Loading...
HomeMy WebLinkAboutBid Purchase and Contract Part 1 with Layne Inliner, LLC 2013 Sewer Rehabilitation Project ' HELENA PO Box 4817- 2501 Belt View Drive Helena, MT 59604 406.449.8627 Fax 406.449.8631 ir,%atl,We t111 (Grj��,i " West', engineering� ADDENDUM#1 CITY OFBOZEMA0'8OT 2013 SEWER REHABILITATION PROJECT DATE DFADDENDUM: May I,2O13 BID DUE DATE. May 8.2O13 TIME BID|8DUE: 2:00 PM MAIL BID RECE|PTLOCATON: City Clerk's Office City Hall PD.Box 128U Bozeman, MT59771 HAND DELIVER BID RECEIPT LOCATION: City Clerk's Office City Hall 121 North Rouse Avenue Bozeman,MT5g771 TO ALL PLANM0LDERS. This addendum shall serve tu modify the Project Manual and Construction Plans for the City ufBozeman 2013 Sewer Rehabilitation Project aafuHovs� CONTRACT DOCUMENTS AND SPECIFICATIONS 1 Section 00300—Bid Form Remove GDR85 from bid items 14. 15. 1OO. 1O9.2O8.2OS'3U0`and 309^provide sewer service pipe per City of Bozeman Standard Gpoofioabonn^Section OD950. Remove all references to Special Fuel User Permit. 2. Section 00910—Special Provisions Delete 8peoo|Provision 24-Gpeoa|Fuel User's Permit 3. Appendix D—MDT Utility Occupancy Permit Replace the entire current appendix with the attached Encroachment Permit and approved traffic � control plans. These tnsffiucontrol pIonuWiUbe required during construction. ACKNOWLEDGMENT OF ADDENDUM#1 � All bidders shall acknowledge receipt of Addendum#1 on the Bid Form and on the outside of the envelope / containing the Bid. Sincerely, ' Great West Engineering, Inc. Amy MLDeitnker, PE BIu|mus Project Engineer lz»mBroadway Suite 500 Enclosure: Plan Holders List au| � --'~�'~'~`^~ Pre-Bid Meeting Minutes&Sign|mSheet 406,652.5000 Fax 406,248.1363 Montana Department of Transportation Encroachment Application And Permit APPROVED Printed on. April 19,2013 — (�J APPLICANT INFORMATION: C( Name: AMY DEITCHLER Address. CITY OF BOZEMAN City: BOZEMAN State. MT Zip: 59771- 1230 Corporation Name! CITY OF BOZEMAN Phone:4 0 6-S 92?t__I— Nature of Permit Desired: SEWER MAINTENANCE AN 2�j.,'3 ENCROACHMENT LOCATION INFORMATION: Sign Route; Corridor: Beginning Reference Ending Reference us 191 0000050 088+1 .000 County: Township- Range. Section: Qrtr. Qrtr. Qrtr. GALLATIN 2S 7 Comments - I PERMITTEE SIMLL SUBMIT AN APPROVED DETAILED TRAFFIC CONTROL PLAN THAT MEETS MDT AND MUTCD REQUIREMENTS, 2-PERhITTTER SHALL FOLLOW THE APPROVED TPAPFIC CONTROL PLAN 3.PERMITTEE SHALL PROVIDE MDT A 24-HOUR EMERGENCY CALL LIST 4.PERMITTEE SHALL NOT DELAY TRAFFIC YORE THAN 10 MINUTES 5.PERMITTEE SHALL MAINTAIN ONE LANE OF TRAFFIC DURING WORK HOURS AND TWO LANES DURING NIGHT ANT) WEEKEND WHEN WORK TS NOT PRESENT, 6.PERMITTRE SHALL REPAIR ANY DAMAGE DONE TO MUT?S RIGHT OF WAY, CULVERT, AND/OR ROADWAY AS A RFSIILT OF THE SEWER, ALL REPAIRS WILL BE DONE IN-KIND AND WILL BE DONE IMMEDIATELY. 7-IF PER11ITTRE DOES NOT REPAIR DAY-AGE DONE TO MDT ROADWAY OR RIGHT OF WAY WITHIN A REASONABI-E T1,v,2FRAJ,1'_ 711E PEWITTEE WILL BE* INVOICFL) FOR MDT?S PERSONNE1,, MATERIALS, AND EQUIPMENT -PEQUIRFT.) MAKING THE REPAIP.S. O.PERMITTEE IS RE015TRSV) TO PACKFILI. THE TRENCH TO BE FILLED WITH 140 SHRINK 9.ALL REPAIPS DONE TO MDT ROADWAYS SHALL BE DONE IN KIND. (EXAMPLE: 4 INCHES OF PLANT MIX IS RFMC"7F'1, 4 INCHES OF PLANT MIX WILI, BE INSTALLED.) 10 FERMITTE2 SHALL CEASE ALL OPERATIONS WHEN INCLEMENT WEATHER CREATES HAZARDOUS ROADWAY COND11j'JONS 11,PEPI"ITTEE IS RESPONSIBLE OF ALL ASPECTS OF THE SEWER INCLUDING THE PIPE, RISERS, AND MANHOLE 12-VERMIT7EE SHALL ACCEPT ALL RESPONSIBILITY AND LIABILITY OF ANY FAILURE OF THE ROAD OR Ric, j, 7VTO YEARS AFTER THE PROJECT IS COMPLETE DUE TO PLACING THE SEWER LINE. 13.C7TY OF BOZEMAN IS RF'SPCNSIRL8 FOR ALI, OPERATION, MAINTENANCE, OWNERSHIP AND ANY FUTURE RE ELCI--L—ION 01-, THE SEWER MAIN 1?.IBIS HIS 111IRMUT IS POR JMATNTENANCE OF SEWER LINE ON' MAIN ST. AND SEVENTIf ST. Permit number 4501 Page I of 4 ENCROACHMENT PERMIT INFORMATION: 3R t-ficroacriment Appiication And Permit Printed on: April 19,2013 h2RIir-a5i.'On_Date _jasue Date End Date Class type Maiatenamae Division 18-APR-13 19-APJZ-I3. I-�VMY-�14 A TEMPORARY BCZED4-ax Approved by: !YLE DEM-4,RS (Approval Signature) (Applicant Signature) Permit number 4501 Page 2 of 4 Montana Department of Transportation Encroachment Application AndP8[OMit Printed on: April 18'2O13 SPECIAL FACILITIES INFORMATION Address City State EiR ST Plane E ST Plane N PetKreo El _R ia Super Fund Id tank mdeg id Type Type Description N Mine mdeg id Mine Descriptio Well Designatio Ramd Apprvl Apprvl_Dt ��22rOval Recommended S2ill Description I TERM.This permit shall uem full force and effect from the date hereof unfit revoked amxeemvrowa"d- z FEE. The fee for issuance u this permit is____. 3 nsvocAnnw. This permit mvoe revoked by State upon giving*sua �emPennimn°bvm�ine�mvi| sent�meruuw,n shown herein, Huw�e�mnn��may/�om,misponuuw/mnwtnnece�xpe,m/u=r*n/a�,any o/its ouomt�nmu,terms. o COMMENCEMENT orWORK, No work shall be commenced until Permittee notifies the Maintenance Chief shown in application the date the pvnninoe proposes m commence work. 5 CHANGES/wHIGHWAY o State highway nn000sitamuhanon"i"ovuctureuv'mnm|aooncinutaoouvno°rth/xne'mn 'pennio�awnm�aomceycarcoanmeowKhvut=`p�sommaw. 6 STATE SAVED HARMLESS FROM CLAIMS. ^maconsideration o/being issued this permit,thmPenmimee u^s=reosomor emmon�agrees mp,p�o,moS��and save x harmless^nmeno/am"a.avuomoo,damage mcve�unu and description which may accrue to,vroe suffered by,any person or persons,corporations character of materials used,or manner of installations,maintenance and operation,or by the improper occupancy of said highway rignt-of-way,and in case any suit or action is brought against the Stale and arising out of,or by reason of any of the above causes,the Permitee,its successors or assigns.will,upon notice to them of the commencement of such action,defend the same at its sole cost and expense and satisfy any judgment which may be rendered against the State in any such suit or action. , PROTECTION mFTRAFFIC. The Permitten shall protect the worl<area with traffic control devices that comply with the Manual of Uniform Traffic Control Devices, The Permillee may be required to submit a traffic control plan to the Maintenance Chief for approval Prior m starting work, During work,the Maintenance Chief o,designee may require the Pon^/xaoto use additional traffic control devices m protect traffic o,the work area. mn road closure shall occur without prior opym,u/from the District Engineer. u HIGHWAY AND DRAINAGE. n the work done under I:Nn permit interferes m anyway^*m the drainage vr the� / highway ame�eu.re,mmmesu�/.u,moPmnn|ueea expense,make such pm�mon"aomeswte may u/,oum�meuy —~~' v RUBBISH AND DEBRIS. Upon completion OF Work contemplated under this permit,all rubbish and debris shaft be mme6aefy Temoved and the roadway and roadside left in a neat and presentable condition satisfactorylo the State. zn (mapEoTxOm. The installation ^pmpxancuw/mmv,u"n�d��n�dm onumm� p�n/� The prnmt�e may uw"����o�^�W�;�rowy�����me|�uon.a�our=�xnevm�����ueo /r]����/auvodoes "^l co"�nm.wm�*,anu`�montso/m/so*nmuprmeauaxu,*�vn. — STATES RIGHT NOT ToaE INTERFERED WITH, All changes.reconstruction or relocation uxa'i/ue done uvpennwo^ova^m Montana Department of Transportation Encroachment Application And Permit Printed on: April ?3, 2D13 reason o/any such work,*v the State,its agents,contractor or representatives,or»ymecxva��ecx any�mtauyt^eo��upon meh�hwo/ruvmemo�*^uuwmn�"�"nsp�cwuunoe this permit. ' 12 REMOVAL ur/wurxLe,nnwmonSTRUCTURES. Unless waived the State,upon�nnmauw,m�mnennit mep�m/ne* oh�|mmovome/wmxaoomo,^t,ur�,eoinmzuxem under[m,permit at nv cost tv�hemm"and e,w�m"p,om/�emtathe prior exisfirig condition,reemnamaanmmmnary~ea,omuteaanouammonuvmxe/^mv^ts.u,uvcircumamnues over which the ,anv/mre has nvoont,^,.excepted. �s MAINTENANCE aTsxpEmoeoppERmmcc. r=nmmoe shall mamwina�umyo�exp��ovmemu�m��ns and ntmc�/eum, which tmuponmuixo�mrem.i^aconumon�ms�pw�m,ueu�u� ' ' 14 STATE NOT LIABLE FOR DAMAGE TnINSTALLATIONS, m accepting this permit the pomn/wee agrees that any damage nr injury done m said installations nr structures uva contractor working for the ota,a u�y any u/°�empmxeeengaged m nonutmroup.a/�mm^n.�nai,.oai^umancvor/mp�wnmnn,o,mvm"�moxwa`.shall ueu/the sole expense n,the pmmim,^ 15 STATE ToeE REIMBURSED FOR REPAIRING noxDvwAvL Upon being billed,therefore,Pennimoe agrees/npromptly reimburse State for any expense incurred in repairing surface of roadway due to settlement at installation,u,for any other uxrnvve m roadway ana result of the work performed under this permit. zo The Permitlee shall not discharge or cause discharge of any hazardous or solid waste by the installation or operation of the facility mm State Right-of-Way, zr The Permittee Will control noxious weeds within the disturbed installation area for two(2)years. 18 ro accordance with won/.Code Ann, 76-3-403(2 sxan`n,Pnnnimseo*vv^noe em�nvmeupmi�mn,awoomna u=nomupm�^ /poa/Lanusu*evn,m,�es�bii�oxaxe*�onosunevmnnumrn*�n�,�oduvwumcon/emr/etedumu^,mis permit. 19 The use m explosives is prohibited for the installation. zo Any condition of this permit shall riot be waived without written approval of the appropriate D!sLHct Engineer. 21 OTHER CONDITIONS^womnuswARw& Permit number 4501 Page 4 oz 4 2009 Edition Page 645 Figure 6H-6. Shoulder Work with Mirror Encroachment(TA-6) " A Note= See Tables 61-1-2 and 6H-3 for the meaning of the symbols and/or letter codes used in this figure. Work vehicle TrUck^moll rted p attenuator (optional) loft MIN I Buffer space (optional) il3 d. A ROAD tlN3 ( WORK rllf CAD Typical Application 6 December"2009 Sect.61101 2009 Edition Page 663 Figure 61°1-16o Work in the (Center of a Road with Low Traffic"Volumes (TA-15) r3Va,NV f W J6 CI"9O, / (Vote:See Tables 61-1-2 and 6H-$ A for the meaning of the symbols and/or letter codes used in this figure. 112 L (optional) . (r�toonh(g tea s. 10 feet MIN.to edge of pavement or outside edge of paved shoulder A X1110A OWtlb 4 *WDRK l3 Typical Application 16 DcccmW 2009 5tcl.6H.0I 2009 Edition Page 679 Figure 6H-23. Leff-Hand Lane Closure on the Far Side of an Intersection (TA-23) ova d-11 6 (optlonal) TV < 0" A Ell'N A� d too tt # ELEFTLANE L OK3 A B WT Note:See Tables 5N-2 and 6H-3 �RM� for the meaning of the iCL4i�ED symbols and/or letter ` —.��-� AWD codes used in this figure. C ROAD 1N&OFCK AHEAD Typical Application 3�_, �s December 2009 sect,6H,01 2009 Edition Page 683 Figure 61-1-2 5. Multiple Lane Closures at an Intersection (TA-25) /" j A Al OV'3F,f,11': � t"�1t1 ?I3�gki RO,kp;1�0�� UJAM r (optional) A "� rr A r Elm � 1/2 L (optional) A :LEFT]LEFT B Note:See Tables 6H-2 and 6H-3 for the meaning of the 01ANUENDS symbols and/or lettercodes esedln this figure. ROAD; GMi14 Typical Application 25 AHaD Dercmber2009 Sect.fiH 01 2009 Edition Wage 685 Figure 6H-26. Closure in the Center of an Intersection (TA-26) ara�HYr a J" of a0/"' 1/2 L 1011 MIN. } loft MIN. f 1d ft MIN. rV loft I s —. Imo--A —1/21-- MIN. Aft .-/ 1/2L (optional) *' a A XVOA OVON Qhld ROAD Note;See Tables 61-1-2 and 61-1-3 It for the meaning of the AHEAD symbols and/or defter codes p used in this figure. Typical Application 26 Duenibnr=9 Sect.6H,01 2009 Edition Page 693 Figure 61i-30. interior Lane Closure on ;;la Multi-Lane Street(TA-30) del B �'. v L (optional) E Buffer space (optional) o Truck-mounted attenuator (optional) Buffer space (optional) Work vehicle E = (optional) L A 41 Mote: See Tables 6H-2 and 6H-3 B for the meaning of the symbols and/or letter ROAD codes used in this figure. MdORaf. .r A W: Typical Application 30 Droember 2609 Sect.6bi.01 CITY OF BOZEMAN 2013 SEWER REHABILITATION PROJECT PRE-BID CONFERENCE MEETING MINUTES April 30, 2013 1. Introduction of all parties a. Amy Deitchler: Great West Engineering b, Bob Murray, Project Engineer, City of Bozeman c. John Alston, Water/Sewer Superintendent, City of Bozeman d. Al Rominger, Assistant Water/Sewer Superintendent, City of Bozeman e. Matt Workman, Foreman Water/Sewer Superintendent, City of Bozeman f, Andy Kerr,Assistant Engineer, City of Bozeman 2. General discussion of the project schedules a. Temporary By-Pass Pumping b. Sewer Line Cleaning i. Clean all lines prior to CCTV inspection. ii. Existing flows shall not be interrupted for periods longer than one hour, c. CCTV Inspection i. Pre-construction ii. Post-construction iii. All recordings on DVDs. d. Dye Tests i. Only active services shall be reinstated. c. Sewer Line and Manhole Cleaning i. Sewer line walls shall be cleaned adequately to provide for a camera used in internal inspection to identify structural defects, misalignnients, and infiltration/inflow sources, f 6", 8", and 10"CIPP Sewer Main Rehabilitation i. Confirm all sizes of pipe g. Implementation of a public notification program i. Notify all property owners 48 hours in advance of their services being unusable. ii. Notify them when their service is restored. Ill. Provide a telephone number which property owners can call for information during work. Superintendent is expected to keep voicemail box open to receive messages. iv. Project Website—Update website weekly(See SP-42) Provide link to City to include on their website. h. Business Work Hours i. In the business district, special hours will be required.(See Special Provision SP- 34 and SP-36.) i. Construction Water I. Obtain construction water from the City at no charge. Water will be available to the Contractor at the automatic filling station located at 1812 North Rouse Ave. Contractor will coordinate requirements with the City Water/Sewer Superintendent(SP-28). Water will be available Monday thru Friday 7arn to 5 Page I of 4 pm at the fill station. For work that inust be completed to accommodate work,at other times, the Contractor will be issued a gate opener. j. Noise Control i. Minimize construction noise within residential areas. Contractor shall use equipment with noise-suppression devices. (SP-41) k. By-pass Pumping(SP-43) i. By-pass pumping will be required. Ramp systems will be part of this requirement to protect the by-pass system from vehicle traffic, ii. By-pass pumping not meeting project specifications will be grounds for halting construction until by-pass pumping operations meet project requirements. Inspection of Upstream Manhole(SP-44) iii. Once the by-pass plug is removed, CCTV inspection and DVD record of the upstream line will be required to ensure that the line has not been damaged 1. Special Fuel User's Permit (SP-24) i. Law has been repealed and will be eliminated in the addendum in.Construction Sequencing (SP-34) i. Main Street must be completed first. Open cut work to be completed in August. 1. Two lanes of traffic must remain open at all times, one lane to the east and one lane to the west. ii. Mendenhall St will be required to start next. Coordination with the water main contractor will be required. iii. Scheduling will be critical to ensure that the two projects are not in conflict with one another. If a conflict arises, the sewer rehabilitation Contractor will be required to relocate until the conflict is resolved. iv. Special attention shall be paid to the events listed in SP-34. Liquidated damages will be assessed for not meeting the requirements of this SP. n. Traffic Control i. Main Street and 7`h Ave traffic control plan included in Addendum. This must be followed exactly with no exceptions,as it is an MDT requirement. Work will not be allowed to commence until actual traffic control meets the requirement of the approved plan. ii. City of Bozeman traffic control plans included in Section 00950 of the project specifications. These plans must be followed exactly with no exceptions,as it is the City of Bozeman's standards. Work will not be allowed to commence until actual traffic control meets the requirement of the approved plan. iii. Contractor will be required to submit traffic control plans to the Engineer and City for approval prior to commencing work, 3. Collection System Open Cut Repairs(SP-40) a. All known open cut repairs based on CCTV have been identified in the project drawings. b. All services shall be SDR 26 sewer pipe. The addendum will clarify this as the bid form states SDR 35 pipe. A now bid form will not be issued. c. Notify Engineer immediately if an additional area needs to be repaired prior to lining. 4. Preventative Maintenance a. It is pertinent that all CIPP debris is thoroughly cleaned from the pipe and caught at the downstream manhole. The cut-out pieces cannot be allowed to reach the lift stations or Page 2 of 4 wastewater treatment plant headworks. 5. General a. Submit all questions to the Engineer in writing. Not responsible for any oral confin-nation of questions. (Section 00200, Article 4,4.08) b. All Contractor's must have an active City of Bozeman business license (Section 00200, Article 28) 6. Warranty a, There is a two year warranty requirement. b. Bonds must extend two years after the completion date. 7. Bid Date/Addendum a. May 6, 2013 until 2:00 PM, then read aloud b. Bids to be submitted at City Clerk's Office, 121 North Rouse c. Addendum will be published May 1,2013 d. Acknowledge Addendum on Bid Form 8. Bonding Requirements a. Bid Security in amount of 10%of total maximum bid. b. See Section 00100 Instructions to Bidders 9. Bid Proposal a. Submit bidding documents, non-discrimination affirmation form, bid security b. Complete ALL bid sheets and signature page c. Remaining documents completed by successful contractor following the bid opening 10. Contract Time a. 125 calendar days 11. Funding a. City of Bozeman 12. Utilities a. One Call 1-800-424-5555 b, Telephone c. Cable TV d. Propane e. Electrical 13. Operational/Service Requirements a. Maintain Sewer Service 14. Easements a. City of Bozeman streets (asphalt limits) b. Some service connection repairs may be required. This will allow the Contractor an easement to the property line. Page 3 of 4 15. Testing Responsibilities a. See Specification Section 00910, SP-32 for open cut testing requirements b. See Specification Section 02955, 3.2 for CIPP testing requirements 16. Payment Procedures a. MPW Standard within 30 days after approval b. Instructions to bidders (Section 00200, Article 25) 17. Compliance with State Labor Standards a. Montana Prevailing Wage Rates—Heavy Construction 18, City of Bozeman Business License a. Contractor awarded work must have a City of Bozeman Business License prior to commencing construction. 19. Other/Questions a. Non-shrink backfill is required on all open cut work in Mendenhall St, Main St, or 7'h Ave. b. All Contractors' must bid the base bid plus additive alternates. Page 4 of 4 C- 0 0 CL r\j 2 Cc: co L) uj N 0 M 0 C:) X: 0 co — (1) 1 0 -2 •E c 00 n .9 < 0 �l > 0 a- co my a E 0 0 J-D A< ........... f 15 < OC W 2 , I N = 0 0 z 4E C� in Co 0 C) -C U) C) C) LL (D o ry 0 < Co a) CL CO CY) E Q 0 CN PLANHOLDERS LIST CITY OF BOZEMAN 2013 SEWER REHABILITATION MAY 6, 2013 City of Bozeman PO Box 1230 Layne Christensen, LLC Bozeman, MT 59771 Bob Biggs 7915 Cherrywood Loop Bozeman Plan Exchange Kowa, CO 80117 1105 Reeves Rd. West, Suite 800 Phone:303-646-1200 Bozeman, MT 59718 BobjMs(@_!gy ecorrj Phone:406-586-7653 Fax: 406-586-4062 Reed Construction Data qxqh 00m,com Debi Scarpelli 333 East Butterfield Helena Copy Center Lombard, IL 601-48 1530 Cedar St., Suite C Phone:630-288-7980 Helena MT 59601 Debi scar,elli reedbusiness.corn Phone:406-457-2679 Fax., 406-457-0226 McGraw-Hill Construction/Dodge pjaDex ielengc enter gom Jake Meszaros 2pyq__ 7265 Kenwood Road, Suite 201 Planned and Engineered Cincinnati, OH 45236 Construction, Inc. Phone:513-763-3612 Mike Vetsch Dodge_,.re Lcj]2� mcq.ravv-hiltcorn 3400 Centennial Drive Helena, MT 59601 Repipe California, LP Phone:406-447-5050 Joy Lopez vetsc!j@nit,,net 12771 brown,Avenue Riverside, CA 92509 Insituform Technologies, Inc. Phone:951-213-3711 Robin Smith 111me—Z@_tegm�l L)�,co M! 7333 Monroe Road Houston, TX 77061 Southwest Pipeline & Trenchless Phone:713-845-3002 Corp. rsrnithfcD nsituform,corn Rob Bolger L--eva r2 22118 S. Vermont Avenue Torrance, CA 90502 The Blue Book Building & Phone:310-329-8717 Construction Network tolger@ 800 E. Main Street --swpip I i ne cgf Li Jefferson Valley, NY, 10535 Phone:800-431-2584 d eters flh.ebluebock.corn iSqFt Planroom 2781 Freeway Blvd Brooklyn Center, MN 55430 Phone:800-364-2059 220LIta fl.corn F:\1-11275 2012 Oty of Bozeman Sewer Rehab\Project\Project Manual-Bidding File\Mailouts& Planholders\PLANHOLDERSLIST,doc PROJECT ANUAL Name d P•epar°ed f©r. City of Bozeman April 2013. Prepared by: Amy Deitchler, PE oONrgN Craig Pozega, PE . DE A QA/QC: Fred Phillips, PE /Gir engineering TABLE OF CONTENTS MONTANA.PUBLIC WORKS STANDARD SPECIFICATIONS The Montana Public Works Standard Specifications, Sixth Edition,April 2010 is incorporated herein by reference and shall be subject to the modifications and additions provided in the following Specifications. SERIES 0—BIDDING AND CONTRACTING REQUIREMENTS Section Title WHITE SECTION 00100 Invitation to Bid 00200 Instructions to Bidders YELLOW SECTION 00300 Bid Form Bid Bond Form(EJCDC No.C-430(Penal Sum Form)) Non-Discrimination Affirmation Form WIIITE SECTION 00500 Agreement Form C-510 Notice of Award C-550 Notice to Proceed C-610 Performance Bond C-615 Payment Bond C-620 Application for Payment C-625 Substantial Completion C-940 Work Change Directive C-941 Change Order C-942 Field Order GOLD SECTION 00910 Special Provisions WHITE SECTION 00950 Standard Modifications to MPWSS PINK SECTION Wage Rates—Montana Prevailing Wage DIVISION 1—GENERAL REQUIREMENTS Division. Title 01041 Project Coordination 01250 Contract Modification Procedures 01275 Measurement and Payment 01290 Payment Procedures 01300 Submittals 01320 Construction Progress Documentation 01400 Contractor Quality Control and Owner Assurance 01600 Product Requirements 01700 Contract Closeout 01730 Execution Requirements. DIVISION 2—SITE CONSTRUCTION Section Title 02650 Temporary By-Pass Pumping 02953 Television Inspection 02954 Sewer Dine and Manhole Cleaning 02955 Cured In Place Pipe 02956 Lateral Connection Sealing APPENDIX A—CCTV INSPECTION REPORTS APPENDIX B—LATERALS FOR REHABILITATION IN NEW HYALITE SUBDIVISION APPENDIX C—CIPP INSPECTION FORMS APPENDIX D—MDT UTILITY OCCUPANCY PERMITS APPENDIX E—+CIPP SPOT REPAIRS INVITATION TO BID CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: 2013 Sewer Rehabilitation Project Separate sealed bids for construction of City of Bozeman 2013 Sewer Rehabilitation Project will be received by the City Clerk at the office of City Hall, 121 North Rouse Ave., P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m., local time, May 6, 2013 and then publicly opened and read aloud. Please write the name of the project on the front of the sealed bid'. The physical address is: City Clerk's Office, Suite 102, City Hall, 121 No. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk's Office, Suite 102, City Hall, P.O. Box 1230, Bozeman, Montana 59771. Bids must be received before 2 p.m. Monday, May 6, 2013. Original copies must be submitted- no faxed or electronic bids will be accepted. Bids will be opened and read following the close of bids, The work includes a base bid and three additive alternates. The bid generally consists of the open-cut replacement of approximately 2,750 lineal feet of 8-inch sewer main, the replacement of 8 sanitary sewer manholes, and the rehabilitation of approximately 15,650 lineal feet of sewer mains in the City of Bozeman. Rehabilitation will be achieved by the installation of Cured-In-Place Pipe (CIPP). The existing sewer mains to be rehabilitated utilizing CIPP are 6-inch, 8-inch, and 10-inch. Additionally, the project includes a number of sewer service connections to be rehabilitated utilizing service connection laterals (SLC) trenchless technology and open cut replacement. Digital copies of the Bidding Documents are available at www.qreatwesteng.com or www.guestcdn.com for a fee of$20.00. These documents may be downloaded by selecting this project from the "Current Projects Bidding" tab, The contract documents, consisting of half size Drawings and Project Manual, may be examined or obtained at the office of Great West Engineering, located at 2501 Belt View Drive, Helena, MT 59604, phone (406) 449-8627 in accordance with the Instructions to Bidders. Required deposit is $50.00 per set, which is not refundable. In addition, the Drawings and Project Manual may also be examined at the following locations: Section 00 100 INVITATION TO BID Page I of 3 Bozeman Plan Exchange Helena Copy Center There will be a Pre-Bid Conference at the office of the City of Bozeman Engineering Department at 10:00 a.m. on April 30, 2013. Interested CONTRACTORS are encouraged to attend. CONTRACTOR and any of the CONTRACTOR'S subcontractors doing work 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 is not required to have registered with the DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed by CONTRACTOR or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of Gallatin County and the state of Montana. Discrimination in the performance of any contract awarded under this invitation on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Every person or entity holding a special fuel permit issued pursuant to Title 15, chapter 70, part 3, MCA, from the State of Montana who submits a bid under this project shall list that person's or entity's fuel user's permit number in the bid form and on the face of the envelope. A bid without the permit number may not be accepted, 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 Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is at 2*00 p.m. local time, May 6, 2013 The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the OWNER. The Contractor is required to be an Equal Opportunity Employer. Section 00 100 INVITATION TO BID Page 2 of 3 DATED at Bozeman, Montana, this 91h day of April, 2013. Stacy Ulmen, CIVIC City Clerk, City of Bozeman Published Bozeman, Montana, April 14, 2013 April 28, 2013 Section 00100 INVITATION TO BID Page 3 of 3 INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS ARTICLE 1 —DEFINED TERMS 1,01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below-, A. Issuing Office—The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. ARTICLE 2—COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum,if any, stated in the Invitation to Bid may be obtained from the Issuing Office, The deposit will not be refunded. 2,02 Complete sets of Bidding Documents must be used in preparing Bids;neither Owner nor Engineer assumes 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 authorize or confer a license for any other use. ARTICLE 3—QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work,within five(5)days of Owner's request,Bidder shall submit written evidence such as financial data,previous experience in performing comparable work,present commitments,and such other data as may be called for in the Special Provisions, 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. 3.03 In determining the lowest responsible bid,the following elements will be considered:whether the Bidder involved(a)maintains a permanent place of business;(b)has adequate plant and equipment to do the work properly and expeditiously;(c)has a suitable financial status to meet obligations incident to the work;and(d)has appropriate technical experience. 104 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 that impairs his ability to finance his contract. The Bidder shall demonstrate his ability by meeting all requirements herein stipulated,if asked for them. SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE I OF 12 ARTICLE 4—EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA,AND SITE 4.01 Subsurface and Physical Conditions A. The Special Provisions identify; 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities) B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder 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.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 Hazardous Environmental Condition A. The Special Provisions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the'Site. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder 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 4.06 of the General Conditions has been identified and established in the Special Provisions.Bidder is responsible for any interpretation or conclusion Bidder draws from any"technical data"or any other data, interpretations,opinions,or information contained in such reports or shown or indicated in such drawings.. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions,and Underground Facilities,and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02,4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data famished 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 SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 2 OF 12 Contract Documents to be within the scope of the Work,appear in Paragraph 4.06 of the General Conditions, 4.05 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 excavation and utility locates. A. Reference is made to Article 7 of the General Conditions and the Special Provisions for the identification of the general nature of other work that is to be perforated at the Site by Owner or others(such as utilities and other prime contractors)that relates to the Work contemplated by these Bidding Documents.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. B. Paragraph 6.13.0 of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Supplementary Conditions. 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. Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities; B. Visit the Site and become familiar with and satisfy Bidder as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work;including but not limited to those general and local conditions affecting transportation,disposal,handling and storage facilities,availability of labor, water,power,roads,climatic 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,and performance of the Work; D. Carefully study all:(1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Special Provisions as containing reliable"technical data,"and(2)reports and drawings of Hazardous Environmental Conditions,if any, at the Site that have been identified in the Special Provisions as containing reliable"technical data"; E. Consider the information known to Bidder;information commonly known to contractors doing business in the locality of the Site;information and observations obtained from visits to the Site;the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents,with respect to the effect of such information,observations,and documents on(1)the cost,progress,and performance of the Work; (2)the means, methods, techniques, sequences,and procedures of construction expressly required by the Bidding Documents;and(3)Bidder's safety precautions and prograrns; SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 3 OF 12 F. Agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies,or data are necessary for the detennination of its Bid for performance of the Work at the price(s)bid and within the times required,and in accordance with the other terms and conditions of the Bidding Documents; GT. 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. Promptly give Engineer written notice of all conflicts,errors, ambiguities, or discrepancies Z� that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; 1. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work; J. The estimated unit quantities of the various classes of work to be done under this contract area approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. The Contractor agrees that, during progress of work,the Owner may find it advisable to omit portions of the work,to increase or decrease the quantities as may be deemed necessary or desirable,that the actual amount of work to be done and materials to be furnished may differ from the estimated quantities,and that the basis for payment under this contract shall be the actual amount of work done and the materials furnished, K. The Contractor agrees that he will make no claim for damages,anticipated profits or otherwise on account of any difference which may be found between quantities of work actually done and the estimated quantities. 4.07 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 procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, (bat 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 generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.08 Submit all questions to the Engineer. Replies will be issued to Bidders of record as addenda. Engineer and Owner shall not provide nor be responsible for any oral clarification. ARTICLE 5—PRE-BID CONFERENCE 5.01 A pre-Bid conference will be held at the time and place listed in the Invitation to Bid. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 4 OF 12 ARTICLE 6—SITE AND OTHER AREAS 0.01 The Site iu identified in the Bidding Documents, Baseozeoiofor permanent structures orD000aoend changes iu existing facilities are io6e obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment,orxtoruguotmm\eriulaunJegu' nnentLobo incorporated io the Work are tobe obtained and paid for byContractor. 6'02 Contractor shall examine documents and conditions at the existing site carefully. No extra payments will be given for conditions which can be deten-nined by examining documents and existing conditions. ARTICLE 7—INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning nr intent of the Bidding Documents are tp6e submitted tu 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 uu having received the Bidding Documents, Questions received less than ten (l0)days prior to the date for opening of Bids may not bc answered. Only questions answered byAddenda will hu binding,Oral and other interpretations or clarifications will hc without legal effect. 7.02 Addenda may be issued tuclarify, correct,ur change the Bidding Documents ae deemed advisable hy Owner u«Engineer. 7.03 Any addenda issued during the time of bidding must be covered in the Bid and bo made o part of the Agreement. Receipt of each addendum must be acknowledged in the Bid. Any Bid in which all issued addenda are not acknowledged may 6e considered incomplete. ARTICLE 8—BID SECURITY 8.01 /\Bid must bo accompanied by Bid security made payable u,Owner bnao amount of ten 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,Lu any case drawn and issued byo national banking association located io Montana orby any banking corporation incorporated under the laws of Montana; oru Bid bond (on a form attached if a form is prescribed)issued by a surety authorized to do business in Montana meeting the requirements of Paragraphs 5.Oland 5.O2of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents,famished the required contract security and met the other conditions ofthe Notice of Award,whereupon the Bid security will hezetumed. If the Successful Bidder fails to execute and deliver the Contract Documents and famish the required contract security within fifteen(15)days after the Notice of Award, Owner may annul the Notice of Award, and the Bid security nf that Bidder will bmforfeited, The Bid security oy other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven (7)days after the Effective Date mf the Agreement o«sixty-one(6l)days after the Bid opening,whereupon Bid security furnished by such Bidders will be returned, ARTICLE P—CONTRACT TIMES 9.01 The number uf days within which, ur the dates by which,the Work xa0u6e substantially completed and ready for final payment are set forth io the Agreement. SECTION 00200 INSTRUCTIONS T0BIDDERS PAGE xop1z ARTICLE 10—LIQUIDATED DAMAGES 1.0.01 Provisions for liquidated damages,if any,are set forth in the Agreement, ARTICLE I I —SUBSTITUTE AND"OR-EQUAL" ITEMS 11.01 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. If the Contractor bases his bird on substitute or"or-equal" items, he does so entirely at his own risk. Whenever it is indicated in the Bidding Documents that a substitute or"or-equal"item of material or equipment may be furnished or used by Contractor if acceptable to Engineer,application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement, ARTICLE 12—SUBCONTRACTORS, SUPPLIERS AND'OTHERS 12.01 If the Supplementary Conditions require the identity of certain 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 five(5)days after Bid opening, submit to Engineer a list of all such Subcontractors, Suppliers, individuals, or entities proposed for the Work. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer,after due investigation,has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity,Owner may,before the Notice of Award is given,request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution,Owner may determine such Bidder be non-responsive and reject the Bid. 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 and Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any Subcontractor, Supplier,individual,or entity against whom Contractor has reasonable objection. 12.04 Before submitting a proposal,each Contractor should read the complete Contract Documents (including all addenda),specifications and plans,including all related documents contained herein, all of which contain provisions applicable not only to the successful Bidder,but also to his subcontractors. ARTICLE 13—PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. Bids shall be strictly in accordance with the prescribed form.Any modifications thereof or deviations there from may be considered as sufficient cause for rejection.Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 6 OF 12 13.02 All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item listed therein. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer who is authorized to bind the corporation, and 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. The Bid of a corporation which is signed by a person other than a corporate officer must be accompanied by a Power of Attorney showing that person's authority. A. Bids which are signed for a corporation shall have the correct corporate name thereof signed in handwriting or in typewriting and the signature of the president or other authorized officer of the corporation shall be manually written below the written or typewritten corporate name following the work: By: Corporate Seal: Title: 1104 A Bid by a partnership shall be executed in the partnership name and signed by a partner(whose title must appear under the signature)and the official address of the partnership must be shown. Bids which are signed for a co-partnership shall be signed by all of the co-partners or by any attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a Power of Attorney evidencing authority to sign the bid. 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. 13.06 A Bid by an individual shall show the Bidder's name and official address. Bids which are not signed by individuals making them shall have attached thereto a Power of Attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 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. Bonding and insurance for Joint Ventures must be provided by a single company. 13.08 All names must be printed in ink below the signatures. 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. Bids in which all issued addenda are not acknowledged may be considered incomplete. 13.10 Postal and e-mail addresses and telephone number for communications regarding the Bid must be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located,or Bidder shall covenant in writing to obtain such authority and SECTION 0 0200 INSTRUCTIONS TO BIDDERS PACE 7 OF 12 qualification and attach such covenant to the Bid. Bidder's current Montana Contractor's registration number shall also be shown on the Bid Fonn. 13.12 If bids are signed for any other legal entity,the authority of the person signing for such legal entity should be attached to the bid,. 13.13 Special Fuel User's Permit Number shall be shown on the Bid Form. ARTICLE 1.4—BASIS OF BID, COMPARISON OF BIDS 14.01 Bids A. Bidders shall submit a Bid on a unit price and/or 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 is complete,containing all Unit Prices or lump sum prices as shown on the Bid Form,and Bids and totals are shown legibly in their proper locations.The total amount of the Bid shall be legibly written and numerically presented in the proper places and(lie Bid Form shall be manually signed. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item.The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions, C. Discrepancies between the multiplication of units of Work and unit price will be resolved in favor of the unit prices.Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bidder is expected to base the bid on materials and equipment complying fully with the plans and specifications and, in the event names in the bid materials or equipment which do not conform,the Contractor will be responsible for furnishing materials and equipment which fully conform at no change in bid price. ARTICLE 15—SUBMITTAL OF BID 15.01 Each prospective Bidder on record with the Engineer is furnished one copy of the Bidding Documents. A copy of the Bid Forth is to be completed and submitted with the Bid security and all attachments as outlined in Article 7 of the Bid Form. 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 a plainly marked package with the Project title(and, if applicable,the designated portion of the Project for which the Bid is submitted),the name and address of Bidder,the registration number of Bidder if available,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 package plainly marked on the outside with the notation"BID ENCLOSED. A mailed Bid shall be addressed to the address shown in the Invitation to Bid. Bids shall be in a sealed envelope and addressed to: SECTION 00200 INSTRUCTIONS TO BIDDERS CAGE 8 OF 12 Clerk of Commission City Hall 121 N. Rouse Avenue P.O.Box 1230 Bozeman, MT 59771-1230 The envelope shall also contain the following information: A. Name of Project B. Name of Contractor C. Montana Certificate of Contractor Registration Number D. Acknowledge Receipt of Addendum No.: ,`,_, E. Special Fuel User's Permit No. F. In the lower left-hand corner of the envelope print of type: BID DOCUMENTS—DO NOT OPEN UNTIL 2:00 P.M.,on May 6, 2013, 15.03 Bids shall be made in accordance with the following instructions: A. Submit one copy of the complete required documents in an opaque sealed envelope. B. Bids shall be made in ink upon the unaltered Bid Form supplied with these documents, C. All blank spaces must be properly filled. D, The total laid price must be stated in both writing and in figures. In case of a discrepancy between unit price and total bid price,the unit prices or lump sum prices shall be used in computing the total bid price. E. The bid form shall contain no additions,conditions,stipulations,erasures,or other irregularities. F. The bid form must acknowledge receipt of all addenda issued. C. The bid form must be signed in ink and display the Bidder's name, address, correct Montana Contractor's Registration Number,and fuel permit user's number. H. The Nondiscrimination Affirmation Page included in Section 00300 of these documents must be included with the bid. ARTICLE 16---MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the same 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. 16.02 If within twenty four(24)hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner 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,that Bidder will be disqualified from further bidding on the Work. SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 9 OF 12 ARTICLE 17—OPENING OF AIDS 17.01 Bids will be opened at the time and place indicated in the Invitation to Bid and,unless obviously non-responsive,read aloud publicly.An abstract of the amounts of the base Bids and major alternates, if any, 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 the period of time stated in the Bid Form,but Owner may, in its sole discretion,release any Bid and return the Bid security prior to the end of this period. ARTICLE 19—EVALUATION OF BIDS AND AWARD OF CONTRACT 19.01 Owner reserves the right to reject any 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 finds,after reasonable inquiry and evaluation,to not be responsible. Owner also reserves the right to waive all informalities not involving price,time, or changes in the Work and to negotiate contract terms with the Successful Bidder.Owner reserves the right to reject the Bid of any Bidder if Owner believes it would not be in the best interest of the Project to make an award to that Bidder whether because Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. 19.02: More than one Bid for the same Work from an individual or entity under the same or different names will not be considered,Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that 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. 19.01 In evaluating Bidders,Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors,Suppliers, and other individuals or entities must be submitted as provided in the Special Provisions, 19.05 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications,and financial ability of Bidders,proposed Subcontractors, Suppliers, individuals, or entities to perform the Work:in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 The project has a finite project budget and has therefore been separated into a base bid with additive alternates based upon priority. T1e bid schedules may be awarded as a single total combined contract,may be awarded singly as separate contracts,or in any combination of schedules which will result in the lowest project cost to the Owner. In any of the possible scenarios, all awarded alternates will be awarded to a single Bidder. SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 10 OF 12 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 and payment bonds and certificates of insurance. When the Successful Bidder delivers the executed Agreement to Owner,it must be accompanied. by such bonds. ARTICLE 21—SIGNING OF AGREEMENT 21.01 When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along 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 ten (10)days thereafter,Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. ARTICLE 22—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 Construction Contractors shall be registered in order to bid this project. Registration shall be per Montana Code Annotated 39-4-201. All Subcontractors whose portion of the work is over$2,500 will be required to submit proof of registration with Department of Labor and Industry(DOLI). 22.03 Pursuant to Section 15-50-205,Montana Code Annotated, the Owner is required to withhold one (1)percent of all payments due the Contractor and is required to transmit such monies to the State Board of Equalization as part of the Public Contractor's Fee. In like fashion,the Contractor is required to withhold one(1)percent from payments to Subcontractors. Under the statute, these Public Contractor's Fees may be used as credits against income tax and corporation license tax paid or due in Montana. ARTICLE 23—WAGE REQUIREMENT'S 23.01 In accordance with MCA 18-2-401 and 18-2-402,the Contractor and all Subcontractors must pay, as a minimum,the rate of wages as provided in the Montana Prevailing Wage Rates including fringe benefits and applicable zone pay. A copy of the current wage determination is included in the Project Manual. 23.02 In addition, in accordance with MCA 18-2-422, the Contractor and all Subcontractors must maintain certified payrolls for a period of not less than 3 years from the completion of work and post a statement of all wages and fringe benefits at the site of the work. 23.03 The Contractor must also submit certified payrolls for all employees and employees of Subcontractors to the Engineer within one week of issuing each respective payroll. SECriON 00200 INSTRUCTIONS TO BIDDERS PAGE I 1 OF 12 ARTICLE 24—EQUAL EMPLOYMENT OPPORTUNITY 2.4.01 Attention of Bidders is particularly called to the requirement for ensuring that employees and applicants for employment are not discriminated against because of their race,color,religion, national origin, sex,marital status, age, or political ideas. Bidders on this work will be required to comply with the President's Executive Orders No. 11246 as amended, 11458, 11518, and 11625. ARTICLE 25—NOTICE OF EXTENDED PAYMENT PROVISION 25.01 Pursuant to MCA 28-2-2115,Bidders are hereby notified that this contract allows the Owner to make payment within 30 days after approval of the payment request or as otherwise stipulated in the Supplementary Conditions to the General Conditions, SC-14.02.0. ARTICLE 26 —TELEGRAPHIC MODIFICATION 26.01 Any Bidder may modify the bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not reveal the bid price,but shall only provide the addition or subtraction from the original proposal. Telegraphic proposal modifications must be verified by letter. This written communication shall be received no later than three(3)working days following the bid opening or no consideration will be given to the telegraphic modification. ARTICLE 27—LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT 27.01 The successful Bidder,upon failure or refusal to execute and deliver the contract and bonds required within ten (10)days after receipt of notice of the acceptance of the bid,shall forfeit to the Owner as liquidated damages for such failure or refusal„ the security deposited with the bid, as provided in 18-1-204 Montana Code Annotated. ARTICLE 28—CITY OF BOZEMAN BUSINESS LICENSE 28.01 All Contractors conducting work within the City of Bozeman are required to have a current Business License, Applications for Business Licenses may be obtained at City Hall, 121 N.Rouse Avenue,Bozeman, Montana, END OF SECTION SECTION 00200 INSTRUCTIONS TO BIDDERS PAGE 12 OF 12 BID FORM SECTION 00304 RED FORM PRO,IEC T IDEl TUICATION 2013 Scwcr ReW'arnica pro' t (N=ofPmject) Bozeman MT (t Oration) (If sppicaWq hoica orpordon arpmject for which Bid is submitk* ARTICLE 1—Bl®RECIPIENT 1.01 This Bid is submited to: i of Buzernan qty Ha.—Clerk of Commisgign ( nimfion) 21 N. venue p Box 1230 (Stir PO Bas) Boz-=M ILA r S 71-1230 (City) (State) (Zip cak) 1.02 The undersigned Bidder proposes and aM=,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 thetinres indicated in this Bid and in accordance with the Other terms and conditions of the Bidding Documents, ARTICLE 2—BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the teems and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security,This Bid will remain subject to acceptance for sixty(60)days e=the Bid opening,or for such longer period of time that Bidder may agree to in writing capon request of Owner. SECTION tl 00 BID FORM PAGE I OF I ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid,Bidder represents that., A. Bidder has examined and carefWly studied the BiddingDocumcnts,other related data identified in the Bidding Documents,and the following Addenda,receipt of which is hereby acknowledged: AL&mdum'r-b. Addendurn Date B. Bidder has visited the Site and become finjaiar with and is satisfied as to the general,lo* and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all LAws,and ftguWons that may affect cost, progress,and performance of the Wo& 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 relating to existing surface or subsurLize structures At the Site(except Underground Facilities)that have been identified in the Special Provisions as containing reliable"technical data,"and(2)reports and drawings Of HazOrdOus,Environmental Conditions,if any,at the Site that have been identified in the Special Provisions as containing reliable"technical data," E. Bidder has considered the information Imown to Bidder,information commonly known to contractors doing business in the locality of the Site;infinination and observations obtained from visits to the Site;the Bidding Documents;and the Site-related reports and drawings identified in the Bidding Documents,with respect to the effect of such infbimadon, observations,and documents on(1)the cost,progress,and performance ofthe Work,-(2)the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and Procedures of construction expressly required by the BiddingDocuments;and(3)Bidder's satiety precautions and programs. K Based on the information and observations referred to in Paragraph 3.011 above,Bidder does not consider that finther examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for perforamnee of the Work at the price(s)bid and within the times required,and in accordance with the other tcm3s 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 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. SECITON O(Boo BID FORM PAGE 2 OF 11 I. The Bidding Documents=generally sufficient to indicate and convey understanding of all terms and conditions for the perforrnance of the Work for which this Bid is submitted ARTICLE 4—BIDDER'S CERTEFICA77ON 4.01 Bidder certifies that A. 