. Mechanical Deflection Clip: 1. Minimum yield strength: 50 ksi. 2. Minimum tensile strength: 65 ksi. 3. Galvanized G-60 coating. 2.4 FABRICATION A. Metal Studs: 1. Galvanized G-60 coating per ASTM A653: a. Meet requirement of ASTM A924. 2. Minimum yield point: 33 ksi. 3. Size: 3-5/8 minimum IN depth. 4. Profile: Minimum flange width of 1-5/8 IN. 5. Deflection: L/720 maximum. 6. Wind loading: Basic wind speed 90 mph, exposure C and 1 w=1.15. 7. Thickness: a. Minimum 16 GA. b. Provide thickness required for loadings specified. 8. Height as detailed on Drawings. B. Track: 1. Material: Same as studs. 2. Thickness as recommended by manufacturer, however, track to be same gage as stud at a minimum 3. Profile: Minimum flange width of 1-1/4 IN. C. Fabricate studs with minimum 3/4 x 1-1/21N rectangular or oval holes punched 24 ]N OC. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/200$ 05410 - 2 D. Studs shall be continuous length from bottom track to top track: • 1. No splicing of load-bearing studs will be acceptable. E. Studs shall be designed to withstand lateral loading in accordance with Building Code. PART 3 - EXECUTION 3.1 ERECTION. A.. Provide continuous top and bottom track sized to match studs. B. Attach top and bottom track as shown on Drawings: 1. If not indicated on Drawings, provide anchorage at minimum 12 IN OC using fasteners appropriate for substrate. 2. Attach at all corners, ends, door openings or other interruptions. C. When top track is attached to structural member, allow for minimum of 1/2 IN deflection of primary structure. D. Acceptable deflection assemblies (install slip connection in accordance to manufacturers' recommendations): 1. Slip track: a. Attach deep leg top track to structure. b. Attach studs to nested standard 1-1/4 IN deep track (or 2 IN deep track). c. Provide minimum of 1/2 IN gap between nested track and attached deep leg track to allow structure to deflect without introducing structure loads into the stud wall. d. The outer track to be engineered (by manufacturer) heavier than stud per manufacturers' recommendations: 1) Minimum edge distance of screw and minimum penetration of screw attached to • inner track to be engineered (by manufacturer) to not interfere with deflection distance. e. Deflection gap between tracks to be consistent and minimum edge distances shall be verified by the Contractor. 2. Mechanical deflection clip assembly: a. Steel clips to be used in conjunction with standard 20 GA track attached to structure for exterior walls. b. Design deflection clips to match stud width: 1) Provide positive attachment of clip to structure and stud web. 2) Attachment to provide frictionless vertical movement. E. For non-bearing metal studs that by-pass structure, allow for minimum of 1/2 IN deflection: 1. Provide mechanical attachment to the web of stud and positive attachment to the structure:. a. Allow for frictionless vertical movement of structure. 2. Clips that attach to the flange of the studs, rely on a loose friction fit, and required shimming and welding are not acceptable. F. Butt-weld top and bottom track at splices. G. Install studs at 16 IN OC: 1. Provide additional studs at corners, partition intersections, terminations each side of openings and expansion joints. 2. Attach each stud to each side of top and bottom track. H. Provide horizontal bracing at not more than 4 FT OC, or at mid span of 10 FT high walls: 1. Provide lateral strap bracing and shear wall framing where indicated on Drawings. I. Provide sills and headers for all partition openings. • J. Fasten headers or Lintels by welding, bolting or using screws. K. Touch-up damaged galvanized surfaces in accordance with ASTM A780. 00...60746 Bozeman WRF Phase L Improvements Project 7/11/2008 05410 - 3 L. Where insulation is to be installed in walls, provide insulation in all stud spaces that will not be accessible after erection of stud system. • M. Align stud openings to facilitate running of wires, piping and conduit. N. At all openings provide two (2) studs, back to back, at each jamb, from bottom to top track: 1. For wall areas above and below openings, cut track to length, split flanges and bend webs at ends. 2. Overlap and screw attach to jamb studs. 3. Install cut to length intermediate studs between jamb studs at head and sill sections at same spacing as full length studs. 4. To provide for control joints at openings, install additional stud, maximum 1l21N from jamb studs: a. Do not fasten extra stud to track or j amb stud. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05410 - 4 • SECTION 05505 METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Custom fabricated metal items and certain manufactured units not otherwise indicated to be supplied under work of other Sections. 2. Design of all temporary bracing not indicated on Drawings. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Division 3 -Concrete. 4. Section 04220 -Concrete Masonry. 5. Section 05120 -Structural Steel. 6. Section 05522 -Aluminum Railings 7. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Re ferenced Standards: 1. Aluminum Association (AA): a. ADM-1, Aluminum Design Manual. • 2. b. 45, Designation System for Aluminum Finishes. American Association of State Highway and Transportation Officials (AASHTO): a. Standard Specification for Highway Bridges. 3. Americans with Disabilities Act (ADA): a. Accessibility Guidelines for Buildings and Facilities (ADAAG). 4. American Institute of Steel Construction (AISC): a. Manual of Steel Construction -Allowable Stress Design (ASD). b. Specifications for Structural Steel Buildings (referred to herein as AISC specification). 5. American National Standards Institute (ANSI): a. A14.3, Ladders -Fixed -Safety Requirements. 6. ASTM International (ASTM): a. A6, Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. b. A36, Standard Specification for Carbon Structural Steel. c. A47, Standard Specification for Ferritic Malleable Iron Castings. d. A48, Standard Specification for Gray Iron Castings. e. A53, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. f. A108, Standard Specification for Steel Bars, Carbon and Alloy, Cold Finished. g. A123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.. h. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. i. A197, Standard Specification for Cupola Malleable Iron. j. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. k. A276, Standard Specification for Stainless Steel Bars and Shapes. 1. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile . Strength. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05505 - 1 m. A312, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. • n. A325, Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. o. A490, Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. p. A496, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. q. A500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. r. A501, Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. s. A536, Standard Specification for Ductile Uon Castings. t. A554, Standard Specification for Welded Stainless Steel Mechanical Tubing. u. A572, Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. v. A666, Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. w. A668, Standard Specification for Steel Forgings, Carbon and Alloy, for General Industrial Use. x. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. y. A786, Standard Specification for Hot-Rolled Carbon, Low-.Alloy, High-Strength Low- Alloy, and Alloy Steel Floor Plates. z. A992, Standard Specification for Steel for Structural Shapes. aa. B26, Standard Specification for Aluminum-Alloy Sand Castings. bb. B209, Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. cc. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. • dd. B308, Standard Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. ee. B429, Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. ff. B632, Standard Specification for Aluminum-Alloy Rolled Tread Plate. gg. F467, Specification for Nonferrous Nuts for General Use. hh. F468, Specification for Nonferrous Bolts, Hex Cap Screws, and Studs for General Use. ii. F593, Specification for Stainless Steel-Bolts, Hex Cap Screws, and Studs. 7. American Welding Society (AWS): a. A5.1, Standard Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. b. D1.1, Structural Welding Code Steel. c. D1.2, Structural Welding Code Aluminum. 8. National Association of Architectural Metal Manufacturers (NAAMM): a. AMP 510, Metal Stairs Manual. b. MBG 531, Metal Bar Grating Manual. 9. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910, Occupational Safety and Health Standards, referred to herein as OSHA Standards. 10. Research Council on Structural Connections: a. Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts, referred to herein as Specification for Structural Joints. 11. Building code: a. International Code Council (ICC): i) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Qualify welding procedures and weldmg operators in accordance with AWS. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05505 - 2 2. Fabricator shall have minimum of 10 years experience in fabrication of metal items • specified. 3. Engineer for contractor-designed systems and components: Professional structural engineer licensed in the State of Montana. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. ,Installer and applicator are synonymous. B. Hardware: As defined in ASTM A153. C. Galvanizing: Hot-dip galvanizing per ASTM A123 or ASTM A153 with minimum coating of 2.0 OZ of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by standard. 1.4 SU BMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings and details: a. Submit drawings for all fabrications and assemblies: 1) Include erection drawings, plans, sections, details and connection details. b. Identify materials of construction, shop coatings and third party accessories. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Provide manufacturer's standard allowable load tables for the following: • 1) Grating and checkered plate. 2) Expansion anchor bolts. 3) Adhesive anchor bolts. 4) Castings, trench covers and accessories. 4. Contractor designed systems and components, including but not limited to, stairs, landings and ladders: Certification that manufactured units meet all design loads specified: a. Shop Drawings and engineering design calculations: 1) Indicate design live loads. 2) Sealed by a professional structural engineer. 3) Engineer will review for general compliance with Contract Documents. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certification of welders and welding processes: a. Indicate compliance with AWS. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver and handle fabrications to avoid damage. B. Store above ground on skids or other supports to keep items free of dirt and other foreign debris and to protect against corrosion. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I I/2008 05505 - 3 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS L' A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Abrasive stair nosings (embedded in concrete stairs): a. American Safety Tread. b. Balco. 2. Headed studs and deformed bar anchors: a. Nelson Stud Welding Div., TRW Inc. b. Stud Welding Products, Inc. 3. Expansion anchor bolts: a. Hilti Inc. b. ITW Ramset/Red Head. c. Powers Rawl. d. Simpson Strongtie. 4. Epoxy adhesive anchor bolts: a. Hilti Inc. b. ITW Ramset/Red Head. c. Powers Rawl d. Simpson Strongtie. 5. Castings, trench covers and accessories: a. Neenah Foundry Co. b. Deeter Foundry Co. c. Barry Crag Construction Casting Co. d. McKinley Iron Works. 6. Aluminum ladders: a. Any manufacturer capable of meeting the requirements of this Specification Section. • 7. Galvanizing repair paint: a. ZRC Products. 8. Ladder safety extension post: a. Bilco. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Steel: 1. Structural: a. W-shapes and WT-shapes: ASTM A992, Grade 50. b. All other plates and rolled sections: ASTM A36. 2. Pipe: ASTM A53, Types E or S, Grade B or ASTM A501. 3. Structural tubing: a. ASTM A500, Grade B (46 ksi minimum yield). 4. Bolts, nuts and washers, high strength: a. ASTM A325. b. Provide two (2) washers with all bolts. 5. Bolts and nuts: a. ASTM A307, Grade A. 6. Welding electrodes: AWS D1.1, E70 Series. 7. Steel forgings: ASTM A668. B. Iron: 1. Ductile iron: ASTM A536. 2. Gray cast iron: ASTM A48 (minimum 30,000 psi tensile strength). 3. Malleable iron: ASTM A47, ASTM A197. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 05505 - 4 C. Stainless Steel: • 1. Minimum yield strength of 30,000 psi and minimum tensile strength of 75,000 psi: a. Bars, shapes: ASTM A276, Type 304. b. Tubing and pipe: ASTM A269, ASTM A312 or ASTM A554, Type 304 or 316. c. Strip, plate and flat bars: ASTM A666, Type 304 or 316, Grade A. d. Bolts and nuts: ASTM F593, Type 303, 304 or 316. 2. Minimum yield strength of 25,000 psi and minimum tensile strength of 70,000 psi: a. Strip, plate and flat bar for welded connections, ASTM A666, Type 304E or 316L. 3. Welding electrodes: In accordance with AWS for metal alloy being welded. D. Aluminum: 1. Alloy 6061-T6, 32,000 psi tensile yield strength minimum: a. ASTM B221 and ASTM B308 for shapes including beams, channels, angles, tees and zees. b. Weir plates, baffles and deflector plates, ASTM B209. 2. Alloy 6063-TS or T6, 15,000 psi tensile yield strength minimum: a. ASTM B221 and ASTM B429 for bars, rods, wires, pipes and tubes. 3. ASTM B26 for castings. 4. ASTM F468, alloy 2024 T4 for bolts. 5. ASTM F467, alloy 2024 T4 for nuts. 6. Electrodes for welding aluminum: AWS D1.2, filler alloy 4043 or 5356. E. Washers: Same material and alloy as found in accompanying bolts and nuts. F. Embedded Anchor Bolts: 1. Type 304 or 316 stainless steel with matching nut and washer. G. Expansion Anchor Bolts and Adhesive Anchor Bolts: 1. Stainless steel, Type 304, 314 or 316. • 2. Provide minimum edge distance cover and spacing as recommended by manufacturer, or as indicated on Drawings whichever is larger: a. Minimum embedment as recommended by manufacturer or eight (8) diameters of bolt, whichever is larger. b. Notify Engineer if required depth of embedment cannot be achieved at a particular anchor bolt location. H. Headed Studs: ASTM A 108 with a minimum yield strength of 50,000 psi and a minimum tensile strength of 60,000 psi. I. Deformed Bar Anchors: ASTM A496 with a minimum yield strength of 70,000 psi and a minimum tensile strength of 80,000 psi. J. Iron and Steel Hardware: Galvanized in accordance with ASTM A153 when required to be galvanized. K. Galvanizing Repair Paint: 1. High zinc dust content paint for regalvanizing welds and abrasions. 2. Dried film shall contain not less than 93 percent zinc dust by weight. 3. Similar to ZRC by ZRC Products. 4. VOC: 0 LBS per GAL. L. Dissimilar Materials Protection: See Section 09905. 2.3 MANUFACTURED UNITS A. Ladders: 1. Material: a. Steel: ASTM A36, ASTM A53, or ASTM A500. 2. Rails: • a. Maximum 3 x 2 IN heavy-duty rectangular tubing or channel,. with minimum thickness of 0.125 IN or 1-1/2 IN nominal diameter schedule 80 pipe. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/112008 05505 - 5 b. Spacing: Nominal 18 IN from centerline of rails except at top: 1) Minimum clear distance between rails to be 16 IN. • c. Brackets for wall supported units: Provide 3/8 x 2-1/21N x length required angle brackets welded to side rails with punched holes for 3/4 IN bolts: 1) Maximum spacing: 4 FT OC. d. For floor supported units provide 3/8 x 2-1/2 x 4 IN rectangular bracket or 3/8 x 6 x 6 1N square plate welded to rails with punched holes for 3/41N bolts: 1) Provide wall brackets on floor supported units if vertical run is over 4 FT. 3. Rungs: a. Minimum 1 IN DIA or 1 IN square extruded, with integral serrated non-slip finish on all sides. b. Shop or field-applied grit tape and cap type non-slip fmish is not acceptable. 4. Minimum distance from centerline of rung to wall or any obstruction: 7 IN. 5. Rung spacing: a. Uniform:l21N. b. Top rung shall be level with landing or platform. c. Spacing of bottom rung from grade or platform may vary but shall not exceed 14 IN. 6. As a minimum, design ladder in accordance with OSHA Standards, ANSI A14.3, and applicable Building Codes: a. Ladders shall be designed to support a minimum concentrated live load of 200 LBS. b. Maximum allowable stresses per AISC Specification and AA Specification. c. Maximum lateral deflection: Side rail span/240 when lateral load of 100 LBS is applied at any location. 7. Construction: a. Fully welded type. b. All welds to be full penetration welds, where applicable. c. All ladders of a particular material shall have consistent construction and material shapes and sizes unless detailed otherwise on the Drawings. d. Provide cap at top and bottom of side rails. • e. Rungs shall not extend beyond the outside face of the siderail. f. The side rails of through ladder extension shall extend 421N above the top rung or landing and shall flare out on each side to provide a clearance of 24 IN centerline to centerline of rails. 8. Finish: Refer to project Architectural Drawings: a. Steel: Galvanized after fabrication: 1) Galvanized: G90 coating. 9. Ladder safety extension post: a. Telescoping tubular aluminum section that automatically locks into place when fully extended. b. Non-ferrous corrosion-resistant spring and hardware. c. Factory assembled with all hardware necessary for mounting to ladder. d. Similar to "LadderUp" safety post by Bilco. B. Bollards: 1. 8 1N DIA extra strength steel pipe, ASTM A53: a. Galvanized. 2. Minimum 48 1N projection above ground. 3. Minimum 48 IN embedment in concrete. C. Steel Checkered Plate: 1. Conform to ASTM A786: a. Diamond pattern: No.3 (large) or No.4 (medium). b. Use one (1) pattern throughout Project. c. Material: 36 ksi minimum yield strength. 2. Design live load: Not less than 100 psf plus a concentrated load of 300 LBS with maximum deflection of 1/300 of span under a superimposed live load of 50 psf. • 3. Reinforce as necessary with steel angles. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05505 - 6 • 4. Plate sections: a. Maximum 3 FT wide. b. Minimum 1/4 IN thick. c. Maximum 100 LBS per section if required to be removable. 5. Provide joints at center of all openings unless shown otherwise: a. Reinforce joints and openings with additional angles to provide required load carrying capacity. 6. Unless shown .otherwise, frame for opening with steel checkered plate cover: a. Steel support angles: 1) 2 x 2 x 1/4 IN minimum size. 2) 1/2 IN DIA x 6 IN long anchor bolts spaced at maximum of 24 IN OC along each side with not less than two (2) anchor bolts per side. b. Steel concrete insert seats: 1) 2 x 2 x 1/4 IN minimum size. 2) Auto-welded studs or strap anchors, ASTM A108. c. Drill and tap frame to receive 3/8 IN DIA steel cap screws at not more than 24 IN OC with not less than two (2) screws per side. 7. Provide galvanized checkered plate and edge supports. D. Aluminum Checkered Plate: 1. Conform to ASTM B632: a. Diamond pattern: Use one (1) pattern throughout Project. b. Material: Type 6061-T6. 2. Design live load: Not less than 100 psf plus a concentrated load of 300 LBS with maximum deflection of 1/300 of span under a superimposed live load of 50 psf. 3. Reinforce as necessary with aluminum angles. 4. Plate sections: a. Maximum 3 FT wide. • b. Minimum 1/4 IN thick. c. Maximum 100 LBS per section if required to be removable. 5. Provide joints at center of all openings unless shown otherwise: a. Reinforce joints and openings with additional angles to provide required load carrying capacity. 6. Unless shown otherwise, frame for openings with aluminum checkered plate cover: a. Aluminum support angles: 1) 2 x 2 x 1/4 IN minimum size. 2) 1/2 IN DIA x 6 IN long anchor bolts spaced at maximum of 24 IN OC along each side with not less than two (2) anchor bolts per side. b. Aluminum concrete insert seats: 1) 2 x 2 x 1/4 IN minimum size. 2) Auto-welded studs or strap anchors. c. Drill and tap frame to receive 3/8 IN DIA aluminum cap screws at not more than 24 IN OC with not less than two (2) screws per side. E. Aluminum Grating: 1. NAAMM MBG 531. 2. Bearing bars: Rectangular, 1-1/2 x 3/16 IN at 1-3/16 IN OC spacing OR I-bar, 1-1/21N deep with minimum 1/16 IN thick bar and minimum 1/4 IN flange width at 1-3/16 IN OC spacing. 3. Cross bars: a. Welded, swaged or pressure locked to bearing bars: b. Maximum 4 IN/OC spacing. 4. Top edges of bars: Grooved or serrated. 5. Removable grating sections: Not wider than 3 FT and not more than 100 LBS. 6. Standard mill finish. • 7. Ends and perimeter edges: Banded. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05505 - 7 8. Openings through grating: Reinforced to provide required load carrying capacity and • banded with 4 IN high toe plate. 9. Provide joints at openings between individual grating sections. 10. Clips and bolts: Stainless steel. 11. Seat angles: Aluminum. F. Steel Grating: 1. NAAMM MBG 53 L 2. Bearing bars: a. Rectangular 1-1/2 x 3/16 IN unless shown otherwise on Drawings. b. Maximum 1-3/16 IN OC spacing. 3. Cross bars: a. Welded, swagged or pressure locked to bearing bars. b. Maximum 4 IN OC spacing. 4. Top edges of bars: Serrated or grooved. 5. Removable grating sections: Not wider than 3 FT and not more than 100 LBS. 6. Finish: a. Galvanized. b. Clips and bolts: Stainless steel. c. Seat angles: Galvanized steel. 7. Ends and perimeter edges: Banded. 8. Openings through grating: Reinforced to provide required load carrying capacity and banded with 4 IN high toe plate. 9. Provide joints at openings between individual grating sections. G. Heavy-Duty Castings, Trench Covers, and Accessories: 1. Prefabricated cast iron ASTM A48. 2. Design load: AASHTO HS-20 wheel loading for indicated span. 3. Machine horizontal mating surfaces. • H. Access Cover: 1. Tank type manhole frame and solid lid: ASTM A48 or ASTM A536, cast iron. 2. Unless shown otherwise, design of cover shall be such that top of frame extends several inches above slab to prevent surface water from entering tank. 3. Equip lid with four (4) stainless steel screws to secure lid to frame. I. Loose Lintels: 1. Steel, ASTM A36 or ASTM A572 Grade 50, sizes as indicated on Drawings. 2. Hot-dip galvanized per ASTM A 123. 2.4 FABRICATION A. Verify field conditions and dimensions prior to fabrication. B. Form materials to shapes indicated with straight lines, true angles, and smooth curves: 1. Grind smooth all rough welds and sharp edges: a. Round all corners to approximately 1/16 IN nominal radius. C. Provide drilled or punched holes with smooth edges: 1. Punch or drill for field connections and for attachment of work by other trades: D. Weld Permanent Shop Connections: 1. Welds to be continuous fillet type unless indicated otherwise. 2. Full penetration butt weld at bends in stair stringers and ladder side rails. 3. Weld structural steel in accordance with AWS D1.1 using Series E70 electrodes conforming to AWS A5.1. 4. Weld aluminum in accordance with AWS D1.2. 5. All headed studs to be welded using automatically timed stud welding equipment. 6. Grind smooth welds that will be exposed. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05505 - 8 E. Conceal fastenings where practicable. • F. Fabricate work in shop in as large assemblies as is practicable. G. Tolerances: 1. Rolling: a. ASTM A6. b. When material received from the mill does not satisfy ASTM A6 tolerances for camber, profile, flatness, or sweep, the Contractor is permitted to perform corrective work by the use of controlled heating and mechanical straightening, subject to the limitations of the AISC specifications. 2. Fabrication tolerance: a. Member length: 1) Both ends finished for contact bearing: 1/32 lN. 2) Framed members: a) 30 FT or less: 1/16 IN. b) Over 30 FT: 1/8 IN. b. Member straightness: 1) Compression members: 1/1000 of axial length between points laterally supported. 2) Non-compression members: ASTM A6 tolerance for wide flange shapes. c. Specified member camber (except compression members): 1) 50 FT or less: Minus 0/plus 1/21N. 2) Over 50 FT: Minus 0/plus 1/2 IN (plus 1/8 IN per 10 FT over 50 FT). 3) Members received from mill with 75 percent of specified camber require no further cambering. 4) Beams/trusses without specified camber shall be fabricated so after erection, camber is upward. 5) Camber shall be measured in fabrication shop in unstressed condition. • d. At bolted splices, depth deviation shall be taken up by filler plates: 1) At welded joints, adjust weld profile to conform to variation in depth. 2) Slope weld surface per AWS requirements. e. Finished members shall be free from twists, bends and open joints: 1) Sharp kinks,, bends and deviation from above tolerances are cause for rejection of material H. Fabricate grating, checkered plate, ladders and accessories using prime painted steel or aluminum unless shown otherwise on Drawings. 1. Finish: a. Aluminum: Mill finished unless scheduled or otherwise specified or, if approved by Engineer, finished in manufacturer's standard. b. Coat surfaces in contact with dissimilar materials: 1) See Section 09905. 2. See Section 09905 for preparation and painting of ferrous metals and other surfaces. I. Maximum tolerance for difference in depth between checkered plate or grating depth and seat or support angle depth: 1/8 IN. J. Maximum distance between edge of grating or checkered plate and face of embedded seat angle or face of wall or other structural member: 1/4 IN. 2.5 SOURCE QUALITY CONTROL A. Surface Preparation: 1. Refer to Section 09905 for surface preparation requirements. B. Shop Applied Paint Coating Application: 1. Refer to Section 09905 for painting requirements. C. Meet structural requirements of Section 05120 for inspection and testing items of structural • nature. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05505 - 9 PART 3 - EXECUTION 3.1 PREPARATION • A. Provide items to be built into other construction in time to allow their installation: I. If such items are not provided in time for installation, cut in and install. B. Prior to installation, inspect and verify condition of substrate: i. Installation of product constitutes. installer's acceptance of substrate condition for product compatibility. C. Correct surface defects or conditions which may interfere with or prevent a satisfactory installation: 1. Field welding aluminum is not permitted unless approved in writing by Engineer. 3.2 INSTALLATION A. Set metal work level, true to line, plumb: I. Shim and grout as necessary. B. Bolt Field Connections: Where practicable, conceal fastenings. C. Grind welds smooth where field welding is required. D. Field cutting grating or checkered plate to correct fabrication errors is not acceptable: 1. Replace entire section. E. Remove all burrs and radius all sharp edges and corners of miscellaneous plates, angles, framing system elements, etc. F. Unless noted or specified otherwise: 1. Connect steel members to steel members with 3/4 IN DIA ASTM A325 high strength bolts. 2. Connect aluminum to aluminum with 3/4 IN DIA aluminum bolts. • 3. Connect aluminum to structural steel using 3/4 IN DIA stainless steel bolts: a. Provide dissimilar metals protection. 4. Connect aluminum and steel members to concrete and masonry using stainless steel expansion anchor bolts or adhesive anchor bolts unless shown otherwise: a. Provide dissimilar materials protection. 5. Provide washers for all bolted connections. 6. Where exposed, bolts shall extend a maximum of 3/4 IN and a minimum of 1/2 IN above the top nut: a. If bolts are cut off to required maximum height, threads must be dressed to allow nuts to be removed without damage to the bolt or the nuts. G. Install and tighten ASTM A325 high-strength bolts in accordance with the AISC Manual of Steel Construction -Allowable Stress Design (ASD): 1. Provide hardened washers for all ASTM A325 bolts: a. Provide the hardened washer under the element (nut or bolt head) turned in tightening. H. After bolts are tightened, upset threads of ASTM A307 unfinished bolts or anchor bolts to prevent nuts from backing off. I. Secure metal to wood with lag screws of adequate size with appropriate washers. J. Do not field splice fabricated items unless said items exceed standard shipping length or change of direction requires splicing. 1. Provide full penetration welded splices where continuity is required. K. Provide each fabricated item complete with attachment devices as indicated or required to install L. Anchor such that work will not be distorted nor fasteners overstressed from expansion and • contraction. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/112008 05505 - 10 • M. Set beam and column base plates accurately on nonshrink grout as indicated on Drawings: 1. See Division 3 for non-shrink grout. 2. Set and anchor each base plate to proper line and elevation: a. Use metal wedges, shims, or setting nuts for leveling and plumbing columns and beams: 1) Wedges, shims and setting nuts to be of same metal as base plate they support. 2) Tighten nuts on anchor bolts. b. Fill space between bearing surface and bottom of base plate with nonshrink grout: 1) Fill space until voids are completely filled and base plates are fully bedded on wedges, shims, and grout. c. Do not remove wedges or shims: 1) Where they protrude, cut off flush with edge of base plate. d. Fill sleeves around anchor bolts solid with non-shrink grout. N. Tie anchor bolts in position to embedded reinforcing steel using wire: 1. Tack welding prohibited: a. Coat bolt threads and nuts with heavy coat of clean grease. 2. Anchor bolt location tolerance: a. 1/16 IN. b. Provide steel templates for all column anchor bolts. O. Install bollards in concrete as detailed: 1. Fill pipe with concrete and round off at top. P. Attach grating to end and intermediate supports with grating saddle clips and bolts: 1. Maximum spacing: 2 FT OC with minimum of two (2) per side. 2. Attach individual units of aluminum grating together with clips at 2 FT OC maximum with a minimum of two (2) clips per side. • Q. Coat aluminum surfaces in contact with dissimilar materials in accordance with Section 09905. R. Repair damaged galvanized surfaces in accordance with ASTM A780: 1. Prepare damaged surfaces by abrasive blasting or power sanding. 2. Apply galvanizing repair paint to minimum 6 mils DFT in accordance with manufacturer's instructions. S. Anchor ladder to concrete or masonry structure with minimum 3/4 IN stainless steel adhesive anchor bolts with minimum 6 IN embedment: 1. When anchoring into cavity wall construction, provide minimum 6 IN embedment into concrete or masonry back-up wall: a. At each anchor location, provide sleeve between back face of veneer and cavity face of concrete or masonry back-up wall. b. Cut cavity insulation as required and seal around sleeve: 1) Sleeve to be 1 IN DIA schedule 40 stainless steel tubing, TP-304L, ASTM A269: a) Minimum wall thickness to be .065 IN. 2) Continuously weld 4 x 4 x 1/4 IN Type 304 stainless steel, ASTM A666 flange onto each end of pipe: a) Drill 1 IN hole in flange to match pipe. b) Attach sleeve to concrete or masonry back-up with 1/4 INself-tapping concrete anchors. 3) Grout solid, area around bolt where bolt penetrates veneer. 4) Accurately locate sleeves to align with bolt locations on ladder. 2. When anchoring into masonry, fill masonry cores with grout at anchor locations and each masonry core within 8 IN of anchor. T. Anchor ladder to metal stud walls using minimum 1/21N stainless steel bolts, nuts and washers: 1. Verify that stud wall has been provided with adequate backing to accept ladder anchors. • 00...60746 Bozeman WRF Phase i Improvements Project 7/11!2008 05505 - 11 3.3 CLEANING A. After erection, installation or application, clean all miscellaneous metal fabrication surfaces of • all dirt, weld slag and other foreign matter. B. Provide surface acceptable to receive field applied paint coatings specified in Section 09905. END OF SECTION • 00...60746 $ozeman WRF Phase 1 Improvements Project 7/i 1/2008 05505 - I2 • SECTION 05522 ALUMINUM RAILINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Aluminum handrail, stair rail and guardrail. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 05505 -Metal Fabrications. 4. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. ADM-1, Aluminum Design Manual. b. 45, Designation System For Aluminum Finishes. 1) 611, Voluntary Specification for Anodized Architectural Aluminum. 2. American Society of Mechanical Engineer (ASME): a. Section IX, Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators. • 3. ASTM International (ASTM): a. B 108, Standard Specification for Aluminum-Alloy Permanent Mold Castings. b. B209, Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. c. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. d. B247, Standard Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. e. B308, Standard Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. f. B429, Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 4. American Welding Society (AWS): a. C5.5, Recommended Practices for Gas Tungsten Arc Welding. b. D1.2, Structural Welding Code Aluminum. 5. National Association of Architectural Metal Manufacturers (NAAMM): a. AMP 521, Pipe Railing Systems Manual. 6. U. S. Department of Justice, Architectural and Transportation Barriers Compliance Board (Access Board): a. Americans with Disabilities Act (ADA): 1) Accessibility Guidelines for Buildings and Facilities (ADAAG). 7. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910, Occupational Safety and Health Standards, referred to herein as OSHA Standards. 8. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05522 - 1 1. Qualify welding procedures and welding operators in accordance with AWS and ASME Section D~. • 1.3 DEFINITIONS A. Guardrail: A system of building components located near the open sides of elevated walking surfaces for the purpose of minimizing the possibility of an accidental fall from the walking surface to the lower level. B. Handrail: A railing provided for grasping with the hand for support. C. Railing: A generic term referring to guardrail, handrail and/or stair rails. D. Stair Rail: A guardrail, installed at the open side of stairways with either a handrail mounted to the inside face of the guardrail, or where allowed by applicable codes, with the top rail mounted at handrail height and serving the function of a handrail. E. PVDF: Polyvinylidene fluoride. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Drawings showing profile, location, sections and fabrication details including all welding information of each railing. b. Type and details of anchorage. c. Location and type of expansion joints. d. Materials of construction, shop coatings and all third-party accessories. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. • b. Manufacturer's installation details. 4. Certification that railings have been designed and fabricated to meet the loading requirements specified. 5. Calculations for all proposed deviations from the Specification: a. Calculations shall be performed, sealed, signed and dated by a registered professional structural engineer licensed in the State of Montana. b. Calculations shall be specific to this Project and shall include all assumptions, references and design interpretations used to achieve the results obtained by the Engineer. c. Reduction in load criteria is not acceptable as reason for deviation from sizes indicated in the Specification. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certification of welders and welding procedures indicating compliance with AWS requirements. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver and handle railings to preclude damage. B. Store railings on skids, keep free of dirt and other foreign matter which will damage railings or finish and protect against corrosion. 1.6 WARRANTY A. Provide PVDF coating manufacturer's standard 10 year warranty against finish, fading, chipping, cracking and peeling. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I1/2008 05522 - 2 1. Repair of finish shall be done using same material, application method and color to match • surrounding railings. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Mechanically fastened component railing systems: a. J. G. Braun. b. Hollaender Railing Systems. c. Moultric Manufacturing Company (Wesrail). B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Alloy 6061-T6, 32,000 psi tensile yield strength minimum: 1. ASTM B209 for sheets and plates. 2. ASTM B221 and ASTM B308 for shapes -beams, channels, angles, tees, and zees. 3. ASTM B247 for forgings. B. Alloy 6063-TS or T6, 15,000 psi tensile yield strength minimum: 1. ASTM B221 and ASTM B429 for bars, rods, wires, pipes and tubes. C. Cast Fittings: Aluminum, ASTM B 108. D. Shims: Aluminum of same alloy as component being shimmed. • E. Fasteners: See Section 05505. F. Expansion and Adhesive Anchors: See Section 05505. G. Electrodes for Welding: 1. Aluminum: AWS D1.2. 2. Filler alloy 5356 or 4043. H. Cabling: 1. 316 stainless steel. 2. 3/16 IN DIA. 2.3 FABRICATION A. General: 1. Verify field conditions and dimensions prior to fabrication. 2. For fabrication of items which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and roughness: a. Remove blemishes by grinding and buffing or by welding and grinding, prior to cleaning, treating and application of surface finishes. 3. Form exposed work with smooth, short radius bends, accurate angles and straight edges: a. Ease exposed edges to a radius of approximately 1/32 IN. b. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. c. Drill or punch holes with smooth edges. 4. Form exposed connections with flush, smooth, hairline joints, using stainless steel or aluminum splice locks to splice sections together or by welding: a. Top rail splices and expansion joints shall be located within 8 IN of post or other • support. 00...60746 Bozeman WRF Phase 1 Improvements Project 7!11/2008 05522 - 3 b. Ease the edges of top rail splices and expansion joints and remove all burrs left from cutting. 5. Provide for anchorage of type indicated on Drawings or as required by field conditions: a. Drill or punch holes with smooth edges. 6. Design railings and anchorage system in accordance with NAAMM AMP 521 to resist loading as required by Building Code. 7. Custom fabricate railings to dimensions and profiles indicated: a. Fabricate handrail mounted to wall or to guardrail vertical posts using minimum 1-1/4 IN nominal DIA Schedule 40 pipe. b. Fabricate all guardrail top rails using minimum 2 IN nominal DIA Schedule 40 pipe. c. Fabricate all guardrail vertical posts using minimum 2 IN nominal DIA Schedule 40 pipe: 1) Guardrail vertical posts that are to be side-bracket mounted to a vertical concrete surface or metal structure shall use Alloy 6063-T6. d. All intermediate rails shall be fabricated using minimum 1-1/2 IN nominal DIA Schedule 40 pipe: 1) Where details are not indicated, set horizontal rails to requirements of the Building Code, ADAAG or OSHA Standards, whichever requires the more restrictive design. e. Base plate for vertical guardrail posts mounted to top of concrete surface: 1) 3/8 x 6 x 6 IN square plate. 2) Predrilled to accept four (4) anchors. 3) Provide a 2 IN DIA x 8 IN long solid aluminum rod welded to the base plate. 4) Fit the vertical post over the solid rod and weld the post to the base plate. f. Base plate for vertical guardrail post mounted to flange of metal structure: 1) 3/8 x 3 x 8 IN plate. 2) Predrilled to accept two (2) fasteners. 3) Provide a 2 IN DIA x 8 IN long solid aluminum rod welded to the base plate. 4) Fit the vertical post over the solid rod and weld the post to the base plate. g. Mounting bracket for vertical guardrail post mounted to vertical concrete surface or web of metal structural member: 1) Pair of 3/8 IN angles or bent plates. 2) Predrilled to accept two (2) fasteners each. 3) Weld angles or bent plates to vertical posts. h. Removable railing section base assembly: 1) Base plate for vertical posts mounted to concrete surface: a) 3/8 x 6 x 6 IN square plate. b) Predrilled to accept four (4) anchors. i. Base plate for vertical posts mounted to flange of metal structure: 1) 3/8 x 3 x 8 IN plate. 2) Predrilled to accept two (2) anchors. j. Provide 2 IN DIA x 10 IN long solid aluminum rod welded to the base plate. k. Provide 2 IN long pipe section to match vertical post: 1) Fit pipe over solid aluminum rod and weld to base plate. 2) Do not weld pipe section to solid aluminum rod. 1. Guardrail vertical post shall fit over solid rod and rest on pipe section: 1) Provide two (2) drilled and tapped holes in vertical guardrail post to accept set screws. 2) Set screws: 1/4 IN stainless steel. m. Completed assembly shall be designed to withstand the loading capacity specified. n. Provide 3/8 IN x 4 IN flat bar toeboards or 1/4 IN minimum thickness x 4 IN high extruded toeboard with stiffener ribs on back side at all. elevated walkways, platforms and stair landings, and where indicated on the Drawings or required by OSHA Standards. Fit exposed ends of guardrails and handrails with solid terminations: a. Return ends of handrail to wall, but do not attach to wall. • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05522 - 4 b. Where guardrail terminates at a wall, provide a vertical post located 4 IN off the wall to • center of post. 9. Preassemble items in shop to greatest extent possible to minimize field splicing and assembly of units at project site. B. Finish: 1. Architectural Class 1 coating per AA 45: a. AA-M12C22A41 clear anodized. C. Railing Fabrication: 1. All railings are to be welded systems. 2. Use wire welding for all joints. 3. All welding to be continuous in accordance with AWS C5.5 and AWS D1.2: a. All welded railing joints shall have full penetration welds unless noted otherwise. 4. All exposed welds to be ground smooth and flush to match and blend with adjoining surfaces. 5. No ragged edges, surface defects, or undercutting of adjoining surfaces will be accepted. 6. Finishing joints with filler is not acceptable. 7. Provide flush weld fittings using locking weld connectors or coped drive-on connectors. D. Install weeps to drain water from hollow sections of railing at exterior and high humidity conditions: 1. Drill 1/4 IN weep hole in railings closed at bottom: a. 1 1N above walkway surface at bottom of posts set in concrete. b. 1 IN above solid aluminum rod at posts having base plate. c. At low point of intermediate rails. d. Do not drill weep holes: 1) In bottom of base plate. • E. Expansion Joints: 1. Allow thermal expansion and contraction of railing while still meeting design loading requirements. F. Cable Railing: 1. Install intermediate cables between rails as shown on Drawing, where indicated. 2. Include termination and middle turnbuckles on all cables. PART 3 - EXECUTION 3.1 PREPARATION A. Prior to installation, inspect and verify condition of substrate: 1. Installation of product constitutes installer's acceptance of substrate condition for product compatibility. B. Correct surface defects or conditions which may interfere with or prevent a satisfactory installation: 1. Field welding aluminum is not permitted unless approved in writing by Engineer. 3.2 INSTALLATION A. Install handrails and guardrails to meet loading requirements of the Building Code. B. Install products in accordance with manufacturer's instructions. C. Set work accurately in location, alignment and elevation; plumb, level and true: 1. Measure from established lines and items which are to be built into concrete, masonry or similar construction. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05522 - 5 D. Align railings prior to securing in place to assure proper matching at butting and expansion joints and correct alignment throughout their length: • 1. Space vertical posts as required by loading requirements but not more than 4 FT on center. 2. Space handrail brackets as required by loading requirements but not more than 4 FT on center. 3. Provide shims as required. E. Install proper sized expansion joints based on temperature at time of installation and differential coefficient of expansion of materials in all railings as recommended by manufacturer: 1. Joints to be designed to allow expansion and contraction of railing and still meet design loads required. 2. Lubricate expansion joint splice baz for smooth movement of railing sections. F. Provide removable railing sections where indicated on Drawings. G. Attach handrails to walls or guazdrail with brackets designed for condition: 1. Provide brackets which provide a minimum 1-1/2 IN clearance between handrail and nearest obstruction: a. Handrails shall not project more than 4-1/2 IN into required stairway width. 2. Anchor handrail brackets to concrete or masonry walls with 1/2 IN stainless steel adhesive anchors with stainless steel hex head bolts. H. Anchor railings to concrete with minimum 1/2 IN stainless steel adhesive anchors with stainless steel bolts, nuts and washers unless noted otherwise in the Contract Documents: 1. Where exposed, bolts shall extend minimum 1/2 IN and maximum 3/4 IN above the top nut: a. If bolts aze cut off to required height, threads must be dressed to allow nuts to be removed without damage to the bolt or the nut. b. Bevel the top of the bolt after cutting to provide a smooth surface. I. Anchor railings to metal structure with minimum 3/4 IN stainless steel bolts, nuts and washers. J. Install toeboazds to fit tight to the walking surface: 1. Notch toeboazds at base plates or other obstructions. 2. Bottom of toeboazd shall not exceed 1/4 IN above walking surface. K. Coat aluminum in contact with dissimilaz metal or concrete in accordance with Section 09905. L. Provide railings as required for stair construction identified in Specification Section 05505. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 05522 - 6 • • DIVISION 6 WOOD AND PLASTICS • • • • SECTION 06100 ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Rough carpentry. 2. Framing with engineered wood products. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 05505 -Metal Fabrications. 4. Section 06180: Glue Laminated Construction. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Forest and Paper Association (AF&PA): a. NDS, National Design Specifications. 2. American Wood Preservers Association (AWPA): a. Book of Standards. b. Use Category System. 3. APA -The Engineered Wood Association (APA): • a. PRP-108, Performance Standards and Qualification Policy for Structural Use Panels. b. U450D, Storage and Handling of APA Trademarked Panels. c. D510, Panel. 4. ASTM International (ASTM): a. D2898, Standard Test Methods for Accelerated Weathering of Fire-Retardant-Treated Wood for Fire Testing. b. D4442, Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood-Base Materials. c. D4444, Standard Test Methods for Use and Calibration of Hand-Held Moisture Meters. d. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. 5. Environmental Protection Agency (EPA). 6. National Sanitation Foundation (NSF): a. 51, Food Equipment Materials. 7. Underwriters Laboratories, Inc. (UL): a. 723, Standard for Safety Test for Surface Burning Characteristics of Building Materials. 8. National Institute of Standards and Technology (KIST): a. PS 1, Construction and Industrial Plywood. b. PS 2, Performance Standard for Wood-Based Structural-Use Panels. c. PS 20, American Softwood Lumber Standard. 9. Western Wood Products Association (WWPA). 10. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code: B. Qualifications: 1. Wood Treatment Plant: AWPA M3. • 2. Treated Wood Inspection: AWPA M2. 00...60746 Bozeman WRF Phase i Improvements Project 7/11/2008 06100 - 1 C. Miscellaneous: 1. Factory marking: • a. Lumber and engineered wood products. 1) Identify type, grade, moisture content, inspection service, producing mill, and other qualities specified. 2) Marking may be omitted, as allowed by Building Code, if certificate of inspection is provided for each shipment. 3) Obtain engineered wood products from one source and by a single manufacturer. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication drawings of all fabricated items. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions for all products specified. 4. Certifications: a. Chemicals used in treatment process are registered with and approved by EPA. b. Moisture content of material prior to treatment: 25 percent maximum. c. Material has been kiln-dried after treatment (KDAT) to the moisture content specified. 5. Documentation of treatment of preservative and fire retardant treated material in accordance with standards referenced. 1.4 DELIVERY AND STORAGE A. Delivery, storage and handling of untreated wood products: 1. Lumber: As recommended by the grading agency indicated on the grade stamp. 2. Plywood: APA U450D. • 3. Engineered wood products: In accordance with manufacturer's recommendations. B. Delivery, storage, handling and disposal of treated wood products: AWPA M4. PART 2 - PRODUCTS 2.1 MATERIALS A. General: 1. Wood connectors: a. Simpson Strong-Tie Company, Inc. b. Southeastern Metals Manufacturing Company, Inc. 2. Lumber (for framing, blocking, milers, furring, grounds and similar members): a. DOC PS 20. b. Species: 1) Treated material: As indicated in the appropriate AWPA Standazd and as required to achieve UL rating listed herein. 2) Untreated material: a) For nominal sizes up to and including 2 x 4: Douglas Fir or Hem Fir or Spruce/Pine/Fir. b) For nominal sizes up to 2 IN thick and wider than 4 IN: Douglas Fir or Hem Fir or Spruce/Pine Fir. c. Grade: 1) For nominal sizes up to and including 2 x 4: Standard and better or Stud Grade. 2) For nominal sizes up to 2 IN thick and wider than 4 iN: #2 and better or Stud Grade. 3. Structural plywood: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06100 - 2 a. DOC PS 1. • b. APA PRP-108, D510. c. Sheathing: 1) Exposure: EXT. 2) Span Rating: a) All plywood furnished for a single span rating to be the same thickness. 3) Thickness: 15/32 IN. d. Non-structural plywood: 1) DOC PS1. 2) C-D plugged: a) Exposure: EXP 1. b) Thickness: As indicated on Drawings. e. Appearance Grade: A-C. 1) Exposure: EXT. 2) Thickness: As indicated on Drawings. 3) Sanded: 4) Provide at roof canopies. 4. Moisture content: a. Kiln-dry, ASTM D4442 and ASTM D4444. b. Lumber, 19 percent maximum. c. Wood structural panels plywood, 15 percent maximum. B. Preservative Treated Material: 1. Moisture content: a. Prior to treatment: 25 percent. b. Kiln-dry after treatment (KDAT), ASTM D4442 and ASTM D4444: 1) Lumber: 19 percent maximum. 2) Plywood: 18 percent maximum. 2. Preservative: • a. Waterborne, AWPA P5. b. As indicated in the appropriate AWPA commodity standards. 3. Pressure-treat material in accordance with AWPA C1 and the following: a. Lumber: C2, C 15. b. Plywood: C9. 4. Wherever practicable, material to be treated shall be manufactured in its final form prior to treatment. C. Fire-Retardant Treated Material (FRTM): 1. Maximum moisture content: a. Prior to treatment: 25 percent. b. Kiln-dry after treatment (KDAT), ASTM D4442 and ASTM D4444: 1) Lumber: 19 percent (KDAT). 2) Plywood: 15 percent (KD-15). 2. Fire-retardant preservative: a. Provide protection against decay: 1) EPA registered for use as a wood preservative. b. Shall not bleed-through or adversely affect bond of any finish. 