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 collusive agreement or rules of any group,association,organization,or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding;and I Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract For the purposes of this Paragraph 4,01.1):"corrupt practice"means the offering,giving,receiving,or soliciting ofanyffiing ofvalue likely to influence the action of a public official in the bidding process, 2. "fraudulent practice'mews an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner,(b)to establish bid prices at artificial non-competitive levels,or(c)to deprive Owner of the benefits of free and open competition; 3. "collusive practice means a scheme or arrangement between two or more Bidders, with or withoutthe:knuwledgr,of Owner,&purpose of which is to establish bidprices at artificial,non-competitive levels;and 4. "coercive practice' means harming or ffircatening to harm, directly or indirectly, persons or theirpropertyto influenceth6rparticipation in the biddingproom or affect the execution of tho Contract 4.02 The Bidder certifies that no official of the Owner,Engineer,or any member of such official's immediate fmffly has direct or indirect interest in the pecuniary profits or Contracts of the Bidder, 4,03 Bidder represents that he has reviewed applicable State and federal laws,Civil Rights and tax requirements and will comply, ARTICLE 5—BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following pric'e(s); SECTION 00300 BID Far RM PAGE 3 OF 11 CITY OF BOZIMAN 2013 SEWER AB]TUATION PROJECT Item. BASE BID NO. �Fithuated unit URK Price Trial Price 1 Mobilization 1 LS 9n 040 2 'Trek Control 1 LS bb s $ 000— 3 Exploratory Excavation 15 HR 4 8"SUR 35 Sewer Main 10 LF 50 acs $' 5 Standard Manholes 3 EA 06 ob 6 6"CIPP Sewer Main Rehabilitation 8,350 LT tea s on� a' 7 8"CIPP Sewer Main.Rehabilitation 2,200 LF 60 8 10"CW'Sewer Main RehabilirWon 5,100 LF or$ o27 60 9 CIPP Reh5talement of Service !Connection 460 FA ov 10 Open Cut Spat.Repair 11 EA oo 11 CIPP Spot Impairs 3 IA a as 12 New 4"Service Connection 15 EA $ r 9DO 13 New 6"Service Connection 75 EA eo e, $ �,�a d� $ j��3, 000 14 4"PVC SDR 35 Sewer Service Pipe 120 LF oc, S / ' $ SECT ON 00300 BID FORM PAGE 4 OF 11 CITY OF BOZEMAN 2013 SEWERRERABILIATION PROJECT BASE BED Item Drescrpton Estimated. Unit No. quantity Unit Price Total Price 15 6"PVC SD!R 35 Sewer Service Pipe 500 LF sici 0 f 40 16 Service Lateral Connection 130 EA pia cs,r� $ 1, 711 $ o�� � t�Ut? 17 FlowableFill 500 C'Y 00 18 Curb and Gutter Removal and 225 LF x� e� Replacement $ �p"s"° S )3, 5Co- 19 Sidewalk Removal and Replacement 1,125 SF 00 c� �� $ -2'� 250 210 Type A Surface Restoration (Asphalt) 15p LF ' ' d TOTAL Stl Price(Base Bid) m TOTAL Estimated Base Bid Price $ 061-e 141WOAI MOP H-k 6b 7 6►d Ty aA E T1fcu5Awb Vr� t fuNaR , (Words) SECTION 00300 7 13M FORM PAGE 5 OF y I CITY OF BOZEMAN 2013 SEWER R JL4BHjATj0N pR0,TECT ADDITIVE ALTERNATE#2 Item Estimated No. Description Unit uanti Unit Price Total Price 201 :Mobilization 1 LS S `/ 202 Traffic Control 1 LS , 5 act _ s o 203 Exploratory Excavation 5 HR 204 8"SDR 3 5 Sewer Main 715 LF S Zug ol-5 T 205 Standard Manholes 3 EA ov 00 $ �q�7p � r 206 Reconnect 4"Sewer Service 4 EA 00 If 7 00 �11 Soo 207 Reconnect 6"Sewer Service 20 EA a° va �r IrC�— $ ��Cl4b 208 4";PVC SDR 35 Sewer Service Pipe 20 LF r " 209 6"PVC SDR 35 Sewer Service Pipe 120 LF IN 00 p° 210 Curb and Gutter Rernoval and 60 LF + ' Replacement 3,1 Qo� 211 Sidewalk Removal and Replacement 300 SF 212 Type A Surface Restoration (Asphalt) 715 LF TOTAL Bid Price(Additive Alternate#2) S ,/ + 970 0 (Figures) TOTAL Estimated Additive Alternate#2 Price $ 10,4'r #114Mlr6 V r N7-V -£!r+pH- tier 5AUb Aj W C 814;J D O-s 5eV45AS`7 (Words) SECn4N DMOO Bib FORM PAGE 7 mF t t Crff OFBOZEIMtAN 2013 SEWER REIIABILIATION PRojECT ADDUIVE ALTERNATE#3 Item Description Estimated Unit No. "anti Unit Price Total Price 301 Mobilization 1 LS O-D ab $ 9 302 Traffic Control 1 LS «a 5,Z 0 5,, d� 303 Exploratory Excavation 5 HR 60 a� $ 3v� 1, 156" 304 9"SDR 35 Sewer Main 1,645 LF ctr 04::� $ $ /56,, 5357 305 Standard Manboles 5 EA CK, dQ $ ,,`706- $ 306 Reconnect 4"Sewer service to FA oa a $ /f 6045- 04 $ 1 , btu 307 Reconnect 6"Sewer Service 43 EA 00 csc s 70 '7 3,/CO 306 4"PVC SDR 35 Sewer Service Pipe 60 LF O� 309 6"PVC SDR 35 Sewer Service Pipe 250 LF oc� o 310 Curb and Gutter Removal and 130 LF Replacement $ $ /56 311 Sidewalk Removal and Replacement 650 SF _ 00 �},,„ Type Surface Restoration 6 q�e 3 4 L (Asphalt) 1�,tY-t L.I' .p 1 /�✓� ! f V P�/ TOTAL Bid Price(Additive Alteraate#3) (Figures) TO'T`AL,Estimated Additive Alternate#3 Price 1414,Jb E.b Ovok-ry (Wards) SRCHON 00300 BID FORM PAGE 8 OF I I A. Unit Prices have been computed in accordance with Paragraph 11.03.8 of the General Conditions. B. Bidder acknowledges that estimated quantities am not guaranteed,and am solely for the purpose of comparison of Bids,and final payinent for all unit price Bid items will be based on actual quantities,determined as provided in the Contract Documents. C. The undersigned agrees that the unit prices shall govern in cheelcing the Bid,and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed above after extensions are checked and corrections made,if any,the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contact. D, The Owner reserves the right to reject any or all bids. ARTICLE 6—TIME OF COMEPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages and payments to Owner for additional Engineering services. ARTICLE 7—ArrACHMENTs TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security in the amount of 10%of the maximum Bid price including alternates, if any,and in the form of a Bid Bond identified in the Instructions to Bidders; B. Nondiscrimination Affirruation Fonn ARTICLE 8—DEFINED TERMS 8.01 The term used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. ARTICLE 9—BM SU13MITTAL 9.01 This Bid is submitted by. If Bidder is: Anludi Name(typed or printed): By: (Individual's signature) SECTION 00300 131D FORM PAGE 9 OF I I Doing business as: A Pgfttship Partnership Name: By: (Signature of general partner--attach evidence of authority to sign) Name(typed or printed): A CozpQmtion � . Corporation Name,. , State of Incorporate. r Type(General Business, sio al,Se'rvi , imi aahelity): �. By: (Signature—a ach evidGoe of authority sign.) Name(typed or printed): "Titles i` `kY+ CA r4aftowpr Attest. LO&M 4 D to of Qualification to do business in Montana [State where Project. is located] is Lo1. 1 A Joint Venture Name of Joint Venture, First Joint Venturer Name. t By:. (Signature of first joint venture partner—attach evidence of authority to sign) Name(typed or printed): Title. Second Joint Venturer Name: SECTION 40300 BCD FORM PAGEIOOF1t By. (Signature of second)oint venture partner—attach evidence of authority to sign) Name(typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual,partnership,and corporation that is a party to the joint nt venture should be in the manncr indicated above.) Bidder's Business Address: t ..- av :1415 Akevq ID Znd Phone No.: o a Fax No.: 5 — E-mail: S1JBi'v r17ED an ._'' -r 4; zo-a Ernployer's Tax Ili No. g State.Contractor License No.: . Special Fuel User Permit No..; END OF SECTION SECT N 00300 BID FORM PAGE 11 OF Q 1 NON-DISCRIAHNATION AFFMAIATION FORM [name ofentity submitting]hereby affirms it will not discriminate on the basis of race,color,religion,creed,sex,age,marital status,national origin,or because of actual or perceived sexual orientation,gender identity or disability in the performance of work performed for the city of Bozeman,if a contract is awarded to it,and also recognizes the eventual contract,if awarded,will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the n P/ [=no of entity submittin ployees and to all subcontracts it enters into in performance of the agreement with the city f z an. Signature of Bidder; Person suthoriwd to sign on behalf of the bidder FEKAL SUM FORM BID BOND Any singular wforance to Bidder,Surety,Owner or odw party sh&H be comdcrEd plural whom aWhcable. BflDBR(�Vi Iarna a�ayame Zaliaer, LLC' 7925 Charrywood Loop Xiowa, CO 80117 SURM(Name and ASS ofPnnd:fpgl Pkce Business): Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 OW.(Name anif Odd 's): City of Bozeman City Sall, City Clarke Office 121 North mouse Avenue, Suite 102 Bozeman, UT 59771 BID Hid DW-Date: Kay 6th; 2013 Demipham(ProjeotName a?nd F7whdeLoaadon): 2013 Sewer Rehabilitation Project / Bozeman, Montana DOND BandNumber.,LAY 676D bte(04 ei°ti W Bi4 dUe' );asay 6th 2013 en8l la{r1 Ten Percent of the Amount of the Bid----u -- ___ -----lQy-_--_a-- SqTdy and Bidder,intending to be IVdly bound bey,subject to flee gams set forth below,do each Mgt this Bid'Bo4d to be ddly cxwuted by rut urtlrb rizmed offlou,o gent,or mptesp3tifivt' . BIDpEKlixx rave mars Casualty and Surety Layne L1C (Seal) _C0= ny 41 m.,Ic. (Seal) Bidder's Duna C to Sur+ety's Name anal . CA 81$11 C� (OA-high Ptrwtr of Attomey) 0.14 3 Steven X. Garrett Attorney-' -Fact Attest: 4 7 Attast �' atrare c Deborah A. Yates -a' Attorn -in-Faot TWO Tide Note:Abow adtfhmware to be used for giving any required nalke. Provide exeeudan by mW additional par6a,swh ors pint ventwers,Ifnecemary. rnepr►tr4y go ugza=i0mcm a mmma N cuumam r arz PENAL SUM FORM l• Hr.a,�nd�u'oh'',,FWlntiy and�' y,bigd v�,t4ezr���t�s,adrtiini sn �, and as 'tp t?arner exult 4f B t1r?, sum.sat mm the face ref dais FtQapd Paymaett of the pemapl 8ter eserhaot ofSielde 'a and Sprcty'a ' ltetapv dry cf penal aunt under the tans of ftris Bond aliall�lte iJwner"e able and e�rbasive , ?taduave�,y t�qn de�rutt afar. 2. Docaments Deatidt of Bidder stall ocawr upon the fatlttre of Wdor to deliver wid&the fimerequircd by the Bidding (ear any eucimnon thereof agreed to in wri*by Ownw) dw ex=ted Arviment repired bthe y .. Biele}aR and any pe6mumm=4 payment bonds mluire d by the Bidding> e*v 3. This obligation shat l be nO and vai4 it 3.1 der ace.". Bidder-s$td an4 Roder dxlivors Rritbin the time requlrad by rite Bidding lDoeatments(or Any voia4on.theaeof ? wrxt tg'f+ .Owner)the ea eint6ed g?eak requimd by the Bidding � �h��psty ::: : ,.. and past bonels�ref�uitxrd by Bidding lyaiBtmexas,, 3 Owwr to*"a Notice of 4ward to Bidder*QA the tam in am D d f pQcumM,ts (eat 0y. t4.rp*by Bfdde r and,If pl agbje,ctattaptCO P bey Surety Wheu in IIA 4 Fpylue Qt ppp r t uca taAd Will bm hd w mod parable elatitult of Bier and€within 38 emhndw days saw it ri* r Bi sufty 4N i tt0twe of d cult from tom,which notice Will be Riven vvltli ... .,is a tbt Neataetd inclu ft a of 4w imount.dua. S. Sum waav±e$notm b any and all dobwesixmed eat or4oft otit of any U estftwoA to issues Netim of A a to t widtirig by Owner wd '" �that the t6od time l`oar„ . ATatioe of A ictcls shall moil in the to er a and 120 days Bid dne date vw thorn-SuroVs vpittm tS. Nq suit or action shall be cmmenced under this$odd lnia�r to 30 calandar days after the noti�bf default elate` in P'aiageaph 4 above is received by Biddee;and Stn+edy attd iu no cast later than ow Year ati�Hid doe 7. Any suit or action under this Band shall be commenced only in a court of compawt juriadiodon located in the state in which the project is located. 9- NOticm required . #ball be in writing and amt-to Bidder and Surdy at their regxwfive a ahown oft the#see of this Bond.Such notices may be aen1 by personal deli y,mntn=ja cmieror by Unite d Stapes Registered or CtaOerd Mail,return receipt r6questead.,PwtaP pragasid,Bad$hall be deemed to be effective upon receipt by the party ctmommed. 9.. Surety shall C se to be attached to this Bond a current and et'fective lower of Attomeyr evidencing the autluuity of the officer,agent,ear re p emotive who executed thin,Mond on b"f'of surety to wLe cute,seal,ad deliver such Bond and bind rise Surety&w lft.'This Dand is iinftded to confarnt to all appiicable statutory raquiresneaots•Any applicable mquirenmj of any applicable statute that bas been omitted from this Bond shall be deemed to be inclnekd horejn as if Set forth at 1009th,if arty pmvisicm of this Bond coonflic b with any aWimble ab tute,then tic provision of said statute&W govam and the remainder of this Bond that is not in conflict therewith shall Continue ill full forme and efifoct. 11.'The tare"BW as used herein includes a Bid,ofr,or proposal as applicable. tUCDC C-00 A Bud UF=W. Fermi z err WARNIN&THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER AM, POWER GW&TORNEY TRAVELERSJningtoo Casualty Company St.Paul Merenry Luarance company Fidelity and Guaranty losurguice,Company Travelers Casualty and Surety Company Fidelity and Guaranty baurance Underwriters, itt, Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Coinpany St,Paul Guardian Insurance Company Attorney-In Fact No. 220048 Certificate No. 0053720,72 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St.Paul Fire and marine Company,St.Paul Mercury insurance Company,Traveler,Casualty In-Company,St.Paul Guardian Insurance Fidelity and Guaranty Company are corporations duly organized under Surety Comp"my,Travelers Casualty and Surety Company of America,and United States der the laws Of the State of Connecticut,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 Undcrv.Titers,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(heroin collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Deborah A.Yates,Steven M.Garrett,William A.Kantlehner 111,Thomas 1,Mitchell,JeffrCy A.Brown,Diane L.Phelps, S.Annette Mullet,Roger A,Neal,and Linda Kapfharnmer of the City of. t jilligUill a ,State of Their true and lawful Attorney(s)-in-Pact, each in their separate capacity if note than one is named above,to sigh,execute,seal and ackn6wledge any and all bonds,rccogai=ces,conditional undertakings and other writings obligatory in the nature thereof on behalf Of the Companies in their business of patanteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Not lintited to a spec fie dollar amunt. IN WITNESS WHEREOF.the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 15th day of February -a 2013 . Farmington Casualty company SL Paid Mercury insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Untim-writers,kc. Travelers Casualty and Saraq Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance Company State of Connecticut By: City of Hartford s& On this the 15th -- ay of February 2013 ,before me personally appealed Robert L,Raney,who acknowledged himscif to he the Senior Vice Presides!of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty lostaranec Underwriters, -Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Fire and Marine Insurance Company,St lnc�'St'pauj Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that be,as such,being authorized so to do,executed the foregoing instrument for the Purposes therein contained by signing or behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereanto set my hand and official seal MY Commission expires the 3Dth day of June,2016, M26c C-IttraWt,Notary Pub& 58440-8-12 Printed In U.S.A. � ---7) L5,n q;. A inifter May 3,2013 City of Bozeman,Montana 121 North Rouse Avenue Bozeman,MT 59771 RE: 2013 Sewer Rehabilitation Project Dear City of Bozeman: Mark Slack,Layne Winer District Manager,is hereby granted bidding authority up to and including$5,000,000 in reference to the 2013 Sewer Rehabilitation Project, Sincerely, Denise McClanahan Vice President Layne Inliner, LLC 4520 North state Road V,Ofleang,IN 47452 1 Gfflca',8IUM= I Far.812M3975 I hya"am i STATE OF MONTAFIA DEPARTMENT OF LABOR & INDUSTRY CONETRur.TIOK CONTRACTOR REGISTRATION UNIT E ,.TIFF C TE O I VIST TIV O. 202790 LAs INLINER L1_,C 4520 N ST RD 37 ORLEANS,IN 47452 Effective Date: May Q 1,2013 Expiration Date: Apr 30, 2015 This is a Bid Only Certificate Additional immfcyrmmicrtioar on back. ,Please mmatify This agency of ajmy cbanges withiv I plays. 04 30-' 3 17:06 T0- CT CARP PHOENIX AZ FROM- sets Cf state P000210005 T-380 F-076 SECRETARY OF STATE STAT131 OF MONTANA UNDA McCUr L.UCH Montana State Capitol PO Box 202901 IItlena,iV r 59620-2$41 (406)444.3665 CT CORPORA110N SYSTr,,M 2390 E CAM13L13ACK RD SIT 110 PI-10E, A7 8'5016-9031 RE:LAYNE INLINER,LLC t`.ERTII~ICATE 01"ACITTIORTTY Filing Date:April 19,2013 April 34,2413 Filing Number;E-469041 -487309 Dear Sir or Madam: I've approved the tiling of the documents for the above named entity. The domment number and Cling data have been recorded on the original douumesnt, Tliis letter serves as your certificate of filing turd should be maintained in your lilts for future rcf0rence., nt: first Annual Report must he delivered to the Sec etaty of State between January 1 and April 15 of the year k vin the calendar year in which a Domestic or Foreign Corporation or Limited Liability Company was incorporated or authorized to lraw act business. Subsequent Annual Reports mast be delivered to ibe:secretary of State bclween January l and April 15 each year ther+ealler. Thank you for giving Us olI'iw the opportunity to serve you. P-01 future inquiries or fussisttance regarding business entity registrations,you can log on to N§,mtP.9y or contool the.business Services Division's professionals at(406)444-3665, :Sincerely, CSajj Linda McCulloch Secretary or stato Sign up for our newslatter to moolve opniittes atbout they office! Visit us ratline at W.sait gUlisubse:a��c. Disclaimer, The SoctVary of 94zitc is required to retattn mail to the entity chit subraaitted the paperwork to our OtTICe unless otherwise dinvolad by the customer, Therefore,tiro etatily name and mailing address aP,Pearirng in this lector may not be arPillated as an ownerlprinoipal for the batsiaoss name appearing in,the bqx. 04-30-'13 17:06 TO- CT CORP PHOENIX AZ of state P0083/0005 T-380 F-075 STATE OF'MtiMTANA 7MK tc 1"�w 11NYNrrrM CtRvicAn of AUTIfaJItTTY ' of r-0141MIN tlMITEattaitib>rrtvrvroia ETA 'I f IT NA �. APPUCATII liCl11'IDhI L. r NIML. Ultar<a ftnrM00 APR 1 9 2093 stay af5sak+r w.ci, 20�A02 Flalene,urT49820 2901 SECRE AIRS ter, sTATE Pt#OAI� �'�1A44MJI649 rMb (406)444-n76 WEBXM: MWLt 8rq�iMetiFetnCPor 1AAD G xN kiat�r 7raf:rlty Mrttdrjng aprck Irk ead Aed Saaaa CJ 1 HcwEkutu NrndlFtt�c'htckbrRetWd Addrukd-a>n cbsj on%xt'efoleiBn united thboky Company c3 F4DrelunPrdrwclonplLhttodllrblikviC6mpvnv q, 7hibwngoft1w W&Iod RakdltyWnpWhsn Upsipiim,LL.0 M�0'Pfri�' !tt�llk�ahll�rl"�91AW 1!r'IWRd�d'hkllltY'�r1tl�iM'ty"n"I 'K�°�"rl'!n OttbtevlWtR�•tt PndtclWttlrfiacti eert4l'd lkkga�Ptl6' dl9trtatatll�ttAlgyi ,rrw��trrkralMtttun 2. Itfsomanholl underthoiaarcatthestrteo ikedie+tr and bttel�tatttteFezaeatratnt datedceatf9eate d Erl9�entce friDmi�hat state. The date of I"or8aniratlatt h%(MM*Ag#vAtl 6Ti12ati7 and th4 period r}duralion[si P 4, ibe r orm and Wdrw of the r;&erod 610WIpent Irk Appmintmad61tha hqweW Alf etKlscnrArrsnreti*ofOmopiCrcument C T t„orpmetito Symcrn ,5tteet Addrttks(rcgt�arad�:204-00"h,.,,.. ,dtdm 317 C*Dow Mrtttnp J►Qdroasr 9trpe;l Cade; 3frtbt I 68gttrkuee of ha red AMV. t S. ' bustmm�eilbtgaddraaaafTheprbrdpalof office 140at6i�sao hA Mr, ARlaeivn yVoedo � � ---_ SlBtko t{& zip GMiet i The i'C is m by(chuck artel a MOW or by 14 C1Nlembv%- t 7. Nrrtr4a%dbuairUg*ddre"ofcurrenr agkig Mlftgpm or,heflrongMemisersarelattatita Itnuorw# Lorry rL ytojec,Dcnxao hgm*odMnwic M.Holir,4524 N.$rile RAW 37,Orissm,VN47452 a 0tsvw 7,croaks end tarp W,Famila,1960 ell rw ldi"1w J wrway)Mblon Womb,Ks 64203 t . e`. Il a Paoferrslon>at ttmlted tlikbgity!Commany,the seMax to be rodored: l i 9. 101MYMMANDAMIM,Under04111111t 'I he factsaantalrtadInthirAP Plttetten Of*VIM Apptitont SIT nrtre:4113 9 batrCirve Contut Phone: 4t3 677.d8di I;tt 11;Swann Rlpier l5yna�DOn7 ;a.:..mr ,�a,a�(�„m� art: mt_/ta�te4aeiCy"w«�,�rw'n �tmlt�d„LCtbGyy cemp�sr, danL�Mr1VT�d� 7 APR-15-2013 14:10 6028619104 97x P.003 04-30-'13 17:07 TO- CT CORP PBOENIX AZ FROM- sec; of state P0805/0005 T-380 F-1076 STATE OF INDLANA c)VMF,OF M 9RCRETARY Of STATE CERTMCM 07 WSUNCE To Whom Time Preacuts Come,Grettlap, 1,Coluaif,Lawson,Secreftay of Stgte of Indiana,do hfttby=r*that I IM,by vifto of the]am of*e ftleOf Indiana-the cuandlen of the MPM-AU Mork and proper official to oxmite this oefficILM. I fuTtiter ca*that rcew*of thin office disc lost that LAYNS INLINER,LLC duly filed the requisite&MMents to commence business g6vific5 undor the larva of State of jadkm an MW 01,2002,and was In eximnot or whorized to transact basin eg hi the State of Indiana on April 19,2013. J further certify this Domestic Limiwd LiabOlty Compmw(U.C)has riled its most recent report Mquired by India low with the Secretw of Statk or is not ye,required to file Snob repom and that u1D notice of withdrawal.,dissolution or expiration bAg bm filed or taken p1w. In Witneu WhercK,I have tmmuft ad my hmid sud Wixed ffic seal of the State of Indiana..at the city of In(boupolis,thia NWeteenth Day of Apr14 2013. COMIC JAWSGn,SCUOM OfSUIS 2002050200119 2013041904080 APR-I9-2013 I.A.118 902313ISIO4 57x 1'.G1p2 AGREEMENT FORM SECTION 00500 AGREEMENT FORM THIS AGREEMENT is by and between the City of Bozeman ("Owner") and Layne InlingCLLC ("Contractore'). Owner and Contractor hereby agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents.The Work is generally described as follows:. The project consists of the open-cut replacement of approximately 2,750 lineal feet of 8-inch sewer main thereplacement of 8 sanitary sewer manholes and the rehabilitation of agproxiiiiatelv 15,650 lineal feet of sewer mains in the City of Bozeman. Rehabilitation will be achieved by the installation of Cured-In-Place Pie CIPP The existing sewer mains to be rehabilitated utilizing CIPP are 6-inch 8-inch and 10-inch. Additionally,the project includes a number of sewer service connections to be rehabilitated utilizing service lateral connection(SLC)trenchless technolory and open cut replacement ARTICLE 2- THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: City_of Bozeman 2013 Sewer Rehabilitation Project. ARTICLE 3- ENGINEER 3.01 The Project has been designed by Great West En*ink eerin ,Inc(Engineer), which 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. 4.02 Days to Achieve Substantial Completion and final Payment A. The Work will be substantially completed within 125 calendar days after the date when the Contract Times continence to run as provided in Paragraph 2.03 of the General Conditions,and completed and ready for final payment in accordance with Paragrapli 14.07 of the General Conditions within 3_0 calendar days after the date of Substantial Completion. SECTION 00500 AGREEMENT FORM PAGE 1 OF 7 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial loss if the"Work is not completed within tine 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 preceding the actual loss suffered by Owner if the Work is not conpleted on time.Accordingly, instead of requiring any such proof,Owner-and Contractor agree that as liquidated damages for delay(but not as a penalty),Contractor shall pay Owner Five Hundred dollars($500.00)for each day that expires after the time specified in Paragraph 4.02 above for Substantial Completion until the Work is substantially complete.After Substantial Completion,if Contractor shall neglect,refuse,or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner,Contractor shall pay Owner-Five Hundred dollars $500,00 for each day that expires after the time specified in Paragraph 4.02 above for completion and readiness for final payment until the Work is completed and ready for final payment. 4.04 Special Event Liquidated Damages A. OWNER and CONTRACTOR further recognize that time is of the essence in accommodating short ternn special events and sewer service interruptions throughout the course of the project,and that the Owner will suffer financial loss if tine provisions specified below are not met: 1. Streets shall be open to traffic as specified for the Main Street closures/events in Special Provision 34,or shall be subject to the provisions of this section of this agreement. OWNER and CONTRACTOR also recognize the delays,expense,and difficulties involved in proving,in a legal or arbitration proceeding,the actual loss suffered by OWNER if the provisions listed in sections 4.04,A,1 of this agreement are not met. 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 one thousand dollars($1,000)for each hoar that expires after the time specified for tine beginning of any of the special events in section 4,04,A,1 of this agreement, ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the quantity of that item that is constructed and accepted.Unit prices are those listed in the Unit Price Schedule of the Bid Form. Estimated quantities used for bidding purposes are not guaranteed,payment will be for actual quantities as determined by Engineer in accordance with Article 9.07 of the General Conditions,Unit prices have been computed as provided in Paragraph 11.03 of the General Conditions, SECTION 00500 AGREEMENT FORM PAGE.2 OF 7 ARTICLE 6- PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of tale General Conditions.Applications for Payment will be processed by Engineer as provided in the Contract Documents, 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price oil the basis of Contractor's Applications for Payment on or about the 251°day of each month during performance of the Work as provided in Paragraph 6.02.A.I below. All such payments will be measured oil the basis of the progress of the Work measured by the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Forn) for that item. 1. Prior to Substantial Completion,progress payments will be made in an amount equal to the percentage indicated below but, in each case,Less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may witl hold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions. a. 95 percent of Work completed(with the balance being retainage); and b. 95 percent of cost of materials and equipment delivered,suitably stored, and accompanied by documentation satisfactory to Owner as provided in paragraph 14.02 of General Conditions but not incorporated in the Work(with the balance beingretainage). 2. Upon Substantial Completion,Owner shall pay all amount sufficient to increase total payments to Contractor to 100 percent of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B.5 of the General Conditions and less 200 percent 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. ARTICLE 7- INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: SECTION 00500 AGREEMENT FORM PAGE 3 OF 7 A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance and furnishing of the Work,. C. Contractor is familiar with and is satisfied as to all federal, state,and local Laws and Regulations that may affect cost,progress,and performance of the Work. D. Contractor has carefully studied all. (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities), if any,that have been identified in the Special Provisions as containing reliable "technical data," and(2)reports and drawings of Hazardous Environmental Conditions, if any,at the Site that have been identified in the Special Provisions as containing reliable"technical data." Contractor acknowledges that such reports and drawings are not Contract Documents and may not be complete for Contractor's purposes. Contractor acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground facilities at or contiguous to the site. E. Contractor has considered the information known to Contractor; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents;and the Site- related reports and drawings identified in the Contract Documents,with respect to the effect of such information,observations,and documents on (1)the cost,progress,and performance of the Work; (2)the means,methods, techniques,sequences,and procedures of constriction to be employed by Contractor,including any specific means,methods,techniques,sequences,and procedures of construction expressly required by the Contract Documents;and(3)Contractor's safety precautions and programs. F. Based oar tine information and observations referred to in Paragraph 8.01.E above, Contractor does not consider that farther examinations,investigations,explorations, tests,studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. C . 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 given Engineer written notice of al]conflicts,errors,ambiguities,or discrepancies that Contractor has discovered in the Contract.Documents,and the written resolution thereof by Engineer is acceptable to Contractor, I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. SECTION 00500 AGREEMENT FORM t'AGE 4 OF 7 J. Contractor hereby affrnns it will not discriminate on the basis of race,color,religion, creed,sex,age,marital status,national origin,or because of actual or perceived sexual orientation,gender identity or disability in the perfonnance of work performed for the City of Bozeman. This prohibition shall apply to the hiring and treatment of the Contractor's employees and to all subcontracts it enters into in performance of the agreement with the City of Bozeman. ARTICLE 9- CONTRACT DOCUMENTS 9,01 Contents A. The Contract Documents consist of the following: I, This Agreement(pages I to 7,inclusive). 2. Bid l✓onn(pages I to 11,inclusive). 3. Performance bond (pages 1 to 3,inclusive). 4. Payment bond(pages 1 to 3,inclusive). 5. Other bonds(pages I to 2,inclusive). a. Bid Bond(pages I to 2,inclusive). 6. Standard General Conditions of the Construction Contract(not attached to the Agreement)(pages I to 62). 7. Supplementary Conditions to the General Conditions(not attached to the Agreement)(pages 1 to 12). S. Special Provisions(pages 1 to 13,inclusive). 9. Montana Prevailing Wage Rates(pages I to 20,inclusive). 10. Specifications as listed in the table of contents of the Project Manual. 11. Drawings consisting of a cover sheet and sheets numbered 1 through 19 with each sheet bearing the following general title: City oi'Bozeman,2013 Sewer Rehabilitation Project. 12. Addenda(number 1,inclusive). 13. Exhibits to this Agreement(enumerated as follows): a. Notice of Award 14, The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached luereto: a. Written Amendments. b. Notice to Proceed(pages 1 to 1,inclusive). C, Work Change Directives, d. Change Orders. 15. Permits,Approved and Pending. 16. The Montana Public Works Standard Specifications,Sixth Edition,April 2010,collectively referred to as the MPWSS,as may be modified by the above Contract Documents.(The MPWSS is not attached to the Agreement.) B. The documents listed in Paragraph 9.01 A are attached to this Agreement(except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended,modified,or supplemented as provided in Paragraph 3.04 of the General Conditions, SECTION 00500 AGREEM ENT FORM PAGE 5 0r 7 ARTICLE 10- MISCELLANEOUS 10.01 Terins A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and,specifically but without limitation,moneys that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law),and unless specifically stated to the contrary in any written consent to an assignment,no assig L-m rent 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,afyreements, 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. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent,collusive,or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: E ..corrupt practice"means the offering,giving,receiving,or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice"weans an intentional misrepresentation of facts made(a) to influence the bidding process or the execution of the Contract to the detriment of Owner,(b)to establish Bid or Contract prices at artificial non- competitive levels,or(c)to deprive Owner of the benefits of free and open competition; 3. .`collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of Owner,a purpose of which is to establish Bid prices at artificial,non-competitive levels; and SECTION 00500 AGRE,EMENTFORM PAGE 6 OF 7 4. .,coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. IN WITNESS WHEREOF,Owner and Contractor have signed this Agreement. Counterparts have been delivered to Owner,Contractor,and Engineer.All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or on their behalf. This Agreement will be effective on (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: City of Bozeman Layne lnlfi ,LLC By. By: Title: ( t 7 oy,, " e S Title: y .. _ df Orruer is ra cortml utiort.attach evidence n/'atrrlrorit r.to sigtr. lJ Owner is it public hodr,attach erddciwe nj'tu till oritr to sc q)i d(Contrac for is a corporertion,if part'neryhip.o)'a juirtt t eniure, Mid rcreodution or od er docrnrternts authori.�)ti;e.yecution of-this attach evidence o tutthorits,,to si,:,rrt. rlgreenaent.. Attest: ry Attest: Title- Title: Address for giving note - Address for giving notices: 121 N Rouse Avenue 7915 Clierrywood Loop P.O.Box 1230 Kiowa,CO 80117 Bozeman,MT 51771-1230 License No.: 202790 Agent for service of process: END OF SECTION SECTION 00500 AGREEM ENT FORM PAGE 7 OF 7 STANDARD FORMS Notice of Award Date: May 22,2013 Project: 2013 Sewer Rehabilitation Project Owner: City of Bozeman Owner's Contract No.: Contract: 2013 Sewer Rehabilitation Project—Base Bid,Additive Engineer's Project No.: Alternate#1 and Additive Alternate#2 Bidder: Layne Winer,LLC Bidder's Address:[send ivotice of'Award Cer•tifrerl Mail,Return Receipt Regtrestcd] 7915 Cherrywood Loop Kiowa,CO 80117 You are notified that your Bid dated May 6. 201 33 for the above Contract has been considered, You are t11e Successful Bidder and are awarded a Contract for the City of Bozeman 2013 Sewer Rehabilitation Project Base Bid,Additive Alternate#1,and Additive Alternate#2 The Contract Price of your Contract is One Million Five Hundred Twenty Nine Thousand four Hundred Thirty Five Dollars($1,529,435.00). 6 copies of the proposed Contract Documents(except Drawings)accompany this Notice of Award. You must comply with the following conditions precedent within 15 days of the date you receive this Notice of Award. 1. Deliver to the Owner 6 fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security Bonds as specified in the Instructions to Bidders (Article 20), General Conditions (Paragraph 5.01), and Supplementary Conditions(Paragraph SC-5.02). 3. Other conditions precedent: Insurance(Fire,Public Liability&Property Damage,All Risk Builders) in accordance with MPW Supplementary Conditions to the General Conditions SC 5.02---SC 5.06 Workers Compensation Insurance Coverage Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. City of Bozeman Owner t , By: Authorized Signatur -t Title Copy to Engineer EJCDC C-5101 Notice of Award Prepared by the Engineers.joint Contract Documents committee and endorsed by Ube Construction Specifications Institute, Page 1 or i Notice to Proceed Date: Project: Owner: Owner's Contract No.: Contract: Engineer's Project No.: 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 I• Before you may start any Work at the Site, Paragraph 2.01.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 and loss payees) 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 rather requirements]. Owner Given by: Authorized Signature Title Date Copy to Engineer EJCDC C-550 Notice to Proceed Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 ENG N r=��NERS J NT CONTRAU J%IFNTS CONWHIFF PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address oa Layne Inliner, LLC Travelers Casualty and Surety Company Of America 7915 Cherrywood Loop Construction Services, Travelers Bond & Financial Products Kiowa, CO 80117 One Tower Square, Hartford, CT 06183 OWNER(name and address): City of Bozeman 121 North Rouse Avenue P.O. Box 1230 Bozeman, MT 59771-1230 CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: $1,529,435.00- One Million, Five Hundred Twenty-Nine Thousand, Four Hundred Thirty-Five Dollars and Zero Cents-- Description(name and location): 2013 Sewer Rehabilitation Project / Bozeman, Montana BOND Bond Number: 105912358 Date(not earlier than lire Effective Date q('1he Agreement of the cominictiol)Contract): Amotint:$1,529,435.00- One Million, Five Hundred Twenty-Nine Thousand, Four Hundred Thirty-Five Dollars-anrl Zero Ce Modifications to this Bond Form: LXJ None See Paragraph 16 Surety and Contractor,intending to be legally bound hereby, subject to the terms set forth below,do each cause this Performance Bond to be duly executed by an authorized officer,agent,or representative. CONTRACTOR AS PRINCIPAL SURE,TY Travelers Casualty and Surety Layaq_;nliner, LLC (seal) Company of America (seal) Contract Name and Corporat eal Surety's Name and Corporate Seal By: By: pature Signature(anach power qfatt01'17C)9 Steven M. Garrett Prim,N?=,, Print Name h,,- Attorney-in-Fact Title Title Attest.*_e a'V AJ Attest: ..L�tn.."L e lgriittllre &AY.�/ il'dM14' AseA '--h� Attorney-in-Fact Title Title Notes:(1)Provide supplemental execirtioll kt,ally additional parties,such as„joint venturers. (2).arty singular reference to Contractor,Surety,Ojvner,or other party shall be considered plural where applicable. EXI)CC-610-Perforninnee Bond Published December 2010 ley the Engineers Joint Contract Documents Committee, PAge 1 of 3 BOND NO. : 105912358 I, The Contractor and Surety, jointly and severally, bind the Contract Price incurred by the Owner as a result of the themselves, their heirs, executors, administrators, successors, and Contractor Default;or assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference, 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable 2, If the Contractor performs the Construction Contract,the Surety promptness under the circumstances: and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in 5,4,1 After investigation, determine the amount for Paragraph 3. which it may be liable to the Owner and, as soon as practicable after the amount is determined,make payment to 3. If there is no Owner Default under the Construction Contract,the the Owner;or Surety's obligation under this Bond shall arise after: 5.4.2 Deny liability in whole or in part and notify the 3.1 The Owner first provides notice to the Contractor and Owner,citing the reasons for denial, the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is 6. If the Surety does not proceed as provided in Paragraph 5 with requesting a conference among the Owner,Contractor,and Surety reasonable promptness,the Surety shall be deemed to be in default on to discuss the Contractor's performance. If the Owner does not this Bond seven days after receipt of an additional written notice from request a conference, the Surety may, within five (5) business the Owner to the Surety demanding that the Surety perform its days after receipt of the Owner's notice, request such a obligations under this Bond,and the Owner shall be entitled to enforce conference. If the Surety timely requests a conference,the Owner any remedy available to the Owner. If the Surety proceeds as provided shall attend. Unless the Owner agrees otherwise,any conference in Paragraph 5.4,and the Owner refuses the payment or the Surety has requested under this Paragraph 3.1 shall be held within ten(10) denied liability,in whole or in part,without further notice the Owner business days of the Surety's receipt of the Owncr's notice. If the shall be entitled to enforce any remedy available to the Owner. Owner,the Contractor,and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction 7. If the Surety elects to act under Paragraph 5,1,5.2,or 5.3, then Contract, but such an agreement shall not waive the Owner's the responsibilities of the Surety to the Owner shall not be greater than right,if any,subsequently to declare a Contractor Default; those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not he greater than 3.2 The Owner declares a Contractor Default, terminates those of the Owner under the Construction Contract, Subject to the the Construction Contract and notifies the Surety;and commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated,without duplication for: 3.3 The Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction 7.1 the responsibilities of the Contractor for correction of Contract to the Surety or to a contractor selected to perform the defective work and completion of the Construction Contract; Construction Contract. 7.2 additional legal, design professional, and delay costs 4. Failure on the part of the Owner to comply with the notice resulting from the Contractor's Default, and resulting from the requirement in Paragraph 3.1 shall not constitute a failure to comply actions or failure to act of the Surety under Paragraph 5;and with a condition precedent to the Surety's obligations,or release the Surety from its obligations, except to the extent the Surety 7.3 liquidated damages, or if no liquidated damages are demonstrates actual prejudice, specified in the Construction Contract,actual damages caused by S. When the Owner has satisfied the conditions of Paragraph 3,the delayed performance or non-performance of the Contractor. Surety shall promptly and at the Surety's expense take one of the 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the following actions: Surety's liability is limited to the amount of this Bond. 5.1 Arrange for the Contractor, with the consent of the 9. The Surety shall not be liable to the Owner or others for Owner,to perform and complete the Construction Contract; obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or 5.2 Undertake to perform and complete the Construction set off on account of any such unrelated obligations. No right of Contract itself,through its agents or independent contractors; action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors,and assigns, 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for 10. The Surety hereby waives notice of any change, including performance and completion of the Construction Contract, changes of time, to the Construction Contract or to related arrange for a contract to be prepared for execution by the Owner subcontracts,purchase orders,and other obligations. and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a 11. Any proceeding, legal or equitable, under this Bond may be qualified surety equivalent to the bonds issued on the instituted in any court of competent jurisdiction in the location in Construction Contract, and pay to the Owner the amount of which the work or part of the work is located and shall be instituted damages as described in Paragraph 7 in excess of the Balance of within two years after a declaration of Contractor Default or within EJCDC C-610—Performance Bond Published December 2010 by the Engineers Joint Contract Documents Committee. Page 2 of 3 BOND NO. : 105912358 two years after the Contractor ceased working or within two years 14,2 Construction Contract: The agreement between the after the Surety refuses or fails to perform its obligations under this Owner and Contractor identified on the cover page,including all Bond,whichever occurs first. If the provisions of this paragraph are Contract Documents and changes made to the agreement and the void or prohibited by law, the minimum periods of limitations Contract Documents. available to sureties as a defense in the jurisdiction of the suit shall be applicable. 14.3 Contractor Default:failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply 12. Notice to the Surety,the Owner,or the Contractor shall be mailed with a material term of the Construction Contract. or delivered to the address shown on the page on which their signature appears. 14.4 Owner Default: Failure of the Owner, which has not been remedied or waived,to pay the Contractor as required under 13. When this Bond has been furnished to comply with a statutory or the Construction Contract or to perform and complete or comply other legal requirement in the location where the construction was to with the other material terms of the Construction Contract. be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted Itcrefrom and 14.5 Contract Documents:All the documents that comprise provisions conforming to such statutory or other legal requirement the agreement between the Owner and Contractor. shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as -a 13. If this Bond is issued for an agreement between a contractor and common law bond. subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 14, Definitions 16. Modifications to this Bond areas follows: 14.1 Balance of the Contract Price:The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. EJCDC C-610—Performance Bond Published December 2010 by The Engineers Joint Contract Documents Committee. Page 3 or 3 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS ,J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 220048 Certificate No, 005372700 KNOW ALI, MEN BY THESE PRESENTS: That Farmington Casualty 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,and United States Fidelity and Guaranty Company are corporation,,, duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly 01galfiZed 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 Deborah A.Yates,Steven M.Garrett,William A. Kantlehner III,Thomas J.Mitchell,Jeffrey A.Brown,Diane L.Phelps, S.Annette Mullet,Roger A.Neal,and Linda Kapfharniner of the City of LQu4SvA1le St,ate of their true and lawful Attorney(i)-in-Fact, each h in their se par in ate capacity if 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 then-business of guaranteeing the fidelity of persons,,guaranteeing the performance of contracts and executing or guaranteeing boards rind undertaking,.;required orpermired in any actions or proceedings allowed by law. Not limited to a specific dollar amount. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 15th clay of February 2013 mm Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc, Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St..Paul Guardian Insurance Company Ya State of Connecticut Bw City of(Hartford ss, Robert L.Raney—ernor Vice President On this the I.5th (lay of February 2013 before ne personally appeared Robert L.Raney,who acknowledged himself to i be the Senior Vice President of"Farmington Casualty Company. Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine 111SLIM11CC 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 purpose,;therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I licteLanto set my hand and official seal. &AAA 0, My Commission expires the 30th day of lure,2016. 1* Nlarie C.TeTeault,Notary Public 58440-8.12 Printed in U.S.A. . e WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RFD BORDER This Power of Attorney is granted tinder 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 Underwriter,,;,Inc.,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 ol'Aluctica,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 try appoint Attorneys-in-Fact and Agents to act for and on behalf President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary on 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 tile 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 Director-,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 I hereof 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(July attested and scaled with the Company's seal by a Secretary or Assistant Secretary;or(b)chuy executed(under seal,if teqUired)by one or more Attorneys-in-Fact and Agents pursuant to the power prescri'bed 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-,rich facsimile signature or facsimile'seal shall be valid and binding upon the Company and any such power so executed and certified bystich 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, 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,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,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 Attorney executed by said Companies,which is in full force and effect arid has riot been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seats of said Companies this ...........................day of _,20 Kevin E.Hughes,Assistant Sec tary To verify the authenticity of this Power-of Attorney,call 1-900-42,1-3880 or contact its at www.ti-,tvelcr,.hc)r)d.coni,Please refer to the Attorney-hi-Fact number,the above named individuals and the details of the bond to which the power is attached. WARNING�IS POWER OF ATTORNEY IS flNVALID WITHOUT THE RED BORDER 11 JCD( LNGIVIUH JON]CQWRAC� 00(11QM0fiS COWAITUL PAYMENTBOND CONTRACTOR(name and address): SURETY (name and address ofprincipalplace of usiness): Layne laliner, LLC Travelers Casualty and Surety Company of America 7915 Cherrywood Loop Construction Services, Travelers Bond & Financial Products Kiowal CO 80117 One Tower Square, Hartford, CT 06183 OWNER(Piame and address): City of Bozeman 121 Worth Rouse Avenue/P.O. Box 1230, Bozeman, MT 59771-1230 CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount:$1,529,435.00- One Million, Five Hundred Twenty-Nine Thousand, Four Hundred Thirty-Five Dollars and Zero Cents— Description(nine and locatioi�: 2013 Sewer Rehabilitation Project / Bozeman, Montana BOND Bond Number, 10 5 912 3 5 8 Date(not earlier than the 4ffective Date of the Agreement of the Constniction Conn act): Amount: $1,121.435.00- One ollars Million,ze Five ro C Hundred Twenty-Nine Thousand, Four Hundred Thirty-Five D _a,iQLd Modifications to this Bond Form- [X N one See Paragraph 18 Surety and Contractor,intending to be legally bound hereby, subject to the terms set forth below,do each cause this Payment Bond to be duty executed by an authorized officer,agent,or representative. CONTRACTOR AS PRINCIPAL SURETY Travelers Casualty and Surety Lay'11---li4iner, LLC seal Company of America -e-- Contractod's MNie d Co to ...... Surety's Name and C rpurate Seal (Seal) By: By: Signature Signature(catachpower of attorney) _—MaLL Steven M. Garrett Peint Name Print Name _S+Y, tai e- Attorney-in-Fact Title Title Attest; Mtest- Signa e _ ign.tu re 1 1��Nlllft 1114&f Deborah A. Ya Attorney-in-Fact Title Title Notes. (1)Provide supplemental execution by any additional parties,such asJohir venturers. (2)Any singular reference to Contractor,Sirreo,, Owner,or outer party)shall be considered phiral)vhere applicable. EJCDC C-615,Payment Bond Published December 2010 by the Engineers Joint Contract Documents Committee, Page I of 3 BOND NO. : 105912358 7. When a Claimant has satisfied the conditions of Paragraph 1. The Contractor and Surety, jointly and severally, bind 5,1 or 5.2, whichever is applicable, the Surety shall themselves, their heirs, executors, administrators, promptly and at the Surety's expense take the following successors, and assigns to the Owner to pay for labor, actions: materials, and equipment furnished for use in the performance of the Construction Contract, which is 7.1 Send an answer to the Claimant,with a copy to the incorporated herein by reference, subject to the following Owner, within sixty (60) days after receipt of the terms. Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are 2, If the Contractor promptly makes payment of all sums due disputed;and to Claimants,and defends,indemnifies,and holds harmless the Owner from claims, demands, liens, or suits by any 7.2 Pay or arrange for payment of any undisputed person or entity seeking payment for labor, materials, or amounts. equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor 73 The Surety's failure to discharge its obligations shall have no obligation under this Bond. under Paragraph 7.1 or 7.2 shall not be deemed to constitute a waiver of defenses the Surety or 3. If there is no Owner Default under the Construction Contractor may have or acquire as to a Claim, Contract, the Surety's obligation to the Owner under this except as to undisputed amounts for which the Bond shall arise after the Owner has promptly notified the Surety and Claimant have reached agreement. If, Contractor and the Surety (at the address described in however, the Surety fails to discharge its Paragraph 13)of claims,demands,liens,or suits against the obligations under Paragraph 7.1 or 7.2,the Surety Owner or the Owner's property by any person or entity shall indemnify the Claimant for the reasonable seeking payment for labor, materials, or equipment attorney's fees the Claimant incurs thereafter to furnished for use in the performance of the Construction recover any sums found to be due and owing to the Contract, and tendered defense of such claims, demands, Claimant. liens,or suits to the Contractor and the Surety. 8, The Surety's total obligation shall not exceed the amount of 4. When the Owner has satisfied the conditions in Paragraph this Bond, plus the amount of reasonable attorney's fees 3, the Surety shall promptly and at the Surety's expense provided under Paragraph 7.3,and the amount of this Bond defend,indemnify,and hold harmless the Owner against a shall be credited for any payments made in good faith by duly tendered claim,demand,lien,or suit. the Surety. 5. The Surety's obligations to a Claimant under this Bond 9, Amounts owed by the Owner to the Contractor under the shall arise after the following: Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, 5,1 Claimants who do not have a direct contract with under any construction performance bond, By the the Contractor, Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the 5,1.1 have famished a written notice of non- performance of the Construction Contract are dedicated to payment to the Contractor, stating with satisfy obligations of the Contractor and Surety under this substantial accuracy the amount claimed Bond, subject to the Owner's priority to use the funds for and the name of the party to whom the the completion of the work. materials were, or equipment was, furnished or supplied or for whom the 10, The Surety shall not be liable to the Owner,Claimants,or labor was done or performed,within ninety others for obligations of the Contractor that are unrelated to (90)days after having last performed labor the Construction Contract, The Owner shall not be liable or last furnished materials or equipment for the payment of any costs or expenses of any Claimant included in the Claim;and under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of 5.1.2 have sent a Claim to the Surety (at the Claimants,or otherwise have any obligations to Claimants address described in Paragraph 13). under this Bond. 5.2 Claimants who are employed by or have a direct It. The Surety hereby waives notice of any change, including contract with the Contractor have sent a Claim to changes of time,to the Construction Contract or to related the Surety (at the address described in Paragraph subcontracts,purchase orders,and other obligations. 13). 12. No suit or action shall be commenced by a Claimant under 6, If a notice of non-payment required by Paragraph 5.1,1 is this Bond other than in a court of competent jurisdiction in given by the Owner to the Contractor,that is sufficient to the state in which the project that is the subject of the satisfy a Claimant's obligation to furnish a written notice of Construction Contract is located or after the expiration of non-payment under Paragraph 5.1.1. one year from the date(1) on which the Claimant sent a Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2, or EJCDC C-615,Payment bond Published December 2010 by the Engineers Joint Contract Documents Committee, Page 2 of 3 BOND NO. : 105912358 (2) on which the last labor or service was performed by shall be to include without limitation in the terms of anyone or the last materials or equipment were furnished "labor, materials, or equipment" that part of the by anyone under the Construction Contract, whichever of water, gas, power, light, heat, oil, gasoline, (1) or(2)first occurs. If the provisions of this paragraph telephone service, or rental equipment used in the are void or prohibited by law, the minimum period of Construction Contract, architectural and limitation available to sureties as a defense in the engineering services required for performance of jurisdiction of the suit shall be applicable, the work of the Contractor and the Contractor's subcontractors, and all other items for which a 13. Notice and Claims to the Surety, the Owner, or the mechanic's lien may be asserted in the jurisdiction Contractor shall be mailed or delivered to the address where The labor, materials, or equipment were shown on the page on which their signature appears. furnished. Actual receipt of notice or Claims,however accomplished, shall be sufficient compliance as of the date received. 163 Construction Contract: The agreement between the Owner and Contractor identified on the cover 14. When this Bond has been furnished to comply with a page, including all Contract Documents and all statutory or other legal requirement in the location where changes made to the agreement and the Contract the construction was to be performed,any provision in this Documents. Bond conflicting with said statutory or legal requirement shall be deemed deleted betefrom and Provisions 16.4 Owner Default: Failure of the Owner, which has conforming to such statutory or other legal requirement not been remedied or waived,to pay the Contractor ,shall be deemed incorporated herein, When so furnished, as required under the Construction Contract or to the intent is that this Bond shall be construed as a statutory perform and complete or comply with the other bond and not as a common law bond. material terms of the Construction Contract. 15, Upon requests by any person or entity appearing to be a 16.5 Contract Documents: All the documents that potential beneficiary of this Bond., the Contractor and comprise the agreement between the Owner and Owner shall promptly furnish a copy of this Bond or shall Contractor, permit a copy to be made. 17. If this Bond is issued for an agreement between a 16, Definitions contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term 161 Claim.- A written statement by the Claimant Owner shall be deemed to be Contractor. including at a minimum: 18.Modifications to this Bond are as follows: 1. The name of the Claimant, 2. The name of the person for whom the labor was done,or materials or equipment furnished, 3. A copy of the agreement or purchase order pursuant to which labor, materials, or equipment was furnished for use in the performance of the Construction Contract; 4. A brief description of the labor, materials, or equipment furnished; 5. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 6. The total amount earned by the Claimant for labor,materials, or equipment furnished as of the date of the Claim, 7. The total amount of previous payments received by the Claimant;and 8. The total amount due and unpaid to the Claimant for labor, materials, or equipment furnished as of the date of the Claim. 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials, or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located,The intent of this Bond EJCDC C-615,Payment Bond Published December 2010 by the Engineers Joint Contract Documents Committee, Page 3 of 3 WARN"ING:TH I—SPOWER Of ATTORNEY 19 INVALID WITHOUT THE RED BORDER A510k POWER OF ON ATTREY TRAVELER�J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Pau,Guardian Insurance Company Attorney-In Fact No, 220048 Certificate No. 005372701 KNOW ALL MEN BY THESE PRESENTS:That Farmington Casualty Company,St, Paul Fire and Marine Insurance Company, St. Rail 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 are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State oflowa,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 Deborah A. Yates,Steven M. Garrett,William A. Kanttehner 111,Thomas J.Mitchell,Jeffrey A.Brown,Diane L.Phelps. S.Annette Mullet,Roger A.Neal,and Linda Kapffiammer of the City of ..........—State of_ Kentucky theis true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and aoknoMcdge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thetcof'ou behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and eXCCUting or guaranteeing bonds and undertaking,,required or permitted in any,actions,or proceedings allowed by law. Not limited to a specifle dollar amount. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 15th day of February 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc, Travelers Casualty and Surety Company of America St,Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company -­'t,-NZ 'IX P 0 0 A 1,,01'� A L j k'51 SFILL41 State of Connecticut By: City of Hartford ss, Robert L.Raney,',eriai Vice President On this the 15th dav of February 2013 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,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 Cornpaoy 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.. � .TA 'N) In Witness Whereof,I bereunto set my hand and official seal, TAO? My Commission expires the 30th day of June,2016, %* 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY 15 INVALID WITHOUT THE RED BORDER wnwn.�aewewuw uv��uw�,v�wdwmm�uHwuu�rmiwnummmnunmrnxw�mimrwu mwuaumurvi�nmrnnunnu�mmmnimmmiarmw��om�o�nu .w,vrv+mrouwrd mmmmimmmm�mm� m iwummx+nmmmm�ra�o,; uiwrunvawwiMyrm�, WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER f 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.,St.Paul fare and Marine Insurance Company,St.Paul Guardian Insurance VI Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States €I 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 W President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorircys-in-Fact.and Agents to act for and on behalf 6 I 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 f 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 Fled in the office of the Secretary;and it is k 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,ally 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 )its or her certificate or their certificates of authority or by one or more Company officers pursuant to it 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 tine 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-Factfor purposes only of executing and attesting bonds j 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 :;hall 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. II 1,Kevin E,Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,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,and'United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a trite and correct copy of the Power o€Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY"WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of .20 _ Kevin E.Hughes,Assistant Sec.Mary in� }G n � Y�. C�Ga9PORAfiP "j i�ax °�Ar�;�"x, P 4'C0444URgp8;K% or .'gym � ��° rc�" t8a6 � S bE1t.Li�af s^'`'SR�LL:"b Ip 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 boned to which the power is attached, Vl 1 H�„eVu ��w WAHNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,�„�����w, � TRAVELERSJ Bond&Financial Products 7405 W.132 Id Street Overland Park,KS puon,. (913)402-5436 Fax: (913)482'5457 June 19m 2013 ' City ofBozeman City Hall, City Clerk's Office 121 North Rouse Avenue, Suite 102 Bozeman, MT 59771 RE: LAYNE INLINER, LLC PROJECT. 2013 SEWER REHABILITATION BOND NO.: 10�5912350 To Whom It May Concern: This letter will serve to confirm that as the surety representative of the Travelers Casualty and Surety Company of America, the surety company listed on the above referenced Performance & Payment bonds, it is acceptable to the surety for a representative of either the City of Bozeman or engineer to date the bonds and corresponding powers of attorney. At the time the bonds were issued, it had been determined a contract date had not been issued; therefore, if there is not e contract date, it |sstandard industry practice not todate the bonds and corresponding powers of attorney prior to the contract date. If you have any questions or concerns relating to this matter, feel free to contact our office at the address/telephone number listed below, TRAVELERS CASUALTY AND SURETY COMPANY OFAMERICA Steven M. Garrett, Authorized Surety Representative C/o Gorrett-StotzCompany 15O1A||iantAvenue Louisville, KY 40299-6338 PH: (502)415-7000 FAX: (502)415-7002 WARNING:THIS POWER OF ATTORNEY t9iNV 66'WITHOUT THE,RED BORDER...... ........................... POWER,OF ATTORNEY TRAVELERS,� Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 220048 Certificate No. 005372679 KNOW ALI,MEN BY THESE PRESENTS: That Farmington Casualty 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,and United State Fidelity and Guaranty Company are corporations duty organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a c Moration 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 Deborah A.Yates,Steven M,Garrett,William A.Kantlehner III,Thomas J. Mitchell,Jeffrey A.Brown,Diane L.Phelps, S.Annette Mullet,Roger A.Neal,and Linda Kapfhammer of the City of L011i1Yi11e_,State ofKrMLUCky_,their true and lawful Attorneys)-in-Fact, each in[heir separate capacity if more than one is named above,to sign,execute,sea]and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. Not limited to a specific dollar amount. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 15th day of February 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St,Paul Guardian Insurance Company A �Y"�M1'o i,IL Co,�3FDA,)* 4 1977 195f tiro E A State of Connecticut By:: City of Hartford ss, Robert L.Raney, enter Vice President On this the 15th day of Februar y 2013 , 1 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,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,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. In Witness Whereof,I hereunto set my hand and official sea], My Commission expires the 30t1a day of June,2016. N Marie C.Tetteault,Notary Public 0� 58440-8-12 Printed in U.S.A. ".MARKING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER l 'lnYrrv✓ '„nm rirrxu 'A4 xtlAU lArmm rn.rerrru n rx'.:, NnYJir '.ruxkm ntwxYar x ',lr+rxit mw,sn unxm sonar vre nnin4 0.),YYVn ¢,urnssr lrnlA(rz. Iron nYYri Ydlra,xi Nrmiil WARNING:THIS POWER OF ATTORNEY IS 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 Guaranty Insurance'Underwriters,Inc,,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,and United States i Fidelity and Guaranty Company,which resolutions are now in full force and effect„reading as follows: I RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking 4 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 j 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 mare 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 an)/bond or understanding to which it is attached. i 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,inc,,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and r Surety Company,Travelers Casualty and Surety Company ofAmerica„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 Attorney executed by said Companies,which is in full force and effect and has not been revoked, .�'9��'I ,3UfliE' �.� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of" '20 _ Kevin E.Hughes,Assistant Sec Lary `r t L,h311,��.T 4 &E,Q ��W M�•U •,,�1 NSY,,p 54 4Mp Y 9 c�,oap 4' oR� a runvrr 4517 '�C) 'r u S �, CtlaCaRATEtl 'z„ F �!n ! .yancuan r�n.� m a� H s 1977 1 z n; unttrFORO, ttaRrroaq seat,•e°d ;, etarvN. n �raut. � � rasa 6y H� �s�x.nw�'�� L ° •a�I °�q r "'w,,,,„„,„„ `ti,�';w;✓✓ '+s r r 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, P t it r S I l WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ACG7tRl7• CERTIFICATE OF LIABILITY INSURANCE nATE(MMlnO/YYYY) 5/1/2014 6/20/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. It SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain Policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Lockton Companies,LLC-1 Kansas City NAME, 444 W.47th Street,Suite 900 Ale,No,Ext: AiX,No Kansas City MO 64112-19011 E-MAIL (816)960-9000 ADDRESS:. INSURER(S AFFORDING COVERAGE NAIC tf INSURER A: Zurich American Insurance Company 16535 INSURED LAYNE INLINER,LLC INSURER B 26 7915 CHERRYWOOD LOOP INSURER C KIOWA,CO 80117 INSURER D ERE: INSURER F COVERAGES LAYIN01 CERTIFICATE NUMBER: 12409035 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH'POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR A❑❑L 5111IR I POLICY EPF POLICY EXP LTR TYPE OF INSURANCE INSR. WVD POLICYNUMBER 'MMIDDIYYYY MMIDDIYYYY LIMITS A GENERAL LIABILITY N N GLO 5817438-00 '.....5/1/2013 . .511/2014 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence S 500,000 CLAIMS-MADE I X I OCCUR MED EXP(Any erson S 10,000 X CONTRACTUAL PERSONAL d ADV INJURY s2,000,000 X X,C,U COVERAGE GENERA(AGGREGATE $ 5,000,000 GEN'L AGGREGATE LIMIT APPLIES PER, PRODUCTS-COMPIOP AGG S 5,000,000 ''....X POLICY JEC LOG $ ,A, AUTOMOBILE LIABILITY N N BAP 5817437-00 5/1/2013 51112014 COMBINED SINGLE LIMIT Ea accident $ 5,000,000 Ix ANY AUTO BODILY INJURY(Per person) $ XXXXXXX ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per acddenC s XXXXXXX HIRED AUTOS X 111-OWNED PPeraEcl(de�OAMAGE S XXXXXXX $ XXXXXXX UMBRELLA LIAB OCCUR EACH OCCURRENCE $ XXXXXXX EXCESS LIAB HGLAIMS-MADE NOT APPLICABLE AGGREGATE $ XXXXXXX ''....DED I I RETENTION S S A WORKERS COMPENSATION WG STATU- OTN- A AND EMPLOYERS'LIABILITY YIN N WC;5817439-00(�AOS) 5/112013 5/112014 X TORY LIMITS _ WC 5817440-C 0%) 5/1/2013 511J20I4 //�0/�/'� ANY PROPRIErORYPARTNERIEXECUTIWE �� EI.EACH ACCIDENT W $ S QO()WVVV A OFFICERfMEM5AMOLUDED7 IN l NIA STOPGAP(ND,OH,WA,WY) :._..3_..._. (Mandatory In NH) s 5,000,000 If yes,dtaacrlq®under E.L.DISEASE EA EMPLOYEE �e ��yy/gp DESCRIPTION OF OPERATIONS below E.L-DISEASE-POLICY LIMIT 5,0100 000 DESCRIPTION OF OPERATIONS 1 LOCATIONS f VEHICLES/(Attach ACORD 101,Additional Remarks Schedule,It more space Is required) RE:2013 SEWER REHABILITATION--CITY OF BOZEMAN, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE.WILL BE OrLIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 12409035 AUTHORIZED REPRESENTATIVE CITY OF BOZEMAN,MONTANA CITY HALL,CITY CLERK'S OFFICE 121 NORTH'ROUSE AVENUE BOZEMAN, MT 59715 1 &W.JA40111-1 ACORD 25(2010105) © ,g, 8-2010 ACCFID fORIPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD Form W-91 Request for Taxpayer Give form to the (Rev.OctoW 2007) Identification Number and Certification requester.Do not °a°a='meat°f ln"Treasv�y' send to the IRS. Internal Revenue SenSea t area(as shown on your income tax return) Layne lntiner,LLC to rl name,if different from above Inc 0 propriate box: ® IndividuaVS01e proprietor ❑ Corporation 0 Partnership d liability company.Entar the ta x classification t?=disre arded enEI1 C_cor Exempt ( 9 y. poralion,P=partnership)Y . ._.see Instructions) P payee umber,street,and apt,or suite no.) Request-W-name and address(optional] c 4570 North State Road 87 It v City,state.and 21P code m Wleatts,IN 47462 in List account nurnber(s)here(optional) ' Taxpayer►efentif�catian plumber('I"It�} Enter your TIN in the,approprate box.The TIN provided must match the name given on Line 1 to avoid Socaat security number backup withholding For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the hart I instructions on page 3,For other entities,it is your employer identification number(EIN).if you do not,have a number,see Now io get a TIN on page 3,. or Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose Employer identification number number to enter. 01 ' Certification 0684682 Under penalties of perjury,I cenity that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a fatiure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. 1 am a U.S.citizen or other U.S.person(defined below). Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all'interest and dividends on your tax return.For real estate transactions,item 2 does not apply. For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individuat retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the Certification,but you must provide your correct TIN.See the instructions on page 4. Sign Signature Here I U.S.person P Generai Instructions Definition of a U.S. person. For federal tax purposes, you are Section references are to the Internal Revenue Code unless considered a U.S.person if you are: otherwise noted. a An individual who is a U.S.citizen or U.S.resident alien, a A partnership,corporation,company,or association created or Purpose of Form organized in the United States or under the laws of the United A person who is required to file an information return with the States, IRS must obtain your correct taxpayer identification number(TIN) e An estate(other than a foreign estate),or to report,for example,income paid to you,real estate e A domestic trust(as defined in Regulations section transactions,mortgage interest you paid,acquisition or 301.7701-7). abandonment of secured property, cancellation of debt,or contributions you made to an IRA. Special rules for partnerships.Partnerships that conduct a Use Form W-9' trade or business in the United States are generally required to only if you are a U.S.person(including a resident alien),to provide your correct TIN to the person pay a withholding tax on any foreign partners'share of income requesting it(the requester)and,when applicable, from such business. Further,in certain cases where a Form W-9 has not been received,a partnership is required to presume that 1.Certify that the TIN you are giving is correct(or you are a partner is a foreign person,and pay the withholding tax. waiting for a number to be issued), Therefore,if you are a U.S.person that is a partner in a 2.Certify that you are not subject to backup withholding,or partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S, 3.Claim exemption from backup withholding if you are a U.S. status and avoid withholding on your share of partnership exempt payee.if applicable,you are also certifying that as a income. U.S-person,your allocable share of any partnership income from The person who gives Farm W-9 to the partnership for a U.S.trade or business is not subject to the withholding tax on purposes of establishing its U.S.status and avoiding withholding foreign partners'share of effectively connected Income, on its allocable share of net income from the partnership Note.If a requester gives you a form other than Form W-9 to conducting a trade or business in the United States is in the request your TIN,you must use the requester's farm if it is following cases-. substantially similar to this Form W-9. a The U.S. owner of a disregarded entity and not the entity, Cat.No.10231X f=orm W-s (Rev.10-2907) May 3, 2013 City of Bozeman, Montana 1Z1 North Rouse Avenue Bozeman, MT 59771 RE: 2O13 Sewer Rehabilitation Project Dear City ofBozeman: Mark Slack, Layne |m|hoer District Manager, is hereby granted bidding authority upto and incWin8$5,00A,QQOin reference to the 2O13 Sewer Rehabilitation Pnject, Sincerely, Denise McClanahan Vice President Layne {mlimer, LL[ 4520 North Stale Road 37,Orleau,IN 47452 1 Office:812-865,3232 1 Fax:812.865,3075 I CERTIFICATE The undersigned, Steven F. Crooke, hereby certifics that he is the duly elected, qualified, and acting secr8lary of Layne hilinar, LLC, an Indimia limited babRity company (the "Company"), and as such is familiar with The books and records of said Company,and does hereby certify the following: that the resolutions set forth below were adopted by Minutes of Action Token in Lieu of a Meeting of the Management Committee of the Company by unanimous written consent, dated as of May 1, 2012; that the follo,wing is a true and correct copy of such resolutions as they appear in the minute books oftbe Company;and that such resolutions are in full force and effect, A-PPojNimrw*4T ),F Or-viccrts ItEsOLYED,that all of the acts,Fictions and things done for, in the name of,and on behalf ofthe Company by its officers during the preceding year be, and the some,hereby are, ratified, confirmed and approved. RESOLVED, that the:fallowing persons be,and they hereby are, elected to the offices set opposite their respective names,to serve in such capecities Fit the pleasure of the Management Committee until their successors are duly elected and qualified: Jeffrey J.Reynolds— Chief Executive Officer Larry D.Purlee— President Jerry W.Fauska— Vice President and Treasurer Steven F.Crooke— Vice President and Secretary Denise McClanahan— Vice President Mark I Accettarc— Vice President Mark M.Harris— Vice President Curtis 1.Schmidt— Assistant Treasurer Anne M.Heaton-- Assistant Treasurer Tommy Nezat— Assistant Secretary Alicia Crandall— Assistant Secretary lusoLvED, that all authority heretofore granted by the Board of Directors to the officers of the Company shrill continue in full force and effect until modified or rescinded by appropriate resolution of the Board of Directors. Avm oytrTy To ENTER IfffO CoNmkcrs Wfrmm,the Managers deems it in the best interests of the Company to state the bid, contract and purchase order limits ofthe various officers and ernplayees ofthe Company. Now,Tun on,im rrREsOLVLD,that effective as of May 1,2011,and in lieu of all previous actions of the Managers,the authority of the following officers and employees ofthe Company to(1)accept customer purchase orders and affix the corporate sea]thereon;(ii)issue bids and/or enter into contracts with customers;and(Iii)enter into contracts with venders in connection with the sale of the Company's products and services and the purchase of supplies and equipment(other than purchases of capital equipment),in the name of and an behalf of the Company, shall be for an amount up to Find including the amount set forth beside each of their titles in the following schedule: Title Amount Chief Executive Officer..............................................................$15,000,000 President................................................ ............—.......$10,000,000 VicePresident...........................................................................$5,000,000 Assistant Division Manager, District.Manager or Branch Managcr...........................................$1,000,000 FuRTMR RESOLVED,that the chief executive officer,president or vice president of die Company may delegate the authority to enter into contractual commitments which they are authorized to execute pursuant to these resuludons to any other officer, assistant division manager, district manager or branch manager of the Company and may,as requested by any third party,indicate such delegation by addressing a letter at other written document to such third party. FURTHER RESOLVC-1), that prior to execution thereof, pursuant to the preceding resolution, any contract in excess ofthe authorized limits granted to the President ofthe Company must be approved by any two members of the Management Committee; provided, however, that the execution of any contract in accordance with the preceding resolution may be considered by all third' parties to be conclusive evidence that all appropriate,authority pursuant to these resolutions has been granted, IruaTlIER IpsoLvEj), that the secretary, any assistnot secretary, or any other officer of the Company be,and they hereby are,authorized to certify a copy ofthese resolutions,and any customer of.the Company is hereby authorized to rely upon said certificate as so presented. IN WITNF.SS WHEREOF,Steven F.Crooke has hereunto set his hand this I"day of May,NIP— Steven F.Crooke,Secretary CCS tu U 6. Z W 2 1; Ln 9L c z u r LG vc .4 wi ll� r-� o6 cz Fz < 22. Cm c —cl al m Ir A o an G LL Z 8 2 .>, q � ... %. §� ƒ & � o A � \ \ � . \ � / � \ \ } � � \ fi « E , § }\\ � § £ / « # 2 /{ _ 2 )} \ ) » \ ) � : �)\ }� ^ � � \}\ ) � \ � \ \ ) � _ ) \ \ \ . / ) \ } § � � � � f � ( 2 � � § . k � � ■ . . . . � � J \ / ® \\ / J ) � \ L4 \ \ ® � y c / � u } ) . \ ) � 21 � Ll : � \ Certificate of Substantial Completion. Proj ect: Owner Owner's Contract No.: Contract: Engineer's Project No.: This [tentative] [definitive] Certificate of Substantial Completion applies to: 11 All Work under the Contract Documents: ❑The following specified portions of the Work: 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] [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: El Amended Responsibilities ❑Not Amended Owner's Amended Responsibilities: Contractor's Amended Responsibilities: EJCDC C-625 Certificate of Substantial Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications institute. Page f of 2 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 Contractor Date Accepted by Owner Date EJCDC 0-625 Certificate of Substantial Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 2 oft Work Change Directive No. Date of Issuance: Effective Date: Project: Owner: Owner's Contract No.: Contract: Date of Contract: Contractor: Engineer's Project No.: Contractor is 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 Recommended for Approval by Engineer: Date Authorized for Owner by: Date Received for Contractor by: Date Received by Funding Agency(if applicable): Date: EJCDC C-940 Work Change Directive Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction'Specitications Institute. Page I of I CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER ENGINEER's Contract No. You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment: (days or dates) Net Increase(Decrease) from previous Change Net change from previous Change Orders No. to Orders No, to No._* Substantial Completion: Ready for final payment: (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: Ready for final payment: (days or dates) Net increase(decrease)of this Change Order: Net increase(decrease)this Change Order: Substantial Completion: Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work, additional time, delays or omitted items, of any nature whatsoever, associated with the subject change order items, except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined and are correct. CONTRACTOR(Authorized Signature) Date RECOMMENDED BY., APPROVED BY: (ENGINEER- Signature) Date OWNER(Authorized Signature) Date EJCDC 1910-8-B(1996 Edition Prepared by the Engineers Joint Contract Documents Corrunittee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute, Page 1 of 2 F:\1-1 1275 2012 City of Bozeman Sewer Rehab\Pro*t\Prciect Manual-Bidding Fi1eiSeries_Zero\Forms\COB Change Order Form.doc 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 Tunes should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement,any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor,or requests from Owner,or both. Once Engineer has completed and signed the form,all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times,cross out the part of the tabulation that does not apply. Page 2 of 2 F:01-11275 2012 City of Bozeman Sewer RehabTrojectTroject Manual-Bidding FilelSeries ZeroTDrms\COB Change Order Forrn.doc Field Order No. Date of Issuance: Effective Date: Project: Owner: Owner's Contract No.: Contract: Date of Contract: Contractor: Engineer's Project No.: Attention: You are hereby directed to promptly execute this Field Order issued in accordance with General Conditions Paragraph 9.04.A, 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 EJCDC C-942 Field Order Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction specifications institute. Page 1 or 1 SPECIAL PROVISIONS SECTION 00910 SPECIAL PROVISIONS SP-&J GENERAL,....... .......................... — .........---.^ l SP-02 AWARD 8F(JONTDAC1,' ............. .................................................................. --_--.l S9-03 TIME OF COMMENCEMENT AND COMPLETION DATE............................................2 SP-04 LIQUIDATED DAMAGES................. .............................. .........................—..... —_--.3 DP-05 COST LIMITATIONS......................... _........... ...... ................,........................................] SP^06 NAMES, PRODUCTS AND .................................... ...................... —3 SP-07 APPROVAL QP EQUIPMENT AND MATERIAL... _........... ........................ ..................2 SP-08 S 0NS............. ........... — ........-................................................2 Sp-09 WARRANTY ...... -- .... .........................---_—.._.,__`_.—_____-----..3 SP-18 SCHEDULING —'------`~'—^-------'--'-------^---------� SP-1 l PRECONSTRUCTION CONFERENCE.......... ............................................... ---_--.4 SP-12 SHOP AND FABRICATION DRAWINGS..........................................— ...........................4 SP-13 UNDERGROUND UTILITIES...............— ........... ....... --_ .............................. —_...—4 SP-l4 ADJOINING PROPERTY..... ...................................4 SP-15 'TRAFFIC C0NTROL ................ .............. ........ ................... _---^-----_---..5 SP-lh DISPOSAL,EROSION,WATER POLLUTION, AND SILTATION CONTROL.... __.6 SP-l7 PROTECTION 0FBXlSTINQPAVEMENT..................... ............................................ ...6 Sp-l& OPERATION OFEXISTING AND NEW VALVES ................. — ... ... —.........................b SP-19 SALVAGEABLE lTEMS ...................... ..............—...... .... . ...... ------------6 Sy-20 ACCESS TO ..--_----__— ................................................................... SP-2I INSlIQANCB---_--_-----_~---_—__-------_---_--_—_--7 DP-22 SUBSURFACE AND PHYSICAL CONDITIONS.................... —_—_ ....... ....................7 SP-23 P8EB[D ............ ...........----............. ---_.7 SP-24 SPECIAL FUEL USER'S PERMIT............................ ................ ............. -----_--J S9-25 PETROLEUM CONTAMINATED SOILS........ ........................ ...... ...................... ......—.8 SP-20 SPOIL.................................................................... —.--_-----_---------.@ BP-27 BEST MANAGEMENT PRACT}CES--..................................................... ............ ........8 SP-28 WATER FOR CONSTRUCTION......... ........................ ...........................— .....................A 0P-29 PRIVATE ACCESS................ — .............. .................................... --_---------0 Sy-31 REMOVAL AND REPLACEMENT OF FENCES, SIGNS, SIDEWALKS, CURBS, ' GUTTERS,POSTS,BARRICADES, ETC-............. ........~- ............- ........ .........- ...K0 | Sp-32 TESTING ............................................................ ---.---_--,.------.-- ....10 8y-33 CONFLICTS WITH UTILITIES................................................. ..... ......... ..................l2 | SP-34 -_--........................................................................ { 89-35 PERMITS............................................................................................................................13 SP-36 WORKING HOURS.,....---_- ...... .............................. .................... -,-_- ........14 \ SP-37 UNSCHEDULED EMPLOYMENT OF THE ENGINEER �4 ---------------'' | SP-38 CONTRACTOR EMERGENCY CONTACT,'~-.,-,_^-.,_` ......___,.--. ........ 5 SP-39 ����BDdQ�D����� l� / = ��^^^�'`"'^~ '-^-------------`-----------' | SP-40 COLLECTION SYSTEM OPEN CDT REPAIRS ................... ---- ....... -' ..............]5 ' SP-41 NX}l8E CONTROL..........................................................................................................-l6 � SP-42 PROJECT WEBSITE............~.~---.___.'.............. ._---_---.....................1'6 � SP-43 BY-PASS PUMPING RAMP SYSTEMS.......................................................................~]7 " SP-44 -INSPECTION OF PLUG -..... ............... ..............l7 � � | � , � / ^ / | | | | � ` | | , | ^ | � | SP-01 GENERAL All work shall be performed in accordance with applicable sections of the Montana Public Works Standard Specifications, Sixth Edition(MPWSS-6"'),published April, 2010,including;all addenda,which by this reference are hereby included as part of this specification as modified herein by the City of Bozeman. The"City ofBozernan Modifications To Montana Public Works Standard Speeifictations"applies changes, deletions,and additions to the Montana Public Works Standard Specifications, Sixth Edition,April;2010, referred to collectively as the MPWSS. Each Section of the MPWSS that has been modified is listed in the Table of Contents of the"City ofBozer7an.ikModrfications To Montana Public Works Standard Speeif cations"'Section 00950, The Instructions to Bidders Form and Special Provisions are not included in Section 00950 and have been incorporated into Sections 00200 and 00910,respectively. The entire Section from the MPWSS has not been rewritten for these modifications, hnstead,modifications are indicated for a specific subsection,paragraph, sentence or drawing. Where a Standard Modification to MPWSS does not exist for a particular Section of MPWSS it shall be assumed the wart is to be completed in accordance with the appropriate MPWSS'Section.:When a Standard Modification to MPWSS does exist the requirements of that modification supersede the related MPWSS requirement. Where paragraphs are specifically deleted or modified,or new paragraphs added, all other parts of the MPWSS will remain in effect unless otherwise modified by the Project Manual in accordance with the order of governance as specified in "Summary of Work". Forms included in the Project Manual will be used in lien of similarly titled forms in the MPWSS.Where Technical Specifications follow the Modifications in later Divisions of the Project Manual,those Specifications replace same numbered specifications in the MPWSS. Delete Part 4. MEASUREMENT AND PAYMENT in all sections of the MPWSS.Payment for an item will only be made if that item is listed as a Bid Item in Section 00300: Bid Form.If an item is listed as a Bid Item,administrative and procedural requirements will be listed in Section 01275:Measurement and Payment. If an item is not listed as a Bid Item,the item is not required or is considered an incidental cost to other Bid Items. All correspondence and official authorization concerning the work shall be with..the City Engineer or his designated representatives as identified at the preconstruction meeting,. Any changes in the work or schedule not authorized by the above shall be deemed as unauthorized and shall be done at Contractor's risk at no cost to the Owner. All damages, reparations, and costs thus incurred during;, the progress of such unauthorized work shall be bonne exclusively by the Contractor. SP-02 AWARD OF CONTRACT The award of the contract,if awarded,will be made within the period specified in the Invitation to Bid to the lowest responsible Bidder whose bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter, mailed to the address shown on the bid,that the bid has been accepted and that the Bidder has been awarded a contract. The bid schedules may be awarded as a single total combined contract,may be awarded singly as separate contracts,or in any combination of schedules which result in the lowest project cast to the Owner, SECTION 00910 SPECIAL PROVISIONS PAGE 1 OF 17 SP-03 TIME OF COMMENCEMENT AND COMPLETION DATE The beginning of the contract times shall be stated in a written NOTICE TO PROCEED written by the City Engineer to the Contractor. In establishing the date when contract time begins, the Engineer will consider that the contract time begins following delivery of the NOTICE TO PROCEED. The contract time will expire automatically the number of calendar days stated as contract time, except as the contract time may be extended by change order. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. In no event will the Contract Time commence to run later than the seventy-fifth day after the Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. SP-04 LIQUIDATED DAMAGES Subject to the provisions of the contract documents, the Owner shall be entitled to liquidated damages for failure of the Bidder to complete the work within the specified contract time. The Bidder agrees to pay liquidated damages for compensation to the Owner for expenses incurred by the Owner during the contract time overrun. As compensation for expenses incurred, the Contractor shall be assessed a liquidated damage of$500.00 per calendar day for each day that the work remains uncompleted beyond the contract period. Liquidated damages shall be paid by deduction from monthly progress payments and the final payment. SP-05 COST LIMITATIONS The Owner reserves the right to eliminate or reduce certain bid items from the project following the bid opening to make the project financially feasible with the limitations of the funds allocated for this project. The detennination of which items shall be eliminated shall be the responsibility of the Owner. SP-06 NAMES,PRODUCTS AND SUBSTITUTIONS Where products or materials are specified by manufacturer, trade name, or brand, such designations are intended to indicate the required quality, type,utility, and finish. Requests for proposed substitution shall include complete specifications and descriptive data to prove the equality of proposed substitutions. Substitutions shall not be made without the written approval of the Owner. No substitutions will be considered until after contract award. SP-07 APPROVAL OF EQUIPMENT AND MATERIAL The Contractor shall furnish to the Owner or its Engineer for approval the name of the manufacturer of machinery, mechanical and other equipment and materials which he contemplates using in execution of the work-, together with the performance capacities and such other information which may be pertinent or required by the Owner. SP-08 BIDDER'S QUALIFICATIONS The Contractor shall show evidence that he has the finances, organization, and equipment to perform the work with a limited number of subcontractors, The Contractor will be required to have a full-time resident General Superintendent on the job at all times while the work is in progress. fie shall be in a position to direct the work and make decisions, either directly or through inunediate contact with their SECTION 00910 SPECIAL PROVISIONS PAGE 2 OF 17 superior. Absence or incompetence of the Superintendent shall be reason for the Owner to stop all work on the project. Provide qualifications for the Contractor and all Subcontractors, Suppliers, or other persons or organizations identified in Technical Specifications per the guidelines in the respective specification sections. Per Article 3.01 of the Instructions to Bidders,within five (5)days of the Owner's or Engineer's request, submit the evidence of qualifications listed in the referenced article as well as the following additional information, • A list of at least three(3)jobs successfully completed within the last five(5)years by the Bidder similar in size and scope to the Work,including references for each project; • The proposed Superintendent's name and resu►ne; and • The general availability of the Bidder to complete the Work within a reasonable timeframe. In accordance with Article 6.06 of the General Conditions and Supplementary Conditions to the General Conditions,provide a list of all Subcontractors, Suppliers,or other persons or organizations providing Work or items of equipment exceeding$5,000 within five(5)days of the Owner's or Engineer's request. '7 For each Subcontractor, Supplier, or other person or organization, include on the list the primary contact and phone number,approximate anticipated monetary value of Work,and a list of similar projects over the past three(3)years, SP'-09 WARRANTY If,within two years after acceptance of the work by the Owner,any of the work is found to be defective or not in accordance with the Contract Documents,and upon written notice from the Owner,the Contractor shall correct any work beginning within seven(7)calendar days of said written notice, Should the Contractor fail to respond to the written notice within the designated time,the Owner may correct the work at the expense of the Contractor. SP-10 SCHEDULING Prior to the PRECONSTRUCTION CONFERENCE,the Contractor shall provide the City Engineer the following schedules: a. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order,timing,and 41.� progress in which the Contractor proposes to prosecute the work. This schedule shall be in a bar graph, CPM or PERTforrnat. The schedule shall be updated and re-submitted every month to be submitted with the pay application. b. A PAYMENT SCHEDULE showing the anticipated amount of each monthly payment that will become due the Contractor in accordance with the Construction Progress Schedule. c. During construction, a definitive 2-week construction schedule will be required. The schedule will be required to be submitted to the Engineer at the weekly construction meeting prior to the start of the 2 weeks. The Contractor will also be required to post the 2-week schedule per SP-39. This schedule will ensure that the day-to-day operations of the City maintenance work will not interfere with the construction of the project. SECTION 00091 0 SPECIAL PROVISIONS PAGE 3 OF 17 SP-11 PRECONSTRUCTION CONFERENCE After the contract(s)have been awarded,but before the start'of construction,a preconstruction conference will be held at the site of the project for the purpose of discussing requirements on such matters as project supervision,on-site inspection, progress schedules and reports,payrolls,payment to Contractors,contract change orders, insurance,safety,and any other items pertinent to the project. The Contractor shall arrange to have all supervisory personnel and a representative from each of the affected utility companies connected with the project on hand to meet with a representative of the Owner to discuss the project and any problems anticipated. SP-12 SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings,design mix inforination,material testing compliance data,and other data in accordance with the General Conditions. Following review,the Contractor shall resubmit copies of any drawings which required revision or correction, SP-13 UNDERGROUND UTILITIES There is potential that underground utilities may be in conflict with certain areas of the project.Whether on private or public property,Contractor shall relocate, remove,replace,cross,work around,support,or other as necessary to conduct construction operations and properly construct the project. Utilities and other appurtenances may include but are not limited to the following;culverts,propane lines,TV cables, telephone lines and pedestals,electrical boxes and lines, gas mains, street lights,telephone and power poles, water mains and services, sewer mains and services and storm drainpipe and inlets. Utility locations are based on the best available information which has been provided to or discovered by the Engineer. There is no guarantee as to the accuracy and completeness thereof is expressly disclaimed, The Contractor shall be responsible for checking with the Owners of the underground utilities such as the City, County,power and telephone companies,etc., as to the location of their underground installations in the project area, The Contractor shall be solely responsible for any damage done to these installations due to failure to locate them or to properly protect them when their location is known, It shall be solely the responsibility of the Contractor to fully coordinate his work with the agencies and to keep them informed of his construction activities so that these vital installations are fully protected at all times. A Montana One-Call system(1-800.424-5555) has been established to facilitate requests for underground facility location information. The Contractor is cautioned that all utilities may not be on this system. SP-14 EASEMENTS,RIGHTS-OF-WAY,ADJOINING PROPERTY The Contractor shall contain all of his construction operations within the easements and rights-of-way unless written approval is secured from the Owner of the adjoining property or written approval is given by the Owner to utilize the adjacent land area,Take care to protect,preserve and/or replace objects and structures encountered within the confines of the easements and restore all disturbed areas restored to the original condition unless otherwise dictated in these specifications. The construction right-cf-way will be the asphalt. Where replacement of existing services is required, construction right-of-way may be extended to the property line,if the service connection is near the edge of the asphalt. S ECTJON 00910 SPECIAL PROVISIONS PAGE 4 OF 17 SP-15 TRAFFIC CONTROL Several busy streets are included in the project area. Traffic control will be required on all streets, however,Main St,Mendenhall St,Peach St,and Tamarack St will require additional controls. These areas are main arteries through town and there is considerable traffic in these areas. Sufficient traffic control will be required,if proper traffic control is not provided,the City Engineer may require proper traffic control before construction is started for the day. Additionally,the work in the MDT right-of-way will require MDT approval. If traffic control is not provided per MDT requirements, work will be stopped until proper traffic control is provided. a. GENERAL The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of City streets affected by the work. Exact;procedures in this respect shall be established in advance of construction with the City Engineer. Barricade function,,design and construction shall conforin to the latest edition of the Manual on Uniform Traffic Control Devices and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana, latest edition. Should construction of the project require the closure of any streets,roads or highways or require night-time or long-terin traffic control,the Contractor shall be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. In regards to closures,the plain shall include specific details on traffic detours and estimated duration of the closures. Details of signing,barricades, flagging and other traffic control devices shall be included, and the TRAFFIC CONTROL PLAN shall be approved by the City Engineer or his designated representative prior to construction. b. TRAFFIC ACCESS Construction work shall be programmed by the Contractor so that local traffic will have continuous access within one block of any given property. It shall be the responsibility of the Contractor to notify all residents in the area of programmed work of street closures,parking requirements and restriction,and any other conditions,a minimum of twenty-four(24)hours prior to beginning;work within the affected area. All signing;, barricades,and other traffic control measures shall be provided by the Contractor. c. WARNING SIGNALS All streets,roads,highways and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed,mounted or affixed acceptable warning signs. Barricaded shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations within the construction area shall be provided with suitable barriers, signs and lights to the extent that adequate public protection is provided. All abrupt grade changes greater than one inch which traffic is required to pass over,and obstructions,including but not limited to material stockpiles and equipment, shall be similarly protected. SECTION 00910 SPECIAL PROVISIONS PAGE 5 OF 17 All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning form sundown to sunrise. SP-16 DISPOSAL, EROSION,WATER POLLUTION,AND SILTATION CONTROL The Contractor is responsible for proper disposal of all waste soils and materials unless otherwise directed herein. Where waste materials are disposed on private property not owned by the Contractor,evidence of property owner's written permission shall be obtained and provided to the Owner. Contractor shall comply with all local, state,and federal laws and regulations pertaining to erosion control,fill in wet lands, and floodplains. The Contractor shall dispose of fall refuse and discarded material in an approved location. The Contractor shall exercise every reasonable precaution throughout the life of the project to prevent pollution or siltation of rivers,streams or impoundments. Pollutants such as chemicals, fuels,lubricants, bitumens,raw sewage,or other harmful wastes sliall not be discharged into or alongside of rivers, streams, and impoundments or into natural or mamnade channels leading thereto. In addition.the Contractor shall conduct and schedule his operations to avoid muddying or siltation of rivers, streams or impoundments. The Contractor shall meet the requirement of the applicable regulations of the Department of Fish, Wildlife and Parks,Department of Environinental Quality and other State or Federal regulations relating to the prevention or abatement of water pollution and siltation. The Contractor"s specific attention is directed to the Montana Water Pollution Control Act and the Montana Stream Preservation Act, The Contractor shall be responsible for obtaining any required discharge permits associated with erosion control and groundwater dewatering operations. Contractor's responsibility shall include all cleanup,restoration,etc.of any detention or discharge areas. SP-17 PROTECTION OF EXISTING PAVEMENT All equipment shall be fitted with pads on the outriggers and other accessories as necessary to prevent damage to existing pavement during the course of the project. Any damages to pavement shall be corrected by the Contractor, at his expense,in a manner directed by the Engineer. SP-18 OPERATION OF EXISTING AND NEW VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only, The Contractors shall no operate any existing valves without the written consent of the City of Bozeman. When new or existing valves are used to take water from the City of Bozeman water distribution system, they shall be operated by City of Bozeman personnel only. SP-19 SALVAGEABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of the City of Bozeman and shall be delivered to a site specified by the City of Bozeman. Should the City of Bozeman choose not to accept any salvageable items, then the Contractor shall dispose of those items at his expense at a site or landfill acceptable to the Engineer. Any costs for the above work shall be at the Contractor's expense. SECTION 00910 SPECIAL PROVISIONS PAGE 6 OF 17 SP-20 ACCESS TO RECORDS The Contractor shall allow access to any books, documents,papers or records which are directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duty authorized representatives for the purpose of making an audit,examination,excerpts or transcriptions. SP-21 INSURANCE Insurance coverages required under this contract shall extend, at a minimum, to the end of the contract time, SP-22 SUBSURFACE AND PHYSICAL CONDITIONS In the preparation of Drawings and Specifications,the Engineer or Engineer's Consultants relied upon the following drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities)which are at or contiguous to the Site: 1. City qfBozenian Wastewater Facility Plan,Alontana, prepared by Morrison-Maiefle and HDR,2007. 2, City qj'Bozeinan Wastewater As-Built Plans, .Allontana, received from the City of Bozeman,2008. 3. City of Bozeman CCTV reports and DVDs,Montana, received from the City of Bozeman, 2008. 