3. Pressure-treat material in accordance with AWPA C1 and the following: a. Lumber: C20. b. Plywood: C27. 4. UL Classified: FR-S, UL 723. a. Exterior: No increase in classification when subjected to the Standard Rain Test, ASTM D2898. b. Provide UL mark on each piece of FRTM. 5. Maximum flame spread rating: 25, ASTM E84. • 6. Wherever practicable, material to be treated shall be manufactured in its final form prior to treatment . 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06100 - 3 7. Similar to Hoover Treated Wood Products, Inc.: a. Interior: "Pyro-Guard". • b. Exterior: "Exterior Fire-X". D. Fasteners and Anchors: Proper type, size, material, and fmish for application. 1. Nuts, bolts and washers: See Section 05505. 2. Expansion anchors: See Section 05505. 3. Adhesive anchors: See Section 05505. 4. Miscellaneous Exterior Wood Trim: S4S clear cedar. E. Engineered Wood Products -General: 1. Provide engineered wood products acceptable to local building code authorities. a. Provided engineered wood products with allowable design stresses, as published by manufacturer, which meet or exceed those indicated. b. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis, and demonstrated by comprehensive testing performed by a qualified independent testing agency. c. Comply with APA (Engineered Wood Association) standards and recommendations. F. Laminated Veneer Lumber (LVL): 1. Lumber Manufactured by laminating wood veneers in a continuous press using an exterior type adhesive complying with ASTM-D2559 to produce members with grain of veneers parallel to their lengths and complying with following requirements: a. Extreme fiber stress in bending: 2250 PSI for 12 IN nominal depth members. b. Modulus of elasticity: 1,900,000 PSI. c. Shear modulus: 118,750 PSI. d. Compression parallel to grain: 2510 PSI. e. Compression perpendicular to grain: 750 PSI. f. Horizontal shear: 285 PSI. PART 3 - EXECUTION • 3.1 PREPARATION A. Verify measurements, dimensions, and shop drawing details before proceeding. B. Coordinate location of furring, nailers, blocking, grounds and similar supports for attached work. C. Eliminate sharp projections which would puncture roofing, flashing or underlayment material. 3.2 ERECTION AND INSTALLATION A. General: 1. Provide treated material in accordance with appropriate AWPA standard for intended end use. Provide preservative treated material for all wood used: a. Outside building. b. Below grade. Provide fire-retardant treated material for all wood used: a. Inside building. b. Within exterior building walls including parapets. c. In roof construction. d. For roofmg nailers. Field treat cuts and holes in preservative and fire-retardant treated material in accordance with AWPA M4. B. Attach work securely by anchoring and fastening as indicated or required to support applied loading. 1. Provide washers under bolt heads and nuts. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06100 - 4 • 2. Fasten plywood in accordance with APA recommendations, and as indicated on the Drawings. 3. Use galvanized nails and fasteners unless indicated otherwise. 4. Use common wire nails or screws for general work. 5. Use fasteners of size that will not penetrate members where opposite side will be exposed to view or receive fmish materials. 6. Install fasteners without splitting of wood; predrill as required. 7. Do not drive threaded friction type fasteners. 8. Tighten bolts and lag screws at installation and retighten as required. C. Set work to required levels and lines, plumb, true. 1. Shim as required. 2. Cut and fit accurately. D. Provide wood grounds, nailers, or blocking where required for attachment of other work and surface applied items. 1. Form to shapes indicated or required. 2. Grounds: a. Dressed, key beveled lumber minimum 1-1/2 IN wide of thickness required to bring face of ground even with fmish material. b. Remove temporary grounds when no longer required. 3. Install roofing nailers as indicated: a. Install per roofing manufacturer's recommendations. b. Match height of nailers to insulation. c. Anchor nailers to resist force of 75 PLF. d. Use minimum of three (3) anchors for each nailer with 1/2 IN vent spaces between lengths of nailers. e. Install nailers over vapor retarder where indicated. • E. Install wood furring plumb and level with closure strips at all edges and openings. F. When wood has been exposed to moisture allow to completely dry out prior to covering with additional wood or another material. G. Correct or replace wood which shows bowing, warping or twisting to provide a straight, plumb and level substrate for applications of other materials. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 06100 - 5 • • • SECTION 06180. GLUE LAMINATED CONSTRUCTION PART 1 - GENERAL 1.1 QUALITY ASSURANCE A. Standard specification: 1. Conform to ANSUAITC A190.1-02, "Standard for Structural Glued Laminated Timber." 2. Fabrication and erection in accordance with AITC 117-224: "Standard Specifications for Structural Glued Laminated Timber of Softwood Species." B. Conform to Standard Specifications and AITC Inspection manua1200-04. C. Moisture content 8 to 12 percent. D. Fabricator: members of AITC who have been in good standing continuously for 2 years. 1.2 SUBMITTALS A. Shop drawings: 1. Include complete fabrication and installation details. a. Steel connections to glue laminated members detailed by glue laminated fabricator. B. Product data: 1. Prior to delivery of members a duly executed, AITC "Certificate of Conformance" stating • that glue laminated lumber conforms to these specifications. C. Contract closeout information: 1. Warranty. 1.3 WARRANTY A. Provide 3 year written warranty covering structural integrity of system to include delamination and connection failure. B. Provide 1 year warranty of factory finish. C. Warranty signed jointly by Manufacturer, Installer and Contractor. PART 2 - PRODUCTS 2.1 LUMBER A. Douglas fir meeting structural requirements and lamination specifications AITC 117-2004. 2.2 ADHESIVE A. Exterior type, conforming to AITC 405-2005. 2.3 APPEARANCE GRADE A. Architectural appearance grade for exposed members, conforming to AITC 110-2001. B. Industrial appearance grade for enclosed members. C. Exposed corners to have '/a IN radius eased edge. • 2.4 CAMBER 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 06180 - 1 A. Camber beams as noted on structural drawings. 2.5 DETAILED REQUIREMENTS • A. See Structural Notes on drawings. 2.6 PROTECTION A. Conform to AITC 111, except as modified herin and on drawings "Recommended Practice for Protection of Structural Glued Laminated Timber During Transit, Storage, and Erection." B. Wrapping: 1. Individually wrap members (except Industrial Appearance) and maintain original or approved wrapping until building is weather tight and Architect gives approval for removal. 2. If subsequent construction precludes leaving wrappings on members, provide other protection as required to preserve appearance. 2.7 SHOP SEALER A. One coat of clear penetrating sealer after fabrication completed. B. Sealer to be compatible with finish. PART 3 - EXECUTION 3.1 EXECUTION A. Preparatory Work: 1. Carefully unload and handle members at job site to prevent surface marring and damage. 2. If stored before erection, place on blocks well off ground with individual members separated by strips to allow air circulation. • 3. Cover top and sides of storage piles with moisture resistant paper. 4. Do not use clear polyethylene films. 5. Leave wrapping paper intact. 6. Slit individual wrapping or puncture on lower side to permit drainage of water which may accumulate. 7. Before erection, check assembly for damage from water or handling, prescribed overall dimension, prescribed camber, and accuracy of anchorage connection. 8. Check accuracy and adequacy of necessary abutments, piers, foundations and anchor bolts, before erection starts. 9. Ensure supports and anchors are complete, accessible and free of obstructions. 10. Determine weights and balance points of members before lifting begins, so that proper equipment and lifting methods may be employed. 3.2 ERECTION A. Plan and execute erection so that close fit and neat appearance of joints and structure as a whole will not be impaired. B. When hoisting members, use padded or non-marring slings. C. Protect corners with wood blocking. D. Leave wrapping paper intact until members are enclosed within structure. E. If wrapping must be removed at certain connection points during erection, replace after connection is made or otherwise protect. F. If impractical to replace wrapping, remove it. G. Adequately brace members during erection to hold them in a safe position until full stability is • provided. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 06180 - 2 • 3.3 INSTALLATION A. Install in accurate locations as shown on drawings. B. Secure as detailed or required for strength and rigidity. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 06180 - 3 • • . SECTION 06200 FINISH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Finish carpentry. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 06100 -Rough Carpentry. 4. Section 06410 -Architectural Cabinetwork (Millwork). 5. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. A161.2, Decorative Laminate Countertops, Performance Standards for Fabricated High Pressure. b. A208.1, Particleboard. 2. Architectural Woodwork Institute (AWI): a. Architectural Woodwork Quality Standards. • B. Qualifications: 1. Workmanship and materials shall meet AWI custom grade standards. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication drawings of alI fabricated items. a. Details of all window stools and trim. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Samples: a. Manufacturer's complete line of solid surface material. b. Wood Trim. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS 1. Stain and varnish: a. Pratt and Lambert. b. Cabot. c. PPG/Rez. B. Submit request for substitution in accordance with Specification Section 01640. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 06200 - 1 2.2 MATERIALS A. Softwood Trim: Solid, S4S: 1. AWI 300 custom grade, Grade II, for exposed surfaces. 2. Exposed: Clear cedar or fir. 3. Other locations: Any hardwood. B. T&G Wood Decking. 1. Softwood: clear cedar or fir. 2. Nominal 3.4 x 4 IN. 3. Provide at exposed ceilings as indicated on the Drawings. PART 3 - EXECUTION 3.1 INSTALLATION • A. Set items in proper location, assemble, level, neatly fit and secure in place. B. Finish panel edges to match exterior surfaces. C. Assemble using concealed fasteners. D. Provide access panels if installed work covers mechanical, electrical or other items requiring access. E. Provide intermediate supports for shelving exceeding 42 IN in length. F. Dado and glue hardwood edging in place. 1. Remove all excess glue prior to fmishing. G. Set all nails. H. Fill holes. • I. Sand smooth before application of finishes. J. Finishing Softwood: 1. Apply all materials in accordance with manufacturer's recommendations. 2. Set all nails. 3. Sand smooth. 4. Apply stain. 5. Apply one coat of gloss varnish specified cut 10 percent with paint thinner recommended by manufacturer. 6. Sand and dust. 7. Fill all nail holes, manufacturing defects, etc., with wood filler which has been tinted to match color of stain. 8. Apply one coat gloss varnish specified at full strength. 9, Sand and dust. 10. Apply final coat of satin varnish specified at full strength. END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 06200 - 2 • SECTION 06410 ARCHITECTURAL CABINETWORK (MILLWORK) (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Architectural cabinetwork: a. Kitchen/Conference Room. b. Offices. c. Control Room. d. Reception azeas. B. Related Sections include but aze not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07900 -Joint Sealants. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Hazdboazd Association/American National Standazds Institute (AHA/ANSI): a. A135.4, Basic Hazdboazd. 2. American National Standards Institute (ANSI): a. A 161.2, Decorative Laminate Countertops, Performance Standazds for Fabricated High • Pressure. b. A208.1, Particleboard. c. A208.2, Medium Density Fiberboard. 3. ASTM International (ASTM): a. D4442, Standazd Test Methods for Direct Moisture Content Measurement of Wood and Wood-Base Materials. b. D4444, Standazd Test Methods for Use and Calibration of Hand-Held Moisture Meters. 4. American Wood Preservers Association (AWPA): a. Book of Standards. b. Use Category System. 5. Architectural Woodwork Institute (AWI): a. Architectural Woodwork Quality Standards. 6. Hardwood Plywood and Veneer Association (HPVA): a. HP-1, Standard for Hardwood and Decorative Plywood. 7. National Electrical Manufacturers Association (NEMA): a. LD 3, High-Pressure Decorative Laminates. B. Qualifications: _ 1. Fabricator shall have minimum of 10 years experience in design and fabrication of architectural cabinetwork with minimum of three (3) successfully completed projects with similaz scope in the last two (2) years. C. Miscellaneous: 1. Construction details, fastening, tolerances and workmanship: AWI custom grade standards with exceptions indicated. 1.3 DEFINITIONS A. Architectural Cabinetwork: Millwork. • B. Exposed Surfaces: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 1 1. All surfaces visible when doors and drawers are closed, inside of doors, and: a. Door and drawer fronts and their edges. • b. Exposed end. c. Countertop and backsplash and their exposed edges. d. Face frame (if used). e. Interior of open cabinets. f. Toe strip not to be covered by separate base. g. Wall mounted adjustable shelves. h. Bottom of wall case over 4 FT above floor. i. .Top of wall and tall cases below 6 FT above floor. C. Concealed Surfaces: 1. Surfaces not visible after installation, and: a. Web frames. b. Dust panels. D. Semi-Exposed Surfaces: 1. All other surfaces not exposed or concealed. 1.4 SYSTEM DESCRIPTION A. Fabricated cabinets including all hardware, countertops, and finishing thereof. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. • 3. Fabrication drawings and details showing compliance with this Specification. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Millwork fabricator experience qualifications. 3. Listing of millwork fabricators projects within last two (2) years with similar scope. C. Samples: 1. Plastic laminate color and finish samples for Engineer's selection: a. Allow for three (3) different laminate colors. 2. PVC edging: Manufacturer's complete line of color samples. 3. Wood Stain and varnish samples on veneer specified for Engineer's selection: a. Allow for three (3) different stain colors. 4. Solid surface material manufacturer's complete line of color samples including custom colors: . a. Allow for three (3) different colors. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver all millwork items, window stools, and countertops to the Project Site and store in the area in which items will be installed: 1. Building areas to receive millwork items shall be enclosed, weathertight and conditioned to a relative humidity between 25 percent and 55 percent before, during and after installation. 2. Remove any plastic packaging or wrapping from millwork upon delivery to Project Site. 3. Protect stored items from damage with vapor-permeable covering during storage. 4. Allow material to acclimate to the surrounding environment a minimum of 96 HRS prior to installation. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 2 PART 2 - PRODUCTS • 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Plastic laminate: a. Formica Corp. b. Nevamar Corp. c. Wilsonart International. 2. Plastic overlay panel products: a. Simpson Timber Co. b. Sel-Ply Division/Medford Corp. c. Willamette Industries. , d. Formica Corporation. 3. Cabinet hardware: a. Epco. b. Faultless. c. Grant. d. Ives. e. Knape & Vogt. f. McKinney. g. National Lock Co. h. Rockford Process Control, Inc. i. Stanley. j. Styhnark. k. Webber-Knapp. 4. Fire-rated particleboard: • a. Willamette Industries. 5. Glass: See Section 08800. 6. Stain and varnish: a. Cabot. b. PPG/Rez c. Pratt and Lambert. 7. Sealants: See Section 07900. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Plastic Laminate: 1. NEMA LD 3high-pressure laminate, matte finish. 2. Countertops and backsplashes and their edges: Grade FR50, 0.050 IN thick. 3. All other exposed surfaces: Grade GP28, 0.028 IN thick. 4. All other exposed and semi-exposed surfaces: Grade FR32, 0.032 IN. 5. Semi-exposed backer sheet: Grade CL20, 0.020 IN thick; color to match plastic overlay. 6. Concealed backer sheet: Grade BK20, 0.020 IN thick. 7. For fire rated use Grade FR32, 0.032 IN thick backer sheet. B. Plastic Overlay: 1. Resin impregnated paper overlay hot press cured onto substrates with backer/balance sheet. 2. Conform to NEMA requirements for "general purpose" decorative board (not "light duty" liner type). 3. Satin finish: Opaque color. 4. Resin: Polyester; phenolic resin may be used on concealed surfaces. 5. Color: Beige. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 3 C. Particleboard: 1. Three-ply, medium density industrial particleboard. • 2. ANSI A208.1: Grade M-2 or M-3. 3. Density: 45 pcf minimum. 4. Particleboard used for countertops: a. ANSI A161.2. b. Moisture resistant. D. Fiberboard: 1. Medium density wood fiberboard. 2. ANSI A208.2: Interior Grade M. E. Hardboard: 1. Tempered, smooth on both sides. 2. AHA/ANSI A135.4: Class 1, S2S. F. Hardwood Plywood: 1. Species: Alder, Birch or Maple. 2. Plain sliced. 3. Veneer or particle core. 4. HPVA HP-1, Grade A. 5. Hardwood plywood for drawer boxes: a. Species: Alder or Birch. b. HPVA HP-1, Grade A. c. Similar to States Industries "Appleply". G. Plywood: Softwood plywood, A grade. H. Hardwood: 1. Solid, S4S. 2. AWI 300 custom grade, Grade II, for exposed surfaces. • 3. Exposed: Species to match veneer plywood unless noted otherwise on Drawings. 4. Other locations: Any matching hardwood. I. PVC Edging: 1. Polyvinyl chloride edge banding, machine applied and trimmed: a. Hot melt glue per PVC manufacturer's recommendations. b. T-edging will not be allowed. J. Preservative Treated Lumber: 1. Preservative: Waterborne, AWPA P5. 2. Moisture content: a. Prior to treatment: 25 percent. b. Kiln-dry after treatment (KDAT), ASTM D4442, ASTM. D4444: 19 percent maximum. 3. Pressure treat material in accordance with AWPA C1, C2, C15 and C31. K. Sealant: 1. Silicone. 2. See Section 07900. 2.3 FABRICATION A. General: 1. Cabinetwork: Custom shop or factory built casework, complete with all hardware, accessories, countertops and bases in sizes and configurations indicated. 2. Style: Reveal overlay doors and drawer fronts overlapping case body with uniform reveal at all edges. 3. Case body: a. All joints glued. b. Top and bottom (and fixed horizontals): • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 4 • 1) Lock jointed and screwed. 2) Dadoed or rabbeted into ends/dividers. 3) Doweled at approximately 2-1/2 IN OC. c. Back: Dadoed into top, sides, and bottom. d. Fixed small compartment dividers: Dadoed. 4. Drawers (with subfront): a. All joints glued. b. All comers: 1) Dovetailed or doweled. 2) Front corners dovetailed and back corners lock jointed. 3) Sides dadoed for front and back and all joints nailed, stapled or screwed. c. Bottom: Dadoed into all four sides. d: Front: Screwed onto subfront. e. Top edges of drawer box rounded. 5. Drawers (without subfront): a. All joints glued. b. Front corners dovetailed or doweled. c. Back corners: 1) Dovetailed, doweled, or lock jointed. 2) Sides dadoed for back and corner nailed or screwed. d. Bottom: Dadoed into all four sides. e. Top edges of drawer sides and back rounded. 6. Plastic laminate countertops: a. Use maximum size sheet of laminate to eliminate joints in laminate. b. Backsplash: Glued and screwed onto top, with edges scribed. c. If joints in plastic laminate are required locate not closer than 24 IN to sinks. d. Joints in counter length: Factory fitted, splined, glued, and mechanically fastened. e. Apply laminate front edge before top laminate. • f. 3/4 IN thick, built up to 1-1/4 IN at edges. g. Colors: 1) Color of laminate on edges: Same as top. 7. PVC edging: a. Thickness: 1) Case body: 1 mm. 2) Door and drawer edges: 3 mm. b. Color: 1) I mm thick: Match adjacent plastic laminate. 2) 3 mm thick: Accent color to be selected by Engineer from manufacturer's complete line of color samples. 8. Use no blocking or fasteners in exposed or semi-exposed locations. 9. Allow for two (2) different cabinet face colors. B. Hardware: 1. Hardware for hinged doors: a. Hinges: 1) Five (5) knuckle, wraparound type with hospital type tips. 2) Not less than 2-1/2 IN long. 3) Minimum three (3) screws each leaf. 4) For doors up to 48 IN high: Two (2) hinges. 5) For doors over 48 IN high: Three (3) hinges. 6) Finish: a) Stainless steel, BHMA 630. b) Color: Chrome. 7) Similar to Rockford Process Control "Overlay" hinge. b. Catch: • 1) Heavy duty, roller catch. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 5 2) Case and strike: Wrought steel. 3) Roller: Rubber. • 4) Similar to Ives 338. 5) Finish: Bright nickel plated, clear coated. 2. Hardware for drawers: a. Slides: KV 8400 series; 100 LB capacity, precision steel ball bearings, positive closing and pull out stops, drawer removable without use of tools; telescoping full extension slides, epoxy-coated with white finish. b. Lock: Provide where indicated. c. For file drawers: Label holder and file hanger frame. 3. Pulls: a. Steel wire. b. 4 IN centers. c. 5/16 IN (8 mm) DIA. d. Provide two (2) on drawers over 18 IN wide. e. Finish: 1) Powder coated. 2) Color: To be selected by Engineer. 4. Locks: a. Pin tumbler cylinder cam locks. b. Material: Brass. c. Finish: Chrome plated, US 26D. d. Similar to National C8100 series. e. Provide two (2) keys for each lock. f. Master key as directed. 5. Shelf supports (drilled hole type): a. 5 mm holes drilled at 32 mm OC. b. Shelf clips: 1) Injection molded plastic. • 2) Two (2) 5 mm pins to interface with drilled holes. 3) Anti-tip feature: Designed to retain either 3/4 IN or 1 IN thick shelf. 4) Color: White. 5) Similar to KV 339/340. 6. Countertop support brackets: a. Custom fabricated steel brackets as shown on Drawings. b. Steel tube: 1) Size: 1-1/2 IN x 1-1/2 IN. 2) See Section 05500. 3) Finish: a) Powder coated. b) Color: Black. C. Plastic Laminate Casework Fabrication: 1. Finishes for non-fire-rated cabinets: a. All exposed surfaces: Plastic laminate. b. All semi-exposed surfaces not covered with plastic laminate backer sheet (except hardwood): Plastic overlay. 2. Edges: a. Edges of case body members: 1 mm PVC. b. All other exposed and semi-exposed edges: 3 mm PVC. 3. Case body members (except backs not exposed): a. Minimum 3/4 IN thick particleboard. b. Base unit top: 1) Use either full subtop or web frame. 2) Web frames: Hardwood. c. Provide drawer lock rails at all drawers. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 6 d. Provide backs on all cabinets. • 4. Unexposed case back: a. Tempered hazdboazd. b. Minimum 1/4 IN thick. a Full bound: Capture and glue back panel in dado at top, sides and bottom of case. 5. Shelves: a. Minimum 3/4 IN thick particleboard. b. 1 IN thick if over 36 IN between supports. 6. Doors: a. Particleboard: 1) Up to 26 IN wide or 48 IN high: 3/4 IN thick. 2) Up to 36 IN wide or 66 IN high: 1-1/4 IN thick. 3) Over 36 IN wide and 66 IN high: 1-3/8 IN thick, solid core per Section 08210. 7. Drawers: a. Fronts: 3/4 IN thick particleboard. b. Subfront, sides and back: 1/2 IN thick hardwood plywood. a Bottom: 1) Minimum 1/4 IN thick hardboard, captured four (4) sides with 3/8 IN standing shoulder. 2) Over 18 IN wide provide intermediate reinforcing rails. 8. Case base: a. Separate Ladder style base.. b. Preservative treated lumber. c. Provide concealed fastening of cabinet body to base: 1) Fasteners through bottom of casework will not be accepted. 9. Small compartment dividers and dust panels: 1/4 IN thick particleboazd. 10. Filler panels and scribe pieces: Particleboard; provide as required to fit standazd size units • 11. to space. Wood Veneer Casework Fabrication: a. Finishes: 1) All exposed surfaces: Hazdwood or hardwood veneer. 2) All semi-exposed surfaces (except hardwood): Plastic overlay. 3) Edges of case body member edges: Minimum 1/2 IN hardwood. 4) Edges of doors, drawer fronts and other exposed edges: Hardwood or hazdwood veneer. b. Case body members (except backs not exposed): 1) Minimum 3/4 IN thick: a) Exposed members: Hardwood plywood or hardwood. b) Semi-exposed members: Particleboard. c) Base unit top: Use either full subtop or web frame: (1) Web frames and face frames: S4S Lumber. d) Provide drawer lock rails at all drawers. e} Provide hardwood edging on all exposed edges of particleboard. f) Provide backs on all cabinets. c. Unexposed case back: 1) Tempered hardboard. 2) Minimum 1/4 IN thick. d. Full bound: Capture and glue back panel in dado at top, sides and bottom of case. e. Shelves: 1) Minimum 3/4 IN thick. 2) 1 IN thick if over 361N between supports. 3) Exposed: Hardwood plywood. 4) Shelf edge: Minimum 1/2 IN hardwood. 5) Semi-exposed: Particleboard. • f. Doors: 1) Hazdwood l wood p y : 00...60'746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 7 a) Up to 26 x 48 IN: 3/4 IN thick. b) Up to 36 x 66 IN: 1-1/4 IN thick. • c) Over 36 x 66 IN: 1-3/8 IN thick, solid core per Section 08210. 2) Provide hardwood edges on all sides. g. Drawers: 1) Fronts: 3/4 IN thick hardwood plywood, with hardwood edges. 2) Subfront sides and back: 1/2 IN thick hardwood. 3) Bottom: a) 1/4 IN thick, minimum, hardboard; over 18 IN wide provide intermediate reinforcing rails. h. Case base: 1) Separate ladder style base. 2) Moisture resistant softwood lumber or plywood. i. Small compartment dividers and dust panels: 1/4 IN thick hardboard. j. Filler panels and scribe pieces: Hardwood plywood; provide as required to fit standard units to space. k. Finishing hardwood: 1) Set all nails. 2) Sand smooth. 3) Apply stain in accordance with manufacturer's recommendations. 4) Apply one coat of varnish specified cut 10 percent with paint thinner recommended by manufacturer. 5) Sand and dust. 6) Fill all nail holes, manufacturing defects, etc., with wood filler which has been tinted to match color of stain. 7) Apply one coat gloss varnish specified at full strength. 8) Sand and dust. 9) Apply final coat of satin varnish specified at full strength. D. Case Configuration: • 1. Similar reveal, approximately 1/4 IN at all sides, top and bottom of doors and drawer fronts, and between doors and drawer fronts in same unit. 2. Double door units: No vertical rail or divider between doors unless called for or unless locks are called for. 3. Toe space: a. 4 IN high by approximately 3 IN deep. b. Provide on front of each base unit unless otherwise noted. 4. Pairs of sliding doors: Equal width; overlap 1 1N. 5. Countertop: Overhang front and exposed ends 1 IN. 6. Hardware mounting: a. Drawers: Center pull in front, horizontally. b. Drawers with two pulls: Set pulls at 1/4 points. c. Swinging doors: 1) Set pull in swing side corner: a) Base units: Horizontally at top of door. b) Wall units: Vertically at bottom of door. 7. Adjustable shelves: a. Use drilled hole supports. b. Depth:. 1/2 IN less than inside cabinet depth. a Width: 1/8 IN, maximum, less than inside cabinet width. PART 3 - EXECUTION 3.1 PREPARATION A. Verify dimensions at site. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 8 • B. Verify locations of items furnished in other sections. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide balanced construction on each plastic laminated item. C. Use manufacturer's printed instructions or drawings in all cases where items or details are not indicated. D. Provide all trim, fillers, closures, stands, supports, sleeves, collars, escutcheons, brackets, braces or other miscellaneous items required for complete installation. E. Test and adjust for satisfactory operation. F. Seal components with silicone sealants in accordance with AWI Standards and as recommended by Solid Surface Materials manufacturer: 1. Seal joints in plastic laminate countertops before assembly. 2. Seal joints between backsplashes and endsplashes and countertops. 3. Seal joints where backsplashes and endsplashes meet adjoining surfaces. G. Adjust hinges so doors hang straight. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06410 - 9 • • • SECTION. 06610 FIBERGLASS REINFORCED PLASTIC FABRICATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Fiberglass reinforced plastic plastic grating and cover. B. Related Sections include but are not necessazily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standazds Institute (ANSI): a. A14.3, Ladders -Fixed -Safety Requirements. 2. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910, Occupational Safety and Health Standazds, referred to herein as OSHA Standazds. 3. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. • 1.3 DEFINITIONS A. Skid-resistant: L Manufacturer's standazd applied abrasive grit coating. 2. Abrasive coated tape is not acceptable. 1.4 SYSTEM DESCRIPTION A. All fiberglass reinforced plastic support systems shall be designed by a registered professional structural engineer licensed in the State of Montana. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Plan showing profile, location, section and details of each item including anchorage or support system(s). b. Locations and type of expansion joints. c. Materials of construction including shop applied coatings. d. Listing of all accessory items being provided indicating material, fmish, etc. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendations on reinforcing field cut openings. 4. Manufacturer's full line of colors available for each component. B. Miscellaneous Submittals: • 1. Certification of Structural Engineer's qualifications. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06610 - 1 2. Complete design calculations of all supporting structure and fastening conditions: a. Design calculations to be for information only. • b. Engineer will not review or take any action on submittal. 3. Certification that all components and systems have been designed and fabricated to meet the loading requirements specified. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver and handle each item to preclude damage. B. Store all items on skids above ground. 1. Keep free of dirt and other foreign matter which will damage items or fmish and protect from corrosion and UV exposure. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Grating and solid plate: a. International Grating Inc. b. IKG Industries. c. Fibergrate Composite Structures International. d. Enduro Composite Systems. e. Strongwell. f. Seasafe, Inc. 2. Modular Framing System: a. AICKIN. • b. Enduro Composite Systems. c. Unistrut. d. Seasafe, Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Gratings, Solid Plate, and Modular Framing Systems: 1. Polyester resin with fiberglass reinforcing. 2. Color: To be selected by Engineer when more than one color is available for any one component. B. Fasteners, Clips, Saddles, and Miscellaneous Components: 1. Fiberglass where possible. 2. Stainless steel may be used if fiberglass component is not available. C. Adhesive: Recommended by manufacturer. D. Skid-resistant Surfacing: Manufacturer-applied abrasive grit coating. 2.3 FABRICATION A. General: 1. Verify field conditions and dimensions prior to fabrication. 2. Chemical resistance: 1) System shall be capable of withstanding immersion in domestic sewage. 3. Preassemble items in shop to greatest extent possible. 4. All components shall be treated with UV inhibitor. 5. Drill or punch holes with smooth edges. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 06610 - 2 • B. Grating and Solid Plate Material: 1. Design live load: a. 100 psf uniform live load. b. 300 LBS concentrated load. c. Maximum deflection of U300 of span under a superimposed live load. d. Design for the most severe loading condition noted above. 2. Minimum grating depth: 1-1/2 IN. 3. Bar span: Maximum of 1-1/21N center to center. 4. Wallcing surface: Manufacturer's standard applied abrasive grit coating. 5. Bearing bars and cross-bars to be fabricated at the same time creating aone-piece type construction. C. Embedded Grating Supports: I. Fiberglass. 2. Size to suit depth of grating. 3. Provide leg or strap for embedding and anchoring into concrete. 4. Similar to Duradek Fiberglass Curb Angle by Strongwell. D. Modular Framing System: 1. Material: Heavy duty pultruded polyester resin. 2. Shapes as required for condition. 3. Fasteners: Stainless steel or fiberglass. 4. Provide- end caps for all exposed terminations. PART 3 - EXECUTION 3.1 INSTALLATION • A. Install products in accordance with manufacturer's instructions. B. Set work accurately in location, alignment and elevation, plumb, level, and true. 1. Measure from established lines and levels. 2. Provide temporary bracing or anchors in formwork for items which are to be built into concrete, masonry or similar construction. 3. Tolerances: a. Maximum variation from plumb in vertical line: 1/8 IN in 3 FT. b. Maximum variation from level of horizontal line: 1/4 IN in 20 FT. c. Maximum variation from plan location: 1/4 IN in 20 FT. C. Coat all exposed surfaces of stainless steel fasteners with minimum 15 mil gel coating to match component being anchored. D. Attach grating to each end and intermediate support clip or saddle with bolts, nuts and washers. 1. Maximum spacing: 2 FT OC with minimum of two per side. 2. Attach clips or saddles to bearing bars only. 3. Reinforce all field cut openings in accordance with manufacturer's recommendations. E. File cut ends of all fiberglass to a 1/32 IN radius. F. Seal cut ends of all items with catalyzed resin as recommended by manufacturer. I . Provide same resin used in fabrication of item as a minimum. G. Provide all modular framing components as required to suit condition. 1. Install in accordance with manufacturer's recommendations. END OF SECTION .7 00...60746 Bozeman WRF Phase 1 Improvements Project 7/112008 06610 - 3 • • • • DIVISION 7 THERMAL AND MOISTURE PROTECTION • • • • SECTION 07120 FLUID APPLIED WATERPROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Fluid applied waterproofing. 2. Specific concrete finishing requirements. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Division 3 -Concrete. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. C836, Standard Specification for High Solids Content, Cold Liquid-Applied Elastomeric Waterproofing Membrane for Use with Separate Wearing Course. B. Qualifications: 1. Applicator licensed or approved in writing by manufacturer. 2. Applicator shall have minimum of 10 years experience in application of products specified. . C. Miscellaneous: Manufacturer's authorized representative shall review substrate preparation and provide written approval of substrate prior to installation of product. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Details showing special conditions. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Certification of Applicator qualifications. 5. Applicator's experience record. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Manufacturer's written approval of substrate. 3. Warranty. 1.5 WARRANTY • A. Provide written warranty signed jointly by Applicator and manufacturer. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07120 - 1 B. Warranty for period of five (5) years from date of acceptance by Owner. C. Warranty waterproof integrity of installation, adhesion to substrate, and surface degradation. • D. Repair and/or replace waterproofmg that fails during warranty period. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Waterproofmg system: a. "TREMproof 201/60" - Tremco Sealants and Waterproofing. b. "Scotch-Clad" buried Membrane System - 3M Co. c. "Vulkem 201/222" - Mameco Int. d. "Duramen H500, V500" - Pecora Corp. 2.2 MATERIALS A. Primer: Manufacturer's recommended primer appropriate to substrate. B. Waterproofing System: 1. One (1) component, moisture curing polyurethane elastomer meeting requirements of ASTM C836. 2. Flowing type for surfaces up to 5 percent slope. 3. Non-flow type for surfaces exceeding 5 percent. C. Adhesive: Manufacturer's standard. D. Flashing Reinforcement: Woven uncoated fiberglass mesh. • E. Sealant: Manufacturer's standard. F. Protection Board: Fiberboard or expanded polystyrene, 1 IN thick acceptable to waterproofing manufacturer. G. Backer Rod: Closed cell polyurethane foam rod. PART 3 - EXECUTION 3.1 PREPARATION A. Cure concrete and masonry in accordance with manufacturer's recommendations: 1. Verify moisture content does not exceed manufacturer's maximum allowable. B. Remove surface contamination by abrasive blasting or high pressure water blast. C. Patch holes and voids in accordance with Section 03348 and coating manufacturer's recommendations. D. Prepare substrate per manufacturer's printed instructions. 3.2 APPLICATION AND INSTALLATION A. Apply waterproofing in accordance with manufacturer's printed instructions: 1. Provide minimum 60 mil dry fihn thickness. 2. Apply waterproofing to the exterior side of vertical concrete wall surfaces (surfaces against earth) where finished interior building space occurs on the opposite side of the wall and where indicated on the Drawings. B. Verify that concrete has been troweled and broomed, free of fins, ridges or voids. • 00...60746 Bozeman WRF Phase 1 Lnprovements Project 7/11/2008 07120 - 2 • 1. Start of installation constitutes acceptance of substrate. C. Ensure that curing agents used are compatible with coating system. D. Clean and prime all metal surfaces. E. Protect adjacent surfaces. F. Extend coating over all previously flashed areas. G. Allow vertical applications to cure minimum of 12 HRS at 75 DegF prior to backfilling or as recommended by manufacturer. H. Install protection board. 1. Protection board is to be installed in addition to any rigid polystyrene perimeter insulation specified. a. Secure protection board as required to prevent displacement during backfilling. b. All mechanical fasteners used for securing the protection board that penetrate the membrane must be re-sealed prior to backfilling. END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07120 - 3 • J • SECTION 07162 DAMPPROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Dampproofing. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Division 3 -Concrete. 4. Division 4 -Masonry. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. D 1227, Standard Specification for Emulsified Asphalt Used As a Protective Coating for Roofmg. B. Qualifications: 1. Licensed or approved in writing by coating manufacturer. 1.3 DEFINITIONS • A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Aclrnowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. B. Warranty. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Applicator qualifications. 1.5 WARRANTY A. Provide written warranty signed jointly by applicator and manufacturer. B. Warranty for period of five (5) years from date of acceptance by Owner. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07162 - 1 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Dampproofmg system: a. Karnak 83 or 86 -Karnak Chemical Corporation. b. Hydrocide 700 or 700B - Sonneborn. c. Sealmastic Type 2 or 3 - W. R. Meadows Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Dampproofmg: 1. Fibrated asphalt emulsion coating for trowel, spray or brush application. 2. Primer as recommended by coating manufacturer. 3. ASTM D1227, Type 1. PART 3 - EXECUTION 3.1 PREPARATION A. Allow masonry and/or concrete to cure per manufacturer's recommendations. 3.2 APPLICATION • A. Install products in accordance with manufacturer's instructions. B. Apply dampproofmg to exterior face of exterior walls below Bade to top of footings. Extend • coating to fmished grade line. C. Apply two (2) coats each at manufacturer's recommended coverage rates. D. Do not backfill for 48 HRS; however, backfillmg is to be completed within seven (7) days of coating application. E. Provide protection for coating during backfilling operation. F. Repair any damage to coating caused prior to or during backfilling. G. Remove coating from adjacent surfaces as required. 3.3 FIELD QUALITY CONTROL A. Test wet film thickness and comply with listed manufacturer's recommended coverage rates. __ 1. Apply additional material as required. END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07162 - 2 • SECTION 07176 LIQUID WATER REPELLENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Liquid water repellent Type 1 and Type 2. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04210 -Brick Masonry. 1.2 QUALITY ASSURANCE A. Material must not inhibit the adhesion of future paint coatings. B. Mock-Ups: 1. Product shall be applied to mock-up erected under Section 04210. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Letter from manufacturer stating that product is suitable for intended use and is compatible with and will not cause discoloration. 3. Field conducted water spray test results. 4. Warranty. 1.4 WARRANTY A. Provide manufacturer's standard five (5) year performance warranty. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Liquid water repellent: a. L & M Construction Chemicals, Inc. b. Chemprobe Technologies, Inc. c. Hydrozo, Inc. d. Nox-Crete Chemicals Inc. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07176 - 1 2.2 MATERIALS A. Liquid Water Repellent Type L- • 1. Clear, deep penetrating sealer formulated for sealing concrete masonry: a. Water based, VOC compliant, odorless: 1) VOC: <195 g2. b. Non-yellowing, non-staining. c. Provides both surface barrier and penetrating chemical action. barrier. 2. Surface barrier shall protect against water intrusion, mildew, dirt and airborne contaminants. 3. Product similar to L & M Construction Chemicals, Inc. "HYDROBLOCK." B. Liquid Water Repellent Type 2: 1. Clear, deep penetrating sealer formulated for sealing vertical concrete and brick surfaces: a. Water based, VOC compliant, odorless: b. Non-yellowing, non-staining. c. Provides both surface barrier and penetrating chemical action barrier. 2. Surface barrier shall protect against water intrusion, mildew, dirt and airborne contaminants. 3. Product similar to L & M Construction Chemicals, Inc. "HYDROPEL WB." PART 3 - EXECUTION 3.1 PREPARATION A. Protect adjacent surfaces not intended to be covered. B. Clean surfaces to be covered in accordance with manufacturer's recommendations. C. Make all mortar repairs at least 48 HRS prior to application. D. Allow masonry surfaces to cure minimum of 10 days prior to application. • E. Cure concrete surfaces in accordance with manufacturer's recommendations. 3.2 INSTALLATION AND APPLICATION A. Install products in accordance with manufacturer's instructions. 1. At a minimum apply material in accordance with manufacturer's recommended application rates using procedures and equipment recommended by manufacturer: a. Apply two (2) coats of material. b. Using manufacturer's recommended application rates, apply as many coats of material as necessary to obtain results required by Article 3.3. c. Apply material using procedures and equipment recommended by manufacturer. B. Apply liquid water repellent "Type 1"to exterior concrete block surfaces. C. Apply liquid water repellent "Type 2" to exterior concrete surfaces where indicated. 3.3 FIELD QUALITY CONTROL A. Manufacturer or manufacturer's designated representative shall conduct a water spray test to an area of the mock-up wall specified in Section 04210 for a period of 5 HRS: 1. Water from the spray shall impact the wall at a 45-degree angle to the vertical and shall cover an area of not less than 9 SF. 2. Water flow shall be minimum 5 gpm at 60 psi pressure. 3. If, within 5 HRS, moisture appears on the inside face of the wall within the test area, the wall shall be recoated. B. Retest as required. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07176 - 2 • C. Recoat as required until wall area remains dry within limits of testing procedure. D. Results of this test shall be used to determine material quantity in excess of manufacturer's minimum recommended amounts to be applied per square foot to the building surface. E. Protect adjacent materials not required to be coated. END OF SECTION C • 00...60746 Bozeman WRF Phase I Improvements Project 7!22/2008 07176 - 3 • • • SECTION 07210 BUILDING INSULATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Building insulation. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04210 -Brick Masonry. 4. Section 07176 -Liquid Water Repellant 5. Section 07412 -Metal Roofmg. 6. Section 09250 -Gypsum Board. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. C578, Specification for Rigid, Cellular Polystyrene Thermal Insulation. b. C665, Specification for Mineral-Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. c. E96, Standard Test Methods for Water Vapor Transmission of Materials. • 2. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. 1.3 SITE CONDITIONS A. For purposes of this Section, design frost line for this Project is 48 IN below grade. B. Mock-Ups: 1. Provide insulation for mock-ups required in Section 04210. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendations on sealants and mastics. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certification from insulation manufacturer stating that insulation proposed is acceptable for intended use per the Drawings. PART 2 - PRODUCTS • 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contact Documents, the following manufacturers are acceptable: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07210 - 1 1. Rigid extruded polystyrene board insulation: a. Dow Chemical Company. b. UC Industries. c. Amoco Foam Products. d. Owens Corning. 2. Blanket or batt thermal insulation: a. Owens-Corning Fiberglass Corp. b. United States Gypsum Company (USG). c. CertainTeed. 3. Sound control insulation: a. Thermafiber. 4. Vapor retarder: a. Raven Industries. b. Reef Industries. o. Fortifiber Corp. d. Alumiseal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Rigid Polystyrene Board Insulation: 1. Extruded: ASTM C578, Type IV. 2. Compressive strength: 25 psi minimum. 3. Density: 1.6 pcf minimum. 4. Water vapor transmission: ASTM E96, 1.1 perm-1N maximum. • 5. Water absorption: 0.3 percent maximum. 6. Thermal resistance (R value at 75 DegF): 5.0/IN. 7. Minimum thickness as noted on Drawings. 8. Provide insulation designed for intended use. • B. Sealant and Mastic (for setting polystyrene and/or polyisocyanurate insulation board): Manufacturer's recommended standard. C. Blanket or batt thermal insulation, glass or other inorganic fibers and resinous binders formed into flexible blankets or semi-rigid sheets: 1. ASTM C665, Type II, Class C. 2. Thermal conductivity (k-value at 75 DegF): 0.27. 3. Kraft-faced vapor retarder laminated to one face with 1 IN flanges on long edges. 4. Minimum thickness as noted on Drawings. D. Vapor Retarder: 1. Fire rated, reinforced, 3 ply, Class 1 material. 2. Perm rating: Not exceeding 0.035 grains/HR-FTZ-1N-Hg when determined in accordance with ASTM E96. 3. Similar to Griffolyn "TX-1200FR". E. Vapor Retarder Tape: As recommended by vapor retarder manufacturer. F. Sound Control Insulation: 1. Glass or other inorganic fiber and resinous binders formed into flexible blankets or semi- , rigid sheets. a. ASTM C665, Type I. b. UL listed when used in fire rated construction. 2. Minimum K-value: 0.32 Btu-]N/HR FTZF. 3. Thickness: 3IN. 4. Unfaced, friction fit. r 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 072I0 - 2 PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. General: 1. Insulate full thickness over surfaces to be insulated. 2. Fit tightly around obstructions, fill voids. 3. Cover all penetrations with insulation. 4. Seal all joints with sealant or tape as applicable. 5. Seal or tape to abutting materials to maintain vapor retarder integrity. 6. Tape butted joints of Batt or blanket insulations. 7. Apply single or double layer to achieve total thickness: a. If double layer is provided stagger all joints minimum 12 IN. 8. Do not use broken or torn pieces of insulation. 9. Install so that completed installation is vapor tight. 10. If vapor retarder tape fails to adhere to any surface, apply sprayed-on adhesive as recommended by tape manufacturer to promote adhesion. C. Blanket or Batt Insulation with or without Vapor Retarder: 1. Set with vapor retarder (where specified) to warm side of building exterior: a. Install with vapor retarder flanges over the edge of the framing member. b. Do not obstruct ventilation spaces. 2. Fill all miscellaneous voids and where indicated on Drawings. 3. Tape joints and ruptures in vapor retarder. 4. Use vapor retarder tape and seal each area of insulation to surrounding construction to assure continuous vapor-tight installation. ' 5. At Contractor s option, provide blanket or Batt insulation without vapor retarder and provide separate vapor retarder as specified. 6. Install insulation on interior surfaces of exterior walls. 7. Install between wall furring strips. Cut to fit tightly to furring member. 8. Set solidly in mastic. 9. Make all joints tight. 10. Cut and fit insulation at corners, and at penetrations, connections, etc. 11. Seal all joints with sealant applied continuously to edges of pieces before installation or apply sealant bead continuously to joint after installation. 12. Cover penetrations or connections which remain exposed after insulation is in place and seal with minimum 1 IN thick foamed -in-place silicone for a distance of 6 IN on each side. 13. If no covering is indicated on Drawings, cover entire exposed surface with 5/8 IN thick gypsum board. D. Rig id Board Polystyrene Insulation in Cavity Walls: 1. Provide insulation manufactured specifically for use in cavity wall construction. 2. Do not proceed with installation until subsequent work which conceals insulation is ready to be performed. 3. Extend insulation full thickness over entire area to be insulated: a. Cut and tightly fit around all penetrations. 4. Set each piece of insulation flush with the abutting piece to eliminate ledges in the face of the insulation. 5. Install mastic on face of concrete or masonry back-up in accordance with mastic and insulation manufacturer's recommendation. 6. Press courses of insulation between wall ties (horizontal reinforcing) with edges butted tightly both ways. 7. Set units firmly into mastic. • 8. Seal all horizontal and vertical joints with sealant recommended by insulation manufacturer. E. Rigid Polystyrene Board Insulation at Perimeter Below Grade and Under Slab: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07210 - 3 1. Provide insulation manufactured specifically for use in below grade applications. 2. Install insulation below grade inside foundation walls. 3. Install in mastic with tight joints. 4. Where footings are located below the design frost line, extend insulation down to the design frost line or, if so indicated on the Drawings, beyond the design frost lines. 