4. City cif Bozeman GIS Aerial Photos, Montana, received from the City of Bozeman,2008. These reports and drawings are not part of the Conti-act Documents,but the"'technical data"contained therein upon which the Contractor may rely as identified and the above are incorporated therein by reference. Contractor is not entitled to rely upon other infortnation and data utilized by Engineer and Engineer's Consultants in the preparation of Drawings and Specifications. SP-23 PREBID EXPLORATION/SITE INFORMATION All Bidders are strongly encouraged to visit the site of the work and conduct all field investigations at their disposal to become acquainted with the nature of the work. Obtain written authorization from the Owner utilities,and others who may be directly affected prior to entering the property, conducting field tests,drilling,boring, excavating, or test pumping, Z:� tn If potential Bidders wish to excavate test pits,the excavations will be limited to the vicinity of those areas that appear on the Drawings to be excavated. Excavations in paved areas will not be allowed without written permission from the Owner. Excavations must be backfilled in a reasonably uniform manner and graded to the original ground surface line and grade. Backfill in unpaved streets,parking areas, or alleys must be compacted as specified in the Contract Documents and surfaced with four inches of new or existing gravel. SP-24 SPECIAL FUEL USER'S PERMIT House Bill 319,passed by the 2011 Montana Legislature, requires Contractors submitting bids for work in any public right-of-way to include their Special Fuel User's Permit number with their bid package, SECTION 0091 0 SPECIAL PROVISIONS PAGE 7 OF 17 Contractors submitting bids for this construction contract must include the Contractor's Special Fuel User's Permit number if they use any special fuel,including diesel(dyed or not dyed). A bid submitted without the bidder's valid Special Fuel User's Permit number may be considered non-responsive.If a contractor does not use special fuel or is exempt from the law,the contractor must indicate this with their bid. More information can be found at http://www.mdt.mt.gov/business/fueltax/for Bidders who do not have a current Special Fuel User's Permit and need to make an application.Allow at least two(2)business days for processing of a new application, Call (406)444-7689 for questions about the Special Fuel User's Permit. SP-25 PETROLEUM CONTAMINATED SOILS There is a possibility of encountering petroleum contaminated soils and petroleum contaminated groundwater within the work area. If this occurs during construction,cease work in the area where contamination is discovered until a time and materials change order for the extra work can be agreed upon by the Contractor,Owner, Engineer and the Montana DEQ Underground Storage Tank Program. Proceed with other elements of the project at no additional cost to the Owner in such an event. The work in the affected area will again proceed after a change order is processed. No shutdown time or associated additional costs will be awarded other than those agreed upon in the change order. There are four leaking underground storage tank (LUST) sites in the project area. Two of the sites are inactive LUST sites and are located in the project area. The inactive LUST sites are Lust #1259, 5 E Mendenhall St,, ID number 1607197 and Specialists 4687, 136 W Main St, ID number 1609931. 'The active LUST sites are Forn-ier Husky Oil #712, 620 W Main St, 11) number 1602940 and Me & Jans 11 #250, 621 W Main St,ID number 1603800. SP-26 SPOIL Unless otherwise indicated on the Drawings or elsewhere in these specifications,place spoil in the confines of the existing easements or right-of-ways. In areas where confines limit the placement of spoil, the Contractor may have to haul the spoil out of the area until he is<ready to backfill. The locations of spoil placement will be discussed at the preconstruction conference and will be subject to approval by the Engineer. The Contractor will be responsible for the disposal of all excess spoil. No additional payment will be allowed the Contractor for this work.Refer to Section 01275: Measurement and Payment for more information, SP-27 BEST MANAGEMENT PRACTICES Dust Control—Dust control is to be considered an integral part of the Work.Dust Control shall be provided from the start of construction until the Work is complete.Fugitive dust as a.result of construction shall be controlled at all times within the subject property.The Contractor shall have a water truck available for dust control prior to beginning any construction tasks. Wetting shall be done a minimum of twice per day in dry conditions or at the direction of the Engineer or Owner as required until the final construction activities are completed. Contractor shall be prepared to provide dust control until the final surface restoration is completed.All costs incurred to meet dust control requirements are incidental to other items of the contract and no separate payment shall be made. Road and Parking Lot Cleaning—It shall be the sole responsibility of the contractor to keep all roads and parking lots free from mud,gravel,cobbles or other contaminants generated as a result of SECTION 00910 SPECIAL PROVISIONS PAGE 8 OF 17 construction activities. It shall be the responsibility of the contractor clean all foreign matter form roads and parking areas in a reasonable amount of time as determined by the Owner&Engineer. All costs incurred to meet road and parking lot cleaning requirements are incidental to other items of the contract and no separate payment shall be made. Erosion Control Measures—Temporary erosion and sediment control measures includes the installation and maintenance of temporary structural control measures to reduce or eliminate the erosion of soil and transport of sediment offsite as result of construction activities.This may include, but not be limited to, silt fences,ditch checks, sediment basins,erosion control mats,stabilized construction entrance, temporary diversions,inlet protection, sedirrient traps,and slope drains. If erosion control measures are required, it shall be the responsibility of the contractor to install and maintain them throughout the construction. All costs incurred to meet erosion control requirements are incidental to other items of the contract and no separate payment shall be made, Noxious Weed Control—Comply with the County Noxious Weed Management Act,Title 7, Chapter 22, Part 21 and all county and contract noxious weed control requirements. Detennine the specific noxious weed control requirements of each county where the project is located before submitting a bid. Equipment and vehicles will be washed prior to entering the project site to remove vegetation to avoid the spread of weeds. All costs incurred to meet noxious weed control requirements are incidental to other items of the contract and no separate payment shall be made. Failure to Provide Service—If the contractor fails to provide adequate service on the above listed items, the Owner reserves the right to contract these activities to a third party, the cost of which will be deducted from the contract amount at the time of the next pay request. SP-28 WATER FOR CONSTRUCTION The Contractor may obtain water for construction purposes from the City at no charge. The water will be made available from the automatic filling station located at 1812 North Rouse Avenue. The Contractor shall coordinate with the City Water/Sewer Superintendent to obtain a username and password to receive access to the station. City personnel will aid with the initial few water fills to ensure proper procedures are being followed. The Contractor will be required to purchase a special cam-lok to attach to the filling station. The City Water/Sewer Superintendent will assist the Contractor in locating where these cam-loks, can be purchased. The use of fire hydrants for construction water will not be allowed. SP-29 PRIVATE ACCESS At all times during construction,afford property owners access to their property to the highest degree possible. Ensure that businesses will have at least one approach open at all times,if possible, and open closed-off approaches as quickly as possible. SP'-30 LANDSCAPED AREAS Repair any landscaped or vegetated areas on private or public land that are scarred or destroyed during construction to an equal or better condition than that prior to the start of construction. This will include removing,replacing and grading topsoil. Replace all landscaped and/or grass areas disturbed during the construction process with a minimum 6-inches of topsoil. Reseed all,disturbed areas,private or public, unless otherwise indicated. SECTION 00910 SPECIAL PROVISIONS PAGE 9 OF 17 I No additional payment will be allowed to the Contractor for this work if outside the pay limits depicted in the restoration details or detailed in Section 01275.Measurement and Payment, SP-3I REMOVAL AND REPLACEMENT OF FENCES SIGNS SIDEWALKS CURBS GUTTERS,POSTS,BARRICADES,ETC. Culverts,fences,signs,decorative rocks,newspaper boxes,posts,sidewalks, curbs, gutters,propane tanks,satellite dishes,barricades,etc.may be encountered during construction that may hinder construction operations. Whether on private or public property,remove and replace these objects as necessary to conduct construction operations, Replace objects reproved in as good a condition as previously existed and to the satisfaction of the Engineer. No additional payment will be allowed the Contractor for this work: See Section 01275: Measurement and Payment and the Drawings for more information, S -32 TESTING Complete testing of all components of the project will be required to the satisfaction of the Owner and the Engineer. Remedy all defects and perforniance problems revealed by the testing to the satisfaction of the Engineer by the Contractor at no additional expense to the Owner. The engineer will conduct the following tests at no cost to the Contractor 1. On-site moisture and density testing,of trench backfill,embankments,engineered fill placement, crushed base course, and asphalt pavement. Should the materials fail to meet the test specified,the Contractor will pay the casts of all retests conducted by the Engineer,or the Contractor may elect to have an approved testing laboratory conduct retests at the Contractor's expense. The Contractor will be responsible for conducting and paying for the following tests: I. Laboratory analysis of concrete aggregate. 2. Stump and Air Entrainment tests four concrete.. 3. "faking and breaking of concrete test cylinders. 4. Gradations for gravels,bedding, and base materials as specified. 5. Proctors for different materials and gravels used for backfill. 6. Marshall and core testing for bituminous asphalt concrete. 7, Re-testing of failed tests that were conducted by the Engineer. 8. Other tests as outlined in the Technical Specifications. All tests which are the responsibility of the Contractor must be conducted by an approved,certified testing laboratory or individual. Acceptance or rejection of materials will generally be determined from tests made in-place in the field. SECTION 00910 SPECIAL PROVISIONS PAGE 10 OF 17 The following is frequency testing table for soils and concrete: Quality Control Frequency Table SECTION ITEM DESCRIPTION TEST OR SUBMITTAL. FREQUENCY Varies All Materials Sieve Analysis Every New Material Varies All Materials Atterberg Limits Every New Material. Varies All Materials Lab. Max Density Every New Material 02221 Type IPipe Bedding Field Density/Moisture Content I test 1200 LF 02221 Pipe Bedding Alternate Field Density/Moisture Content l test/200 LF 02221 Type 2 Pipe Bedding Field Density/Moisture Content l test/200 LF 02221 Type `A'Trench Backfill Field Density/Moisture Content` 1 test/200 LF/lift � I 02221 Type `B' Trench B,ackfill Field Density/Moisture Content I test /300 LF/lift 02221 Type `C' Trench Backfill Field Density/Moisture Content 1 test/400 LF/lift Varies All Materials Sieve Analysis Every New Material Varies All Materials Atterberg Limits Every New Material Varies All Materials Lab. Max Density Every New Material 022301 Original Ground/Native Subgrade Field Density/Moisture Content i 1 test/5,000 SF/lift 02234 Sub-Base Course(s) Field Density/Moisture Content I test/2,500 SF/lift 02234 Sub-Base Course(s) R-Value Every New Material 02234 Sub-Base Course(s) Fractured Face Every New Material 02234 Sub-Base Course(s) Sand Equivalent Every New Material 02234 Sub-Base Course(s) %of Wear(500 rev.) Every]New Material 02235 Base Course(s) Field Density I test/2,000 SF I'lift 22:35 Base-Courses) R-Value Every New Material 02235 Base Course(s) Fractured Face Every New Material. 02235 Base Course(s) Sand Equivalent Every New Material 02235 Base_Course(s) %a of Wear(500 rev.) Every New Material m � 02510 Plant mix Mix Design Plant Inspection As Required by Engineer. .Asphalt Content With Every Mix. Design Sieve Analysis With Every Mix Design Marshall Stab.&Flaw With Every Mix Design Field Density I test/pass with roller Temperature Each Truck SECTION 00910 SPECIAL PROVISIONS PAGE I 1 OF 17 SP-33 CONFLICTS WITH UTILITIES As shown on the plans,underground utilities may be in conflict with certain areas of the project.Whether on private or public property,Contractor shall relocate,remove,replace,cross,work around,support,or other as necessary to conduct construction operations and properly construct the project. Utilities and other appurtenances may include but are not limited to the following;culverts,propane lines,TV cables, telephone lines and pedestals,electrical boxes and lines, gas mains,street lights,telephone and power poles; water mains and services,sewer mains and services and storm drain pipe and inlets. Utility locations are based on the best available information which has been provided to or discovered by the Engineer. There is no guarantee as to the accuracy and completeness thereof is expressly disclaimed, The Contractor shall coordinate his work with all utility companies or private entities that may be affected by the project.The Contractor will also coordinate with the appropriate utility owners to relocate;remove, replace, cross,work around, support,or other as necessary to conduct construction operations and properly construct the project. The Contractor will pay for any charges associated to relocate,remove, replace,cross,work around, support,or other as necessary to conduct construction operations and properly construct the project.The Contractor shall be solely responsible for any damage to these utilities due to his operations. The Contractor shall work closely with the utilities to ensure their criteria are met and no problems result.. No separate payment will be made for this work and the Contractor shall figure the cost of such work into other applicable bid items. The Contractor shall also check with the Utilities Underground Location Center(1-800-424-5555) at least 48 hours in advance so that all utilities are located prior to digging. SP-34 CONSTRUCTION SEQUENCING It is anticipated that MDT will be letting a bid for road construction work in Main Street during August 2013. All work as part of this contract inust be completed before MDT construction in Main Street begins. It is rewired that the Contractor complete all construction on Main Street prior to beginning construction in any other project area. This critical path item shall be clearly shown in the contractors' construction schedule. The City of Bozeman will be replacing water mains on. Mendenhall St concurrent with this sewer rehabilitation project. The Contractor is required coordinate the sewer rehabilitation project construction around the water main construction efforts. If a conflict occurs during construction between the two projects, cease work in the area where the conflict occurs until a time that this conflict is resolved. Proceed with other elements of the project at no additional cast to the Owner in such an event. Scheduling work and submitting a two week schedule, every week, will be imperative to keeping the construction sequencing in order. Once Main Street is complete, it will be required that the Contractor begins work on the west end of Mendenhall St and continue east until Mendenhall St is complete. The Contractor shall limit open cut construction activities to a maximum of 2 blocks at any given time. Before commencing work in a third block, one of the two previous blocks must be paved and open to traffic. Coordination, as described in SP-36, with local businesses will be required to ensure that business hours are not affected by the construction. Night work will be required for the lining of the mains on Main St. and Mendenhall St. Two lanes of traffic must be fully open on Main Street at all times, one lane to the East and one lane to the West. Additionally, intersections to the North and South should remain open. SECTIONS 1111910 SPECIAL PROVISIONS PAGE 12 OF 17 In addition to the general work restrictions specified above, there are several events during the contract period which the Contractor shall adjust his schedule to accommodate. Streets shall be open to traffic as specified for the following downtown closures/events: • Monday,May 27,2013; 8:00 am to 2:00 pm: Memorial Day Parade. Main Street will need to be fully opened from Wallace to 7`h. One lane of Mendenhall shall be open from Wallace to 7"'. Church and Wallace shall be fully open from Main to Mendenhall. • Every Thursday, 5:00 pm to 11:00 p ,June 27,2013 to Aug. 15,2013: Music on Main. Main Street will need to be fully opened from Rouse to 7tl1'. One lane of Mendenhall shall be open from Rouse to 7"'. Rouse shall be fully open from Main to Mendenhall. • Sunday,July 28,2013: Profitness Basketball Tournament. Main Street will need to be fully opened from Rouse to 7"'. One land of Mendenhall shall be open from Rouse Ave to 7"'. Rouse Ave shall be fully open from Main to Mendenhall. • Wednesday,July 31,2013,5:00 pm to 9:00 pm: Bite of Bozeman. Main Street will need to be fully opened from Rouse to 71'.. One lane of Mendenhall shall be open from Rouse to 7"'. Rouse shall be fully open from Main to Mendenhall. • Saturday,August 3, 2013,all day: Sweet Pea Parade/Run. 'Main Street will need to be fully opened from Wallace to 7"'. One lane of Mendenhall shall be open from Wallace to 7"'. Church and Wallace shall be fully open from Main to Mendenhall. • Sunday,August 18,2013,9:00 am to 3:00 pm: Oar Shaw. Main Street will need to be fully opened from Church Ave to 7"'. One lane of Mendenhall shall be open from Church Ave to 7"' Church shall be fully open from Main to Mendenhall, • Sunday, September 8,2013: Bozeman Marathon, Main Street will need to be fully opened from Church Ave to 7"'. One lane of Mendenhall shall be open from Church Ave to 7"'. Church Ave shall be fully open from Maim to Mendenhall. • Friday,October 4„2013, 5:00 pin to 9:00 pra: MSU Pep Rally. Main Street will need to be fully opened from Rouse to Tracy Ave. One lane of Mendenhall shall be open from Rouse to 7" Rouse Ave and Tracy Ave shall be fully open from Main to Mendenhall. • Saturday, October 5,2013,8:00 am to 2:00 pm: MSD Homecoming Parade. Maul Street will need to be fully opened from Wallace to 7"'. One lane of Mendenhall shall be open from Wallace to 7" Wallace Ave shall be fully open from Main to Mendenhall. Failure of the Contractor to meet any of the requirements for special events listed above shall result in the assessment of Liquidated Damages. See Section 4.04, Agreement Form, Special Event Liquidated Damages. SP-35 PERMITS The Owner and Engineer will obtain the following permits at no expense to the Contractor. The Contractor will be required to carry out all provisions of these permits as part of this contract. SECTION 00910 SPECIAL PROVISIONS PAGE 13 OF 17 I• Utility Occupancy Permit—Main Street and 7"'Avenue are part of the Montana Department of Transportation's(MDT)network. The Owner will obtain an approved RW 131 Utility Occupancy Permit for work on the highway. The permit requires the Contractor to provide a traffic control plan for MDT approval. The Contractor will be required to submit this plan to the Engineer who will review it prior to sending it on to MDT. MDT approval of the plan will be necessary before the Contractor initiates construction on the right-of-way. Traffic control shall comply with the MDT Guidelines for Work Zone Safety and the Manual on Uniform Traffic Control Devices. Hard hats and orange safety vests shall be worn while working within the highway right-of-way;. The District Utility:Agent,Robert Bukvich(406)556-4714, shall be notified 48-hours before work is commenced in the right-of-way. Appendix D contains the draft utility occupancy permit application to MDT. SP-36 WORKING HOURS All construction in residential areas can be completed;during normal working hours (7 am to 7 pm); however;,in the business district of town,special hours will be required for certain businesses. Where businesses,restaurants;and other facilities with special needs are located,work will be required to wait until the business has closed. Construction of the cured in place pipe will not be allowed to disrupt the working hours of any business in town. If businesses are closed on Sunday, Construction shall be performed on that day,if not, other special work hogs will be required. Businesses in this area are adjacent to residential areas which will require noise control during special work hours;see SP-41. Additionally,all work in Main Street will be conducted during the night hours. This may include all open cut work. Coordination between the Contractor, Engineer and City will be required. These required special working hours will not be considered unscheduled employment of the engineer as defined in SP-37_ SP-37 UNSCHEDULED EMPLOYMENT OF THE ENGINEER Damages for the unscheduled employment of the Engineer and/or Inspector will be assessed against the Contractor necessitated by: (1)the Contractor working beyond the specified contract time;(2)the Contractor working more than 8 hours per day,(or 40 hours per week if four ten hour shifts are run)or on Saturdays, Sundays,and Federal Holidays,(3)the Contractor utilizing material,supplies;or equipment that requires the redesign of the project; (4)the Contractor destroying or disturbing baselines benchmarks or reference stakes;(5)the failure of the Contractor to maintain acceptable as-built records,and(6) review of submittals that were returned to the Contractor requiring revision or resubmittal. Damages for the unscheduled employment of the Engineer and/or Inspector will be determined based on the following hourly rates: SECTION 00910 SPECIAL PROVISIONS PAGE'14 OF 17 Straight Time Project Manager $135.00/Hour Project Engineer $97.00/Hour Resident Project Representative(RPR) $95.00/Hour RPR Overtime Rate $142.50/Hour Clerical $5 1.00/Hour Mileage $ 0.65/Mile Survey Crew $188.00/1-Iour GPS Rental $200.00/Day Nuclear Densometer $25.00117ay The rates listed herein are subject to changes on January I"of each year. Out of pocket expenses for materials, equipment,supplies,transportation,and subsistence will be billed at cost plus ten percent. Damages for unscheduled employment of the Engineer and/or Inspector will be deducted from monthly progress payments and the final payment as the damages are incurred. Damages for unscheduled enipIL)yment of the Engineer are independent from liquidated damages for delay as described in the agreement. SP-38 CONTRACTOR EMERGENCY CONTACT Provide a primary and secondary 24-hour,7-day a week emergency contact. SP-39 COLLECTION SYSTEM SERN710ES The Engineer has located,to the best of his knowledge, all active services. However, some of the services shown on the plans could not be confirmed to be active with currently available information. It is the intent of this project to only reinstate active sewer services. All abandoned services identified in the Closed-Circuit Television Inspection(CCTV)shall not be reinstated after installation of the cured-in- place pipe. Special care will be taken to deten-nine which services are active services and which services are abandoned. A dye test will be required for all services that cannot be clearly identified as active. Payment for reinstatement of service connections will only be paid for active services. No additional payment will be made for determination of active service connections,including dye tests,and all these costs shall be incidental to other items of work and shall be included in the prices bid for related items of work. Appendix B contains previous TV inspection reports which identify the majority of the abandoned services(Please note: Services identified as abandon on the inspection reports are not shown on the project plans,) SP-40 COLLECTION SYSTEM OPEN CUT REPAIRS The Engineer and Owner have utilized the best available information to define areas in the collection system requiring open cut and spot repairs for proper installation of cured-in-place pipe(CIPP). If CIPP pre-installation inspection reveals an obstruction such as a dropped joint, or collapse that will prevent a successful installation process, the Contractor shall notify the Engineer immediately. If this SECTION 00910 SPECIAL PROVISIONS PAGE 15 0F 17 occurs during construction, the Contractor shall cease work in the area until the Owner can have the section repaired to a condition acceptable for lining. The Contractor shall proceed with other elements of the project until the repair is complete at no additional cost to the Owner. The Contractor shall be aware that there are existing repairs and different types of pipe in the existing collection system. SP-41 NOISE CONTROL The intent of this Section is to minimize construction noise within construction areas and residential areas adjacent to the construction site.To this end,the Contractor and all subcontractors,suppliers,and vendors, are required to comply with all applicable noise regulations, specification requirements,and the noise level limits specified herein. The Contractor shall use equipment with efficient noise-suppression devices and employ other noise abatement measures such as enclosures and barriers necessary for the protection of the public. In addition, the Contractor shall schedule and conduct operations in a manner that will minimize,to the greatest extent feasible,the disturbance to the public in areas adjacent to the Work and to occupants of buildings in the vicinity of the Work. In no case shall the restrictions identified in this Section limit the Contractor's responsibility for compliance with all Federal,state, and local safety ordinances and regulations. Work shall be performed in a manner to prevent nuisance conditions such as noise which exhibits a specific audible frequency or tone(e.g.,backup alarms,unmaintained equipment,brake squeal)or impact noise(e.g.,jackhammers,hoe rams).The Engineer will make any final interpretation concernincy whether or not nuisance noise conditions exist. The Engineer has the authority to stop the Work until nuisance noise conditions are resolved, without additional time or compensation for the Contractor. All generators used on the construction site shall be enclosed with shields, acoustical barrier enclosures, or noise barriers. All equipment with backup alarms operated by the Contractor,vendors,suppliers,and subcontractors on the construction site shall be equipped with either audible self-adjusting ambient-sensitive backup alarms or manually-adjustable alarms.The ambient-sensitive alarms shall automatically adjust to,a maximum of 5 dBA over the surrounding background noise levels.The manually-adjustable alarms shall be set at the lowest setting required to be audible above the surrounding noise. Installation and use of the alarms shall be consistent with the performance requirements of the current revisions of Society of Automotive Engineering(SAE)J994,J1446,and OSHA regulations. No additional payment will be allowed the Contractor for this work. SP-42 PROJECT WEBSITE The Contractor shall create and maintain a project website accessible to the public. The website shall be updated weekly and as changes in traffic control,detours,by-pass pumping routes,and work zones occur. At a minimum,the site shall contain the current work zone location and traffic control plan,detour routes. closures,contract information for the Contractor's designated representative and the scheduled work plan for the week. The Contractor shall provide any information or access to the City IT SECTION x0910 SPECIAL PROVISIONS PAGE )6 OF 17 Department necessary for the City to create a link in the City's website to the project website. No separate measurement or payment will be provided for the creation or maintenance of the site. SP-43 BY-PASS PUMPING RAMP SYSTEMS By-pass pumping will be required per specification section 02650. In addition to these requirements,the Contractor will be required to provide ramping over any pipe that crosses streets,sidewalks, or driveways. These ramps shall protect the piping from damage or movement by any vehicle and also protect vehicles from damage. A detailed schematic of the pipe ramping system shall be submitted prior to the commencement of construction. The schematics will be in addition to the requirement in specification section 02650. These schematics will show the sections of pipe being by-passed and the route of the by-pass. They will also include the proposed traffic control and the lines by-pass will utilize. These schematics will aid the City in ensuring lines are not hydraulically overloaded due to scheduled operation and maintenance activities, Manholes that are used for by-pass pumping shall be clearly marked with traffic control with proper barriers to help avoid the potential of vehicle or pedestrian accidents, The piping entering the manholes shall also be protected from.damage by vehicles by utilizing ramps. The piping shall also be secured in the manhole to prevent the piping from popping out of the manhole and dischargiDg raw wastewater into the streets. Any type of leak-age froin the by-pass pumping system will not be tolerated and construction will be stopped until proper by-pass pumping is set,up, The cost for these requirements will be paid under the by-pass pumping line item. Refer to Section 01275 for more information. SP-44 BY-PASS PUMPING—INSPECTION OF PLUG LOCATION Once the by-pass plug is removed, the by-pass plug location shall be inspected to ensure the line has not been damaged,The inspection shall be recorded and a DVD provided to the Owner.If any line is damaged,,the main shall be repaired at the Contractor's expense, No additional payment will be allowed the Contractor for this work. END OF SECTION SECTION 00910 SPECIAL PROVISIONS PAGE 17 OF 17 SECTION 00950 CITY OF BOZEMAN STANDARD MODIFICATIONS TO MPWSS M°'4' CO. 0 CITY OF BOZEMAN MODIFICATIONS TO MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS SIXTH EDITION PREPARED BY CITY OF BOZEMAN ENGINEERING DEPARTMENT Approved March 31, 2011 Authorized by Ordinance No. 1611, April 5, 20104 FOREWORD Because the City of Bozeman has unique requirements which are not addressed in the "Montane Public Works Standard Specifications"(MPWSS), Sixth Edition,April,2010,the "City of Bozeman Modifications To Montana Public Works Standard Specifications"was created. This document addresses those specific requirements which the City of Bozeman has pertaining to Public Works projects which are not addressed in the MPWSS. All Public Works projects for the City of Bozeman shall be done in accordance with MPWSS and City of Bozeman Modifications to MPWSS. Where a City of Bozeman modification to MPWSS does not exist fora particular Section of MPWSS it shall be assumed the work is to be completed in accordance with the appropriate MPWSS Section, When a City of Bozeman modification to the MPWSS does exist the requirements of that modification supersede the related MPWSS requirement. The same holds true for City of Bozeman Standard Drawings; however, there are some City of Bozeman Standard Drawings which do not replace or supersede the MPWSS Standard Drawing but are additional drawings created specifically for the City of Bozeman, Each Section of the MPWSS that has been modified is listed in the Table of Contents of the "City of Bozeman Modifications To Montana Public Works Standard Specifications." The entire Section from the MPWSS has not been rewritten for these modifications. Instead, modifications are indicated for a specific subsection, paragraph, sentence or drawing. Appendix A of these modifications contains a list of MPWSS Standard Drawings followed by "Deleted", "Replaced", or "Active". "Deleted" indicates that the drawing is not to be used, "Replaced" indicates that the drawing has been replaced by a City of Bozeman Standard Drawing and "Active" means that the drawing is useable as shown in MPWSS. Appendix B contains a list of City of Bozeman Standard Drawings. It is the intent of the City of Bozeman to revise this document on an as-needed basis. Written comments on the "City of Bozeman Modifications To Montana Public Works Standard Specifications" may be submitted to the City Engineer. A form for submitting suggested changes can be found in Appendix E. Additional copies of the City of Bozeman Modifications to Montana Public Works Standard Specifications may be obtained from the office of the City Engineer located at 20 E. Olive Street in Bozeman, Montana. COEWODS 6"Edition Page I of 1 TABLE OF CONTENTS BIDDING REQUIREMENTS. CONTRACT FORMS AND CONDITIONS OF THE CONTRACT Instructions To Bidders Form Special Provisions DIVISION I -GENERAL REQUIREMENTS Section 01500 Construction and Temporary Facilities Section 01570 Construction Traffic Control Section 01580 Temporary Water Supply DIVISION 2— SITEWORK Section 02112 Removal of Existing Pavement,Concrete Curb,Sidewalk,Driveway and/or Structures Section 02113 Adjusting Existing Manholes, Lampholes, Inlets, Water Valve Boxes,Water Services And Fire Hydrants To Grade Section 02221 Trench Excavation And Backfill For Pipelines And Appurtenant Structures Section 02235 Crushed Base Course Section 02502 Asphalt Prime And/Or Tack Coat Section 02504 Asphalt Seal Coat Section 02510 Asphalt Concrete Pavement Section 02528 Concrete Curb And Gutter Section 02529 Concrete Sidewalks, Driveways, Approaches, Curb Turn Fillets, Valley Gutters And Miscellaneous New Concrete Construction Section 02581 Pavement Markings and Markers Section 02582 Reflective Thermoplastic Pavement Markings Section 02660 Water Distribution System Section 02720 Storm Drain Systems Section 02730 Sanitary Sewer Collection Systems Section 09810 Street Signs APPENDIX A Listing of Status of MPWSS Standard Drawings APPENDIX B Listing of City of Bozeman Standard Drawings APPENDIX Q Standard Drawings for City of Bozeman Modifications to MPWSS Sixth Edition APPENDIX D City of Bozeman Approved List of Copper Connectors APPENDIX E Comment/Suggestion Form. COBMODS V'Edition Page-I-of 1 SECTION 01500 CONSTRUCTION AND TEMPORARY FACILITIES IA Revive this section as follows: Be responsible for dust and vehicle off-tracking control, providing all equipment and personnel for the work. Fumish Engineer name(s) and telephone number(s)of the person(s)responsible for dust and vehicle off-tracking control during evenings and weekends. If the person cannot be contacted, Owner or City of Bozeman may, at Contractor expense, perform the work or contract the work out. Add the following: 1.6 STANDARD DRAWINGS A. Standard drawings included in Appendix A of this specification book which are applicable to this section are as follows: Standard Drawing No. 01500-01 Vehicle Tracking Control COE3MODS 6'Edition Page-I -of 1 SECTION 01500 SECTION 01570 CONSTRUCTION TRAFFIC CONTROL 1.3 NOTIFICATIONS Add tine following: D. Notify police department,fire department, ambulance services,and bus companies of any planned street closures a minimum of 24 hours before closing any street. Add tine following section: 1.4 STANDARD DRAWINGS Refer to the following Standard Drawings in Appendix C: City of Bozeman Standard Drawing No.01570-1,Traffic Control,Minimum Standard, Urban Work Site,4 Lane Road,Work Site Closing One Lane City of Bozeman Standard Drawing No,01570-2,Traffic Control,Minimum Standard, Urban Work Site, 2 Lane Road, Work Site On Centerline City of Bozeman Standard Drawing No.01570-3,Traffic control,Minimum Standard, Urban Work Site, 4 Lane Road, Work Site On Centerline Partially Blocking Inside Lanes City of Bozeman Standard Drawing No.015704,Traffic Control,Minimum Standard, Urban Work Site,2 Lane Road, I Lane Partially or Fully Closed By Work Area City of Bozeman Standard Drawing No,01570-5,Traffic Control,Minimum Standard, Rural Work Site,Work Adjacent to The Present Traveled Way City of Bozeman Standard Drawing No.01570-6,Traffic Control,Minimum Standard, Rural Work Site,Utility Work On or Across the Present Traveled Way City of Bozeman Standard Drawing No, 01570-7, Pedestrian Traffic Control for Temporary Sidewalk Closure City of Bozeman Standard Drawing No. 01570-8, Sidewalk Closure with Detour 4.1 PAYMENT Add the following section: D. Measurement and payment for Construction Traffic Control will be made only if listed as a separate item in the bid documents. If not listed in the contract as a bid item., Construction Traffic Control shall be considered an incidental cost to be included in other items in the contract requiring Traffic Control to complete that item, COBIVIODS 15'Edition Page-1 -o(1 SECTION 01570 SECTION 01580 TEMPORARY-WATER SUPPLY 1.1 DESCRIPTION A. Replace this section with: Provide temporary water service to all residential and commercial service connections interrupted by water system replacement or extension projects. The Contractor shall verify with the Engineer and Owner at least 72 hours (excluding weekends and holidays)prior to the suspension of service to the areas where consumers will require a temporary water supply.Temporary water service shall include temporary service for commercial or residential fire protection unless otherwise approved by the City of Bozeman Fire Department. 3.1 GENERAL D. Replace this section with: Fire protection is included unless specifically approved otherwise by the City of Bozeman Fire Department.The Fire Department may require the Contractor to provide personnel for continuous"fire watch"in lieu oftemporary fire service connections. 3.2 LOCATING CURB STOPS A. Replace this section with: The Contractor shall be solely responsible for all activities related to locating and exposing curb stop valves to the individual properties.Curb stop valves shall only be operated by Water Department personnel.Existing conditions shall be identified and noted by the Contractor. Any existing condition that is suspected to indicate a defect of the curb stop valve,box,or service shall be reported immediately to the Engineer. 3.3 LAWN WATERING CONNECTIONS A. Replace this section iv tit: Each house connection shall be equipped with a wye or splitter with a valve to allow for lawn watering.Plastic fittings are not permitted. The connection to each customer shall require a short section of high-pressure flexible rubber hose at the connection point.House-to-house connections are not permitted. All connections shall be from the approved temporary water system.Additionally, each service must have a backflow prevention fitting. COBMODS 6T"Edition Page 1 of 1 Section 01550 SECTION 02112 REMOVAL OF EXISTING PAVEMENT,CONCRETE CURB,SIDEWALK, DRIVEWAY AND/OR STRUCTURES 3,1 GENERAL Add thefolloiving section: D. Exercise care in removal of existing tree roots that conflict with the work. Tree roots shall be removed by sawcutting the roots to a neat line at the extent of the excavation. Remove only the minimum amount of roots necessary in order to complete the work. COBMODS 6'Edition Page-I-of I SECTION 02112 SECTION 02113 ADJUSTING EXISTING MANHOLES,LAMPHOLES, INLETS, WATER VALVE BOXES, WATER SERVICES AND FIRE HYDRANTS TO GRADE 1.2 STANDARD DRAWINGS Delete: Standard Drawing No. 02213-1, Manhole Adjustment Detail Delete: Standard Drawing No. 02213-2, Water Valve Adjustment Detail Add: City of Bozeman Standard Drawing No. 02213-1, Manhole Adjustment Detail Add: City of Bozeman Standard Drawing No. 02213-2, Water Valve Adjustment Detail PART 2-PRODUCTS 2.1 GENERAL Add the following section: B. East Jordan Iron Works Model 69 screw type adjustable risers may be used to adjust existing valve boxes to grade. Do not use these adjustable risers on new valve boxes; add mid-section extensions to provide correct valve box adjustment. C011MODS G"Edition page-1-of] SECTION 02113 SECTION 02.221 TRENCH EXCAVATION AND BACKFILL FOR PIPELINES &APPURTENANT STRUCTURES 2.1 PIPE BEDDING MATERIALS A. TYPE I PIPE BEDDING 2, Modify this section as follows; Provide Type I Bedding consisting of imported sand,sandy gravel,or fine gravel having a maximum 3/4 inch size and a maximum plasticity index of 6,determined by AAS HTO T89 and T90 or by ASTM D4318. 3.1 PROTECTION OF EXISTING PROPERTIES A. General I. Add the following: Replace any tree, bush, hedge, planter or similar vegetation or landscaping damaged during the course of the work with a planting equal to that damaged in kind, size, and location. The contract warranty period for performance applies also to the instances described herein. 4. Modify this section as follows: Do not cut and replace existing services from the mains to private property which interfere with trenching operations unless the work has been specifically approved by the City of Bozeman Water/Sewer Department. If approved, the cost for this work will be the responsibility of the CONTRACTOR. Do not interrupt water service for more than four hours. Install a temporary service connection approved by the City of Bozeman Water Department if service is interrupted for a longer period. Protect temporary services from freezing or interruptions of use during the construction period. 3.6 TRENCH FILLING AND BACKFILLING C. Trench Backfill 4. Watering C. Add thefollowing requirements: Water from the City of Bozeman's municipal system may only be obtained from the metered service located at the City Shop Complex, The Contractor shall reimburse the City Water Department for the cost of the water used at a rate C013MODS 0"Edition Page-I-ON SECTION 02221 determined by the Water Department. D. Replacement of Unsuitable Backfill Material 1. Modify this section.a.vfolloivs: Remove and dispose of excavated soils that are Saturated and cannot be readily conditioned or dried to be made suitable, contain deleterious materials or have characteristics that, in the opinion of the ENGINEER, render the soils unsuitable as backfill. COBMODS OEdition PagC2 01`2 SECTION 02221 SECTION 02235 CRUSHED BASE COURSE PART 2 PRODUCTS 2.1 GENERAL A. Add the following:Limit use ofrecycled concrete and/or asphalt in the crushed base course to a maximum of 50% by weight. Recycled material shall be mechanically blended to assure thorough mixing, 2.2 CRUSHED BASE MATERIAL Add the following section: E. When available, incorporate reclaimed glass cullet into the base course material. A minimum of 3% and a maximum. of 15% of the base course material shall be reclaimed glass.The reclaimed glass shall be crushed so that 100%of the crushed glass passes a 3/8 inch screen. No more than 10%of the material retained on an individual sieve 114 inch or larger shall be glass, based upon visual examination and weight. COBMODS C"Edition Page 1 of 1 SECTION 02235 SECTION 02502 ASPHALT PRIME AND/OR TACK COAT PART 2 PRODUCTS 2.1 GENERAL A. Unless otherwise specified in the contract documents, do not use type SS-lh emulsified asphalt. COHMODS V'Edifion Page 1 of 1 SECTION 02502 SECTION 02504 ASPHALT SEAL COAT 3.2 CONSTRUCTION METHODS B. Weather Limitations Add the following requirements: 2. Do not perform seal coat work if the local radio weather forecast includes a probability of precipitation greater than 45%within the intended schedule of operations for the day. Regardless of the weather forecast, seal coat work may be suspended if impending adverse weather conditions occur in the vicinity of the work. D. Application of Asphalt Material Add the following requirements; 7. Building paper shall be applied to the surface of any street drain inlet,water valve box, manhole cover, monument box, or other similar item, prior to beginning asphalt application on the street. For any such item not adequately covered by paper, the Contractor must re-open or clean as necessary any asphalt to the satisfaction ofthe City Engineer prior to final payment. Itisthe sole responsibility ofthe Contractor to dispose of all building paper or other material used for covering manholes,valve boxes,monument markers,etc. E. Application of Seal Coat Material 4. Revise this section us follows: Immediately after spreading, roll the aggregate with self-propelled, pneumatic-tired rollers. Roll in a longitudinal direction, beginning at the outer edges ofthe treatment and working toward the center. Overlap the previous strip by about one-half the roller width. Do not allow the roller speed to exceed 7 mph during initial rolling,or 15 mph after initial rolling. Complete the first rolling of the aggregate within one-half hour of it being spread.. Continue rolling until a smooth, thoroughly compacted surface is obtained. Roll at least three complete passes with each roller. If the seal coat is finished in partial widths at a time, leave 4 to 6 inches of the inside edge uncovered with aggregate to permit overlap of asphaltic material when the remaining portion of the surface is treated. 5.Add the fallowing: Unless otherwise specified in the contract documents,the City of Bozeman will remove and dispose of all loose aggregate from the pavement after the work is completed for projects done under contract to the City. COBMODS 0'Edition Page-1-of2 SECTION 02604 A PROTECTION OF SIDE STREET STRUCTURES AND TRAFFIC CONTROL Add the following requirements: C. It is the sole responsibility of the Contractor to furnish and post"No Parking"signs along both sides of the street(s) intended for seal coating. The "No Parking" signs shall be posted at 100-foot intervals and securely fastened to their support posts, (Wood laths may be used.) It is also the responsibility of the Contractor to remove and dispose of all "No Parking" signs and their supports immediately after the seal coating operations have been completed on each street."No Parking" signs shall be posted 24 hours in advance of seat coating operations. The Contractor shall notify the public as to the proposed streets to be seal coated and the corresponding dates of the construction activities. The Contractor shall be responsible for removing all vehicles from streets to be seal coated. Traffic will be allowed onto streets upon completion of the seal coat street improvements. However,traffic will be required to operate at 15 mph for a period of 48 hours following completion of the seal coat. It is the responsibility of the Contractor to erect, maintain and remove the temporary speed control signs for the appropriate streets. COBMODS Edition Rage-2-of2 SECTION 02604 SECTION 03.510 ASPHALT CONCRETE PAVEMENT 2.2 PLANT MIX AGGREGATES Addthefollowing. J. Reclaimed glass may be added to the aggregate for plant mix. A maximum of 3% crushed glass may be blended in the mix. The glass shall be crushed so that 100%of the glass passes a 3/8 inch sieve, and no more than 8%passes a No, 200 sieve. If glass is used in the mix,1%hydrated lime(by weight)shall be added to the mix as an anti-stripping agent. Hot plant mix asphalt with glass is limited to binder or base courses and is not to be used in surface or friction courses, 2.3 ASPHALT BINDER MATERIAL A. 1 Grades: Add the following requirement.- Unless otherwise specified in the Contract Documents, the type and grade of asphalt cement shall be performance grade 58-28 (AASHTO Performance Graded Binder Specification MP-1). 3.14 PATCHING B. Surface Preparation Add the following requirements: 3. d. Tack coat all existing asphalt edges prior to placing new asphalt concrete. e. If hot plant mix asphalt is not available, temporarily patch the pavement using a 3000 psi(minimum)concrete(M-3000 or C-3000), with a minimum thickness of 3 inches. Remove the temporary patches and replace with hot mix asphalt when it becomes available, f. Thickness of the pavement patch will equal that of the existing pavement,unless otherwise approved. 3.16 SPREADING AND FINISHING: Revise this section as follows: A. Spread and finish meeting the following requirements: 1. The maximum lift thickness is 3 inches (compacted depth) for surface courses and 4 inches(compacted depth)for base courses. COBMODS e Edition Page 1 of 1 SECTION 02510 SECTION 02528 CONCRETE CURB AND GUTTER Ll DESCRIPTION B. Revive as follows: Delete: Standard Drawing No. 02528-1, Standard Curb and Gutter Delete: Standard Drawing No. 02528-2, Drive-over Curb and Gutter Add: City of Bozeman Standard Drawing 02528-1,Integral Concrete Curb and Gutter 3.2 FOUNDATION PREPARATION D. Revise asfallows: For new street construction or street reconstruction,place gravel base course for the street 9"beyond the back of curb, 3.6 STRIPPING FORMS AND FINISHING B. Finishing Add the fallowing requirement. 3. After finishing and brooming,stamp a mark into the concrete to mark sewer and/or water service lines. The mark shall be either a"W" for water or an "S"for sewer. The mark shall be 3"tall and stamped a minimum of 1/4"into the face of the curb. The marking shall locate the end of the stubbed service at a 90-degree angle to the curb, C0BMODS O'Edition pa'.e I of 1 SECTION 02525 SECTION 02529 CONCRETE SIDEWALKS, DRIVEWAYS, APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS,AND MISCELLANEOUS NEW CONCRETE CONSTRUCTION 1.2 REFERENCES A, Revise asfollows. Delete: Standard Drawing No, 02529-1, Double Gutter Detail for Street Intersection Delete: Standard Drawing No. 02529-2, Standard Fillet Delete: Standard Drawing No. 02529-3, Type 1 Street Monument Delete: Standard Drawing No. 02529-4, Type II Street Monument Delete: Standard Drawing No. 02529-5A,Boulevard Driveway Approach Delete: Standard Drawing No. 02529-513, Curb Walk Driveway Approach Delete. Standard Drawing No. 02529-713,Curb Walk Alley Approach Delete: Standard Drawing No. 02529-8, Accessibility Ramp Delete: Standard Drawing No. 02529-9, Swale Crossing Add. City of Bozeman Standard Drawing No. 02.529-1,Double Gutter Detail for Street Intersection Add: City of Bozeman Standard Drawing No. 02529-2, Standard Fillet Add. City of Bozeman Standard Drawing No. 02529-3,Type I Street Monument Add. City of Bozeman Standard Drawing No. 02529-5, Driveway Approach With Sidewalk Adjacent to Curb Add: City of Bozeman Standard Drawing No. 02529-7B, Curb Walk Alley Approach Add. City of Bozeman Standard Drawings No. 02529-8,Pedestrian Ramp Add. City ofBozeman Standard Drawings No.02529-8A,Blended Transition Pedestrian Ramp Add. City of Bozeman Standard Drawing No.02529-11,Residential Driveway Approach Add. City of Bozeman Standard Drawing No. 02529-12, Non-Residential Driveway Approach. Add. City of Bozeman Standard Drawing No. 02529-13, Non-Residential Driveway Approach for Arterial Streets. Add. City of Bozeman Standard Drawing No. 02529-14, Concrete Storm Drainage Outlet and Inlet Chases Add. City of Bozeman Standard Drawing No.02529-15,Publicly-Maintained Sidewalk Add. City of Bozeman Standard DrawingNo.02529-16,Asphalt Pathway Typical Section Add. City of Bozeman Standard Drawing No. 02529-17, Concrete Class I Trail Add. City of Bozeman Standard Drawing No.02529-18, Class 2 Trail 2.4 GRAVEL BASE MATERIAL Add the following: B. Washed rock material meeting the following Table of Gradations may be used as base material. C013MODS 0"Fditian Page- Of2 SFCTION 02529 Table of Gradations-Washed Rock Base Material Percentage by Weight Passing Square Mesh Sieves Sieve Size % Pqaqiqg 111 100 314" 90-100 3/8" 10-55 No.4 0-10 2.5 CURING AND PROTECTIVE COATING MATERIALS Add the following requirement: C. The curing compound used on colored concrete shall be a high solid acrylic cure, Day/Chem Aggre-Gloss 7-25(manufactured by Dayton Superior)or approved equal. 3.8 JOINTS, C Revise this section as follows: Divide sidewalk into sections-using contraction joints formed by a jointing tool or other approved methods. Extend the contraction joints into the concrete for at least one-fourth its depth and make the joints approximately 118 inch wide. Unless otherwise directed, space contraction joints at maximum 10-foot intervals or a distance equal to the sidewalk width,whichever is less. In continuous sidewalk runs,install expansion joints at the location of a regular contraction joint, if the distance between expansion joints does not exceed 25 feet. 3.11 MISCELLANEOUS NEW CONCRETE CONSTRUCTION Add the following requireinent. B. Construct all curb ramps with detectable warning surfaces in conformance with the requirements of the Americans with Disabilities Act Accessibility Guidelines (ADAAG). Detectable warning plates shall be either cast iron or ductile iron. COBMODS 6"Edition Wage-2-of2 SECTION 02529 SECTION 02581 PAVEMENT MARKINGS AND MARKERS (PREFORMED PLASTIC, PAINTS AND ENAMELS) 1.2 STANDARD DRAWINGS Add the following Standard Drawings which are applicable to this section: City of Bozeman Standard Drawing No. 02581-1,Typical Pavement Markings for Pedestrian Crossings City of Bozeman Standard Drawing No. 02581-2,Typical Pavement Markings for School Crossings, 2.1 PREFORMED PLASTIC PAVEMENT MARKING MATERIAL A. Add the following: Pre-formed plastic pavement marking material to be Premark Zn PlusO manufactured by Flint Trading Inc, or approved equal. D. Rei,ise this section asfollows: Assure plastic pavement markings for inlay into new asphaltic surfaces are capable of being applied just before the final rolling of the new surface and can be rolled into place with conventional pavement rollers. For inlay applications, assure the plastic and adhesive are not damaged by pavement temperatures exceeding 150°F or by water on roller drums. Insure that the pavement markings are installed according to manufacturer's recommendations. Add the following= 2.3 EPDXY PAVEMENT MARKING PAINT A. Furnish and install epoxy paint in accordance with the applicable sections of Standard Specifications for Road and Bridge Construction, Montana Department of Transportation,latest edition including any supplements. COBMODS 01 Edition Page 1 of 1 SECTION 02881 SECTION 02582 REFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS 1.1 DESCRIPTION D. Revise this section asjollows: Furnish thermoplastic that is hydrocarbon based. Furnish thermoplastic material that,while on the roadway surf-ace and at any natural ambient temperature,will exist in a hard solid state with cold ductility that permits normal movement with the road surface without chipping and or cracking. 3.4 APPLICATION A. 2. Extruded (Inlaid) Add thefollowing. d. Unless otherwise specified in the contract documents,all transverse pavement markings and words and symbols shall be 400 mils thick, and all longitudinal lines shall be 270 mils thick. COBIVODS 15'Edition Page 1 of 1 SECTION 02582 SECTION 02660 WATER DISTRIBUTION 1.4 STANDARD DRAWINGS Delete: Standard Drawing No, 02660-3,Thrust Blocking for Water Main Valves Delete. Standard Drawing No. 02660-4,Fire Hydrant Setting Delete: Standard Drawing No. 02660-5,Hydrant Location Detail Delete: Standard Drawing No. 02660-6, Water Service Line Delete, Standard Drawing No. 026607, Blowoff Valve Add. City of Bozeman Standard Drawing No. 02660-3,Thrust Blocking for Water Main Valves Add. City of Bozeman Standard Drawing No. 02660-4,Fire Hydrant Add: City of Bozeman Standard Drawing No. 02660-5,Hydrant Location Detail Add. City of Bozeman Standard Drawing No. 02660-6,Water Service Line Add. City of Bozeman Standard Drawing No. 02660-7,Typical Blowoff Add: City of Bozeman Standard Drawing No. 02660-8,Hydrant Barrier Posts Add: City of Bozeman Standard Drawing No. 02660-10,Typical Valve/Tee Restraint Add: City of Bozeman Standard Drawing No. 02660-11,Water Main Crossing Below Existing Sewer Main Add. City of Bozeman Standard Drawing No.02660-12,Water Service Line,4"and Larger Add: City of Bozeman Standard Drawing No. 02660-13, Standard Fire Service Line Installation,Class 1,IT, and III Systems Add: City of Bozeman Standard Drawing No. 02660-14, Standard Fire Service Line Installation, Class TV and V Systems Add. City of Bozeman Standard Drawing No. 0266015,Water Service Line from Curb Stop to Building(Lines 2"and Smaller) Add. City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard DrawingNo.02660-17,Water Service Interior Clearances 2.2 PIPE MATERIALS B. Ductile Iron Pipe I. Revise as follows: Furnish Class 51 wall thickness meeting AWWA C151, American National Standard for Ductile Iron Pipe for 12"diameter pipe and smaller. For pipe sizes greater than 12",furnish as specified in the contract documents. 2. Revise asJollows: Use underground pipe having mechanical or push-on joints meeting AWWA 01 11. Use underground fittings having mechanical joints meeting AWWA C111.Use restrained joint pipe for all stream crossings and for pipe installed iricasings. If restrained joints at fittings are required,use Megalug mechanical joint restraint or Megaflange restrained flange adapter,manufactured by EBBA Iron.Sales, COBIVIODS 0'Editon Page-1-of 13 SECTION 02660 or Uni-flange Series 1400 retainer glands, manufactured by Ford Meter Box Company, MJ Field LokQ Series DI, manufactured by US Pipe, Field Loke 350 Gaskets for push-on joints, manufactured by US Pipe, Sigma One-Lok Series SLD manufactured by Sigma Corporation,or approved equal. 4. Fittings Delete the use of gray-iron fittings, add the following requirements: All fittings must be manufactured in accordance with applicable AWWA standards at ISO 9001-2000 approved manufacturing facilities. These manufacturing facilities must be covered under periodic audits by third party accreditation bodies for evaluations. These evaluations shall include manufacturing processes,quality control,corrective and preventative actions, and document control. In addition, distribution centers must be audited by Third Party Approval Agencies for periodic confirmation tests and surveillance audits. These periodic confirmation tests and surveillance audits shall document continuation of product approvals by auditing the entire quality systems including design, infrastructure, system implementation, distribution, training, quality control and assurance, and document control. All fittings must be manufactured in accordance with NSF 61. 5, Joints a. Revise as follows: Assure the fitting interior is cement mortar lined meeting AWWA C 104,or fusion-bonded epoxy lined meeting ANSI/AWWA C 116/A21.16. Assure the fitting exterior is bituminous tar coaled I mil thick or fusion-bonded epoxy lined meeting ANSI/AWWA C I 16/A21.16. Use compact fittings having a rated working pressure of 350 psi following manufacturer recommended laying lengths. 6. Couplings Delete the use of cast iron or gray iron sleeves. Add the following requirements: a. 4) Furnish one of the following copper to copper compression connection couplings; Mueller H15403; Ford C44-xx-Q style; or AY McDonald 4758Q for 3/4", 1", 3/4" x I", and I" x 1 1/2". No connection couplings are permitted from the corporation stop to the curb stop for 3/," and I" services. C. Polyvinyl Chloride(PVC)Pressure Pipe Delete the use of thispipe materialfor water lines D. Concrete Cylinder Pipe Delete the use of this pipe material for water liores E. Water Service Pipe Revise this section as follows: C013MODS 61°Edition Page-2-of 93 SECTION 02660 1. Use copper or ductile iron pipe in water service line construction as specified in the contract documents and meeting the following specifications. a. Furnish service pipe of the size or sizes specified. A water line is designated a service line or water main based on its use,not its size. Generally,a line serving a single building or facility is considered a service line; a line serving more than one building, or intended to serve more than one building or facility is generally designated a water main. The standard sizes of services are 3/4"1 1", 1 Yt",2"y 411, 6", Or 8". The minimum size of a fire service is I", b. Unless otherwise shown on the plans,famish and install the service pipe from the main to 8 feet past the property line with a curb stop and curb box installed 8 feet past the property line. Install the water service lines in accordance with City of Bozeman Standard Drawings 02660-6 and 02660-12 and where applicable with "City of Bozeman Fire Service Line Standard", City of Bozeman Standard Drawings 02660-13 and 02660-14. C. Copper Service Pipe I Use copper, type K annealed, meeting AWWA Standard C800�, Use straight lengths for 1.5"and 2"services. d, Polyethylene Service Pipe Delete the use of thispipe material for permanent water lines. e. Ductile Iron Pipe 1) Use ductile iron pipe for water service lines that are 4" in diameter or larger. Furnish ductile iron pipe which conforms to the requirements of Section 02660. 2.3 TAPPING SLEEVES AND VALVES: Revise this section as follows: A. Tapping sleeves shall be ductile iron or stainless steel,split-sleeve,mechanical joint type with end and side gaskets. They shall have a Class 125, ANSI B 16.1 outlet flange. They shall be rated for a minimum of 200 psi working pressure and shall contain a threaded plug for testing purposes on the neck or body of the tapping sleeve. Gaskets shall be manufacturers' standard suitable for use in potable water systems. Bolts and nuts shall be Cor-Ten,Dura-Bolt,or stainless steel. The sleeve shall be as manufactured by Mueller Company, Model H-615 or H-304, unless otherwise approved by the City of Bozeman, COBIVIODS O'Edthon Page-3-of 13 SECTION 62660 B. 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 steins with design, construction and pressure rating conforming to AWWA Specification 0509. Stem seals shall be double"0" ring seals designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. C, The tapping sleeve and valve shalt be furnished and installed by the Contractor and the wet tap made by the City of Bozeman Water Department with the cost paid by the Contractor. The Contractor shall excavate the existing main at the location to be tapped to confirm the appropriate pipe dimensions prior to ordering the fittings. The tapping sleeve shall be installed with the outlet set on the horizontal plane. A concrete thrust block shall be installed behind the tee. 2.4 CORPORATION STOPS Revise this section as follows: 1. Furnish 300 psig ball valve brass corporation stops with inlet end to suit tapping requirements and conductive compression connection outlet for type K copper tubing. Furnish either Mueller B25008,Ford FB 1 000-x-Q, or A.Y.McDonald 470 IBQ corporation stops, 2.5 SERVICE CLAMPS Revise this section as follows: I. 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 3925. 2.6 CURB STOPS Revise this section as follows: I Furnish curb stops with ball type curb valves with Minneapolis pattern screw box mounts for 3/4", 1", 11/2", and 2" services, with 90' open to close operation. Furnish curb stops that conform to the following: Service Size Curb Valve and Curb Stop 3/411 Ford Ball.Valve Curb Stop B44-333-M-Q 11/2"Minneapolis Thread, Mueller B-2.5155 1'/2"Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-035 Ford Ball Valve Curb Stop B44-444-M-Q 11/2"Minneapolis Thread, Mueller B-25155 V/2"Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-192 2 Ford Ball Valve Curb Stop B44-666-M-Q 2" Minneapolis Thread, Mueller B-25155 2" Minneapolis Thread, or A.Y, McDonald 6104Q, part COSMODS 6'h Edition Page-4-of 13 SECTION 42660 number 4182-137 211 Ford Ball Valve Curb Stop B44-777-M-Q 2" Minneapolis Thread, Mueller B-25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-081 17 CURB BOXES Revise this section its follows: 1. Furnish Minneapolis pattern base, extension type curb boxes having 7 foot extended lengths. Provide 5-foot stationary rods in all curb boxes. Use the following curb box: Mueller H 103 8 8 with bushings as required 2. Center and place the top section of a valve box with lid over all curb boxes that fall within asphalt pavement. 2.8 VALVES A. Gate Valves Revise this section asfoIlows: 3. Gate valves shall be used for all lines from 4" up to and including 20". Furnish gate valves for underground installation equipped with a 2-inch square operating nut for key operation. All valves are to open counterclockwise. Valves are to be equipped with mechanical joints for pipe connections. Furnish Mueller 2360 valves or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 12"and smaller,and Mueller 2361 valves for sizes 14"to 20". Bolts and nuts for the stuffing box, wrench nut cap screw,and bonnet shall be Type 304 stainless steel, B. Butterfly Valves Revise this section as follows: I Famish Class 250, rubber seated, butterfly valves for water distribution systems sized 24"and larger,meeting AWWA C504 requirements.Valves to be equipped with mechanical joint ends and lubricated screw type operators designed for underground service. Furnish butterfly valves by Mueller, Kennedy, or M&H.All fasteners shall be Type 304 stainless steel. Add the following section: C. OS &Y Valves 1. For service lines 4" and larger, famish a UL listed flanged Kennedy, American Flow Control, or Mueller OS &Y valve as the first fitting inside the building. For fire service lines 2"and smaller,famish a NIBCO T-104-0 COBIVIODS 6�'Edttion Page-5-of 13 SECTION 02660 OS & Y valve as the first fitting inside the building. Bolts and nuts for the stuffing box, wrench nut cap screw, and bonnet shall be Type 304 stainless steel. 2.9 VALVE BOXES Add the following requirentent: B. Valve boxes shall be East Jordan Iron Works 8560 series. Valve box lids for fire service lines shall be East Jordon Iron Works Prod-act Number 06900029 or approved equal. 2.10 FIRE HYDRANTS Revise this section as follows. B. F umish hydrants with 51/4`"valve openings,flanged inlet,one 5"storz connection and two 21/2"hose connections. Storz connectors to be by Harrington Company.Assure hose nozzle threads meet ASA Specification B26 for National Standard Fire Hose Coupling Screw Threads,7'/z threads per inch. Furnish National Standard operating nut. Furnish hydrants opening counterclockwise and having an arrow on the hydrant top designating the opening direction. D. Paint the hydrant portion above the ground line red. Furnish hydrants so that there is a minimum of 61/2' of cover over the hydrant lead unless specified otherwise on the approved plans. Furnish Mueller Super Centurion 250 model hydrants or Waterous 5 VA" Pacer model hydrants per Water Department specifications. Furnish Mueller Defender Security Device,with locks keyed to City of Bozeman Standard,for each hydrant installed. Add the following section: 2.13 METER PITS A. Meter pit installations may be allowed for certain service lines such as for irrigation systems. The use of meter pits must be specifically approved by the Water Superintendent.If the use of a meter pit is allowed,the following Manufacturers are approved:Mueller,AY Me Donald,and Ford. The Meter Department shall approve specific models proposed for use on a case-by-case basis. 3.2 PIPE INSTALLATION FOR WATER MAINS C. Laying of Pipe Revise as follows: 10. Construct reaction or thrust blocks at all tees, tapping tees, plugs, valves (except tapping valves and hydrant auxiliary valves that are part of a hydrant asserribly),reducers,caps,vertical bends,and at horizontal bends deflecting 221/2 or more. Limit using metal rods or straps for thrust restraint to those COBIVIODS 6�Edition Page-6-of 13 SECTION 02660 specified on the plans, or where the use of concrete thrust blocks would be impractical. Do not use metal rods or straps unless specifically approved by the City of Bozeman. Construct reaction blocks from concrete having a minimum compressive strength of 3,000 pounds per square inch at 28 days. Place blocking between undisturbed ground and the fitting to be anchored,as shown on Standard Drawing 02660-1. The size of thrust(gravity)blocks for vertical bends will be as designed by the Engineer. Place the blocking;so that pipe and fitting joints are accessible for repair. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing MegalugR , Urii-Flanger' , MJ Field LokO Series DI, Field LokQ 350 Gaskets for push-on j oints,manufactured by US Pipe,Sigma One Lok Series SLD manufactured by Sigma Corporation,or approved equal joint restraints, for all fittings that require thrust restraint, except for cut-in or tapping tees (for mains or services)and bends on service lines inside building foundations, unless specifically prohibited by the City of Bozeman. Install the mechanical restraints in accordance with manufacturer's specifications and at all joints as specified by the Engineer. D. Pipe Jointing I Rubber Gasket,"Push-On"Joints Add the following requirement: b. All sections of newly installed water main shall provide continuity for electrical current. In order to provide continuity,insert a minimum of three brass or bronze conductive wedges in the joints of ductile iron pipe. Insert a copper wedge between cast iron and ductile iron pipe joints in accordance with manufacturer's recommendations.Conduct a continuity test of new mains when required by the Engineer or City of Bozeman. 3. Connections to Existing Mains Add the following requirements: C. All wet taps to water mains in use shall be made by the City of Bozeman Water Department at the expense of the Contractor. All dry taps or connections shall be made by the Contractor. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. The Contractor shall pressure test tapping tees prior to tapping by the Water Department. The tapping tees shall be hydrostatically pressurized to a minimum pressure of 200 psi, and the testing apparatus shall be in place for verification by the Water Department tapping personnel, d. The Contractor is responsible for 24 hour advance notification, in writing, to all affected customers of a water main shut-down. The COBIMODS 6'"Edition Page-7-of 13 SECTION 02660 written notification is to include the date,time and estimated duration of interrupted service. The written notification is also to include the narne 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 detennine the likely duration of the main shut-down based on the proposed work and Contractor experience, and require the installation of temporary water services by the Contractor. e. Clean and disinfect temporary water systems in accordance with the requirements for cleaning and disinfecting new water mains. Do not connect existing services to the temporary system until bacteriological tests show successful disinfection. Provide backflow protection at the point of connection of the temporary system to the municipal system,and at each point of connection of the temporary water system to the individual services. f. Remove any existing blow-offs or temporary flushing hydrants upon completion of the connection to the existing main,and install a brass plug upon removal of the corporation stop. Add the following new section: 3.33 DETECTABLE BURIED WARNING TAPE A. Install detectable warning tape centered over all water mains, service lines, and hydrant leads. Install tape a minimum of 18" and maximum of 24" below finish grade. 3.4 TESTING, CLEANING&DISINFECTING WATER MAINS,VALVES &FITTINGS A. Hydrostatic and Leakage Testing 1. Add the following: The required minimum hydrostatic pressure for any test is 200 psi. 2. Add the following: Assure that the testing gauge is marked in increments no greater than 10 psi. 4. Revise this section as follows: Conduct the leakage test concurrently with the hydrostatic pressure test for 2 hours. Leakage is defined as(1)the quantity of water supplied into the pipe, or any valved section thereof,necessary to maintain pressure COBMODS e Edition Page-8-of 13 SECTION 02660 within 5 PSI of the specified test pressure(after the pipe has been filled with water and purged of air)for the duration of the 2 hour test period, and (2)the quantity of water supplied into the pipe, or any valved section thereof, required to return the pressure to the specified test pressure at the end of the 2 hour test period. Add the following requirements: 11. Chlorination,testing,and sampling shall comply with AWWA Standard C65 1- 92. There shall be no allowable leakage for resilient seat gate valves. At least 24 hours prior to beginning water main tests,atesting schedule shall be submitted by the Contractor to the City Engineering Office for approval. The schedule shall specify the proposed sequence oftesting and the methods and procedures which will be used to complete the tests. Hydrostatic and leakage testing shall not be conducted concurrently with chlorination of water mains. All heavily chlorinated water must be flushed from the system prior to pressurizing the new mains. 12. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling,testing,chlorination or flushing,shall be operated by the City of Bozeman Water Department personnel only,with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel, 13. Allow five days after placement of concrete for thrust blocks before performing hydrostatic or leakage testing. If high-early strength concrete is used, allow two days after placement of concrete before performing hydrostatic or leakage testing. Provide adequate cold blocking as required for all thrust blocks that will not have the necessary curing time prior to testing. 14. For sections of mains that cannot be hydrostatically tested, assure that all joints are visually inspected for leakage under line working pressure by City of Bozeman representative prior to backfilling. B. Cleaning Water Mains Add the following requirements: 5. Prior to any main flushing the City of Bozeman Engineering Office shall be notified and provided with a flushing schedule and plan a minimum of 24 hours in advance of any main flushing. The City of Bozeman Fire Department shall be allowed adequate access to conduct pressure and flow testing of fire hydrants during the flushing process. 6. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling,testing,chlorination or flushing,shall be operated by the City of Bozeman Water Department personnel only with the Contractor requesting such operation at least 24 hours in advance. All COBMODS d"Edition Page-8-of 13 SECTION 02660 existing water main valves are to be operated only by City of Bozeman Water Department,personnel. 7. Install an adequately-sized corporation stop on all main stubs longer than 10 feet to allow for the flushing of the stubs (see Table I MPV Section 02660). Following completion of all tests,remove corporation stops,install brass plugs,and assure plugs do not leak after main has been charged.A representative from the City of Bozeman must witness this work. C. Disinfecting Water Mains 3. Methods of Chlorination a. 1) Tablet Method Revise this section as follows: a) The tablet method consists of placing calcium hypochlorite granules(tablets shall not be used)in the water main as it is being installed and then filling the main with potable water when installation is completed.This method may be used only if the pipes and appurtenances are kept clean and dry during construction. b) Placing of calcium hypochlorite granules. During construction, calcium hypochlorite granules shall be placed at the upstream end of the first section of pipe, at the upstream end of each branch main,and at 500- foot intervals. The quantity of granules shall be as shown in Table 2. C) Warning:This procedure must not be used on solvent welded plastic or on screwed joint steel pipe because of the danger of fire or explosion from the reaction of the joint compounds with the calcium hypochlorite. d) When installation has been completed, fill the main with water at a velocity not exceeding 1 fps. Take precautions to assure that air pockets are eliminated. Leave this water in the pipe for at I east 24 hours, If the water temperature is I ess than 41° C013MODS 0'Edition Page-10-of 13 SECTION 02660 TABLE 2 OUNCES OF CALCIUM HYPOCHLORITE GRANULES TO BE PLACED AT BEGINNING OF MAIN AND AT EACH 500-FT INTERVAL Pipe Diameter(d) (in,) Calcium 14ypochlorite Granules(oz.) 4 1.7 6 3.8 8 6.7 10 10.5 12 15.1 14 and larger D'x 15.1 Where D is the inside pipe diameter in feet D =d/12. D. Bacteriological Tests 1, Revise this section as follows: After final flushing and before the water main is placed in service,test a sample,or samples,collected from the main(s)for turbidity and organisms. Collect at least one sample for every 1200 feet of new main and from each branch. a. Once the water main has been flushed following the successful completion of chlorination and pressure testing,the water line must be refilled with water and allowed to sit a minimum of 24 hours prior to the collection of samples for bacteriological tests. A second set of samples is to be taken a minimum of 24 hours after the first set of samples. Samples shall be taken in accordance with AWWA Standard C651-92. New water mains shall be placed in service by City of Bozeman personnel only. b. Collect samples from new water mains out of service lines or temporary taps. Samples may only be taken out of fire hydrants or flushing hydrants if approved in advance by the City of Bozeman. If hydrants are approved as sample locations,operate hydrants using the auxiliary valves or curb stops to prevent groundwater from entering hydrant. Assure that hydrants are kept from freezing during testing. C. Following the completion of bacteriological tests, assure that all temporary piping has been removed, and all temporary corporation stops have been removed and replaced with brass plugs. 3.6 VALVES A. Add the following requirement: For butterfly valves, set the operating nut on the west side of mains that run north-south,and on the north side of mains that run east- west. COBMODS d'Edition Page-11-of 13 SECTION 02660 C. Valve Thrust Blocks 1 Revise this section as follows: Install valves with thrust blocks and anchor rods meeting City of Bozeman Standard Drawing 02660-3 requirements. Thrust blocks are required on all valves size 6" and larger, except for tapping valves and hydrant auxiliary valves attached to the hydrant shoe flange. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalugg, Uni-Flange", MJ Field Lok®R Series DI, or approved equal joint restraints. 3.7 FIRE HYDRANTS B. Revise this section as follows: Provide drainage at the hydrant base by placing clean gravel under and around it. Place gravel at least I 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(R),Uni-FlangeT11'or approved equal joint restraints.Furnish hydrants with the specified gate valves. Install hydrants meeting City of Bozeman Standard Drawings 02660-4 and 02660-5. Where no curb exists or the minimum distance of three feet behind the curb cannot be met or there is no other adequate protection, install protective barrier posts in accordance with City of Bozeman Standard Drawing 02660-8 when required by the Water Superintendent, Protect the hydrant from damage during installation and backfilling operations. Hydrants may be subject to replacement by the Contractor if any of the protective paint coating is damaged during installation. If hydrant extensions are required, only one coupler will be allowed on the operating rod. 3.8 SERVICE LINE INSTALLATION Revise this section as follows: A. Provide all work and materials for the complete service line installation, including trench excavation and backfill,making the water main tap;famishing 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 6V�feet and a maximum of 8 feet of cover measured as noted on City of Bozeman Standard Drawing No. 02660-6. Use compression fittings for all service line fittings. Do not use sweat or solder fittings. Use a continuous length of pipe with no couplings between the corporation stop and the curb stop for 3/4"' and 1 services, B. Mark the water service line stub end using a steel fence post painted blue, 6.5 feet long,buried 2.5 feet in the ground. Set post I'from curb box. After bacteriological tests,have passed and the test results have been submitted to the Water Department, open all curb stops in the presence of the Engineer to assure the service lines are C013MODS d'Edit ion Page-12-of 13 SECTION D2660 flushed and all corporation stops are open. All main line valves are to be operated by Water Department personnel only. C. Service line installation from the end of the stub into the building shall be as per City of Bozeman Standard Drawings 02660-12 or 02660-15. Service lines shall not be installed from the end of the stub into the building until the main line has been accepted by the City and placed into service. The water service line from the stub into the building may be reduced in size,however the size reduction must be made within 18"of the curb stop or outside valve. Connections to existing stubs(either for domestic or fire service)that have remained dormant or unused longer than 6 months may require re-flushing or disinfection at the discretion of the Water Superintendent prior to being placed into service. The Water Superintendent may require bacteriological testing to assure that the dormant line has not become contaminated, 3.9 TAPPING Revise this section asfollows: A. Tap the newly installed water mains unless specified otherwise. Provide a minimurn distance of 18"between service taps. The City of Bozeman Water Department will tap any existing water mains. For taps on existing mains, the Contractor is responsible for scheduling and coordinating with the Water Department. The Contractor will be charged a fee for each tap made by the Water Department, All taps on existing mains require lapping saddles and corporation stops to be supplied and installed by the Contractor prior to tapping of the main by the Water Department. B. Perform tapping using an approved tapping machine using clean, sharp drill taps and/or shell cutters. 3/4-inch and I-inch taps may be made directly into the barrel of ductile iron pipe without using service saddles. Direct tap into the pipe barrel to the depth exposing a maximum three threads of the corporation stop.Taps greater than 1"on a 6"line require the use of saddle clamps. Taps 4"and larger to existing water mains which are 4" and larger require the use of a tapping sleeve and valve. COBMODS S`"Edition Page-13-of 13 SECTION 0266D SECTION 02720 STORM DRAIN SYSTEMS 1.4 STANDARD DRAWINGS Delete: Standard Drawing No, 02720-1, 30" Standard Storm Drain Inlet Delete: Standard Drawing No. 02720-3, Sanitary Sewer and Storm Drain Manhole Delete: Standard Drawing No. 02720-4, Standard Straight Manhole Delete: Standard Drawing No. 02720-5,48" Standard Manhole Delete: Standard Drawing No. 02720-8, Standard Cast Iron Cover Delete. Standard Drawing No. 02720-9, Standard 24" Cast Iron Ring Add: City of Bozeman Standard Drawing No. 02720-1,36" Standard Storm Drain Inlet Add: City of Bozeman Standard Drawing No. 02720-1 A,Standard Square Storm Drain Inlet Add: City of Bozeman Standard Drawing No. 02720-1B,Combination Manhole and Curb Inlet Add. City of Bozeman Standard Drawing No.02720-3,Sanitary Sewer and Storm Drain Manhole Add. City of Bozeman Standard Drawing No. 02720-4,Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02720-11, Storm Drain Debris Rack 2.1 GENERAL A. Add thefollowing. All culverts shall be reinforced concrete with flared-end sections unless otherwise approved by the City Engineer. All public storm drain systems shall be constructed with reinforced concrete pipe, or with solid-wall or corrugated PVC pipe for pipe sizes 36"and less. 2.3 MANHOLES D. FRAMES AND COVERS Revise this section as follows; 1. Furnish D & L Foundry A-1178 ring and cover or East Jordan Iron Works '3771/3772 series ring and cover, or approved equal. Assure that all covers have two pick holes, I"minimum, 1 114"maximum diameter.Cover lettering shall be"Storm Drain".Covers shall have a City of Bozeman logo cast into the cover.The design of the logo to be approved by the Street Superintendent, 14 INLETS AND CATCH BASINS Revise this section as follows: A. Unless otherwise approved,furnish either of the following frames and grates:Neenah R-3067-L,Deeter 42047L,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 COSMODS 1?Edition Page 1 of 2 SECTION 02720 piece stating"Dump no Waste, Drains to Waterways"or similar. 3.1 PIPE AND SERVICE LINE INSTALLATION Addthefollowing. F. Install detectable buried warning tape centered over all storm sewer mains and service lines.Install tape a minimum of 18"and maximum of 24"below finish grade. 3.2 MANHOLES A. Construction 1.Revise this section as follows: Construct manholes to the specified dimensions. Unless otherwise shown on the plans,do not form channels in storm drain manholes. Assure that the lowest pipe invert is 9" higher than the base of the manhole. COBMODS 15"Edition Page 2 of 2 SECTION 02720 SECTION 02730 SANITARY SEWER COLLECTION SYSTEMS 1.4 STANDARD DRAWINGS Delete. Standard Drawing No. 02720-3, Sanitary Sewer and Storm Drain Manhole Delete: Standard Drawing No. 02720-4, Standard Straight:Manhole Delete: Standard Drawing No. 02720-5, 48" Standard Manholes Showing Two Types of Cone Sections Delete: Standard Drawing No. 02720-8, Standard Cast Iron Cover Delete: Standard Drawing No. 02720-9, Standard 24" Cast Iron Ring Delete: Standard Drawing No.02730-2, Sanitary Sewer Service Line Delete: Standard Drawing No. 02730-3, Deep Sanitary Sewer Service Line Add. City of Bozeman Standard Drawing No.02660-16,Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard Drawing No.02720-31,Sanitary Sewer and Storm Drain Manhole Add. City of Bozeman Standard Drawing No. 02720-4,Standard Straight Manhole Add: City of Bozeman Standard Drawing No. 02730-2, Sanitary Sewer Service Line Add. City of Bozeman Standard Drawing No.02730-4,Sanitary Sewer Cleanout Add. City of Bozeman Standard Drawing No.02730-5,Standard Drop Manhole 2.1 GENERAL A. Revise this section as follows: Furnish new sewer pipe and fittings as specified in the Contract Documents and meeting the materials and testing requirements of this Section. Furnish in-line wye branches of the same material and design as the sewer pipe unless specified otherwise. Saddle-type fittings are allowed only upon approval by the Sewer Superintendent. Pipe strength classifications are shown on the plans and/or are listed in the Contract Documents, Do not use tee branches unless specifically approved by the City of Bozeman. 2.2 PIPE MATERIALS Delete the use of High Density Polyethylene (HDPE) Pipe and Corrugated PVC pipe for sanitary sewers A. Polyvinyl Chloride (PVC)Pipe 2- Gravity Sewer Pipe a. Revise this section as follows: Furnish gravity sewer pipe meeting one of the following requirements: COBIVIODS d'Edition Page-I-of 5 SECTION 02730 1) ASTM-3034,"Standard Specifications for Polyvinyl Chloride Sewer pipe and Fittings",with an SDR of 35 8"- 15". 2) ASTM F679, T-1 wall thickness (SDR 35), "Standard Specifications for PVC Large Diameter Plastic Gravity Sewer Pipe and Fittings" 18"—27". 3) SDR 26 PVC pipe for 4"and 6"service lines. 5. Fittings Revise this section as follows: a. Assure wye fittings for connecting service lines are of the same material,construction, and joint design as the main sewer pipe. 2.3 MANHOLES A. General I Add the following: Do not use flat-top (straight) manholes unless specifically called out on the plans or in the Contract Documents. Unless noted otherwise, flat-top manholes are only to be used when the distance from the rim to the invert is less than 6 feet. D. Frames and Covers 1. Revise this section as follows: Furnish D & L Foundry A-1178 ring and cover, or East Jordan Iron Works 3771/3772 series ring and cover, or approved equal. Assure that all covers have two pick holes, I"minimum, 1 114"maximum diameter. Cover lettering shall be"Sanitary Sewer". Covers shall have a City of Bozeman logo cast into the cover.The design of the logo to be approved by the Sewer Superintendent, 3.1 PIPE AND SERVICE LINE INSTALLATION D. Laying Pipe Delete references to tee fittings. E. Tolerances I Revise as follows: Install the pipe within 1/2"of the specified alignment and within 1/4"of the specified grade,provided that such variation does not result in a level or reverse sloping invert. COBMODS 6""Edition Page-2-of SECTION 02730 Add the following: F. Install detectable buried warning tape centered over all sanitary sewer mains and service lines.Install tape a minimum of 18"and maximum of 24"below finish grade. 3.2 MANHOLES A. Construction 2. Add thefollowing requirements: Unless otherwise approved by the City of Bozeman,make all break-in connections to existing manholes by using a core drilling machine. Trim off and remove all excess gasket material inside manholes, 3. Revise this section as follows: Install adjusting rings on each manhole to bring the manhole rim elevation to match the existing or specified ground elevations. A maximum of 12" of adjusting rings are permitted. Furnish concrete adjusting rings reinforced with the same percentage of steel as the riser and top,or HDPE adjusting rings. To adjust the rim to match the slope of a street,use tapered adjusting rings. Install Ram-Nek or approved equal joint sealant compound between the first adjusting ring and the top of the manhole,between each adjusting ring,and between the last adjusting ring and the manhole frame. 3.3 SANITARY SEWER SERVICE LINES A. Revise this section as follows. Construct service lines in accordance with City of Bozeman Standard Drawing No. 02730-2. Install the service line to a point 8 feet past the property line unless shown or specified otherwise on the plans. Plug the end of the service line with a stopper and gasket,using a gasket of the same type used for pipe jointing.Do not grout the plugs.For multiple service lines installed in the same trench,maintain a minimum of 2 feet clear between each service line and service tap. For service lines connected to existing mains, use Schedule 40 PVC pipe with solvent weld joints or SDR 26 PVC pipe with gasketed joints, and provide all equipment,material,labor and incidentals necessary to install the service line from the main to the building. The City of Bozeman Sewer Department shall make all main taps for new sewer services connected to existing mains, at the Contractor's expense. Inserta Tees(D may be used for service line connections to existing mains. 3.4 TESTS A. Add the following requirements: At least 24 hours prior to beginning sewer main and manhole tests, provide a testing schedule to the Engineer and the City C013MODS 61"Edition Page-3-of 5 SECTION 02730 Engineering Office for approval. Specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. D. Water Test 1. Aild the following requirement., If the water test method is used, verify groundwater levels at the time of testing by installing piezorneters or test pits in the immediate area of the sewer line that is being tested. E. Air Test(Alternate) 9. Revise this section as follows. For test sections exceeding the maximum lengths, either shorten the test section to an allowable length;test according to'Uni-Bell Standard Uni-B-6-99;or use the water test. Add the following requirement: 10. If the air test method is used to test the sewer mains, test manholes for leakage by filling each -manhole with water to the top of the manhole. Measure the leakage by checking the water level drop in the manhole over a four hour period.Allow time to soak the manholes in advance of performing tests. The allowable leakage for manholes is 0.1 gallhrffi-dia/ft-bead. G. T.V.Inspection 1. Revise this section as follows: All sewers are required to be inspected using a television camera before final acceptance. All television inspections of new sewers shall be done by the City of Bozeman Sewer Department at Contractor expense unless otherwise approved by the Water/Sewer Superintendent. Schedule inspections with the Sewer Department a minimum of one week in advance.De- watering equipment must be shut down a minimum of 24 hours prior to the television inspection to allow groundwater to return to typical levels.Adequately flush the sewer lines prior to each television inspection. T.V.inspection of dry sewer lines is not acceptable. A sewer line will be considered deficient and unacceptable if 1)the alignment is outside the specified limits,2)water ponds in any section to a depth equal to or greater than a value 2 times the grade tolerance specified herein under Section 02730 33 E. L,or 3)the pipe has visible defects such as open joints,pinched gaskets,cracked barrels or bells,or similar defects. Correct any deficiencies and schedule a re-inspection by the Sewer Department. Sanitary sewer service lines may be subject to the same T.V. inspection requirements as sanitary sewer mains at the discretion of the Sewer Superintendent. COBIVODS 6"'Edition Page-4-of SECTION 02730 Add the following section. J. Manhole Vacuum Testing 1. Vacuum testing of manholes may be done in lieu of water testing.Testing shall be done in accordance with "ASTM 01244-O5a, Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure(Vacuum)Test Prior to Backfill",with the exception that the testing shall be done after backfilling. I COBS ODS 0'Edition Page 5 of 5 SECTION 02730 Add the fallowing new section: SECTION 09810 STREET SIGNS PARTI - GENERAL 1.1 DESCRlPT10N A. This section is furnishing,fabrication,installation and the removing and resetting of signs in accordance with these and other specifications,the Standard Drawings,and in the location as shown on the plans or as directed by the Engineer_ 1.2 REFERENCES MUTCD Manual on Uniform Traffic Control Devices 1.31 STANDARD DRAWINGS Standard Drawings in Appendix C applicable to this section are as follows: City of Bozeman Standard Drawing No. 09810-1,Sign Installation Standards City of Bozeman Standard Drawing No. 09810-2,Dead End Barricade City of Bozeman Standard Drawing No. 09810-3, Standard Street Marker Sign Location 1.4 DEFINITIONS A. The following definitions define the signing work to be done when the respective terms are used in the Contract. 1. NEW Signs designated "New" are to be furnished new and erected at the locations specified. 2. REUSE Signs designated"Reuse"are to be removed from the existing post or posts and remounted on a new post or posts at the locations specified. 3, REPLACE Signs designated"Replace"are to be removed and replaced with the specified"New" standard signs, including new post or posts, at the existing or specified new locations. 4. RESET Signs designated"Reset"are to be removed and reset at the locations specified using the existing sign faces and supports. 5. REMOVE Signs designated"Remove"are to be removed,to include the sign or sign assembly and sign supports. COBMODS O'EdWon Page-I-of 4 SECTION 09810 PART 2-PRO DUCTS 11 POSTS A. Use 2" perforated square tube 14 gauge galvanized steel posts for all sign posts unless otherwise specified on the plans. Use Telspar or approved equal sign posts. Anchor posts as shown on Standard Drawing 09810-1. 2.2 STREET NAME MARKER SIGNS A. Provide street marker(D-3)signs which meet all applicable MUTCD Standards,For publicly-maintained streets,use white lettering on a green background.For privately- maintained streets, use white lettering on a blue background.For ground-mounted signs,furnish 9"flat-blade aluminum sign blanks,0.08 inches thick. Provide a 1/4" white border around the edge of the sign. Use white Highway Font letters for the street name. Lettering for street names shall be mixed-case consisting of an initial upper-case letter followed by lower-case letters. Letter height is specified as the height of the initial upper-case letter. The nominal loop height of the lower-case letters shall be 3/4 the height of the initial upper-case letter.Street names shall have 6 inch letters, and 3 inch letters for street abbreviations or city sections (e.g. Street, Avenue,Road). Attach signs back to back on sign post with two 3/8"drive rivets with I" backing washers. For overhead signs, blank and letter sizes shall be determined by engineering design and shall meet the requirements of the MUTCD. 2.3 REGULATORY,WARNING, CONSTRUCTION,AND GUIDE SIGNS A. Assure that all signs meet applicable MUTCD Standards, Furnish construction grade aluminum sign blanks,0,08 inches thick. Attach signs to the posts with aminimnin of two 318" drive rivets with backing washers. For signs smaller than 18"x18",use 3/8"x I"washers;for larger signs use 3/8"x 1.5"washers. 2.4 SIGNPOST FOUNDATION SLEEVES A. Furnish 21/4"non-perforated 12 gauge galvanized steel square tube foundation sleeves for all sign posts. Use"Telspar Quik Punch"or approved equal. Install sleeves in concrete anchor as shown on Standard Drawing 09810-1. 2.5 REFLECTIVE SHEETING A. Reflective sheeting for signs shall be Type IV("High Intensity Prismatic")or better. COBIVIODS d"Edition Page-2-of 4 SECTION 09810 PART 3 -EXECUTION a.I SIGN INSTALLATION A. Assure that all signs are installed according to MUTCD Standards. Locate signs where shown on the plans or as directed by the Engineer. Assure that signs are instilled plumb, at the correct height, and with the edge of the sign a minimum of two feet from the face of the curb or edge of pavement. 3.2 SIGN REMOVAL OR REPLACEMENT A. As directed by the Engineer, salvage existing signs designated to be removed or replaced to the site specified by the City of Bozeman. Properly dispose of all signs designated for removal or replacement which have not been designated for salvage. PART 4-MEASUREMENT AND PAYMENT 4.1 GENERAL A. The following are pay items for the work covered under this section. Payment for these items is full compensation for providing all materials, tools, labor and equipment necessary to complete the item and all incidental work related thereto, whether specifically mentioned herein or not. 1.NEW SIGNS Measurement of signs is per each sign installed. Payment for signs is made at the contract unit price bid per each sign installed, which includes furnishing and installing sign posts and sign faces and all other work necessary or incidental for completion of the item. 2. REUSE SIGNS Measurement of signs is per each sign installed. Payment for signs is at the contract unit price bid per each sign reused. Such price or prices and payment will be full compensation for furnishing and erecting the new sign supports and remounting the sign, removing and disposing of the existing sign supports,and backfilling of removal sites. 3. REPLACE SIGNS Measurement of signs is per each sign replaced. Payment for signs is at the contract unit price bid per each sign replaced. Such price or prices and payment will be full compensation for removing and disposing of the existing sign and furnishing and erecting the new sign supports and sign faces. 4. RESET SIGNS Measurement of signs is per each sign reset. Payment will be made at the contract unit price bid per each sign reset. Such price and payment will be full compensation for all work and materials including dismantling and removal, resetting,furnishing and installing break away devices (if required),breakdown of COBIVIODS d'Edition Page-3-of 4 SECTION 09810 foundation material and backfill of removal sites, and all incidentals necessary to complete the work. When not provided for in the contract, reset signs will not be paid for directly but will be considered incidental to and included in payment for other items in the contract. 5. REMOVE SIGNS Measurement of signs is per each sign removed. Payment will be made at the contract unit price bid per each sign removed. Such price and payment will be full compensation for removing each sign and supports, removal from the project,breakdown of foundation material,and backfilling removal sites, COBMODS O"Edition Page 4 of 4 SECTION 09810 APPENDIX A MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS STANDARD DRAWINGS Drawing Description Status 2213-1 Manhole Adjustment Detail Replaced 2213-2 Water Valve Adjustment Detail Replaced 2221-1 Typical Utility Trench Detail Active 2221-2 Pipe Bedding Alternate Active 2222-1 Trench Plug Excavation Detail Active 2528-1 Detail of Standard Curb and Gutter Replaced 2528-2 Detail of Drive Over Curb and Gutter Deleted 2529-1 Double Gutter Detail for Street Intersection Replaced 2529-2 Standard Fillet Replaced 2529-3 Type I Street Monument Replaced 2529-4 Type 11 Street Monument Deleted 2529-5 A Boulevard Drive Approach Detail Replaced 2529-5 B Curb Walk Drive Approach Detail Replaced 2529-6 Retrofit Drive Approach Active 2529-7A Boulevard Alley Approach Detail Active 2529-713 Curb Walk Alley Approach Detail Replaced 2529-8 Accessibility Ramp Replaced 2529-9 Swale Crossing Deleted 2529-10 Mailbox Mounting For Curbline Delivery Active 2660-1 Thrust Blocking for Water Main Fittings Active 2660-2 Water And Sewer Main Separation Active 2660-3 Thrust Blocking For Water Main Valves Replaced 2660-4 Fire Hydrant Setting Replaced 2660-5 Hydrant Location Detail Replaced 2660-6 Water Service Line Replaced 2660-7 Blowoff Valve Replaced 2720-1 30" Standard Storm Drain Inlet Replaced 2720-2 24" Standard Riser Inlet Active 2720-3 Sanitary Sewer And Storm Drain Manhole Replaced 2720-4 Standard Straight Manhole(ASTM C-479) Replaced 2720-5 48" Standard Manhole(Cone Sections) Deleted 2720-6 Precast Manhole Bases Active 2720-7 Typical Manhole Channel Details Active 2720-8 Standard Cast Iron Manhole Cover Deleted 2720-9 Standard 24" Cast Iron Ring Deleted 2720-10 Stone Drain Service Line Active 2730-1 Nomograph For Air Testing Gravity SewerMains Active 2730-2 Sanitary Sewer Service Line Replaced 2730-3 Deep Sanitary Sewer Service Line Deleted COBMODS 2404 9 of I APPENDIX A APPENDIX B CITY OF BOZEMAN STANDARD DRAWINGS Drawinp, Description 01500-1 Vehicle Tracking Control 01570-1 Traffic Control, Minimum Standard, Urban Work Site, 4 Lane Road, Work Site Closing One Lane 01570-2 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road, Work Site On Centerline 01570-3 Traffic Control,Minimum Standard,Urban Work Site,4 Lane Road,Work Site On Centerline Partially Blocking Inside Lanes 01570-4 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road, I Lane Partially or Fully Closed By Work Area 01570-5 Traffic Control,Minimum Standard,Rural Work Site,Work Adjacent to the Present Traveled Way 01570-6 Traffic Control,Minimum Standard,Rural Work Site,Utility Work On or Across the Present Traveled Way 01570-7 Pedestrian Traffic Control for Temporary Sidewalk Closure 01570-8 Sidewalk Closure with Detour 02213-1 Manhole Adjustment Detail 02213-2 Water Valve Adjustment Detail 02528-1 Integral Concrete Curb and Gutter 02529-1 Double Gutter Detail for Street Intersection 02529-2 Standard Fillet 02529-3 Type I Street Monument 02529-5 Driveway Approach With Sidewalk Adjacent to Curb 02529-7B Curb Walk Alley Approach 02529-8 Pedestrian Ramp 02529-8A Blended Transition Pedestrian Ramp 02529-11 Residential Driveway Approach and Sidewalk Details 02529-12 Non-Residential Driveway Approach 02529-13 Non-Residential Driveway Approach for Arterial Streets 02529-14 Concrete Storm Drainage Outlet and Inlet Chases 02529-15 Publicly-Maintained Sidewalk 02529-16 Asphalt Pathway Typical Section 02529-17 Concrete Class 1 Trail Typical Section 02529-18 Class 2 Trail Typical Section 02581-1 Typical Pavement Markings for Pedestrian Crossings(Type "A" Crossings) 02581-2 Typical Pavement Markings for School Crossings(Type"B" Crossings) 02660-3 Thrust Blocking For Water Main Valves 02660-4 Fire Hydrant 0,2660-5 Hydrant Location Detail 02660-6 Water Service Line 02660-7 Typical Blowoff COBMODS b'"'Edition Page 1 01'2 APPENDIX H Drawing Description 02660-8 Hydrant Barrier Posts 02660-10 Typical Valve/Tee Restraint 02660-11 Water Main Crossing Below Existing Sewer Main 02660-12 Standard Domestic Service Line Installation for Sizes 4" and Larger 02660-13 Standard Fire Service Line Installation For Class 1,11 and III Systems 02660-14 Standard Fire Service Line Installation For Class IV and V Systems 02660-15 Water Service Line From Curb Stop to Building (Lines 2" and Smaller) 02660-16 Water and Sewer Main and Services Location Standards 02660-17 Water Service Interior Clearances 02720-1 36" Standard Storm Drain Inlet 02720-IA Standard Square Storm Drain Inlet 02720-IB Combination Manhole and Curb Inlet 02720-3 Sanitary Sewer and Storm Drain Manhole 02720-4 Standard Straight Manhole 02720-11 Storm Drain Debris Rack, 02730-2 Sanitary Sewer Service Line 02730-4 Sanitary Sewer Cleanout 02730-5 Standard Drop Manhole 09810-1 Sign Installation Standards 09810-2 Dead End Barricade 098104 Standard Street Marker Sign Location COBMO'DS 6"Edition Page 2 of 2 APPENDIX B APPENDIX C Complete list of Standard Drawings to be used with the City of Bozeman Modifications to Montana Public Works Standard Specifications, Sixth Edition: Drawin Descrintion COB 01500-1 Vehicle Tracking Control COB 01570-1 Traffic Control,Minimum Standard, Urban Work Site,4 Lane Road, Work Site Closing One Lane COB 01570-2 Traffic Control,Minimum Standard,Urban Work,Site,2 Lane Road,Work Site On Centerline COB 01570-3 Traffic Control,Minimum Standard,Urban Work Site,4 Lane Road,Work Site On Centerline Partially Blocking Inside Lanes COB 01570-4 Traffic Control,Minimum Standard,Urban Work Site,2 Lane Road, 1 Lane Partially Or Fully Closed By Work Area COB 01570-5 Traffic Control,Minimum Standard,Rural Work Site,Work Adjacent To the Present Traveled Way COB 01570-6 Traffic Control, Minimum Standard, Rural Work Site, Utility Work On or Across the Present Traveled Way COB 01570-7 Pedestrian Traffic Control for Temporary Sidewalk Closure COB 01570-8 Sidewalk Closure with Detour COB 02213-1 Manhole Adjustment Detail COB 02213-2 Water Valve Adjustment Detail MPW 02221-1 Typical Utility Trench Detail MPW 02221-2 Pipe Bedding Alternate MPW 02222-1 Trench Plug Excavation Detail COB 02528-1 Integral Concrete Curb And Gutter COB 02529-1 Double Gutter Detail For Street Intersection COB 02529-2 Standard Fillet COBMODS 6'Edition Page 1 of4 APPENDfX C COB 02529-3 Type I Street Monument COB 02529-5 Driveway Approach With Sidewalk Adjacent To Curb MPW 02529-6 Retrofit Drive Approach MPW 02529-7A Boulevard Alley Approach Detail COB 02529-7B Curb Walk Alley Approach COB 02529-8 Pedestrian Ramp COB 02529-8A Blended Transition Pedestrian Ramp MPW 02529-10 Mailbox Mounting for Curbline Delivery COB 02529-11 Residential Driveway Approach and Sidewalk Details COB 02529-12 Non-residential Driveway Approach COB 02529-13 Non-residential Driveway Approach for Arterial Streets COB 02529-14 Concrete Storm Drainage Outlet and Inlet Chases COB 02529-15 Publicly-Maintained Sidewalk COB 02529-16 Asphalt Pathway Typical Section COB 02529-17 Concrete Class I Trail Typical Section COB 02529-18 Class 2 Trail Typical Section COB 02581-1 Typical Pavement Markings for Pedestrian Crossings COB 02581-2 Typical Pavement Markings for School Crossings MPW 02660-1 Thrust Blocking for Water Main Fittings MPW 02660-2 Water And Sewer Main Separation COB 02660-3 Thrust Blocking For Water Main Valves COB 02660-4 Fire Hydrant COB 02660-5 Hydrant Location Detail COBMODS 6'Edition Pate 2 of APPENDIX C COB 02660-6 Water Service Line 'COB 02660-7 Typical Blowoff COB 02660-8 Hydrant Barrier Posts COB 02660-10 Typical Valve/Tee Restraint COB 02660-11 Water Main Crossing Below Existing Sewer Main COB 02660-12 Standard Domestic Service Line Installation for Sizes 4" and Larger COB 02660-13 Standard Fire Service Line Installation For Class 1,11 And III Systems COB 02660-14 Standard Fire Service Line Installation For Class IV And V Systems COB 02660-15 Water Service Line from Curb Stop to Building(Lines 2" and Smaller) COB 02660-16 Water And Sewer Main And Services Location Standards COB 02660-17 Water Service Interior Clearances COB 02720-1 36" Standard Storm Drain Inlet COB 02720-IA Standard Square Storm Drain Inlet COB 02720-113 Combination Manhole and Curb Inlet MPW 02720-2 24" Standard Riser Inlet COB 02720-3 Sanitary Sewer And Storm Drain Manhole COB 02720-4 Standard Straight Manhole MPW 02720-6 Precast Manhole Bases MPW 02720-7 Typical Manhole Channel Details MPW 02720-10 Storm Drain Service Line COB 02720-11 Storm Drain Debris Rack MPW 02730-1 Nomograph For Air Testing Gravity Sewer Mains COB 02730-2 Sanitary Sewer Service Line C013MODS 6 Edition Page 3 of4 APPENDIX C COB 02730-4 Sanitary Sewer Cleanout COB 02730-5 Standard Drop Manhole COB 09810-1 Sign Installation Standards COB 09810-2 Dead End Barricade COB 09810-4 Standard Street Marker Sign Location COENMODS 6"Edition Page 4 of 4 APPENDIX C City of Bozeman's Approved list of Copper Connections COPPER TO COPPER UNIONS BRAND S1LF TYPE FACTORY NUMBER A.Y.McDonald 1/4" Compression 3 piece 4759Q Ford 1/4 Compression 3 piece C44-33Q Mueller '14 Compression 3 piece H15403 A.Y. McDonald F, Compression 3 piece 4758Q Ford 11. Compression 3 piece C44-44Q Mueller 1" Compression 3 piece 15403 A,Y. McDonald I Y7" Compression 3 piece 4759Q Ford 1 117," Compression 3 piece C44-66Q Mueller 1 1/2" Compression 3 piece H15403 A.Y.McDonald 2" Compression 3 piece 4758Q Ford 2" Compression 3 piece C44-77Q Mueller 27' Compression 3 piece H15403 A.Y.McDonald 3/4X1" Compression 3 piece 4758Q Mueller '/4Xl" Compression 3 piece H15403 A.Y. McDonald 1X11/2" Compression 3 piece 4758Q COPPER TO COPPER 90'S BRAND SIZE TYPE FACTORY NUMBER A.Y.McDonald 1 Y2" Compression 4761 Q Mueller I V11 Compression H15526 A.Y. McDonald 255 Compression 4761 Q Mueller 2" Compression H15526 STRAIGHT STOPS L BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 1/4" Compression 61 OOMWQ Mueller %" Compression B24350 A.Y.McDonald V Compression 6100MWQ Mueller r Compression B24350 A.Y. McDonald 1 1/2" Compression 61 OOMWQ Mueller 1 V2" Compression B24335 A.Y. McDonald 2" Compression 61 OOMWQ Mueller 2" Compression B24335 APPENDIX D City of Bozeman's Approved list of Copper Connections ANGLE STOPS BRAND SIZE—E: TYPE FACTORY NUMBER A.Y. McDonald '/4" Compression 4602BQ Mueller ✓4" Compression B24258 A.Y. McDonald V Compression 4602BQ Mueller I" Compression B24258 A.Y. McDonald I Y7," Compression 4602BQ Mueller I V2" Compression B24276 A.Y. McDonald 2" Compression 4602BQ Mueller 2" Compression B24276 CORPORATION STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y.McDonald 1/4" Ball Corps 4701BQ Mueller 114" Ball Corps B25008 Ford 114" Ball Corps FB 10003Q A.Y.McDonald I" Ball Corps 4701BQ Mueller III Ball Corps B25008 Ford III Ball Corps FB10004Q A.Y. McDonald 1 Y2" Ball Corps 4701BQ Mueller 1 %" Ball Corps B25008 Ford 1 Y2" Ball Corps FB10006Q A.Y. McDonald 217 Ball Corps 4701 BQ Mueller 2" Ball Corps B25008 Ford 2" Ball Corps FB10007Q CURB STOPS BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 1/4" Ball Valves/Minneapolis Thread 6104Q Mueller :/4" Ball Valves/Minneapolis Thread B25155 Ford 3/4" Ball Valves/Minneapolis Thread B44-333MQ A.Y. McDonald 1" Ball Valves/Minneapolis Thread 6104Q Mueller I" Ball Valves/Minneapolis Thread B25155 Ford I,, Ball Valves/Minneapolis Thread B44-444MQ A.Y. McDonald 1 1/2 Ball Valves/Minneapolis Thread 6104Q Mueller 1 1/2" Ball Valves/Minneapolis Thread B25155 APPENDIX D City of Bozeman's Approved list of Copper Connections CURB STOPS BRAND SIZE TYPE FACTORY NUMBER Ford 1 1/7" Ball Valves/Minneapolis Thread B44-666MQ A.Y. McDonald 25 Ball Valves/Minneapolis Thread 6104Q Mueller 2" Ball Valves/Minneapolis Thread B25155 Ford Tt Ball Valves/Minneapolis Thread B44-777MQ CU"BOXES BRAND SIZE TYPE FACTORY NUMBER Mueller All H10388 with bushings as required SADDLES BRAND SIZE TYPE FACTORY NUMBER A.Y. McDonald 411 2838 Ford 4" for DIP 202B-540 Mueller 4" BR21304741P A.Y.McDonald 6" 2838 Ford 611 for DIP 202B-750 Mueller 6" BR21306841P A.Y. McDonald 8,, 2838 Ford 8" for DIP 202B-962 Mueller 9" BR2B08991P A.Y. McDonald 101, 2838 Ford 10" for DIP 202B-1212 Mueller 10" BR22B 11041P A.Y. McDonald 12" 2838 Ford 12" for DIP 20213-1438 Mueller 12" BR21313141P Note- Other copper connectors may be approved by the Water Superintendent on a case by case basis. APPENDIX D \Q1 LE GTH* P o e .. P P MIN. 25' RADIUS UNDERLYING FILTER FABRIC AS PER SECTION 02110 VEHICLE TRACKING PAD 14" THICKNESS OF 3"-6" WASHED ROCK MIN LENGTH* MIN WIDTH* RESIDENTIAL 30 FEET 15 FEET COMMERCIAL 60 FEET 25 FEET USE ALL VEHICLES ENTERING AND EXITING THE CONSTRUCTION AND/OR BUILDING SITE SHALL TRAVERSE THE VEHICLE TRACKING PAD TO MINIMIZE MUD AND DIRT FROM TRACKING OFF SITE. MAINTENANCE THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION WHICH WILL PREVENT THE TRACKING DF OR FLOW OF MUD ONTO PUBLIC RIGHT OF WAYS, PERIODIC TOP DRESSING WITH 2" STONE MY BE REQUIRED, AS CONDITIONS DEMAND. THE CONTRACTOR SHALL IMMEDIATELY REMOVE ALL DEBRIS SPILLED, DROPPED, WASHED OR TRACKED, FROM VEHICLES ONTO ROADWAY OR INTO STORM DRAINS, WASIENG IF CONDITIONS ON THE SITE ARE SUCH THAT MOST OF THE MUD IS NOT REMOVED FROM THE VEHICLES TIRES BY CONTACT WITH THE GRAVEL, THEN THE TIRES MUST BE WASHED OFF BEFORE THE VEHICLES ENTER A PUBLIC ROAD, THE WASH WATER MUST BE CARRIED AWAY FROM THE ENTRANCE TO A SETTLING AREA TO REMOVE SEDIMENT. A WASH RACK MAY ALSO BE USED TO MAKE WASHING MORE CONVENIENT AND EFFECTIVE. INSTALLATION THE AREA OF ENTRANCE SHOULD BE CLEARED OF ALL VEGETATION, ROOTS, AND OTHER OBJECTIONABLE MATERIAL, THE GRAVEL SHALL BE PLACED TO THE SPECIFIED DIMENSIONS. ANY DRAINAGE FACILITIES REQUIRED BECAUSE OF WASHING SHOULD BE CONSTRUCTED ACCORDING TO SPECIFICATIONS ON THE PLANS. CITY OF BOZE AN SCALE.: VEHICLE TRACKING CONTROL N0. 