5. Where footings are located at the design frost line, extend insulation down to top of footing or as indicated on Drawings. 6. Protect from damage and/or displacement during backfilling and/or pouring of floor slab. 7. Extend insulation under floor slabs for a minimum of 24 IN in from exterior walls. F. Sound Control Insulation: 1. Install friction fit between studs. 2. Do not obstruct ventilation spaces. 3. Fill all miscellaneous voids unless noted otherwise on Drawings. 4. After installation of conduit boxes, piping or other items within wall system, reposition displaced insulation and fill all voids. 3.2 FIELD QUALITY CONTROL A. Repair or replace damaged insulation as directed by Engineer. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07210 - 4 • SECTION 07245 EXTERIOR INSULATION AND FINISH SYSTEM (EIFS) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Exterior insulation and finish system (EIFS). B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04220 -Concrete Masonry. 4. Section 07600 -Flashing and Sheet Metal. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. C150, Standard Specification for Portland Cement. b. C578, Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation. B. Qualifications: 1. Applicator shall be licensed or approved in writing by manufacturer. 2. Applicator shall have minimum 15 years experience installing similar products on projects with similar scope. • 3. Applicator shall have successfully completed minimum of three (3) projects with similar scope during past three (3) years. 4. Insulation board manufacturer shall be approved in writing by finish system manufacturer. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SYSTEM DESCRII'TION A. Project Design Wind Load: 30 PSF. B. Design system for standard impact resistance. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Scaled details of all joints, corners, terminations and flashings. 1) Minimum scale of details: 1-1/2 IN = 1 FT. c. Manufacturer's installation instructions. 3. Manufacturer recommendations for using metal lath specific to this Project. B. Miscellaneous Submittals: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07245 - 1 i. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Applicator qualifications. 3. Warranty. 4. Letter from EIFS manufacturer stating insulation to be used is acceptable as substrate for system specified: a. Provide certification that insulation has achieved minimum aging requirements. C. Samples: 1. For initial color selection, provide manufacturer's full line color samples for Engineer's fmish and color selection. 2. After initial color selection, provide 12 x 12 IN sample of selected finish(es) and color(s). D. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver material in original containers bearing manufacturer's name, identification of contents, written application instructions, and health, hazard and safety data. 1.7 WARRANTY A. Provide manufacturer's standard limited materials warranty signed by the manufacturer. 1. Warranty period shall be three (3) years. B. Provide three (3) -year installation warranty signed by applicator against water intrusion, system or component loss of bond from substrate, peeling, flaking, chipping or cracking of surface as result of application defects. • PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Exterior insulation and fmish system (EIFS): a. Dryvit System, Inc. b. STO Industries, Inc. c. SYENERGY Wall Systems. d. TEC, Inc. 2. Polystyrene insulation board: a. Any manufacturer acceptable to EIFS manufacturer. 3. Sealant: See Section 07600. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Primer/Adhesive: Acrylic based material mixed with portland cement as recommended by manufacturer for use as an adhesive and for fabric embedment. B. Portland Cement: ASTM C150, Type 1 or II. C. Rigid Polystyrene Board Insulation: 1. Foamed, expanded: a. ASTM C578, Type 1. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07245 - 2 • 2. Density: a. Minimum 1.0 pcf. b. Minimum 2.0 pcf at mechanically attached areas. 3. Compressive strength: a. 1.0 pcf density: 10 psi minimum. b. 2.0 pcf density: 25 psi .minimum. 4. Thermal conductivity (K value at 75 DegF): 0.25 minimum. 5. Dimensional tolerances (2 x 4 FT board size): a. Edge trueness: Shall not deviate more than 1/32 IN/FT of length or width. b. Thickness tolerance shall be plus/minus 1/16 IN. 6. Age (air dry) for minimum of six (6) weeks prior to use. 7. Thickness: Minimum 3 IN. 8. Maximum size board: 2 x 4 FT. 9. Color: Allow for 2 colors as noted on the Drawings. D. Reinforcing Fabric: 1. Manufacturer's standard glass fiber field reinforcing fabric: a. Provide corner and detail mesh at all corners, reveals and transitions as required. E. Finish Coat: Acrylic based, factory-mixed coating, having integral color and texture. F. Profile: See Drawings. G. Water: Potable. H. Primer, Adhesives, Levelers, Groundcoats: As recommended by EIFS manufacturer. I. Additives: Rapid binders, anti-freeze, accelerators etc., are NOT ALLOWED. J. Sealant: Polyurethane based material approved by EIFS manufacturer. • K. Fasteners for Mechanically Attached System: As recommended by system manufacturer with washers. L. Sheet Metal Drip: See Section 07600. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide metal lath over previously painted and/or other unsound surfaces or where indicated on Drawings or where required by EIFS manufacturer. C. Verify accessories are complete and sound. D. Provide expansion, control and/or aesthetic joints in accordance with manufacturer's guidelines and as shown on Drawings. E. Calk all control, expansion and other joints in accordance with manufacturer's instruction. F. Cure material in accordance with system manufacturer's recommendations. G. Provide galvanized sheet metal drip at head of all exterior openings and at bottom of wall above grade. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 07245 - 3 • • • • SECTION 07412 METAL ROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Standing seam metal roofing. 2. Prefmished gutters and downspouts. 3. Preformed metal canopy panels. 4. Roof insulation, vapor retarder, roof underlayment sheathing. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04155 -Masonry Accessories. 4. Section 06100 -Rough Carpentry. 1.2 QUAL ITY ASSURANCE A. Referenced Standards: 1. American Architectural Manufacturer's Association (AAMA): a. 621-02, Voluntary Specifications for High Performance Organic Coatings on Coil Coated Architectural Hot Dipped Galvanized (HDG) and Zinc-Aluminum Coated Steel Substrates. . 2. ASTM International (ASTM): a. A653, Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy- Coated (Galvannealed) by the Hot-Dip Process. b. {A792, Specification for Steel Sheet, 55% Aluminum-Zinc Alloy-Coated by the Hot- Dip Process.} c. C209, Standard Test Methods for Cellulosic Fiber Insulating Board. d. C1289, Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. e. E96, Standard Test Methods for Water Vapor Transmission of Materials. f. E1592, Test Method for Structural Performance of Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure Difference. g. E1646, Standard Test Method for Water Penetration of Exterior Metal Roof Panel Systems by Uniform Static Air Pressure Difference. h. E 1680, Standard Test Method for Rate of Air Leakage Through Exterior Metal Roof Panel Systems. i. F593, Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 3. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA): a. Architectural Sheet Metal Manual, Fifth Edition, 1993: 1) Including Addendum No. 1 dated October 31, 1997. 4. Underwriter's Laboratories, Inc. (UL): a. Building Materials Directory. b. Fire Resistance Directory. c. 580, Standard for Safety Tests for Uplift Resistance of Roof Assemblies. 5. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all • amendments, referred to herein as Building Code. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07412 - 1 B. Qualifications: 1. Manufacturer shall have minimum of 10 years experience in the production of structural • standing seam metal roofmg: a. All structural components of the roof system shall be designed and sealed by registered professional structural engineer licensed in the State of Montana. 2. Installing contractor shall be licensed or approved in writing by manufacturer. 3. Contractor and installer shall have minimum of seven (7) years experience in the installation of structural standing seam metal roof systems similaz to system specified. 4. Contractor and installer shall have successfully completed two (2) projects of similar size, scope and complexity within past two (2) yeazs. 5. All roll forming performed on-site shall be supervised by personnel trained and employed by the roofing manufacturer: a. Roofing manufacturer shall have been engaged in field roll forming for a minimum of 15 years with experience in roll forming long panels similar to panels being used. C. Mock-Ups: 1. Prior to start of permanent roof construction construct mock-up of roofing: a. Mock-up shall be of sufficient size to properly display all components required by the roofing and fascia system. b. Mock-up shall be a, minimum 5 FT x 5 FT in size. 2. Mock-up shall incorporate all components, specified and/or required but not specified, needed for a complete water and airtight roofmg and fascia system: a. Components include, but are not limited to: 1) Roofing panels, seaming, all eave, rake and top of roof flashing and counterflashing as well as roof/vertical wall intersection flashing and counterflashing conditions, all reglet conditions, fascia gutter, and downspout conditions. 2) All vapor retarders, insulation, sheathing, miscellaneous clips, angles, plates, brackets, closures, calking, roof penetration flashing, counterflashing. • 3. Panels shall be same panels as specified or approved for Project: a. Exact color is not necessary; however, Contractor is to label each exposed component to identify fmal installed color of component. 4. Step construction to allow observation of all components. 5. Construct additional mock-ups or rework existing mock-up until acceptable to Engineer. 6. Maintain mock-up at project site until Engineer approves removal of mock-up. 7. Approved mock-up to constitute minimum acceptable standard of quality for actual construction. D. Completed roof system to be inspected by roof manufacturer's authorized factory trained representative prior to issuance of roof warranty. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. ~2. Installer and applicator are synonymous. B. Steep Slope: Having a pitch of 3:12 or greater. C. Low Slope: Having a pitch less than 3:12 but greater than 1 /4:12. D. PVDF: Polyvinylidene fluoride. 1.4 SYSTEM DESCRIPTION A. Prefinished steel gutters and downspouts, and field-insulated standing seam roof system consisting of exterior panel, roofing underlayment, field installed insulation, and vapor retarder over sheathing metal roof deck. See Drawings: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07412 - 2 • 1. Roof panel support and attachment system to be determined by standing seam roof manufacturer. B. System also includes all masonry metal flashing, counterflashing, snow retention system, and miscellaneous trim required for a complete water and airtight system. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Manufacturer prepared computer generated Drawings showing anchorage, flashing, jointing and all other accessories required and all special detailing required by the system: 1) Minimum plan scale: 1 IN = 8 FT. 2) Minimum detail scale: 1-1/2 IN = 1 FT. b. Provide complete erection plan for each building structure with all details and sections referenced, all penetrations shown, expansion joints shown, detailed and referenced, and all special conditions identified, referenced and detailed. c. Erection plan to identify limits of each different substrate material (decking). d. Provide distinction between factory and field assembled work. 3. Product technical data including: a. Manufacturer data sheets on each component, including masonry reglets used in the roof system. b. Acknowledgement that products submitted meet requirements of standards referenced: 1) Certification by manufacturer that roofmg assembly being supplied has been successfully tested under UL 580 procedures and has achieved a Class 90 rating. 4. Test results:. • a. UL 580, Class 90 test data. b. ASTM E1592 test results: 1) Provide results of tests conducted in accordance with ASTM E1592 for panel size and gage and clip type and spacing similar to panels and clips being used. c. ASTM E1646 and ASTM E1680 test results. d. Concentrated load test data: 1) Load test to be conducted on panel size, gage and with clip spacing as required. 5. Qualifications: a. Manufacturer: Provide structural engineer qualifications. b. Contractor: 1) Certification of approval or license to install product from manufacturer. 2) Certification of experience. 3) Listing of projects completed in the past two (2) years. 4) Completed projects information to include, square footage of roofmg installed, dollar value of roofing installed, manufacturer and type of roofmg installed and contact name and telephone number of building Owner. c. Installer: Provide qualifications of all personnel expected to be working on the Project. 6. Roofing manufacturer's letter of approval for insulation proposed for use. 7. Warranty: Sample language of manufacturer's warranty to be provided on this Project. 8. Structural Engineer's sealed and signed calculations certifying that system structural components meet the requirements for lateral, upward and downward loads specified. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Final warranty. • C. Samples: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07412 - 3 1. General: Tag, identify and provide statement regarding use for all fasteners, anchor clips, closures and sealants. . 2. Roof panel: a. Two (2) samples, full width, 24 ]N long. b. Provide color selected or specified when possible. 3. Fasteners. 4. Anchor clips. 5. Closures, (both metal and non-metallic). 6. Masonry reglet. 7. Factory and field applied sealants. 8. Color samples: a. For initial preliminary color selection, provide manufacturer's color chart showing all colors available. b. For fmal color selection, provide two (2) 2 IN x 3 IN colored metal samples, for each color selected during the initial color selection. D. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.6 WARRANTY A. Provide 20-year complete system warranty, including material, material substrate for air and weather tightness of entire roof assembly signed by manufacturer: 1. Warranty limits shall meet the minimum load capacity requirements of ASTM E1592. B. Provide manufacturer's 20-year warranty on panel finish against fading, chipping, cracking and peeling of the panel exterior finish and/or erosion of substrate metal: 1. Repair of panel finish shall be done using material, color and application method to match • surrounding panel finish. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Metal roofing and fascia products specified are manufactured by Centria. B. Manufacturers listed and other manufacturers not listed, but capable of meeting these specifications are expected to provide a system with similar profile, standing seam height, . spacing, construction and factory applied finish. C. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Metal roofing a. Centric. b. Merchant and Evans -Zip Rib. c. Other manufacturers capable of providing standing seam system and profiles similar to that specified will be considered. 2. Preformed Metal Panels: a. AEP Span. b. Centric. c. Merchant and Evans. d. Other manufacturers capable of providing profiles similar to that specified will be considered. 3. Vapor retarder: a. Griffolyn. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07412 - 4 • 4. Roof underlayment: a. GAF Materials Corporation. b. Carlisle Coatings & Waterproofing. c. Owens Corning. 5. Insulation: Any manufacturer meeting these specifications and approved by metal roofing manufacturer. 6. PVDF coating: a. PPG - DURANAR. b. Valspar - Fluropon. c. Atofina Chemicals - KYNAR 500. d. Solvay Solexis - HYLAR 5000, 7. Sheathing: See Section 06100. D. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Roof Panels: 1. General: a. Steel, ASTM A653, SQ, Grade 37: 1) Galvanized G90 coating. B. Insulation: 1. Rigid polyisocyanurate: a. Approved by roofing manufacturer. C. Perimeter Trim, Panel Closures, Flashing and Counterflashing: 1. Material and factory applied finish to match roof panels. • D. Fasteners: 300 series stainless steel, ASTM F593. E. Intermediate Support System: 1. Galvanized steel: ASTM A653, SQ, Grade 50, G90 coating. F. Sealant: Manufacturer's standard. G. Sheathing: See Section 06100. 2.3 ACCESSORIES A. Vapor Retarder (Non-Fire Rated): 1. Class A rated. 2. Water vapor permeance: 0.03 maximum. 3. Tensile strength: 45.0 LBF/IN. 4. Puncture resistance: Minimum 2200 grams. 5. Similar to Griffolyn Type 105. B. Roof Insulation: 1. Rigid polyisocyanurate foam board: a. ASTM C1289, Class I, Type II. b. Compressive strength: 20 psi minimum. c. Density: 2 pcf minimum. d. Thermal resistance (R-Value): 7.2/IN. e. Similar to Apache "ISOFOIL". C. Roof Penetration Flashing: 1. Round penetrations: Premolded EPDM boot with metal collar similar to "DEK-TITS" by Buildex. D. Foam and metal closures, calking, gaskets, fasteners, washers, clips, angles, and all • miscellaneous trims shall be provided by roofing manufacturer, fabricated for the specific condition as required. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/222008 07412 - 5 E. Flashing Curb: 1. Provided by metal roof manufacturer. • 2. One piece completely seal welded prefabricated roof curb, including vertical flashing, and counter flashing, cricket on high side of penetration and flat pan fabricated to replace standing seam metal roof panel. 3. Size as required for penetration. 4. Bottom sloped to match roof: a. Level on top. 5. Minimum 16 GA galvanized metal finished to match roof panel. F. Roof Underlayment: a. Nomina140 mil thick composite sheet of rubberized asphalt and polyethylene film b. Permeance: 0.05 perms maximum c. Elongation: Minimum 50 percent. d. Tensile Strength: minimum 250 psi. e. Pliability: material shall be unaffected by temperature down to -25 DegF. f. Manufactured to meet ASTM D1970. g. Non-slip surface. h. Acceptable to roofing manufacturer. i. Lap cement: as recommended by manufacturer. 2.4 FABRICATION A. General: 1. Fabricate with square, true corners, mitered and welded. 2. Fabricate trim, flashings and closure pieces to match panel profile and finish. 3. Hem all edges. 4. Fabricate panels in full length with no end laps: a. Any roll-forming of panels at the jobsite must be performed with industrial type rolling mill having at least 10 stands to gradually shape the sheet metal, maintaining flatness • and strict tolerances. B. Standing Seam Metal Roof Panels: 1. Profile: Centria "SRS" System. 2. Height of standing seam: 2 IN. 3. Gage: Minimum 24. 4. Width: 16 IN: a. Longitudinal stiffening elements to minimize oil canning. 5. Finish: a. PVDF based with minimum 70 percent resin. b. Three-coat system having minimum 0.8 mil epoxy primer coat on both sides of panel with a 0.8 mil PVDF resin color coat and a 0.8 mil PVDF resin clear top coat on the exterior side of the panel. c. Meet or exceed requirements of AAMA 621-02. d. Smooth finish. e. Similar to Centria "DURAGARD PLUS". f. Color: 1) To be selected from manufacturers full range of colors: a) Metallic silver. g. Low gloss finish: Maximum 10 percent gloss rating. 6. Concealed fasteners: a. Provide concealed fasteners in all locations. b. If exposed fasteners are required by the roof panel manufacturer, because of location, constructability issues or other critical design requirement, finish of fastener shall match roof panel finish: 1) Exposed fasteners are to be approved by Engineer. c. The use of deflection limiter devices is not allowed. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07412 - 6 • C. Intermediate Support System: 1. Roof panel anchor clips: a. Manufacturer's standard one-piece clip suitable for condition: 1) Two-piece clips are acceptable if required by roofing manufacturer. b. Minimum 16 GA. c. Galvanized G90 coating. d. ASTM A653, Grade 50. 2. Roof panel manufacturer shall be responsible for designing and providing all necessary intermediate "Z" or "hat-shaped" or other miscellaneous support members as required to transfer roof panel loads into building roof framing members: a. Design in accordance with Building Code and loads specified. 3. Bearing plates: a. Galvanized steel sized by roofmg manufacturer for roof loading indicated. b. Minimum 16 GA. c. Galvanized G90 coating. d. ASTM A653, Grade 50. D. Preformed Metal Panels: 1. Profile: Box rib: a. Similar to AEP Span, "HR-36". 2. Panel depth: 1 %ZIN. 3. Rib width: 7-3/16 IN. 4. Gage: 20. 2.5 SOURCE QUALITY CONTROL A. Structural Testing: 1. The system shall be designed to safely resist the positive and negative loads as specified • below: POSITIVE AREA (DOWNWARD) Overhangs 43 psf All other areas 39 psf NEGATIVE AREA (UPWARD) Overhangs 32 psf All other areas 23 psf 2. Structural-uniform uplift load capacity of the panel system shall be determined in accordance with ASTM E1592: a. The factor of safety on the test results shall be 1.65 for the panel, batten or clip ultimate loads with no increase for wind. b. The factory of safety for fasteners shall be 3.0 for one (1) single fastener per clip, 2.25 for two (2) fasteners per clip and 4.0 in masonry. c. Design uplift capacity for conditions of gage, span or loading other than those tested may be determined by interpolation of test results: 1) Extrapolation of conditions outside the range of the tests is not acceptable. d. Deflection shall be L/180 for positive loading. B. Water penetration: No uncontrollable leakage at minimum 6.4 psf when tested in accordance with ASTM E1646. C. Air infiltration: Maximum 0.00 scfin/SF when tested at 4.0 psf differential pressure when tested • in accordance with ASTM E1680. D. The panel system shall have a FM 1-90 rating. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07412 - 7 E. The panels shall withstand a 250 LB concentrated load applied to a 4 SQ IN area at the center of the panel at mid span between supports with no panel deformation, rib buckling, or panel sidelap • separation which will adversely affect the weather tightness of the system. F. Support roofmg panels on top of roof insulation using bearing plates attached to the structural frame or connect to manufacturer-provided intermediate support system: 1. Bearing plate and standing seam roof panel anchor clip attachment is to be determined by the roofing manufacturer and shall take precedent over this Specification: a. Provide attachment to roof structural frame or deck as required for loading criteria specified. 2. Roof panel anchor clips shall he designed to allow thermal movement of the panels except where specific fixed points are indicated: a. Roof panel manufacturer shall be responsible for determining fixed point locations unless otherwise indicated. b. Wood blocking shown at roof edge is strictly for attachment of miscellaneous flashings and shall not be used for any structural value. 3. Maximum spacing of roof clips shall be determined by manufacturer. G. Roof panel manufacturer shall be responsible for designing and installing all necessary expansion joints in the roof and fascia system. 2.6 MAINTENANCE MATERIALS A. Provide Owner with 4 OZ of touch-up paint to match each different color used in the system. PART 3 - EXECUTION 3.1 INSTALLATION A. Provide all closures, trim, angles, plates, calking, gaskets, fasteners, washers, etc., as required for • a complete water and air tight installation. B. Install all soffit panels in accordance with manufacturer's recommendations using concealed fasteners when possible: 1. Exposed fasteners to be painted to match soffit finish. C. Install products in accordance with manufacturer's instructions, SMACNA (where referenced) and details shown on Drawings. D. Attachments shall allow for thermal expansion and contraction. E. Seal all joints as required for watertight installation. F, Install panels in one (1) continuous length from ridge to eave. G. Touch-up paint all damaged surfaces. H. Install vapor retarder in accordance with manufacturer's recommendations: 1. Repair all tears and tape all joints with tape recommended by vapor retarder manufacturer. 2. Lap joints minimum 4 IN. I. Install roof underlayment per manufacturer's recommendations in areas indicated on Drawings: 1. Provide underlayment from eave line to a point that is a minimum of 36 IN horizontally inside the interior face of the exterior wall. 2. Provide at all ridges, hip ridges and hip valley lines extending minimum 36 IN up the slope at valleys and down the roof slope each side of the ridge line. J. Gutters: 1. Install gutters using gutter straps in accordance with SMACNA Table 1-8 and Figure 1-12 and per roofing manufacturer's recommendations: a. Provide gutter brackets or hangers at 24 IN OC maximum. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 07412 - 8 • b. Provide expansion joints in gutters per SMACNA and at expansion joint locations shown on Drawings. c. Install gutters to provide positive drainage to downspout locations. d. Seal all joints in gutters to provide completely water tight system. K. Downspouts: 1. Install downspouts in locations shown on the Drawings. 2. Provide downspout anchor straps per SMACNA Figure 1-35 as appropriate for downspout style. 3. Provide gutter to downspout connection per SMACNA Figure 1-33B, Detail 1. 4. Seal all joints in downspout for a complete watertight system. 5. Angle bottom of downspout out away from building. 6. Anchor hanger straps to building wall with stainless steel screws and anchor sleeves appropriate for wall construction. 7. Maximum spacing of hanger straps shall be 10 FT with minimum of 2 hanger straps per vertical piece of downspout. 8. Spacing and location of hanger straps shall be consistent from downspout to downspout. L. Install sheathing to meet wind uplift rating requirements specified. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 07412 - 9 • • • SECTION 07422 ALUMINUM COMPOSITE MATERIAL (ACM) SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Aluminum composite material panels. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding. 2. Division 1 -General Requirements. 3. Section 07142 -Metal Roofing. 4. Section 07600 -Flashing and Sheet Metal. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. International (ASTM) a. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. b. C297, Standard Test Method for Flatwise Tensile Strength of Sandwich Constructions. c. D2794, Standard Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation. d. D-1308, Standard Test Method for Effect of Household Chemicals on Clear and • Pigmented Organic Finishes. 2. Aluminum Association Standards: a. AA-C22-A41. b. AA-C22-A44. 3. American Society of Civil Engineers: a. ASCE-7, current edition. 4. National Coil Coaters Association (NCCA): a. NCCA II-6. b. NCCA II-12. c. NCCA II-16. 5. Fabricator Qualifications: a. Five years experience in cladding fabrication. 6. Installer Qualifications: a. Franchised or certified by cladding manufacturer. 1.3 WARRANTY A. 20-year warranty against failure of PVDF finish. 1.4 SUBMITTALS A. Shop Drawings: 1. Installation details. B. Product Data. C. Samples: 1. Manufacturers complete range of PVDF colors for selection. 2. Three 100 x 150mm 4 x 6 IN samples of panel in finish selected by Architect. 3. Manufacturer's standard and custom line of sealant colors for selection. • D. Project Information: 1. Test reports. 00...60746 Bozeman WRF Phase I Improvements Project 7/22!2008 07422 - 1 E. Contract Closeout Information: 1. Warranty. • 2. Maintenance data. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURES: A. Subject to compliance with the Contract Documents, following manufacturers are acceptable: 1. Aluminum Composite Material (ACM): a. Base: 1) Alcan Composites USA, Inc. (Alucobond). b. Optional: 1) Alpoy; Tech Wall. 2) Alcoa-Reynolds Metals. 3) Mitsubishi. 4) Dry-Design. 2. Fabricator of Panels: a. Base: 1) Universe Corp. b. Optional: 1) Alply; Tech Wall. 2) Other Fabricators approved by listed Manufacturer's. 3. Installers: a. As approved by listed Manufacturer's. 4. Silicone Sealants: a. Base: 1) Dow Corning. • 5. PVDF Coating (factory-applied): a. Base: 1) Morton International; Fluoroceram. b. Optional: 1) PPG Architectural Finishes. 2) ICI Dulux Paint Centers. 6. Submit request for substitution in accordance with Specification Section 01640. B. Aluminum Composite Material (ACM) System: 1. Fabricate panels from two sheets of aluminum, permanently bonded to thermoplastic core. 2. Form in continuous process to dimensions indicated with no glues or adhesives between dissimilar materials. 3. Aluminum face sheets: Alloy compatible with finish. 4. Face sheet thickness: O.SOmm. 5. Alloy, temper and mill finish as recommended by panel manufacturer for strength, forming, welding and application of finish indicated, but no less than strength and durability properties specified in ASTM-B209. 6. Minimum Thickness of Composite Panel sheet-goods: a. 0.158 IN. 7. Finish: a. PVDF Coating (factory-applied): 1) Minimum 70 percent PVDF coating. 2) Color: a) Bronze Metallic, to be selected by Engineer from manufacturer's standard colors. C. Joints (route-and-return wet seal): 1. SOmm2 IN route and return. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 07422 - 2 • 2. Wet joint system. 3. Factory-attached male/female joining extrusions mechanically attached to panels in shop. 4. 13mm1/2 IN sealant joint w/backer rod. D. Structural Criteria: 1. Design panel system to handle wind pressures, snow pressures, ice loads and seismic design forces as required by Building Code as locally adopted. a. Panel Deflection (normal): Not more 0.01 times the least panel dimension, at full design pressure(s) and load(s). b. Panel Deflection (ultimate): No disengagement, failure or gross permanent distortion of any component at 1.5 times design load(s). c. Maximum Deflection of Framing Members supporting panels: 1) At full design pressure: Not more than 1/175 for spans 13 FT or less and 1/240 + 0.25 IN for spans exceeding 13 FT. d. At pressures less than design pressure: Not more than 1/360 or 1/8 ]N whichever is less. 2. Stiffen panels as required to handle the specified pressures and loads. a. Where stiffeners are attached to panels with structural silicone: 1) Minimum glue line thickness: 0.25 IN. 2) Minimum sealant bond bite: Determined by calculation. E. Thermal Movement Criteria: 1. Design system and anchorage to provide fully for expansion and contraction caused by surface temperature ranging from -34 to +82 DegC-25 to 145 Deg F without causing buckling, failure of joint seals, undue stress on structural elements, damaging loads on fasteners, reduction of performance or other detrimental effects. F. Performance criteria of PVDF Coating: 1. No metal/primer corrosion or delamination under following conditions: • a. After 1,000 HR at 67 DegC 160 Deg F and 100 percent relative humidity. b. After 2-1/2 HR in a 13.8 kPa, 100 Deg C275 PSF, 212 Deg F autoclave. c. After 500 cycles from -18 to 82 Deg CO to 180 Deg F, at exterior face, holding 15 minutes at each extreme. G. Test for water leakage based on differential test pressure amounting to 20percent of specified performance pressure required relative to complete module of metal panel system: 1. Water leakage: No evidence of uncontrolled leakage of water when tested in accordance with AAMA 501.1. H. Test for Air Leakage: 1. Not to exceed 420 ccm/SEC/SM0.09 CFM/FTZ when tested to ASTM-E283 at a static pressure differential of 299 Pa6.24 PSF. I. Extrusions: 1. Aluminum alloy 6063-TS. Fasteners: 1. Non-magnetic stainless steel or other non-corrosive metal fasteners to be compatible with system components. 2. Provide Phillips head screws unless otherwise indicated. 3. Provide Allen socket head fasteners at removable panels. 4. Fastening system to be non-ferrous concealed in fmished work. K. Expansion joints: 1. Elastomeric, weather-resistant, flexible closure fabrication. L. Silicone Sealants: 1. Comply with Section 07902 and the following: a. Moisture-curing silicone. b. Compatible with aluminum and PVDF finishes. c. Color: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07422 - 3 1) Match adjoining surfaces. d. Backer Rod: Closed cell foam rod. • M. Subgirts and Supports: 1. Aluminum subgirts and intermediate support items as required for installation. 2.2 PANEL FABRICATION A. General: 1. Fabricate panels to approximate dimensions and profiles indicated: a. Adjust as required based on actual field dimensions. b. Allow for thermal expansion/contraction between panels and structure. c. Design panels to withstand structural loads indicated. B. Fabrication Tolerances: 1. Shop assemble panels to tolerances specified. 2. Panel lines: Sharp, true and free from warp or buckle. 3. Perform shop tests in manufacturer's factory to insure that panel dimensions, square-ness and bow are within specified tolerances: a. Panel bow: 0.2 percent of panel dimension in width and length up to Smml/8 IN maximum. b. Width or length: +1- lmm up to 1/32 IN up to 48 IN and +1- 1/16 IN when greater than 48 IN. c. Thickness: +1- 1/16 IN. d. Square-ness: Not greater than 3/16 TN difference between diagonal measurements. e. Camber: No greater than 1/32 IN. PART 3 - EXECUTION 3.1 INSPECTION • A. Verify suitability of substrate to receive installation. B. Installation constitutes acceptance of responsibility for performance. 3.2 ERECTION A. Install support system, metal panels, fasteners, trim, sealant and related components in accordance with final erection drawings and approved shop drawings: 1. Erect with concealed fasteners. 2. Provide for necessary structural and thermal movement. B. Install on properly prepared substrate: 1. Provide blocking and bracing required for panel system. 2. Repair damaged substrate material prior to installation of this system. 3.3 PROTECTION A. Provide required temporary closures and flashings to maintain weather integrity, during and after erection. B. Clean exposed surfaces promptly after installation. 1. Comply with panel manufacturer's specifications for cleaning. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07422 - 4 • SECTION 07534 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Adhered elastomeric (EPDM) member roofmg for: a. Headworks. b. UFAT Pump Station. c. Primary Effluent Pumping Station. d. RAS Station No. l Replacement. e. Blower Building Replacement. f. Digester Control Building No.2. g. Gas Scrubber Building. h. Admin/Lab Building. 2. Roof insulation. 3. Vapor retarder. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 06100 -Rough Carpentry. 4. Section 07600 -Flashing and Sheet Metal. • 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. C578, Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation. b. D4637, Standard Specification for EPDM Sheet Used in Single-Ply Roof Membrane. c. E96, Standard Test Methods for Water Vapor Transmission of Materials. 2. FM Global (FM): a. Approval Guide: 1) 1-28, Design Wind Loads. 2) Fire Resistance Ratings of Building Materials. 3. Underwriters Laboratories, Inc. (lJL): a. Building Materials Directory. B. Qualifications: 1. Applicator factory trained and approved in writing by roofing manufacturer. 2. Applicator shall have a minimum of 10 years experience installing roof membrane systems similar to system specified: a. Minimum of five (5) years of the 10 years experience shall have been spent installing roof systems manufactured by the company proposed for use. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. • 1.4 SUBMITTALS A. Shop Drawings: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 07534 - i 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Fabrication and/or layout drawings: a. Scaled outline of roof showing slopes, walkway pad layout, edge details, penetrations and details, and any special condition not covered on the Drawings: 1) Minimum plan scale: 1/8 IN = 1 FT. 2) Minimum detail scale: 1-1/2 IN = 1 FT. b. Provide tapered insulation shop drawings illustrating installation patterns and dimensions for each tapered module. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Product data sheet on all components of roof system. B. Maintenance Information: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certifications Prior to Installation: a. Certification of applicator qualifications. b. Certificates showing testing agency approval of assembly for ratings indicated. c. Letter from roofmg manufacturer and insulation manufacturer stating that roof insulation being used is compatible with roofing system and will perform properly for intended use. d. Letter from mechanical fastener manufacturer stating that fasteners being used are compatible with roofing system and will perform properly for intended use. • e. Letter from roofmg manufacturer and insulation manufacturer stating that treated wood specified is compatible with roofing system and is acceptable for intended use. f. Letter from adhesive manufacturer and insulation manufacture stating that adhesive being used is compatible with roof insulation and will perform properly for intended use. 3. Certifications for final closeout: a. Certification by roofing manufacturer's representative that roof has been installed properly. b. Warranty. 1.5 WARRANTY A. Manufacturer's 15 year labor and materials watertight warranty signed by roofing material's manufacturer and applicator: 1. Warranty to cover all materials provided by roofing manufacturer. 2. Warranty to include provision to allow Owner to make emergency repairs. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. TPO single ply sheet roofing system: a. GAF Materials Corporation. b. Firestone Building Products Co. c. JP Stevens Corporation. • d. Gen Corp. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 07534 - 2 • 5. Polystyrene insulation: a. Amoco Foam Products. b. Dow Chemical Company. c. UC Industries. 6. Polyisocyanurate insulation: a. Firestone Building Products Co. b. GAF Materials Corporation. c. Apache Products Co. d. Atlas Roofmg Corporation. e. Celotex Corp. 7. Other materials: a. Manufacturers as noted. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 DESIGN CRITERIA A. Roof Assembly Design Criteria: 1. Fire resistance: a. UL Class A roof covering. 2. Hail and wind uplift resistance: a. FM 1-28: Class 1A-90. B. Roofing System: TPO sheet. Uniform, flexible sheet formed from a scrim reinforced thermoplastic polyolefin polymer, complying with ASTM D 4637, Type 1, over sheathing, where required over vapor retarder. 2.3 SYSTEM COMPONENTS • A. Use only materials approved by roofmg materials manufacturer. B. Roofing Membrane: 1. EPDM rubber sheet with non-woven polyester fleece backing. 2. 60 Mils thick. 3. Color: Gray. 4. ASTM D4637. C. Roof Insulation: 1. Rigid polyisocyanurate foam boards. 2. Meets ASTM C1289, Class 1, Type II. 3. Foil facers. 4. Compressive strength: ASTM D1621, minimum 20 psi. 5. Density: ASTM D1622, 2 pcf. 6. Water absorption, ASTM C209, less than 1.0 percent. 7. Water vapor transmission: ASTM E96, less than 1.0 percent perm. 8. Thermal resistance (R-Value): Minimum 6.5 IN. 9. Thickness: Minimum 3 TN: a. Provide a minimum average R-Value of R-38 for entire assembly. 10. Taper to provide slope of 1.4 IN/FT or as noted on Drawings. 11. Similar to Apache "ISOFOIL". D. Vapor Retarder: 1. Maximum perm rating: 0.10 gms H2O/100 SQ IN/24 HRS, ASTM E96 Procedure A. 2. Acceptable to roof membrane manufacturer and insulation manufacturer. 3. Compatible with adhesives being used. 4. Sheathing: Minimum 1.2 IN thick fire-rated material approved by the roofmg manufacturer, UL and FM. • E. Flashing: 60 Mil thick EPDM. F. Adhesives, Tapes, Cements and Sealants: Roofing manufacturer's standard. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 07534 - 3 G. Roofing Accessories: 1. Use manufacturer's standard prefab rubber accessories where available. 2. Provide: a. Nailing strips: As detailed and required by manufacturer. b. Pipe flashings: Provide for each pipe penetration; include all clamps and adhesive. c. Walkway pads: 1) Manufacturer's standard molded rubber pad with slip resistant surface. 2) Minimum 24 x 24 x 3/16 IN. 3) Rolled walkway pad minimum 24 IN wide x 3/16 IN thick may be used at contractor option. 3. Roof Curbs: a. Minimum 18 GA steel galvanized per ASTM A924. b. Insulated: Minimum 1-1/21N rigid polystyrene with sheet metal liner. c. Factory installed fire-retardant treated wood nailer. d. Minimum 12 IN high. e. Fabricated to conform to roof pitch indicated. f. Similar to ThyCurb Model TC-3. H. Provide all miscellaneous accessories as required. I. Mechanical fasteners as recommended by component manufacturer and FM. 2.4 MAINTENANCE MATERIALS A. Provide Owner with patch repair kit containing as a minimum: 1. Lap sealant. 2. Piece of roofing membrane 2 x 2 FT. 3. Adhesive and primer. B. Instruct Owner's personnel on making emergency patch and repairs to roof. C. Owner to notify roofing manufacturer within three (3) working days if emergency repairs are made by Owner personnel. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install all treated wood nailers not indicated, but required; nailers indicated are part of work of Section 06100: 1. Refer to Section 06100 for treated wood requirements. C. Installation of Vapor Retarder: 1. Install vapor retarder over decking, using adhesive recommended by roofing manufacturer: a. Extend up face of parapet wall to top of insulation. 2. Lap side joints 4 IN, lap ends 6 IN and seal all laps with adhesive. 3. Repair all damage and tears in accordance with vapor retarder manufacturer's recommendations. D. Installation of Sheathing: 1. Lay sheathing tightly butted and cut to fit around all penetrations. 2. Attach sheathing to deck using mechanical fasteners in accordance with manufacturer and FM recommendations. 3. Calk around all penetrations with sealant acceptable to sheathing, roof membrane, and insulation manufacturer. E. Installation of Insulation: • 1. Cut insulation neatly to fit around all roof penetrations and projections. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07534 - 4 • 2. Butt joints tightly. 3. Attach insulation using mechanical fasteners in accordance with manufacturer's recommendations for uplift rating required. 4. Provide tapered insulation where shown or required. 5. Provide cricket behind all roof penetrations larger than 12 IN. F. Installation of Roofing: L Install roofmg using adhesive recommended by roofing manufacturer. 2. Seal seams with lap sealant same day they are laid: a. Extend roofing or flashing up face of parapet, over top of wood blocking and down face of wall to bottom of wood blocking: I) Provide in one (1) piece with no horizontal joints. 3. Install flashing at all vertical surfaces, roof interruptions and penetrations: a. Flash all roof penetrations in accordance with roofmg manufacturer's standard details. 4. Install walking surfaces where indicated. 3.2 FIELD QUALITY CONTROL A. Provide services of manufacturer's field service representative as required. B. Protect installed insulation from water using water cut-offs in bad weather and at end of work period. C. Remove and replace wet insulation and sheathing. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07534 - 5 • • • • SECTION 07550 ELASTOMERIC ROOF DECK COATING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: l : Cold -applied liquid elastomeric roof deck coating system for precast and cast-in-place roof decks with integral non-skid surfacing. 2. Liquid applied surfacing for cast-in-place concrete roof slab for the UFAT Pump Building and for the precast topping slab roofs for the Primary Effluent Pumping Station and RAS/WAS Station No. 2. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07600 -Flashing and Sheet Metal. 4. Section 07900 -Sealants and Caulking. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Roofmg Contractors Association (NRCA): a. Roofing and Waterproofmg Manual. 2. Underwriters Laboratories, Inc. (UL): • a. 580, Tests for Uplift Resistance of Roof Assemblies. B. Qualifications: 1. Applicator licensed or approved in writing by manufacturer. 2. Contractor and applicator shall have a minimum of five (5) years experience installing roof membrane systems similar to system specified: a. Minimum of two (2) years of the five (5) years experience shall have been spent installing roof systems manufactured by company proposed for use. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Application and/or Layout drawings: a. Scaled outline of roof showing slopes, edge details, penetrations and details, and any special condition not covered on the Drawings: 1) Minimum plan scale: 1/8 IN = 1 FT. 2) Minimum detail scale: 1-1/2 IN = 1 FT. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. .Manufacturer's installation instructions. B. Miscellaneous Submittals: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 07550 - I 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. • 2. Certifications prior to installation: a. Certification of Contractor and Applicator's qualifications. b. Documentation from roofmg manufacturer and insulation manufacturer stating that roof substrate being used is compatible with roofing system and will perform properly for intended use. c. Samples: 1) Elastomeric Deck Coating System -one quart of each component. 2) Surfacing non-skid additive: one half pound. 3. Certifications for final closeout: a. Certification by manufacturer's representative that roof has been installed properly. b. Warranty. C. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.5 DELIVERY, STORAGE, AND HANDLING A. Delivery: All components shall be delivered in the manufacturer's unbroken containers bearing the manufacturer's printed labels. B. Storage: store all materials in a dry, ventilated place protected from sun and weather. 1.6 WARRANTY A. Furnish manufacturer's standard two year warranty on roofing system: 1. Warranty to include provision for Owner's personnel to make emergency repairs. • PART 2 - PRODUCTS 2.1 ELASTOMERIC ROOF DECK COATING A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. "Scotch Clad Brand Deck Coating System" as manufactured by 3M Company, 3M Center 223-6NE, St. Paul, Minnesota, 55101. 2. "Gacodeck U-66 Deck Covering System" as manufactured by Gates Engineering Co. Inc., Wilmington, Delaware, 19899. B. Provide liquid applied, one or two component polyurethane deck coating system complete with the manufacturer's aggregate surfacing, primers, sealers and all other companion products. The deck coating shall possess the following minimum physical properties: 1. Generic Type: One or two component urethane. 2. Hardness: 60 shore A ASTM D2240. 3. Tensile Strength: 650 PSI ASTM D2412. 4. Elongation: 340 percent ASTM D412. 5. Adhesion: 18 LBS per IN ASTM D903. 15 LBS per IN ASTM D429 Method B. 6. Tear Resistance: 90 LBS per linear IN ASTM D1004. 85 LBS per linear IN ASTM D624 Die C. 7. Fire Resistance: Class A or BASTM - E 108/UL 790. 8. Color: Grey. C. Piping and ducting penetration curbs: 1. Pate. 2. ThyCurb. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 07550 - 2 • D. Submit request for substitution in accordance with Specification Section 01640. 2.2 NEOPRENE SHEET FLASHINGS A. Provide 1/16 IN thick, uncured sheet neoprene and compatible adhesive: 1. Acceptable Product: "Black Contourflash and N-7 Adhesive", as manufactured by Gates Engineering Co., Inc., Wihnington, Delaware, 19899. 2.3 SEALANT A. Type 2 Sealant: Acrylic Sealant: FS TT-S-00230._ 2.4 DESIGN CRITERIA A. Roof Assembly Design Criteria: 1. Hail and wind uplift resistance: a. UL 580, Class 90. 2. Fire resistance: a. UL Class A. 2.5 MAINTENANCE MATERIALS A. Provide Owner with patch repair kit containing materials as required for emergency repairs as recommended by roofing manufacturer. B. Instruct Owner's personnel on making emergency repairs to roof. C. Owner to notify manufacturer within three (3) working days if emergency repairs are made by Owner's personnel. • PART 3 - EXECUTION 3.1 INSTALLATION AND APPLICATION A. Verify that the substrate to receive the coating system meets the following requirements. 1. Concrete deck surface is free of ridges and sharp projections. 2. Concrete was cured for a minimum of 28 days. 3. Curing: a. Water-cured treatment of concrete is preferred. b. Use of concrete curing agents, if any, shall be of the sodium silicate base only. 4. Concrete was fmished by a power or hand steel trowel followed by soft hair broom to obtain light texture of "sidewalk" finish. 5. Concrete does not contain voids or gaps, or "honey-comb" surfaces. 6. Surfaces are free of dirt and debris. 3.2 FIELD QUALITY CONTROL A. Preparation of the substrate shall be as recommended by the manufacturer and shall include but not be limited to ,removal of dirt, dust, debris, foreign matter and all residue of the existing coating, and acid etching or light sandblasting. B. Patch all voids and spalled or excessively rough areas of the concrete with Type C-1 patching mortar. Work the repaired areas to produce a smooth surface level with the surrounding surface. C. Level and smooth area indicated on Drawings with concrete mix. Limit size of aggregate to'/< IN size. Float and trowel to smooth, even plane. 3.3 APPLICATION • A. Repairing Cracks in Contrete deck: 1. Repair all cracks in the concrete decks before applying the deck coating. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07550 - 3 2. Centered over the cracks, apply a 4 IN wide strip of glass fabric reinforcement embedded in and coated with the elastomeric deck coating apply sufficient coating to coating to • completely hide the fabric. B. Installing Flashings at Intersecting Walls: I. Install neoprene sheet flashing at all intersecting walls and equipment curbs. Extend the flashing 6 IN onto the deck and up the full height of the vertical surfaces as shown on the drawings. Lap all end joints 6 inches. 2. Set the flashing sheet in the manufacturer's recommended adhesive. Apply the adhesive in strict accordance with the manufacturer's written instructions. 3. Work the surface of the flashing so it is free of all wrinkles, fishmouths and air pockets, and is fully bonded to the substrate. C. Installing Flashing at roof Curbs. D. Installing Gacodeck U-66 Deck Covering System: 1. Base Coat: Apply two 25 dry mil coats of deck coating for a total thickness of 50 dry mils. Allow the first coat to dry completely before applying the second coat. 2. Wearing Coarse: After the base coat has cured, apply U-66 deck coating at the rate of 10 dry mils. While the coating is still wet, uniformly broadcast gacoflex (20-40) granules into the wet coating at the rate of 6 to 8 pounds per 100 SQ FT. 3. Finish Coat: After the wearing course has cured, apply U-66 deck coating at the rate of 10 dry mils. 4. Terminate the deck covering at the base of walls. Extend the deck covering into the body of all drains. At penetrations thru the roof, extend the coating up the vertical surface and terminate beneath the cap flashing. 