01500-1 STANDARD DRAWING NONE JAN. 2011 rl rn 0 rn Ca ELa Ir m p� FiHI"I N to LIV�Hk/ w r h X x� N> Z - i N V) LAJ c [i Z 0 L C 0 z �z t3 Z o C W C 4 O. V .V.. `� V < L CrdEN °gym p._' O N xZ °.°. c w I a ° a h.".. a 6 ou o :fl y O A Q y UY .�...°U Li _ L N _ < 6 lu Q U 0 Wav �C cE C `O`. Q c°.. E a O O ° N_s o a ° Eo_ Dc N o ; 3 ' m v u r r O® ge C C'B 2 TS E, OVA b G V 'E O ° u °u of a w'a.o OQ m a o c.. aa uc'.. ..,c E m I rL 4 a °Y C V O p•® C��� I,. �'6 -00 -,u.o o I 1 0- N SCI]c T�/ Z a C W•+�'P�.p y D W �1 a LrY° N I a �j U 'b F. I C = a a. O"6"ulc�7 o MW -U(A- Z3.00°mom a 3 v pv)°Z at] it a WO a2z,p mo qOZ o Boa v°U P° ° a [7 C G iCL-.c O a Q; ay. �Wd�d77 as n Er.o, c o ° ®wpb E m v Z020 c 0 z,- Cu ri 4 6 6 r: ro r• LO J O 0 (9 Jkfi ZV,0 E W 4 v n :5 o D V) (n LLJ LLI o ° wa LZ'W to p. of°twv Eu 00 � � �� z �F s r E v Q f 5m 00. 2 oa' I E .mac"" W mo' ou n N5 Y° I 9 O CN ` 260 w BU�Ub° EC i ow KJi a o`a cm S u G/ • yj�'$X C.7 O4 �p ara i) Z z r N ri 4 vi uY � oo a yy N if uj if O)L) If) C:, 0 1'�7 <L z N o NN 1¢—W ~i k M A 2��t M w� d co �. Ln' °I - w~I- cVz Z ' x� 3n. cc)a AN Ln'� m z 4 ° m n x r° o# x.1.1 W cE c y dq E n,. v' . Z W x Cls.r.9 /} .i m o E c c n. .� E _ ,r/'I— W Lj Ln �Iw�.Oli Mcu ac cE o °u+ Z •�rnii. E°w °° :k° a.Mo z — QS O E3 ,ry, La �o —�— PBS "" °`c ,'. E ark (�, �✓ J c rn p o tic $ •` —°1+.. a � 1 -V p VI O? LL V!Ld '4k cr • o?w°P t ."�Om d non°j $Zci Z • d �G Wi "O A Y1 �� fY.CV...• Utz p W—nCw5a�3ppmm 4 u Vf '.Li C K T ij a `A .. . + ¢ P 'PZPn ,a,m°q°--° W L1.1 m Q L`a.Q C.Sa�p+,U auYPQe©[C'km 10 I X 42 6 O ip, �pS?`0 C.1 p� .....P,.,. N,.nj C) rr�ll E- '' 2 rJ irr o iB o 4� N a �� r w W O c n�z AQAIk' R : . r°n Ui c � cn,p t.t Uj LO Er CL w 4i] ..m!C7 1n� x Ia- r°�] co dL Ln c. m o a a 0 0, CD ° n Jt E LLJ r m x�0 E.�H a:1 'Elf E E'o o 1Q 3 b c EX m Q 6C I,i�C3� o a .E He oa u Eu m W sa c a o E m o J Z u ®� _LC E C dl 0 JQ m U U in H d n e L Q 4m o a 'O b �.a Vt Hm u C R.A.A .0:�..N I b� G N I 8r•'C� �� ,{/nom H5v a m� rOEY� ej� C5 C-) �'Dp �UO♦T C� pm� � � 'v q v a p G L W C S o U- < ui ., YCCL}}} b ,Sig do Ye VV1Y �.3 W ly- f W �F mW°U bU� °'CN HW 0'0 tl E VI OC A�O r.0 4i.r ❑% nin-vr, fV M1 4 YE Ip R SO < 00 L) z U1�W rM z z zz x LQ Cam4 P� z¢z C) Lo ¢®0 Cn3 N V) 4 � a '!t qn w U) H 0 aLcn z—: a.z N 99 'd' N uli Q�� N f•7 4 w DL t w Ln o In o w o ow' Lo V1J `p V,o �d r x xo 7 �g M LP) R _ an 0 U : '^ T Lo lc 3 �, w 'E N u 0 m sn ° Q 'm cal 4 v a= � m a m ° o W (6 V �l0 t°1 _ v a o C 71 �../ E o p E o Q u C� p F- c �y 0 C, J n 33 n wQLV � i a E E o cr � Do o V x to U) a t .a of CC Z O m t'a a Li C �:: V7 Li • D N D Cl O� I Q+ Q fl L Br W 6 P Q p a o 4 v CL .c utn 0 Lj ��i3��j .a° Za e_7�a a C) 0 0 U 0 0 0 U? mw � mCLWcr 9 `a Q.... — uaym u7n ccnIID �� 'm m a Z 1!l I!- t11 b' Q A O v+ QX-+ � Q cn f. x C W = w P ' l v u a n D � C7 (73 N U C G v 7 2 G e-^^ 9L Ca Yy,✓,,.. o, ©N W W ra c ` a F- a m a c a c f— w o a IL c7 o: c c , i E E Q 3 E a 6 a � n m ° �� ( _yam d 19 a W Y'I Jy 1: x rn ° °u� aL E3 > En a- LLJ c 4 ° [ a co �� a =E V7 , a c U) ° C , v CL zV O r= aoilars r�I stn o� W y� o z e n :=oz z°s E ay !T0 -0.} m Lo•- N d"] V 615 z u 14 ,¢w r"- r e: X a P n LJ R9-11(L) SIDEWALK CLOSED / AHEAD T: CROSS HERE 3D"X24" SIDEWALK CLOSED 24"X18" SIGNS ARE TO BE PLACED AT THE NEAREST LEGAL CROSSING TO THE WORK AREA. MAY ONLY BE USED IF A PARALLEL SIDEWALK EXISTS ON THE OTHER SIDE OF THE ROADWAY. SIDEWALK CLOSED 24"X1 S" R9-11(R) SIDEWALK CLOSED AHEAD CROSS HERE 30"x24" m. SIGN WORK SITE TRAFFIC DRUMS OR CONE CITY OF BOZEMAN SCALE: PEDESTRIAN TRAFFIC NO. 01570-7 NONE CONTROL FOR TEMPORARY FEB 2007 STANDARD DRAWING SIDEWALK CLOSURE 5' _ I �n i ✓ � rv� RJ--D SIDEWALK fP;� CLOSED TEMPORARY ACCESS RAMP ADEQUATELY a SUPPORTED FENCING FENCING SIDEWALK w CLOSED MUST MAINTAIN 4' CLEAR AREA 139-9 BETWEEN FENCING. �,l^ WALKWAY MUST BE SMOOTH AND KEPT CLEAR OF p OBSTRUC71ONS FENCING AS SHOWN MAY USED Jrb FOR SHORT TERM (LESS THAN 30 DAYS APPROPRIATE TRAFFIC ) INSTALLATION. MORE CONTROL PLAN MUST BE ' k p PERMANENT STRUCTURES WILL BE USED FOR', LANE CLOSURES ( REQUIRED FOR LONGER TERM. — — A COVERWALK MAY BE REQUIRED FOR OVERHEAD OPERATIONS (IF HEIGHT MINUS 10' EXCEEDS DISTANCE FROM WALK WAY TO WORK AREA) CITY OF BOZEMAN SCALE; SIDEWALK CLOSURE NO. 01570--8 STANDARD DRAWING NONE WITH FEB 2007 DETOUR EEf sLJR ACI"C 'F }— yi" 1.— 0. r.4r5 x M�n�Pok�')•4�� r°'nYY. ? N' \ 4 HOT MA(ASPMN,T Y. �24'MW. 4t AND 915E CONCRM A9AYOW A1YG SLRCWLC ;-, ,i!, RKS AS MCGESSW+' (s'W -4s, �i NOTES: 1.Adjust manholes upward with Austusg rmgs under frame. 2.Adjust manhole downward by removing cone and barrel sections as necessary and replacing with sections of length requited to match grade, 3.Slope manhole fame as required:to mat ch slope of street. 4.Final manhole adjustment abdll be made before paving, 5.All joints between manhole sect ions,top cone,adjusting rings,and manhole ring shall be watertight. Joint material shall be"ltam Nek"or approved equal. b.Manhole ring and cover shal be adjusted to match final crown and grade of street.,Use Anderson Precast or approved equal concrete angled adjustment rings to obtain required angle. 7.Manhole ring and cover.use MCI 305 frame,305A cover,IFCO 772 frame, 772-B cover,or Decter 1025,or D&L A-1172 with 1"ever. CITY OF BOZE AN Seale: MANHOLE ADJUSTMENT eta.02213-1 STANDARD DRAG None DETAIL 1tev.Apri12005 TDp or NEW PAVEMENT .. .. 1/9' MIN., 1/4" MAX, - -. s• �'��{'\ \���i\\i\�i� ,�f\'\rte!\�\\�\\✓'\\1r COMPACTED BASE do SLBGRADE NOTES: 1, Adjust water valves upward or downward as required. Final adjustment shall be made after paving and before seoi coating. 2. Model No. 64 8550 aeries, East Jordan Iron works adjustoble screw—type risers may be used to raise or adjust existing volva boxes only. 3. Volve box adjustment shown is designated as Type 91 water valve adjustment. Type I water valve adjustment is similar except with c concrete collar. CITY OF BOZEMAN SCALE; WATER VALVE ADJUSTMENT NO. 02213-2 STANDARD DRAWING NONE DETAIL Feb. 2004 NOTE: WHERE TRENCH PASSES THROUGH EXISTING PAVEMENT THE PAVEMENT SHALL BE CUT ALONG A NEAT VERTICAL LINE A MINIMUM OF 12' (3ocrn) FROM THE EDGE OF THE TRENCH OPENING. WHERE NEAT LINE IS LESS THAN 3' (0.9m) FROM EDGE OF EXISTING PAVEMENT OR CURB AND GUTTER SECTION, REMOVE AND REPLACE ENTIRE PAVEMENT SECTION BETWEEN TRENCH AND EDGE OF PAVEMENT, LASTING STREET SURFACE VERTICAL. TRENCH WALLS WITH SHORING TO CONFORM TO O.&H.k REGULATIONS' 2"(30 cm) MIN Su8GRADE OR GROUND rr SURFACE X INSTALL DETECTABLE SLOPING, BENCHING OR WARNING TAPE 18-(4-5cm) SUPPORT SYSTEMS IN THIS AREA MAX. DEPTH AtREA TO CONFORM TO BACKSLOPE AS SPECIFIED TO CONFORM TO O.S.H.A. (OPTIONAL) 0 S.H.A. REGULATIONS' REGULATIONS* TYPE "A78", OR 5*(15cm) TRENCH BACKFILL SELECT TYPE I BEDDING A MATERIAL PLACED IN 6'(15cm) LAYERS do TYPE I PIPE BEDDING AS spEcinED COMPACTED PLACED IN 6"(15cm) MAX. SECTION 02221. IN SEC LAYERS AND COMPACTED ,, v i 4'(10cm) THOROUGHLY. TRENCH VADIH=0.0.Of PIPE PLUS V(6 MIN, TRENCH WDTH= 3.5'(1.1m) TYPE 2 PIPE BEDDING M WHERE REQUIRED FOR z xl SOFT OR UNSTABLE FOUNDATION NOTE: SEE CONTRACT SPECIAL PROVISIONS FOR ANY MODIFICATIONS TO STANDARD TRENCH MATERIALS AND/OR OTHER TRENCH DESIGN FEATURES SEE O-S.H-A, CONSTRUCTION STANDARDS FOR EXCAVATIONS, REIASEM 10/25/02 CITY OF BILLINGS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE TYPICAL UTILITY TRENCH DETAILS NO. 02221—1 i'I f rrkla IIII I io if 0 1'V1 \ I F Vc Tf N I N P I1 I I 1'01, I'll F i) 111111 1,''1'1"A 1h.7 -,"T i 1 7 1 RL"- jh „11 d .-j TYPE 1 PIPE BEDDING 1111 1'11: IC o (I cqm) oc� f Dal, for �,olf h p r:It ("'wi tar 11 -' I d(-Ii) of I I,r o r j (,(,,--;I f r,I i j I)t i �I I e nr (I 11'`1 ,�1�- (i e�I i I rl :,,,11 N I!h? [ >,(< W, "! the (h"( f r4 wrl ept VhI rrr 'rrorrr Ilse lo"I f�l i"i rij, r r))i i,,I;I j1p f() ', 11Ia4yirliul,l (:fl I-, C-1i I hf, 100 si(vc prn -dO((I I hr pftiaiirila rt>r1r', of Ijw 3 1 file)j Thr, foi yr cJ%<1 )j"Ji m I I ,urr1 ocifif iciti c f clrr r,,Iz�i c h e.,f I i I e h,ri r o u-if of I)111fen mil e of (r 1)j i I r Ir 1rl fal r ria I ,i I I ji)t-1 1t(.eI) 1 4)0<1 , 'i i iii. I hit i;,,If oo'I'l ()I o lymm)IIIIII ol i Ill( h 10 of f i I I I fe)I I f I I I i < (I I f I I I e 41 j i f, r.r I I i •i✓r• I I I I r f I Cu = D,0 Dic 'I'll(• oi-fhe ft,ill w (III N.1011 dr-Imi•ri fs lhr pwOioll of liar c fif [hc of ;0',, fe) th pfmij), f of H;f ch"mr-ire Ow cr"il) "ll"all-le'l 1( (1 Cc = —(D 30)2 D10 x D 60 ll lir.j e� I ht 11,0 m C-m i I)J-., 1,0 f ejni,mjr I ofOh aj ji)t 11 liouhi Iloll Imui ofrcm "iml fit,lh I ?"I tjol be, 11,cd Hctl(Im-, i,f omli,, ml "I milld 1/if' j))p(' if, 0 1111111•.: (I")r irl 'Awl t, I lif• I op of I h,­ p),rrNrl 13 h 1111 ol o l hf-1 I Ifif mo I) so 'I, le()I t (jir i I I l i) I ha to ti 0 11 f( 0(-� it tai) li<1 , o f w,I c 1<^<! I') o i f oc 1111 00 98 1' l :I l TO 'I--f)1) �'11r c 1,11 r"I r h(. f C"MotAf I I, rtar wo mirk-p f hr, houm i w:� o I i 13,11 11 NI f i r,I 1 tic j",I, <•c( j if 111x- 11 f-i a( 11 rw i I- (n11 11 11 11111 �I f f t I f•l -t�I I i I I)« of 111 i., iml I it,ji ri I I 1w I I r;I 1 i 1 11 1)I )i o( Ti d(I i I m;i C,f 11 1,c i �h i l) h(- I I i i I i cf1 Ica ilaa,I i ori mi f rf Ini i)jl I i miu,i of ci�l i ja I I lo\I if 11111 l r-o I tjp,e I im? tai f he, IN I i f'i 1,1 REVISED., 12/27 Y95 MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE PIPE BEDDING ALTERNATE NO.02221-2 A GTYlllud SfffWe ✓,'/%/ Sid.Trench t3nck-fil[ TYetzclt Plug C<'IFUerinl Select Pipe Bedding B W1011I of Trench� Type 1 Bedding A L:10'(3 m) Section A-A Std.TYcm:h Backftll. / 1/11,Qrotand Surface TYCnCIs Trench Wall 1 � ✓ f ° 1 Plug Limit Plut Limit 13'(90 Cori) 3'(90 Plug Limit Trenclt Bottom cen)� �— J L3'(90 C111) REMSED: 10/21/02 MONTANA PUBLIC WORKS SCALE: TRENCH PLUG STANDARD DRAWING STANDARD SPECIFICATIONS NONE EXCAVATION DETAIL NOa 02222--9 5,4" (0,45') (0.45') 24" 9' 2,. _J7-T p TOPSOIL'a L_ 314'74 PER 1` 3LaPE 12., /\\ a a ® a 4 7.5' I O 0-0-0" 0 ® 0 0 O O 0 © 0 0 0 0 0 0 0 0 CRUSHED GRAVEL O © C7 0 0 O O 0 0 0 0 O 0 O 0 BASE — 3" MIN. 00000000000000000100000©00000000 0 0 0 0 0 C1 O 0 0 O 0 0 O O O O SUB—BASE COURSE AS REQUIRED COMPACTED SUBGRADE —5/4" PER, 1' SLOPE L ter. —3 4' PER V SLOPE B" 1_/2" PER 1' SLOPE DROP CURB FOR DRIVEWAYS DRDP CURB FOR PEDESTRIAN RAMPS SPILL CURB NOTES: 1. Subgrode or base course compaction shall conform to section 02230 (M.P.W. Specs., 1996 ed.) 2, Contraction joints shall be placed at 1D' intervals and shall have a minimum depth of 3/4" and minimum width of 1/6", 3. 1/2" expansion joint material shall be placed at all P.C.s, P.T.s, curb returns and at not more than 300' intervals. The expansion material shall extend through the full depth of the curb and gutter. 4. No curb and gutter shall be placed without a final form inspection by the City Engineer or his representative. 5. Concrete shall be Class M-4000. 6. Crushed grovel base shall meet the requirements of Section 02235 (MPW SPECS, 2003 ed.) For curb and gutter replacement projects, washed rock may be used for the gravel base. CITY OF BOZEMAN SCALE: INTEGRAL CONCRETE NO. 02528-1 S"T"ANDARD DRAWING NONE CURB & GUTTER Revised Mar_ 2006 CURB TO CURB 1= WIDTH - VARIES FACE OF CURB 15' R (TYP) FACE OF GUTTER EXPANSION JOINT CONTROL JOINT A BACK OF CURB EFLOWLINE WITH CURE RETURN A FILLET AS ONE PIECE E° DOWEL WITH 5 #4 X 36` ]JOINTS WILL BE REQUIRED IF EXISTING CURB SMOOTH REBAR EVENLY APPROX. EVERY 10 FEET RETURN, GRIND CUTTER SPACED ON 1" CENTERS TO FORM OUTLET WITH 3 1/2' OF COVER, CHANNEL WHEN THIS WITH EXPASION TUBES IS THE HIGH SIDE ONE ONE END OF BARS PLAN VIEW VARIABLE 6'°0' MIN. STREET SURFACE. 1!z` PER 1 --• 7+ �t REINFORCE WITH #4 SECTION A-A BARS ON 2' X 2, GRID NOTES: THE WIDTH WITH PROPORTIONAL INVERT MAY VARY TO SATISFY THE DESIGN REOUIREMIENTS OF INDIVIDUAL APPLICATIONS. FINISHED STREET SURFACE TO BE 1/5- TO 114" ABOVE EDGES OF DOUBLE GUTTER, CITY OF BOZEMAN SCALE: DOUBLE GUTTER DETAIL NO. 02529-1 STANDARD DRAWING NONE FOR STREET INTERSECTION D'EC. 2003 an 7" *Depth will vary proportionately GRAVEL with width Of cross drain 3' CROSS DRAIN CONTROL JOINT - SEAL WITH BITUMINOUS JOINT SEALER EXPANSION JOINT 6" 8 10° EXTEND EXPANSION TUBES 3/4" PAST END OF STEEL DOWEL TO ALLOW FOR EXPANSION (IF DOWELS ARE USED) FILLET TO BE PLACED ON 3' COMPACTED COMPACTED GRAVEL BASE OR STREET BASE, WHICHEVER IS GREATER, CONCRETE TO BE EXPANSION JOINT AT 5" DEPTH FROM P.C. (Tm) FACE OF CURB TO STREET 9 5' R (TYP.) 1 3/4" STEEL DOWELS (OPTIDNAL) CITY OF BOZEMAN SCALE: STANDARD FILLET NO. 02529-2 STANDARD DRAWING NONE AUG. 1994 2" TO 2 1,/2" DIAMETER BRASS CAP WITH ROUNDED TOP, SET FROM REFERENCE POINTS, ENGINEER TO MARK MONUMENT POINT IN CAP AFTER INSTALLATION. STREET PAVEMENT- 1/$" TO 1/4" BELOW PAVEMENT 6" TO 9' OUT NO DEEPER THAN 1/2" ABOVE BOTTOM OF BCX. ° GRAVEL BASE.,. ° 2 1/2" ,. MIN. � .m LEAVE GRAVEL EXPOSED `. FOR DRAINAGE, 3'—CY. MIN. •' ° STANDARD CONCRETE (6 1/2 SACK MIX OR BETTER) ae POURED IN PLACE OR PRECAST AND SOLIDLY PLACED,. a NON REINFORCED 6" MIN., ROUND OR SQUARE WITH 1/2' CHAMFERED CORNERS OR y 4 REINFORCED PRECAST 4" SQUARE WITH 1/2" CHAMFERED CORNERS AND 4 NO. 2 REBARS, MONUMENT BOX INLAND FOUNDRY CO. PATTERN NO. 1034 OR APPROVED EQUAL. CITY OF BOZEMAN SCALE: NO. 02529--3 STANDARD DRAWING NONE TYPE I STREET MONUMENT NO. 1999 RIVEWAY EXPANSION JOINT EXPANSION JOINT 5LOPE 06 ....... . _..,.. L.m- .�...�.�...�.-... .,� EXPANSION JOINT FLOWLINE TRANSITION SECTION -5' MINIMUM -15' FOR NON-RESIDENTIAL APPROACH ON ARTERIAL STREETS 6" M--4000 CONCRETE 2%-._ 5" DRIVEWAY O O .... . ..... 0O <O O O O 3" WASHED GRAVEL COMPACTED SUBGPADE SECTION VIEW CITY OF BO EMAN SCALE: DRIVEWAY APPROACH NO. 02529-5 STANDARD DRAWING NONE WITH SIDEWALK Revised ADJACENT TO CURB Dec. 1999 A—3 r-----------------T----------._...d..,,.---—---------------------------- rvasmo c"w&K I r � r j SAw C11T 9R { I AE7u1�4E AT JMT 1 Y try f7UNDIN I 11 JoKT ti f 1•{26cn)E1P 1 Row, j AREA OF NEW CONSTRUC-PION ..� j MWVE E.)a51WQ CUM AM a1UM I EAMSMG t1Fa4E Ro-40"To MATC}i E7aSIMM1IG MATCH EXS MOG Mow Lw 61 MAX RE5Tf1RE E#ST1WG AX1RHYfAUS 0000 ono pn od MAMU.BASE SECTION A—A REViSEU: 12/27/85 MONTANA PUBLIC WORKS SCALE: sTANDAND DRAWNG STANDARD SPECIFICATIONS NONE RETROFIT DRIVE APPROACH NO.02529--6 z o m Z Z 0 "A Ae AA e1 ... W I/ 6 1e1�1 7 E c9L a z < CY J LLJ N 7 � o` ;� • � D O q LLJ f" V) z . � 0 A m w :D 0- 1 f ¢ ¢ ca /r ¢ / o r o Q •� 5 e E E m n tt w ¢y "' 4 N cc G.uj N Ad Nw z<O 4 lw p a uD01--4.ZN Q I- 4 Z ?! 3w Z J 0 dV7moo f f ZY.�'Z. _j / 0P7 C� / Z00�o= _jz o�x o W— 0 zx>m P � 3a h ®O 100 J= Mm>.ZOOI LN Q� ry J } N ( 2. D "�jj BACK OF CURB d v pT 4a a B A DOWEL WITH 24" NO.S 4!• - EXPANSION 1 (TYP.) RFBOUIiB w IPC B R K.. • N 4 C JOINTS A A •• A ~ 2'f• MAX. • �• hY • Q : d • d g A Se x5a • • 4. 5' SIDEWALKI J 1:20 MAX• S' SIDEWALI( (TYP,) •. LAN�INGA � m • 24" ♦wIIfY a •111y� b SCALE, I' =5' ! • . OWEL C a 5 1.12` BLVD. (TYP.) 6'THICK CONCRETE SURFACE T- RAMPS TO BE CONSTRUCTED WITH DETECTABLE •��•rxPAlwD", Flaw line CO EERIINCSTUHE ENTIRE WIDTFIINOFWTHE RAMPS. ro1Nr ONE OORf'IR OF THE DETECTABLE WARNING MUST BE WTTHIN S Of CUTER FLOW LINE- NO OTHER POINT ON THE LEADING EDGE,or THE)DETECTABLE WARNING STORM DRAIN INLET MAY BE MORE TKAN S FROM THE FLOW LINE. (TYPICAL LOWIDN) REINFORCE CONCRETE 1N RAMPS WITH FIBERME514`A7 A RATE IF 1 1/2 lbs./C,Y. OR WITH 5x16x1O GAUGE WIRE MESH 12 S,-0" 12,. TOP OF CURB 4 TRANSRION TO NORMAL SIDEWALK ELEVATION, DISTANCE VARIES. SIDEWALK S` SIDEWALK S S, ND LAP - VARIES LANDING FLOW LINE SECTION B-B 5.5" NO LIP 9 5„ NO SCALE 6" CURD SSEDCION 2 A/2'DEPRESSED 6" 6" CONCRETE SIOEWAUC LANDING RAMP 3.1 G VEL BASE (TYP.] SECTION A-A I ,; NO SCALE SECTION C-C CONSTRUCTION NOTES: 'VC SCALE" 1. Standard applies to new construction, with max. curb R=15`, and man. 5.5` boulevards. 2. Ramp and curb can be poured monolithically. 3. Storm drain inlets shall be constructed "upstream" of romps. AlternoVve locations permitted only upon City Engineer's approval. 4. Ramp width shall be 5' minimum. 5. Sidewalk cross—slopes shall not exceed 2%. BOULEVARD SIDEWALK NO. 02529-8 CITY OF BOZEMAN SCALE: PERPENDICULAR STANDARD DRAWING As SHOWN PEDESTRIAN RAMS' NOV. 1995 (15' MAX, RADIUS/5.5' MIN. BOULEVARD) Revised April 2006 USE BLENDED TRA'NSIT'ION RAMP RARE I.IM1 'ATIONS DUE TO BOULEVARD WID7H, X61 RIGHT-OF-WAY,CURB RADIUS,OR INII R:SExMON ANGLE PREVENT TIM USE OF STANDARD RAMPS PER _ C.O.B STANDARD DRAWING 02529 4 1 � DMTECTABLE WARNING TO BE A M]NIIvxUM OF 4` WIDE,CB14TERED ON THE CROSSWALK{S). �4 ,�� sxenrlBbc>prpoatr t< ssa a sro wnl XXX Dmp Cut IN Curb Tiamition � 2%MAX IDCfANt4SCR� 1Qwr r1 STAIMARD MDE+/AMdRADE V° + p No lip 3°Mm # vaies }44 Sklawaik 3"CIdII9E B=c q�lfi.) 4"Coacmie Fah X.Y.or 6x6ilO Gmp Vr=Mwh sBcnoNA-A Natfu Bata CITE' of I3OZEMAN SCALE- BLENDED TRANSITION NO, 02529-8A STANDARD DRAWING NOT TO SCALE PEDESTRIAN RAMP APRIL 2006 TYPE OF NAIL BOX AND SUPPORTING POST IS OPTIONAL I I MAIL BOX I I 8' WtIN� r (15cmn 11 •MAINTAIN 3'(0.9rn)WIN, CLEAR SIDEWALK WIDTH TO MAILBOX OR SUPPORT WHEN MOUNTED IN SIDEWALK. rn �i DEWALK OR BOULEVARD CURB STREET SURFACE 4 REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: MAIL BOX MOUNTING STANDARD DRAWING STANDARD SPECIFICATIONS NONE FOR CURBLINE DELIVERY NO.02529-10 SIDEWALK BOULEVARD -.. VARIES-­ 5"TYP' PRO NPERTY EE 3" MIN GRAVEL BASE 4" THICK M-4000 CONCRETE MAINTAIN SECTION 9 PROPER SDEYARD SETBACK PER TONING REGULATIONS I TRANSITION SECTION FROM EXISTING CURB TO DROP CURB: 3' 5' MAX. EXPANSION JOINTS COMPLETELY AROUND SIDEWALK SECTION DRNEWAA`THROAT WIDTH. 24' MA7(. CURB do APRON POURED MONOLITHIC UNLESS OTHERWISE APPROVED CONTRACTION JOINT _.t EXPANSION JOINTS AT CURB RETURNS 1" V z SIDEWALK CONTRACTION JOINTS BACK OF CURB SPACED AT 5' INTERVALS — MIN.. I FLOW LINE DEPTH t'. EXPANSION JOINTS TO BE PLACED AT 25' a EDGE OF CURTER INTERNALS. 'O VARIABLE q (5.6 TYP.) CONTRACTION JOINTS TO BE SPACED I) AT 10` INTERVALS IN CURB k CUTTER EXPANSION JOINT MATERIAL SHALL BE 1/2" THICK PRE-FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WFrH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 114" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRIVEWAY 1 lypl 114" PER 00T SLOPE ( ARKS STREET SURFACE w 9z. W O yO. a O` Ix Dm a WASHED ROCK 3" MIN, MIN, B" THICK CURB & GUTTER M-4000 CONCRETE ' OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH SECTION A CITY OF BOZEMAN SCALE: RESIDENTIAL NO, 02529-11 STANDARD DRAWING NONE DRIVEWAY APPROACH DEC 2003 AND SIDEWALK DETAILS MAINTAIN PROPER SIDEYARD SETBACK PER ZONING REGULATIONS 5' TRANSITION' SECTION FROM EXISTING CURB TO DROP CURB: EXPANSION JOINTS COMPLETELY AROUND SIDEWALK SECTION MAX. THROAT WIDTH 35' COMMERCIAL 4C INDUSTRIAL CURB & APRON POURED MONOLITHIC UNLESS OTHERWISE APPROVED CONTRACTION JOINT EXPANSION JOINTS AT CURB RETURNS 1' SIDEWALK CONTRACTION JOINTS _ BACK OF CURB SPACED AT 5' INTERVALS - MIN. FLOW LINE DEPTH 1'. EXPANSION JOINTS TO BE PLACED AT 25' a EDGE OF GUTTER INTERVALS. o VARIABLE CONTRACTION JOINTS TO BE SPACED (5.5' TYP.) AT 10' INTERVALS IN CURB & GUTTER EXPANSION JOINT MATERIAL SHALL BE 1/2' THICK PRE-FORMED BITUMINOUS TREATED FIBERBOARD FILLER. ALL CURB REPLACEMENT SHALL BE DONE WITH INTEGRAL CURB AND GUTTER UNLESS OTHERWISE APPROVED. GRADE ESTABLISHED AS 1/4" RISE PER FOOT FROM TOP OF ADJACENT FULL HEIGHT CURB R MATCH EXISTING SIDEWALK GRADE SIDEWALK DRNEWAY APRON 1, 5, 5.5'(VARIES) SURFACE (VARIES) 1f4" PER FOQT SLOPE z }J. W a- 0 Q 3' WASHED ROCK MIN. 6° THICK CURB & GUTTER M-4000 CONCRETE * OR MATCH EXISTING OR REQUIRED SIDEWALK WIDTH CITY OF R02EMAN SCALE: NON RESIDENTIAL NO, 02529-12 STANDARD DRAWING NONE DRIVEWAY APPROACH Dec. 2003 5.5` TYP. NOTE: IF SIDEWALK EXTENDS TO CURB, INSTALL APPROACH AS PER STANDARD PROPERTY LINE i. �" DRAWING D2529 5, WITH 15' CURB \` TRANSITION SECTIONS. 5" TYP. VERTICAL CURB OR INTEGRAL CURB & GUT6ER EXPANSION JOINTS 7: INSTALL EXPANSION JOINT IF DRIVEWAY IS P.C.C. PAVEMENT 35` MAX. COMMERCIAL 40' MAX. INDUSTRIAL. A A CONTRACTION JOINTS (TYP.) - SPACE AT 5' INTERVALS -4�7-IN SIDEWALK, 10' INTERVALS IN APRON 3 - TRANSITION TOP OF CURB TO MATCH SIDEWALK a o EXPANSION JOINTS AT U3 CURB RETURNS URB & GUTTER SIDEWALK DRIVEWAY APRON DRIVEWAY (A.C.C. OR P.C.C. PAVEMENT) 5' TYP. 5.5` TYP. 1/4" PER FOOT SLOPE STREET SURFACE WASHED ROCK 3" MIN. 6" THICK M-400D CONCRETE SECTION A—A CITY OF I3O2IMAN SCALE: NON—RESIDENTIAL NO. 02529-13 STANDARD DRAWING NONE DRIVEWAY APPROACH Dec. 2003 FOR ARTERIAL STREETS VARlrS 12, BACIf Of CURB SOLID COVER t 5.5" TYP. i TLOkTSNt SIDEWALK BOULEVARD �} fXPAXSlDN JOINT 15, E%PANSIPN JDMHTS 10 VARIES 6 CONCRETE DROP CURB HEAD CHANNEL NORMAL CONCRETE GUTTER UNE ITCD STYLES(SQL1D C VEER TR£NCN WTMG (OUTLET CHASE ONLY WMTH.STYLE R RAMC.P k FOEIHDRY J 1111W WnR BTM.IO,DOLY DOWN COVERS,(OR APPROVED EQUAL) PLAN VIEW - N.T.S. WCO STYLE S C50LO COMER)TRENCH ORATM WTIH.STYLE B L 0 k L FOkINDRY'J SERIES' PROITOr NTIH SOLID,IDLY DOWN COVERS,(OR APPROVED EQUAL) EMON AS OL NT CDNO PARSON CR DMIdE a—1.5%MIN ..... IwI ... ........ .................. ... {*BASE COURSE AS REQUIREd � SIDEWAER BOULEVARD LEND COVER CURB k CUTTER ENO CHASE INLET CHASE T'CO STYLC S(SOLID COVERI TRENCH CRATING wim STYLE B E,0 k 1 FOUNDRY'J SERIES w"SOLID,ODLY DOWN.COVCR5,(OR APPROVED EQUAL) NC _ A ............. BASE COURSE �. AS �.fl.5' 5' I�, 5'W(TYP,) 2' Is REQUIRED SIDEWALK BOULEVARD CURB GUTTER, PER STD.DRAWIND 625;26-1 SECTION B - N.T.S. OUTLET CHASE /F[D 57tLF S(SOLID COVER)TRENCH CIMINO —r—co STYLE B FRAYS,D R L FOUNDRY"J SERIES' 1'SIDEWALK WITH SOLID.DOLT DONN COYM(OR APPROM EQUAL) W+21 2' DMMENSIONS w AND D wAR.Y,SITE 6' N A' TO BE DETERMINED BY ENGINEER E%PANSION JORfT BASED ON 25-YEAR EVENT,BUT NO B` LESS THAN B"AT CURD OPENINO BASE COURSE CONCRETE SHALL BE M..A000 CO.MUST BOLT OOVRI TD FRAME d'MIN. SECTION A N.T.S. CITY OF BOZEMAN SCALE': CONCRETE STORM DRAINAGE NO. 02529-14 STANDARD DRAWING NONE OUTLET AND, INLET CHASES DEC, 2003 Rev: Aril 2005 I F'UTU'RE 5ID'EWALK iI I —s' 6`(MIN) SIDEWALK PROPERTY LINE VARIES LIMIT Of PUBLICLY MAINTAINED SIDEWAI..K I CURB & GUTTER 5' I i —s'�I NOTE: PUBLICLY—MAINTAINED SIDEWALKS TO BE 6" THICK M-4000 CONCRETE REINFORCED PERUKE sioEWA WITH 1.5 LBS FIBERMESH PER C.Y. CITY OF BOZEMAN SCALE: PUBLICLY-MAINTAINED SIDEWALK NO. 02529-15 STANDARD DRAWING 1 5" CONSTRUCTION STANDARD MARCH 2005 as �z x �QU �o< r� �oca c fA o WwN z o a P x r; �2 u N u"p a a w 0 .` - r- a c i C13 2 g U iT� T.} Z 0. IL p lw tL w CL Qu Qaa B °w ° 1-CC' ab m zwK Wo nd� M,cy oz LU }w rn © u Wx �m �wg i tg Cv�y�� r z "ar a 2 o < j 4�© .-< tv ran r•i�a i a 9 0 . x �w CITY OF BOZEMAN SCALE: ASPHALT PATHWAY NO. 02529-16 STANDARD DRAWING NONE TYPICAL SECTION April 2006 C < �[ . )}\ »\/ >8~ >\b }k\ 3/\ ƒ/\ / \[) § \ $ / \ � � & ' / § . 7 ( 5ƒ { b® 3 #\ \ _ r \ /} 8 \§ % w-k& ( g m \\ ) \j § �a tom » _ \7 LJ \ bb )/ $ ®_ = z ,qt - / \( \\ \ . . . .. CITY OF £O/£kK\ SCALE: CONCRETE CLASS ] TRAIL NO. 02529-47 STANDARD DRAWING NONE TYPICAL SECTION April 2006 \ » 2 � b( Ld LO \ \� \\ . §\ } \ / _ / \ / } 04 _ . » j \\ _ § /§ * ` �* \� It zi \ �/ . En \} {\ =a )( \) §[ / >o ± %_ « «e /\ E2 / wA w) CITY OF BOZEMAN SCALE: CLASS H TRAIL NO. 02529-18 STANDARD DRAWING NONE TYPICAL SECTION April 2006 1' FROM EDGE OF GUTTER OR FACE OF VERTICAL CURB 8" White Standard 24" White c B' Standard NOTE: The location of the crasswolk lines are dependent upon location of the sidewalks. CITE' OF BOZEMAN SCALE: TYPICAL PAVEMENT MARKINGS NO. 02881 --•1 NONE FOR PEDESTRIAN CROSSINGS FEB. 1996 STANDARD DRAWgNG'!, (TYPE "A" CROSSINGS 'Revised ,July 2002 1' 2 24" White School Crossing 2' c 8 Typical NOTE: The iocotion of the crosswalk lines are dependent upon location of the sidewalks. CITY OF BOZE1vMAN SCALE;. TYPICAL PAVEMENT MARKINGS NO. 02581 -2 NONE FOR SCHOOL CROSSINGS FE . 1998 STANDARD DRAWING TYPE "g" CROSSINGS) revised Dec 203 1 B r f � 3 REDUCER MIN. / UNDISTURBED EARTH w � r TEE TEE (Plugged) BEND STANDARD DIMENSIONS FOR THRUST BLOCKING rnMC TEFS&PLUGS sooa&vo 4eBEND & WYE5 22 1`122'SEND A 9 A B A B A B 4' 1°-7' 1'-2" i"-9" 1'-6" 1=6" W-ro` i'-7` D'-6' 6" 2'-^0' 1'--11' 2-5' 2"-2' 1-10" 11-7' 1'-9' 0-10' &' 2'-8' 2'-6" 3'-2' 3'-0' 1 V-s" 2'-1* 10' 3-4' 3'-3' 4-0" 3-10" 3-0' 2'-9" 12' 4-G' X-10* 4`-8' 4'-8• 3-8« 3•-3• 2'-7• 2-3' 14' 5=5" 3'-70` 6'--6' 41-i1' 4!-9" 3'-5" 3'-5' 2-5` METRIC DIMENSIONS FOR THRUST BLOCKING 7EE'S do PLUGS 900BDVD 4eBa�ND do W'YES REDUCERS'`� f•'i777NG 22 1 12"BEND .SYZES A B A B A B A B 10cm o.5m 0.4m 0.5m 0.5m 0.5m 0.3m 015m 0.2m 15cm 0.6m 0.6m a7m 0.7m 0.6m 0.5m 0.5m 0.3m 20rm 0.8m 0,&rn 1.0m 0„9m 0.7m 0.6m 015m 0.5m 25cm 1.Om 1.0m 1.2m 1.2m 0.9m 018m 0.7rn 0.6m 30cm 1.2m 1.2m 1.4m 1.4m 1.1m 1.0m 0.8m 0.7m 36cm 1.6m 1.2m 2.Om 1.5m 1.4m 1.0m 1.0m 0.7m NOTE'S: 1.�0�PTA kQ 1 rPSf1R ARE MAIN PRESSURE 2.WRAP ALL I'MINGS WITH POL7MYLENE. REMSff3', 12/27/95 MONTANA PUBLIC WORKS SCAtE:: THRUST BLOCKING STANDARD DRAWING STANDARD SPECIFICATIONS NONE FOR WATER MAIN FITTINGS NO.C2860-1 NO VERTICAL REQUIREMENT -) '--WATER MAIN f SEWER 10" )MIN. t, r PARALLEL ARRANGEMENT L L V4 L2 L2 PIPE 1 (MIN. @ I NEW PIPE O. m //-EXISTING PIPE 1 " MI .2 /--NEW PIPE CROSSINGS 5 NOTES: Q SPECIFIC MONTANA DEPART, OF HEALTH AND ENVIROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A DISTANCE LESS THAN 10 FEET(3m) BETWEEN WATER MAIN AND GRAVITY SEWER. Cg) NO EXCEPTION TO THE MIN. SEPARATION REQUIREMENT IS PERMITTED WHEN THE SEWAGE CARRYING PIPE IS A FORCE MAIN. AT CROSSINGS, ONE FULL LENGTH OF WATER MAIN PIPE SHALL BE LOCATED SO THAT BOTH JOINTS WILL BE AS FAR FROM THE FORCE MAIN AS POSSIBLE. Q LESS THAN 18 INCHES(O.5m) OF SEPARATION IS PERMITTED WHEN THE GRAVITY SEWER AT THE CROSSING IS MADE FROM A SINGLE 20 FOOT(6.1m) LENGTH OF AWWA PRESSURE PIPE AND THE CROSSING ANGLE IS APPROXIMATELY 90 DEGREES. SPECIFIC MONTANA DEPART. OF HEALTH AND ENVIROMENTAL SCIENCES APPROVAL IS REQUIRED FOR A VERTICAL SEPARATION OF LESS THAN 18 INCHES(0.5m) BETWEEN WATER MAIN AND SANITARY SEWER Q 'L" IS A STANDARD LENGTH OF PIPE AS SUPPLIED BY A PIPE MANUFACTURER. Q ADEQUATE STRUCTURAL SUPPORT FOR PIPES AT CROSSINGS SHALL BE PROVIDED. REVISED: 12✓27/95 MONTANA PUBLIC WORKS SCALE: WATER AND SEWER MAIN STANDARD DRAWNG STANDARD SPECIFICATIONS NONE SEPARATION NO.02660-2 i I REBAR ANCHOR o a p o a d e a d o - a \ e A 4 CON'CRET'E r a 4 f ANCHORS r e i n t. l�J. f "8.., "A" NOTE' COAT RODS WITH "KOPPERS" BITUMASTIC NO. 50 COATING OR EQUAL, THRUST BLOCK DIMENSIONS Maw V." 100 PSI 150 PSI 200 PSI 1 250 PSI 1 300 PSI Sii 5!x» FA"T87 C "A" C A S C A B A B C 2'-0'V-0 2'-0 2'-0'2'-0'2'-0'2'-0'2'-Q`2'-n'2'-n 2'-0" Y-012--C 1:-0'2--^-"X 112" 10" 2'-Q 2'-n 2'-0.2'-a 2'-e 2'-0 2'-s 2'-B"2'-6'Y-Q 3'-0"3`-a 3'-7 Y-n 3'-0 1 2 " 2'-3'2' n 2'-0`3'-0 3'-0 2'-8 3'-S 3'-0`Y-0'41-3 3'-0`3'-Q 5"�1 3-0 3-0 1 1 " 2'-3"2'-q 2'-0'S-S 3`-0 3'-0 4'-6_3'-0"Y-0"4`-0 4"-0"4'-0... e-4 4'-0 4'-0 1 $ 15 3'-0'3'-n 3'-0'4'-4 3'-0 3'-0 4'-1'4'-0"4'-0"V-1 4'-0'4'-0 6'-1 4'-Q 4'-0 1 4 1$ 3'-0"3'-0 3'-0'S 5 3`-n 5'-D S'-1"4'-0"€-0'6`^-4 4'-0"4'-0 5"-9 5'-0 V-0 3 $ 24 1-4' 4'-0 4"-r 6'-5 4'-D'4,-D 6'-6"5'-0''.5'-0' 6'-VW-Q"6'-Q NOTE; Pressures shown above are maximum working pressures in system. THRUST BLOCKING AND ANCHORS ARE REQUIRED ON ALL 6" VALVES AND LARGER UNLESS SPECIFIED BY THE ENGINEER, MEGA-LUG OR APPROVED EQUAL JOINT RESTRAINTS MAY BE USED IN LIEU OF CONCRETE THRUST BLOCKS, THRUST BLOCKS NOT REQUIRED ON TAPPING VALVES CITY OF BOZEMAN SCALE: THRUST BLOCKING FOR NO, 02660-3 STANDARD DRAWING NONE WATER MAIN VALVES DEC 2003 a'- 0" MAX. 3'— C° mx INSTALL PLUMB WITH TO BACK OF CURB PUMPER NOZZLE FACING STREET NEW HYDRANT, MUELLER SUPER CENTURION 250 OR WATEROUS PACER MIN. 4'— 0" CLEAR ALL AROUND (TREES, HEDGES, PL BUSHES, ETC.) (mot ADJUSTABLE SCREW ELEVATIONS AS SHOWN LJ TYPE VALVE BOX ON PLANS OR 0.2' WITH LID ABOVE TOP OF CURB GRADE GROUND LINE V UNDISTURBED �a EARTH ' MIN. 6.5 COVER F r. 5 A •3} l 1 Q.. A 4�.i'i Y 1 h�f•<'...;R 'CONCRETE THRUST BLOCK TO MAIN LINE v a' r `l/ t '.a v°n x t kr L t.` � a.l •� k r� ^, , / /• < d+. 4 1 lS'Ft.iti'�y2 itri ix tt- '" L. � <l i JOINT AS REQUIRED FOR �j 4w:.T sia r v eL 0. 77 r>�. `4.a t r^al $ ,r rf`•. � � p H1r� •r >a. k w rr a t,,s y , �*� t 5.k PIPE SPECIFIED 1 5-n+ se �r rir`. . '`°i :vNi 4iIT r'L?x 1a;ail•. r ,..'N ti, r.4";•'}y, y x, Y NEW 6" AUXILIARY GATE VALVE MIN. 1/2 CUBIC YARD WASHED GRAVEL FLANGE JOINT *MEGA—LUG OR APPROVED EQUAL JOINT RESTRAINTS MAY BE USED IN LIEU OF CONCRETE THRUST BLOCK CITY OF BOZEMAIV SCALE: NO. 02660-�4 STANDARD DRAWING NONE FIRE HYDRANT FEB 2008 PROPERTY LINE w W 2' MIN. W w w w w w W w W w w W w W w W w w w w - FIRE HYDRANT w vVARIABLE" w w W w w W w w W w W W SIDEWALK.....'.:_ �k WAFER MAIN CURB & GUTTER CURB WALK DETAIL PROPERTY LINE 1' CURB & GUTTER FIRE HYDRANT VARIABLE 3' MIN. VALVE WATER MAIN ' L (TYP.) BOULEVARD WALK DETAIL 7 CITY OF BOZEIuAN SCALE; HYDRANT LOCATION NO, 02660-5 STANDARD DRAWING NONE DETAIL Dec 2003 STEEL POST MARKER PROPERTY PAINTED BLUE LINE OR EASEMENT LINE 5 1/2 BOULEVARD (TxP.) STREET SURFACE 4 5' SIDEWALK GROUND SURFACE (TYP.) 2.5' CURB BOX 11,g' PROVIDE 5' STATIONARY (TYP) ROD IN ALL CURB BOXES 6 1/2' MIN,. COVER SEE DETAIL g' BELOW (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS TAP BY CONTRACTOR APPROVED ALTERNATE LOCATION) CURB STOP WATER MAIN NO COUPLINGS OR OTHER JOINTS ALLOWED ON SERVICE PIPE FROM BASE MATERIAL CORP. STOP TO CURB STOP FOR 3/4" AND 1" SERVICES. STRAIGHT COPPER PIPE SHALL BE USED FOR 1 1/2" AND 2" SERVICES DETAIL OF A SELECT MATERIAL BACKnU AREA PROPERLY CORPORATION STOP (SEE SPECIFICATIONS) INSTALLED f�//•j✓�.' /'/"/ - /// ' / CORPORATION r� /f/ /.�/ / f/1ff//f STOP. f TAP MAIN AT SPRINCLINE. = ./ i%�f �/, �f�/��!�f / / �fjf/f %/ff�i`� SERVICE E PIPE 2 �J°' f%'''�'�%//f%�'✓f,✓f�'�! %/ it✓�f 3 ° 6" MIN. GENERAL NOTES: 1. WATER SERVICE LINES SHALL HAVE A MINIMUM 6 1/2 FOOT COVER MEASURED FROM THE EXISTING GROUND SURFACE., EXCEPT THAT COVER SHALL BE MEASURED FROM CENTER LINE STREET GRADE WHEN SERVICE LINES ARE LAID TO A STREET SIDE WHICH HAS AN UPHILL SLOPE, WATER SERVICE LINES SHALL HAVE A MAXIMUM 7 1/2 FOOT COVER AT CURB STOP. 2, WATER SERVICE LINES SHALL BE INSTALLED WHERE SHOWN ON THE DRAWINGS OR AS SPECIFIED. 1 BEDDING SHALL BE 1' D1A, MAXIMUM WITHIN G" OF SERVICE PIPE. 4. INSTALL CURB STOP SO THAT OPERATING KEY IS PARALLEL 70 STREET IN OFF-POSITION. CITY OF BOZEMAN SCALE. WATER SERVICE LINE NO" 02660--•6 STANDARD DRAWING NONE DEC 2003 i' FINISH GRADE CURB BOX VALVE BOX TOP SECTION S'MIN MUELLER H--15428 STRAIGHT COUPLING WITH GALVANIZED OR BRASS OAP MIN COPPER' SERVICE LINE 2" COPPER SERVICE LIME 1/4 BEND COMPRESSION 2 COUPLING 1/8" DIAMETER C4, 7 CURB STOP CORPORATION STOP PROVIDE1/B° DIAMETER DRAIN HOLE /WATER MAIN CITY OF BOZEMA.N SCALE. NO. 02660-7 STANDARD DRAWING DONE TYPICAL BL{�WOFF Dec. 2003 PAINT POSTS AS NOTED BELOW 26" s i \�• 34" f f� CONCRETE (TYP.) cli a rr��i�\ ✓. 8" I.D. HEAVY-DUTY STEEL F'IL'E FILL WITH 2000 P,S.I, CONCRETE 12" 36" 66" 21' 33" 33' NOTE: POST NOT REQUIRED WHERE NATURAL BARRIERS EXIST. PAINT POSTS WITH SHERWIN--WILLIAMS METALATEX SEMI-GLOSS COATING, SAFETY RED (B42 R38 620-4069). CITY OF BOZEMAN SCALE. HYDRANT NO. 02660-8 STANDARD DRAWING NONE BARRIER POSTS DEC 200 EARTH H (IYP.) ✓�1/' /,\�>%�j/,`✓,\����i������° \\'��/'\ CONCRETE THRUST .; MJ GLAND BLOCK (TYPO d•. 4 MJ GLAND D,1. MJ D.1. D.J. PIPE TEE PIPE PIPE MJ VALVE D.1. MJ GLAND PIPE 3/4" MIN. CORROSION RESISTANT ALL THREAD RESTRAINING ROD, CONFORMING TO ASTM A242-81, MJ 'VALVE INSTALLED IN HALF THE AVAILABLE MECHANICAL JOINT BOLT HOLES (TYP.) WHERE NECESSARY, CLAMPING LUGS (ROMAC "DUCTILE LUG" OR EQUAL) DESIGNED TO FIT DUC71LE IRON (D.I.) PIPE, AND CONFORMING MJ GLAND TD ASTM 536--60 MAY BE USED IN CONJUNCTION D.I. WITH THE RESTRAINING RODS. PIPE CITY OF BOZEMAN SCALE: TYPICAL VALVE,/TEE NO. 020020-10 STANDARD DRAWING NONE RESTRAINT DEC 2003 J a C7 M w 6 O CL w +� 04 d p co w \ , LLJ o a z uj w W ILJ \\y Z Q C7 vtl �LL)Ul V) _` X UwOr y � w w :D -, © m v ° ' V) >f— q O c7 O �GO 0 0 ¢ r�\fair a z �.i Ui \t / In a \ ," wm� mwm F a Z F>< a C Y FBI -j 0 F— W Cam E+ "7® Q uj LLI J L 3A'IHA M3N �t/r �� xT l<L z �z n^ 0 O M m O cra z p z z F-Ld CD L J iz w k- D CY F } �® V7 CD D ttM � w M LL] of QDS X U— --a(A H w Na PRESSURE GAUGES OR PRESSURE GAJGE MMGS MLL BE METER SIZED SAME AS INCOMING LINE - NO EXCEPTIONS. ALLOWED ON THE TEST PORTS OF ANY BACKFLOW PREVENTION ASSEMBLY. PREVENTION ASSEMBLY musr CONNECT D ncTLY TO METER/ STRAINER. FLANCE TO BE THREADED ON STANDPIPE, REQUIRED BACKFLOW PREVENTION N.J.TO FLANGE Ar.WP'IaRS Nei ACCEPTABLE. DEVICE TO BE DETERMINED BY (TYPICAL FOR ALL RISER CONFp0URAYION5) wNTER sVPERtNYt4DEttr. 4" OR LARGER CLASS 51 �f DUCTILE IRON PIPE (TYP.) V WIN.,z'MAx.AeOME FINISHED FLOOR FLOOR MECHANICAL 514"MIN. Redi Red,INSTALLED IN EVERY OTHER AVAILABLE M.J. JOINT BOLT MOLLS ITYPICAL)—6/6"RODS ACCEPTABLE FOR A"LINES MAIN THRUST 90' BEND WITH THRUST BLOCK BLOCK j. ' • LEGEND TAPPING TEE & VALVE, EFLANGED OS&Y VALVE OR INSTALL VALVE AT PROPERTY LINE (TYPICAL FOR ALL RISER CONFIGURATIONS) PROVIDE FLEXIBLE, WATER—TIGHT CONNECTION FOR ALL WALL OR FLOOR CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF' PIPE PENETRATION. BACKFLOW PREVENTION ASSEMBLY 1. The FIRST fitting inside of the building shall be a UL listed flanged Kennedy or Mueller OS&Y valve the some size as the service line. Combination strainer/meter immediately following OS&Y valve or elbow attached directly to OS&Y valve -- meter must set horizontal. I' 2' ABOVE FLOOR 2. All Bockflow Prevention Assemblies shall be:: a c.. UL or FM listed. " b. Approved by the University of Southe rn California Foundation for Crass Connection Control and Hydraulic Research (USCFCCCHR) for operation in the proposed position (vertical or horizontal) as shown on approved plans, a. Installed as shown on the approved plans.3. Horizontal installations must be a minimum of 2' above the finished floor. 4. The service riser must be a minimum of 2' tram any outside wail. 5. The incoming service line shall be a minimum 6.5'. and a max- imum of 7.5' below the finished grade, 6, All service line appurtenances shall have O minimum pressure rating of 175 PSI. J_..,.... 7, All service tines 4" and larger shall be Class 51 Ductile Iron Pipe, -+--1" MIN„ 2' MAX, B. Line sizing: The 6ackflow Prevention Assembly and meter shall be equal to size to bath the incoming pipe diameter (upstream) and outgoing pipe diameter (downstream). For example, 0 4" 'service line shall have a 4 meter end Bockflow Prevention Assembly. 2' MIN., 3' MAX CLEARANCE aaAteO SYEEL ABOVE FINISHED FLOOR WAU PLATE, 5/16'WIN.. CITY OF 13OZEMAN SCALE: WATER SERVICE LINE NO. 02660-12 STANDARD DRAWING NONE DEC 2003 FOR SIZES 4' AND LARGER REV:. APRIL 2006 ONLY FmrNG$ALLOWED BETWEEN FIRST US&Y VALVE AND NO PRESSURE GAUGES OR PRESSURE GAUGE FITTINGS WILL BE ������ RACKrTaW ASSEMBLY TO BE BO' BEND, SEE NM 6 ALLOWED ON THE TEST PORTS OF Mfr BACKFLOw ASSEMBLY 1\1\><0! -$ FLANGED O5&Y VALVE FLANGE TO BE THREADED ON STANDPIPE. TO rLWGE ADAPTORS NoT ACCEPTABLE DOUBLE CHECK VALVE (rmrxL raR ALL R cn coNnwRAr»as) MIN. REQUIREMENT) 4° OR LARGER CLASS 51 11 %AS INDICATED ON DUCTILE IRON PIPE (TYP.) V MIN_z•rAAX AaM p FLOOR FINISHED FLOOR X APPROVED PLAN(S) I MECHANICAL 3/4" MIN. Redi Rod, INSTALLED IN EVERY OTHER AVAILABLE M.J. JOINT BOLT HOLES (TYPICAL)- 5/8" RODS ACCEPTABLE FOR 4" LINES. MAIN 90' BEND WITH THRUST BLOCK. T BL0 K TAPPING TEE & VALVE, CITY OF BOZEMAN REQUIREMENTS FOR INSTALLATION OF OR INSTALL VALVE AT DOUBLE CHECK VALVE ASSEMBLY PROPERTY LINE (TYPICAL 1, The FIRST fitting inside of the building Shall be a UL listed flanged FOR ALL RISER CONFIGURATIONS) American Flow Control, Kennedy or Mueller OS&Y valve the some size as the fire service line. 2. Ali Double Check Votive Assemblies shall be a. UL or FM listed. b. Approved by the University of Southern California Foundation for PROVIDE FLEXIBLE, Crass Connection Control and Hydraulic Research (USCFCCCHR) for WATER-TIGHT CONNECTION SEE troTE 6 operation in the proposed position (vertical or horizontal) as shown FOR ALL WALL OR FLOOR on approved plans. PIPE PENETRATIONS. c. Inslalled as shown on the approved plans, 3. A flow detection device shall be Installed immediotely following the Double Check Volvo Assembly (olorm check valve, flow sensor/olorm, meter, etc.) as shown on the approved plans. Paddle—type flow alarms not permitted on dry systems.. IN ISKIE z' ABOVE 4. A Double Detector Check Valve Assembly may be used with a standard FTNISnEa FLOOR, FLOOR Y Y City of Bozeman meter. The meter loop of the Double Detector ' Check Valve shall'. have a Double Check Valve Assembly 'installed which meets the same instollation criteria specified above In requirement number two. MECHANICAL 5, Horizontal installations must be a minimum of 2' above the finished JOINT clear. 6. The fire service riser must be a minimum of 2' clear from any Outside wall, and a minimum of V clear from any interior wall. 7, The incoming fire service line shall be a minimum 6,5', and a max- 90' BEND WITH imum of 7.5' below the finished grade. THRUST BLOCK B. All fire service line appurtenances shell have a minimum pressure rating of 175 PSI, 9, All Fire service tines 4" and larger shall be Class 51 Ductile Iran Pipe. �,.,,.,,.. 10. Line sizing: The Double Check Volva Assembly shall be equal in size -u to the outgoing.q g ing pipe diameter (downstream). -1' MIN., 2' MAX, �I 2' MIN„ 3' MAX CLEARANCE COATED STEEL ABOVE FINISHED FLOOR WALL PLATE, 4/16'MIN, TMCKNESS " STANDARD FIRE SERVICE CITY OF' BrZMAN SCALE; LINE INSTALLATION NO. 02660-13 STANDARD DRAWING NONE rOR CLASS I, I1', & III SYSTEMS DEC 2003 REV: JAN 2008 ONLY FTmNo ALLOWED BETWEEN FIRST OShY VALVE AND ND PRESSURE CArCES OR PRESSURE GA Ga mTINCS%11L BE BACKELOA ASSIDABLT TO BE 90' REND. 5 MO SEE TE ALLOWED ON THE TEST PORTS OF ANT BACKFLDW ASSEMBLY /,f/ FIANCE TO BE THREADED ON STANDPIPE, 10,1.TO FIANGE AAAPTDRS NOT ACCEWkLE (TYPICAL.TOR ALL LEGEND 4" OR LARGER CLASS 51 lF1V DUCTILE IRON PIPE (TYP.) 1'MIN..2'MAX..ABOVE _E FLANGED OS&Y VALVE FLOOR FINISHED FLOOR -- d n MECHANICAL BBAACKFLOrr FREVEVE ON JOINT 3/4" MIN. Redi Rod, INSTALLED IN As5£MB r(MININ"'M PEW MAENT)AS INDICATED MAIN EVERY OTHER AVAILABLE M.J. 014 AWRoyEC PLAN(S) BOLT HOLES (TYPICAL) 5/8" RODS ACCEPTABLE FOR 4" LINES THRUST 9O' BEND WITH THRUST BLOCK BLOCK TAPPING TEE & VALVE. OR INSTALL VALVE AT CITY OF BDZE~MAN REQUIREMENTS FOR INSTALUt710N OF REDUCED PRESSURE BACKFLOW PREVENTION ASSEMBLY PROPERTY LINE (TYPICAL 1. The FIRST fitling inside of the building shall be a UL listed FOR ALL RISER flanged American Flow Control, Kennedy or Mueller OS&Y valve the CONFIGURATIONS. some size as the fire service Rine. 2. All Reduced Pressure Backflow Prevention Assemblies shall be: a. UL or FM listed. PROVIDE FLEXIBLE, D b. Approved by the University of Southern California Foundation (or SEA NOTE s Cross Connection Control and Hydraulic Research (USCFCCCHR) for WATER—TIGHT CONNECTION operation in the proposed position (vertical or horizontal) as shown on approved plans. FOR ALL WALL OR FLOOR c. Installed as shown on the approved plans,. PIPE PENETRATIONS, 3. A flow detection rlev'Aca shall be installed immediately following the Reduced Pressure BOCkflow Prevention Assembly (alarm check volve, flow sensorfolarm, meter, eta.) as shown on the approved plans. Paddle—type flow norms not permilte on dry systems. I'MIN..2'MAX.ABOVE FINS,HED FLOOR FLOOR 4. Horizontal installations must be a minimum of 2' above the finished fioor. 5. The fire service riser must be a minimum of 2' clear from any outside wall, and a minimum of 1' clear from any interior woll. MECHANICAL JOINT S. The incoming fire service line shod be a minimum of 6.5', and a max- mum of 7.5' below the finished grode. 7. All fire service line appurtenances shall have a minimum pressure rating of 175 PSI, B. All fire service lines 4" and larger shall be Class 51 Ductile Iron Pipe. 90' BEND WITH 9. Line sizing: The Reduced Pressure Backflow Prevention Assembly shall be THRUST BLOCK equal in size to the outgoing pipe diameter (downstream). 10, A drain is required.. �*-1' MIN., 2' MAX_ tit COATED STM 2 MIN., 3' MAX CLEARANCE WALL PFAT£, ABOVE FINISHED FLOOR 9/t B'NIX THICKNESS STANDARD EIRE SERVICE CITY OF BOZEMAN SCALE: LINE INSTALLATION NO. 02660-14 STANDARD ]DRAWING NONE Dec 2003 FOR CLASS IV & V SYSTEMS V:RE Jan 2 05 FL NEAREST rDUNDATION WALL TO CURB STOP CURB STOP AND BOX SEE DETAILS A & B BELOW WATER MAIN 6.5'MIN. COVER ..j WATER SERVICE LINE STUB (SEE C.D.B. STANDARD MATER SERVICE LINE DRAWING 0266D-6) INSTALLED BY CUSTOMER (SERVICE APPLICATION k PLUMBING PERMIT REQUIRED) NOTE; METER SIZED SAME AS INCOMING LINE—NO EXCEPTIONS.. FOUNDATION 13ACXFLOW PREVENTION ASSEMBLY WALL (AS REQUIRED) 1'MIN,/2'MAX SERVICE LINE /// ANGLE STOP �.—1' MI ./2'MAX TO DOMESTIC 1 rMETER- ASSEMBLY PREVENTION F1XTUIRES fIP/ ASSEMBLY (AS REQUIRED) FOUNDATION /p TO DOMESTIC y f FIXTURES DOWNSTREAM SHUTOFF .e DOWNSTREAM t'MIN.,A SHUTOFF " 2 MAST b {FLOOR 1'MIN, ��AG=STOP OR STRAIGHT STOP .a. COCNNFL.OW DFEVI&Y TOIANGLLE ORISTRAIGHTxSTOPtANDD METER MUST QUARTER—BEND COUPLING REVILE (1 1/2' do 2`SERVICES ONLY) "DOWNSTREAM SHUT OFF VALVE MUST BE SEPARATE FROM BACKFLOW DEVICE QUAIL B D TE AIL A TYPICAL FLOOR PENETRATION (N.T.S.) TYPICAL WALL PENETRATION (N.T.S,) (CRAWL SPACE) thISTALLATON ENTS: 1, WATER SERVICE LINE INSTALLATIONS SHALL CONFORM TO THE REQUIREMENTS OF THE CITY OF BOZEMAN WATER SUPERINTENDANT, 2. SERVICE LINES SHALL BE TYPE K COPPER FOR 3/4", 1', 1 1/2',AND 2" SERVICES, SEE STANDARD DRAWING NO. 02660-12 FOR 4' AND LARGER DOMESTIC SERVICE LINES, SERVICE LINES BETWEEN 2'AND 4'ARE NOT ALLOWED, 1 STRAIGHT COPPER TUBING SHALL BE USED FOR 1 1/2'AND Z'SERVICES. 4. SERVICE LINES SHALL BE BEDDED 3" UNDER.AND OVER THE PIPE WITH SAND„ NATIVE MATERIAL MAY BE USED AS BEDDING IF IT CONFORMS TO THE REQUIREMENTS OF MONTANA PUBLIC WORKS STANDARD ORA*MNG 02221-2 AND DOES NOT CONTAIN ANY WIERAL LARGER THAN 3/4', 5. PROVIDE FLEXIBLE, WATER TIG14T CONNECTION FOR ALL WALL OR FLOOR PIPE PENETRATIDNS, 6, METERS SHALL BE INSTALLED BY THE CITY WATER DEPARTMENT AT CUSTOMERS' EXPENSE.. 7, NO SERVICE LINE SHALL BE BACKFILIED UNTIL R HAS BEEN INSPECTED AND APPROVED BY THE WATER DEPARTMENT, 6. CONTACT CITY OF BOZEMAN WATER DEPARTMENT FOR APPROVED LIST OF COPPER CONNECTIONS. B. WATER SERVICE LINE MAY BE REDUCED TO A SMALLER SIZE THAN THE WATER SERVICE STUB. RFDUCTIQN MUST SF FtA E WITHIN 16" OF CURB STOP.. 10. METER, BACKFLOW PROTECTION,AND INCOMING SERVICE LINE MUST ALL BE THE SAME SIZE. WATER SERVICE LINE CITY Off' BOZEMAN SCALE; WATER NO„ 02660-15 NONE FROM CURB STOP TO BUILDING Dec. 2003 STANDARD DRAWING (LINES 2" AND SMALLER) Rev. April 2006 sa' R.�1.w. � ia°CrrpJ I�—� 1�J I I i WATER A— _ -- SEWER h h I Nk x � 6 III w E5 PROPERTY LINE 1. WATER MAINS LOCATED 19' FROM THE NORTH OR WEST RIGHT—OF--WAY PROPERTY LINE FOR STREETS 35' IN WIDTH OR GREATER, WATER MAINS LOCATED 5.5' WEST OR NORTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH (BACK OF CURB—BACK OF CURB) 2, WATER SERVICE STUB LOCATED AT CENTER OF LOT: SEE C.O.B. STANDARD DRAWING NO. 02660-6 FOR DETAILS. 3. WATER MAIN VALVES LOCATED AT PROPERTY LINE,. 4. SEWER MAINS LOCATED ON STREET CENTERLINE FOR STREETS 35' IN WIDTH OR GREATER. SEWER MAINS LOCATED 5,5' EAST OR SOUTH OF STREET CENTERLINE FOR STREETS LESS THAN 35' IN WIDTH 5. SEWER SERVICE STUB LOCATED 15' UPSTREAM FROM DOWNSTREAM PROPERTY LINE, 6. WATER & SEWER MAIN CROSSING; SEE M.P.W. STANDARD DRAWING NO. 02660-2 FOR DETAILS. 7., HYDRANTS LOCATED 5' FROM VALVE OR ON PROPERTY LINES EXTENDED FOR MID—BLOCK LOCATIONS. CITY OF BOZEMAN SCALE: WATER & SEWER MAIN AND NO. 02660-16 STANDARD DRAWING NONE SERVICES LOCATION Dec 2005 STANDARDS FINISHED WALLS FINISHED WALLS DOWNSTREAM SHUTOFF DOWNSTREAM _z SHUTOFF BACKFLOW DEVICE BACKFLOW DEVICE T METER METER ANGLE STOP ANGLE STOP 12" MIN CLEAR 6" MIN CLEAR 3/4" AND 1" COPPER SERVICES 1 1/2" AND 2" COPPER SERVICES PLAN VIEW PLAN VIEW FINISHED WALL FINISHED WALL tx ca z ANGLE STOP BANGLE STOP FINISHED FINISHED V MIN FLOOR 1' MIN FLOOR 2' MAX 2' MAX .,SERVICE PIPE ,,SERV110E PIPE 3/4" AND 1" COPPER SERVICES 1 1 /2" AND 2" COPPER SERVICES PROFILE VIEW PROFILE VIEW NOTE: PROVIDE FLEXIBLE, WATER-TIGHT SEAL FOR ALL FLOOR PENETRATIONS CITY OF BOZEMAN SCALE: WATER SERVICE NO.. 02660-17 STANDARD DRAWING NONE INTERIOR CLEARANCES APRIL. 2005 INLET CASTING NEENAH R-3067—L, 4" MINIMUM, EJIW 7030, OR 7" MAXIMUM DEETER 2047L, OR OPENING D & L 1--3517 0 5/8" SMOOTH ROD CENTERED IN OPENING (EXCEPT FOR EJIW 7030) FLAT TOP 6 24" SQUARE 4" .Q e " 36" R.C.P. ASTM C--76 ° CLASS 2 c� a W BLOCK OUT FOR INLET PIPE " yr a " A . d 5" SUMP °d r..--4" 6" PRECAST BASE 44" O.D. CITY OF BOZEMAN SCALE, 36" STANDARD NO, 02720-1 STANDARD DRAWING NONE STORM DRAIN INLET Dec. 2003 Rev. March 2006 INLET CASTING NEENAH R-3067—L, DEE WI RO 20d47'R OR -- C & L 1-3517 TRANSITION CURB & GUTTER TO MATCH INLET CASTING (TYPICAL FOR ALL INLETS) ' PRECAST CONCRETE, M-3000 OR C-3000 VARIABLE (3° MIN.) 3'—D N0, 4 BARS AT 12" CENTERS MAX„ SPACED EQUALLY :I ,i 6" (TYP.) FRONT VIEW 4" MINIMUM, 7" MAXIMUM OPENING 5f6" SMOOTH ROD CENTERED IN OPENING (EXCEPT FOR EJIW 7030) 1" MAX OFFSET ALLOWED FOR CASTING BACK PIECE ADJUSTMENT VARIABLE � - 2,--0" CURB AND GUTTER TO BE WARPED De TO MATCH INLET. BLOCK OUT FOR / DESIGNERS WILL PROVIDE ADDITIONAL OUTLET PIPE DES GIN DETAILS TO FIT SPECIFIC 12" RCP (Typ.) CONDITIONS. SIDE VIEW CITY OF BOZEMAN SCALE: STANDARD SQUARE NO, 02720-1A STANDARD DRAWING NONE STORM DRAIN INLET Dec, 2003 Rey MAR 2006 4" MINIMUM, 7" MAXIMUM OPENING 5J8" DIA SMOOTH INLET CASTING ROD ENTERED IN OPENING � NEENAH R-3067-L, (EXCEPT FOR EJIW 7030) EJIW 7030, 6" FLAT * DEETER 2047L, OR SLAB COVER D & L 1-3517 24 OPENING 4' DIA, PRECAST REINFORCED CONCRETE MANHOLE AND BASE, AS PER STANDARD DRAWING NO. 02720-4 R. 8" MIN. .e .40' �' ONE EXTRA BAR IN BOT70M (ALL SIDES) 24" FLAT SLAB COVER REINFORCEMENT AS PER 36 STANDARD DRAWING 02720-6 CI"T"Y OF BOZEMAN SCALE: COMBINATION MANHOLE AND NO. 02720-1B STANDARD DRAWING NONE CURB INLET DEC-2003 REV: MAR. 2006 NEENAH NO, R-2533 OR APPROVED EQUAL D WITH TYPE C GRATE, PLAN 35" (.9m) 22" (SS.9cm) t 1 j2'(3,6cm) 9"(22,9cm — ' 1 2" 2-2"(Scm) ADJUSTING 2O" RINGS FOR FUTURE GRADE ADJUSTMENT 24"(61cm) R.C.P. CLASS II WALL B (ASTM C--76) j 10"(25.4cm) MINIMUM DIA. f LATERAL PIPE X36"(.9m) ;A- M :SLopE 6" MIN. 12" MAX. SEDIMENTATION 3" MIN. BASIN 6" MIN ` K yyyy ASE OPTION, MAY BE FIELD POURED. SECTION NOTE, STANDARD, EXCEPT AS FOR INSTALLATION IN GRAVEL OTHERWISE NOTED ON THE ALLEYS PIPE INVERT MUST BE PLAN PROFILE SHEET. 6" MIN. ABOVE BASE, 2/2.000 SHELF ON BASE NOT REQUIRED. MONTANA PUBLIC WORKS S CALE: STANDARD oRawlrac STANDARD SPECIFICATIONS NONE 24' STANDARD RISER INLET NO. 02720-2 Frame and cover to be either D&L A-1172 ring with A-1178 Dover, EJlW 3771/ 3772 series, or approved equal. 7 Covers shall hove two 1" pick holes. Adjustable rings„ NOTE: Ail joints between manhole sections, manhole ring & 2" min., 12" max. top section, and around sewer pipe into manhole shall be watertight. Jointing material shall be "Ram—Nek" or equal for all joints except between sewer pipe and manhole wall. 5 5„ 4'-0" ys Precast reinforced concrete manhole riser' and eccentric cane top manufactured in ]inhale steps at accordance with ASTM designation C-478. 16" centers _ Growl invert to springline of pipe it gap between a pipe and channel is greater thou 1/8'. Pre—cost channel. t'. flowline s Varinble ,c A'e 4, p" r,'�� ,- `v •. (min.)d . Shelf—slope 1" per too toward channel. See 14 c channel detail. ? Flexible gcsketed joint (typical o, for precast bases — see detail) A Channel — dio. of pipe A Precast or poured—in—place base. #4 bars — 1'-0" c—c Poured—in—place base, minimum concrete thickness below pipe is 5'-4" dip. 8 inches. Precast base, minimum (min.) thickness is 6 inches. All bases reinforced as shown. Rcdius of marsh onhoia Slope at 1` per foot ., Channel to full ipe depth NOTE: Storm droin manholes shall not have formed channels and the 6ia, aF lowest pipe invert shall be 9" higher sewer than bottom of manhole. P,Pe SECTION AA CITY OF BOZEMAN SCALE: SANITARY SEWER AND NO. 02720-3 STANDARD DRAWING NONE STORM DRAIN MANHOLE DEC, 2003 Rev. Mar 2006 Standard costing & cover--,- Frame and cover to be either D & L A-1172 ring with A-1178 Cover, EJIW 37i/ 3772 sariesM or approved equal. Covers shall have two 1 pick holies. Flat slab cover Adjustoble rings, 2" min.. 12" max. " NOTE: All joints between manhole sections, manhole ring & top section, and around sewer pipe into manhole sholl be water- 24" or tight. Jointing material shall be "Ram—Nek" or equal for cil joints except between 27" Opening sewer pipe and manhole wall. N T'? nManhole steps at oP 16" centers Preaost reinforced concrete manhole riser u EL and cover manufactured in accordance 0 with ASTM designation C-478. s rr w C � a m 'D o As required' .c p M r N E Cutouts as required d 0 v o m m 4 m a. r o .e m cn A Channel = dio. of pipe A Precast, or poured—in—place base. Poured—in—place base, minimum Radius of — I concrete thickness below pipe is manhole ` 8 inches. Precast base, minimum S"m 1"P.,I-L CF . 1 t"dutl thickness is 6 'inches. t . NOTE: Storm drain manholes shop Dia, of sews. r pipe not have formed channels and the lowest pipe invert sholl be 9" higher than bottom of manhole, SECTION A—A CITY OF BOZEMAN SCALE. STANDARD STRAIGHT NO. 02720-4 STANDARD DRAWING NONE MANHOLE DEC. 2003 REV MAR 2006 REINFORCING (15cm) .r. .►. .r. - .r. .r. .r. .►. SIZE O.D. REIN. WT. 48" 164" f4W' 1675 EACH WAY (122cm) (163cm) (#4020cm) (760kg) 54` 71' #408" 4125# EACH WAY (137cm) (180cm) (#4020cm) (1870kg) 60" 78" tai'" 4975# WAY (152cm) (198cm) (#4020cm) (2260kg) 72' 92'" 6925# WAY (183cm) (234cm) (#4QA5cm) (3140kg) REVISED: 12/27/96 MONTANA PUBLIC WORKS SCALE: PRECAST MANHOLE BASES STANDARD DRAWNG STANDARD SPECIFICATIONS NONE 48", 54", 60", 72" NO.032720-6 SHELF �y CHANNEL. SHELF SHELF SHELF SHELF CHANNEL ._®._.......... CHANNEL SHELF SHELF NOTES: 1. SLOPE ALL SHELVES TO CHANNEL AT V PER FOOT(Bern per meter). 2 SEE PLAN—PROFILE SHEETS FOR SLOPE OF CHANNEL REVISED: 12/27/95 MONTANA PUBLIC WORKS SCALE: TYPICAL MANHOLE STANDARD DRAWNr STANDARD SPECPFICATIONS NONE CHANNEL DETAILS NO, 02720-7 STEEL POST AT END OF SMVIGE PROPERTY VARIES N !r ""�4SAdPACTED BACKFILL (SEE SPECS) 2'XZ'(5cm X 5m) WOOO MARKER 45'ELBOY 6SI 7 S]i2NVMOE 1 M LN: MIN. IF REq, PLLG IN LINE TEE FITTING FOR NEW INSTALLATIONS. INSERT—A—TEE DR AS APPROVED BY ENGINEER, FOR EASTING INSTALLATIONS STORM SEWER MAIN STORM DRAIN SERVICE LINE (PRIVATE PROPERTY CONNECTION) REVISED: 2/17/2DDD MONTANA PUBLIC WORKS SCALE: STANDARD DRAWING STANDARD SPECIFICATIONS NONE STORM DRAIN SERVICE LINE NO,02.720-10 HINGE DETAIL_ 3" x 3" x 1/2. ANGLE IRON 1" DVA- STEEL. BOLTS WELD PIPE TO FLAT IRON 3" DIA. STEEL PIPE RCP (SIZE VARIES) #5 REM OR SMOOTH BAR PIPE HINGE 512E L (SEE DETAIL) 4"MAX, SPACING BETWEEN BARS SEAN VIEW NOTE: RACK TO BE PAINTED ALUMINUM COLOR 4" x 1/4" FIAT IRON, ALL BARS WELDED TO 3"x 3" x 1/4"ANGLE IRON WELDED TO EACH BAR 3" x 1/4°FLAT IRON WELDED TO EACH BAR BOTTOM OF RACK NOT FIXED TO INadERT SECTION VIEW CITY OF BOZEMAN SCALE: STORM DRAIN NO. 02720-11 STANDARD DRAWING NONE DEBRIS RACK DEC. 2003 L C K d 1DOG 15.0 39 15000 900 38 800 1010 10000 33 910 30 700 8.0 7.0 5000 27 800 t3'"0 4000 24 s.4 3000 — 500 4r0 21 2000 3.0 18 440 1000 15 20 `00 500 12 400 250 1.0 300 0.9 10 0.8 200 0.7 200 0.8 e 0,5 100 0.4 150 0.3 50 40 30 0.2 100 20 L 4 The nomograph shown on this purge may be used to compute the specfieatlan time even If several different pipe diameters are Included in one teat. Grow a straight line connecting the diameter on the 'd" 0=10 with the corresponding length of pipe of that diameter under test on the'L' scale. Each Itne will cross the'K" and 'C' scolas. The corresponding values of'K' and 'C' for each diameter^ length combinatloo under test are read and recorded. )JI the "K' values ore totaled, as are the"C' values. 'Fatal 'K governs If the total of'C' Is Ion than 1.0 In whtch cove, total "K'value equals the tkne In seconds that the plpdin`e under test should take before the pressure falls from 3.5 to 2.5 pslg. If total 'C' is greater than 1.0, total 'K Is dlvlded by total 'C' to obtain the specl8aotion Nets In eaconds. NQM- This nomograph la appllcable to pipe test section lengths within the limits specified In Section 027223,3.3.2 of the apeclflcotlo nor. For test lengths beyond the specified hmiti% refer to spealflcotlons for additional Information. RLVISE9: 12/27/95 MONTANA PUBLIC WORKS SCALF: NOMOGRAPH FOR AIR TESTING STANDARD ORAWNG STANDARD SPECIFICATIONS NONE. GRAVITY SEWER MAINS NO- 02730-1 GREEN STEEL POST AT END OF SERVICE PROPERTY LINE OR EASEMENT 5 1/2' BOULEVARD LINE {TYP.) 4" STREET SURFACE 5' SIDEWALK GROUND SURFACE (TYP.) ?.. e COMPACTED BACKFIL \ L 2.5' (TYP,) (SEE SPECS.) 11.5' g' (T'P.) (TYPICAL EXCEPT IN SPECIAL CIRCUMSTANCES WHERE CITY HAS APPROVED ALTERNATE LOCATIONS) 2., X 2,. WOOD SERVICE LINE. SLOPE = 1/4" MARKER 45' ELBOW PER FOOT MIN., 1/2" PER FOOT MAX. SEWER MAINS IN LINE WYE FITTING FOR \\—PLUG NEW INSTALLATIONS. SADDLE FITTINGS ALLOWED FOR EXISTING INSTALLATIONS ONLY UPON APPROVAL OF CITY OF BOZEMAN SEWER DEPARTMENT. SERVICE INVERT NO LOWER THAN SPRING LINE OF SEWER MAIN FOR WYE FITTINGS, CITY OF BOZEMAN SCALE: SANITARY SEWER NC. 02730_2 STANDARD DRAWING NONE SERVICE LINE DEC. 2003 1/4" BELOW TOP OF NEW PAVEMENT SURFACE HEAVY DUTY MONUMENT BOX, SIMILAR TO LAIRD ENG. NO, 50608-1 STREET PAVING & GRAVEL AS REQUIRED SEAL JOINT WITH RAM—NEK 8" X 3' ROUND CONCRETE SLAB SLIP HUB TO THREADED ADAPTOR FROST EXPANSION SLEEVE THREADED PLUG CLEANOUT PIPE, 8" PVC NON—SHRINK BACKFILL 3' — 0" MIN. •45 d. END OF , TRENCH":r A d •C • r .. Y r'4 8" PVC d � � END OF LINE CLEANOUT IF REQUIRED USE PLUG CITY OF BOZEMAN SCALE: SANITARY SEWER NO. 02730-4 STANDARD DRAWING NONE CLEANOUT DEC. 2003 Standard casting & cover Frome and cover to be either D & L A-1172 ring with A-1178 cover, E,IiW 3771 f 3772 series, or approved equal. Covers shall have two 1" pick holes, 9� Flat slab cover Adjustable rings, 2" min., 12" max. NOTE: Ail joints between manhole sections, 24" manhole ring and top section, and around Opening sewer pipe into manhole shall be watertight. y Jointing material shall be "Rom-Nek" or equal for all joints except between sewer ry pipe and (manhole wall. ru M Manhole steps at a 16" centers Precast reinforced concrete manhole riser a and cover manufactured in accordance 4 with ASTM designation 0-478. 0 C ® As required (60" min.) m caa a v- Flexible gosketed joint >° M Gasketed Tee O C C a N y B n 7 N b I a' a Pipe restraint (typ.) u' A Gasketed 99 elbow cost into base Channel = did. of pip A Precast or poured--in-place base. Poured-in--place base, minimum concrete thickness below pipe is 8 inches. Precast base, minimum thickness is 6 inches. Stainless steel Radius of —►- all-thread rod, manhole 1/2" 0 Slope at 1" per foot. e Sewer i ChurnneI to full pipe pipe depth. Manhole wall sewer i e f Epoxy grout rods Dia, of p p Stainless steel 3" into wall pipe clamp 5ECUON A—A SECT`ON B--B CITY OF BOZEMAN SCALE: STANDARD DROP N0, 02730-5 STANDARD DRAWING NONE MANHOLE DEC. 2003 Rev. March 2006 FLAT BLADE STREET NAME REGULATORY SIGN BLANK AS PER SIGN BLANKS MUTCD STANDARDS, SIZE AS MOUNTED BACK SEE SECTION SPECIFIED ON PLANS 09810 2.2 FOR TO BACK ON POST HH /-SIGN SIZES 2' MIN.- MIN. 10' 2" PREFORATEO SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 7' MIN, ATTACH SIGNS TO POST WITH 3/8" DRIVE RIVETS (MIN. 2 PER SIGN) STREET MARKER SIGN REGULATORY SIGN 2" PREFORATED SQUARE TUBE POST (14 GAUGE) FASTEN POST TO SLEEVE WITH �&" CORNER BOLT 0 (A325) 1 )�" ABOVE FINISH GRACE. INSERT BOLT FINISH GRADE 2� 0 HEAD FROM OPPOSITE SIDE OF EXPECTED IMPACT. I INSERT DRIVE RIVET INTO OPPOSITE SIDE. A2 0 14- 2 X 30" 12 GAUGE NOW-PREFORATED SQUARE TUBE SIGN POST SLEEVE (TELSPAR "QUIK PUNCH" OR APPROVED EQUAL) ALL SLEEVES AND SIGN 24 POSTS SHALL BE INSTALLED INSERT SIGN POST 18" INTO SLEEVE PLUMB. M-4000 CONCRETE ANCHOR SIGN POST FOUNDATION DETAIL CITY OF BOZEMAN SCALE: SIGN INSTALLATION NO. 09810-1 STANDARD DRAWING NONE STANDARDS AUG. 1994 Revised 6/2002 18" DIAMOND SLACK PANEL WITH 9 RED REFLEELCTORS, 3" MIN. 'SIZE — NUMBER OF PANS REQUIRED BY THE DIRECTOR OF PUBLIC SERVICE I ROADWAY 24" 2" PERFORATED SQUARE TUBE POST (TELSPAR OR APPROVED EQUAL) 48" MIN. 17- ROADWAY GRADE y .y SIGN POST FOUNDATION AS PER STANDARD DRAWING .. 09810-1 60" TYP. SIGN BLANKS SHALL BE CONSTRUCTION GRADE ALUMINUM, 0.08 INCH THICK, WITH ENGINEER GRADE REFLECTIVE SHEETING CITY OF BOZEMAN SCALE: DEAD END BARRICADE NO. 09810-2 STANDARD DRAWING NONE DETAIL AUG. 1994 Revised 6/2002 f f CROSSWALK i STREET 9'TYP, MARKER SIGN ' dc?' MIN CLEARANCE FROM FACE OF CURB TO EDGE OF SIGN CITY OF BOZEMAN SCALE: TYPICAL STREET No. 09810--4 STANDARD DRAINING NONE MARKER SIGN Sept. 2002 LOCATION MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION 2011 Effective':, itn uar 7, 1011 1301an'Schweitzer, Governor State;of Montana ,Keith Kelly, ICorNnl siow er Dbpartrlrren cif Labor&JI d1 istr y To obtain ecpiesofprevailing wage rate 5efryedules„orlfor information relating to publii works projects arid,payment of prevailino w,age,'rates visit ERIC at www.mtwage1hourb6pa.dom at cbritact them at: Employment Relations Oivision Mchtana'bepar(meintof Labor and Industry P. C:Box 201,503 Helena;',MT 59620-1,503 Phone 466-444-5600 TDb 40OA44-5549 The Labor Standards Bureau Welcomes questions,comments anti suggestions from the public.In addition,we'll do our(best to OeOvide information in an accessible format,upon request,in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WWAOE REQtr1REMENTS The Commissioner of the Department of Labor and Industry; in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code'Ahpotated,,has determined the standard prevailirig rate ofmages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for'the purposes of 18 72-401,et seq.,Montana Code Annotated. It is required#hat each employer pay(as a minimum)the rate pf wages, including,fringe k�enefits,travel allowance and peer diem applicable to the district in which the work is being performed,as provided in the attached wade determinations. All Montana Prevailing Wage Rates are available on the Internet at www.rntwagehourb6p .com or by contacting the .Labor Standards Bureau at(466)444-5600,or TDD(4©6)=444-5549. In addition,this publication provides general information concerning compliance with MohWna't Prevailing Wage Law and the payment of prevailing wades. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the Internet at www.mtwagehourbopaxom or contact the Labor Standards Bureau at(06)444-5600 or TDD(406)444-5549. KEITH KELLY Commissioner; Department of Labor and Industry State of Montana y 1 TABLE OF CONTENTS i MONTANA PREVAILING WAGE REQUIREMENTS. A. bate of Publication f 1. Definition of Heavy£Construction .......................... . ... ........ ..... ... ....: ......... • .....,.. i C. (Definition of Public Works Contracts ..... i D. Prevailing Wage Schedule ........ : , ..,.... i Rates to Use for Projects ..i ......... ...... ..:.... ... .'! ,.,.... .......... . .........', ........ ...,.,., i F. Wage late Adjustments for Multiyear Contracts .......... ......... . .......:....... . . ........ . ii G. Fringe Benefits ......... .. ...... ......... , ........ ........i .........! ......... ,,..,,... ........ .... H. Apprentices ii 1. Posting Notice of Prevailing Wages ....................... . ....... ......... ........,` ,.,...... ....,..., ........r....... ix 1. Employment Preference ....... ........ ......... ........ ; .,....... .. ......:.. i� Wage Rates __ ......... .. ......... ......... .......... A.Date of Publication January 27,2011 B.Definition of Heavy Construction The Administrative Mules of Montana(ARM)24.17.501(4)—(4)(a),Public Works Contracts For Construction Services Subject to prevailing Rates,states: "Heavy construction projects include, but are not limited to those projects that are not ,properly;classified as either `building construction', or `highway construction.' 1 Heavy construction projects include, but are not limited to,antenna towers, bridges(major bridges designed for commercial navigation), breakwaters,caissons,(wither than building or highway), canals, channels,channel cut-offs, chemical complexes or,facilities(other than buildings), cofferdams, cake ovens, darns,demolition(not incidental to construction), dikes, docks, drainage projects,dredging projects, electrification projects(outdoor),fish hatcheries,flood control projects;industrial incinerators(other than building), irrigation projects,jetties, kilns,land drainage(not incidental to other construction), land leveling(not incidental to other construction), land reclamation,levees, locks and waterways, oil refineries(other than buildings),pipe lines,ponds,pumping stations(prefabricated drop-in units—not buildings), railroad construction; reservoirs, revetments,sewage collection and disposal lines,sewers(sanitary,storm, etc),shoreline maintenance,ski tows,storage tanks,swimming pools(outdoor),subways(other than buildings), tipples, tunnels, unsheltered piers and wharves,'viaducts(other than highway), water mains, waterway construction,water supply lines(not incidental to building,), water and sewage treatment plants (other than buildings)and wells. ' Federal Davis-Bacon wage rates as published in U.S.Department of Labor General Wage Decision No. MT 100001 Modification No.8 have been adopted by the Montana Department of Labor and Industry for use in Heavy Construction projects and are included in this publication.These rates apply statewide or as shown in MT100001 Modification No' 8, C.Definition of Public Works Contracts Montana Code Annotated,section 18-2-401(11)(a),defines"public works contract"as "a coutractfor construction I services let by the state, county,,municipality,school district, or political subdivision or for nonconstr action services let by the state, county, municipality, or political subdivision in which the total cast of the contract is in excess of$ S,OI) ... U.Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein.These rates will remain in effect until superseded by amore current publication. Current prevailing wage rate schedules for Building Construction,Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtrywagehourbopa,eorn or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549, P.Rates to Use for Projects Rates to be used on a public worlds project are those that are in effect at the time the project and bid specifications are advertised. 1 Page HEAVY CONSTRUCTION SERVICES 2011 EFF"EC"TIVE JANUARY 27,2011 F".Wage�rate adj ustments'fqr",rnultiyear,contritcts t SectiQtr.l S 2 41 ,1+iTantana Code`Annotated state"st ()dray public vor s" �ntract that by the termoth or tha'" 0 months, �erforr nest include;a prr+?�isjora to ad just as;prouided'iri subsection(2), flee,Oond4ed preioiliog rats of wdg'es to'be;paid to the i ruarkers per'�rarrriin the GVritrdtct; (2? The standard preualling„rate of images paid to wtrrkers under a contract subject fo this section must be adjusted 12 months”after the date©f it eawaed ofthe,pub f ic,wwarlrs`contract. The"amount of the adfustrnent must i5e a 3%increase. t he adjustment must be,Wade and appliedew ery 12.montlis for fire term rrf flee caner cf; () any imcroase in the standard ra""te Ofprevalling wages for workers under=dais secfion is the sole responsibility of the contractor and any subcontractors and"nrat a"he cpntraeting agency,- C,=Fringe Benefits Section 18-2-"41,2 ofthelvloritana Code Aainiwated states; (1) T u ful ll the obligation,.,a contractor,clr;sulrcOntract&pnczy: (a)piny"flee amount of fringe ber e ts'crud the basic hourly rate o.,p`'pay that is"pari of the standdrd prevailing rate of wages directly to the worker or employee in crash; (b)make;an irrevocable r ant 1bution to,a trustee;or a third personlrursucmi to a fringe benefit fund,"plan,orprogram that mteefs flae"requtiwments of the Eniplo�eq 1letirement income security Act of 1974 far that-is a,bona fide program approved by 1he;V;,S.,department of iabor,fir" (c)make p ymenis usiogt¢ny coarrbinatioh ofrnetlaods:sef ftrrth in"subsections(1)(a)and(1)(b)sir drat the aggregate of pays ierifs and contributions is not"less than the,standard prevailing rate of wages;including fringe benefits and travel atlowanaes,atpplicable to the district far the particular;type of work"being per f`armed: f 2) The fringe benefit fund;plan, orpro'gram described in subsection(1)(b)ma st provide benefits to workers car employees for health care„pensions on retirement,or,deatb, life insurance,disability and sickhess insurance, err bona fide programs that meet the requirements of the Employee 1 etirementTircorne ecui ity Act o,f 1974 err that are”approved ley the U.,S department of f'labor." Fringe benefits are paidl;for all ours worked(straight time and overtime hours), Fiowever, fringe benefits are not to be considered a part of"the hourly"tate of pays for calculating overtirme,unlessahereis a collectively bargained agreement in effect that specifies otherwise. H;Apprentices I Wage"irates for apprentices registered in approved federat,or state apprenticeship programs are"contained in those progrotrts; Additionally,section 18-2,-416(2),Montana Code fi nnotated states, ",.,Tlae full amount of any applicable fringe"benefrts must be paid to theapprentice while the apprentice is working on the public works contract 'Apprentices not registered Tn.approved federalor state apprenticeship programs will be paid the appropriate prevailing wage rate when working on a public works contract. 1 Posting Notice of Pkevailing Wages Section 18-2406,Montana Code Annotated,provides that contractors,swbconlractors and employers who are "perforating work or providing construction services"under public works;;contracts, as provided in this part,shall past in a prominent and accessible site on the project or staging area,;not later than the first day of work and continuing for the entire duration rrf the project, a legible statement of all wages and fringe"benefits to lee pain`to the employees. J. Employment Preference Sections 18-2-403 and l 8-2409,Montana Code Annotated require contractors to give'preference to the employment of bona fide Montana residents in the perforrnamx of work on public works contracts, _...._��,.. ... ._ ,... . Pageit HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27,2011 MONTANA STATEWIDE PREVAIL'IN DAVIS-BACON Effective January 1 27, 2011 HEAVY CONSTRUCTION WAGE RATES GeneraJ Wage Determinations Issued U der The Davis�Eacen and, Related ,acts State: Montana Qonstru ten Types `Heavy Counties: Montana Steite' WrOe,. .. Page 1 HEAVY CONSTRUCTION SERVICES 20:11' a EFFECTIVE JANUARY 2 y 2071 ZONE DEFINITIONS CARPENTERS,CEMENT MASONS, LABORERS,AND TRUCK 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 Courthouse of the following listed town's 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 06101/2009 Rates Fringes Carpenters: (Zone 1) Carpenter&Pilebuck $2325 $8.90 Millwright $27,25 $8.90 --------------------------- -------------------------- CARP0028.004 06/0112006 Rates Fringes Diver Tender $27,27 $7.80 Diver $56.54 $7.80 DEPTH PAY(Surface Diving) 050 to 100 feet $2.00 per foot 101 to 150 feet $3.00 jper foot 1$1 to 220 feet $4.00 per foot 221 I't&deeper $5,00 ................ ------ ELEC0044-00,11 06/0112010 Rates Fringes Line Construction (1)Lineman $37.73 4.75%+$1061 (2)Equipment Operator $25.13 4.75%+$10:95 (3)Experienced Groundman $20.27 4.75%+$10.33 Page 2 k M.- E-X- V-'Y'-C-0- N-S--T-,R-U-C- TION SERVICES 2011 EFFECTIVE JANUARY 27,2011 I ELECOZ33.001 0810112009 BLAINE, BROAQWATER,,CASCADE')CHOUTEAU, FERGU ,GLACIER, HILL,JUDITH BASIN, LEWIS&CLARK, LIBERTY, MEAGHER,;PETROLEUM,PHILLIPS, PONDER&TETON,TOOLE,VALLEY,AND'W4lHEATLAND COUNTIES Rates Frirrge5 ELECTRICIAN $27,96 4,75%+,$9.a6 LECO233-002 0$/0112009 'BEAVERH AD; DEER LODGE,GRANITE,JEFFERSON, MAD) t? v POWELL,AND SILVER 0W COUNTIES Banes Frfhgos ELECTRICIAN $2610 4.75 6/9+$10.80 --- - -- - ELEC053 .001;06!01120"10 GALLA`l°IN,PARK,AND SWEET GRASS COUNTIES Rates Fringes ELECTRICIAN $26.61 $10.27 ELED0632-003 0010112016 BIG HORN;CARBON,CARTER,CUS"TER, DANIELS,DAWSON, FALLON,GARFIELD,GOLDEN VALLEY, MCCO E, MUSSELSHELL,°PO'L'DER RIVER,PRAIRIE,;RICHLAND',ROOSEVELT,ROSEBUD, SHERIDAN, STILLWATER, TREASURE, W`WIBAUX AND YELLOWSTONE COUNTIES Rates Fringes ELECTRICIAN $29.38 1.75%+$8.39 ELEC0768-001 0610112009 FLATHEAD, LAKE, LINCOLN,MINERAL, MISSOULA RAVALLI,AND SANDERS COUNTIES Rates Fringes ELECTRICIAN $27.02 $1 DX Page 3 _ HEAVY'CONSTRUCTION SERVICES 2011` ... . _ EFFECTIVE JANUARY 27,2011 ENG10400.001 0510112009 ZONE DEFINITION$ FOR POWER EQUPMENT OPERATORS: The zone hourly rates applicable to each project shall be determined by measuring the road miles over the shortest practical maintained route from the nearest County Courthouse of the following listed'towns to the center of the job: BILLINGS, BOZEMAN, BUTTE,GREAT FALLS,HELENA, KA,LISPELL, MISSOULA Zone 1: 0 to 30 miles-Base Pay Zone 2: 30 to 60 miles-Base Pay+$3.50 Zone 3: Over 60 miles-Base Pay+$5.50 Rates Fringes ` Power Equipment Operator (Zone 1 Group 1 $23.47 $9.50 Group 2 $23.94 $9.50 Group 3 $24,34 $9.50 Group 4 $25.00 $9.50 Group 5 $25.50 $9.50 Group 6 $26.60 $9.50 Group 7 $27.10 $9.54 POWER EQUIPMENT OPERATORS t LASSIFICATION$ GROUP 1: Air Compressor;Auto Fine`Grader; Belt Finishing Machine; Boring Machine, small;Cement Silo;Crane,A- f=rame 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. 1 GROUP 2: Air Doctor; Backhoe/Excavator/Shovel to and ma;luding 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/Gradalll;Field Equipment Serviceman;Front-End Loader 1 cu yd to including 5 cu yd; Grade,Setter;Heavy Duty Drills,all types; IiolstlTugger,all;Hydralift&similar, Industrial Locomotive; Motor Patrol,except Finish; Mountain Skidder; Oiler-Cranes&'Shovels; Pavement Breaker, EMSCO Power Saw, Self-Propelled;Pugmill; Pumperete/Grout Machine; Punch Truck; Roller,other than jAsphalt; 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-egad Loader over'5 cu yd;Mechanic/Welder;Pioneer Dozer; Holler,Asphalt(Breakdown& Finish);Rotomill,'over 6 ft;'Scraper,single,twin,or pulling Belly Dump;Yo--Yo Cat. GROUP 4: Asphalt/Hot Plant Operator;Cranes,25 toms to 44 tons;Crusher Operator; Finish Motor Patrol; Finish Scraper. GROUP 5: Cranes,45 tons to including 74 tons; 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 toms);Crane,Stiff-Leg or Derrick; Helicopter Hoist;Crane,Tower(all). f i __. .._._n_._. . _. w,...... . Page HEAVY CONSTRUCTION SERVICES 2011 EFFECTIVE JANUARY 27,2011 IRDIN0014,rI102 07101120t19 FLATHEAD, GLACIER, LADE, LINCOLN;MINERAL, t ISKiULA,ANC SANDERS COUNTIES Rates Fringes IRONWORKER" $25.34 $16,68 IRO N0732-009 06/01/2010 REMAINING COUNTIES Rates' Fringes IRONWORKER $26,57 $17.21 LABO 1686.001 05101/2008 metes Fringes LABORER(Zone 1,) Group 1 $17.14 $6.72 Group 2 $20:1 p $612 Group,,,3, $24.24 Group 4 $21.00 $6,72 LAI3+E«'+RERS LASSIFICATION$ GROUP!1: Flagperson GROUP 2: All General Labor Work;,Burning Bar;'Bucket'Man Carpenter Tender;Caisson Worker;Cement'Mason Fender; Cement Handler(dry); Chuck Tender;Choker Setter;Concrete Worker;Curb Machine-Lay Dawn; Crusher and Batch Worker; Fence Erector; Fdrm Setter; Form`Stripper;.Haater Tender;Landscaper;Pipe Wrapper; Pot Tender; POwderman Tender; Rail and Truck,Loaders and Unlmadsrs; Riprapper; Sealants for concrete and other materials; Sign Erection,c Guard Rail and Jersey Rail„Stake Jumper; Spike Driver;Signalman;Tail Hoseman;;Tool Checker and Houseman;Trafiic'COntrof Worker, ,GROUP 3: Concrete Vibrator;Dumpman(Grademan);'.Equipment Handier; Geotextile and Liners; High-Pressure Nozzleman;Jackhammer(Pavement Breaker);Laser Equipment; Non'-Riding Rollers;,Pipelayer;Posthole Digger (Power); Power[given Wheelbarrow; Digger,Sandblaster,Sod Cutter-Power. GROUP 4: Asphalt Raker; Cutting Torch; Grade Setter; high-Scaler; Power Saws(t=aller&Concrete); P'owderman ($1.00 per hour above Group 4 rate); Ruck&Care Drill,Track or Truck mounted Wagon Drill;Welder including Air Arc. ,� .._._ r_ ,_,._. ., .... .._. _,,, _,�� .,..,,.._ Page 5 .. ; HEA'D'Y CONISTRUCTI0N SERV-ICES 2 111 EF'FECTI'VE JAN.UARY 27,2011 PAIN0260-001 0710112002 BLAINE,BROADWATER, CASCADE,CHOUTEAU,DANIEL$, FERGUS, GARFIELD, GLACIER, GRANITE(South of a Dina running East&West through the Southern city limits of PHILLIPSBURG),HILL,JEFFERSON,JUDITH BASIN, LEWIS AND CLARK,LIBERTY, McCONE, MMEAGHER, PETROLEUM,PHILLIPS,PONDERA, POWELL(South of aline running;East&West through the Southern city limits of HELMSVILLE),RICHLAND, ROOSEVELT, SHERIDA,N,TETON, TOOLE, VALLEY,AND WHEATLAND COUNTIES Dates Fringes PAINTER $13.85 1%+$3:45 PAIN0260-'002 0710112002 1 FLATHEAD, GRANITE(North of a line running East&West through the Southern city limits of PHILLIPSBURG), LADE, LINCOLN, MINERAL, MISSOULA, POWELL(North of a line running Bast&West through the Southern city limits of HELMSVILLE), RAVALLI,AND SANDERS COUNTIES Rates Fringes PAINTER $16.85 1%+$3.45 PAIN1922-001 0610 112009 EAVERHEALD,'BIG HORN, CARBON,CARTER, CUSTER, DAWSON,DEER LODGE, FALLON, GA,LLATIN,GOLDEN VALLEY",JEFFERSON, MADISON, MUSSELSHELL, PARK, POWDER RIVER, PRAIRIE, ROSEBUD, SILVER BOW, STILLWATER, SWEET GRASS,TREASURE, WIBAU ,AND YELLOWSTONE COUNTIES PAINTER (Industrial, includes industrial plants,tanks, pipes, bridges) Rates Fringes $21.00 $0.00 PLAS0119-001 0510112008 STATEWIDE(except DEER LODGE, JEFFERSON, POWELL,and SILVER BOW COUNTIES) Rates Fringes CEMENT MASONS:(,tone 1) Area 1 " $18.83 $5.95 Area 2 $211.24 $6.86 AREA 1. STATEWIDE(except DEER LODGE,;JEFFERSON, POWELL,and SILVER BOW COUNTIES) AREA 2: DEER LODGE,JEFFERSON,POWELL,AND SILVER BOW COUNTIES i {f{ J Page� HEAVY CONSTRUCTION SERVICES 2011 .,, EFFECTIVE JANUARY"27,201.1., p A�p,�/� ry, /�,/�, �y�^y ry�gy/��'y I'P 0..41 M 0la3tl-G1I}�,4010 1200 w'1 BIGHORN, BLAINE,"CARBON;:'CARTER,CAS1CADE; CHOUTEAU,CUSTER„ I�AI�IIELS, DAWSpN, FALLG�N,FERGU , ARFI LD,GGJLDEN VALLEY, HILL, JUDITH BAStN; LIBERTY, McCONE, MEAGH,ER, MUSSELSHE.LL, PETROLEUM, PHILLIPS, PG,NDERA;PCJWDu R RIVER, PRAIRIE RI HLAND; ROOSEVELT k6SEBUb, SHER1'DAN', S"TILLWATER, TE"f0N ObLE,TREASURE,,VALLEY,wHEATLAND,WISAUX AND YELLOWS° ONE COUNTIES Rates Fringes PLUMBER Commercial V4.25 $13.40 Industrial-Power Generating Plants sk,60 $1,3s4U PLUIMQ041=001 97/011200 BEAVERHEAD BROADWATER, DEER LODGE,GALLATIN, GRANITE,JEFFERSON, LEWIS AND;CLARE{, MADISON, PARK,POWELL,SILVER BOW,AND SWEET GRASS COUNTIES Rates Fringes PLUMBER $28,25 $13.05 PLUM0459.001 0510112010 FLATIi AD GLACIER,'LAKE, LINCOLN, MINERAL, MISSOUILA, RAVALLI, AND SANDERS Rates Fringes PLUMBER $27,51 $12.08 TEAM0062-001 0510112005 Rates Fringes TRUCK DRIVEI :Gone 1) Group 1 $ 14.14 $5,92 Group 2 $18,84 $5.92 TRUCK DRIVERS CLASSIFICATIONS: GaRAU0;1: Pilot Car GROUP 2: All Combination Trucks and Concrete Mixers; Distributor{giver;All Dry Botch Trucks; Pumpman,Gravel' Spreader Box;Operator,All pump Trucks and similar equipmentinckiding OW,20,pVP1j'21, or'Euclid Tractor,Pumpsters; Flat Trucks;Servicemen; Lowboys, Four-Wheel Trailers; Float Semi-Trailer; Lumber Carriers,Lift Trucks&1=01rk Lifts; Fick-up giver hauling material; Powder Truck(Bulk Unloader type); Power Boom;Service Truck Drivers, Fuel Trucl Drivers,Tiremern; All dater Tank Drivers; Petroleum Products Drivers; Trucks with Dower Equipment such as Winch',A- Frame Truck,Crane, Hydralift, Gout-Crete Truck, and Combination Mulching, Seeding& Fertilizing Truck; Truck Mechanic, WELDERS-Receive rate prescribed for craft performing operation to which welding is incidental. END OF GENERAL DECISION Pale 7 HEAVY CONSTRUCTION SERVICE 2011 EFFECTI'l E JANUARY 27,2011 DIVISION 1 GENERAL REQUIREMENTS SECTION 01041 PROJECT COORDINATION PARTI-GENERAL L RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract,including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to,the following: I. Preconstruction Conference 2. General project coordination procedures. 3. Conservation. 4. Coordination Drawings. 5. Administrative and supervisory personnel, 6. Project meetings. B. Related Sections: The following Sections contain requirements that relate to this Section: I Division 1 Section"Construction Progress Documentation"for preparing and submitting the Contractor's Construction Schedule. 2. Division I Section"Execution Requirements" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 3. Division I Section "Contract Closeout" for coordinating Contract closeout. 1.3 COORDINATION A. Coordination: Coordinate construction operations included in various Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections,that depend on each other for proper installation,connection,and operation, 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components,before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service,and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. If necessary,prepare memoranda for distribution to each party involved,outlining special procedures required for coordination. Include such items as required notices,reports,and list of attendees at meetings. SECTION 01041 PROJECT COORDINATION PAGE 1 OF 4 I Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include,but are not limited to,the following: 1. Preparation of Contractor's Construction Schedule. 2. Installation and removal of temporary facilities and controls. 3. Delivery and processing of submittals, 4, Progress meetings. 5. Preconstruction conferences. 6. Project closeout activities. D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy,water,and materials. I Salvage materials and equipment involved in performance of,but not actually incorporated into,the Work, a. All material salvaged in the project shall become the property of Owner unless otherwise specified. Material identified as salvage shall be delivered by the Contractor to a suitable storage location as directed by the Engineer. 1,4 SUBMITTALS A. Staff Names: At the Preconstruotion conference submit a list of principal staff assignments,including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities;list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project, I Post copies of list in Project meeting room,in temporary field office, and by each temporary telephone, 1.5 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent,provide other administrative and supervisory personnel as required for proper performance of the Work. 1.6 PROJECT MEETINGS A. General: The Engineer will schedule and conduct meetings and conferences at Project site,unless otherwise indicated. 1. Attendees: Contractor shall inform participants and others involved,and individuals whose presence is required, of date and time of each meeting. 2. Agenda: The Engineer will prepare the meeting agenda. Distribute the agenda to all invited attendees. SECTION 01041 PROJECT COORI31NATION PAGE 2 OF 4 3, Minutes: Contractor,Engineer and Owner shall record significant discussions and agreements achieved, All parties shall distribute the meeting minutes to everyone concerned,including Owner and Engineer,within 3 days of the meeting. B. Preconstruction Conference: The Engineer will schedule a preconstruction conference before starting construction,at a time convenient to Owner and Engineer,but no later than 15 days after execution of the Agreement, The conference will be at Project site or another convenient location. The meeting will review responsibilities and personnel assignments, 1. Attendees: Authorized representatives of Owner,Engineer,and their consultants; Contractor and its superintendent. The Contractor shall be responsible for ensuring that all major subcontractors;manufacturers; suppliers; and other concerned parties attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Contractor shall bring a written,detailed construction schedule to the preconstruction conference. 3. Agenda: Discuss items of significance that could affect progress,including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing. d. Designation of responsible personnel, e. Subcontractor list f. Testing Responsibilities 9- Traffic Control h. Procedures for processing field decisions and Change Orders. i. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents, k. Submittal procedures. 1. Preparation of Record Documents. In. Use of the premises. 11. Responsibility for temporary facilities and controls. 0. Office, work,and storage areas. P. Delivery and storage of materials and equipment. q. Security. r. Progress cleaning. & Working hours, t. Specific TSEP, SRF,RUS,EPA AND DRNC requirements. U. Specific County requirements. V. Montana DEQ requirements. W. Railroad requirements and issues. X. Coordination with private land owners, C. Progress Meetings: Engineer will conduct progress meetings at regular intervals. Attendees: In addition to representatives of Owner and Engineer,each contractor, subcontractor,supplier,and other entity concerned with current progress or involved in planning,coordination, or performance of future activities shall be represented at these meetings. All participants at the SECTION 0 1041 PROJECT COORDINATION PAGE 3 OF 4 conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a, Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time,ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b. Review present and future needs of each entity present,including the following.- I) Interface requirements. 2) Sequence of operations. 3) Status of submittals, 4) Deliveries, 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls, 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Change Orders. 14) Documentation of information for payment requests. 3. Reporting: Engineer,Owner and Contractor shall distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary,in narrative form,of progress since the previous meeting and report. a. Schedule Updating: Contractor shall revise Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION(Not Used) END OF SECTION SECTION 01041 PROJECT COORDINATION PAGE 4 OF 4 SECTION 01250 CONTRACT MODIFICATION PROCEDURES PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract,including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections include the following: 1. Division I Section"Measurement and Payment"for administrative requirements. 2. Division 1 Section"Product Requirements"for administrative procedures for handling requests for substitutions made after Contract award. 13 VARIATIONS IN WORK A. Engineer will issue a Field Order authorizing variations in Work,not involving adjustment to the Contract Sum or the Contract Time. The Field Order will be completed on EJCDC No. C-942(2007 Edition). 1.4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Engineer will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. Proposal Requests issued by Engineer are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change, 2. Within time specified in Proposal Request,after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs,with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges,equipment rental,and amounts of trade discounts. C. Include an updated Contractor's Construction Schedule that indicates the effect of the change,including,but not limited to,changes in activity SECTION 01250 CONTRACT MODIFICATION PROCEDURES PAGE I OF 2 duration,start and finish times,and activity relationship. Use available total float before requesting an extension of the Contract Time. B. Contractor-Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract,Contractor may propose changes by submitting a request for a change to Engineer. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs,with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes,delivery charges,equipment rental,and amounts of trade discounts. 4. Include an updated Contractor's Construction Schedule that indicates the effect of the change,including,but not limited to,changes in activity duration,start and finish times,and activity relationship. Use available total float before requesting an extension of the Contract Time. 5. Comply with requirements in Division 1 Section"Product Requirements"if the proposed change requires substitution of one product or system for product or system specified. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request,Engineer will issue a Change Order for signatures of Owner and Contractor on EJCDC No. 1910-8-B(1996 Edition). 1.6 WORK CHANGE DIRECTIVE A. Work Change Directive:Engineer may issue a Work Change Directive on EJCDC C-490 (2007 Edition).Work Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Work Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required. by the Work Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 -PRODUCTS(Not Used) PART 3-EXECUTION(Not Used) END OF SECTION SECTION 01250 CONTRACT MODIFICATION PROCEDURES PAGE 2 OF 2 SECTION 01275 MEASUREMENT AND PAYMENT PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract,including General and Supplementary Conditions and other Division I-Divisionl 6 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for measurement and payment. 1.3 DEFINITIONS A. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification,if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material,plus cost for delivery,installation,insurance, overhead,and profit. B. Measurement and Payment: The Measurement and Payment sections do not necessarily name all incidental items required to complete the work. The cost of all such incidentals shall be included in the various related items of work. All estimated quantities stipulated in the Bid Forms or other Contract Documents are approximate and are to be used only as a basis for estimating the probable cost of the work and for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work perfon-ned and materials furnished under unit price items may differ from such estimated quantities and the payment for such work and materials shall be based on the actual amount of work done and materials furnished in each case. C. Engineer will determine the actual quantities and classifications of Unit Price Work performed by the Contractor. D. List of Bid Items: A list of unit Bid Items is included at the end of this Section. Specification Sections referenced in the schedule contain requirements for materials described under each Bid Item. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION(Not Used) SECTION 01.275 MEASUREMENT AND PAYMENT PAGE I OF 10 PART 4-MEASUREMENT AND PAYMENT 4.1 LIST OF BID ITEMS A. Bid Items No. 1, 101,201,and 301 -MOBILIZATION I Description: This item covers the costs of preparatory work and operations. Any bids that contain a lump sum bid price for mobilization greater than 8%of the bid price for the respective schedule or additive alternative may be rejected at the option of the Owner. 2. Work Required: Work required under this section includes but is not limited to the following. a. The movement of personnel,equipment, supplies and incidentals to the project site b. The establishment of all facilities necessary for the work on the project; c. The costs of obtaining the required permits,bonds,and insurance;and d. All other work and operations which must be performed,or costs incurred prior to beginning work on the various items of the project. 3. Unit of Measurement: Lump Sum 4. Measurement: Measurement for MOBILIZATION will be made as a percentage completed of the lump sum. 50%of the lump sum will be credited to the first progress payment,with the second 50%being credited to subsequent progress payments in proportion to total construction completed as a percentage of the contract unit price, 5. Payment: Payment for MOBILIZATION will be made at the contract unit price bid as a lump sum. B. Bid Items No.2, 102, 202,and 302—TRAFFIC CONTROL 1. Description: This item includes providing and maintaining all traffic control on the project as indicated on the Drawings and in the Contract Documents. 2. Work Required: Work required under this section includes but is not limited to the following. a. Furnishing, installing,maintaining,replacing,and operating necessary construction traffic control devices throughout the work period; b. preparing and submitting the traffic control plan and making adjustments as required for final approval; and C. All incidental materials,tools,equipment,and labor for the completion of this item. 3. Unit of Measurement: Lump Sum 4, Measurement: Measurement for TRAFFIC CONTROL will be made as a percentage completed of the lump sum. 50%of the lump sum will be credited to the first progress payment,with the second 50%being credited to subsequent progress payments in proportion to total construction completed as a percentage of the contract unit price. 5, Payment: Payment for TRAFFIC CONTROL will be made at the contract unit price bid as a lump sum. C. Bid Items No. 3, 103,203,and 303 -EXPLORATORY EXCAVATION 1 Description: Exploratory excavation will be used as a convenience to the Owner and/or Engineer when a subsurface condition needs to be verified, 2. Work Required: Work required under this section includes but is not limited to the following. SECTION 01275 MEASUREMENT AND PAYMENT PAGE 2 OF 10 a. Furnishing a fueled excavator having a minimum F.H.P. rating of 54 or greater and a minimum bucket capacity of 0.2 cubic yards with an experienced operator and a laborer with shovel to excavate and backfill as directed; and b. All labor,tools,equipment,materials,royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Hour 4. Measurement: Measurement for EXPLORATORY EXCAVATION will be made by the hour,rounded to the nearest one-half hour, for exploratory excavation authorized by the Engineer. The time will start when excavation begins and end when backfill has been completed. Time will be deducted for mechanical breakdowns. 5. Payment: Payment for EXPLORATORY EXCAVATION will be made at the contract unit price bid per hour. If the Contractor elects to provide a smaller baekhoe than specified, the bid item will be reduced in direct proportion of the rated capacity of the unit used to the unit specified. If the Contractor elects to provide a larger backhoe than specified,the bid item will be paid at the contract unit price bid per hour. D. Bid Item No.4, 104,204,and 304—8" SDR 35 SEWER MAIN 1. Description: This item includes furnishing and installing sewer mains in sizes, types,and classes as indicated on the Drawings and in the Contract Documents. 2. Work Required: Work required under this section includes but is not limited to the following, a. Excavation,backfill,and compaction; b. Dewatering, sheeting, and shoring required for installation; C. Any necessary bypass pumping to maintain sewer service; d. Furnishing and installing pipe with gaskets, lubricants,etc.; e. Furnishing and installing pipe bedding; f. Furnishing and installing detectable warning tape; g. Testing and cleaning; h. TV inspection; i. Maintaining service to all users; and j. All labor,tools, equipment,materials,royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Lineal Foot 4. Measurement: Measurement for 8"SDR 3 5 SEWER MAIN will be made per lineal foot along the centerline of the pipe through all fittings. 5. Payment: Payment for 8" SDR 35 SEWER MAIN will be made at the contract unit price bid per lineal foot as indicated in the Bid Form. E. Bid Item No.5, 105,205, and 305—STANDARD MANHOLES 1. Description. This item includes furnishing and installing new manholes in sizes and types indicated on the Drawings and in the Contract Documents. 2. Work Required: Work required under this section includes but is not limited to the following. a. Backfill,and compaction; b. Dewatering,sheeting,and shoring required for removal and installation; C. Furnishing and installing bedding rock; d. Any necessary bypass pumping to maintain sewer service; e, Disconnecting existing,manhole; SECTION 01275 MEASUREMENT AND PAYMENT PAGE 3 OF 10 f. Pumping the manhole dry and properly disposing of wastewater and sludge; 9- Removing and disposing of the manhole; h. Furnishing and installing concrete watertight manholes complete with monolithic base,gaskets,coatings,watertight connections, steps, frame and cover,and water-tight frame and cover where specified; i. Pouring and forming channels; j- Furnishing and installing casting and cover-, k. Furnishing and installing materials required to connect manholes to existing or new piping; 1. Furnishing and installing up to ten(10) feet of piping to connect to existing piping; in. Surface restoration; n. Testing manholes for water-tightness;and 0. All labor,tools,equipment,materials,royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each 4, Measurement: Measurement for STANDARD MANHOLES will be made per each new manhole installed. 5. Payment: Payment for STANDARD MANHOLES will be made at the contract unit price bid per each as indicated in the Bid Form. R Bid Item No. 6, 7,and 8—CIPP SEWER MAIN REHABILITATION: 1. Description. Cured in Place Pipe(CIPP)in sizes and meeting requirements indicated on the drawings and in the contract documents, 2. Work required under this section shall include,but not be limited to the following: a. Provide submittals for pipe materials; b. Furnish and install cured in place pipe; c. Document location of services for reinstatement; d. Cleaning and root cutting of sewer mains; C. By-pass pumping; f. TV inspection; and 9. All labor,tools, equipment,materials,royalties,and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Lineal Foot 4. Measurement: Measurement for CIPP SEWER MAIN REHABILITATION shall be per lineal foot along the centerline of the CIPP from the beginning of the CIPP to its end. 5. Payment:Payment will be made at the contract unit price bid per lineal foot for CIPP SEWER MAIN REHABILITATION as indicated in the Bid Form. G. Bid Item No. 9—CIPP REINSTATEMENT OF SERVICE CONNECTION: I Description.This includes the reopening of active service connections from inside the sewer main by means of a television camera controlled cutting device regardless of main or service diameter. 2. Work required under this section shall include,but not be limited to the following: a. Reinstatement of active services; b. Brushing of active services; C. Post—installation TV inspection, and SECTION 01275 MEASUREMENT AND PAYMENT PAGE 4 OF 10 d. All labor,tools,equipment, materials,royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each 4. Measurement: Measurement for CIPP REINSTATEMENT OF SERVICE CONNECTION shall be per each active service reinstated. 5. Payment:Payment will be made at the contract unit price bid per each for CIPP REINSTATEMENT OF SERVICE CONNECTION as indicated in the Bid Form. H. Bid Items No. 10—OPEN CUT SPOT REPAIRS 1. Description: This item includes removing and replacing sections of pipe as shown on the Drawings to prepare the pipe to be rehabilitated with CIPP. The new pipe shall be the same inside diameter, or larger,as the existing pipe. 2. Work Required: Work required under this section includes but is not limited to the following. a. Excavation and backfill; b. Providing submittals for pipe materials; C. Furnishing and installing pipe sections; d, Provide and install necessary couplings required to connect existing main to new main; e. Bypass pumping and maintenance of sewer section; f. TV inspection; 9. Dewatering, sheeting,and shoring required for installation; and h, All labor, tools,equipment,materials,royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each 4. Measurement: Measurement for OPEN CUT SPOT REPAIRS will be made by numerical count. 5. Payment: Payment for OPEN CUT SPOT REPAIRS will be made at the contract unit price bid per each, I. Bid Items No, 11 —CIPP SPOT REPAIRS I Description: Cured in Place Pipe(CIPP) spot repair in sizes and meeting requirements indicated on the drawings and in the contract documents, 2. Work Required: Work required under this section includes but is not limited to the following. a, Providing submittals for pipe materials; b. Furnishing and installing cured-in-place pipe sections; C. Cleaning and root cutting of sewer mains; d. Bypass pumping and maintenance of sewer section; e. TV inspection,and; f. All labor,tools, equipment,materials,royalties,and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each 4. Measurement: Measurement for CIPP SPOT REPAIRS will be made by numerical count. 5. Payment: Payment for CIPP SPOT REPAIRS will be made at the contract unit price bid per each. SECTION 01275 MEASUREMENT AND PAYMENT PAGE 5 OF 10 J. Bid Item No. 12 and 13— NEW SERVICE CONNECTION: 1. Description: This will include installing new service connections on new CIPP main in sizes and meeting requirements indicated on the drawings and in the contract documents. Work includes locating existing service,notifying service owner, cutting out and removing the old pipe and/or fitting, draining the pipe and disposing of the water,drilling into the new CIPP at the location of the existing hole,installing an inserta tee, installing the fittings, couplings,new service line, connecting to existing service,and putting back on line. The type and class of existing pipe in the ground is not known in all cases. The Contractor shall be responsible for verifying the types and classes of pipe to be connected to and shall be prepared to tie to any type and class of pipe. No extra compensation will be allowed due to different types and classes of existing pipe. This item shall include all necessary fittings and pipe to connect existing services within ten(10) feet,horizontally, from the new CIPP main. PVC sewer service pipe installed beyond ten(10) feet,horizontally, from the new CIPP main,may be paid separately under Bid Item No. 16 and Bid Item No, 17, 2. Work required under this section shall include but not be limited to the following: a. Excavation and backfill; b. Dewatering, sheeting, and shoring required for installation; C. Furnishing and installing bedding; d. Furnishing and installing imported backfill, if required; e. Furnishing and installing Inserta-Tees on CIPP sewer main; f Furnishing and installing sanitary sewer service line,transition gaskets, couplings,and adapters for existing pipe; g. Connection to existing service; h. Pavement removal and replacement; i. Repair of fences,lawns and other landscaped areas damaged by construction; j. Replacement of damaged trees and bushes; and k. All labor,tools,equipment,materials,royalties,and incidentals necessary to complete the work as specified, 1 Unit of Measurement: Each. 4. Measurement: Measurement for NEW SERVICE CONNECTION ON CIPP will be made per each new CIPP service connection installed. 5. Payment: Payment for the NEW SERVICE CONNECTION ON CIPP will be made at the contract unit price bid per each as indicated in the Bid Form. K. Bid Items.No, 106, 107,206,207,306,and 307—RECONNECT SEWED SERVICES 1. Description: This item includes installing an in-line service wye on new sewer mains or appropriate saddle on existing mains and reconnecting existing sewer services at the edge of excavation for each residence or business. The type and class of existing pipe in the ground is not known in all cases. The Contractor will be responsible for verifying the types and classes of pipe to be connected to and will be prepared to tie to any type and class of pipe. No extra compensation will be allowed due to different types and classes of existing pipe. This item shall include all necessary fittings and pipe to connect existing services within ten(10) feet,horizontally,from the new main. Sewer service pipe installed beyond ten (10) feet,horizontally, from the new main,may be paid separately under Bid Item No.16 and Bid Item No.17. SECTION 01275 MEASUREMENT AND PAYMENT PAGE 6 OF 10 2, Work Required: Work required under this section will include but is not limited to the following, a. Excavation,backfill,and compaction; b. Dewatering, sheeting, and shoring required for installation; C. Locating and cleanly cutting existing services; d. Furnishing and installing an in-line service wye on new sewer mains or a saddle on existing sewer mains-, e. Connecting to service wye or saddle on sewer main; E Furnishing and installing sewer service line,transition gaskets, couplings, and adapters for existing pipe; 9- Connecting to existing service; li. Pavement removal and replacement;and i. All labor,tools,equipment,materials,royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each 4. Measurement: Measurement for RECONNECT SEWER SERVICES will be made by numerical count. 5, Payment: Payment for the RECONNECT SEWER SERVICES will be made at the contract unit price bid per each. L. Bid Items No. 14, 15, 108, 109,208, 209,308,and 309— SEWER SERVICE LINES 1. Description: This item includes furnishing and installing sewer service lines in sizes, types, and classes indicated on the Drawings and in the Contract Documents. 2. Work Required: Work required under this section includes but is not limited to the following. a. Excavation,backfill,and compaction; b. Dewatering, sheeting,and shoring required for installation; C. Furnishing and installing in-line service wyes on new sewer mains; d. Connecting to service wye on sewer main; e. Furnishing and installing sewer service line, transition gaskets, couplings, and adapters for existing pipe; f. Connecting to existing service; 9. Furnishing and installing pipe bedding; 11. Pavement removal and replacement; i. Repairing fences, lawns and other landscaped areas damaged by construction; j. Replacing damaged trees and bushes; and k. All labor, tools, equipment, materials, royalties, and incidentals necessary to complete the work as specified. 3, Unit of Measurement: Lineal Foot 4. Measurement: Measurement for SSEWER SERVICE LINE will be made per lineal foot along the centerline of the pipe through all fittings. 5. Payment: Payment for the SEWER SERVICE LINE will be made at the contract unit price bid per lineal foot, M. Bid Item No. 16—SERVICE LATERAL CONNECTION(SLC): 1. Description:This will include the rehabilitation and reconnection of service lateral connections on CIPP mains,without excavation. The connection will be completely rehabilitated. SECTION 01275 MEASUREMENT AND PAYMENT PAGE 7 OF 10 2. 'Work required under this section shall include but not be limited to the following. a, Removal of roots and deposits inside the lateral pipe for a distance of two(2)feet up the lateral from the mainline connection. b. Lateral connection preparation including rounding or removing sharp or pointed cutout edges in a relined or break-in lateral opening. C. Removal of protruding lateral pipe tap materials down to within 1/8 inch of mainline sewer wall. d. Provide submittals for all materials; e. Furnish and install top hat lateral insert; f. UV cure of top lateral insert. g, Reinstating service lateral, h. Post—installation TV inspection; and i. All labor,tools,equipment,materials,royalties, and incidentals necessary to complete the work as specified. 3. Unit of Measurement: Each. 4. Measurement:Measurement for SERVICE.LATERAL CONNECTION will be made per each new service connection installed. 