5. The wearing course and finish course shall be a different color than the base coat. E. Installing Scotch Clad Brand Deck Coating System: 1. Base Coat: Apply tow 25 dry mil coats of Scotch Clad Coating for a total thickness of 50 dry mils. Allow the first coat to dry completely before applying the second coat. • 2. Top Coat: After the Base coat has cured, apply scotch clad brand top coating at the rate of 13 dry mils. While the coating is still wet, uniformly broadcast silicon carbide over the surface to evenly distribute and completely coat the aggregate. 3. Terminate the Deck covering at the base of walls. Extend the deck covering into the body of all drains. At penetrations thru the roof, extend the coating up the vertical surface and terminate beneath a cap flashing. 3.4 FIELD QUALITY CONTROL A. Frequently during the application of the base coats, check the wet film thickness with the manufacturer's recommended gauge. B. After the base coats have cured and before the wearing or top coats have been applied, check the dry film thickness with the optical operator specified in this section. Check the dry film thickness where directed by the Director's Representative. Location of test cuts will include suspected "Thin" areas and "Randomly Selected" areas. All tests must be made in the presence of the Director.'s Representative. C. Apply additional material at all areas which are not 50 dry mils thick. D. Patch all cuts and removal spots required to perform the tests with the deck coating material, restore the membrane to full integrity. and surface uniformity before applying the wearing and finish coats. END OF SECTION 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 07550 - 4 • SECTION 07600 FLASHING AND SHEET METAL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Architectural flashing and sheet metal work. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04155 -Masonry Accessories. 4. Section 07900 -Joint Sealants. 5. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Architectural Manufacturer's Association (AAMA): a. 2605, Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels. 2. ASTM International (ASTM): a. B32, Standard Specification for Solder Metal. 3. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA): • a. Architectural Sheet Metal Manual, Fifth Edition, 1993. 1) Including Addendum No. 1 dated October 31, 1997. B. Qualifications: 1. Sheet metal fabricator shall have minimum 10 years experience in fabrication of sheet metal items similar to items specified. 2. Sheet metal installer shall have minimum five (5) years experience installing sheet metal items specified. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. B. PVDF: Polyvinylidene fluoride. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Fabrication and/or layout drawings: a. Scaled drawing showing expansion joint locations, special conditions, profile, fastening and jointing details: • 1) Minimum plan scale: 1/8 IN =1 FT. 2) Minimum detail scale: 1-1/2 IN = 1 FT. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07600 - 1 4. Fabricator qualifications. • 5. Installer qualifications. B. Samples: 1. Finish and color samples for each product specified for Engineer preliminary color selection. 2. For fmal color selection, provide two (2) 2 IN x 3 IN colored metal samples for each color selected during the initial color selection. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Warranty: Manufacturer's sample warranty language. 1.5 WARRANTY A. Furnish five (5) year warranty on sheet metal work, signed jointly by Contractor and sheet metal installer. 1. Agree to repair or replace work which leaks water or, where applicable, air or deteriorates excessively, including color failure, or otherwise fails to perform as watertight and, where appropriate, airtight flashing. PART 2 - PRODUCTS 2.1 MATERIALS A. Fasteners: Non-ferrous compatible with sheet metal. B. Retainer Clips and Continuous Cleats: Galvanized steel or stainless steel. C. Solder: ASTM B32. • D. Dissimilar Metal Protection: Comply with Section 09905. E. Reglets: See Section 04155. 2.2 ACCESSORIES A. Accessories as required to form a complete water and airtight system. 2.3 FABRICATION A. Retainer Clips and Continuous Cleats: 1. Use 16 GA galvanized steel, G60 coating minimum with ferrous steel flashing, coping and counter flashing and standing seam metal roofing wall trim. 2. Use 0.050 IN stainless steel with aluminum or stainless steel. B. Reglets: See Section 04155. C. Shop fabricate items to maximum extent possible: 1. Fabricate true and sharp to profiles and sizes indicated on Drawings: a. Shop fabricate and weld or solder all corners. PART 3 - EXECUTION 3.1 PREPARATION A. Provide items to be built into other construction to Contractor in time to allow their installation. B. If such items are not provided in time for installation, sheet metal fabricator cut in and install. • 00...60746 Bozeman WRF Phase I Improvements Project 7/1 I/2008 07600 - 2 L 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions, SMACNA, and as indicated on Drawings. B. Solder steel and weld aluminum to achieve weathertight joints and required details; do not solder or weld slip joints and prefinished items. C. Set top edges of membrane flashing and sheet metal flashing into reglets. D. Fasten materials at intervals recommended by SMACNA. E. Install slip joints to allow for thermal movement as recommended by SMACNA and manufacturer: 1. Maximum spacing: 10 FT OC. 2. Provide slip joint 241N from corners. 3. Provide slip joint at each vertical expansion joint location in wall: a. Provide break in continuous cleat at each vertical expansion joint. F. Caulk slip joints with two (2) beads of sealant on each side of slip joint overlap: 1. Refer to Section 07900 for sealant. G. Caulk all exposed joints of coping with sealant to match color of metal being sealed. H. Form flashings to provide spring action with exposed edges hemmed or folded to create tight junctures. • I. Provide dissimilar metals and materials protection where dissimilar metals come in contact or where sheet metal contacts mortar, concrete masonry or concrete: 1. Refer to Section 09905 for dissimilar metals protection. J. Provide all components necessary to create watertight junctures between roofmg and sheet metal work. K. Provide all miscellaneous sheet metal items not specifically covered. elsewhere, as indicated or required to provide a weathertight installation. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 07600 - 3 7/11/2008 • • SECTION 07720 ROOF HATCHES (BID ITEM NO. 2) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roof hatches. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07534 -Adhered Elastomeric (EPDM) Sheet Roofmg. 4. Section 07600 -Flashing and Sheet Metal. 5. Section 09905 -Painting and Protective Coatings. 1.2 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Scaled plan of roof showing location of all units and anchoring details: a. Minimum plan scale: 1/8 IN = 1 FT. b. Minimum detail scale: 1-1/2 IN = 1 FT. 3. Product technical data including: • a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Warranty. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.3 WARRANTY A. Manufacturer's standard five (5) year warranty. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Products specified are manufactured by "The Bilco Company." B. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Roof hatches: a. Bilco. b. Dur-Red Products. c. Milcor Inc. d. Babcock-Davis Associates Inc. C. Submit request for substitution in accordance with Specification Section 01640. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07720 - 1 2.2 MANUFACTURED UNITS A. Roof Hatches: . 1. 12 IN high aluminum units: a. 11 GA curb. b. Insulate curb with minimum 1 IN rigid fiberboard insulation. c. Integral cap flashing. d. Mill finish. 2. Metal cover: , a. Insulated with minimum 1 IN fiberglass. b. 11 GA aluminum exterior. c. 18 GA aluminum interior liner. d. Completely weather sealed and gasketed. e. Mill finish. f. Padlock hasp. B. Gaskets: Mechanically. retained thermoplastic. C. Hardware: 1. Standard vinyl-covered grip lifting mechanism, automatic hold-open device, hinges, latch, and padlock hasp: a. Operating handles for inside and outside operation. 2. All hardware to be Type 316 stainless steel. , D. Construct for minimum 40 psf live loading. E. Units similar to Bilco Model "NB" 2 FT-6 IN x 4 FT-6 IN. PART 3 - EXECUTION 3.1 INSTALLATION • A. Install units in accordance with manufacturer's installation instructions. B. Securely anchor units as appropriate. 1. Anchor to wood nailers with 1/2 x 3 IN lag bolts at maximum spacing of 12 IN OC. 2. Anchor to concrete with 1/2 IN expansion bolts or adhesive anchors at maximum spacing of 12 IN OC with minimum embed of 3 IN. 3. Anchor to steel with 1/2 IN stainless steel bolts, nuts and washers at a maximum spacing of 12 IN OC. 4. Manufacturer's predrilled fastener locations take precedent over this specification. 5. Provide attachment at each corner as a minimum. C. Flash and counterflash to provide weathertight installation. D. For units mounted directly to concrete curbs (such as on site vault structures), flash down the sides of the units with 60 mil single ply roofing membrane flashing material: 1. Extend flashing material horizontally over the unit base mounting flange and out onto the concrete surface a minimum of 3 IN beyond the unit mounting flange. 2. Adhere the membrane to the concrete using recommended adhesive and seal all membrane edges with sealant recommended by membrane manufacturer: a. See Section 07534 for membrane flashing. E. Provide aluminum sheet metal liner at opening through roof deck as shown on the Drawings: 1. 0.40 IN aluminum. 2. See Section 07600. F. Adjust to provide smooth easy operation. G. Provide dissimilar metals protection as required. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 07720 - 2 • 1. Refer to Section 09905. 3.2 SCHEDULE A. Model numbers refer to "Bilco" products. ROOF HATCH DRAWING I NO. NO. ~ LOCATION SIZE ~ MODEL NO. 1 1100A02 f Digester Control Building No. W-2 ''/2' I Bilco NB-50 ~_ L-4 %Z' ~ END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07720 - 3 • • • SECTION 07813 SKYLIGHT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Skylights. 2. Safety screens. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07534 -Adhered Elastomeric (EPDM) Sheet Roofing. 4. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. 45, Designation System for Aluminum Finishes. 2. Occupational Safety and Health Administration (OSHA). B. Qualifications: 1. Installer shall have minimum five (5) years experience installing similar products. . 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Scaled plan of roof showing location of each unit and anchoring details: a. Minimum scale of plan: 1 = 96. b. Minimum scale of details: 1 = 8. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 4. Installer qualifications. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Warranty. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07813 - 1 1.5 WARRANTY A. Provide five (5) year written warranty on skylight, glazing, safety screen, calking, flashing and installation. B. Warranty to cover repair or replacement in event of leakage; defective design, materials and construction. C. Warranty jointly signed by Contractor, installer and supplier. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Skylights: a. CPI International. b. Major Industries. c. Naturalite Skylight Systems. d. Sunglo Skylight Products. e. Super Sky International Inc. f. Wasco. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Curb: Aluminum. B. Glazing: Acrylic. C. Insulation: Manufacturer's standard. D. Fasteners: Stainless steel. E. Safety Screens: Aluminum. F. Framework: Aluminum. 2.3 FABRICATION A. Curb: 1. Install at locations where concrete curbing is not provided. 2. Integral 12 IN high. 3. Minimum 0.032 IN outer skin and 0.025 IN inner skin. 4. Insulated. 5. Thermally broken. 6. Integral counter flashing. 7. Curb and curb framework shall be manufactured as complete unit: a. Built-up units not acceptable. B. Curb Framework: 1. Minimum 0.063 IN extruded aluminum: a. 6063T5 alloy. 2. Built in condensation gutter and weeps. 3. Welded corners. 4. Thermally broken. C. Fasteners: 300 series stainless steel. D. Glazing: • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I 1/2008 07813 - 2 • 1. Exterior: a. Minimum thickness 0.125 IN. b. Dome shaped. c. White acrylic. 2. Interior: a. Minimum thickness 0.125 IN. b. Clear acrylic. E. Safety Screen: 1. 12 GA aluminum screen having a 1 x 1 IN mesh. 2. Fabricate using minimum 0.062 IN thick aluminum frame channel capable of being mounted to the skylight curb frame. 3. Provide resilient spacer between screen frame and skylight frame. 4. Fasteners shall be stainless steel screws. 5. Approved by OSHA as a fall protection device. F. Finish: AA-M10C22A21 clear anodized or manufacturer's equivalent finish. G. Design: Support live load of 40 PSF and wind load of 30 PSF. H. Unit similar to Wasco model DDCA-1. I. Fabricate to sizes indicated on the Drawings: 1. Completely shop assemble, to assure proper assembly in field. 2. Disassemble for shipment, and properly label each component for accurate field assembly. J. Construct using gasket glazing system: 1. Provide continuous extruded aluminum frame. K. Weld by heliarc process: 1. Grind exposed welds to a minimum of 100 grit fmish. L. Waterproof with continuous glazing strip: 1. Allow no direct acrylic to metal contact. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions: 1. Attach to roof structure with fasteners at maximum 12 IN OC. B. Provide all periphery items as required for complete weathertight installation. C. Fasten safety screen to skylight frame using stainless steel screws at maximum 12 IN OC with minimum of three (3) screws per side. END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 -07813 - 3 • • SECTION 07840 FIRESTOPPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Firestopping. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Divisions 15 -Mechanical. 4. Division 16 -Electrical. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A653, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvanized) by the Hot-Dip Process. b. C665, Standard Specification for Mineral-Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. c. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. d. E119, Standard Test Methods for Fire Tests of Building Construction and Materials. • 2. National Fire Protection Association (NFPA): a. 220, Standard on Types of Building Construction. 3. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data, including: a. Acknowledgement that products meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendations for joint cleaner, primer, backer rod, tooling and bond breaker. d. Detailed drawings of special conditions. e. Data sheet on each type of firestopping assembly being used: 1) Provide certification that assembly is UL listed. B. Samples: 1. Cured samples of available colors for Engineer's color selection. 2. Color chart not acceptable. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certification from sealant manufacturer stating product being used is recommended for and is best suited for joint in which it is being applied. • 3. UL certification. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07840 - 1 4. Prior to acceptance by the Owner, provide written statement that all fire-rated penetrations have been sealed using products specified in accordance with UL requirements for required • rating. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver material in manufacturer's original, unopened containers with labels intact: 1. Labels shall indicate contents and expiration date on material. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Safing insulation: a. Thermafiber LLC. b. Owens-Corning. 2. Expanding silicone elastomer: a. Any manufacturer UL listed for system used. 3. Firestop sealant: a. Dow Corning. b. 3M Company. c. U. S. Gypsum. 4. Moldable putty: a. 3M Company. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS • A. Safing Insulation: 1. Inorganic mineral fibers and binders formed into semi-rigid blankets: a. Density: 4.01b/CF. b. ASTM C665, Type 1. c. Rated noncombustible as defined by NFPA 220. 2. ASTM E84 flame spread: 15 maximum, smoke developed 0. 3. ASTM E119 tested for assembly and rating indicated. 4. Thickness as required to maintain fire rating of assembly. 5. Retainer: Minimum 20 GA, galvanized steel closure, ASTM A653, G60. B. Expanding Silicone Elastomer: 1. Two part, liquid silicone elastomer. 2. UL listed as "Fill, Void or Cavity Material (ZCPY)" for use in "Wall or Floor Opening Protective, Multiple Cable Systems (ZCOR)." 3. Forming materials as described in applicable UL system. 4. Similar to 3M "Fire Barrier 2001 Silicone RTV Foam." C. Firestop Sealant: 1. One-part silicone. 2. Capable of providing up to a 4 HR fire rating. 3. Provide self-leveling grade for all horizontal slab conditions. 4. Similar to 3M "Fire Barrier 2000, 2000+ and 2003" sealants. 5. UL listed. D. Moldable Putty: 1. 100 percent solids material, single component. 2. Intumescent and endothermic. • 3. UL listed. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 07840 - 2 E. Plastic Pipe Fire Barrier: 1. UL listed for floor or wall penetrations. 2. Capable of providing up to 2 HR fire rating on a 4 IN pipe (outside diameter). 3. Factory made, single component, ready to use device similar to " 3M Fire Barrier Plastic Pipe Device." PART 3 - EXECUTION 3.1 INSTALLATION A. Firestop all openings and penetrations through fire-rated floors, walls, ceilings, etc., in accordance with UL "Wall or Floor Opening Protective, Multiple Cable Systems (ZCOR)" latest edition, or as indicated on the Drawings. 1. Install products in accordance with manufacturer's instructions. B. Refer to Section 01800 for openings and penetrations requiring fire stopping. C. Expanding Silicone Elastomer: 1. Remove all combustible form materials after installation. 2. Thickness required to maintain fire rating indicated or required. D. Firestop Sealant: 1. Completely seal opening to obtain required rating. E. Moldable Putty: 1. Install in accordance with manufacturer's recommendations. 2. Trowel to smooth finish, remove excess putty from surrounding surfaces. • END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 07840 - 3 • • • SECTION 07900 JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sealant work. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07840 - Firestopping. C. Work included consists of but is not necessarily limited to: 1. Sealing all joints which will permit penetration of dust, air or moisture, unless sealing work is specifically required under other sections: a. Work may include the following: 1) Flashing reglets and retainers. 2) Exterior wall joints. 3) Masonry control joints, exterior and interior and between masonry and other materials. 4) Flooring joints. 5) Isolation joints. 6) Joints between paving or sidewalks and building. • 7) Concrete construction, control and expansion joints, exterior and interior. 8) Sawed joints in interior concrete slabs. 9) Joints between precast roof units, between precast roof units and walls, and all exterior and interior joints between precast wall panels. 10) Joints at penetrations of walls, floors and decks by piping and other services and equipment. 11) Exterior and interior perimeters of exterior and interior door and window frames, louvers, grilles, etc. 12) Thresholds at exterior doors. 13) Sealing of plumbing fixtures to floor or wall. 14) Sealing around piping, duct or conduit penetrations through roof, floors, interior and exterior walls. a) See Section 07840 for firestopping these penetrations. 15) Sealing perimeter and penetrations of sound insulated walls. 16) Other joints where calking, sealant, expanding foam sealant or compressible sealant is indicated. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 302.1R, Guide for Concrete Floor and Slab Construction. 2. ASTM International (ASTM): a. C834, Standard Specification for Latex Sealants. b. C920, Standard Specification for Elastomeric Joint Sealants. o. C 1521, Standard Practice for Evaluating Adhesion of Installed Weatherproofing Sealant Joints. • 3. National Sanitation Foundation International (NSF). 4. Underwriters Laboratories, Inc., (IJL). 00...60746 Bozemaz- WRF Phase 1 Improvements Project 7/I 1/2008 07900 - 1 B. Qualifications: Sealant applicator shall have minimum five (5) years experience using products • specified on projects with similar scope. C. Mock-Ups: 1. Before calking work is started, amock-up of each type of joint shall be calked where directed by the Engineer: a. The approved mock-ups shall show the workmanship, bond, and color of calking materials as specified or selected for the work and shall be the minimum standard of quality on the entire project. . b. Each sample shall cure for a minimum of seven (7) days at which time the sealant manufacturer's authorized factory representative shall perform adhesion tests on each sample joint: 1) Perform adhesion tests per ASMT C1521. 2) If mock-up is not acceptable or if adhesion test fails, provide additional mock-up as required until acceptable to Engineer. 1.3 DEFINITIONS A. "Caulk(ing)," "calk(ing)," and "sealant": Joint sealant work. B. "Interior wet areas": Toilets, showers, laboratories, wet wells and similar areas. C. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. D. Finish sealant: Sealant material per this specification applied over face of compressible sealant or expanding foam sealant specified, to provide a finished, colored sealant joint. E. Defect(ive): Failure of watertightness or airtightness. • F. Corrosive Areas Include: 1. Headworks. 2. Digester Control Building. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendations for joint cleaner, primer, backer rod, tooling and bond breaker. 3. Warranty. 4. Certification from sealant manufacturer stating product being used is recommended for and is best suited for joint in which it is being applied. 5. Certification of applicator qualification. B. Samples: 1. Cured sample of each color for Engineer's color selection. 2. Color chart not acceptable. C, Miscellaneous Submittals: See Section 01340 for requirements for the mechanics and administration of the submittal process. D. Test Results: 1. Provide adhesion test results for each sealant sample providing adhesion results compared to adhesion requirements. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07900 - 2 2. Manufacturer's authorized factory representative recommended remedial measure for all • failing tests. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver material in manufacturer's original unopened containers with labels intact: Labels shall indicate contents and expiration date on material. 1.6 WARRANTY A. Material and Labor Warranty: 1. Sealant work free of defects for a period of three (3) years from date of final acceptance. 2. Remove any defective work or materials and replace with new work and materials. 3. Warranty signed jointly by Applicator and sealant manufacturer. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Polyurethane sealants: a. Pecora. b. Sika Chemical Corp. c. Sonneborn - Rexnord. d. Tremco. 2. Silicone sealants: a. General Electric. • b. Dow Corning Corp. c. Tremco. 3. Compressible sealant: a. Polytite Manufacturing Corporation. b. Emseal. a Norton. d. Sandell. 4. Fire-resistant sealant: See Section 07840. 5. Acoustical sealant: a. Pecora. b. Sonneborn. c. Tremco. 6. Polysulfide rubber sealant: a. Pecora. b. Sonneborn. c. Morton Polymer Systems. 7. Expanding foam sealant: a. Macklanburg Duncan. b. Convenience Products. c. FAI International, Inc. d. Power Fasteners. 8. Polyurea joint filler: a. Dayton Superior Specialty Chemical Corporation. b. Euclid Chemical Co. a L & M Construction Chemicals, Ina d. Sonneborn. 9. Backer rod, compressible filler, primer, joint cleaners, bond breaker: As recommended by • sealant manufacturer. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07900 - 3 B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS • A. Sealants -General: 1. Provide colors matching materials being sealed. 2. Where compound is not exposed to view in finished work, provide manufacturer's color which has best performance. 3. Nonsagging sealant for vertical and overhead horizontal joints. 4. Sealants for horizontal joints: Self-leveling pedestrian/traffic grade. B. Polyurethane Sealant: 1. One (1) or two (2) components. 2. Paintable. 3. Meet ASTM C920 Type S or Type M, Grade NS or P, Class 25, Use NT, T, M, A and O: a. Pecora Dynatrol-IXL, Dynatrol II, Urexpan NR-200, NR-201. b. Sika Chemical Corporation Sikaflex-la, Sikaflex-2C NS/SL. a Sonneborn Sonolastic NP-1, NP-II, SL-1 SL-2. d. Tremco Dymonic or Dymeric, Vulkem 116,227,45,245. C. Silicone Sealant: 1. One (1) component. 2. Meet ASTM C920, Type S, Grade NS, Class 25, Use NT, G, A, O: a. General Electric: Silpruf, Silglaze II. b. General Electric: Sanitary 1700 sealant for sealing around plumbing fixtures. c. Dow Coming: 786 for sealing around plumbing fixtures. d. Dow Corning: 790, 795. e. Tremco: Spectrem 1, Spectrem 3, Tremsi1600. 3. Mildew resistant for sealing around plumbing fixtures. D. Compressible Sealant: • 1. Size so that width of material is twice joint width. 2. Foamed polyurethane strip saturated with polymerized polyeutylene waterproofing coated on front face with nonreactive release agent that will act as bond breaker for applied sealant: a. Polytite Manufacturing Corp. "Polytite-B." 3. Fire rated where required. E. Joint Cleaner, Primer, Bond Breaker: As recommended by sealant manufacturer. F. Sealant Backer Rod and/or Compressible Filler: 1. Closed cell polyethylene, polyethylene jacketed polyurethane foam, or other flexible, nonabsorbent, nonbituminous material recommended by sealant manufacturer to: a. Control joint depth. b. Break bond of sealant at bottom of joint. c. Provide proper shape of sealant bead. d. Serve as expansion joint filler. G. Adhesive, Compressible Sealant: As recommended by sealant manufacturer. H. Fire-Resistant Sealant: See Section 07840. I. Expanding Foam Sealant: 1. One (1) or two (2) component fire rated moisture cured expanding urethane. 2. Shall not contain formaldehyde. 3. Density: Minimum 1.5 pcf. 4. Minimum 70 percent closed cell content. 5. R-value minimum 5.0/IN. 6. Flame spread: Less than 25. 7. Smoke developed: Less than 25. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07900 - 4 J. Acoustical Sealant: • 1. One (1) component siliconized acrylic latex sealant. 2. Non-staining, non-bleeding. 3. Compatible with paints specified for adjoining materials: a. See Section 09905. 4. Meet ASTM C834: a. Pecora - AC20+. b. Sonnebom - Sonolac. c. Tremco - Tremflex 834. K. Polysulfide Rubber Sealant: 1. One (1) or two (2) component. 2. Meet ASTM C920: a. Pecora Synthacalk GC2+. b. Sonneborn - Sonolastic -two-part polysulfide sealant. c. Morton Polymer Systems -Thiokol Sealants. L. Polyurea Joint Filler: 1. Two (2) component, semi-rigid material for filling control, sawcut and construction joints in interior concrete floors: a. Dayton Superior Specialty Chemical Corp. "Joint Fill, Joint Seal, Joint Saver II" as required for condition and recommended by manufacturer. b. Euclid Chemical Co. "EUCO QWIK" joint. c. L & M Construction Chemicals, Inc. "Joint Tite 750". d. Sonneborn "TF-100" control joint filler. 2. Comply with ACI 302.1R performance recommendations regarding control and construction joints. 3. Color: Gray. • PART 3 - EXECUTION 3.1 PREPARATION A. Before use of any sealant, investigate its compatibility with joint surfaces, fillers and other materials in joint system. B. Use only compatible materials. C. Where required by manufacturer, prime joint surfaces: 1. Limit application to surfaces to receive calking. 2. Mask off adjacent surfaces. D. Provide joint depth for joints receiving polyurea joint filler in accordance with manufacturer's recommendations. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions and UL requirements. B. Clean all joints. C. Make all joints water and airtight. D. Make depth of sealing compounds, except expanding foam and polyurea sealant, not more than one-half width of joint, but in no case less than 1/4 IN nor more than 1/2 IN unless recommended otherwise by the manufacturer. E. Provide correctly sized backer rod, compressible filler or compressible sealant in all joints to depth recommended by manufacturer: • 1. Take care to not puncture backer rod and compressible filler. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07900 - 5 2. Provide joint backer rod as recommended by the manufacturer for polyurea joint filler. • F. Apply bond breaker where required. G. Tool sealants using sufficient pressure to fill all voids. H. Upon completion, leave calking with smooth, even, neat finish. I. Where piping, conduit, ductwork, etc., penetrate wall, seal each side of wall opening. J. Install compressible sealant to position at indicated depth: 1. Take care to avoid contamination of sides of joint. 2. Protect side walls of joint (to depth of fmish sealant). 3. Install with adhesive faces in contact with joint sides. 4. Install finish sealant where indicated. K. Install expanding foam sealant to minimum 4 IN depth or thickness of wall being penetrated if less than 4 IN or as indicated on Drawings: 1. Provide adequate fire rated backing material as required. 2. Hold material back from exposed face of wall as required to provide backer rod and finish sealant: a. Allow expanding foam sealant to completely cure prior to installing backer rod and fmish sealant. 3. Material shall be minimum of 70 DegF prior to and during installation. 4. Trim off excess material flush with surface of the wall if not providing fmished sealant. 5. Prior to using expanding foam sealant in openings occurring in the veneer wythe of cavity wall construction, install backer rod to a depth that will provide sufficient foam sealant depth, per the manufacturer, and will also prevent the foam from expanding into and filling the cavity. 3.3 FIELD QUALITY CONTROL • A. Adhesion Testing: 1. Perform adhesion tests in accordance with ASTM C 1521 per the following criteria: a. Water bearing structures: One (1) test per every 1000 LF of joint sealed. b. Exterior precast concrete wall panels: One (1) test per every 2000 LF of joint sealed. c. Chemical containment areas: One (1) test per every 1000 LF of joint sealed. d. Building expansion joints: One (1) test per every 500 LF of joint sealed. e. All other type of joints except butt glazing joints: One (1) test per every 3000 LF of joint sealed. f. Manufacturer's authorized factory representative shall recommend, in writing, remedial measures for all failing tests. 3.4 SCHEDULE A. Furnish sealant as indicated for the following areas: 1. Exterior areas: Polyurethane or Silicone. 2. Interior wet areas: Polyurethane or Silicone. 3. Interior wet, corrosive areas: Polyurethane or Polysulfide. 4. Interior nonwet, corrosive areas: Polyurethane or Silicone. 5. Interior nonwet, noncorrosive areas: Polyurethane or Silicone. 6. Fire-rated construction: See Section 07840. 7. Sound insulated construction: a. Acoustical sealant. 8. Compressible sealant: Where indicated. 9. Sealant which will be subject to prolonged contact with or submersion in water (except wastewater and sewage): a. Polysulfide or polyurethane: NSF approved for use in potable water tanks. 10. Penetrations exterior wall above grade: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07900 - 6 • a. For non-corrosive areas, provide expanding urethane foam, with polyurethane fmish sealant. b. For corrosive areas, provide expanding urethane foam, bond breaker and polysulfide finish sealant on corrosive side with polyurethane fmish sealant on non-corrosive side. 11. Sealant which will be immersed in wastewater or sewage: Polysulfide. 12. Interior concrete floor control joints or sawed joints: Polyurea joint filler. 13. Sealing azound plumbing fixtures: Silicone. 14. Plastic laminate casework, plastic laminate countertops and solid surface materials: Silicone. END OF SECTION • r~ LJ 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 07900 - 7 • • L • DIVISION 8 DOORS AND WINDOWS • • • SECTION 08110 METAL DOORS AND FRAMES AND BORROWED LIGHT FRAMES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: i. Metal doors and frames. 2. Metal borrowed light window frames. 3. Grouting of door frames. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 04110 -Cement and Lime Mortars. 4. Section 08700 -Finish Hardware. 5. Section 08800 -Glass and Glazing. 6. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A653, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. • 2. National Association of Architectural Metal Manufacturers (NAAMM): a. Hollow Metal Manufacturers Association (1IIvLMA). 3. National Fire Protection Association (NFPA): a. 80, Standard for Fire Doors and Fire Windows. 4. Steel Door Institute (SDI): a. 117, Manufacturing Tolerances Standard Doors and Frames. b. All SDI publications. 5. Steel Door Institute/American National Standards Institute (SDI/ANSI): a. A250.6,Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames. b. A250.7, Nomenclature for Standard Steel Doors and Steel Frames. c. A250.8 (formerly SDI 100), Recommended Specifications for Standard Steel Doors and Frames. d. A250.10, Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. e. A250.11, Recommended Erection Instructions for Steel Frames. 6. Underwriters Laboratories, Inc. (LIL): a. Building Materials Directory: 1) l OB, Standard for Safety Fire Tests of Door Assemblies. 2) l OC, Standard for Safety Positive Pressure Fire Tests of Door Assemblies. 7. Building code: a. International Code Council (ICC): 1} International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: Manufacturer must be current member of SDI, and NAAMM (HMMA). C. Wipe coat galvanized steel is not acceptable as substitute for galvanizing fmish specified. 00...60746 Bozeman WRF Phase 1 Lnprovements Project 7/11/2008 08110 - 1 1.3 DEFINITIONS A. As identified in SDUANSI A250.7. • 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Schedule of doors and frames using same reference numbers as used on Drawings. 4. SDI certification. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store doors and frames in accordance with SDUANSI A250.11. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Metal doors and frames and metal borrowed light frames: a. CECO Corporation. b. Steelcraft Manufacturing Co. c. Curries Company. • B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Sheet Steel: Hot-dipped galvannealed steel, ASTM A653, A60 coating. B. Frames: Hot-dipped galvannealed steel, ASTM A653, A60 coating. C. Supports and Reinforcing: Hot-dipped galvannealed steel, ASTM A653, A60 coating. D. Inserts, Bolts and Fasteners: Manufacturer's standard. E. Primer:. Manufacturer's standard coating meeting SDUANSI A250.10. F. Galvannealed Coating Repair: See Section 09905. G. Grout: As specified in Section 04110. H. Thermal Insulation: Polyurethane, CFC free. I. Sound Insulation: Fiberglass batt insulation or impregnated Kraft honeycomb. 2.3 ACCESSORIES A. Glass Panels in Doors and Borrowed Light Frames: 1. Fixed, integral stops on exterior face. 2. Snap-in stops or stops secured with countersunk Phillips head machine screws on interior face. 3. Reinforce cut-out in door panel with minimum 20 GA galvannealed or galvanized steel channel 4. Glass: See Section 08800 • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08110 - 2 B. Frame Anchors: • 1. Jamb anchors: a. Masonry wire anchors: Minimum 0.1875 IN wire, galvanized. b. Existing wall anchor: Minimum 18 GA, galvanized: c. Stud partition and base anchors: Minimum 18 GA, galvanized. 2.4 FABRICATION A. General:. 1. SDUANSI A250.8. 2. Fabricate rigid, neat in appearance and free from defects. 3. Form to sizes and profiles indicated on Drawings. a. Beveled edge. 4. Fit and assemble in shop wherever practical. 5. Mark work that cannot be fully assembled in shop to assure proper assembly at site. 6. Continuously wire weld all joints, dress exposed joints smooth and flush. 7. Fabricate doors and frames to tolerance requirements of SDI 117. 8. Fit doors to SDI and NFPA 80 clearances. 9. Provide fire rated doors which are approved and labeled by UL. 10. All doors shall be handed. 11. Hinge cut-out depth and size on doors and frames shall match hinge specified in Section 08700. 12. Design and fabricate doors to requirements of the Building Code. B. Hollow Metal Doors: 1. General: a. 1-3/4 IN thick. b. Fabricate with flush top caps: 1) Thickness and material to match door face. • 2) On exterior doors, seal weld top cap to door face and grind smooth and flush. 3) On interior doors, attach top cap to door with concealed fasteners or by welding: a) Factory seal if attached with fasteners.. b) No exposed fasteners will be accepted. c. Continuously wire weld all joints and dress, smooth and flush. d. Galvannealed per ASTM A653, A60 coating. 2. Exterior: a. Doors 48 IN wide, or less: SDUANSI A250.8, Level 3, and. physical performance level A, Model 2. 1) Face sheet minimum thickness: 16 GA. 2) Insulated: Minimum R10. 3. Fire Rated: a. SDUANSI A250.8, Leve13, and physical performance level A, Mode12. b. Face sheet minimum thickness: 16 GA. a Comply with ASTM E2074. d. UL fire labeled. e. Comply with UL l OB and UL l OC. f. Maximum transmitted temperature: 1) Fire doors shall have a maximum transmitted temperature end point of not more than 250DegF above ambient at the end of 30 minutes of standard fire test exposure. g. Pairs UL fire labeled without astragal. h. Comply with NFPA 80. 4. Interior: a. Doors 48 IN wide, or less: SDUANSI A250.8, Level 2, and physical performance level "B", Mode12: 1) Face sheet minimum thickness: 18 GA. • b. Sound insulated, minimum STC-35. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08110 - 3 C. Hollow Metal Frames: I. Door frames: • a. ,Provide 2 IN face at all heads, jambs and mullions for fi-ames in stud walls. b. Provide 4 IN face at head where noted on Drawings or required by wall construction. c. 26 GA galvannealed steel boxes welded to frame at back of all hardware cutouts. d. Steel plate reinforcement welded to frame for hinge, strikes, closers and surface- mounted hardware reinforcing: 1) All plate reinforcement shall meet size and thickness requirements of SDUANSI A250.8. 2) Galvannealed per ASTM A653, minimum A60: e. Split type frames not acceptable: 1) All horizontal and vertical mullions and transom bars shall be welded to adjacent members. f. Conceal all fasteners. g. Frames shall be set up, all face joints continuously wire welded and dressed smooth. h. Exterior (up to 4 FT wide): 16 GA steel galvannealed per ASTM A653, A60. i. Exterior (over 4 FT wide): 14 GA steel galvannealed per ASTM A653, A60. j. Fire rated: I) 16 GA steel galvannealed per ASTM A 653, A60. 2) Comply with ASTM E2074, UL l OB and UL IOC. 3) Comply with NFPA 80. k. Interior: 16 GA steel galvannealed per ASTM A653, A60. 1. Provide removable spreaders at bottom of frame m. Borrowed light frames: 1) 2 IN face at head, jamb, sill and mullions unless noted otherwise on Drawings. 2) 16 GA steel galvannealed per ASTM A653, A60. 3) Field applied stops: Manufacturer's standard with finish to match frame. 4) Provide welded type frames: • a) Continuously wire weld all joints and dress smooth. D. Prepare for fmish hardware in accordance with hardware schedule, templates provided by hardware supplier, and SDUANSI A250.6. 1. Locate fmish hardware in accordance with SDUANSI A250.8. 2. See Section 08700 for hardware. 3. Prepare doors for swing direction indicated: a. Preparing doors for non-handed hinges is not acceptable. E. After fabrication, clean off mill scale and foreign materials, repair damaged galvannealed surfaces, and treat and prime with rust inhibiting primer. PART 3 - EXECUTION 3.1 INSTALLATION A. Install doors and frames in accordance with SDUANSI A250.11, the Building Code and manufacturer's instructions. B. Where applicable, place frames prior to construction of enclosing walls and ceilings. C. Plumb, align, and brace securely until permanently anchored. D. After completion of walls, remove temporary braces and spreaders. E. Use plastic plugs to keep silencer holes clear during construction. F. Immediately after erection, sand smooth rusted or damaged areas of prime and galvannealed coating. G. Touch-up prime and galvannealed coating in accordance with Section 09905. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08110 - 4 • H. Where indicated to be painted leave finish smooth for finish painting. I. Install three silencers on strike jamb of single door frame and two on head of double door frame. J. Number and location of anchors shall be in accordance with frame manufacturer's recommendation with minimum of three anchors per jamb. K. Protect. doors and frames during construction. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/1 I/2008 08110 - 5 • • SECTION 08210 FLUSH WOOD DOORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Factory fmished flush wood doors. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 06200 -Finish Carpentry. 4. Section 08110 -Metal Doors and Frames and Borrowed Light Frames. 5. Section 08700 -Finish Hardware. 6. Section 08800 -Glass and Glazing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. A208.1, Wood Particleboard. 2. Architectural Woodwork Institute (AWI): a. Quality Standards of the Architectural Woodwork Institute. 3. National Fire Protection Association (NFPA): • a. 80, Standard for Fire Doors and Fire Windows. b. 252, Standard Methods of Fire Tests of Door Assemblies. 4. Underwriters Laboratories, Inc. (iJL): a. l OB, Standard for Safety Fire Tests of Door Assemblies. b. l OC, Standard for Safety Positive Pressure Fire Tests of Door Assemblies. 5. Window and Door Manufacturer's Association/American National Standards Institute (WDMA/ANSI): a. I.S. 1-A, Architectural Wood Flush Doors. 6. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Door manufacturer must have minimum 10 years experience in manufacturing of wood veneer doors. 2. Manufacturer shall be current member of Architectural Woodwork Institute. C. All doors to be provided by same manufacturer. D. All doors to be fabricated using Hot Press 5 Ply construction. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. • b. Manufacturer's installation instructions. c. For fire-rated doors provide all associated fire test information. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08210 - i d. Schedule of doors using same reference numbers as indicated on Drawings: 1) Schedule shall include size, type, swing, rating, frame type and size, and hardware • set required. e. Available wood species. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certification of AWI membership. 3. .Warranty. C. Samples: 1. Provide actual samples of each factory applied finish for initial finish selection. 2. After initial finish selection, provide two (2) 12 IN x 12 IN samples showing door construction in veneer and fmish selected: a. Provide two (2) 12 IN by 12 IN samples of fire-rated door construction in any veneer type: 1) Samples are to show interior door construction including core, blocking and edge treatment. 1.4 DELIVERY STORAGE AND HANDLING A. Store and protect doors in accordance with manufacturer's recommendations and WDMA/ANSI. 1.5 WARRANTY A. Warrant doors in writing for life of installation against defects including: 1. Veneer delamination. 2. Bow or twist of 1/4 IN or more. 3. Telegraphing of any part of core through face veneer. 4. Surface variation exceeding 1/100 IN in 3 IN span. • 5. Any other defect which may impair or affect performance of door for purpose for which it is intended. B. Warranty to include: 1. Removal and replacement of defective door(s). 2. Removal of existing hardware and refitting to new door. PART Z - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Doors specified are based on products manufactured by Algoma Hardwoods, Inc. B. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Flush wood door: a. Algoma Hardwoods, Inc. b. Eggers Industries. c. Marshfield Door Systems. d. VT Industries. C. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Face Veneer: 1. Birch plain sliced, both faces. 2. Minimum thickness: 0.020 IN at 12 percent moisture content. • 3. All faces to be per WDMA/ANSI I.S. 1-A face grades 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08210 - 2 B. Core: 1. Non-fire-rated doors: a. Solid particle core (PC-5), ANSI A208.1. b. Grade: LD-2. c. Density: 30-35 LBS/CF. d. Provide solid wood reinforcing at all hazdwaze locations and azound all cut-outs. 2. Fire-rated doors, ASTM E2074: a. 20-minute rated: Solid particle core: 1) Density: 30-32 LBS/CF b. Other fire ratings: Non-combustible mineral core UL listed. c. Provide fire treated solid wood blocking at all hazdwaze locations and around all cut- outs: 1) Minimum 5 IN top rail and bottom rail. d. Maximum transmitted temperature: 1) 3 HR rated: 450 DegF at 30 minutes. 2) 1-1/2 HR rated: 250 DegF at 30 minutes. 3) 1 HR rated: 250 DegF at 30 minutes. C. Hazdwood Edges: 1. Match face veneer species. 2. Fire retardant treated in Labeled doors. D. Adhesives: 1. Type 1 water resistant glue. 2.3 FABRICATION A. General: 1. All doors shall be fabricated in accordance with and shall meet requirements of • WDMA/ANSI LS. 1-A Custom Grade standazds. 2. Hardware preparation: a. Factory machine doors for application of hardware specified. b. Bevel vertical edges 1/8 IN in 21N. c. Clearance at bottom of door: 1/2 IN. d. Cleazance at top of door: 1/8 IN. e. Tolerances: 1) Width: +1/32 IN. 2) Height: +1/16 iN. 3) Thickness: +1/16 IN. 4) Hardware location: +1/321N. 5) Locks and hinges: +1/32 IN. f. Fit fire rated doors to meet requirements of labeling agency. g. Refer to Section 08700 for hardware requirements and template provided by hardware manufacturer. 3. Cut-outs. a. Make all cut-outs in the factory. b. Seal edges of all openings. 4. All doors shall be 1 3/4 IN thick unless indicated otherwise. B. Fire-Rated Doors: 1. Provide doors with UL labels: a. Doors to meet applicable requirements of UL lOB, UL1 OC ITS Certification Listings for Fire Doors. 2. Comply with NFPA 80 and NFPA 252 and ASTM E2074. C. Finish: 1. AWI 1500, Finish System TR-6 or OP-6 as required; . a. Stain: To be selected from manufacturer's full line of colors. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08210 - 3 D. "Hot Press" bond hardwood veneer cross-banding to core using Type II glue. E. Identify doors for proper location. 2.4 SOURCE QUALITY CONTROL A. Inspect finished door units at factory and repair damage in accordance with AWI. PART 3 - EXECUTION 3.1 PREPARATION A. Correct defects or conditions which may interfere with or prevent a satisfactory installation. B. Condition doors to prevailing humidity for minimum 72 HRS prior to handling. 3.2 INSTALLATION A. Condition doors to prevailing climactic conditions for 72 HRS prior to installation. B. Install doors in hollow metal frames in accordance with manufacturer's instructions and WDMA/ANSI LS. 1-A: 1. See Section 08110 for door frames. C. Fit doors to frames and machine for hardware to whatever extent not previously worked at factory. D. Install fire-rated doors in accordance with NFPA 80. 3.3 FIELD QUALITY CONTROL A. Remove and replace defective units. • B. Repair damage to fmish in accordance with AWI recommendations. C. Remove and replace damaged doors that are not capable of being satisfactorily repaired: 1. Engineer to make fmal decision on acceptance of fmish repair. 3.4 ADNSTMENT A. Prior to Project startup, make final adjustments to doors. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08210 - 4 • SECTION 08305 ACCESS DOORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ceiling access doors (hatches). 2. Floor, Vault, Utilidor Access doors. 3. Wall access doors. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO). 1.3 DE FINITIONS A. Standard : Supports a live load of 300 psf. B. H2O: AASHTO H2O load rated. 1.4 SUBMITTALS • A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Standard and Heavy duty doors: a. Bilco Company. b. Babcock Davis Associates. c. Dur-Red Products. 2. Ceiling access doors: a. Bilco Company. b. J.L. Industries. • c. Milcor. d. Dur-Red Products. e. Larsens Manufacturing Co. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08305 - 1 B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS • A. All access doors shall be provided by the same manufacturer when possible. B. Floor Vault Doors (Standard): 1. Frame: 1/4 IN mill finish aluminum channel. 2. Bituminous coated when in contact with concrete. 3. Cover: 1/4 IN mill finished diamond plate aluminum. 4. All hardware: Stainless steel. 5. Grip handle: Vinyl. 6. Fabricate frame with anchor flange around perimeter and 1-1/2 IN DIA drainage coupling. 7. Reinforce cover with aluminum stiffeners. 8. Fabricate doors to open 90 degrees with assistance of spring operators and automatically lock into open position. 9. Furnish with slam lock and removable key handle. I0. Size(s): Refer to Drawings. 11. Similar to: Bilco Type "J" or "JD." C. Ceiling Access Doors: 1. Frame: Minimum 16 GA hot-dipped galvanized steel. 2. Door: Minimum 18 GA hot-dipped galvanized steel. 3. Hinges: Continuous, stainless steel. 4. Anchors: Manufacturer's standard stainless steel or zinc plated. 5. Finish: Manufacturer's standard prime coat. 6. Provide flush screwdriver-operated lock with metal cam. 7. Size(s): Refer to Drawings. D. Utilidor Access Doors: 1. Frame: '/4 IN mill finish aluminum channel. • 2. Bituminous coated when in contact with concrete. 3. Cover: '/a IN mill finished diamond plate aluminum, reinforced for H2O load rating. 4. All hardware: Stainless steel. 5. Grip handle: Vinyl. 6. Fabricate frame with anchor flange around perimeter and 1-''/2 IN DIA. Drainage coupling. 7. Reinforce cover with aluminum stiffeners. 8. Fabricate doors to open 90 degrees with assistance of spring operators and automatically lock into open position. 9. Furnish with slam lock and removable key handle. 10: Size(s): Refer to Drawings. 11. Similar to: Bilco Type "JAL" or "JDAL". PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. 3.2 SCHEDULE Equipment No. Location Size (FT X FT) # of Leaf Type 100-HAT-O1 Headworks 6 x 4 Double Standard 203-HAT-O1 UFAT Upper Floor 3 x 3 Single Standard 203-HAT-02 UFAT Upper Floor 3 x 3 Single Standard 204-HAT-O1 PEPS Scum Sump 3 x 3 Single Standard 204-HAT-02 PEPS Headbox 6 x 3 Single Standard 204-HAT-03 PEPS Headbox 6 x 3 Single Standard • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08305 - 2 _Equipment No. Location Size (FT X FT) # of Leaf Type • 204-HAT-04 PEPS Headbox 6 x 3 Single Standard 204-HAT-OS PEPS Headbox 6 x 3 Single Standard 204-HAT-06 PEPS Headbox 6 x 3 Single Standard 204-HAT-07 PEPS Headbox 6 x 3 Single Standard 204-HAT-08 PEPS Headbox 6 x 3 Single Standard 204-HAT-09 PEPS Headbox 6 x 3 Single Standard 204-HAT-10 PEPS Headbox 4 x 3 Single Standard 204-HAT-11 PEPS Headbox 4 x 3 Single Standard 204-HAT-12 PEPS Headbox 4 x 3 Single Standard 204-HAT-13 PEPS Headbox 4 x 3 Single Standard 204-HAT-14 PEPS Drain Sump 4 x 3 Double Standard 204-HAT-15 PEPS Drain Valve 3 x 3 Single Standard Box 601-HAT-O1 RAS/WAS Station 4 x 2 Single Standard No. 2 Drain Sump 800-HAT-O1 Digester Control 3 x 3 Single Standard Building No. l 1100-HAT-O1 (Bid Item No. 2) Digester Control 6 x 4 Double Standard Building No. 2 1100-HAT-02 (Bid Item No. 2) Digester Control 6 x 4 Double Standard Building No. 2 END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 08305 - 3 • • • SECTION 08332 STEEL ROLLING OVERHEAD DOORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Steel rolling overhead doors: a. Motor and manual operated. b. Insulated. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 11005 -Equipment: Basic Requirements. 4. Division 16 -Electrical. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. b. A167, Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. • c. A276, Standard Specification for Stainless Steel Bars and Shapes. d. A653, Standard Specification for Sheet Steel, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. e. E283, Test Method for Rate of Air Leakage through Exterior Windows, Curtain Walls and Doors Under Specified Pressure Differences Across the Specimen. 2. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). B. Qualifications: 1. Installer to be licensed or approved in writing by door manufacturer. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's standard color charts. 3. Schedule of doors using same reference number for openings as indicated on Drawings. • 4. Motor operator and accessories technical data including complete wiring and control diagrams. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08332 - 1 5. Certifications: a. Certification of installer qualifications. • B. Samples: 1. Actual metal color samples of manufacturer's full line of colors available. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. D. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Steel rolling overhead doors: a. The Cookson Company. b. Cornell Iron Works. c. Wayne Dalton. d. Overhead Door Corp. e. Raynor. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS • A. Door Curtain and Hood: Galvanized steel, ASTM A653, G-60. B. Insulation: closed cell polyurethane foam: 1. CFC free. C. Weatherproofing: Neoprene or vinyl. D. Guides, Head Plates and Pipe Barrel: Galvanized steel, ASTM A123. E. Fasteners: Same material as door construction. 2.3 ACCESSORIES A. Motor Operator: 1. Minimum 1/2 HP, 460/3/60, explosion proof where scheduled: a. Motor shall be sized by door manufacturer for door size indicated on Drawings. 2. Instant reversing with electric reversing safety edge and weather seal on bottom of door: a. Provide complete wiring connections for instant reversing safety edge to motor operator including all intermediate junction boxes, conduit, disconnects, wiring and low voltage wiring. 3. Opening and closing rate: Between 2/3 and 1 FPS. 4. Standard oiltight three (3) pushbutton control(s): a. NEMA 4X. 5. Electric interlock with locking device. 6. See Section 11005 for additional motor requirements. 7. Provide manufacturer's standard reversing controller with motor thermal protection if motor is not internally protected as specified in Section 11005. 8. Provided with chain operator backup mechanism. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 08332 - 2 • B. Non-motorized Operator: 1. Same as motor operated, without motor only. Allow for future motor connection. 2.4 FABRICATION A. Door Curtain: 1. Insulated flat profile with interlocking face sheets: a. 2-5/8 IN high. b. Exterior face: Minimum 22 GA. c. Interior face. Minimum 24 GA. d. Glavanized steel endlocks. e. Core: Insulated. 2. Weather stripping: a. Guide sealing adjustable weatherstripping at jambs and lintel (exterior doors only). 3. Bottom bar: Reversing electric safety edge with weatherseal. 4. Finish: Factory prime and finish coats: a. Prime coat: Minimum 0.2 mil baked-on prime paint. b. Finish coat: Minimum 0.6 mil baked-on polyester powder coat. c. Color: To be selected by Engineer from manufacturer's complete offering. B. Hood: 1. Minimum 24 GA. 2. Provide full length air baffle weatherstripping at all exterior doors. 3. Finish: Match door curtain. C. Guides: 1. Mounting: a. Interior face of wall. 2. Manufacturer's standard angle guide system for size of door specified. a. Rolled guides are not acceptable. b. Furnish wind locks. 3. Finish: Match door curtain. D. Head Plates: 1. Galvanized steel plate mounted to guides. 2. Sized to support counter balance assembly, curtain, motor operator and hood. 3. Finish: Match door curtain. E. Counterbalance Assembly: 1. Pipe barrel: a. Galvanized steel pipe shaft. b. Maximum deflection: 0.03 IN/FT. 2. Torsion springs: a. Oil-tempered helical torsion springs on cast anchors. b. 100,000 cycle. 3. Adjustable tension wheel. F. Trim Pieces: Material and fmish to match curtain. G. Wind Load: 20 PSF minimum. H. Operation: 1. Motor operated with chain operator backup when scheduled as motor operated. Manual chain operator otherwise. I. Locking: 1. Slide bolts. • J. Insulated door system shall be similar to Overhead Door Corp "625" Series. 00...60'746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08332 - 3 2.5 SOURCE QUALITY CONTROL A. Air Infiltration: 1.98 CFM/SF of door when tested on a 10 FT x 10 FT door in accordance with • ASTM E283 with 25 MPH wind load. 2.6 SCHEDULE Door Mark Size W x H Type Label Operator D-lO1B 10'-0" x 10'-0" E Explosion Proof Motor Operated D-102A 10'-0" x 10'-0" E Explosion Proof Motor Operated D-102B 10'-0" x 10'-0" E Explosion Proof Motor Operated D-102C 10'-0" x 10'-0" E Explosion Proof Chain Operated D-300A 8'-0" x 10'-0" E Explosion Proof Chain Operated D-1106B 12'-0" x 12'-0" E Explosion Proof Motor Operated D-1108A 14'-0" x 14'-0" E Explosion Proof Motor Operated D-1108D 14'-0" x 14'-0" E Explosion Proof Motor Operated D-1109A 14'-0" x 14'-0" E Explosion Proof Motor Operated D-1109B 14'-0" x 14'-0" E Explosion Proof Motor Operated D-1201B 26'-0" x 20'-0" E Explosion Proof Motor Operated PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Installation shall be done by manufacturer's authorized representative. C. Provide all required trim, weatherstripping, closures etc., for complete weather tight installation. D. Adjust for proper counter balance. E. Seal along bottom of vertical track (guides), seal the vertical joint between the two (2) separate track angles (if not filled by welding) and seal all holes in vertical track (not being used for fasteners) to provide a completely weather tight track and door system: 1. At fastener locations provide steel washers under bolt head to completely cover the slotted holes in the vertical track: a. Finish of steel washer shall match fmish of track (guides). F. Electrical disconnect and conduit and wiring from standard three (3) pushbutton control to motor operator is to be provided by Division 16. G. Provide bracing for motor operator to eliminate vibration. 3.2 ADJUSTMENT A. Prior to occupancy, adjust door for smooth operation. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08332 - 4 • SECTION 08410 STOREFRONT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Thermally broken storefront. 2. Entrance doors and hardware. 3. Electric door assisting device. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07900 -Joint Sealants. 4. Section 08800 -Glass and Glazing. 5. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. 45, Designation System For Aluminum Finishes. 2. American Architectural Manufacturers Association (AAMA): a. 1503, Voluntary Test Method for Thermal Transmittance and Condensation Resistance of Windows, Doors and Glazed Wall Sections. • 3. Americans with Disabilities Act (ADA): a. Accessibility Guidelines for Buildings and Facilities (ADAAG). 4. American National Standards InstituteBuilders Hardware manufacturers Association (ANSUBHMA): a. A156.19, Power Assist and Low Energy Power Operated Doors. 5. American Society of Civil Engineers (ASCE): a. 7, Minimum Design Loads for Buildings and Other Structures. 6. ASTM International (ASTM): a. A653, Standard Specification for Sheet Steel, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. b. B221, Specification for Aluminum and Aluminum-Alloy, Extruded Bars, Rods, Wire, Profiles, and Tubes. c. C1363, Standard Test Method for the Thermal Performance of Building Assemblies by Means of a Hot Box Apparatus. d. E283, Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls and Doors Under Specified Pressure Differences Across the Specimen. e. E330, Test Method for Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. f. E331, Test Method for Water Penetration of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. 7. American Welding Society (AWS): a. D1.2, Structural Welding Code Aluminum. B. Qualifications: 1. Qualify welders and welding process in accordance with AWS D1.2. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 08410 - i 1.3 DEFINITIONS A. Installer or Applicator: Installer or applicator is the person actually installing or applying the • product in the field at the Project site: 1. Installer and applicator are synonymous. B. All weather: Capable of operation from -50 to +120 DegF. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data for framing system and major accessories including: a. Entrance door. b. Product data sheet for each hardware item specified. c. Acknowledgement that products submitted meet requirements of standards referenced. d. Manufacturer's installation instructions. 3. Elevation drawings indicating all frame and door dimensions and details. 4. Warranty. 5. Test reports. 6. Complete wiring layout/diagrams for electric door assisting device. B. Samples: 1. Metal samples showing range of colors of anodized units. 2. After initial color selection, provide minimum three (3) 2 x 3 IN samples of each color and finish selected. 1.5 DELIVERY, STORAGE AND HANDLING A. Store units in vertical position off ground with wood spacers between each unit: • 1. Store in accordance with manufacturer's instructions. 1.6 WARRANTY A. Written warranty signed jointly by fabricator, installer, and Contractor, agreeing to repair or replace any items of work performed under this Section which fail: 1. Failure includes defects in materials, installation, workmanship, water tightness of assembly, calking, glazing or any other defects in storefront system which affects its ability to perform as weathertight envelope. 2. Warranty period is five (5) years from date of acceptance. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Storefront system: a. Kawneer Co., Ina b. United States Aluminum. c. Vista Wall. d. YKK-AP America. 2. Electric door assisting device:. a. Horton Automatics. B. Submit request for substitution in accordance with Specification Section 01640. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/l 1/2008 08410 - 2 • 2.2 M, A. B. C. D. E. !~TERIALS Storefront: Aluminum, ASTM B221, 6063-T5. Doors: Aluminum, ASTM B221, 6063-T5. Thermal Barrier: Extruded copolymer. Fasteners: Stainless steel. Sealants: See Section 07900. F. Brackets, Anchors, Reinforcements: Stainless steel. 2.3 ACCESSORIES A. Doors: 1. Types as indicated on Drawings. 2. Factory glazed. 3. Finish to match storefront. B. Hardware: 1. Hardware specified is based on Kawneer unless noted otherwise. 2. All hardware to be 630 or 626 fmish. 3. Equip doors with following hardware: a. Interior single door (Double door similar): 1) Butts: Manufacturer's heavy duty stainless steel, full mortise, ball bearing type with non-removable pin: a) Size: Minimum 4-1/2 x 4 IN. 2) Closer: Interior surface mounted, delayed action, with integral backcheck, cover, adjustable hold open and limiting stop: LCN 4040 series: • a) Provide all weather fluid. b) Provide full cover in finish to match door. 3) Push: "Style F2" (doors without exit device). 4) Pull: "Style F2" (doors without exit device). 5) Threshold: Manufacturer's standard 1/2 x 4 IN aluminum. 6) Weatherstripping: See Section 08700: a) Storefront manufacturer's standard brush type or pile type weatherstripping is not acceptable. 7) Cylinder: See Section 08700. 8) Flush bolts: Manufacturer's standard stainless steel automatic bolts top and bottom. 9) Exit device: Paneline II concealed rod device. 10} Pull: "Style G3" (doors with exit device). b. Exterior single door (Double door similar): 1) Butts: Manufacturer's heary duty stainless steel, full mortise, ball bearing type with non-removable pin: a) Size: Minimum 4-1/2 x 4 llq. 2) Closer: Interior surface mounted, delayed action, integral back check with cover, adjustable hold open and limiting stop: LCN 4040 Series: a) Provide all weather fluid. b) Provide full cover in finish to match door. 3) Push: Not required for doors with exit device. 4) Pull: "Style G3" (doors with exit device). 5) Exit device: Paneline II concealed rod device. 6} Threshold: Manufacturer's standard 1/2 x 4 IN aluminum. 7) Weatherstripping: See Section 08700: a) Storefront manufacturer's standard brush type or pile type weatherstripping is • not acceptable. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/I 12008 08410 - 3 8) Flush bolts: Manufacturer's standard stainless steel automatic bolts top and • bottom. 9) Cylinder: See Section 08700. C. Electric Door Assisting Device: 1. This device to be installed on main entrance door to reception/waiting area. 2. Low energy, self contained, electromechanical type. a. 120 Vac, 60 cycle, 1 PH. 3. Direct current operation. 4. Door capable of manual operation with power on or off without damage to operating unit. 5. ManuaUautomatic operation. 6. Comply with ADA and ANSUBHMA A156.19. 7. Adjustable opening and closing speed with range of 4 to 6 seconds. 8. Adjustable time delay prior to closing with range of 2 to 30 seconds. 9. Activating switch: Extruded aluminum or stainless steel, momentary contact wall mounted push button activating switch: a. Engraved with international handicap insignia. b. Provide two (2) switches for each door. 10. Provide unit complete with all required wiring for interconnecting activating switch(es) with controller and any other miscellaneous items required for complete installation: a. Operator shall be mounted above door with extruded aluminum cover fmished to match the door. b. Electrical service to control unit by Division 16. 11. Similar to Horton Automatics Model 7000. D. Glass: 1. ASCE 7. 2. See Section 08800. E. Flashing: • 1. Minimum 0.040 IN aluminum. 2. Finish to match storefront if exposed. 3. Mill finish if concealed. F. Sealant: See Section 07900 and manufacturer's recommendations. G. Fasteners: 1. Finish exposed fasteners to match fmish of system. 2. Provide Phillips head screws where exposed. 2.4 FABRICATION A. General: 1. Fully degrease and clean members prior to assembly or application of protective coatings. 2. Weld using methods recommended by manufacturer and AWS to avoid discoloration. 3. Grind exposed welds smooth and restore finish. 4. Ease comers of cut edges to a radius of approximately 1/64 IN. 5: Conceal fasteners wherever possible. 6. Fit and assemble work at shop to maximum extent possible. 7. Maintain true continuity of line and accurate relation of planes and angles. 8. Provide secure attachment and support at mechanical joint, with hairline fit of contacting members. 9. Reinforce work as necessary to withstand wind loadings and to support system. 10. Separate dissimilar metal with bituminous paint or preformed separators to prevent corrosion. 11. Separate metal surfaces at moving joints with plastic inserts or other nonabrasive concealed inserts to permanently prevent freeze-up of joint. 12. Prepare and reinforce frames for hardware: • a. Refer to Section 08700 for hardware not specified in this Section. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08410 - 4 • 13. Frames to be structurally reinforced as required by frame manufacturer. 14. Structural steel reinforcement: a. Hot-dip galvanized after fabrication, ASTM A653, G90. b. Provide dissimilar metals protection, see Section 09905. c. All structural reinforcement sizes shall be determined by the frame manufacturer. 15. Minimum wall thickness of 0.07 IN for all frame components. B. Storefront: 1. Nominal 1-3/4 x 4-1/2 IN minimum section with sightline maximum of 2 IN: a. Depth of system as required for loading criteria indicated. 2. Complete extruded aluminum framing system: a. Thermally broken system similar to Kawneer VG451T: 1) Provide thermally broken system on all openings in the building exterior wall. 3. Include all sills, mullions, anchors, division bars, and flashing. 4. Use no through metal connectors in thermally broken systems. 5. Fabricate thermally broken system to accept 1 IN insulating glass and non-thermally broken system to accept 1/4 IN glass. 6. Provide complete system under single responsibility. C. Doors: 1. ASTM B221, aluminum. 2. Top rail: 3-1/2 IN. 3. Side rails: 3-1/2 IN. 4. Bottom rail: 10 IN. 5. Single acting, full mortise butt hinge operation. 6. Prepare and reinforce door for hardware specified. D. Fasteners: 1. Finish exposed fasteners to match fmish of system. • 2. Provide Phillips flat head screws where exposed. E. Sealants: 1. Refer to Section 07900. 2. Provide sealant color to match finish of system at exposed locations. 3. Provide sealants compatible with aluminum system and recommended for use with this type of installation. F. Finishes: 1. Architectural Class 1 coating per AA 45: a. Anodized: AA-M12C22A41, clear. 2.5 SOURCE QUALITY CONTROL A. General Test Requirements: 1. Utilize independent testing laboratories specifically qualified to conduct all performance tests required. 2. Performance tests may be conducted in manufacturer's laboratories provided they are witnessed and certified by qualified independent testing laboratory personnel. 3. Provide certification that proposed system has been tested in accordance with and meets the requirements of the standards identified in this Specification. 4. Test air infiltration first, water resistance second: a. Other tests may be in any order. B. Air Infiltration Tests (Storefront Framing): 1. Test in accordance with ASTM E283. 2. Air infiltration: 0.06 cfin/SF of wall area when tested at a static air pressure differential of 6.24 psf. • C. Water Resistance Test: 1. Test in accordance with ASTM E331. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08410 - 5 2. No leakage allowed at a minimum static air pressure differential of 8 psf. • D. Uniform Load Test: 1. Uniform load: a. A static air design load of 20 psf shall be applied in the positive and negative direction in accordance with ASTM E330. b. There shall be no deflection in excess of L/175 of the span of any framing member. c. At a structural test load equal to 1.5 times the specified design load, no glass breakage or permanent set in the framing members in excess of 0.2 percent of their clear spans shall occur. E. Thermal Tests: 1. Perform all thermal tests on unit sized as required to produce representative areas of framing, vision glass, and spandrel glass. 2. Provide test unit which reflects most restrictive situation on project (e.g., worst framing, glass, spandrel proportions for producing desired thermal results). 3. Test in accordance with AAMA 1503. 4. Thermal transmittance of insulated glass and framing areas: Average U-value of 0.65 BTUH/SF/DegF, maximum. 5. Thermal transmittance of insulated spandrel glass area: Average U-value of 0.20 BTUH/SF/DegF, maximum. 6. Average calculated thermal transmittance of composite wall: U-value of 0.65 BTiJH1SF/DegF, maximum with substantiating test performed on similar units. 7. Condensation resistance test: a. Determine in accordance with ASTM C1363 and AAMA 1503. b. Provide condensation resistance factor (CRF) not less than 50. PART 3 - EXECUTION 3.1 INSTALLATION • A. Verify suitability of substrate to accept installation: 1. Correct defects. 2. Installation assumes responsibility for performance. B. Install products in accordance with manufacturer's instructions. C. Set units plumb, level and true to line. D. Anchor securely in place. E. Separate metal surfaces from sources of corrosion or electrolytic action. F. Set sill and base members in a bed of sealant. G. Provide joint fillers or gaskets for weathertight construction. H. Calk all joints within and at perimeter of system: 1. Do not calk joints intended to allow the framing system to drain. I. Install flashing where shown on Drawings and/or where required. 3.2 CLEANING A. Clean surface promptly after installation. B. Remove excess glazing, sealant compounds and dirt, and leave clean. C. Clean glass inside and out and apply cross streamers attached to frame. D. Install electric door assisting device in accordance with manufacture's instructions: 1. Conceal conduits feeding unit when possible. • 00...60746 Bozeman WRF Phase 1 Improvements Project ?/11/2008 08410 - 6 • 2. Mount activating switches where shown on Drawings: a. Mount at height recommended by manufacturer and to meet requirements of ADA and ANSIBHMA A156.19. 3. Adjust rate of opening and closing speed and adjust time delay prior to closing to meet requirements of ADA. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!11/2008 08410 - 7 • • • SECTION 08700 FINISH HARDWARE PART 1 - GENERAL 1.1 SUMMARY. A. Section Includes: 1. Finish hardware. 2. Electric door assisting device. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 08110 -Metal Doors and Frames and Borrowed Light Frames. 4. Section 08210 -Flush Wood Doors. 5. Section 08410 -Storefront. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Americans with Disabilities Act (ADA): a. Accessibility Guidelines for Buildings and Facilities (ADAAG). 2. American National Standards InstituteBuilders Hardware Manufacturers Association (ANSIBHMA): a. A156.1, Butts and Hinges. • b. A156.3, Exit Devices. c. A156.4, Door Controls (Closers). d. A156.6, Architectural Door Trim. e. A156.8, Door Controls -Overhead Holders. f. A 156.13, Mortise Locks and Latches. g. A 156.16, Auxiliary Hardware. h. A156.18, Materials and Finishes. i. A156.19, Power Assisted Low Energy Power Operated Doors. j. A156.21, Thresholds. 3. National Fire Protection Association (NFPA): a. 80, Standard for Fire Doors and Fire Windows. 4. Steel Door Institute (SDI). 5. Underwriters Laboratories, Inc. (L1L): a. Building Materials Directory. 6. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Qualifications: 1. Installation shall be performed or inspected by certified Architectural Hardware Consultant (AHC). 1.3 DEFINITIONS A. AHC: Architectural Hardware Consultant. B. Installer or Applicator: • 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08700 - I 2. Installer and applicator are synonymous. C. All weather: Capable of operation from -50 to +120 DegF. • D. Active Leaf: Right-hand leaf when facing door from keyed side unless noted otherwise on Drawings. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Schedule of all hardware being used on each door: a. Number hardware sets and door references same as those indicated on Drawings. 4. Technical data sheets on each hardware item proposed for use. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Architectural Hardware Consultant qualifications. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: • 1. Locksets and latchsets: a. Corbin/Russwin. b. Best Access Systems. 2. Closers: a. LCN. b. Norton. c. Corbtn/Russwm. 3. Hinges: a. Stanley Works. b. Hager Hinge Co. c. McKinney Manufacturing Co. 4. Door stops and holders: a. Trimco. b. Rockwood. c. Ives. 5. Overhead stops: a. Glynn-Johnson Corp. b. DORMA. c. Rixson. 6. Door trim: a. TimcoBBW/Quality. b. Rockwood. c. Hiawatha, Inc. 7. Weatherstripping and thresholds: a. Pemko Manufacturing Co. b. Reese Enterprises, Inc. c. Zero Weatherstripping, Inc. d. National Guard Products, Inc. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 08700 - 2 8. Exit devices: • a. Von Duprin, Inc. b. CorbinlRusswin. c. Precision. 9. Door bolts, coordinators and strikes: a. Ives. b. Trimco. c. Rockwood. d. Dorma. 10. Electric door assisting device: a. Horton Automatics. b. Norton. 11. Other materials: As noted. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Fasteners: Stainless steel or aluminum. B. Locking, Latching and Retracting Mechanism and Lock Case: 1. Manufacturer's standard. C. Closers: 1. Shell: Aluminum or cast iron. 2. Arms and piston: Forged steel. 3. Corrosion resistant closer: a. Body: Aluminum. b. All other components and fasteners: Stainless steel. • c. Closer arm bushing: Bronze. D. Kickplates: Stainless steel. E. Provide fiberglass reinforced plastic where indicated. F. Thresholds: Aluminum. G. Overhead Stops and Wall Stops: Stainless steel. H. Keys: Brass or bronze. I. Weatherstripping and Smoke Seals: Polyprene, neoprene, or EPDM. 2.3 ACCESSORIES A. Closer Mechanism Covers: 1. Match fmish of adjacent hardware. 2. Full cover. B. Arms, Brackets, and Plates: As required for complete installation of closers. C. Strikes: 1. Stainless steel. 2. Provide with curved lips. 3. Extended lips when required. 4. Furnish strike boxes. 5. Appropriate for function and hardware listed. D. Electric Door Assisting Device: 1. This device to be installed on door number D-1301A. 2. Low energy, self-contained, electromechanical type: • a. 120 Vac, 60 cycle, 1 PH, 15 amp. 3. Direct current operation. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 08700 - 3 4. Door capable of manual operation with power on or off without damage to operating unit. 5. ManuaUautomatic operation. 6. Comply with ADA and ANSUBHMA A156.19. 7. Adjustable opening and closing speed with range of 3 to 10 seconds. 8. Adjustable time delay prior to closing with range of 5 to 28 seconds. 9. Activating switch: a. Extruded aluminum or stainless steel, momentary contact wall mounted push button .activating switch. b. Engraved with international handicap insignia. 10. Provide unit complete with all required wiring for interconnecting activating switch with controller and any other miscellaneous items required for complete installation. 11. Provide key operated "ON/OFF" activation of the opening device on the exterior side of the door opening in close proximity to the wall mounted push button activating switch: a. Include extruded aluminum or stainless steel face plate with the words "DOOR ASSISTING DEVICE" with the lock cylinder below having the words "ON/OFF" in their respective positions. 12. Finish to match door and frame on which device is used: a. Conceal all conduit running to and from the device. 13. Located on brick return as directed by Engineer. 2.4 FABRICATION A. Hardware -General: 1. Generally prepare for Phillips head machine screw installation. 2. Exposed screws to match hardware finish or, if exposed in surfaces of other work, to match finish of other work as closely as possible. 3. For mineral core doors use screws which thread to head to apply butts. 4. Provide concealed fasteners unless thru bolted. 5. Through bolt closers on all doors. 6. Furnish items of hardware for proper door swing. 7. Furnish lock devices which allow door to be opened from inside room without a key or any special knowledge. B. Hardware: 1. Fabricate hardware for fire rated openings in compliance with UL and NFPA 80: a. This requirement takes precedence over other requirements for such hardware. b. Provide only hardware which has been tested and listed by UL for types and sizes of doors. 2. Provide integral serrated knurling on lever for doors leading to the following rooms or areas (grit covered tape applied to lever is not acceptable): a. Boiler and mechanical rooms. b. Stairs. c. Electrical rooms and engine generator rooms. d. Chemical storage and feed rooms. e. Wet wells. f. Laboratories. g. Garage areas. h. Storage rooms. i. Janitor closet. j. Process equipment rooms. k. Filter galleries. 3. Provide stainless steel dustproof strikes for all doors with automatic or manual flush bolts or other bolts into floor. 4. Provide following ANSUBHMA A156.18 finishes: a. Locks: 630. b. Door pulls, push bars, push plates: 630. c. Kickplates: 630 (if metal kickplates are specified). • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08700 - 4 d. Exit devices: 630. • e. Butts: 630. f. Door stops, dead locks, mortise bolts, and miscellaneous hardware: 630 if available, 626 if 630 not available. g. Door overhead stops: 630. h. All parts of closers (other than corrosion resistant closers): Provide special rust inhibiting pretreatment. C. Mortise Locks and Latches: 1. ANSUBHMA A156.13, Series 1000, Grade 1, Security Grade 1. 2. Antifriction two-piece mechanical latchbolt with stainless steel anti-friction insert: a. One-piece stainless steel deadbolt, minimum 1-1/4 IN x 9/ 16 IN thick with 1 IN throw. b. 2-3/41N backset. c. Cylinder: Brass, 6 pin, with interchangeable core. d. ADA compliant thumb turn lever. e. Corbin/Russwin: 1) Trim design "NSP" for all doors. f. Functions as indicated in following table in accordance with ANSIBHMA A156.13. MORTISE LOCK NUMBERS ANSI FUNCTION CORBIN/RUSSWIN Half Dummy Trim ML2050 FO1 Passage ML2010 F19 Privacy ML2030 FOS Classroom ML2055 F07 Storeroom ML2057 F13 Entrance or Office ML2065 F17 Deadlock ML2013 D. Door Closers: 1. ANSIBHMA A156.4, Grade 1. 2. Size door closers to comply with ANSI recommendations for door size and location. 3. Fabricate all closers with integral back check: a. Provide all weather fluid for all closers used in exterior doors. 4. Corrosion resistant closer: a. Similar to Norton Series 7500 SS. 5. Closers (other than corrosion resistant closers) similar to LCN 4040 Series or Norton 7500 Series or Corbin-Russwin 2000 Series. 6. Provide manufacturer's standard 10 year warranty. E. Butts and Hinges: 1. ANSI/BHMA A156.1. 2. Hinge numbers: HAGER STANLEY Type 1 (Typical butts) BB1199 FBB199 3. Flat button tips on all butts. 4. Butt types: a. Type 1: Provide NRP (non-removable pin) on all exterior doors and where. noted in the Schedule. b. All other doors: Type 1. 5. Butt quantities: a. Doors 61-90 IN in height: Three (3) butts. • b. Doors 91-114 IN in height: Four (4) butts. c. Doors 115-1441N in height: Five (5) butts . 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 08700 - 5 d. For doors over 168 IN in height, provide one (1) additional butt for each 30 IN or fraction thereof of additional height. • 6. Butt sizes: a. 1.75 IN doors: 4.5 x 4.5 IN for all doors up to and including 36 IN wide. F. Door Stops: 1. ANSIBHMA A156.16. a. Wall stops: G. Overhead Door Holders/Stop: 1. ANSIBHMA A156.8: 2. Surface mounted stops: a. Rockwood N14400 Series or Glynn Johnson 90 Series. b. US32D finish. c. Provide 'hold-open' function on all stops. 3. Concealed stops: a. Rockwood N 11000 Series or Glynn Johnson 100 Series. b. US32D finish. c. Provide 'hold-open' function on all stops. H. Kickplates: 1. ANSIBHMA A156.6. 2. 8 IN high x 2 IN less than door width. 3. Beveled on all edges. 4. 0.050 IN thick for all doors except FRP. I. Thresholds: 1. ANSIBHMA A156.21. 2. One-piece unit: a. Maximum 1/2 IN high. • b. 4 IN wide width noted in hardware schedule. 1) Meet requirements of ADA. 3. Provide required bolt cutouts. J. Exit Devices: 1. ANSIBHMA A156.3, Grade 1. 2. Type and function as indicated in Hardware Schedule under PART 3. 3. Von Duprin products listed. K. Astragal: UL listed for labeled doors. L. Weatherstripping: . 1. Weather seal at jambs and head: Self-adhesive strip similar to Reese #797B. 2. Sweep at bottom of doors: Similar to Reese 701 C or 701 D. Match door color. 3. Weather seal astragal at meeting edges of pairs of doors: Similar to Reese 92C or 92D each leaf. Match door color. 4. Sound Seals: Self-adhesive strip similar to Reese #797B. 5. Smoke Seals: Self-adhesive strip similar to Reese #797B: a. UL listed. M. Keying: 1. Establish keying with Owner: a. Provide and set up complete visible card indexed system with key tags and control slips. b. Tag and identify keys.. c. Provide two (2) keys for each lock or cylinder. d. Master key and key in groups as directed. e. Provide construction master keys for all exterior doors. N. Bolts: • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08700 - 6 • 1. ANSI 156.16. 2. Surface bolts similar to Ives SB 1630 Series with top and bottom strikes. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's installation instructions, supervised or inspected by an AHC. B. Fit hardware before final door fmishing. C. Permanently install hardware after door fmishing operations are complete. D. Use SDI mounting heights for hardware. E. Mount closers on push side of doors unless noted otherwise: 1. Provide extended arms and brackets as required. 2. Provide full cover for each closer. 3. Mount closers on pull side of the door for the following doors: F. Install closers with integral stop at all doors scheduled to receive closer unless noted otherwise: 1. Do not install integral stop on closers mounted on pull side of door. G. Provide concealed overhead stop when corrosion resistant closer is specified. H. Where interior doors swing more than 105 degrees without encountering a wall and which do not have a closer scheduled, provide overhead stop: 1. Provide concealed overhead stop on doors scheduled to receive closer mounted on pull side of door. • I. Provide hold-open feature when required by Hardware Schedule. J. Provide coordinator when required by hardware specified. K. Wall Mount Door Stops: 1. Provide at all doors unless noted to receive overhead stop, closer with integral stop or as noted otherwise on Hardware Schedule. 2. Floor mounted stops are not acceptable. L. Install overhead stop at all inactive leafs of pairs of doors unless provided with closer. M. Install astragal on all pairs of UL labeled fire doors. N. Provide weather seal, door sweep and threshold at all exterior doors and where scheduled on interior doors: 1. Set thresholds in a full bed of sealant. 2. Mount door sweeps on exterior face of door. 3. Mount weather seal astragal at meeting edges of pairs of doors on the exterior face of the doors. O. Provide smoke seals on all fire rated doors. P. Mount kickplates on push side of doors. 3.2 FIELD QUALITY CONTROL A. Adjust and check each operating item of hardware to assure proper operation or function: 1. Lubricate moving parts with lubricant recommended by manufacturer. B. During week prior to startup, make a fmal check and adjustment of all hardware items: • 1. Clean and lubricate as necessary to assure proper function and operation. 2. Adjust door control devices to compensate for operation of heating and ventilating equipment. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08700 - 7 3.3 SCHEDULES A. Hardware Schedule: • HW-1: Butts Lockset FOS Stop Closer HW-2: Butts Lockset F07 Stop Kickplate Closer HW-3: Butts Lockset F19 Stop Closer HW-4: Butts Latchset FO1 Stop Kickplate Closer HW-5: Butts Closer Push Pull • Stop HW-6: NOT USED HW-7: NOT USED HW-8: NOT USED HW-9: NOT USED HW-I0: NOT USED HW-11: NOT USED HW-12: NOT USED HW-13: NOT USED HW-14: NOT USED HW-15: NOT USED. HW-16: NOT USED HW-17: Butts Closer Concealed overhead stop • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 08700 - 8 • Exit device - 9875LF Kickplate Cylinder HW-18: NOT USED HW-19: Butts 2 Closers 1 Exit device - 9847F -Less outside trim and cylinder (inactive leaf) 1 Exit device - 9847LF Kickplate (each leaf) 2 Stops Concealed overhead stop each leaf Cylinder HW-20: Butts Automatic flush bolts (inactive leaf) Coordinator Lockset F 13 Closer (each leaf) Kickplate (each leaf) END OF SECTION • • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 08700 - 9 • • SECTION 08800 GLASS AND GLAZING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass and glazing. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07900 -Joint Sealants. 4. Section 08110 -Metal Doors and Frames and Borrowed Light Frames. 5. Section 08410 -Storefront. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute .(ANSI): a. 297.1, Glazing Materials Used in Buildings -Safety Performance Specifications and Methods of Test. 2. ASTM International (ASTM): a. C1036, Standard Specification for Flat Glass. b. C1048, Standard Specification for Heat-Treated Flat Glass-Kind HS, Kind FT Coated • and Uncoated Glass. c. E773, Standard Test Method for Accelerated Weathering of Sealed Insulating Glass Units. d. E774, Standard Specification for the Classification of the Durability of Sealed Insulating Glass Units. 3. Flat Glass Marketing Association (FGMA): a. GM, Glazing Manual. 4. National Fire Protection Association (NFPA): a. 80, Standard for Fire Doors and Windows. 5. Sealed Insulating Glass Manufacturer's Association (SIGMA). 6. Building code: a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Safety glazing shall be provided in all hazardous locations as defined by the Building Code. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal • process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08800 - 1 b. Manufacturer's installation instructions. c. Certification that glass has been tested and approved for use in fire rated doors or walls: • 1) Copies of all test criterion. B. Samples: 1. 12 x 12 IN sample of each type, color, and thickness specified except clear glass (glass Type 1 and 2.) C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Warranty. 1.5 WARRANTY A. Written five (5) year warranty signed by installer to cover air and weathertighfiess of installation. B. Written five (5) year warranty signed by manufacturer or fabricator of insulating glass units against failure of integrity of air space. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Clear glass -tempered, float and heat strengthened: a. Libbey-Owens-Ford. b. PPG. c. Viracon. d. Visteon. 2. Tinted glass -tempered, float and heat strengthened: a. Libbey-Owens-Ford. b. PPG. c. Viracon. d. Visteon. 3. Low emisivity glass: a. PPG. b. Viracon. c. Visteon. 4. Insulated spandrel glass units: a. Libbey-Owens-Ford. b. PPG. c. Viracon. d. Visteon. 5. Insulated low emissivity glass units: a. Libbey-Owens-Ford. b. PPG c. Viracon. d. Visteon. 6. Fire rated glass: a. SAFTI. 7. Gaskets, glazing compounds, setting blocks, spacers, sealant, sealant tape, etc., as recommended by glass manufacturer, glass unit fabricator,. or as required by NFPA. B. Submit request for substitution in accordance with Specification Section 01640. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08800 - 2 • 2.2 MATERIALS A. Clear and Tinted Float Glass: 1. 1/4 IN thick. 2. ASTM C1036. 3. Clear glass: a. Type I, Class I, Quality q3. 4. Tinted glass: a. Type I, Class II, Quality q3. b. Color: Bronze. B. Clear Tempered Float Glass: 1. 1/4 IN thick. 2. ASTM C1048: a. Kind FT, Condition A, Type 1, Class I. 3. ANSI 297.1. C. Tinted Tempered Float Glass: 1. 1/4 IN thick. 2. ASTM C1048: a. Kind FT, Condition A, Type I, Class 2. 3. ANSI 297.1. 4. Color: Bronze. D. Insulating Glass Units: 1. ASTM E773, ASTM E774, Class A. 2. Two (2) sheets of 1/4 IN thick glass separated by a 1/2 IN dehydrated air space hermetically sealed. 3. Color: See schedule in PART 3. • E. Ins ulated Low Emissivity Glass Units: Similar to Viracon "Solarscreen Low E (VE): 1. Two (2) sheets of 1.4 IN glass sealed together at edges with spacers and sealant: a. Coating applied to second third face. 2. 1.2 IN air space. 3. Visible light transmittance: 45 percent maximum. 4. Visible light reflectance outside: 7 percent maximum. 5. Solar energy transmittance: 28 percent maximum. 6. U value summer/winter: 29, 31. 7. Shading coefficient:.43 maximum. 8. Relative heat gain: 89 percent. 9. Color: Bronze. F. Insulated Spandrel Glass: 1. Two (2) sheets of 1.4 IN thick glass separated by a''/z IN dehydrated air space hermetically sealed. 2. ASTM E773, ASTM E774, ASTM C1048, 3. Kind HS, condition B, Type 1 Quality q3. 4. Outside lite tinted: Bronze. 5. Inside lite tinted: a. Colored ceramic coating on third or fourth face. 6. Color: Bronze. G. Fire Rated Glass: 1. ASTM E119, ASTM E2010, ASTM E2074, NFPA 80, NFPA 251, NFPA 252, NFPA 257, UBC 7-1, UBC 7-2, UBC 7-4, UL 9, UL lOB, and UL 263 listed. 2. Fire rating required: Refer to Drawings. 3. Thickness required by fire rating: • a. Minimum '/41N thick. 4. Clear. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08800 - 3 5. Impact safety rated in addition to fire rating meet ANSI 297.1. 6. Minimum light transmission 86 percent. • 7. Maximum transmitted temperature to non-fire side of assembly: 250 DegF. 8. Similar to SAFTI "SuperLite" series. H. Glazing Compounds: 1. Non-sag, non-stain type. 2. Pigmented to match frame units not requiring painting. 3. Compatible with adjacent surfaces. 4. One- or two-part polyurethane or silicone sealant for use in setting glass: a. Provide glazing compounds which will not be affected by chemicals stored in rooms where glazing compounds are used. I. Sealant Tape: Butyl rubber sealant tape or ribbon having a continuous neoprene shim. J. Gaskets: 1. Flexible polyvinyl chloride or neoprene: a. Provide gaskets which will not be affected by chemicals stored in rooms where gaskets are used. 2. Extruded of profile and hardness required to receive glass and provide a watertight installation. 3. Provide gaskets in accordance with NFPA in fire rated glazing. K. Setting Blocks and Spacers: 1. Neoprene or EPDM, compatible with sealants used. 2. Setting blocks: 70-90 durometer. 3. Spacers: 40-50 durometer. L. Compressible Filler Stock: Closed-cell jacketed rod stock of synthetic rubber or plastic foam. M. Shims, Clips, Springs, Angles, Beads, Attachment Screws and Other Miscellaneous Items: As • required by condition. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with recommendations of manufacturer, FGMA Glazing Manual and SIGMA Glazing Recommendations for Sealed Insulating Glass Units. B. Install setting blocks in adhesive or sealant. C. Install spacers inside and out, of proper size and spacing, for all glass sizes larger than 50 united inches, except where gaskets are used for glazing. D. Provide 1 /8 IN minimum bite of spacers on glass. E. Spacer thickness to equal sealant width. F. Prevent sealant exudation from glazing channels of insulating glass which is more than 1/2 IN thick; colored, heat absorbing, coated or laminated glass sizes larger than 75 united inches; and other glass more than 9/32 IN thick or larger than 125 united inches: 1. Leave void at heel (or install filler) at jambs and head. 2. Do not leave void (or install filler) at sill. G. Miter cut and bond gasket ends together at corners. H. Immediately after installation, attach crossed streamers to framing held away from glass. I. Do not use silicone-based glazing sealants in window assembly or as perimeter sealant around frames in areas which may be exposed to chlorine gas or chlorine liquid splash or spillage: • 1. These exposure areas shall be sealed with polysulfide-based sealants. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 08800 - 4 • 2. See Section 07900 for sealants. 3.2 FIELD QUALITY CONTROL A. Do not install glass with edge damage. B. Do not apply anything to surfaces of glass. C. Remove and replace damaged glass. 3.3 CLEANING A. Maintain glass reasonably clean during construction, so that it will not be damaged by corrosive action and will not contribute to deterioration of other materials. B. Wash and polish glass on both faces not more than seven (7) days prior to acceptance of work in each area: 1. Comply with glass manufacturer's recommendations. 3.4 SCHEDULES A. Glass Type 1: 1 IN tinted low E insulated glass units: 1. Outside glass: Bronze float. 2. Inside glass: Clear float. B. Glass Type 2: 1 IN tinted tempered low E insulated glass units: 1. Outside glass: Bronze tempered. 2. Inside glass: Clear float. C. Glass Type 3: 1 IN insulated spandrel glass: 1. Outside glass: Bronze tempered. 2. Inside ceramic coating color: Bronze. • D. Glass Type 4: Clear, tempered float glass. END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements Project 7/I1/2008 08800 - 5 • • C7 DIVISION 9 • FINISHES • r~ • • • SECTION 09110 NON-LOAD-BEARING WALL FRAMING SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Non-load-bearing wall framing construction. B. Related Sections include but are not necessarily limited to: I . Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 09250 -Gypsum Board. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1 1. ASTM International (ASTM): a. A653, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. b. C645, Standard Specification for Nonstructural Steel Framing Members. 2. Underwriters Laboratories,. Inc.(IJL): a. Building Materials Directory. b. Fire Resistance Directory. 3. Building code: • a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. B. Wherever afire-resistance classification is indicated on the Drawings for walls or partitions, provide metal studs and accessories of type tested and listed for construction indicated. 1. Fire rated partitions to comply with UL head of wall joint system requirements for rating indicated. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's load tables for style indicated. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Non-load-bearing framing components: a. Dale/Incor. • b. G-P Gypsum Corp. c. National Gypsum Co. 00...60746 Bozeman WRF Phase I Improvements Project 7/1 Il2008 09110 - I d. U.S. Gypsum Co. e. The Steel Network Inc. • f. Fire Trak Corp. g. Metal-Cite Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Screw-Type Metal Studs: 1. ASTM C645. 2. Roll-formed channel tracks and'C' type studs. 3. Flanges: Minimum 1-5/8 IN wide. 4. ASTM A653 Grade A, G60 galvanized. 5. Size indicated on Drawings. B. Vertical Deflection Device: 1. Factory premade device manufactured specifically to permit frictionless vertical movement of stud wall system. 2. Rigid attachment to structure and screw attachment to stud web using step-bushings. 3. Minimum thickness of bushings: a. Exterior wall: 68 mils. b. Interior wall: 36 mils. 4. UL listed for fire-rated walls. 5. Similar to "VertiClip" as manufactured by the Steel Network, Inc. 6. Furring Channels: a. ASTM C645. b. ASTM A924. c. Hat-shaped sections. d. Size indicated on Drawings. • C. Wire Ties: 18 GA soft annealed, galvanized. D. Fasteners for Runners: Power-driven type to withstand minimum 190 LB shear when driven. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide 25 GA studs except as follows: 1. At jambs of openings, use two 20 GA studs. 2. Where partition height requires provide heavier section to accommodate span within 1:360 deflection at load of 5 psf. a. Provide minimum 20 GA studs at all walls with hanging loads such as wall cabinets, shelving, equipment. b. Provide minimum 20 GA studs at walls receiving cement backer board specified in Section 09250. C. Provide continuous runner tracks sized to match studs. 1. Align runners accurately at both floor and top. 2. Secure runner tracks to structure at maximum 24 IN OC. 3. Secure at all corners, ends, and door openings. 4. Provide fire rated assembly at all fire partition locations. D. Where partitions abut structural elements, allow for a minimum of 1/2 IN deflection of primary frame. 1. Provide vertical deflection device. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 09110 - 2 • E. Where partition is fire rated, extend studs to bottom of deck above to comply with Building Code and UL requirements for cyclical movement at head-of--wall. F. Space studs maximum 16 IN OC. 1. Provide additional studs at corners, partition intersections, terminations each side of control joints, door and window openings and any other opening in partitions. 2. Provide continuous stud backing at all gypsum board corners. 3. Provide continuous 20 GA stud horizontal backing at all toilet accessory mounting locations. a. Weld or screw horizontal stud backing to vertical wall studs. b. Extend backing minimum one (1) full stud space beyond the toilet accessory fastener location in each direction. G. Use full length studs between runners. H. Friction fit studs to runners except at partition corners, intersections, behind wall supported casework or equipment and at openings. 1. At those locations, positively attach studs to runners with 3/8 IN self-tapping screws on both flanges of each stud, top and bottom. I. At all openings provide two full length studs, back to back, at each jamb. 1. For wall areas above and below openings, cut track to length, split flanges and bend webs at ends. 2. Overlap and screw attach to jamb studs. 3. Install cut to length intermediate studs between jamb studs at head and sill sections at same spacing as full length studs. 4. To provide for control joints at openings, install additional stud, maximum 1/2 IN from jamb studs. a. Do not fasten extra stud to track or jamb stud. • 5. Securely attach jamb studs to door and window frames. 6. Install screw-type metal furring channel system directly attached to walls, where indicated on Drawings, to support gypsum board. a. Install channels at maximum 16 IN OC. b. Provide additional framing at openings, cutouts, corners and control joints. c. Fasten to masonry walls with nails or screws designed specifically for use in masonry walls. d. Fasten to concrete with power-driven fasteners. e. Space fasteners not more than 161N OC, staggered on opposite flanges of hat channels. J. Align stud openings to facilitate running of wires, conduit, and piping. END OF SECTION 00...60746 Bozeman WRF Phase i Improvements Project 7/I 1!2008 09110 - 3 • • • • SECTION 09130 ACOUSTIC SUSPENSION SYSTEM (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal acoustic suspension systems. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 09512 -Acoustical Materials. 1.2 .QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. C635, Standard Specification for the Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay-In Panel Ceilings. b. C636, Standard Practice for Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay-In Panels. c. E580, Standard Practice for Application of Ceiling Suspension Systems for Acoustical Tile and Lay-in Panels in Areas Requiring Seismic Restraint. 1.3 SUBMITTALS • A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Fabrication and/or layout drawings. a. Detail showing seismic restraint. 4. Manufacturer's full line color chart. B. Samples: 1. Samples of each product being used minimum 6 IN long in color specified. 2. Sample of intersecting grid connection system. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Acoustical suspension systems (steel): a. Armstrong World Industries. b. Chicago Metallic Corp. c. Donn. 2. Acoustical suspension systems (aluminum): • a. Armstrong World Industries. b. Chicago Metallic. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 09130 - 1 c. Gordon Architectural Aluminum Specialties. B. Submit request for substitutions in accordance with Specification Section 01640. • 2.2 COMPONENTS A. Acoustical Suspension Systems -General: 1. Heavy duty rated systems, ASTM C635. 2. Main. runner jointing by spliced, interlocking ends, tab locks, pin locks, or other suitable connections. 3. Cross runners interlocking with main runners. 4. Coordinate suspension systems and supports with suspended projector screen described in Section 10950. B. Hangers: 1. Galvanized, soft annealed steel wire for general use. 2. Soft stainless steel wire for use with aluminum systems and in wet areas. C. Non-Rated Exposed Grid System:. L Direct hung. 2. Electrogalvanized double-web steel main and cross runners. 3. Finish on exposed surfaces: Smooth, flat white. 4. Similar to Chicago Metallic "SNAP-GRID 200" or "FIRE FRONT 1250." 5. Fire-Rated Exposed Grid System: a. Direct hung. b. Electrogalvanized double-web steel main and cross runners. c. Finish on exposed surfaces: Smooth, flat white. d. All components: UL labeled. e. Similar to Chicago Metallic "FIRE FRONT 250" or "FIRE FRONT 1250". 2.3 MAINTENANCE MATERIALS • A. Extra Material: 1. Provide Owner with 8 LF of main runner and 8 LF of cross runner of each different finish and type of grid specified. 2. Supply minimum 2 OZ of touch-up paint for each color of grid used. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with ASTM C636 and ASTM E580 and manufacturer's instructions. B. Provide all hangers and inserts necessary to support acoustical ceilings. 1. Where placement of ducts or other obstructions limits hanging wires, provide additional supporting members. 2. Provide supplementary rough suspension system and trapezing where necessary to support. acoustical ceilings beneath pipes, ducts, equipment, etc. 3. Do not suspend any part of rough suspension system or acoustical ceilings from ducts, pipes, conduit, equipment, etc. 4. Provide structural members sized as required to span ducts, etc. C. Hang suspension systems from structural supporting and framing members, floor deck, or rough suspension system. 1. Locate hangers to avoid contact with insulation covering ducts and pipes. 2. Splay hangers only where obstructions or other conditions preclude plumb, vertical installation. 3. Offset horizontal forces of splayed hangers by countersplaying, bracing or other approved • methods. 00...60746 Bozeman WRF Phase 1 Improvements Project 7!11/2008 09130 - 2 • D. Space hangers to prevent loads from items in or on ceiling from causing eccentric deflection and rotation of main runners exceeding limits specified in manufacturer's technical data. 1. Provide additional hangers at each corner of recessed light fixture. 2. Provide hangers not more than 6 IN from ends of main runners. 3. Support main runners directly from hangers. 4, Space main runners to support ceiling units and other work resting in or on ceiling. E. Install moldings where ceilings meet walls, partitions, other vertical elements, and other types of ceilings. 1. Support runners and border units on moldings. 2. Secure moldings to wall construction by fastening through holes drilled in web. 3. Space holes not more than 3 IN from each end and not more than 16 IN on center. 4. Draw up fasteners for tight set against vertical surfaces. 5. Miter cut inside and outside corners. 6. Level to tolerances in accordance with AS1'M C636. 7. Install moldings with exposed leg supporting bottom flange of exposed runners. 8. Where ceiling mounted fixtures have integral flange trim, no additional trim is required. F. Leave suspension system ready to accept installation of acoustic materials. See Section 09512. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 09130 - 3 • • • SECTION 09250 GYPSUM BOARD PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Gypsum board work. 2. Impact resistant panels. 3. Cement backer board. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07210 -Building Insulation. 4. Section 07900 -Joint Sealants. 5. Section 09110 -Non-Load-Bearing Wall Framing Systems. 6. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. A108.11, Specification for Interior Installations of Cementitious Backer Units. 2. ASTM International (ASTM): • a. A653, Standard Specification for Sheet Steel, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. b. C475, Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board. c. C840, Standard Specification for Application and Finishing of Gypsum Board. d. C1396, Standard Specification for Gypsum Board. e. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. 3. Gypsum Association (GA): a. GA-214, Recommended Levels of Gypsum Board Finish. 4. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. b. Fire Resistance Directory. 1.3 DEFINITIONS A. Wet Area: Toilets, showers, laboratories, janitor closets (or areas around janitor sink), and areas around emergency eye wash/showers. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Drawings of unusual conditions. a. Control joint layout. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. • 4. Manufacturer's adhesive, sealer, joint treatment compound and tape recommendations. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/i 1/2008 09250 - 1 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS • A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Gypsum board and accessories: a. Georgia -Pacific. b. National Gypsum. c. U.S. Gypsum Ca 2. Cement board and accessories: a. U.S. Gypsum Co. b. National Gypsum. 3. Gypsum board suspension system: a. Chicago Metallic Corp. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Gypsum Board (GB): 1. ASTM C1396. 2. Furnish in lengths as long as practicable with tapered edges. 3. Regular board: 5!8 IN thick. 4. Fire-rated board: 5/8 IN thick. B. Cement Backer Board: 1. UL listed. 2. '/s IN thickness. 3. Board formed by continuous process incorporating portland cement slurry and glass fiber • mesh reinforcing embedded in each side: Manufactured for use as backer for ceramic tile. 4. Acceptable to ceramic the manufacturer. a. See Section 09310 for ceramic tile. C. Water-Resistant (WR) Gypsum Board: 1. ASTM C1396. 2. 5/8 INthick. D. Adhesive: As recommended by board manufacturer. E. Sealers for Water Resistant Board: Recommended by board manufacturer. F. Joint Treatment Compound: 1. ASTM C475. 2. Recommended by manufacturer for specified board type and location. 3. Do not use self-adhesive fiber mesh tape. G. Joint Tape: 1. ASTM C475. 2. Recommended by manufacturer for specified board type and location. 2.3 ACCESSORIES A. General: 1. ASTM A653, galvanized G90. B. Comer Bead: 1. Standard type with perforated flanges. C. Casing and Trim Bead: Manufacturer's standard product. D. Control and Expansion Joints: Manufacturer's standard product. • 00...60746 Bozeman WRF Phase 1 Improvements Pro}ect 7/11/2008 09250 - 2 E. Fasteners: • 1. Gypsum board: a. Self-drilling Type S, corrosion-resistant bugle head screws. b. Provide stainless steel fasteners in wet areas: 2. Cement backer board: a. Self-drilling, corrosion resistant wafer head screws with strip-out prevention ribs. b. Do not use drywall screws. F. Foam Tape: PVC, 1/2 IN x 1/4 IN pressure sensitive. G. Tie Wire and Suspension Wire: 1. Galvanized, soft annealed 12 GA minimum. 2. Use soft stainless steel wire of same gage in all wet areas and/or exterior areas. H. Gypsum Board Suspension System: 1. Direct hung factory fabricated heavy duty rated, single web system. 2. Electro-galvanized. 3. Fire rated system, UL listed. 4. Similar to Chicago Metallic "Fire Front 650 Drywall Furring System." PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Install board in fire-rated walls in accordance with UL requirements: a. Self-adhesive applied fire rated tape is not acceptable for use on board joints in fire rated walls. b. Tape all joints using conventional fire rated joint tape and joint treatment compound. • 2. Erect all board vertically with edges over supporting members: a. See Section 09110 for non-loading bearing metal studs. 3. Secure to each support or framing member with screws. 4. In areas having gypsum board ceilings and walls, install ceiling first. 5. Bring boards into contact, but do not force into place. 6. Fit neatly and carefully. 7. Stagger edge joints on opposite side of a partition so they occur on different framing members. 8. Hold board in firm contact with support while fasteners are being driven. 9. Proceed with attachment from center of board toward ends and edges. 10. Scribe board prior to cutting. 11. Where sound-rated walls are indicated on Drawings, verify that sound insulation has been installed in walls. 12. In fire-rated ceiling assemblies, fasten minimum 4 IN wide drywall strip continuous over all joints on backside of board. 13. Seal ends, cutouts and screw penetrations with W/R sealant where type WR board is used. B. Application: 1. Gypsum board: a. Use 5/81N thick board for general and fire-rated construction. b. Use non-rated gypsum board unless noted otherwise. 2. Gypsum board for use in ceilings: a. Dry area ceilings: Provide 5/8 IN thick fire-rated board best suited and recommended by manufacturer for intended use. b. Wet area ceilings (showers and other areas where ceilings will be exposed to direct water contact or condensation): Provide 5/81N thick fire-rated board approved by • manufacturer for use in high humidity areas. 00...60746 Bozeman WRF Phase I Improvements Project 7/I 1/2008 09250 - 3 c. Where ceilings abut a concrete or masonry wall provide 3/8 IN joint between edge of wall and ceiling board: • 1) Provide continuous solid casing bead trim on edge of board. 2) Seal joint with sealant and backer rod. 3) See Section 07900 for sealant. 3. Cement backer board: a. Install in accordance with ANSI A108.11 and manufacturer's recommendations. b. Use in areas where ceramic or quarry the is final wall fmish. c. Provide fire-rated board in fire-rated walls. 4. Water-resistant (WR) gypsum board: a. Use in wet locations such as janitor closets, toilet rooms, around emergency eye wash and deluge showers. b. Provide fire-rated board in fire-rated walls. 5. Gypsum liner panel: a. Use WR boards in walls common to wet areas. 6. Casing and trim bead: a. Where bead abuts exterior window or other metal components, separate from other material using foam tape. 7. Fasteners: a. Provide.fasteners of sufficient length to penetrate framing member or stud not less than 3/8 IN. C. Installation (Single-Layer System): 1. Set fasteners between 3/8 and 1/2 TN from edges and 2 IN in from board corner: a. Space maximum of 12 IN on center at edges and in field of board. b. Where board butts at wall/ceiling juncture, hold fasteners back 6 IN from edges. c. Space fasteners closer if required by UL. 2. Install fasteners, in gypsum board, so that head rests in a slight dimple without cutting face paper or fracturing core or as recommended by board/panel manufacturer. • 3. Install screws, in cement backer board, flush with board surface: a. Do not countersink screws. D. Control Joints: 1. Install prefabricated control joints to provide following maximum unjointed lengths or areas: a. Control joints: #093 zinc coated control joint. b. Partitions: 30 FT, maximum straight run, and at lock side of jamb from head of each door opening to top of partition. c. Ceilings: 50 FT maximum in one (1) direction, and at change of direction or irregular shapes. d. Ceiling area: 2500 SF, maximum. 2. Calk control joints: a. Use color to match wall or ceiling color as closely as possible. 3. Where control or expansion joints occur in fire or sound rated assemblies, install suitable backing material to maintain required rating. 4. Where a partition or ceiling abuts a structural element or dissimilar wall or ceiling, install corner bead, casing bead or other trim as required. E. Board Finishing: 1. Securely attach continuous corner beads to all external corners in accordance with manufacturer's recommendations. 2. Provide the following minimum levels of gypsum board finish in accordance with GA-214: a. Areas exposed to view: 1) Surfaces to receive vinyl wall covering: Level #4. 2) Surfaces to receive painted finish: Level #5. b. Areas not exposed to view: • 1) Fire rated partitions: Level #2 unless a higher grade of fmish is required by UL. 00...60746 Bozeman WRF Phase I Improvements Project 7/I 1/2008 09250 - 4 • 2) Non-fire rated partitions: Level #2. c. Provide additional coats of joint compound as required to completely conceal joints, fasteners and accessories: 1) Joint photographing will not be acceptable. 3. Sand each coat to remove excess joint compound: a. Avoid roughing paper facing on board. 4. Finish surface shall be smooth and free of tool marks and ridges. 5. After primer has been applied to wall surface in accordance with Section 09905, repair and refinish all areas which show defects. 6. Refer to ASTM C840 for additional fmishing requirements. F. Install ceiling suspension system in accordance with manufacturer's recommendations. • • 00...60746 Bozeman WRF Phase I Improvements Project 7/I 1/2008 09250 - 5 LEVELS OF GYPSUM BOARD FINISH Each level of finish is described in italics. In every instance, the minimum level of finish is described. LEVEL JOINTS INTERIOR ACCESSORIES FASTENERS SURFACE ANGLES #0 No to in , finishin or accessories re aired -- Jhis h°rr°I of tntsh may be rr.~elul rn rr»r ~nrar t rottsu7n non ur uhevrerer the lirarl decnration has not h eir r12Yennirred #1 Tape set in joint Tape set in joint Tool marks and ridges acceptable. compound compound Surface free of excess joint _ _ _ rnm~nd. I i~~~quentlv,cpeeu%a~d rn plenrun arr+r~ a/~m~~~ ~cilnr,~s, ur ~une,~, in areas tich+re thy: ~rrse°mb/v n~ ndd ~~n~ redly Le cnncculcd rv~ rn 1>tlrlditi~tsenr~~e ~nn~idurs nn1 ~rtht°r ar~rrs nut rurrnrallc nprrr to public 1 ~~++ dec~s~srrrra optional at rpecrhrr dna~~tron irr crrridur,r ~nrd uthrr' crv~~~~rs +ridt ped~~.ctrian lrTl1`re_ ,Cnnre d~,_°rea ~l~~ti~orur~l+rrnf s»urAa conlrnl is prnrirlrrl; m scnr ~ ,r~,truphic urc~ar, this lard r~ rc/crrrrl tc, <rs "/ire-t+rpl+irr,~°. ft%r~r~ cr lire-resi.crrncc~ rutitr~ i.e rc'r/hired J~~r thrr e;tp,eunrho~rrzl rrs:~embly. drt~n/c r~jcnnsu~ucNna shall h« in rrcroni~rnca irrtJr rrlrorte t,~Jrre tt's!s fusser~rhlre.c lh~tt hcn'e m~°t the ire-r~alnr; re' uiremeru. la e and fastener he rde nertd not b+< rnr~r~~d,eirh it>nv corn ~nund #2 Tape embedded in Tape embedded in Shall be covered by one Shall be covered by one Surface shall be free of excess joint joint compound and joint compound and sepazate coat ofjoint separate coat ofjoint compound. Tool mazks and ridges wiped with a joint wiped with a joint compound compound acceptable. Joint compound applied knife, leaving a thin knife, leaving a thin over the body of the tape at the time coat of compound over coat of compound of tape embedment shall be tape. over tape. considered a separate coat ofjoint compound and shall satisfy the conditions of this level. _ __ Sin cif~;,d wl:%~ru water-resistant ~~p,ctnn Aai 1 rn (hounl 11J'I;l> (h ~(t, Standarrl.~jr, .f,aa.:~,r %cr lC~rrar 1,~,e;.cnuu t;>heuur r ackin~~ h~rardJ r+ used rr.e a substPatefor tfle.' M also bi' e ra+ r/ierl rn c rrat~~',e, i+:n~~~knuce ~t+.run~e nY~thr~r sirndctr area, a hers .~ur(rc~~ ~r >tr~'~uarri~e i.e nol nl"vrimurv corrccrrr. #3 Taped as in level #2, Taped as in level #2, Shall be covered by two Shall be covered by two Joint compound shall be smooth and then covered with one then covered with sepazate coats of joint separate coats ofjoint free of tool marks and ridges. Note: separate coat ofjoint one separate coat of compound. compound It is recommended that the prepared compound. joint compound surface be coated with a drywall primer prior to the application of rnal finishes. See painting and wnllcnverino.c eciftcatinnc. 7 i rfarlh~ .rpecr!ied in apps ~~rr~ruc~: irr<<ts +rhidr are' to r~ c r_ nt° h+'r n~r- rrr nr~ diurn-tertrrre (span c r !rand rrpplr'dl lnr uh~~.c n~ /orr Iinu/ priinting, or irh v~~~ heavy °1'aC1C' lnizllCOl'c /']77 ~'\' c1rC t(7 1r~' ilpplrLd cIS' th(' l1r)aI ac's/~rilll(rlt_ /{1 f.C (~'l'C'I O/,t7l1 f.~~1i 1.1 )7(r( rC'('C~lll)nc'lldc'il lt'/, N'YC' .)'711 i1(~~h 17il7n lf'tl .~'I(I'/at C.~, !)I' Il f~lft- ti] rtteditem-+ner,tJ+l wallc~n~rrrnzy are ~ ,~°ci~cd #4 Taped as in level #2, Taped as in level #2, Shall be covered by Shall be covered by three Joint compound shall be smooth and then covered with two then covered with three separate coats of separate coats ofjoint free of tool marks and ridges. Note: separate coats ofjoint one separate coat of joint compound. compound. It is recommended that the prepared compound. joint compound. surface be coated with a drywall primer prior to the application of rnal frnishes. See painting and wallcoverinz specifications. - -- - - - 1 Aic I,~rr~l.rhouldbe specified where,Jlat paints,-light textures rr u~trllcor~ rrn _,~~ «re to he a/~pliedIn star ~,11rhtmL arcm 1hn pnmts applre I m~cr Ir,,ht tai tares tend to redueejotntphntograpi,;n_ t doss, sanx-g(r ss ~r~rc! e~rcrnre(pcunts ~rrc not r~°< c~n7n72nd~~r1 o+er 11rr t lcre! of lmish 71 e ++~-r~ ht, t~~~ true, ~nrd ~ sheen leix~l n{ivaReoverrngs applied tw~r thre Irrel cl lirrish shot<Id (c cnrelirllr ~calualed Jnntts and ,~r,c1~ nur_c must Fe rrJegrrut~:h cuncecdeef i(tke rontrdc'nr~'ring ru~tt~°rral rs lightweight cnru+uns limited patA~rtr, has +t ~Lr.r.t fuiish ~~r urns cnmbin~r/iun u% tht°sc lanlures is pr~~~~'errt. L)rbcrcAcd titre! wa[Icoverrn stare not recommended oveYthtslevel a/= rnislr. #5 Taped as in level #2, Tape as in level #2, Shall be covered by Shall be covered by three A thin skim coat ofjoint compound, then covered with two then covered with three separate coats of separate coats ofjoint or a material manufactured especially separate coats ofjoint one sepazate coat of joint compound. compound. for this purpose, shall be applied to compound. joint compound. the entire surface. The surface shall be smooth and free of tool marks and ridges. Note: It is recommended that the prepared surface be coated with a drywall primer prior to the application of final frnishes See painting specircation. 7hi,e Ie+rl n{ftnish is hi,tihl+~ rccnrmncndc~d inhere. gloss, setrrr-~ln~_c. crrar>7eI or norr-tes~nrr<<(llrrt pairrti rr~~ sl>~ cificd. rrr tirh~ rc serene lr,~lniit~ ~undills~rtr' ncC'lrr. lhl.5 171 f'hC',rf-(I UC11rll~ f/l715'h IJ' thy' Ill (J.St ~ tl~'(-1(re III C'1/lUd /C71r1'r»'(di' I( !(Ill~)I"Ili .\1lr~l~E' and 177111lh1l.e /hi' pors!/]/Ill!' r}I,~l~!!lt j~tl/alt ~7'Clph/n5 Ul1d r:~/ aStenPrS .~'h'Owtn dhrolt~h the JnaI LICCOrat[07L END OF SECTION • • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 09250 - 6 • SECTION 09310 CERAMIC TILE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ceramic the (CT). B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07900 -Joint Sealants. 4. Section 09250 -Gypsum Board. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. A108.1, Specification for the Installation of Ceramic Tile. b. A137.1, Ceramic Tile. B. Qualifications: 1. Installer must have minimum five (5) years experience installing similar products with similar substrates. • 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. B. Ceramic Tile (CT): For purposes of this Specification Section, the term "ceramic tile" is intended to include ceramic, porcelain, granite, slate and terrazzo tiles. 1.4 .SYSTEM DESCRIPTION A. Unless noted otherwise on the Drawings, the selection shall be made from complete range of available sizes, colors, styles, profiles and fmishes within a Class 4 or Class 5 rating. 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Certification of installer qualifications. 4. Letter from grout and adhesive manufacturer stating that grout and the adhesive being used is compatible with cement backer board specified in Section 09250. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal • process. C. Samples: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09310 - 1 1. Complete range of the color samples including all accent, bright and custom colors for selection by Engineer: • a. Tile trim may be contrasting color. b. Complete range of grout color samples. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Ceramic tile: a. American Olean Tile Co. b. Dal-Tile Corp. c. Esquire. d. Florida Tile. e. Metropolitan Ceramics. f. Richetti. g. Summitville. h. United States Ceramic Tile Co. 2. Adhesives, mortars, grouts and leveling compounds: a. Bonsal Co, b. Bostik Construction Products. c. H.B. Fuller (TEC). d. Laticrete International Inc. e. Mapei Canada, Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS • A. Adhesives for Ceramic Tile: 1. Dry-set portland cement mortars: ANSI A108.1. 2. Latex-portland cement mortars: ANSI A108.1. 3. Assure adhesives are compatible with cement backer board. 4. Waterproofmg: a. Trowel applied elastomeric compound. b. Acceptable to the manufacturer. c. Compatible with backing material and setting adhesive. d. Similar to Mapei "PRP 315." B. Grout: Portland cement-based material, containing quartz aggregate, colorfast pigments and Portland cement. C. Sealant: One (1) or two (2) component, non-sag, polyurethane or silicone sealant, as specified in Section 07900. D. Leveling Compounds: As recommended by the manufacturer. 2.3 MANUFACTURED UNITS A. Glazed Ceramic Wall Tile: 1. Standard grade glazed ceramic units conforming to ANSI A137.1. 2. 5/16 IN thick. 3. Size(s): As scheduled in PART 3. 4. Tile selections shall be made, by the Engineer, from one (1) or combination of the following finishes: a. Designer accents. . b. Matt. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09310 - 2 c. Textured. • d. Bright. e. Crystal. f. Satin. g. High gloss smooth glaze: 1) Color shall be selected from full range of colors including deep solid and special colors. h. Designer strips/rounded moldings. i. Granite look. j. Scored design. B. Ceramic Mosaic Tile: 1. Ceramic mosaic units conforming to ANSI A137.1. 2. 1/4 IN thick. 3. Size(s): As scheduled in PART 3. 4. Cushion edge unglazed. 5. Slip-resistant units for shower floors and where indicated in schedule in PART 3. C. Ceramic Tile Base and Associated Trim: 1. Factory made trim shapes for all curbs, caps, corners, bullnose, bases, coves, beads, depressions, moldings, chair rails, etc. 2.4 MAINTENANCE MATERIALS A. Extra Material: 1. Furnish Owner with the following extra materials: a. 2 percent of each different size, pattern, style and/or color of the used including trim shapes with minimum of 1 full size the of each for maintenance purposes. • b. Enough extra grout mix of each different color and/or type to allow for fu112 percent of the to be replaced. PART 3 - EXECUTION 3.1 PREPARATION A. Locate expansion joints prior to product installation. B. Verify that substrate is ready to accept the installation: 1. Correct surface defects or conditions which may interfere with or prevent a satisfactory installation. 3.2 INSTALLATION A. General: 1. Install products in accordance with manufacturer's instructions and ANSI A108.1. 2. Place the in grid pattern . 3. Align the joints on adjoining walls/floors. 4. Lay out and center the in both directions in each space or on each wall area. 5. Avoid use of the less than 1/2 size. 6. Adjust the to minimize cutting. 7. Provide uniform joint widths insofar as practicable. a. Provide joint widths as recommended by the manufacturer. 8. Provide leveling beds as required. 9. Provide edging at exposed edges where there is a change of level. B. Install expansion joints where indicated on Drawings: • 1. If not indicated on Drawings, place joints 12-16 FT OC or on column lines each way (whichever is smaller). 2. Install over construction or expansion joints in backing. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09310 - 3 3. Install where backing material changes. 4. Install where floors abut vertical surface. • 5. Maintain nominal 1/4 IN wide joint at perimeter of tiled floor areas and calk with sealant. C. Installation of Tile on Floors and Walls Over Waterproofmg and Setting Adhesive: 1. Provide waterproofing for all the installed on floors in toilet rooms, showers, janitor closets, locker rooms, vestibules and any other floor in a wet area and on walls in shower rooms full height. 2. Extend up walls to height of base (if not required to be full height) and completely cover all curb surfaces to receive tile. 3. After waterproofmg has cured/dried in accordance with manufacturer's recommendations, install the using setting adhesive in accordance with manufacturer's recommendations. 3.3 CLEANING A. After installation, clean in accordance with manufacturer's instructions. 3.4 PROTECTION A. Permit no traffic on floors for 72 HRS after grouting and protect installed the work with nonstaining covering during construction to prevent damage. END OF SECTION C~ 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09310 - 4 • SECTION 09512 ACOUSTICAL MATERIALS (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY- A. Section Includes: 1. Lay-in acoustical ceiling the materials (ACT). 2. Acoustical wall covering (AWC). B. Related. Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 09130 -Acoustic Suspension System. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. E1264, Standard Classification for Acoustical Ceiling Products. b. C 423, Standard Test Method for Sound Absorption and Sound Absorption Coefficients. by the Reverberation Room Method. c. D 2261, Standard Test Method for Tearing Strength of Fabrics by the Tongue (Single Rip) Procedure (Constant-Rate-of-Extension Tensile Testing Machine). d. D 1682, Test Methods for Breaking Load and Elongation of Textile Fabrics. • 2. National Fire Protection Association (NFPA): a. 265, Standard Methods of Fire Tests for Evaluating Room Fire Growth Contribution of Textile Coverings on Full Height Panels and Walls. 3. Pittsburgh Protocol. a. LA50 method. 4. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Samples: a. Color samples for Engineer's color selection. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Acoustical ceiling the materials (ACT): a. Mineral fiber ceiling tile: • 1) Armstrong. 2) Capaul. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 09512 - 1 3) Celotex Corp. • 4) US Gypsum Co. b. Ceramic ceiling tile: 1) Armstrong Cork Co. 2) Capaul. 3) US Gypsum Co. ' 2. Acoustical wall covering (AWC): a. Hytex Industries, Ina b. Or, approved equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Mineral Fiber Acoustical Ceiling Tile (ACT): 1. ASTM E1264. 2. Factory applied vinyl latex paint finish. 3. Light reflectance: Not less than 0.75. 4. Noise reduction coefficient: Minimum 0.65. 5. Class Anon-combustible units. 6. Fire-rated units (when used): UL labeled. 7. Edges uniformly fabricated, true, square, and undamaged. 8. Sizes as required to fit suspension system and as indicated on Schedule in PART 3. 9. Lay-in style: 5/8 IN thick. 10. Tegular edge: a. 3/< IN thick. b. Edges rabbetted to fit grid with face of the approximately 3/8 IN below face of grid. 11. Pattern as scheduled in Part 3. B. Acoustical wall covering (AWC): • 1. Flammability: a. Flame spread rate of 15 or less. b. Smoke developed factor of 15 or less. c. Pass NFPA 265 Full-Scale Corner Burn protocols. d. Meet toxicity requirements per the Pittsburgh Protocol and be "no more toxic than wood". 2. Fabric shall be manufactured by needlepunch process with 100 percent polyester staple fibers: a. Face Fiber: 15 ounces per square yard polyester staple fiber, solution- dyed. b. Backing: Fusible clear latex backcoating. c. AWC Pile Height: 0.20"+/- .010". d. -Face Texture: Needle punched structure of 7 ribs per IN. e. NRC:.60 (ASTM C-423} f. Roll Length: 99 FT (average) g. Total Weight: 23 ounces per lineal yard @ 54 IN width h. Dye: Solution-dyed. (not piece or fiber dyed). i. Color: To be selected from manufacturer's standard color line. j. Tear Strength: 23 lbs. min. in both warp and fill direction per ASTM D-2261 k. Tensile Strength: 1001bs. min in both warp and fill direction per ASTM D-1682 1. Adhesive for wallcovering: Apply adhesive as recommended by the adhesive manufacturer for acoustical fabric application. m. AWC Width: 54 IN, Ribs to run vertical. 2.3 MAINTENANCE MATERIALS A. Extra Materials: 1. Furnish Owner with the following extra materials: • a. One carton of each type and pattern of material. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 09512 - 2 • PART 3 - EXECUTION 3.1 INSTALLATION A. Install into suspension system in accordance with manufacturer's instructions. B. Perform field cutting as required to fit materials to grid. Make all cuts square and true. C. See Section 09130 for ceiling suspension system. D. As work progresses, keep surfaces clean of paste and dirt by method recommended by manufacturer. Leave work in clean, first-class condition. E. Temperature in building for 48 hours prior to, and during the installation and for 48 hours after completion of the installation shall be at least 70 DegF. Humidity in the building should not exceed 40 percent during installation of the fabric to allow adhesive to achieve maximum tackability. A minimum temperature of 55° F shall be maintained thereafter. F. Application of AWC: 1. Substrate: a. Gypsum wallboard, shall be smooth, level, free from cracks, irregularities, rough spots or indentations. b. Surface shall be dry, dust free, and sanded prior to installation of wall covering. c. Report in writing to Contractor any deficiencies in substrate. Start of work by this section implies acceptance of substrate. 2. Apply with "Gardner Gibson" or other approved adhesive in strict accordance with manufacturer's instructions. 3. Seams: Butted and plumb. 4. Adhesive to be applied to wall using a 3/8 IN nap roller. • 3.2 SCHEDULES A. Schedule of Lay-In Acoustical Ceiling Tile: 1. Scored mineral fiber ceiling tile, lay-in, 24 x 48 IN. Scored to appear as 24 x 24 IN. END OF SECTION 00...60746 Bozeman WRF Phase 1 Improvements Project 09512 - 3 7/11/2008 • • • • SECTION 09660 VINYL COMPOSITION TILE FLOORING AND RESILIENT BASE (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: L Resilient linoleum sheet flooring (LSF). 2. Resilient base (RB). B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. F710, Standard Practice for Preparing Concrete Floors and Other Monolithic Floors to Receive Resilient Flooring. b. F970, Standard Test Method for Static Load Limit. c. F1066, Standard Specification for Vinyl Composition Floor Tile. d. F1861, Standard Specification for Resilient Wall Base. e. F2034, Standard Specification for Sheet Linoleum Floor Covering. 2. National Fire Protection Association (NFPA): • a. 258, Recommended Practice for Determining Smoke Generation of Solid Materials. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Recommendations on adhesives, primers and leveling and patching compounds. B. Samples: 1. Full range of colors and patterns for Engineer's color selection of each component specified. C. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: 2. The mechanics and administration of the submittal process. 3. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Resilient linoleum sheet flooring (VS): • a. Forbo Linoleum, Inc. b. Gerflor Contract flooring. 2. Resilient base: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 09660 -1 a. Armstrong World Industries. b. Azrock. c. Burkemercer Flooring Products. d. Flexco. e. Johnsonite. f. Marathon. g. Roppe. h. VPI. 3. Edging strips, reducers and joiners: a. Burkemercer Flooring Products. b. Johnson Rubber Co. c. Roppe Rubber Corp. d. Johnsonite. e. Flexco Company. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Resilient Linoleum Sheet Flooring (VS): 1. Minimum thickness: 0.10 IN. 2. Natural jute backing. 3. Meet ASTM F2034. 4. Smoke density: 450 or less per NFPA 258. 5. Width: 79 IN. 6. With heat welded seams: a. Welding rod to be color matched to floor color pattern selected. b. Welding rod: 4 mm DIA. B. Resilient Base (RB): 1. Rubber or vinyl, top set, coved type. 2. 1/8 x 4 IN, 1/4 IN wide at bottom. 3. Factory-formed external and internal corners. 4. Continuous rolls, minimum 95 FT long. 5. ASTM F1861. C. Leveling compound as recommended by manufacturer compatible with adhesives. D. Adhesives and primers as recommended by manufacturer. E. Edging Strips, Reducers and Joiners: Match adjacent the material. 2.3 MAINTENANCE MATERIALS A. Extra Materials: 1. Furnish Owner the following extra material: a. Minimum 12 LF of resilient linoleum sheet flooring and enough welding rod to install all 12 LF of material. b. Remaining portion of one (1) partially used roll of resilient base material with a minimum of 10 LF of each height, color and type. 2. Package and label extra materials to protect material during storage. PART 3 - EXECUTION 3.1 PREPARATION A. Prepare surfaces in accordance with manufacturer's recommendations and ASTM F710. • B. Acclimate linoleum and the to area in which it is to be installed for minimum 72 HRS at 68 • DegF prior to installation. 00...60746 Bozeman WRF Phase I Improvements Projec[ 7/22/2008 09660 - 2 • 1. Provide manufacturer's recommended relative. humidity levels. C. Fill cracks, joints (except specified expansion joints), etc., in floors with awater-resistant non- crumbling patching and leveling compound. 1. Trowel level. 2. Verify moisture content in concrete substrate is within acceptable limits per the floor covering manufacturer: a. Conduct one (1) test for every 1000 SF of flooring per room or area in accordance with manufacturer's recommendation. b. Provide necessary measures to dry out the substrate in accordance with flooring manufacturer's recommendations and retest until acceptable moisture levels are obtained. D. Where the flooring abuts other fmish flooring materials and fmished surfaces do not align, install and feather leveling compound for approximately 6 IN so that fmished surfaces will align. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Floors to be free of all dust, paint, grease, oils, solvents, curing and hardening compounds, sealers and any other deleterious material which may affect the bonding of the adhesive used to install the floor coverings. C. Ensure recommended minimum installation temperatures are maintained before, during and after installation as required by the manufacturer. D. General: 1. Apply primer and adhesive as recommended by manufacturer. 2. Maintain minimum temperature of 68 DegF for a minimum of 72 HRS prior to, during and • after installation. E. Vinyl Composition Tile: 1. Lay in pattern selected by Engineer. 2. Bond the to floor, flush, tight, and in true alignment with adjacent tiles and with fmished surface. 3. Fit neatly into breaks and recesses, against walls, around pipes, and other obstructions. 4. Install edging strips where the edge is exposed or where flooring terminates. 5. Lay out the to avoid less than one-half the at permanent perimeter walls. 6. Perform any cutting or drilling of the as required. 7. Install accent strips in all door openings directly under door when in closed position. 8. Roll entire floor. 9. Immediately after application and rolling, remove surplus adhesive. F. Resilient Linoleum Sheet Flooring: 1. Lay in pattern selected by Engineer. 2. Bond sheet to floor, flush, tight and in true alignment with perimeter walls and adjacent finished surfaces. 3. Fit neatly into breaks and recesses, against walls, around pipes, and other obstructions. 4. Roll entire floor. 5. Immediately after application and rolling, remove surplus adhesive. 6. Heat weld all seams. 7. Cove all base and heat weld the joints. 8. Provide permanent compatible backer under the sheet at the floor/wall intersection to support the coved base material. 9. Provide fmished trim piece at top of base to hide and protect raw edge of sheet: a. Trim piece to be provided by sheet manufacturer. • G. Resilient Base: I . Install base after wall material has thoroughly dried out. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09660 - 3 2. Provide base at intersections of floor and all vertical surfaces in areas scheduled to receive base, where intersection is exposed to view. • 3. Set base straight and true. 4. Fit into breaks and recesses. 5. Provide factory-formed internal and external corners. 6. Scribe to trim at door frames. 7. -Make joints tight. 8. Install with top and bottom edge in firm contact with wall and floor. 3.3 CLEANING A. Clean floors in accordance with manufacturer's recommendations. B. Prior to final acceptance, wash, wax and buff floors: 1. After thorough cleaning, apply two (2) coats of wax recommended by flooring manufacturer. 2. After each coat, buff floor. 3.4 PROTECTION A. Protect with non-staining non-sticking building paper as may be necessary to prevent dirt and damage. B. Protect traffic areas with fiberboard or plywood laid over non-staining, non-sticking building paper. END OF SECTION • • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09660 - 4 • SECTION 09690 CARPET TILE (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Carpet Tile (CPTT). B. Related Sections include: 1. Division 0 -Bid Documents. 2. Division 1 -General Requirements. 3. Section 09660 -Vinyl Composition Tile Flooring and Resilient Base. 1.2 QUALITY ASSURANCE A. General requirements: 1. Manufacturer: a. Carpet manufacturer shall have no less than 10 years of production experience with carpet similar to type specified in this document; and whose published product literature clearly indicate compliance of products with requirements of this section. b. Single source responsibility: Provide product material by a single manufacturer for each carpet type specified. 2. Trade Contractor: Firm with not less than five (5) years of successful carpeting experience similar to work of this section and recommended and approved by the carpet manufacturer. • Upon request, submit letter from carpet manufacturer stating certification qualifications and acceptance. 3. Substitutions: Where a selected manufacturer or product has been specified, an equal or superior product may be accepted only upon review and written acceptance by the Architect. It is mandatory that such review and approval be obtained prior to bidding, or the substitution will not be considered. All such proposed substitutions shall be submitted to the architect with all appropriate manufacturer's specifications and literature, and independent testing laboratory data. The architect's decision as to whether a product is equal or superior to the one specified shall be final. This section applies to any "or equal" noted in the specifications. 4. Installer qualifications: Mill trained, skilled mechanics supervised by experienced superintendent with 50,000 yards experience. 1.3 SUBMITTALS A. Samples: 1. Three samples, minimum 12 IN x 12 IN of each material and color selected for verification. B. Contract Closeout Information: 1. Warranty/Guarantee. 2. Maintenance data. 3. Interior finish fire performance data: a. Provide for each fmish material and type specified: 1) Manufacturer's printed information including: a) Fire class. b) NFPA test number. c) Photograph. • 2) Proof of purchase. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/200g 09690 - I A. Deliver with mill register numbers attached. B. Tag and mark accessory items for identification. • 1.5 JOB CONDITIONS A. Install after wall and other floor finishing operations in area are complete. B. Install after lighting system in area is complete. C. Install prior to acoustical ceiling tile. D. Maintain temperature of 60 DegF minimum to 95 DegF maximum, minimum 48 hours seven days prior to, and during installation. Relative humidity not more than 65 percent carpet and adhesive must be stored at a minimum temperature of 68 DegF. 1.6 WARRANTY/GUARANTEE A. Guarantee entire carpet installation complies with specifications, and damaged or defective carpet or carpet stained by adhesives will be removed and replaced for a period of 2 years. B. Guarantee carpet color consisting of thermally pigmented yarns will not show significant change when exposed to normal light for period of 15 years: 1. AATCC-16E. C. Guarantee carpet color will not show significant change when exposed to normal atmospheric contaminates for period of 15 years. D. Guarantee carpet will not show excessive wear for period of 15 years: 1. Excessive wear is defined as wearing away of face yarns which reduces pile height by more than 15 percent in any area or pulling out of nap. E. Guarantee carpet backing structure will not delaminate from face structure and there will be no shrinkage or stretching affecting performance of face or backing structure for period of 15 years • when installed and maintained in accordance with published procedures: 1. Guarantee when installed and maintained in accordance with published procedures will not edge ravel for a period of 15 years. 2. Guarantee ability of the carpet to lay flat; will not curl or dome. F. Guarantee entire cost of replacement, including removal, replacement, and disposal of defective carpet. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURER'S A. Subject to compliance with the Contract Documents the following Manufacturer's are acceptable: 1. Carpet Tile (CPTT): a. Base: 1) As noted for individual types. 2. Carpet Edging Strips: a. Base: 1) BurkeMercer. 3. Other manufacturers desiring approval comply with Section 00440. B. Carpet Tile (CPTT): 1. First quality, no seconds or imperfects. 2. Comply with applicable state and local codes. C. Carpet Edging Strips: • 1. Base Product: "Carpet to Resilient Transition 170" by BurkeMercer. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09690 - 2 2. Thickness to match carpet. • 3. Color as selected by Engineer. D. Water vapor emission control system: See Section 09605. E. Adhesive: 1. Non-staining, non-bleeding strippable type. 2. As recommended by carpet manufacturer. 2.2 CARPET TYPES A. Carpet CPTT-O1: 1. Manufacturer: As selected by Owner. 2. Style: A_ s selected by Owner. 3. Color: As selected by Owner. B. Carpet CPTT-02: 1. Manufacturer: As selected by Owner. 2. Style: As selected by Owner. 3. Color: As selected by Owner. C. Carpet CPTT-03: 1. Manufacturer: As selected by Owner. 2. Style: As selected by Owner. 3. Color: As selected by Owner. 2.3 EXTRA MATERIAL A. Furnish Owner with minimum of 5 percent additional material of each type, pattern and color for maintenance purposes. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify suitability of substrate to accept installation. B. Concrete preparation for floor finishes: See Section 03348. C. Verify concrete is sealed. New concrete requires approximately 90 days to cure. D. Repair or patch existing vinyl composition tile: 1. Remove old wax. 2. Use Intershield to seal cut-back exposed adhesive. E. Sand wood finish on subfloor repair loose or broken boards and other defects. F. Patch or fill cracks and irregularities on granolithic terrazzo marble ceramic subfloors: 1. Fill grout lines with approved latex patching compound. 3.2 PREPARATION A. Thoroughly clean areas to receive carpet tile, seal new concrete, strip waxes and fmishes. B. Thoroughly remove dust and vacuum, also wet mop then seal concrete. C. Fill cracks, joints, holes or uneven areas with non-crumbling latex base floor filler such as Lev- L-Astic, patching compound must be mixed with latex mix not water. D. Before commencing work, test an area with glue and carpet the to determine "open-time" and bond. • E. Store carpet and adhesive in a heated room at a minimum temperature of 60 DegF at least 3 days prior to installation. 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 09690 - 3 1. Maximum temperature of 95 DegF. F. Layout: • 1. Arrange joints symmetrically about centerline of rooms. 2. Lay so pile and pattern of adjacent pieces match. 3. Carefully check dimensions. 3.3 INSTALLATION A. General: 1. Comply with manufacturer's instructions and recommendations for uniformity of direction, seam locations, and lay of carpet pile. 2. Place the with sight butted joints. 3. Install carpet under open-bottom obstructions and under removable flanges and furnishings, and into alcoves and closets of each space. 4. Provide cut outs where required: a. Conceal cut edges with protective edge guards or overlapping flanges. 5. Run carpet under open-bottom items such as heating convectors and install tight against walls, columns and cabinets so entire floor area is covered with carpet: a. Cover over all floor type door closers. 6. Install edging guard at all openings and doors wherever carpet terminates, unless indicated otherwise: a. Prior to installation, report to the Construction Manager all other obstructions which may occur. 7. Cutting shall be done in accordance with the manufacturer's recommendation, using the tools designed for the carpet being installed, making sure carpet knives are sharp. 8. Edges shall be butted together with the proper pressure to produce the tightest joint possible without distortion. 9. All carpet shall be installed with pile-lay in the same direction. 10. Use leveling compound where necessary: • a. Any floor filling or leveling shall have a minimum of 4 FT 0 IN of feather. 11. Expansion joints: a. Do not bridge building expansion joints with continuous carpeting. b. Provide for movements. B. Install in accordance with manufacturer's instructions: 1. Follow instructions on adhesives: a. Adhesive must have recommended flash time before carpet is positioned. 2. Do not mix dye lots in the same area. 3. Install all carpet tiles so arrows point in the same direction. C. Where carpet terminates at non-carpeted floor surface, install Carpet Edging Strips (a.k.a. transition strips, reducer strips): 1. Install with contact adhesive. 2. Score and trim narrow end of reducer strip to conform to adjacent floor finish. D. Install according to Architect's directions for overall patterns and borders: 1. Install carpet patterns according to drawings with no deviation. 2. Develop templates as necessary. 3.4 CLEAN A. Remove spillage of glue or adhesive from face or seam using remover provided by manufacturer. B. Clean spots; remove loose threads with broadloom scissors. C. Completely and thoroughly vacuum using a pile lifter. D. Advise maintenance personnel regarding care and maintenance. • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 09690 - 4 • E. Save cuts over 9 IN for Owner stock. 3.5 PROTECTION A. After cleaning and prior to fmal acceptance, protect carpeting subject to traffic with non-staining building material paper runners or other approved material. B. Protect installation from rolling traffic by using sheets of hardboard or plywood in potentially affected areas C. Protect carpeting against damage during construction: 1. Cover with non-staining building material paper with taped joints during the construction period, wherever protection is required, so carpet will be without any indication of deterioration, wear, or damage at the time of acceptance. 2. Damaged carpeting will be rejected. 3. As the carpet is laid, remove trimmings, excess pieces of carpet and laying materials from each area as it is completed. D. Maintain protection of carpeting on each floor or area until accepted, without waiting until the entire project is complete. 3.6 INSPECTION A. Upon completion of the installation inspect installation and verify work is complete, properly installed, and acceptable. B. Remove and replace work not found acceptable at the installer's expense. END OF SECTION • • 00...60746 Bozeman WRF Phase I Improvements Project 7!22/2008 09690 - 5 • • SECTION 09905 PAINTING AND PROTECTIVE COATINGS PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Painting and protective coatings. 2. Minimum surface preparation requirements. B. Re lated Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03348 -Concrete Finishing and Repair of Surface Defects. 4. Section 11005 -Equipment: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI): a. A250.10, Test Procedure and Acceptance Criteria For Prime Painted Steel Surfaces for Steel Doors. b. 2535.1, Safety Color Code. 2. ASTM International (ASTM): a. D4258, Practice for Surface Cleaning Concrete for Coating. • b. D4259, Practice for Abrading Concrete. c. D4261, Practice for Surface Cleaning Concrete Unit Masonry for Coating. d. D4262, Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces. e. D4263, Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method. f. E84, Test Method for Surface Burning Characteristics of Building Materials. 3. American Water Works Association (AWWA). 4. National Association of Corrosion Engineers (MACE): a. Standard Recommended Practice, Discontinuity (Holiday) Testing of Protective Coatings. 5. National Bureau of Standards (NBS): a. Certified Coating Thickness Calibration Standards. 6. National Fire Protection Association (NFPA): a. 101, Life Safety Code. 7. National Sanitation Foundation International (NSF): a. 61, Drinking Water System Components -Health Effects. 8. Steel Structures Painting Council (SSPC) Joint Surface Preparation Standard: a. PA-2, Measurement of Dry Paint Thickness with Magnetic Gages. b. SP-1, Solvent Cleaning. c. SP-2, Hand Tool Cleaning. d. SP-3, Power Tool Cleaning. e. SP-5/NACE No. 1, White Metal Blast Cleaning. f. SP-6/NACE No. 3, Commercial Blast Cleaning. g. SP-7/NACE No. 4, Brush-off Blast Cleaning. h. SP-10/NACE No. 2, Near-White Blast Cleaning. i. SP-13/NACE No. 6, Surface Preparation of Concrete. B. Qualifications: 1. Contractor and applicators shall have minimum often years experience in application of specified products to surfaces of steel and concrete surfaces. Provide references for 00...60746 Bozeman WRF Phase i Improvements Project 7/22/2008 09905 - 1 minimum of five different projects completed in last five years with similar scope of work. Include name and address of project, size of project in value (painting) and contact person. a. Submit Painting Subcontractor's qualifications including in the following information: 1) References for a minimum of five different projects completed in the last five years. Include name and address of project, size of project in value (painting), name of NACE inspector, and Owner's contact person. 2) Name and resume for painting subcontractor's on-site superintendent. 3) Name and resume for painting subcontractor's office project manager. 4) Letter from proposed coating products manufacturer stating that the applicator has been instructed in the use of the proposed products and has successfully applied them on projects of similar size and scope. Include a list of projects and Owner's contact name. 5) Documentation that painting Subcontractors meet the qualification requirements listed herein. 6) Quality Control Plan for coatings application meeting the applicable requirements for Field Quality Control in this section. The Contractor shall submit a written statement by the coatings manufacturer stating that the Contractor is familiar with the materials specified and has workers that have been factory trained and are capable of performing the work specified herein. The personnel performing the work shall be knowledgeable and have the required experience and skill to adequately perform the work for this project, in accordance with SSPC-PA1, "Shop, Field and Maintenance Painting". C. General: 1. Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards and are approved by the Engineer. Provide daily field log of coatings application during all work performed. . D: Pre-painting Activities Conference 1. Contractor shall arrange apre-painting conference at the project site to ensure that all parties involved, including paint supplier, and painting subcontractor, are familiar with the entire Work and all specifications, safety codes, jobsite conditions, and equipment requirements. 2. At the meeting, Contractor shall review the project schedule including the starting date, duration, and completion dates for painting each major component. E. Surface Preparation: 1. Surface preparation will be based upon comparison with: "Pictorial Surface Preparation Standards for Painting Steel Surfaces: SSPC-VIS 1-89", ASTM Designation D2200-95, "Standard Methods of Evaluating Degree of Rusting on Painted Surfaces", ASTM D 4417- 91, Method Aand/or Method C or NACE Standard RP0287-87, and ASTM Designation D610 "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive". in all cases the written standard shall take precedence over the visual standard. in addition, NACE Standard RP0178-91, along with the Visual Comparator, shall be used to verify the surface preparation of welds. F. Application: 1. No coating or paint shall be applied when: a. The surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein. b. Rain, snow, fog or mist is present. c. The temperature is less than 5 FT above the dew point. d. The air temperature is expected to drop below the minimum temperature for the products specified within six hours after application of coating. e. Dewpoint shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychometric Tables. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 2 • 2. If any of the above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. G. Thickness and Holiday Checking: 1. Thickness of coatings and paint shall be checked with anon-destructive, magnetic-type thickness gauge, as per SSPC-PA 2 "Measurement of Dry Film Thickness with Magnetic Gages". References in PA 2 that allow 80 percent of the minimum thickness specified are not acceptable. 2. The integrity of interior coated tank and channel surfaces shall be checked with a low voltage holiday detector in accordance with NACE Standard RP0188. Non-destructive holiday detector shall not exceed 67.5 volts, nor shall destructive holiday detector exceed the voltage recommended by the manufacturer of the coating system. A solution of 1-ounce non-sudsing type wetting agent, such as Kodak Photo-Flo, and 1 gallon of tap water shall be used to perform the holiday testing. All pinholes and/or holidays shall be marked and repaired in accordance with the manufacturer's printed recommendations and retested. No pinholes or other irregularities will be permitted in the final coating. Contractor is to conduct holiday testing in the presence of the Engineer or the Owner's representative. All channel and tank surface will be holiday tested, which includes all surfaces wetted by direct contact with fill water or water vapor. Wetted surface as used in these specifications means the entire interior of a tank or channel that can/will be filled or partially filled with liquid. Hydraulic profile drawing illustrates tanks, channels, and approximate water surface elevation. Even though all individual channels may not be shown on the hydraulic profile, Contractor needs to review each specific drawing series for interconnecting channels. H. Inspection Devices: 1. The contractor shall furnish, until fmal acceptance of coating and painting is accepted, inspection devices in good working condition for detection of holidays and measurement of • dry film thickness of coating and paint. The Contractor also shall furnish U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates and/or plastic shims, depending upon the thickness gauge used, to test the accuracy of dry film thickness gauges and certified instrumentation to test the accuracy of holiday detectors. Dry film gauges and holiday detectors shall be made available for the Engineer's use at all times until fmal acceptance of application. Holiday detection devices shall be operated in the presence of the Engineer. I. Inspection: 1. Inspection for this project shall consist of `hold point' inspections. The NACE Inspector shall inspect the surface prior to abrasive blasting, after abrasive blasting but prior to application of coating materials, and between subsequent coats of material. Final inspection shall take place after all coatings are applied, but prior to placing the item in service. Contractor will provide sufficient OSHA rigging so that the Engineer, Owner or their representative shall be able to conduct the follow-up spot inspections. All inspections shall be conducted in accordance with SSPC, NACE, and the contract specifications. For shop priming, the shop operation shall be inspected by the inspector after surface preparation and prior to prime coat application. All expenses incurred for transportation and lodging for inspections on work done at a location, such as for shop surface preparation and coating work, other than the project work site shall be paid for by the Contractor. Coordination and scheduling efforts shall be considered to maximize the inspection productivity. The Inspector shall be notified at least 10 days in advance of the time the inspection will be needed. The Contactor may have the option of hiring an independent NACE certified coating inspector acceptable to the Engineer at Contractor's expense. Inspector shall not be a painting contractor nor supplier of coating materials. • J. Miscellaneous: 1. Furnish paint through one manufacturer unless noted otherwise. 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 09905 - 3 2. Coating used in all corridors and stairways shall meet requirements of NFPA 101 and ASTM E84. • K. Deviation from specified mil thickness or product type is not allowed without written authorization of Engineer. L. Material may not be thinned unless approved, in writing, by paint manufacturer's authorized representative. 1.3 SAFETY AND HEALTH REQUIREMENTS A. General: 1. In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site. Contractor is responsible for the health and safety of all his employees. B. Temporary Ladders and Scaffolding_ 1. All temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected where requested by the Engineer to facilitate inspection and be moved by the Contractor to locations requested by the Engineer. 1.4 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. B. Approved Factory Finish: Finish on a product in compliance with the finish specified in the section where the product is specified or in Section 11005. • C. Corrosive Environment: Immersion in, or not more than 6 IN above, or subject to frequent condensation, spillage or splash of a corrosive material such as water, wastewater, or chemical solution; or chronic exposure to corrosive, caustic or acidic agent, chemicals, chemical fumes, chemical mixture, or solutions with pH range of 5 - 9. All water/wastewater containing tanks, channels and/or structures are included in this category. D. Highly Corrosive Environment: Immersion in, or not more than 6 IN above, or subject to frequent condensation, spillage or splash of a corrosive material such as water, wastewater, or chemical solution; or chronic exposure to corrosive, caustic or acidic agent, chemicals, chemical fumes, chemical mixture, or solutions with pH range below 5 or above 9. All chemical tanks and containment areas are included in this category. E. Exposed Exterior Surface: Surface which is exposed to weather but not necessarily exposed to view as well as surface exposed to view. Exterior surfaces are considered corrosive environment. F. Finished Area: One that has finish called for on Room Finish Schedule or is indicated, on Drawings, to be painted. G. Paint includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyls, chlorinated rubbers, urethanes, shellacs, varnishes, and any other applied coating specified within this Section. H. Surface Hidden from View: Surfaces such as those within pipe chases, and between top side of ceilings (including drop-in the ceilings) and underside of floor or roof structure above. I. VOC: Volatile Organic Compounds. J. Water level for purposes of painting is: See Drawings. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 09905 - 4 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's application instructions. c. Manufacturer's surface preparation instructions. d. If products being used are manufactured by Company other than listed in Article 2.2, provide complete individual data sheet comparison of proposed products with specified products including application procedure, coverage rates and verification that product is designed for intended use. e. Contractor's written plan of action for containing airborne particles created by blasting operation and location of disposal of spent contaminated blasting media. f. Coating manufacturer's recommendation on abrasive blasting. g. Manufacturer's recommendation for universal barrier coat. 3. Manufacturer's statement regarding Applicator instruction on product use. 4. Contractor and applicator experience qualifications. a. No submittal information will be reviewed until Engineer has received and approved Contractor and Applicator qualifications. 5. Certification that coating systems proposed for use have been reviewed and approved by Senior Corrosion Specification Specialist employed by the coating manufacturer. B. Samples: 1. Manufacturer's full line of colors for Engineer's color selection. 2. After initial color selection by Engineer provide two 3 x 5 IN samples of each color selected. • C. Miscellaneous Submittals: 1. See Section 01340. 2. Approval of application equipment. 3. Applicator's daily record: a. Submit daily record at end of each week in which painting work is performed. 4. Surface preparation approval by NACE engineer. 5. Paint application certification by NACE engineer. 1:6 DELIVERY, STORAGE, AND HANDLING A. Deliver in original containers, labeled as follows: 1. Name or type number of material. 2. Manufacturer's name and item stock number. 3. Contents, by volume, of major constituents. 4. Warning labels. 5. VOC content. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, only the following manufacturers are acceptable: 1. Tnemec. 2. ICI Devoe. 3. Carboline Protective Coatings. 4. Or equal. B. Submit request for substitution in accordance with Specification Section 01640. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 5 2.2 MATERIALS A. All materials used must contain not more than 2.8 LBS/GAL VOC. • B. For unspecified materials such as thinner, provide manufacturer's recommended products. C. Paint Systems -General: 1. Prime coat. F1, F2 ... Fn =first fmish coat, second finish coat ......nth fmish coat, color as selected by Engineer. 2. If two finish coats of same material are required, Contractor may, at his option and by written approval from paint manufacturer, apply one coat equal to mil thickness of two coats specified. D. Products specified are manufactured by Tnemec. E. Paint Systems (Systems not shown are not used): 1. SYSTEM #1 -NOT USED. 2. SYSTEM #2 -Aromatic Polyurethane with Polyamidoamine Epoxy or Aliphatic Acrylic Polyurethane Enamel Finish Coat(s): a. Prime coat: 1) P1=1 coat, 2.5 mils, Series 1 Omnithane (Modified Aromatic Polyurethane), VOC=2.79 b. Finish coat(s): 1) Interior: a) F1=1 coat, 5 mils, Series N69 Epoxoline (Polyamidoamine Epoxy), VOC=2.11 2) Exterior: a) F1=1 coat, 3 mils, Series N69 Epoxoline (Polyamidoamine Epoxy) b) F2=1 coat, 2.5 mils, Series 1074 EnduraShield (Aliphatic Acrylic Polyurethane Enamel), VOC=2.45 3. SYSTEM #3 -Polyamidoamine Epoxy Primer with Polyamidoamine Epoxy or Aliphatic • Acrylic Polyurethane Enamel Top Coat(s): a. Prime coat: 1) P1=1 coat, 3 mils, Series N69 Epoxoline (Polyamidoamine Epoxy), VOC=2.11 b. Finish coat(s): 1) Interior: a) F1=1 coat, 3 mils, Series N69 Epoxoline (Polyamidoamine Epoxy) 2) Exterior: a) F1=1 coat, 2.5 mils, Series 1074 EnduraShield (Aliphatic Acrylic Polyurethane Enamel), VOC=2.80 4. SYSTEM #4 -NOT USED. 5. SYSTEM #5 -NOT USED. 6. SYSTEM #6 -NOT USED. 7. SYSTEM #7 -NOT USED. 8. SYSTEM #8 -Air Dry Silicone Copolymer Primer with Silicone Copolymer Top Coat: a. Prime coat: 1) P1=1 coat, 2.0 mils, Dampney Thurmalox 260C Series (Air Dry Silicone Copolymer), VOC=3.20 b. Finish coat: 1) Interior or exterior: a} F1=1 coat, 2.0 mils, Dampney Thurmalox 260C Series (Air Dry Silicone Copolymer), VOC=3.20 9. SYSTEM #9 -Modified Aromatic Polyurethane: a. Prime coat: 1) P1=1 coat, 2.5 mils, Series 1 Omnithane (Modified Aromatic Polyurethane), VOC=2.79 10. SYSTEM # 10 -NOT USED. 11. SYSTEM # 11 -NOT USED. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 6 12. SYSTEM #12 -Acrylic Emulsion Primer and Top Coat: • a. Prime coat: 1) P1=1 coat, 2.5 mils, Series 115 Unibond (Acrylic Emulsion), VOC=1.17 b. Finish coat: 1) Interior: a) F1=1 coat, 2.5 mils, Series 115 Unibond (Acrylic Emulsion), VOC=1.17 - 13. SYSTEM #13 -Modified-Acrylate Elastomer Primer and Top Coat: a. Prime coat: 1) P1=1 coat, 8 mils, Series 156 Enviro-Crete (Modified-Acrylate Elastomer), VOC=1.19 b. Finish coat: 1) Exterior: a) F1=1 coat, 8 mils, Series 156 Enviro-Crete (Modified-Acrylate Elastomer) 14. SYSTEM #14 -NOT USED. 15. SYSTEM #15 - Polyamidoamine Epoxy Primer with Polyamidoamine Epoxy Top Coat: Surfacer Filler: 1) P1 = 1 coat, 1/16'j' IN and fill all surface voids, Series 218 Mortar-Clad (Epoxy Mortar Surfacer Filler) a. Prime coat: 1) P1=1 coat, 4 mils, Series N69 Epoxoline (Polyamidoamine Epoxy), VOC=2.11 b. Finish coat: 1) Interior: a) F1=1 coat, 4 mils, Series N69 Epoxoline (Polyamidoamine Epoxy) 16. SYSTEM # 16 -NOT USED. 17. SYSTEM #17 -NOT USED. 18. SYSTEM #18 -NOT USED. 19. SYSTEM #19 - Polyamidoamine Epoxy Coating: • a. Prime coat: 1) P1=1 coat, 5 mils, Series N69 Epoxoiine (Polyamidoamine Epoxy), VOC=2.11 20. SYSTEM #20 -NOT USED. 21. SYSTEM #21 -Modified Polyamidoamine Epoxy: a. Prime coat: 1) P1=1 coat, 5 mils, 135-1243 Chembuild (Modified Polyamidoamine Epoxy), VOC=1.44 22. SYSTEM #22 -NOT USED. 23. SYSTEM #23 -NOT USED. 24. SYSTEM #24 -NOT USED 25. SYSTEM #25 -NOT USED. 26. SYSTEM #26 -Polyamide Epoxy Primer with Modified Polyurethane Top Coat: a. Prime coat: 1) P1=1 coat, 4 mils, Series N161 Tneme-Fascure (Polyamide Epoxy), VOC=2.39 b. Finish coat(s): 1) Interior or exterior: a) F1=1 coat, 25 mils, Series 262 Elastoshield (Modified Polyurethane), VOC=0.87 b) F2=1 coat, 25 mils, Series 262 Elastoshield (Modified Polyurethane) 27. SYSTEM #27 -NOT USED. 28. SYSTEM #28 -Waterborne Polyamide Epoxy Primer with Waterborne Acrylic Epoxy Top Coats: a. Prime coat: 1) P1=1 coat, 2 mils, Series 151 Elasto-gip (Waterborne Polyamide Epoxy), V OC=0.04 b. Finish coat(s): • 1) Interior: a) F1=1 coat, 4 mils, Series 113 H. B. Tneme-Tufcoat (Waterborne Acrylic- Epoxy), VOC=2.46 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 7 b) F2=1 coat, 4 mils, Series 113 H. B. Tneme-Tufcoat (Waterborne Acrylic- Epoxy), VOC=2.46 • 29. SYSTEM #29 -NOT USED. 30. SYSTEM #30 -Epoxy Mortar Surfacer Filler /Fiber Reinforced Polyamine Epoxy a. Surfacer Filler: 1) P1 = 1 coat, 1/16' IN and fill all surface voids, Series 218 Mortar-Clad (Epoxy Mortar Surfacer Filler) b. Finish Coat: 1) F1 = 1 coat, 70 mils, Series 436 PermaShield FR (Fiber Reinforced Polyamine Epoxy) Note: All Concrete surfaces to be inspected per RPO1-88 * detail to caulk all dissimilar metal seams or gaps. When coating is terminate mid-wall, cut termination strip per manufacturer's detail. 31. SYSTEM #31 - a. Primer: 1) P1=1 coat, 2.S mils, Series 1 PermaShieldA4 (Modified Aromatic Polyurethane), VOC=2.79 b. Finish Coat:. 1) Fl = 1 coat, 8 mils, Series 446 PermaShield A4 (Moisture Cured Urethane, Lt. Gray) 2) F2 = 1 coat, 8 mils, Series 446 PermaShield A4 (Moisture Cured Urethane, Lt. Gray) 32. SYSTEM #32 -Epoxy Mortar Surfacer Filler /Moisture Cured Urethane, Lt. Gray a. Surfacer Filler: 1) P1 = 1 coat, 1/16' IN and fill all surface voids, Series 218 Mortar-Clad (Epoxy Mortar Surfacer Filler) 2) Finish Coat(s) Interior: 3) F1 = 1 coat, 8 mils, Series 446 PermaShield A4 (Moisture Cured Urethane, Lt. Gray) • 4) F2 = 1 coat, 8 mils, Series 446 PermaShield''4 (Moisture Cured Urethane, Lt. Gray) Note: All Concrete surfaces to be inspected per RPO1-88 33. SYSTEM #33 -Epoxy Mortar Surfacer Filler /Polyamine Epoxy Mortar -Polyamine a. Surfacer Filler: 1) P1 = 1 coat, 1/16' 1N and fill all surface voids, Series 218 Mortar-Clad (Epoxy Mortar Surfacer Filler) b. Finish Coat(s): 1) F1 = 1 coat, 12S mils, Series 434 PermaShield H2S (Polyamine Epoxy Mortar) 2) F2 = 1 coat, 15 mils, Series 43S PermaGlaze (Modified Polyamine Epoxy} Note: All Concrete surfaces to be inspected per RPO1-88. When coating is terminate mid-wall, cut termination strip per manufacturer's detail. 34. SYSTEM #34 -Surface Preparation: SSPC SP10 Near White Metal Blast Cleaning with a minimum of a 3 mil profile. a. Holding Primer: 1) P 1 = 1 coat, 3.0 to S.0 mils or to cover blast profile at the option of the contractor to hold a prepared surface. Tnemec Series N69 Epoxoline (Polyamidoamine Epoxy) b. Primer: 1) P = 1 Coat, 15.0 to 20.0 mils Tnemec Series 43S Perma Glaze (Modified Polyamine Epoxy) c. Finish: 1) F = 1 Coat, 1 S.0 to 20.0 mils Tnemec Series 43S Perma Glaze (Modified Polyamine Epoxy) 3S. SYSTEM #3S - RTV Silicone Rubber Water Repellent and Graffiti Protectant a. Water Repellent 1) F1 = 1 coat, Chemprobe Series C626 Dur-A-Pell GS • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 8 • b. Anti-Graffiti 1) F1 = 1 coat, Chemprobe Series C626 Dur-A-Pell GS Note: 2"d coat of Dur-A-Pell GS is required for graffiti protection. However, provide a full second coat for optimal protection, or just a wainscot (first 12' from bottom) PART 3 - EXECUTION 3.1 ITEMS TO BE PAINTED A. Exposed Exterior Surfaces including: 1. Piping, valves, fittings, and hydrants except when covered by pipe jacketing and supports. 2. Ductwork and supports. 3. Conduit, device boxes, junction boxes and covers, pull boxes and covers and supports when attached to a surface required to be painted or to a prefmished surface. 4. Exterior surfaces of ferrous metal tankage. 5. Miscellaneous ferrous metal surfaces. 6. Hollow metal doors and frames. 7. Steel pipe bollards. 8. Steel lintels and steel components of concrete lintels (plain or galvanized). a. Steel components shall be completely painted (with both prime and finish coats) prior to installing in the wall. 9. Structural steel and steel joists (including bridging). 10. Galvanized metal surfaces. 11. Copper and brass surfaces. 12. Gas appliance flue vents and plumbing vents. B. Interior Finished Areas: • 1. Refer to Room Finish Schedule on Drawings. If schedule requires wall surfaces to be painted in a particular space, the space is considered to be a finished area, therefore, paint all appurtenant surfaces within the space unless specifically noted not to be painted in the Contract Documents. Appurtenant surfaces include: a. Concrete columns, equipment pads, pipe supports, and equipment supports, underside of overhead concrete slabs which are exposed, semi-exposed or concealed from view but still exposed to the adjacent atmosphere. I) If walls do not require paint, the above listed surfaces do not require paint unless specifically noted otherwise. b. Piping, valves, fittings and hydrants except when covered by pipe jacketing and supports. C. Surfaces in Areas Not Considered Finished: 1. Paint following surfaces in areas not considered as fmished area: a. Piping, valves, fittings, and hydrants except when covered by pipe jacketing and supports. b. Structural steel. c. Miscellaneous ferrous metal surfaces. d. Steel lintels and steel components of concrete lintels (plain or galvanized). I) Steel components shall be completely painted (with both prime and finish coats) prior to installing in the wall. e, Inside and outside of ferrous metal tankage. f. Hollow metal doors and frames. 3.2 ITEMS NOT TO BE PAINTED A. General: Do not paint items listed in Article 3.2 unless specifically noted in the Contract Documents to be painted. • B. Items with Approved Factory Finish. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 9 C. Electrical Equipment: 1. Do not field paint electrical equipment except where painting is specifically stated • elsewhere in these Contract Documents, or where the equipment is subject to a corrosive environment. Electrical motors painted with equipment they are connected to. D. Other Items: 1. Stainless steel surfaces except: a. Piping. b. Banding as required to identify piping. 2. Aluminum surfaces except: a. Where specifically shown in the Contract Documents. b. Where in contact with concrete. c. Where in contact with dissimilar metals. 3. Fiberglass surfaces except:: a. Exposed fiberglass piping. b. Piping supports. 4. Interior of pipe, ductwork, and conduits. 5. Moving parts of mechanical and electrical units where painting would interfere with the operation of the unit. 6. Code labels and equipment identification and rating plates. 7. Structural steel or steel deck required to be fireproofed. 8. Steel deck. 9. Contact surfaces of friction-type connections. 3.3 SCHEDULE OF ITEMS TO BE PAINTED AND PAINTING SYSTEMS A. Concrete: 1. Interior cast-in-place and interior precast surfaces (other than pre-finished panels): Per Section 07176, Type 2. a. Includes equipment bases, pads, walls, beams, slabs, columns, ceilings, pedestals, • pilasters, etc. 2. Exterior cast-in-place and exterior precast surfaces (other than pre-finished panels): Per Section 07176, Type 2. 3. New Headworks Building: System #32. a. All interior surfaces of all channels, Grit Chambers, influent wells and splitter boxes in New Headworks Pretreatment Building except 1) Areas not included in Section 13218 -Concrete Embedment Liner. 4. Primary Effluent Pumping Station: System #32. a. For all areas not included in Section 13218 -Concrete Embedment Liner, from the floor/wall interface and up. 5. New Bioreactor No. 2 and No. 3 an Anaerobic Zone for Bioreactor No. l: a. From one foot below the normal operating level, (E14612.0) and up to top of walls at eac~I of the following basin zones: 1) BioreactorNo. (Anaerobic Zone: System #32. 2) Bioreactor No. 2 Anaerobic Zone No. 1: System #32. 3) Bioreactor No. 3 Anaerobic Zone No. 1: System #32. 6. Secondary Clarifier Split Structure: System #32. a. Interior concrete surface from 1 FT below the normal operating level (EL 4607.0) and up to the top of the walls. 7. Fermenter Basin: System #32. a. All interior concrete surfaces except basin floor. 8. Gravity Thickener No. 1 (existing basin): System#32. a. Sand blast, prepare and re-coat all interior concrete surfaces except basin floor. ' 9. RAS Station No. 1: System #32. a. Interior concrete surfaces in RAS outlet box, including new and existing concrete walls excluding box floor. • 10. RAS Station No. 2: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 10 • a. Interior cast-in-place and precast surfaces (other than pre-fmished panels) per Section 07176, Type 2. b. Drainage sump interior surfaces, excluding the floor: System #30. 11. Secondary Clarifiers No. 5 and No. 6: System #32. a. Interior concrete surfaces from 1 FT below normal operating level (EL 4605) and up to top of walls. 12. UV Disinfection Channel: System #32. a. All interior concrete surfaces, of water containing channels and tanks, except ceilings or roofs of channels or tanks. 13. Anaerobic Digester No. 3: a. All interior concrete surfaces except basin floor not-included in Section 13218 - Concrete Embedment Liner. b. Exterior cast-in-place and exterior pre cast surfaces (not covered by pre-finished metal wall panels or EIFS: Per Section 07176, Type 2. 14. Digester Control Building No. 2. and Dewatering Building: a. All interior concrete surfaces except for dewatering and drainage sumps: per Section 07176, Type 2. b. Exterior cast-in-place and exterior precast surfaces/not covered by pre-fmished metal wall panels or EIFS): Per Section 07176, Type 2. c. Dewatering and drainage sumps interior surfaces excluding the floor: System #30. 15. Administration /Laboratory Building: a. As scheduled on the Drawings or as noted in this specification where or specifically identified on the Drawings. B. Structural Steel: 1. All: SYSTEM #2. C. Steel joists: SYSTEM #2. • D. Miscellaneous ferrous metals (non-corrosive dry environment): SYSTEM #2. E. Ferrous metals subject to Corrosive Environment: 1. Includes ferrous metal components of equipment located in Corrosive and Highly Corrosive Environments including: Bar screens, grit washers, and sluice gates, slide gates, System #31. 2. Bare steel handrails, guardrails, piping, stairs, exterior of tankage, tank or equipment bridges, pumps, and similar items. System #2. 3. Clarifier mechanisms 181N below LL water line and below, centerwells, Floc wells, center mechanism, feedwells, drive cage, center peers, rake arms System #31. 4. Clarifier mechanisms, 18 IN below LL water line and up, centerwells, Floc wells, center mechanism, feedwells, drive cage, center peers, rake arms: System # 34. 5. Does not include items subject to contact with potable water. F. Galvanized Metals: 1. Field touch-up where top coat is required: SYSTEM #3. a. Prime paint only the damaged area. 2. Assembled galvanized steel items: SYSTEM #3.Field touch-up of galvanized surfaces not requiring a finish top coat: SYSTEM #9. a. Paint only damaged areas. G. Steel (hollow metal) doors and frames and window frames primed in the factory: SYSTEM #2. 1. Shall be in conformance with ANSI A250.10 H. Steel equipment with existing paint coating or factory-applied prime or fmish coating not complying with this Specification: SYSTEM #2. 1. Includes equipment specifically indicated in the Contract Documents to be painted. 2. Factory-applied coats to remain. I. Non-ferrous metals (except galvanized): SYSTEM #3. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 1 I 1. Includes copper, brass, aluminum and aluminum flashing specifically indicated on the Drawings to be painted. • J. Plastic Surfaces: 1. PVC, FRP, and CPVC surfaces: SYSTEM #3, where plastic surfaces are damaged. a. Includes tankage. K. Electrical Conduit: 1. Galvanized: None, except where exposed in finished areas use SYSTEM #3. 2. PVC coated: SYSTEM #3 where PVC surfaces are damaged. L. Pipe, Valves, and Fittings: 1. Pipe bollards: SYSTEM #2. 2. Steel, cast-iron, and uncoated ductile iron: SYSTEM #2. 3. Stainless: SYSTEM #3 when specifically noted to be painted. 4. Brass and bronze: SYSTEM #3. 5. PVC, FRP, and CPVC: SYSTEM #3. 6. Interior steel aeration piping and blower equipment: SYSTEM #8. 7. Copper pipe: System #3. M. Pipe and duct insulation when mounted on wall to be painted: SYSTEM #12. N. Aluminum buried in concrete and between dissimilar metals and dissimilar materials which are not below liquid level: SYSTEM #19. O. Aluminum colored pipe thread touch-up, and aluminum colored finish where top coat is not required: SYSTEM #21. 1. Not for coating aluminum material. P. Administration/Laboratory Building Surfaces other than concrete: 1. As scheduled on Drawings. • 2. Exterior HVAC exhaust stacks: System #3, color as selected by Engineer. 3.4 PREPARATION A. General: 1. Prepare surfaces to be painted in accordance with coating manufacturer's instructions and this Section unless noted otherwise in the Specification. 2. Remove all dust, grease, oil, compounds, dirt and other foreign matter which would prevent bonding of coating to surface. B. Protection: 1. Protect surrounding surfaces not to be coated. 2. Remove and protect hardware, accessories, plates, fixtures, finished work, and similar items; or provide ample in-place protection. C. Prepare and Paint Before Assembly: Where component is subject to corrosive or highly corrosive environment, prepare and paint, before assembly, all surfaces which may be subject to environment which are inaccessible after assembly. D. Wood: 1. Sandpaper smooth, then dust. 2. Seal all knots, pitch and resinous sapwood after priming coat has dried. 3. Putty nail holes and minor defects to match wood color. E. Ferrous Metal: 1. Prepare ductile iron pipe in accordance with pipe manufacturer's recommendations and AWWA. 2. Complete fabrication, welding or burning before beginning surface preparation. a. Chip or grind off flux, spatter, slag or other laminations left from welding. b. Remove mill scale. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 12 • c. Grind smooth rough welds and other sharp projections. 3. Solvent clean in accordance with SSPC SP-1 all surfaces scheduled to receive additional SSPC surface preparation. 4. Surfaces subject to corrosive or highly corrosive environment exterior surfaces and all surfaces subject to immersion service: a. Near-white blast clean in accordance with SSPC SP-5/NACE No. 1. 5. All interior: a. Minimum commercial blast clean in accordance with SSPC SP-6/NACE No. 3. 6. Surfaces subject to high temperatures. a. SSPC-SP10/NACE 2. b. Heat in excess of 200 DegF: SSPC SP-6/NACE No. 3. 7. Surfaces of steel joists and steel trusses: a. Commercial blast clean the major portion of the truss in accordance with SSPC SP- 6/NACE No. 3. b. Power tool or hand clean tight connection areas and other difficult to access areas in accordance with SSPC SP-2 or SP-3. 8. Steel surfaces scheduled to receive paint system No. 24: a. White metal blast in accordance with SSPC SP-5/NACE No. 1. 9. Restore surface of field welds and adjacent areas to original surface preparation. 10. All surfaces of steel lintels and steel components of concrete lintels used in wall construction shall be completely painted with both prime and fmish coats prior to placing in wall. F. Hollow Metal: 1. Solvent clean in accordance with SSPC SP-1. G. Galvanized Metal: 1. Solvent clean in accordance with SSPC SP-1 followed by abrasive brush blast in accordance • with SSPC SP-7/NACE No. 4 to provide 1 mil profile. H. Abrasive blast clean the following equipment or surfaces regardless of previous finish, if any. I. Concrete: 1. Cure for minimum of 28 days. 2. Verify that concrete surfaces have been cleaned and that voids have been filled in accordance with Section 03348. a. Concrete surfaces shall be cleaned in accordance with ASTM D4258. 3. Mechanically abrade concrete surfaces in accordance ASTM D4259 as recommended by coating manufacturer. 4. Abrasive blast concrete surfaces in accordance with SSPC SP-13/NACE No. 6 to provide profile recommended by coatings manufacturer. 5. Test pH of surface to be painted in accordance with ASTM D4262. a. If surface pH is not within coating manufacturer's required acceptable range, use methods acceptable to coating manufacturer as required to bring pH within acceptable range. b. Retest pH until acceptable results are obtained. 6. Verify that moisture content of surface to be painted is within coating manufacturer's recommended acceptable limits. a. Test moisture content of surface to be coated in accordance with ASTM D4263. b. After remedial measures have been taken to lower or raise moisture content, retest surface until acceptable results are obtained. J. Preparation by Abrasive Blasting: 1. All abrasive-blasted ferrous metal surfaces shall be inspected immediately prior to application of paint coatings. a. Inspection shall be performed to determine cleanliness and profile depth of blasted • surfaces and to certify that surface has been prepared in accordance with these Specifications. 00...60746 Bozeman WRF Phase 1 Improvements Project 7!22/2008 09905 - 13 2. Schedule the abrasive blasting operation so blasted surfaces will not be wet after blasting and before painting. 3. Perform additional blasting and cleaning as required to achieve surface preparation required. Prior to painting, reblast surfaces allowed to set overnight and surfaces that show rust bloom. a. Surfaces allowed to set overnight or surfaces which show rust bloom prior to painting shall be reinspected prior to paint application. 4. Profile depth of blasted surface: Not less than 1 mil or greater than 2 mils unless required otherwise by coating manufacturer. 5. Provide compressed air fore blasting that is free of water and oil. Provide accessible separators and traps. 6. Confine blast abrasives to area being blasted. a. Provide shields of polyethylene sheeting or other such barriers to confine blast material. b. Plug pipes, holes, or openings before blasting and keep plugged until blast operation is complete and residue is removed. 7. Protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from blasting. 8. Reblast surfaces not meeting requirements of these Specifications. 9. Abrasive blasting media may be recovered, cleaned and reused providing Contractor submits, for Engineer's review, a comprehensive recovery plan outlining all procedures and equipment.proposed in reclamation process. 10. Properly dispose of blasting material contaminated with debris from blasting operation not scheduled to be reused. K. All Plastic Surfaces and Non-Ferrous Surfaces except Galvanized Steel: 1. Sand using 80-100 grit sandpaper to scarify surfaces. 3.5 APPLICATION A. General: • 1. Thin, mix and apply coatings by brush, roller, or spray in accordance with manufacturer's installation instructions. a. Application equipment must be inspected and approved in writing by coating manufacturer. 2. Temperature and weather conditions: a. Do not paint surfaces when surface temperature is below 50 DegF unless product has been formulated specifically for low temperature application and application is approved in writing by Engineer and paint manufacturer's authorized representative. b. Avoid painting surfaces exposed to hot sun. c: Do not paint on damp surfaces. 3. Immediately after surface has been inspected, apply structural steel and miscellaneous steel and steel joist and steel truss prime coat in the factory. a. Finish coats shall be applied in the field. b. Prime coat referred to here is prime coat as indicated in this Specification. Structural steel and miscellaneous steel and steel joist and steel truss prime coating applied in factory (shop) as part of Fabricator's standard rust inhibiting and protection coating is not acceptable as replacement for specified prime coating. 4. Provide complete coverage to mil thickness specified. a. Thickness specified is dry mil thickness. b. All paint systems are "to cover." In situations of discrepancy between manufacturer's square footage coverage rates and mil thickness, mil thickness requirements govern. c. When color or undercoats show through, apply additional coats until paint film is of uniform finish and color. 5. If so directed by Engineer, do not apply consecutive coats until Engineer has had an opportunity to observe and approve previous coats. 6. Apply materials under adequate illumination. 7. Evenly spread to provide full, smooth coverage. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 14 • 8. Work each application of material into corners, crevices, joints, and other difficult to work areas. 9. Avoid degradation and contamination of blasted surfaces and avoid intercoat contamination. a. Clean contaminated surfaces before applying next coat. 10. Smooth outruns or sags immediately, or remove and recoat entire surface. 11. Allow preceding coats to dry before recoating. a. Recoat within time limits specified by coating manufacturer. b. If recoat time limits have expired reprepare surface in accordance with coating manufacturer's printed recommendations. 12. Allow coated surfaces to cure prior to allowing traffic or other work to proceed. 13. Coat all aluminum in contact with dissimilar materials. 14. When coating rough surfaces which cannot be backrolled sufficiently, hand brush coating to work into all recesses. 15. Backroll concrete surfaces with a roller if paint coatings are spray applied. B. Prime Coat Application: 1. Prime all surfaces indicated to be painted. Apply prime coat in accordance with coating manufacturer's written instructions and as written in this Section. 2. Ensure field-applied coatings are compatible with factory-applied coatings. a. Employ services of coating manufacturer's qualified technical representative. 1) Certify through material data sheets. 2) Perform test patch. b. If field-applied coating is found to be not compatible, require the coating manufacturer's technical representative to recommend, in writing, product to be used as barrier coat, thickness to be applied, surface preparation and method of application. c. At Contractor's option, coatings may be removed, surface reprepared, and new coating applied using appropriate paint system listed in paragraph 2.2 E. • 1) All damage to surface as result of coating removal shall be repaired to original condition or better by Contractor at no additional cost to Owner. 3. Prime ferrous metals embedded in concrete to minimum of 1 IN below exposed surfaces. 4. Back prime all wood scheduled to be painted, prior to installation. 5. After application of primer to gypsum board surfaces, inspect surface and repair in accordance with Section 09250. a. Re-prime repaired surfaces to uniform finish before application of finish coat(s). 6. Apply zinc-rich primers while under continuous agitation. 7. Ensure abrasive blasting operation does not result in embedment of abrasive particles in paint film. 8. Brush or spray bolts, welds, edges and difficult access areas with primer prior to primer application over entire surface. 9. Touch up damaged primer coats prior to applying finish coats. Restore primed surface equal to surface before damage. 10. Surface profile of concrete surfaces receiving Series 2.8 as a surfacer filler shall be no greater than '/z the mil thickness of the next coat. C. Finish Coat Application: 1. Apply finish coats in accordance with coating manufacturer's written instructions and in accordance with this Section. 2. Touch up damaged finish coats using same application method and same material specified for finish coat. Prepare damaged area in accordance with Article 3.4. 3.6 COLOR CODING A. Color and band piping in accordance with Article 3.9 of this Section. 1. Band piping using maximum of three different colors at 20 FT maximum centers. 2. Place bands: • a. Along continuous lines. b. At changes in direction. c. At changes of elevation. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - IS d. On both sides of an obstruction (e.g., wall, ceiling) that painted item passes through. 3. Band width for individual colors (pipe diameter measured to outside of insulation, if • applicable): a. Piping up to 8 IN DIA: 2 IN minimum. b. Piping greater than 8 IN up to 24 IN DIA: 4 IN minimum. a Piping greater than 24 IN up to 48 IN DIA: 6 IN minimum. d. Piping greater than 48'IN DIA: 8 IN minimum. 3.7 FIELD QUALITY CONTROL A. Maintain Daily Record: 1. Provide the following information for each coat of paint applied: a. Date, starting time, end time, and all breaks taken by painters. b. For exterior painting: 1) Sky condition. 2) Wind speed and direction. c. Air temperature. d. Relative humidity. e. Moisture content of substrate prior to each coat. f. Provisions utilized to maintain work area within manufacturer's recommended application parameters. g. Surface temperature of substrate to which paint is being applied. 2. Format for daily record to be computer generated or use attached Form 09905A. B. Measure wet coating with wet film thickness gages. C. Measure coating dry film thickness in accordance with SSPC PA-2 using Mikrotest gage calibrated against NBS "Certified Coating Thickness Calibration Standards." 1. Engineer may measure coating thickness at any time during project to assure conformance with Specifications. • D. Measure surface temperature of items to be painted with surface temperature gage specifically designed for such. E. Measure substrate humidity with humidity gage specifically designed for such. F. Provide wet paint signs. G. Provide discontinuity testing of all wetted surfaces of all channels and tankage, in accordance with NACE requirements: 1. Repair all "Holidays" using same material as original coating being tested within recommended recoat time. 2. Retest and recoat as required until area passes test criterion. 3. Contractor is responsible for all Holiday testing and shall provide at least 48 hours notice for witness of the testing. H. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in good working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approve of the Engineer. 3.8 CLEANING A. Clean paint spattered surfaces. Use care not to damage fmished surfaces. B. Upon completion of painting, replace hardware, accessories, plates, fixtures, and similar items. C. Remove surplus materials, scaffolding, and debris. Leave areas broom clean. • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22!2008 09905 - 16 • 3.9 SCHEDULE A. Pipe Bollards: 35GR-Black with 02SF-Safety Yellow stripping diagonally 4 IN wide and 8 IN on center. B. Piping and Pipe Banding Color Schedule (Colors based on Tnemec): 1. Match existing piping and banding colors. Wastewater Treatment Plant Piping Color Schedule. WASTEWATER TREATMENT PLANT PIPING COLOR SCHEDULE PIPE PIPE DESCRII'TION PIPE BANDS* COLOR DESIGNATION COLOR* OF LETTERS* AR ANAEROBIC RECYCLE Brown ARP AIR RELEASE PIPELINE Green AW ACID WASTE Yellow BD BASIN DRAIN Gray BDD BASIN DRAIN DISCHARGE Gray BLD BUILDING DRAIN CLS CHLORINE SOLUTION Orange CW COLD WATER, CITY WATER Light Blue None Black • D DRAIN DEW DEWATERING/DEWATERING Brown None White WASTE DFM DRAINAGE FORCE MAIN Gray DFSD DIGESTER FOAM SUPPRESSION Brown DRAIN DG DIGESTER GAS Red 1-Black Black DIGESTER GAS DRIP TRAP Red 2-Black Black DLC DIGESTER LEVEL CONTROL Brown None Black DLW DILUTION WATER Light Blue DOF DIGESTER OVERFLOW Brown 4-Black Black DS DEWATERED SLUDGE Brown DS DEWATERED SUCTION Gray DSL DIGESTED SLUDGE Brown DW DISTILLED WATER Light BIue EW ELUTRiATION WATER Brown FER FERROUS CHLORIDE Orange • FOR FUEL OIL RETURN Red 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 09905 - 17 PIPE PIPE DESCRIPTION PIPE BANDS* COLOR DESIGNATION COLOR* OF • LETTERS* FOS FUEL OIL SUPPLY Red FPS FERMENTED PRIMARY SLUDGE Brown FPW FIRE PROTECTION WATER Red FSN FERMENTER SUPERNATANT Brown FST FLOTATION SLUDGE TRANSFER Brown GRT GRIT H HYOCHLORITE (NEAT) Orange HCLS HYPOCHLORITE (NEAT) Orange HPA HIGH PRESSURE AIR Orange HPNPW HIGH PRESSURE NPW Gray HW HOT WATER Federal Safety None White Blue HWR HOT WATER RETURN Light Blue I-Red Black HWS HOT WATER SUPPLY Light Blue 2-Red Black IRR IRRIGATION Gray LPA LOW PRESSURE AIR Green • ME METHANOL Red ML MIXED LIQUOR Brown MLR MIXED LIQUOR RECYCLE Brown NG NATURAL GAS Red 1-White White NPW NONPOTABLE WATER Light Blue 1-White White PDS PRIMARY DIGESTED SLUDGE Brown 3-Black Black PI PLANT INFLUENT Light Brown PLE PLANT EFFLUENT Light Tan POL POLYMER White PSC PRIMARY SCUM Light Brown PSD PRIMARY DISGESTED SLUDGE Brown 1-Black Black PSL PRIMARY SLUDGE Brown RAS RETURN ACTIVATED SLUDGE Brown _ _ ROOF DRAIN .Black None None RE REUSE EFFLUENT Light Tan • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 09905 - 18 PIPE PIPE DESCRIPTION PIPE BANDS* COLOR • DESIGNATION COLOR* OF LETTERS* RS RAW SEWAGE Light Brown SAM SAMPLE Gray SE SECONDARY EFFLUENT Brown SPP SCREW PRESS PRESSATE Brown SPR SCREW PRESS RETURN Brown SPTWAS SCREW PRESS THICKENED Brown WASTE ACTIVATED SLUDGE SSD SECONDARY SLUDGE Brown 2-Black Black SSM SECONDARY SCUM Brown SST SETTLED SLUDGE TRANSFER Brown ST SUPERNATANT Light Brown ST SW SEAL WATER Light Blue TDS THICKENED DIGESTED SLUDGE Brown TMW THICKENER MAKEUP WATER Gray TOF THICKENER OVERFLOW Brown • TPS THICKENED PRIMARY SLUDGE B rown TSN THICKENER SUPERNATANT Light Brown TWAS THICKENED WASTE ACTIVATED Brown SLUDGE V VENT Gray VAC VACUUM Orange WAS WASTE ACTIVATED SLUDGE Brown WFS WASTE FERMENTER SLUDGE Brown WG WASTE GAS Red * Match color(s) of existing piping where appropriate. END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements Project 7/22/2008 09905 - 29 • • • DIVISION 10 SPECIALTIES • • • SECTION 10100 LIQUID CHALKBOARD AND TACKBOARDS (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Liquid marker lecture unit (LMLU). B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A424, Standard Specification for Steel, Sheet, for Porcelain Enameling. b. B209, Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. B. Furnish all liquid chalkboards and tackboards by one manufacturer. 1.3 SUBMITTALS A. Shop Drawings: 1: See Section 01340 for requirements for the mechanics and administration of the submittal • .process. 2. Product technical data including: a. Acknowledgementthat products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Liquid chalkboards and tackboards: a. Polyvision. b. Claridge Products and Equipment Company. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Provide factory built units. B. Units similar to Claridge #LCS. C. Liquid Marker Lecture Unit (LMLU): 1. Liquid chalk system. a. White porcelain enamel writing surface. 2. Double door unit. a. Natural Cork bulletin board on back side of each door. 3. Completely assembled unit with following accessories: • a. Concealed hangers/fasteners. b. Sketching pad. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 10100 - 1 c. Display rail and spring clip hooks. • d. Minimum eight liquid markers (two each of red, green, blue, and black) and one eraser. e. Continuous piano hinge. f. Self-latching doors. g. Finish: Oak with medium lacquer. h. Size: 48 x 31 IN. 4. Unit shall be similar to Claridge #LCS. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide additional backing as indicated or necessary to properly stiffen and support boards. C. Center on south wall of Conference/Training Room, 1311. 1. Mount bottom of unit at 3 FT - 4 IN above fmish floor. D. Install with concealed hangers, plumb and level. E. Coordinate job-assembled units with grounds, trim, and accessories. Join all parts with neat, precision fit. END OF SECTION • 00...60746 Bozeman WRF Phase I Improvements Project 7/11/2008 10100 - 2 • SECTION 10162 METAL TOILET PARTITIONS PART 1 - GENERAL 1.1 SUMMARY. A. Section Includes: 1. Metal toilet partitions. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 09110 -Non-Load-Bearing Wall Framing Systems. 4. Section 10800 -Toilet and Bath Accessories. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A385, Standard Practice for Providing High-Quality Zinc Coatings (Hot-Dip). b. A480, Standard Specification for General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip. c. A568, Standard Specification for Steel, Sheet, Carbon, and High-Strength, Low Alloy, Hot Rolled and Cold Rolled. d. D2092, Standard Guide for Preparation ofZinc-Coated (Galvanized) Steel Surfaces for • Painting. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's anchorage device and structural backing recommendations. d. Color chart including all colors available from the manufacturer for color selection by Engineer. B. Samples: Provide three (3) each actual metal samples of selected color for Engineer's final approval. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Toilet partitions: a. Accurate Partitions Corp. b. American Sanitary Partition Corp. c. Bradley. d. General Partition. e. Global Steel Products Co. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 10162 - 1 f. Knickerbocker. g. Metpar. h. Sanymetal Products Co. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Toilet Partition Panels, Pilasters and Doors: 1. 316 stainless steel. 2. Panel core material: Vermin and moisture resistant, sound-deadened, double-faced honeycomb, impregnated kraft paper. 2.3 COMPONENTS A. Pilaster Shoes: 1. Type 302/304 stainless steel, ASTM A480. 2. 20 GA, 3 IN high. B. Stirrup Brackets: 1. Manufacturer's standard design for attaching panels to walls and pilasters. 2. Chromium plated brass or Type 302 stainless steel, ASTM A480. C. Latch and Strike-Keeper: 1. Chromium plated brass or stainless steel slide latch. 2. Conceal in door or surface mounted. 3. Wrap-around type strike-keeper designed to properly receive and hold latch. • D. Anchorages and Fasteners: 1. Exposed fasteners: Manufacturer's standard, stainless steel, finish to match hardware. 2. Concealed anchors: Galvanized steel, hot-dip coated after fabrication complying with • ASTM A385. 2.4 ACCESSORIES A. Bumper-Coat Hook: Rubber-tipped combination bumper and coat hook for each compartment. B. Paper Holders: As specified in Section 10800. 2.5 FABRICATION A. Toilet Partitions: 1. Provide formed metal type, floor-supported floor-braced, complete with all accessories. B. General: 1. Preassemble units in shop to greatest extent possible to minimize field cutting and assembly of units. 2. Pressure laminate face sheets to core material. a. Seal all edges with continuous locking strip. b. Miter, weld and grind smooth all comers, or cap with manufacturer's standard stainless steel edge and corner fittings. 3. Provide concealed reinforcement for installation of hardware, fittings, brackets, and required accessories. 4. Reinforce for attachment of grab bars as required. 5. Finishing: a. After fabrication, prepare and clean steel surfaces to remove processing compounds and other contaminants, ASTM D2092. b. Pretreat with a phosphate coating. c. Apply baked-on rust-inhibiting primer. d. Apply two (2) fmish coats of thermosetting acrylic enamel, applied and baked in • accordance with paint manufacturer's instructions to provide minimum 1.5 mil dry film thickness. 00...60746 Bozeman WRF Phase 1 hnprovements Project 7/11/2008 10162 - 2 C. Toilet Partition Panels, Pilasters and Doors: 1. Steel sheet formed over core material • . 2. Fabricate using the following minimum thicknesses: a. Toilet compartment doors: 22 GA. b. Compartment door moldings: 20 GA. c. Compartment partitions and moldings: 20 GA. d. Urinal partitions and moldings: 20 GA. e. Concealed reinforcing for anchors: 12 GA. f. Pilasters: 18 GA. g. Pilaster interlocking moldings: 18 GA. h. Divider or entrance screens: 16 GA. i. Screen interlocking moldings: 18 GA. D. Handicapped Stalls: 1. Swing-out doors minimum 34 IN wide for front approach. 2. Pull handle inside and out. 3, Stall size and configuration as shown on the Drawings. ' E. Doors: 1. 1 IN thick. 2. For 32 IN or wider stalls (except handicapped): 26 IN wide, minimum. 3. For stalls less than 32 IN wide: 24 IN wide, minimum. F. Floor-Braced Pilasters: 1. Minimum 1-1/4 IN thick. 2. Galvanized steel anchorage devices. 3. Complete with threaded rods, lock washers, leveling adjustment nuts and shoes. G. Wall-Hung Screens: 1. Minimum 1 IN thick. • 2. Size: 18 x 42 IN. 3. Same construction and finish as toilet compartments. 4. Provide brackets for securing to walls. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install in a rigid, straight, plumb, and level and secure manner with layout as indicated on Drawings. C. Clearances: 1. Between pilasters and panels: 1/2 IN maximum. 2. Between panels and walls: 1 IN maximum. D. Secure to walls with stirrup brackets near top and bottom of panel. 1. Locate brackets so holes occur in masonry or the joints. 2. Use manufacturer's recommended anchoring devices. E. Floor Supported-Floor Braced Partitions: 1. Secure pilasters to floor with manufacturer's recommended anchorage devices. 2. Set tops of closed doors level with tops of pilasters. 3. Set anchors with minimum 2 IN penetration into concrete substrate. F. Wall-Mounted Screens: 1. Attach with concealed anchoring devices. 2. Verify that adequate structural backing has been provided in wall as recommended by manufacturer to suit wall construction. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11!2008 10162 - 3 a. See Section 09110. 3. Mount screens with top of screen at 60 IN above floor. • 3.2 ADJUSTMENT A. Adjust and lubricate hardware for proper operation after installation. 1. Set hinges on in-swing doors to hold unlatched doors open approximately 30 degrees. 2. Set hinges on out-swing doors to return to fully closed position. B. Repair all scratches in finish with material provided by and using application methods recommended by partition manufacturers. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/11/2008 10162 - 4 SECTION 10200 LOUVERS AND VENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Louvers and vents. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2.. Division 1 -General Requirements. 3. Section 07600 -Flashing and Sheet Metal. 4. Section 07900 -Joint Sealants. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Architectural Manufacturers Association (AAMA): a. 2605, Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels. 2. Air Movement and Control Association (AMCA). 3. ASTM International (ASTM): a. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. • 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Drawing showing location of each louver or vent, indicating size and arrangement of blank- . off plates if required. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Color chart showing manufacturer's full line of colors including exotic and special colors for color selection by Engineer. B. Warranty: 1. PVDF "KYNAR" coatings shall be provided with manufacturer's standard 10 year warranty against color fade, chalking and film integrity. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Louvers: a. Airolite Co. b. Construction Specialties, Inc. c. Ruskin Manufacturing. d. Industrial Louvers, Inc. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 10200 - i e. American Warming. f. Krueger. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Louvers: 1. 6 IN deep. 2. Stormproof, 37 '/z degree blade on 4 'h IN centers. 3. Continuous blade appearance. 4. ASTM B221 extruded aluminum, alloy 6063T5, minimum 0.081 1N thick. 5. Extended sill. 6. Extruded vinyl blade edge seals. 7. Compressible aluminum jamb seals. 8. AMCA certified. 9. Similar to Ruskin "ELC 6375", or equal. 10. Insect screen: a. 18-16 mesh aluminum. b. Install in standard aluminum folded frame. B. Duct (drum) louvers: 1. Similar to Krueger DMD, or equal. 2. Include damper/extractor when indicated on schedule. C. Anchors, Fasteners, Reinforcing: Aluminum or stainless steel. D. Finish: 1. Meet requirements of AAMA 2605. 2. PVDF coating with minimum 70 percent resin content. 3. Color: To be selected by Engineer. • E. Size: Refer to Schedule for louver size, and refer to Architectural Drawings for louver shapes. F. Schedule: Location Name Equipment Width/Height CFM Pressure MOD BDD Type No. Loss (IN) (IN x IN) Headworks Make Up Air 101-LVR-O1 18 x 18 560 0.05 Y - C Headworks Supply 101-LVR-02 6 x 12 280 0.05 - - DE Headworks Exhaust 101-LVR-03 6 x 18 440 0.05 - - D Primary Effluent Pump 204-LVR-O1 32 x 24 2,000 0.05 Y - C Station Supply Primary Effluent Pump 204-LVR-02 32 x 24 2,000 0.05 Y - C Station Exhaust RAS No. 1 300-LVR-O1 8 x 8 200 0.15 - - F RAS/WAS No. 2 (Relocate 601-LVR-O1 48 x 48 4,000 0.05 - - F existing louver as shown on Drawings.) RAS/WAS No. 2 601-LVR-02 8 x 8 200 0.15 - - F UFAT Make Up Air 203-LVR-O1 72 x 28 4,700 0.1 - - W UFAT Supply 203-LVR-02 6 x 12 280 0.05 - - DE Gas Room Supply 1200-LVR-01 40 x 40 2,240 0.05 Y - C • 00...60746 Bozeman WRF Phase I Improvements Project 7/17/2008 10200 - 2 • Gas Room Exhaust 1200-LVR-02 40 x 40 2,240 0.15 Y - C Pump Room Supply 1200-LVR-03 48 x 48 3,800 0.05 Y - C Pump Room Exhaust 1200-LVR-04 48 x 48 8,400 0.15 Y - C Ground Floor Supply 1200-LVR-OS 64 x 64 6,600 0.05 Y - C Ground Floor Exhaust 1200-LVR-06 48 x 48 6,600 0.15 Y - C Dewatering Room Supply 1200-LVR-07 80 x 80 14,700 0.05 Y - C Turret Supply 1200-LVR-08 24 x 24 880 0.05 Y - C Turret Exhaust 1200-LVR-09 16 x 16 880 0.15 Y - C North Truck Bay Exhaust 1200-LVR-10 80 x 72 15,000 0.05 Y - C South Truck Bay Exhaust 1200-LVR-11 80 x 72 14,700 0.05 Y - C Admin/Lab Intake L-1301 72 x 88 10,130 0.15 Y - C (72 x 48 Free Area) MOD -Motor Operated Damper. BDD -Backdraft Damper. C -Combination. D-Duct (or drum) louver. DE -Duct (or drum) lover w ith damper/extractor. W -Wind Driven. F -Fixed. • Y -Yes. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install anchoring and bracing accessories as required. C. Seal around perimeter on exterior and interior. 1. See Section 07900. D. Insta110.040 IN aluminum flashing at sill to match louver. 1. See Section 07600. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/17/2008 10200 - 3 C • • • SECTION 10270 ACCESS FLOORING (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Access flooring (computer flooring). B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A53, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless. b. A123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. c. E84, Standard Test Methods for Surface Burning Characteristics of Building Materials. 2. American Welding Society (AWS}. 3. National Electrical Manufacturers Association (NEMA). 4. Building code: • a. International Code Council (ICC): 1) International Building Code and associated standards, 2006 Edition including all amendments, referred to herein as Building Code. b. Install seismic bracing accessories as required Building Code. B. Qualifications: 1. Installer licensed or approved in writing by Manufacturer. 2. Installer to have minimum five (5) years experience installing access flooring systems similar to system specified. 3. Installer shall have successfully completed installation of three (3) access flooring system projects similar to system specified within the last two (2) years. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings and details: a. Submit drawings for all fabrications and assemblies. 1) Include erection drawings, plans, sections, details and connections. b. Identify materials of construction, shop coatings and third party coatings and • accessories. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10270 - 1 b. Manufacturer's installation instructions. c. Scaled plan showing area to receive access flooring. • 1) Indicate all stairs, ramps, guardrails, handrails, stair rails, floor loading, panel locations, pedestal locations, special edge conditions, accessories, details, deflection criteria, mechanical and electrical penetrations and device locations. a) Plan scale: 1/8 IN = 1 FT. b) Detail scale: 1-1/2 IN = 1 FT. d. Provide manufacturer's standard load tables for flooring panels and supporting structure. e. Provide manufacturer's standard allowable load tables for the following: 1) Grating and checkerplate. 2) Adhesive. 3) Adhesive anchor bolts. 4. Certification of installer qualifications. a. Certification of welders and welding process. b. Indicate compliance with AWS. PART 2 - PRODUCTS 2.1 ACCEPTABLE" MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Access flooring: a. ASM Modular Systems, Inc. b. Tate Architectural Products, Inc. c. Computer Environments, Inc. B. Submit request for substitution in accordance with Specification Section 01640. • 2.2 MATERIALS A. Pedestals: Steel, ASTM A53, galvanized G60, ASTM A123. B. Stringers: Steel, ASTM A53, galvanized G60, ASTM A123. C. Floor Panels: High density particle board. 2.3 ACCESSORIES . A. Provide all miscellaneous accessories as required for a complete system. 1. Miscellaneous accessories shall be by floor system manufacturers. 2. "After market" accessories are not acceptable unless not available through floor manufacturers. 2.4 FABRICATION A. General: 1. All exposed steel shall be galvanized with minimum G60 coating. 2. Steel floor panels shall have manufacturer's standard corrosion-resistant conductive paint finish. a. Panel finish must be compatible with adhesives typically used for installing floor covering. 3. System shall be capable of supporting a concentrated load of 1250 LBS applied anywhere on the panel with a maximum deflection of 0.080 IN and a permanent set not to exceed 0.010 IN. a. Concentrated load minimum safety factor of two (2). 4. System shall be capable of sustaining a rolling load of 500 LBS with a maximum permanent • set of 0.020 IN after 10,000 passes. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14!2008 10270 - 2 • 5. System shall be capable of supporting a uniform load of 300 LBS/SF with a maximum deflection of 0.048 IN and a permanent set of 0.010 IN maximum. B. Floor Panels: 1. Nomina124 x 241N. 2. Squareness tolerance of +0.015 IN, measured on diagonal on top of panel. 3. Flatness tolerance of +0.015 IN, measured on diagonal on top of panel. 4. Tolerances apply before edging is applied. 5. Protect all steel components by chemically cleaning, bonderizing, and application of baked enamel finish, both inside and out. 6. All Steel: a. Galvanized steel top sheet welded to a formed and galvanized bottom pan. b. Weight: 22 LB/SQ FT minimum. c. Flame Spread Rating: Class A. d. Base Product: "All Steel AS 1250" by Tate Access Floor. C. High Pressure Laminate (HPL): 1. Melamine phenolic laminate manufactured specifically for computer room floors. 2. Size: 24 x 24 IN. 3. Thickness: l/8 IN. 4. Flame Spread per ASTM-E84: Less than 25. S. Smoke Developed per ASTM-E84: Less than 450. 6. Install in one piece for panel face without joints. 7. Finish tops of floor panels with floor covering materials, laid flush to each panel edge, bonded to bearing surface. 8. Colors and patterns as.indicated or selected by Engineer from access flooring manufacturer's standard colors and patterns. • D. Pedestals: 1. Welded steel construction. 2. Galvanized per ASTM A53 G60 coating. 3. Capable of supporting minimum 5000 LB load without permanent deformation. 4. Minimum 2 IN vertical adjustment by means of threaded minimum 5/8 IN DIA column with leveling nut and metal locking collar. 5. Pedestal base: a. Minimum 4 x 4 x 1/8 IN. 6. Height as required for finished floor height of 12 IN. E. System shall have a resistance between 5.0 x 10(5) and 2.0 x 10(10) ohms. 1. Measured from the floor covering to the pedestal. 2. Panel-to-understructure (metal-to-metal) contacts shall have no more than 10 ohms resistance. a. Grounding clips shall be attached to stringers to provide less than 10 ohms resistance PART 3 - EXECUTION 3.1 PREPARATION A. Field verify dimensions and all door opening locations. B. Subfloor shall cure minimum of 28 days prior to installation of access flooring. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install floor system under supervision of manufacturer or authorized representative, rigid, free of vibration, rocking, rattles, squeaks, and other objectionable defects. 1. Set pedestals in adhesive. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14!2008 10270 - 3 C. Layout floor panels to minimize number of cut panels at floor perimeter. 1. Scribe panel assemblies at perimeter to provide fit with no voids greater than 1/8 IN where • panels abut vertical surfaces. 2. Caulk voids and perimeter if floor is a plenum. D. Make cutouts required in floor panels. 1. Trim with rubber or plastic edging and provide foam rubber pad for sealing and protection of cables. 2. Verify locations, numbers and sizes. 3. Provide additional support where required if cutouts lessen panel effective strength. E. Locate each pedestal and complete any necessary subfloor preparation. F. Provide positive electrical grounding of entire system. G. Edge cut panels with manufacturer's standard trim to fit panels to perimeter or obstructions. END OF SECTION • LJ 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10270 - 4 • SECTION 10400 IDENTIFICATION DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Tag, tape and stenciling systems for equipment, piping, valves, pumps, ductwork and similar items, and hazard and safety signs. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. A 13.1, Scheme for the Identification of Piping Systems. 2. Instrumentation, Systems, and Automation Society (ISA). 3. National Electrical Manufacturers Association/American National Standards Institute (NEMA/ANSI): a. 2535.1, Safety Color Code. b. 2535.2, Environmental and Facility Safety Signs. c. 2535.3, Criteria for Safety Symbols. • d. 2535.4, Product Safety Signs and Labels. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 5. Occupational Safety and Health Administration (OSHA): a. 1910.145, Specification for Accident Prevention Signs and Tags. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Catalog information for all identification systems. b. Acknowledgement that products submitted meet requirements of standards referenced. 3. Identification register, listing all items in Part 3 to be identified, type of identification system to be used, lettering, location and color. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. W.H. Brady Co. 2. Panduit. 3. Seton. 4. National Band and Tag Co. • 5. Carlton Industries, Inc. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10400 - 1 B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS • A. Type Al -Round Metal Tags: 1. Materials: Aluminum or stainless steel. Stainless steel shall be used in corrosive environments. 2. Size: a. Diameter: 1-1/2 IN minimum. b. Thickness: 0.035 IN (20 gage) minimum. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend stamped and filled with black coloring. 4. Color: Natural. B. Type A2 -Rectangle Metal Tags: 1. Materials: Stainless steel. 2. Size: a. 3-1/2 IN x l-1/2 IN minimum. b. Thickness: 0.036 IN (20 gage) minimum. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend stamped and filled with black coloring. 4. Color: Natural. C. Type A3 -Metal Tape Tags: 1. Materials: Aluminum or stainless steel. 2. Size: a. Width 1/2 IN minimum. b. Length as required by text. • 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend Embossed. 4. Color: Natural. D. Type B1-Square Non-Metallic Tags: 1. Materials: Fiberglass reinforced plastic. 2. Size: a. Surface: 2 x 2 IN minimum. b. Thickness: 100 mils. 3. Fabrication: a. 3/16 IN mounting hole with metal eyelet. b. Legend preprinted and permanently embedded and fade resistant. 4. Color: a. Background: Manufacturer standard or as specified. b. Lettering: Black. E. Type B2 -Non-Metallic Signs: 1. Materials: Fiberglass reinforced or durable plastic. 2. Size: a. Surface: As required by text. b. Thickness: 60 mils minimum. 3. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. c. Legend: Preprinted, permanently embedded and fade resistant fora 10 year minimum outdoor durability. 4. Color: • a. Background: Manufacturer standard or as specified. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10400 - 2 b. Lettering: Black. • 5. Standards for OSHA signs: NEMA/ANSI 2535.1, NEMA/ANSI 2535.2, NEMA/ANSI 2535.3, NEMA/ANSI 2535.4, OSHA 1910.145. F. Type C -Phenolic Name Plates: 1. Materials: Phenolic. 2. Size: a. Surface: As required by text. b. Thickness: 1/16 IN. 3. Fabrication: a. Two layers laminated. b. Legend engraved through top lamination into bottom lamination. c. Two drilled side holes, for screw mounting. 4. Color: Black top surface, white core, unless otherwise indicated. G. Type D -Self-Adhesive Tape Tags and Signs: 1. Materials: Vinyl tape or vinyl cloth. 2. Size: a. Surface: As required by text. b. Thickness: 5 mils minimum. 3. Fabrication: a. Indoor/Outdoor grade. b. Weather and UV resistant inks. c. Permanent adhesive. d. Preprinted legend. e. Wire markers to be self-laminating. 4. Color: White with black lettering or as specified. 5. Standards for OSHA signs: NEMA/ANSI 2535.1, NEMA/ANSI 2535.2 NEMA/ANSI • , 2535.3, NEMA/ANSI 2535.4, OSHA 1910.145. H. Type E -Heat Shrinkable Tape Tags: 1. Materials: Polyolefin. 2. Size: As required by text. 3. Fabrication: Legend preprinted. 4. Color: White background, black printing. I. Type F -Underground Warning Tape: 1. Materials: Polyethylene. 2. Size: a. 6 IN wide (minimum}. b. Thickness: 3.5 mils. 3. Fabrication: a. Legend: Preprinted and permanently imbedded. b. Message continuous printed. c. Tensile strength: 1750 psi. 4. Color: As specified. Type G -Stenciling System: 1. Materials: a. Exterior type stenciling enamel. b. Either brushing grade or pressurized spray can form and grade. 2. Size: As required. 3. Fabrication: Legend as required. 4. Color: Black or white for best contrast. 2.3 ACCESSORIES • A. Fasteners: 1. Bead chain: #6 brass, aluminum or stainless steel. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10400 - 3 2. Plastic strap: Nylon, urethane or polypropylene. 3. Screws: Self-tapping, stainless steel. • 4. Adhesive, solvent activated. 2.4 MAINTENANCE MATERIALS A. Where stenciled markers are provided, clean and retain stencils after completion and include in extra stock, along with required stock of paints and applicators. PART 3 - EXECUTION 3.1 GENERAL INSTALLATION A. Install identification devices at specified locations. B. All identification devices to be printed by mechanical process, hand printing is not acceptable. C. Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag. D. Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces. Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap. E. Single items of equipment enclosed in a housing or compartment to be tagged on outside of housing. Several items of equipment mounted in housing to be individually tagged inside the compartment. 3.2 SCHEDULES A. Process Systems: • 1. General: a. Provide arrows and markers on piping. l) At 20 FT maximum centers along continuous lines. 2) At changes in direction (route) or obstructions. 3) At valves, risers, "T" joints, machinery or equipment. 4) Where pipes pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides. b. Position markers on both sides of pipe with arrow markers pointing in flow direction. If flow is in both directions use double headed arrow markers. c. Apply tapes and stenciling in uniform manner parallel to piping. 2. Trenches with piping: a. Tag type: Type F -Underground Warning Tape b. Location: Halfway between top of piping and finished grade. c. Letter height: 1-1/4 IN minimum. d. Natural gas or digester gas: 1) Color: Yellow with black letters. 2) Legend: a) First line: "CAUTION CAUTION CAUTION" b) Second line: "BURIED GAS LINE BELOW' e. Potable Water: 1) Color: Blue with black letters. 2) Legend: a) First line: "CAUTION CAUTION CAUTION" b) Second line: "BURIED WATER LINE BELOW" f. Storm and sanitary sewer lines: 1) Color: Green with black letters. 2) Legend: • a) First line: "CAUTION CAUTION CAUTION" 00...60746 Bozeman WRF Phase I Improvements Project 7/14/2008 10400 - 4 b) Second line: "BURIED SEWER LINE BELOW' • g. (Nonpotable) water piping, except 3 IN and smaller irrigation pipe: 1) Color: Green with black letters. 2) Legend: a) First line: "CAUTION CAUTION CAUTION" b) Second line: "BURIED NONPOTABLE WATER LINE BELOW" h. Chemical feed piping (e.g., ferric solution, polymer solution, etc.): 1) Color: Yellow with black letters. 2) Legend: a) First line: "CAUTION CAUTION CAUTION" b) Second line: "BURIED CHEMICAL LINE BELOW' i. Other piping (e.g., compressed air, irrigation, refrigerant, heating water, etc.): 1) Color: Yellow with black letters. 2) Legend: a) First line: "CAUTION CAUTION CAUTION" b) Second line: "BURIED PIPE LINE BELOW" 3. Yard valves, buried, with valve box and concrete pad: a. Tag type: Type A2 -Rectangle Metal Tags. b. Fastener: 3/16 IN x 7/8 IN plastic screw anchor with 1 IN #6 stainless steel pan head screw. c. Legend: 1) Letter height: 1/4INminimum. 2) Valve designation as indicated on the Drawings. 4. Valves and slide gates: a. Tag type: 1) Outdoor locations: Type B 1 -Square Non-Metallic Tags. 2) Indoor non-corrosive: • a) Type A 1 -Round Metal Tags. b) Type B 1 -Square Non-Metallic Tags. 3} Indoor corrosive: a) Stainless steel Type A 1 -Round Metal Tags. b) Type B 1 -Square Non-Metallic Tags. b. Fastener: 1) Type A 1: Chain of the same material. 2) Type B 1: Stainless steel chain. c. Color: Per ASME A 13.1 corresponding to the piping system. d. Legend: 1) Letter height: 1/4INminimum. 2) Valve designation as indicated on the Drawings (e.g., "V-xxx"). 5. Process equipment (e.g., pumps, pump motors, blowers, air compressors, bar screens, clarifier drive mechanism, etc.): a. Tag type: 1) Type B2 -Non-Metallic Signs. 2) Type D -Self-Adhesive Tape Tags and Signs. 3) Type G -Stenciling System. b. Fastener: 1) Self. 2) Screws. 3) Adhesive. c. Legend: 1) Letter height: 1/2 IN minimum. 2) Equipment designation as indicated on the Drawings. 6. Piping systems: • a. Tag type: 1) Outdoor locations: Type G -Stenciling System. 2) Indoor locations: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10400 - 5 a) Type D -Self-Adhesive Tape Tags and Signs. b) Type G -Stenciling System. • b. Fastener: Self. c. Color: Per ASME A13.1. d. Legend: 1) Letter height: Manufacturers standard for the pipe diameter. 2) Mark piping in accordance with ASME A13.1. 3) Use piping designation as indicated on the Drawings. 4) Arrow: Single arrow. 7. Process tanks (over 1000 gallons) and basins, (e.g., chemical storage, etc): a. Tag type: 1) Type B2 -Non-Metallic Signs. 2) Type G -Stenciling System. b. Fastener: 1) Screw. 2) Self. c. Location as directed by Owner. d. Legend: 1) Letter height: 4 IN minimum. 2) Equipment designation as indicated on the Drawings. 8. Tanks (less than 1000 gallons) (e.g., break tanks, chemical tanks, hydro-pneumatic tanks, air receivers, etc.): a. Tag type: 1) Type D -Self-Adhesive Tape Tags and Signs. 2) Type G -Stenciling System. b. Fastener: Self. c. Legend: 1) Letter height: 2 IN minimum. 2) Equipment designation as indicated on the Drawings • 9. Equipment that starts automatically: a. Tag type: 1) Type B2 -Non-Metallic Signs. 2) Type D -Self-Adhesive Tape Tags and Signs. b. Fastener: 1) Type B2 -Screw or adhesive. 2) Type D -Self. c. Size: 5 IN x 7 IN d. Location: Inscription and location as identified by the Engineer. e. Legend: 1) OSHA Warning Sign. 2) Description of Warning: "THIS MACHINE STARTS AUTOMATICALLY". B. Instrumentation Systems: 1. Instrumentation Equipment (e.g., flow control valves, primary elements, etc.): a. Tag type: 1) Outdoor locations: Type B1 -Square Non-Metallic Tags. 2) Indoor non-corrosive: a) Type Al -Round Metal Tags. b) Type B 1 -Square Non-Metallic Tags. 3) Indoor corrosive: a) Stainless steel Type Al -Round Metal Tags. b) Type B 1 -Square Non-Metallic Tags. b. Fastener: 1) Type A1: Chain of the same material. 2) Type B 1: Stainless steel chain. c. Legend: • 00...60746 Bozeman WRF Phase I Improvements Project 7!14/2008 10400 - 6 • 1) Letter height: 1/4 IN minimum. 2) Equipment ISA designation as indicated on the Drawings. 2. Enclosure for instrumentation and control equipment, (e.g., PLC control panels, etc.): a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/2 IN minimum. 2) Equipment name. 3. Components inside equipment enclosure, (e.g., PLC's, control relays, contactors, and timers): a. Tag type: Type D -Self-Adhesive Tape Tags. b. Fastener: Self. c. Legend: 1) Letter height: 3/16 IN minimum. 2) Description or function of component (e.g., PLC CONTROL PANEL 101-PNL- XXX). 4. Through enclosure door mounted components (e.g., selector switches, controller digital displays, etc.): a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/4 IN minimum. 2) Component ISA tag number as indicated on the Drawings. C. HVAC Systems: 1. General: a. Provide arrows and markers on ducts. 1) At 20 FT maximum centers along continuous lines. • 2) At changes in direction (route) or obstructions. 3) At dampers, risers, branches, machinery or equipment. 4) Where ducts pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides. b. Position markers on both sides of duct with arrow markers pointing in flow direction. If flow is in both directions use double headed arrow markers. c. Apply tapes and stenciling in uniform manner parallel to ducts. 2. HVAC Equipment (e.g., unit heaters, exhaust fans, air handlers, etc.): a. Tag type: 1) Type B2 -Non-Metallic Signs. 2) Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1 IN minimum. 2) Equipment designation as indicated on the Drawings. 3. Ductwork: a. Tag type: 1) Type D -Self-Adhesive Tape Tags and Signs. 2) Type G -Stenciling System. b. Fastener: Self. c. Legend: 1) Letter height: 1 IN minimum. 2) Description of ductwork, (e.g., "AIR SUPPLY"). 3) Arrows: Single arrow. 4. Enclosure for instrumentation and control equipment, (e.g., fan control. panels, etc.): a. Tag type: Type C -Phenolic Name Plates. • b. Fastener: Screws. c. Legend: 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10400 - 7 1) Letter height: 1/2 IN minimum. 2) Equipment designation as indicated on the Drawings. • 5. Wall mounted thermostats: a. Tag type: Type D -Self-Adhesive Tape Tags and Signs. ' b. Fastener: Self. c. Legend: 1) -Letter height: 3/16 IN minimum. 2) Description of equipment controlled (e.g., "100-UH-xxx" or 100-AHU-xxx"). 6. Components inside equipment enclosure, (e.g., controller's, control relays, contactors, and timers): a. Tag type: Type D -Self-Adhesive Tape Tags and Signs. b. Fastener: Self. c. Legend: 1) Letter height: 3/16 IN minimum. 2) Description or function of component (e.g., "100-CR-xxx"). 7. Through enclosure door mounted equipment (e.g., selector switches, controller digital displays, etc.): a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1} Letter height: 1/4 IN minimum. 2) Component tag number as indicated on the Drawings or as defined by contractor (e.g., "100-HS-xxx"). D. Electrical Systems: 1. Trenches with ductbanks, direct-buried conduit, or direct-buried wire and cable. a. Tag type: Type F -Underground Warning Tape. b. Letter height: 1-1/4 IN minimum. c. Location: • 1) Where trench is 12 IN or more below finished grade: In trench 6 IN below finished grade. 2) Where trench is less than 12 IN below finished grade: In trench 3 IN below finished grade. d. Electrical power (e.g., low and medium voltage): 1) Color: Red with black letters. 2) Legend: a) First line: "CAUTION CAUTION CAUTION". b) Second line: "BURIED ELECTRIC LINE BELOW". e. Communications (e.g., telephone, instrumentation, LAN, SCADA): 1) Color: Orange with black letters. 2) Legend: a) First line: "CAUTION CAUTION CAUTION". b) Second line: "BURIED COMMUNICATION LINE BELOW". 2. Switchgear, switchboards and motor control centers: a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Main equipment legend: 1) Letter height: a) First line: 1 IN minimum. b) Subsequent lines: 3/8 IN minimum. 2) First line: Equipment name (e.g., "MAIN SWITCHBOARD MSBxxx"). 3) Second line: Source of power (e.g., "FED FROM MCCxxx LOCATED IN ROOM xxx"). The source of power room number is only required when there are multiple electrical rooms, if the source is in another building, the building name or number shall be used. 4) Third line: System voltage and phase (e.g., "480/277 V, 3PH"). • 00...60746 Bozeman WRF Phase I Improvements Project 7/14/2008 10400 - 8 • d. Main and feeder device legend: 1) Letter height: 3/8 IN minimum. 2) Description of load (e.g., "MAIN DISCONNECT", "PUMP 100-P-xxx" or "PANELBOARD 100-HP-xxx"). 3. Panelboards and transformers: a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: a) First line: 3/8 IN minimum. b) Subsequent lines: 3/16 IN minimum. 2) First line: Equipment name (e.g., "PANELBOARD 100-LP-xxx" or "TRANSFORMER 100-T-xxx"). 3) Second line (panelboards only): System voltage and phase (e.g., " 208/120V, 3PH"). 4. Transfer switches: a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: a) First line: 3/8 IN minimum. b) Subsequent lines: 3/16 IN minimum. 2) First line: Equipment name (e.g., "AUTOMATIC TRANSFER SWITCH 100- ATS-xxx"). 5. Safety switches, separately mounted circuit breakers and motor starters, VFD's, etc.: a. Tag type: Type C -Phenolic Name Plates. • b. Fastener: Screws. c. Legend: 1) Letter height: 1/4 IN minimum. 2) First line: Description of toad equipment is connected to (e.g., "PUMP 100-P- xxx"). 6. Enclosure for instrumentation and control equipment, (e.g., lighting control panels, etc.): a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1} Letter height: 1/2 IN minimum. 2) Equipment name (e.g., "LIGHTING CONTROL PANEL 100LCP-xxx"). 7. Components inside equipment enclosures (e.g., circuit breakers, fuses, control power transformers, control relays, contactors, timers, etc.): a. Tag type: Type D -Self-Adhesive Tape Tags and Signs . b. Fastener: Self. c. Legend: 1) Letter height: 3/16 IN minimum. 2) Description or function of component (e.g., "100-M-xxx", "100-CR-xxx" or "100- TR-xxx"). 8. Through enclosure door mounted equipment (e.g., selector switches, controller digital displays, etc.): a. Tag type: Type C -Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/4 IN minimum. 2) Component tag number as indicated on the Drawings or as defined by contractor (e.g., "100-HS-xxx"). 9. Conductors in control panels and in pull or junction boxes where multiple circuits exist. a. Tag type: Type D -Self-Adhesive Tape Tags. b. Fastener: Self. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10400 - 9 c. Tag conductor at both ends. d. Legend: • 1) Letter height: 1/8 IN minimum. 2) Circuit number or wire number as scheduled on the Drawings or as furnished with the equipment. 10. Conductors in handholes and manholes. a. Tag type: Type A3 -Metal Tape Tags. b. Fastener: Nylon strap. c. Tag conductor at both ends. d. Legend: 1) Letter height: 1/8 IN minimum. 2) Circuit number or wire number as scheduled on the Drawings. 11. Grounding conductors associated with grounding electrode system in accordance with the following: a. Tag type: Type D -Self-Adhesive Tape Tags. b. Fastener: Self. c. Legend: 1) Letter height: 1/8 IN minimum. 2) Function of conductor (e.g., "MAIN BONDING NMPER", "TO GROUND RING", "TO MAIN WATER PIPE"). 12. Flash protection for switchboards, panelboards, industrial control panels and motor control centers: a. Tag type: Type D -Self-Adhesive Tape Signs. b. Fastener: Self. c. Legend: Per NFPA 70. 13. Entrances to electrical rooms: a. Tag type: Type B2 -Non-Metallic Signs. b. Fastener: Screw or adhesive. c. Size: 5 IN x 7 IN. • d. Location: Each door to room. e. Legend: 1) OSHA Danger Sign. 2) Description of Danger: "HIGH VOLTAGE, AUTHORIZED PERSONNEL ONLY". 14. Equipment where more than one voltage source is present: a. Tag type: 1) Type B2 -Non-Metallic Signs. 2) Type D -Self-Adhesive Tape Signs. b. Fastener: 1) Screw or adhesive. 2) Self. c. Size: 1-3/4 IN x 2-1/2 IN. d. Location: Exterior face of enclosure or cubical. e. Legend: 1) OSHA Danger Sign. 2) Description of Danger: "MULTIPLE VOLTAGE SOURCES". 3.3 HAZARD AND SAFETY SIGNS A. Provide 30 Hazard and Safety Signs: 1. Type B2 . 2. Inscription as directed by Owner. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7!14!2008 10400 - 10 • SECTION 10444 SiGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Room identification signs. 2. Building signage (cast aluminum letters). 3. Entrance sign. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Americans with Disabilities Act (ADA): a. Accessibility Guidelines for Buildings and Facilities (ADAAG). 2. American National Standards Institute (ANSI): a. A117.1, Buildings and Facilities -Providing Accessibility and Usability for Physically Handicapped People. 3. ASTM International (ASTM): a. B26, Standard Specification for Aluminum-Alloy Sand Castings. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standazds referenced. b. Manufacturer's installation instructions. c. Color charts for Engineer's color selection: 1) Color selection shall be made from manufacturer's complete color line including all premium and special colors. 3. Schedule of all signs indicating text and graphics. 4. Layout of room identification signage, and exterior building signage, aluminum letters, { signage showing fmish, size, letter style, text, and installation detail. B. Samples: 1. Sample of room identification signage, and cast aluminum letters, exterior building signage, site signage finish. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Room identification signs: • a. Andco. b. ASE -Architectural Signs and Engraving. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10444 - I c. ASI Sign Systems. d. Best Manufacturing Co. • e. Mohawk Engraving Co., Inc. f. Nelson-Harkins. g. Southwell. h. The Supersine Co. 2. Building identification signage (cast aluminum letters): a. Andco Industries Corp. b. ARK Ramos Manufacturing Co., Inc. c. ASI Sign Systems. d. Leeds Architectural Letters. e. Metal Arts. f. Metallic Arts. g. The Southwell Co. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Room Identification Signs: 1. Interior: Melamine plastic suitable for raised lettering and Braille. 2. Exterior: Aluminum or fiberglass suitable for raised lettering and Braille. B. Building Identification Signs and Entrance Signs: a. Cast aluminum ASTM B26. b. For machine cut letters, provide aluminum of 5052-H32 alloy and hardness. 2.3 FABRICATION A. Room Identification Signs: 1. General: • a. Raised text, border and graphics: I) Minimum 1/32 IN height. 2) Provide international graphic symbology for all toilet, locker and shower rooms or combinations thereof, and for unisex toilet rooms and stairs. 3) Provide handicap symbol on all signs for rooms meeting handicap requirements. b. Grade 2 Braille. c. Finish: Eggshell: 1) Color: To be selected. d. Text: Minimum 3/4 IN high. e. Text as indicated in Article 3.2 of this Specification Section. f. Exterior signs shall be rated for exterior use. g. All signage shall comply with requirements of ADA. h. Similar to ASI Sign Systems "ADA Ready Sign Systems". B. Building Identification Signage (Aluminum Letters): 1. General:. a. Cast aluminum, machine cut or laser cut aluminum. b. Finish: Baked enamel. c. Color: To be selected by Engineer. d. Mounting: 1) 1 TN projected. 2) Provide stainless steel mounting studs. e. Test as indicated in Article 3.2 of this Specification Section. 2. Letters: a. Style: Helvetica. b. Size: Upper case, 8 IN high. c. Depth: 3.8 IN. • 00...60746 Bozeman WRF Phase 1 Improvements Project ?/14/2008 10444 - 2 • PART 3 - EXECUTION 3.1 INSTALLATION A. Room Identification Signs: 1. Install signs on walls adjacent to the latch side of doors using foam tape for interior signs and stainless steel screws (minimum of two (2)) for exterior signs: a. .Stainless steel screws shall be painted to match sign color. 2. Where no adjacent wall space is available, mount signs on nearest adjacent wall: a. Mounting of signage shall be such that a person may approach to within 3 1N of sign without encountering any protruding objects or standing in swing of door travel. 3. Mount 60 IN above fmish floor to centerline of sign. 4. Building Identification Signs (Cast Aluminum Letters): a. Install letters where indicated on Drawings. b. Mount to walls with 1 IN projection in accordance with manufacturer's instructions. 5. Install plaque where shown on Drawings. 6. Site Signage: Set posts in concrete minimum 18 IN into earth or as recommended by manufacturer. 3.2 SCHEDULE A. Room Identification Signage: 1. Provide one room identification sign at each door, or pair of doors leading to each interior room except at vestibules: a. Refer to Room Finish Schedule for room names. 2. Provide ADA international symbols of accessibility to the following rooms: a. Rest Rooms, 1307 and 1308. b. Women's Locker Room 1320. • c. Men's Locker Room, 1322. B. Building Identification Signage: 1. Digester Control Building No. l (Replacement at Control Building). 2. Headworks 3. UFAT Pump Station 4. Primary Effluent Pumping Station 5. Bioreactor No. 2 6. Bioreactor No. 3 7. Secondary Clarifier Split Structure 8. Secondary Clarifier No. 5 9. Secondary Clarifier No. 6 10. Digester Control Building No. 2 11. UV Disinfection 12. Administration and Lab Building C. Entrance Sign (see Drawings): 1. CITY OF BOZEMAN WATER RECLAMATION FACILITY END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/23/2008 10444 - 3 • • • SECTION 10500 LOCKERS AND LOCKER BENCHES (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal lockers and locker benches. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07900 -Joint Sealants. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A540, Standard Specification for Alloy-Steel Bolting Materials for Special Applications. b. A1008, Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High- Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability. c. B 108, Standard Specification for Aluminum-Alloy Permanent Mold Castings. 1.3 SUBMITTALS • A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Drawings showing location, numbering sequence, anchoring method and locking. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Color chart showing manufacturer's full line of available colors for preliminary color selection by Engineer. B.. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Lockers and locker benches: a. Art Metal Products. b. DeBourgh Manufacturing. c. List Industries. d. Lyon Metal Products. • e. Penco Products. f. Republic Steel Corp. 00...60746 Bozeman W1tF Phase 1 Improvements Project 7/22/2008 10500 -1 B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS • A. Steel: ASTM A1008. B. Fasteners: Cadmium-plated steel ASTM A540. C. Hooks and Hanger Rods: Cadmium-plated steel ASTM A540 or cast aluminum ASTM B108. 2.3 ACCESSORIES A. Hooks: 1. Provide one double-prong ceiling hook and three single-prong wall hooks for single-tier and double-tier lockers. 2. One wall hook and one ceiling hook for multi-tier lockers 12 IN and less in width. B. Provide hat shelf in single-tier lockers. C. Provide hanger rod minimum 5/8 IN DIA, in lieu of ceiling hook, in single tier lockers 18 IN deep or deeper. D. Number Plates: 1. Manufacturer's standard etched, embossed, or stamped, non-ferrous metal number plates. 2. Three-digit numerals not less than 3/8 IN high. 3. Sequence numbers as directed by Owner. 4. Attach plates centered, near top of each locker door, with two fasteners of same finish as number plate. 5. Provide on each locker door. E. Metal Base:-(See Drawings for application.) 1. Minimum 20 GA. 2. Cover entire front of base of lockers without additional fastening devices. • 3. Flange bottoms inward'/4 IN for stiffening. 4. Factory-finish base to match lockers. F. Pedestals: 1. Cast iron or steel. 2. Attached to bench by stainless steel screws. 3. Anchored per manufacturer recommendations. 4. Spacing not to exceed 4 FT. G. Locker Bench: 1. Perforated PVC coated metal bench: See Drawings. 2. Provide color selections. 2.4 FABRICATION A. General: 1. Fabricate lockers square, rigid, and without warp, with metal faces flat and free of dents or distortion. 2. Ease all exposed metal edges. 3. Weld frames together. 4. Weld, bolt, or rivet other connections per manufacturer's standard. 5. Grind exposed welds flush. 6. Chemically pretreat metal with degreasing and phosphatizing process. 7. Apply baked-on enamel fmish to all surfaces, exposed and concealed, except plated and non-ferrous metal. 8. Finished film thickness of not less than 0.75 mil for all exterior surfaces and not less than 0.5 mil for all interior surfaces. B. Lockers: • 00...60746 Bozeman WRF Phase I Improvements Project 7/22!2008 10500 - 2 • • 1. Frames: Minimum 16 GA channels or 12 GA angles, with corners electrically welded to form solid one-piece structure: a. Provide door stops at door openings. b. Extend vertical members to floor to form legs where legs are specified. c. Provide adjusting devices at legs to permit at least''/2 IN vertical adjustment. d. Provide minimum 16 GA horizontal members between doors of other than single-tier lockers. e. Provide 6 IN diameter ventilation connection in top with screen. 2. Backs and sides: a. Minimum 24 GA. b. Flange backs on vertical edges and sides where they intermember with backs, making double-flanged rear corners. 3. Exposed ends ofnon-recessed lockers: Minimum 16 GA. 4. Tops, bottoms and shelves: Minimum 24 GA, flanged on all sides. 5. Sloped tops: Continuous, minimum 20 GA. 6. Doors: a. One-piece, minimum 16 GA, flanged at all edges, with corners. b. Extra bracing or reinforcing on inside of doors over 15 IN wide. c. Construct to prevent springing when opening or closing. d. Door swing of 180 degrees. e. Stamped louvered vents in door faces: 1) Single-tier lockers: Not less than six 6 IN louver openings in top and bottom of each door. 2) Double-tier lockers: Not less than three 6 IN louver openings in top and bottom of each door. 3) Multi-tier lockers: a) Not less than three 31/2 IN louver openings per door for 12 and 15 IN wide units. b) Four (4) 6 IN louver openings per door for lockers 18 I1V wide and over. 7. Door hinges: a. Full-loop, five-knuckle, tight pin. b. Not less than 0.050 IN thick steel, 2 IN high. c. Continuous weld hinges to inside of frame and secure to door with not less than two (2) factory-installed fasteners, completely concealed and tamperproof when door is closed. d. Minimum three (3) hinges for each door 42 IN high and over. e. Minimum two (2) hinges for each door less than 42 IN high. 8. Latching: a. Positive, automatic, prelocking, pry-resistant latch and pull. b. Rubber silencers. c. Chromium-plated, vandalproof or kickproof lift-up handle, containing strike and hole for padlock. d. Enclose latch on four sides in a boxed receptacle in lock bar channel, and engaging latch hooks on frame opposite hinges. e. Three-point latching for single-tier lockers. f. Two-point latching for double-tier lockers. g. One-point gravity or spring latch with padlock lugs for box lockers. 9. Provision for padlock: Latch pull with hole to accept padlock. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install plumb, level, rigid and flush. 00...60746 Bozeman WRF Phase 1 Improvements Project 10500 - 3 7/22/2008 C. Space fasteners not over 48 IN on center: 1. Install through suitable reinforcing plates where necessary to prevent metal distortion. • 2. Conceal all fasteners wherever possible. D. Provide and install filler and closure pieces as required. 3.2 FIELD QUALITY CONTROL A. Touch-up any damaged finishes or replace as directed by Engineer: 1. Use only materials and finishes as recommended or furnished by locker manufacturer. 3.3 ADJUSTMENT A. Adjust doors and latches to operate easily without bind: 1. Verify satisfactory operation of integral locking devices. 3.4 SCHEDULES A. See Drawings. END OF SECTION. • r~ U 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 10500 - 4 • PART 1 - GENERAL 1.1 SUMMARY SECTION 10520 FIRE EXTINGUISHER AND CABINETS A. Section Includes: 1. Fire extinguishers, and cabinets. 2. Provide eight (8) complete units (extinguishers and cabinets). Units shall be field located by Owner. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. • 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Americans with Disabilities Act (ADA): a. Accessibility Guidelines for Buildings and Facilities (ADAAG). 2. National Fire Protection Association (NFPA): a. 10, Standard for Portable Fire Extinguishers. 3. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. 4. Warnock Hersey. B. All cabinets must meet projection limitations per ADA. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver and install filled and charged extinguishers just prior to building occupancy. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Fire extinguishers, cabinets: a. Amerex Corporation. b. Ansul Fire Protection. c. Walter Kidde. - 00...60746 Bozeman WRF Phase 1 Lnprovements Project 7/22/2008 10520 - 1 d. Potter -Roemer Inc. • 2. Fire extinguisher signs: a. Seton. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Fire Extinguisher Cabinet: 1. Recessed mounting. 2. 22 GA epoxy coated steel box. 3. Epoxy-coated steel door and trim: a. Door to have narrow, vertical, 1/4 IN clear acrylic glazed panel. 4. Provide FIRE EXTINGUISHER decal for each cabinet. 5. Provide all required closures. 6. Provide 20 LB 20A:120BC extinguisher. 7. Similar to JL Industries "Panorama" Series. B. Wall Brackets: 1. Bracket type to fit specified extinguisher, with correct mounting accessories to fit substrate. 2. Furnish bracket for each extinguisher not in cabinet. 3. Bracket to be finished in red or black enamel. C. Fire Extinguisher (FEXT): 1. Steel bodied, all metal top (head) and valves. 2. Multi-purpose dry chemical, UL rated 20A-120BC. 3. Provide hose and horn on each. 4. Furnish one extinguisher for each fire extinguisher (FEXT) location. 5. Finish: Red with epoxy finish coat. 6. Provide "FIRE EXTINGUISHER" sign for each extinguisher location. • a. Similar to SETON #21999 for single face and #22001 for double-faced signs. 7. Meeting NFPA 10. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install units with extinguisher top not over 48 IN above floor. C. Install FEC with top of unit at 60 IN above floor. D. Fire extinguisher locations shown on Drawings are approximate locations. Verify all extinguisher mounting locations with local Fire Marshal. E. Mount "FIRE EXTINGUISHER" sign above or adjacent to each extinguisher as directed by the Engineer. END OF SECTION • - 00...60746 Bozeman WRF Phase 1 Improvements Project 7/22/2008 10520 - 2 SECTION 10650 FOLDING PANEL PARTITIONS (BID ITEM NO. 8) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Folding panel partitions. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. B. Qualifications: 1. Installer shall be licensed or approved in writing by manufacturer. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's full range of fmishes and colors for Engineer's selection. B. Samples: 1. Wood veneer specie and vinyl hinges: a. Minimum of two (2) 2 x 3 IN samples of panel surface selected and minimum of two (2) 3 IN long samples of vinyl hinge. C. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Folding partitions: 00...60746 Bozeman WRF phase 1 Improvements Project 10650 - 1 7/14/2008 a. Emco. b. Foldoor. c. Hufcor. d. Modernfold. e. Panelfold. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Non-Acoustical Panels: 1. Panel: Particle board. 2. Finish: Wood veneer. 3. Suspension system: Steel or aluminum. 4. Connection hinges: Extruded vinyl. 2.3 FABRICATION A. Non-Acoustical Panels: 1. Thickness: Minimum 3/8 IN. 2. Partition construction: 45 LB density particle board.. 3. Finish: Factory applied, UL Class A rated. 4. Operation: Manually operated serpentine folding, top supported. 5. Suspension: Self-cleaning aluminum channel track with one (1) two-nylon-wheeled trolley mounted on every other panel and one (2) four-nylon-wheeled trolley mounted on lead post. 6. Height: 9 FT. 7. Width: See Drawings. 8.. Panel weight: Maximum 3 LB per square foot. 9. Hardware: Manufacturer's standard pull with integral latching mechanism. 10. Unit similar to Modernfold "Woodmaster Series." . PART 3 - EXECUTION 3.1 PREPARATION A. Ensure that supporting structure is in place and properly anchored. B. Field verify opening length. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install track and ceiling guard level to 1 in 100 tolerance. END OF SECTION • 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14!2008 10650 - 2 • SECTION 10800 TOILET AND BATH ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Toilet and bath accessories. B. Related Sections include but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 10162 -Metal Toilet Partitions. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Americans with Disabilities Act (ADA): a. Accessibility Guidelines for Buildings and Facilities (ADAAG). 2. ASTM International (ASTM): a. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. b. A480, Standard Specification for General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip. • 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendation on fasteners. 3. Schedule of items being provided for each room. Reference rooms using room number designated on Drawings. 4. Catalog cut sheet of each item proposed. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Product numbers scheduled are manufactured by Bobrick. B. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. American Specialties, Inc. 2. Bobrick. • 3. Bradley Corp. 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10800 - 1 C. Provide equipment from one manufacturer. • D. Submit request for substitution in accordance with specification Section 01640. 2.2 MATERIALS A. Toilet Accessories: 1. General: ASTM A480, stainless steel. 2. Grab bars: ASTM A269, stainless steel. B. Anchoring Devices: Manufacturer's standard. 2.3 FABRICATION A. Toilet Accessories: 1. General: a. Satin finish. b. Items shall meet design requirements of ADA. 2. Grab bars: a. Concealed mounting. b. 3 IN DIA flange. c. Integral non-slip gripping surface. d. 1-1/2 IN OD. B. Anchoring Devices: 1. Designed to withstand minimum concentrated load of 250 LB applied at any point on grab bar. PART 3 - EXECUTION 3.1 PREPARATION • A. Verify adequate backing has been provided in wall or toilet partition. B. See Section 10162. 3.2 INSTALLATION A. Install in accordance with manufacturer's instruction and in accordance with ADA. B. Mount all items with manufacturer's standard anchorage devices. C. Install in locations indicated on Drawings. 3.3 SCHEDULE A. See Drawings for locations. 1. Robe Hook - B-672. 2. Toilet Tissue Dispenser (double non-controlled) - B-2740. 3. Towel Dispenser/Waste Rtsceptacle - B3947. 4. Liquid Soap Dispenser - B-155. 5. Recessed Seat Cover Dispenser - B3013. 6. Shower Curtain Rod - B-60471ength required. a. Provide at each shower stall. 7. Soap Dish - B-4380 or 438' as required for wall construction. 8. Mirror - B-290 x size indicated on Drawings. 9. Tilted Mirror - B-293 x size indicated on Drawings. 10. Shower curtains - 204-3 with 204-1 hooks as required. a. Provide at each shower. 11. Grab Bar - B-6806 x length indicated on Drawings. • 12. Grab Bar - B-6893 (52 IN horizontal). 00...60746 Bozeman WRF Phase 1 Improvements Project 7/14/2008 10800 - 2 13. Grab Bar - B-6861 (30x16 "L" or 36 IN x 36 IN shower). END OF SECTION • 00...60746 Bozeman WRF phase 1 Improvements Project 7/14/2008 10800 - 3 C. Range: 1. Type: Free-standing electric range: a. Self-cleaning. "~~ b. Ceramic glass cooktop. 2. Size: 29-7/8w x 46-1/8h x 27'/4 IN. 3. Color: Stainless/black. 4. Model: Similar to GE, No JB805KSS. D. Range Hood: 1. Size: 29 7/8w x 4-3/4h x 20d IN. 2. Color: Stainless/Black. 3. Model: Similar to GE, No. JV636HSS. E. Microwave: 1. Type: Over-the-range style. 2. Size: 29 7/8 w x 16-11/32h x 15-7/16d IN. 3. Color: Stainless/black. 4. Similar to GE, No. CVM2072SMSS.. F. Projector Support Shelf: 1. Type: Suspended Ceiling Mounted. 2. Maximum Projector Size: 7.11 IN x 11.7 IN x 14.7 IN d. 3. Total Capacity: 25 Lbs. 4. Ceiling Finish Kit, colored white 5. Draper Aero Projector shelf No. 232075, or equal. G. Projector Screen: 1. Type: Concealed in the Ceiling with Closure Doors. 2. Built -in SCB-100, SCB-200 and low voltage control. 3. Video and HDTV format screen. 4. Size: 52 TN x 92 IN. 5. High Contrast Matte White Screen. 6. Da-lite Director Electrol, or equal. ,~ H. Life Ring: 1. Provide six (6) U.S. Coast Guard certified life rings for installation on the new Bioreactors and Secondary Clarifiers. Mount on hand railing at locations selected by the Owner. 2. Diameter: 24lN. 3. Life ring shall be mounted on hand rail with powder coated stamped aluminum buoy bracket. 4. Provide 50 ft of tether rope for each ring. PART 3 - EXECUTION 3.l INSTALLATION A. Install products in accordance with manufacturer's instructions. END OF SECTION Bozeman WRF Phase 1 Improvements Project 7/17/2008 00.:.60746 10950 - 2