5. Payment:Payment for the SERVICE LATERAL CONNECTION will be made at the contract unit price bid per each as indicated in the Bid Form. N. Bid Item No. 1.7---FLOWABLE FILL: I. Description: This item involves backfill with fowable fall, Flowable fill shall be used for backfill up to finished road grade on Main St., Mendenhall St., and 7`h Ave, Contractor shall remove required amount of non-shrink backfill for pavement placement not more than 24 hours prior to paving. 2. Work required under this section shall include but not be limited to the following: a. Provide submittals for materials; b. Remove and dispose of excavated material; C. Furnish and install#Towable fill; d. All labor, tools„ equipment, materials, royalties and incidentals required to complete the work as specified; 3. Unit of Measurement: Cubic Yard 4, Measurement: Measurement for FLOWABLE FILL will be made by the Cubic Yard based upon batch delivery tickets provided to the Engineer at the time of placement. 5. Payment: Payment for FLOWABLE FILL will be made at the contract unit price bid as indicated in the Bid Form. O. Bid Item No. 18, 110,210,and 310—CURB AND GUTTER REMOVAL AND REPLACEMENT: 1. Description: This item shall meet the requirements of Section 02528 of the MPW Standard Specifications and be removed and constructed to the sizes and locations shown on the drawings. 2. Work required under this section shall include but not be limited to the following: a. Removal and disposal of existing curb and gutter; b. Excavation and embankment as required to place base course at required grade; c. Furnishing,installing and compacting crushed aggregate base course; SECTION 01 275 MEASUREMENT AND PAYMENT PAGE 9 OF 10 d. Fine grading and preparation of base; e. Formwork; f; Furnishing and installing concrete and reinforcing steel; 9- Furnishing concrete mix design; h. Taking and breaking cylinders and taking slump tests; i. Finishing and curing concrete; j- Installation of construction joints; k. All labor,tools, equipment,materials,royalties and incidentals required to complete the work as specified, 3. Unit of Measurement: Lineal Foot 4. Measurement:Measurement for CURB AND GUTTER REMOVAL AND REPLACEMENT will be per Lineal Foot as indicated in the Bid Form and as shown on the plans. 5, Payment: Payment for CURB AND GUTTER REMOVAL AND REPLACEMENT will be made at the contract unit price bid per Lineal Foot as indicated in the Bid Form. P. Bid Item No. 19, 111,211,and 311 —SIDEWALK REMOVAL AND REPLACEMENT: I Description: This item shall meet the requirements of Section 02529 of the MPW Standard Specifications and be constructed to the sizes and locations shown on the drawings. 2. The Contractor shall submit a concrete mix design to the Engineer for approval. Work required under this section shall include but not be limited to the following: a. Removal and disposal of existing sidewalk; b. Excavation and embankment as required to place base course at required grade; C. Furnishing,installing and compacting crushed aggregate base course; d. Fine grading and preparation of base; e. Formwork; f. Furnishing and installing concrete and reinforcing steel; 91 Furnishing concrete mix design; h. Taking and breaking cylinders and taking slump tests; i. Finishing and curing concrete; j- Installation of construction joints; k. All labor,tools, equipment,materials,royalties and incidentals required to complete the work as specified. 3. Unit of Measurement., Square Foot 4. Measurement: Measurement for SIDEWALK REMOVAL AND REPLACEMENT will be by the square foot installed. 5. Payment-.Payment for SIDEWALK REMOVAL AND REPLACEMENT will be made at the contract unit price bid per square foot as indicated in the Bid Form. Q. Bid Items No.20, 112,212,and 312—TYPE A SURFACE RESTORATION (ASPHALT) I Description: This item includes the surface restoration for trench excavations in paved streets,parking lots, and similar areas. 2. Work Required: Work required under this section includes but is not limited to the following. a. If applicable,meeting requirements included in the Special Provisions and/or the MDT utility occupancy agreement; SECTION 01275 MEASUREMENT AND PAYMENT PAGE 9 OF 10 D. Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to Engineer by a method ensuring receipt within 24 hours, 1. One copy shall include waivers of lien and similar attachments if required. 2. Submit paid invoices for material in storage obtained from vendors or suppliers after initial payment for said invoices has been made under previous progress payment. Payment for materials on hand will be made upon presentation of the initial invoice. No further payment will be made to Contractor for work or materials on hand until such time that proof of payment to producers or suppliers has been made in proportion to payments made to contractor. "Paid invoices will be submitted by Contractor to substantiate payment to producers or suppliers. 3. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. E. Submit final Application for Payment with or preceded by final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. I Waiver Forms: Submit waivers of lien on forms,executed in a manner acceptable to Owner. F. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: I. List of subcontractors. 2, Contractor's Construction Schedule(preliminary if not final), 3. Products list, 4. Schedule of unit prices, 5. Submittals Schedule(preliminary if not final). 6. List of Contractor's staff assignments, 7. List of Contractor's principal consultants. 8. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 9. Initial progress report. 10. Report of preconstruction conference, 11. Certificates of insurance and insurance policies. 12. Performance and payment bonds, 13. Data needed to acquire Owner's insurance. G. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion,submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. H. Final Payment Application-, Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including,but not limited,to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees,and similar obligations were paid. 3. Updated final statement,accounting for final changes to the Contract Sum. 4. Contractor's Affidavit of Release of Liens. 5. Consent of Surety to Final Payment. SECTION 01290 PAYMENT PROCEDURES PAGE 2 OF 3 6. Evidence that claims have been settled. 7. List of all claims against Owner that Contractor believes are unsettled. 8. Evidence of Insurance. 9. Final meter readings for utilities, a measured record of stored fuel,and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 10. Final, liquidated damages settlement statement. PART 2-PRODUCTS (Nat Used) PART 3-EXECUTION(Not Used) END OF SECTION SECTION 0]290 PAYMENT PROCEDURES PAGE 3 OF 3 SECTION 01300 SUBMITTALS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract,including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A, This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals, B. Related Sections include the following: 1 Division I Section"Payment Procedures" for submitting Applications for Payment. 2. Division I Section"Project Management and Coordination" for submitting Coordination Drawings, 1 Division 1 Section "Construction Progress Documentation"for submitting schedules and reports,including Contractor's Construction Schedule, 4. Division 1 Section"Contractor Quality Control and Owner Quality Assurance" for submitting test and inspection reports and Delegated-Design Submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Engineer's responsive action. B. Informational Submittals: Written information that does not require Engineer's approval. Submittals may be rejected for not complying with requirements,, 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Engineer for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1 Coordinate each submittal with fabrication,purchasing,testing,delivery,other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination, SECTION 01300 SUBMITTALS PAGE I OF 7 a. Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division I Section"Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities, D. Direct Transmittal from Prime Contractor: Engineer will not accept submittals from anyone but the Prime Contractor. E. Processing Time: Allow enough time for submittal review,including time for resubmittals,as follows. Time for review shall commence on Engineer's receipt of submittal. I Initial Review- Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals.Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. Allow 15 days for processing each resubmittal. 3. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. F. Identification: Place a permanent label or title block on each submittal for identification. 1 Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 5 inches(100 by 125 mm)on label or beside title block to record Contractor's review and approval markings and action taken by Engineer. 3. Include the following inforination on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Engineer, d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. 91 Name of manufacturer. h. Unique identifier,including revision number, i. Number and title of appropriate Specification Section, G. Deviations: Highlight,encircle,or otherwise identify deviations from the Contract Documents on submittals. H. Additional Copies: Unless additional copies are required for final submittal,and unless Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal. I. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Engineer will discard submittals received from sources other than Contractor, I On an attached separate sheet,prepared on Contractor's letterhead,record relevant information,requests for data,revisions other than those requested by SECTION 01300 SUBMITTALS PAGE 2 OF 7 Engineer on previous submittals,and deviations from requirements of the Contract Documents,including minor variations and limitations. Include the same label information as the related submittal, 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Provide locations on form for the following information: a. Project name. K Date, c. Destination(To:). d. Source(From:). e. Names of subcontractor,manufacturer,and supplier. f. Category and type of submittal. 9. Submittal purpose and description. h. Submittal and transmittal distribution record. i. Remarks. i. Signature of transmitter. J. Distribution: Furnish copies of final submittals to manufacturers,subcontractors, suppliers,fabricators,installers,authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. K. Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction. PART 2-]PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1, Number of Copies: Submit five copies of each submittal,unless otherwise indicated. Engineer will return two copies. Mark up and retain one returned copy as a Project Record Document. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. I If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings,not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information,as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions, d. Standard color charts. e. Manufacturer's catalog cuts, f. Wiring diagrams showing factory-installed wiring. 9. Printed performance curves. h. Operational range diagrams. SECT10N 01300 SUBMITTALS PAGE 3 OF 7 i. Mill reports. i. Standard product operating and maintenance manuals, k. Compliance with recognized trade association standards. 1. Compliance with recognized testing agency standards. in. Application of testing agency labels and seals. n. Notation of coordination requirements. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. I Preparation: Include the following information,as applicable: a. Dimensions, b. Identification of products. C. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. 9. Templates and patterns. h Schedules. i. Design calculations. i- Compliance with specified standards. k. Notation of coordination requirements. 1. Notation of dimensions established by field measurement. 2. Wiring Diagrams: Differentiate between manufacturer-installed and field- installed wiring. 3. Sheet Size: Except for templates,patterns,and similar full-size drawings,submit Shop Drawings on sheets at least 8-1/2 by I I inches(215 by 2.80 mm)but no larger than 30 by 40 inches(750 by 1000 mm). D. Coordination Drawings: Comply with requirements in Division I Section"Project Management and Coordination." E. Contractor's Construction Schedule: Comply with requirements in Division I Section "Construction Progress Documentation" for Construction Manager's action. F. Submittals Schedule: Comply with requirements in Division 1 Section"Construction Progress Documentation." G. Application for Payment: Comply with requirements in Division I Section "Payment Procedures." H. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work,including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form; 1. Name, address,and telephone number of entity performing subcontract or supplying products, 2. Number and title of related Specification Section(s)covered by subcontract. 3. Drawing number and detail references,as appropriate, covered by subcontract. SECTION 0130@ SUBMITTALS PAGE 4 OF 7 2.2 INFORMATIONAL SUBMITTALS A. Gencral: Prepare and submit Informational Submittals required by other Specification Sections. I Number of Copies: Submit two copies of each submittal,unless otherwise indicated. Engineer will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification, Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements in Division I Section "Quality Requirements." B. Contractor's Construction Schedule: Comply with requirements in Division I Section "Construction Progress Documentation." C. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses,names and addresses of Engineers and owners,and other information specified. D. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements, E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and,where required,is authorized for this specific Project. F, Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. H. Material Test Reports: Prepare reports written by a qualified testing agency,on testing agency's standard form,indicating and interpreting test results of material for compliance with requirements, 1. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product,for compliance with performance requirements. J. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. K. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either SECTION 01300 SUBMITTALS PAGE 5 OF 7 during installation of product or after product is installed in its final location, for compliance with requirements. L. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency,or on comprehensive tests performed by a qualified testing agency, M. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements in Division I Section"Closeout Procedures and Operation and Maintenance Data." N. Design Data: Prepare written and graphic information,including,but not limited to, performance and design criteria,list of applicable codes and regulations,and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software,if any, used for calculations. Include page numbers. O. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations,guidelines,and procedures for installing or operating a product or equipment. Include name of product and name,address,and telephone number of manufacturer. Include the following,as applicable: 1. Preparation of substrates. 1 Required substrate tolerances, 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. P. Manufacturer's Field Reports: Prepare written information documenting factory- authorized service representative's tests and inspections. Include the following, as applicable: I. Name,address, and telephone number of factory-authorized service representative making report, 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and,if not,what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions,products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. Q. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles,if any,and term of the coverage. R. Material Safety Data Sheets: Submit information directly to Owner. If submitted to Engineer,Engineer will not review this information but will return it with no action taken. SECTION 01300 SUBMITTALS PAGE 6 OF 7 PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Engineer. B. Approval Stamp: Stamp each submittal with a uniform,approval stamp. Include Project name and location,submittal number, Specification Section title and number,name of reviewer,date of Contractor's approval,and statement certifying that submittal has been reviewed,checked,and approved for compliance with the Contract Documents, 3.2 ENGINEER'S ACTION A. General: Engineer will not review submittals that do not bear Contractor's approval stamp and will return theirs without action. B. Action Submittals: Engineer will review each submittal,make marks to indicate corrections or modifications required,and return it. Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: I. Reviewed 2. Reviewed and Noted 3. Revise and Resubmit C. Informational Submittals: Engineer will review each submittal and will not return it,or will reject and return it if it does not comply with requirements. Engineer will forward each submittal to appropriate party. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION SECTION 01300 S UBMITFALS PAGE 7 OF 7 SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work,including the following: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule, 3. Submittals Schedule. 4. Daily construction reports. B. Related Sections include the following: 1. Division I Section"Payment Procedures" for submitting the Schedule of Values. 2. Division I Section"Project Coordination" for submitting and distributing meeting and conference minutes. 3. Division I Section "Submittals" for submitting schedules and reports. 4. Division I Section"Contractor Quality Control and Owner Quality Assurance" for submitting a schedule of tests and inspections. 5. Division I Section "Contract Closeout"for submitting photographic negatives as Project Record Documents at Project closeout. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring,and controlling the construction project. Activities included in a construction schedule consume time and resources. I Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor activity is an activity that must be completed before a given activity can be started. 13 Event: The starting or ending point of an activity. C. Float: The measure of leeway in starting and completing an activity, 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PAGE I OF 4 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the following activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. D. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. E. Milestone: A key or critical point in time for reference or measurement. F. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships. 1.4 SUBMITTALS A. Qualification Bata: For firms and persons specified in"Quality Assurance"Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses,names and addresses of Engineers and owners, and other information specified. B. Preliminary Construction Schedule: Submit two printed copies; one a single sheet of reproducible media,and one a print. C. Contractor's Construction Schedule: Submit two printed copies of initial schedule, one a reproducible print and one a blue-or black-line print,large enough to show entire schedule for entire construction period. D. Daily Construction Deports: Submit 2 copies at monthly intervals. 1.5 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule,list of subcontracts, Submittals Schedule, progress reports,payment requests,and other required schedules and reports. I. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART2-PRODUCTS 23 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Substantial Completion. SECTION 01320 CONSTRUCTION PROGRESS DOCUMEN'T'ATION PAGE 2 OF 4 I. Contract completion date shall not be changed by submission of a schedule that shows an early completion date,unless specifically authorized by Change Order. 2. Procurement Activities: Include procurement process activities for long lead items and major items,requiring a cycle of more than 60 days,as separate activities in schedule. Procurement cycle activities include,but are not limited to, submittals,approvals,purchasing,fabrication,and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Division I Section"Submittal Procedures"in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include time for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Engineer's administrative procedures necessary for certification of Substantial Completion. B. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule,and show how the sequence of the Work is affected. C. Milestones: Include milestones indicated in the Contract Documents in schedule, including,but not limited to,the Notice to Proceed, Substantial Completion,and Final Completion. D. Contract Modifications: For each proposed contract modification and concurrent with its submission,prepare a time-impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. 2.2 PRELIMINARY CONSTRUCTION SCHEDULE A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule at the preconstruction conference. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for construction.Include cash requirement prediction based on indicated activities,. 2.3 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: I.. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. High and low temperatures and general weather conditions. 5. Accidents. 6. Meetings and significant decisions. 7. Daily work progress. 8. Unusual events(refer to special reports). 9. Stoppages,delays, shortages,and losses. SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PAGE 3 OF 4 10. Meter readings and similar recordings. 11. Emergency procedures. 12. Orders and requests of authorities having jurisdiction. 13. Change Orders received and implemented. 14. Work Change Directives received. 15. Services connected and disconnected. 16. Equipment or system tests and startups. 17. Partial Completions and occupancies. 18. Substantial Completions authorized. PART 3-EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At monthly intervals,update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change,including,but not limited to, changes in logic,durations,actual starts and finishes,and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity. & Distribution: Distribute copies of approved schedule to Engineer,Owner,separate testing and inspecting agencies,and other parties identified by Contractor with a need-to- know schedule responsibility. I, Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made,distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PAGE 4 OF 4 SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PART I-GENERAL LI RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements, 1. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products, 2. Specified tests,inspections, and related actions do not limit Contractor's quality- control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-control services required by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this Section, C. Related Sections include the following: 1. Division I Section'"Construction Progress Documentation" for developing a schedule of required tests and inspections. 2. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities,actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements, B. Quality-Control Services: Tests,inspections,procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. C. Testing Agency: An entity engaged to perform specific tests, inspections,or both. Testing laboratory shall mean the same as testing agency.. SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PAGE I OF 5 1.4 SUBMITTALS A. Qualification Data: For testing agencies specified in "Quality Assurance"Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. B. Reports: Prepare and submit certified written reports that include the following: 1. Date of issue. 2. Project title and number, 3. Name, address,and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections, 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results, 10. Ambient conditions at time of sample taking and testing and inspecting, A. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements, 11 Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. C. Permits,Licenses,and Certificates: For Owner's records,submit copies of permits, licenses, certifications,inspection reports,releases,jurisdictional settlements,notices, receipts for fee payments,judgments, correspondence, records,and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.5 QUALITY ASSURANCE A, Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design,and extent to those indicated for this Project. C. Installer Qualifications: A firm or individual experienced in installing,erecting, or assembling work similar in material, design,and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. D. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance. SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PAGE 2 OF 5 E. Testing Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated,as documented by ASTM E 548, and that specializes in types of tests and inspections to be performed. F. Preconstruction Testing: Testing agency shall perform preconstruction testing for compliance with specified requirements for performance and test methods. 1. Contractor responsibilities include the following: a. Provide test specimens and assemblies representative of proposed materials and construction. Provide sizes and configurations of assemblies to adequately demonstrate capability of product to comply with performance requirements. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection,and similar quality-assurance service to Engineer,with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents, L6 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility,Owner will engage a qualified testing agency or Engineer to perform these services, I Owner will furnish Contractor with names,addresses,and telephone numbers of testing agencies engaged and a description of the types of testing and inspecting they are engaged to perform. 1 Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Unless otherwise indicated,provide quality-control services specified and required by authorities having jurisdiction. I. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ the same entity engaged by Owner,unless agreed to in writing by Owner, 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3, Where quality-control services are indicated as Contractor's responsibility, submit a certified written report,in duplicate,of each quality-control service. 4. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction,when they so direct. C. Manufacturer's Field Services: Where indicated,engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing. SECTION 41400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PAGE 3 OF 5 D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility,provide quality-control services, including retesting and reinspecting,for construction that revised or replaced Work that failed to comply with requirements established by the Contract Documents, E. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services, 2. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 3. Submit a certified written report,in duplicate, of each test, inspection, and similar quality-control service through Contractor. 4. Do not release,revoke,alter,or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. F. Associated Services: Cooperate with agencies performing required tests,inspections,and similar quality-controt services,and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field-curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quality- assurance and quality-control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests,inspections,obtaining samples, and similar activities. PART 2-PRODUCTS(Not Used) PART 3 -EXECU'T'ION 3.1 REPAIR AND PROTECTION A. General: On completion of testing,inspecting,sample taking, and similar services,repair damaged construction and restore substrates and finishes. SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PAGE 4 OF 5 I. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. & Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility,regardless of the assignment of responsibility for duality-control services. END OF SECTION SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALFTY ASSURANCE PAGE 5 Or 5 SECTION 01600 PRODUCT REQUIREMENTS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract,including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following administrative and procedural requirements: selection of products for use in Project;product delivery, storage,and handling; manufacturers'standard warranties on products; special warranties;product substitutions; and comparable products. B. Related Sections include the following: 1- Division I Section"References" for applicable industry standards for products specified, 2, Division I Section"Contract Closeout" for submitting warranties for contract Closeout. 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 13 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product"includes the terms '"material," "equipment," "system," and terms of similar intent. I Named Products: Items identified by manufacturer's product name,including make or model number or other designation, shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product. Product that is demonstrated and approved through submittal process,or where indicated as a product substitution,to have the indicated qualities related to type, function,dimension,in-service performance, physical properties,appearance,and other characteristics that equal or exceed those of specified product, B. Substitutions: Changes in products, materials, equipment,and methods of construction from those required by the Contract Documents and proposed by Contractor. SECTION 01600 PRODUCT REQUIREMENTS PAGE 1 OF 5 C. Basis-of-Design Product Specification: Where a specific manufacturer's product is named including make or model number or other designation,to establish the significant qualities related to type,function,dimension,in-service performance,physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. D. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. E. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. 1.4 SUBMITTALS A. Substitution Requests. Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced, Include Specification Section number and title and Drawing numbers and titles. I. Substitution Request Form: 1 Documentation: Show compliance with requirements for substitutions and the following,as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information,including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance,weight, size, durability,visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples,where applicable or requested, f. List of similar installations for completed projects with project names and addresses and names and addresses of Engineers and owners. 9- Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated, h. Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work,including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer,on manufacturer's letterhead, stating lack of availability or delays in delivery. i. Cost information,including a proposal of change, if any, in the Contract Sum, j. Contractor's certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated, SECTION 01600 PRODUCT REQUIREMENTS PAGE 2 OF 5 lc. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Engineer's Action: If necessary,Engineer will request additional information or documentation for evaluation,within one week of receipt of a request for substitution. Engineer will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation,whichever is later. a. Form of Acceptance: Change Order. b. Use product specified if Engineer cannot make a decision on use of a proposed substitution within time allocated. B. Basis-of-Design Product Specification Submittal: Comply with requirements in Division 1 Section"Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project,product selected shall be compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Deliver,store,and handle products using means and methods that will prevent damage, deterioration,and loss,including theft. Comply with manufacturer's written instructions. I. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable,hazardous, easily damaged, or sensitive to deterioration,theft,and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original scaled container or other packaging system,complete with labels and instructions for handling, storing,unpacking,protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store materials in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements,under cover in a weathertight enclosure above ground,with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity,ventilation,and weather-protection requirements for storage. 9. Protect stored products from damage. SECTION 01600 PRODUCT REQUIREMENTS PAGE 3 OF 5 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. B. Special Warranties: Prepare a written document that contains appropriate terms and identification,ready for execution. Submit a draft for approval before final execution. 1. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. C, Submittal Time: Comply with requirements in Division 1 Section"Closeout Procedures," PART 2-PRODUCTS 2.1 PRODUCT OPTIONS A. General Product Requirements: Provide products that comply with the Contract Documents,that are undamaged,and unless otherwise indicated,that are new at time of installation. 1. Provide products complete with accessories,trim, finish,fasteners,and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified,provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Or Equal: Where products are specified by name and accompanied by the term "or equal"or"or approved equal" or"or approved," comply with provisions in "Comparable Products"Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: Procedures for product selection include the following: L Product: Where Specification paragraphs or subparagraphs titled "Product"name a single product and manufacturer,provide the product named. a. Substitutions may be considered. 2. Products; Where Specification paragraphs or subparagraphs titled"Products" introduce a list of names of both products and manufacturers, provide one of the products listed that complies with requirements. a. Substitutions may be considered,unless otherwise indicated. 3. Manufacturers: Where Specification paragraphs or subparagraphs titled "Manufacturers"introduce a list of manufacturers"names,provide a product by one of the manufacturers listed that complies with requirements. a. Substitutions may be considered,unless otherwise indicated. SECTION 01600 PRODUCT REQUIREMENTS PAGE 4 OF 5 2,2 PRODUCT SUBSTITUTIONS A. Timing: Engineer will consider requests for substitution if received within 30 days after the Notice of Award. Requests received after that time maybe considered or rejected at discretion of Engineer, B. Conditions: Engineer will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied,Engineer will return requests without action, except to record noncompliance with these requirements: I Requested substitution offers Owner a substantial advantage in cost,time,energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Engineer for redesign and evaluation services, increased cost of other construction by Owner,and similar considerations. 1 Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. S. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 2.3 COMPARABLE PRODUCTS A. Where products or manufacturers are specified by name, submit the following,in addition to other required submittals,to obtain approval of an unnamed product: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents,that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance,weight, size, durability,visual effect,and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of Engineers and owners,if requested. 5. Samples,if requested. PART 3-EXECUTION(Not Used) END OF SECTION SECTION 01600 PRODUCT REQUIREMENTS PAGE 5 OF 5 SECTION 01700 CONTRACT CLOSEOUT PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract,including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section, 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including,but not limited to,the following: 1. Inspection procedures. 2. Project Record Documents, 3. Operation and maintenance manuals, 4. Warranties. S. Instruction of Owner's personnel. 6. Final cleaning. B. Related Sections include the following: I. Payment for Substantial and Final Completion. 2. Division I Section"Construction Progress Documentation"for submitting Final Completion construction photographs and negatives, 3. Division I Section"Execution Requirements" for progress cleaning of Project site. 4. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for products of those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion,complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected(punch list),the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties,Performance bonds,maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits,operating certificates, and similar releases. S. Prepare and submit Project Record Documents,operation and maintenance manuals, damage or settlement surveys,property surveys,and similar final record information. SECTION 01700 CONTRACT CLOSEOUT PAGE 1 OF 7 6. Deliver tools, spare parts,extra materials,and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, construction tools, and similar elements. 11. Advise Owner of changeover in heat and other utilities. 12. Submit changeover information related to Owner's occupancy,use, operation, and maintenance. 13. Complete final cleaning requirements, including touchup painting. 14, Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request,Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items,either on Contractor's list or additional items identified by Engineer,that must be completed or corrected before certificate will be issued. I. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. C. There will only be a single Substantial Completion document issued for each Contract. The warrantee period will begin at the issuance date of the Substantial Completion document representing all schedules covered under Contract. There will not be individual warrantee periods for each schedule or portions thereof this project. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division I Section "Payment Procedures." 2. Submit certified copy of Engineer's Substantial Completion inspection list of items to be completed or corrected(punch list),endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final,continuing insurance coverage complying with insurance requirements. 4. Submit evidence that bonds shall be in effect until one year after the date when final payment becomes due or until completion of the correction period specified, whichever is later. 5. lustruct Owner's personnel in operation,adjustment,and maintenance of products,equipment,and systems. SECTION 0 170 CONTRACT CLOSEOUT PAGE 2 OF 7 B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request,Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected, 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary,areas disturbed by Contractor that are outside the limits of construction. I. Organize list of areas in sequential order. 2. Organize items applying to each area by major element. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Engineer. d. Name of Contractor. e. Page number. 1.6 PROJECT RECORD DOCUMENTS A. General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss, Provide access to Project Record Documents for Engineer's reference during normal working hours. B. Record Drawings: Maintain and submit one set of blue-or black-line white prints of Contract Drawings and Shop Drawings, 1. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor,or similar entity, to prepare the marked-up Record Prints. a. Give particular attention to information on concealed elements that cannot be readily identified and recorded later. b. Accurately record information in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. d. Mark Contract Drawings or Shop Drawings,whichever is most capable of showing actual physical conditions,completely and accurately. Where Shop Drawings are marked,show cross-reference on Contract Drawings. 2. Mark record sets with erasable,red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location. 3. Mark important additional information that was either shown schematically or omitted from original Drawings. SECTION 01700 CONTRACT CLOSEOUT PAGE 3 OF 7 4. Note Construction Change Directive numbers, Change Order numbers, alternate numbers, and similar identification where applicable. S. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING"in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover ,sheets. C. Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. 1.7 OPERATION AND MAINTENANCE MANUALS A. Assemble a complete set of operation and maintenance data indicating the operation and maintenance of each system,subsystem, and piece of equipment not part of a system. Include operation and maintenance data required in individual Specification Sections and as follows:. 1. Operation Data: a. Emergency instructions and procedures. b. System, subsystem, and equipment descriptions,including operating standards. C. Operating procedures,including startup, shutdown,seasonal, and weekend operations. d. Description of controls and sequence of operations. e. Outline,cross section,and assembly drawings, engineering data,and wiring diagrams. f. Test data and performance curves,where applicable. g. Piping diagrams. 2. Maintenance Data: a. Manufacturer's information,including list of spare parts. b. Name, address,and telephone number of Installer or supplier. C. Maintenance procedures. d. Maintenance and service schedules for preventive and routine maintenance. C, Maintenance record forms. f. Guide to"troubleshooting" g. Sources of spare parts and maintenance materials. h. Copies of maintenance service agreements. i. Copies of warranties and bonds. B. Organize operation and maintenance manuals into suitable sets of manageable size. Bind and index data in heavy-duty, 3-ring,vinyl-covered,loose-leaf binders,in thickness necessary to accommodate contents, with pocket inside the covers to receive folded oversized sheets. Identify each binder on front and spine with the printed title "OPERATION AND MAINTENANCE MANUAL,"Project name,and subject matter of contents. SECTION 01700 CONTRACT CLOSEOUT PAGE 4 OF 7 1.8 WARRANTIES A. Submittal Time: Submit written warranties on request of Engineer for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Contractor's General Warranty and Guarantee: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one(1)year from the date of Substantial Completion. The Contractor warrants and guarantees for a period of one(1)year from the date of Substantial Completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects, including the repairers of the damage of other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs,adjustments,or other work that may be made necessary by such defects,the Owner may do so and charge the Contractor the cost there by incurred. The Performance Bond and Payment Bond shall remain in full force and effect through the guarantee period. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 -EXECUTION 3.1 DEMONSTRATION AND TRAINING A. Instruction: Instruct Owner's personnel to adjust,operate,and maintain systems, subsystems, and equipment not part of a system. I. Provide instructors experienced in operation and maintenance procedures. 2. Provide instruction at mutually agreed-on times. For equipment that requires seasonal operation,provide similar instruction at the start of each season. 3. Schedule training with Owner,through Engineer,with at least seven days' advance notice. 4. Coordinate instructors,including providing notification of dates,times, length of instruction,and course content. B. Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual SECTION 01.700 CONTRACT CLOSEOUT PAGE 5 OF 7 Specification Sections. For each training module, develop a learning objective and teaching outline. Include instruction for the following: I. System design and operational philosophy. 2. Review of documentation. 1 Operations, 4. Adjustments. 5. Troubleshooting. 6. Maintenance. 7. Repair. 3.2 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. I Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site,yard, and grounds,in areas disturbed by construction activities,including landscape development areas, of rubbish,waste material,litter,broken pipe,sheeting,worn-out parts,rejected materials, concrete,asphalt and other foreign substances. b. Remove excess piles of gravel or soil deposited.throughout project, C. Final grade in unpaved and ungraveled areas with a motor patrol. d. Remove all loose rocks, boulders,and coarse gravel pushed into a berm by final grading. e. Restore surface drainage to original condition unless otherwise detailed in the project plans and specifications. f. Sweep paved areas broom clean. Remove petrochemical spills,stains, and other foreign deposits, 9. Rake grounds that are neither planted nor paved to a smooth, even- textured surface, h. Remove tools,construction equipment,machinery,and surplus material from Project site. i. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films,and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. j. Remove debris and surface dust from limited access spaces, including roofs,plenums, shafts,trenches,equipment vaults,manholes, attics,and similar spaces, k. Sweep concrete floors broom clean in unoccupied spaces. 1. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision- obscuring materials. Replace chipped or broken glass and other SECTION 01700 CONTRACT CLOSEOUT PAGE 6 OF 7 damaged transparent materials, Polish mirrors and glass,taking care not to scratch surfaces. M. Remove labels that are not permanent. n. Touch up and otherwise repair and restore marred,exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. o. Do not paint over"UL",and similar labels, including mechanical and electrical nameplates. P, Wipe surfaces of mechanical and electrical equipment,and similar equipment. Remove excess lubrication,paint and mortar droppings,and other foreign substances. q. Replace parts subject to unusual operating conditions. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile,harmful, or dangerous materials into drainage systems, Remove waste materials from Project site and dispose of lawfully. ENT}OF SECTION SECTION 01700 CONTRACT CLOSEOUT PAGE 7 OF 7 SECTION 01730 EXECUTION REQUIREMENTS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Special Provisions of the Contract,including General and Supplementary Conditions and other Division I Specification Sections,apply to this Section, 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including,but not limited to,the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Coordination of Owner-installed products. 5, Dust Control 6. Progress cleaning. 7. Starting and adjusting, 8. Protection of installed construction, 9. Correction of the Work. B. Related Sections include the following: 1. Division I Section"Project Coordination" for procedures for coordinating field engineering with other construction activities. 2. Division I Section"Submittals" for submitting surveys, 3. Division 1 Section"Contract Closeout" for submitting final property survey with Project Record Documents,recording of Owner-accepted deviations from indicated lines and levels,and final cleaning. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements,utilities,and other construction indicated as existing are not guaranteed. Before beginning work,investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work, I Before construction,verify the location and points of connection of utility services. SECTION 01730 EXECUTION REQUIREMENTS PAGE I OF 6 B. Existing Utilities'. The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. I. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer,and water-service piping; and underground electrical services. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site, 12 PREPARATION A. Existing Utility Information: Fumish informatioD to local utility that is necessary to adjust,move, or relocate existing utility structures,utility poles,lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission, C. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction,verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work, D. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. E. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents,submit a request for information to Engineer. Include a detailed description of problem encountered,together with recommendations for changing the Contract Documents. 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work,verify layout information shown on Drawings,in relation to the property survey and existing benchmarks. If discrepancies are discovered,notify Engineer promptly, B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. SECTION 01730 EXECUTION REQUIREMENTS PAGE 2 OF 6 4. Check the location, level and plumb,of every major element as the Work progresses. 5, Notify Engineer when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements,including pavements,grading, fill and topsoil placement,utility slopes, and invert elevations. D. Record Lola. Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions,name and duty of each survey party member,and types of instruments and tapes used. Make the log available for reference by Engineer. 3.4 FIELD ENGINEERING A. Identification: Owner and Engineer will identify existing benchmarks, control points, and property comers to the best of his knowledge. The Contractor will have the ultimate responsibility to locate,recognize and preserve all of these that are encountered. B. Retain a license land surveyor,at the Contractor's expense,to replace any survey corners, property pins,or highway right-of-way monuments removed or damaged during construction. C. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work, Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Engineer. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Engineer before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on.the original survey control points. D. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site,referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations,with horizontal and vertical data, on Project.Record Documents, 2. Where the actual location or elevation of layout points cannot be marked,provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition, 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. SECTION 01730 EXECUTION REQUIREMENTS PAGE.3 OF 6 I. Make vertical work plumb and make horizontal work level. 2. Where space is limited,install components to maximize space available for maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated, C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place,accurately located and aligned with other portions of the Work. G. Hazardous Materials: Use products, cleaners,and installation materials that are not considered hazardous. 3.6 DUST CONTROL A. Be responsible for dust control,providing all equipment and personnel for the work. Furnish Engineer with the name(s)and telephone numbers(s)of the person(s)responsible for dust control during evenings and weekends. If a responsible person cannot be contacted or does not respond,Owner may perform or contract out dust control duties at Contract's expense. 3.7 PROGRESS CLEANING A. General: Clean Project site and work areas daily,including common areas. Remove and properly dispose of excess material accumulated from demolition and construction(such as piles of gravel or soil,broken concrete, debris,papers,rejected materials,worn-out equipment parts, etc.)from the project site at the Contractor's expense. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. I. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F(27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally,according to regulations. B. Site: Maintain Project site free of waste materials and debris. SECTION 01730 EXECUTION REQUIREMENTS PAGE 4 OF 6 C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work, 1. Remove liquid spills promptly. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed,using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at tirne of Substantial Completion. G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint,mortar,oils,putty,and similar materials. I Thoroughly clean piping,conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. H. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. I. During handling and installation,clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. J. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. K. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress,is subject to harmful,dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.8 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units,replace with new units,and retest. B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: If a factory-authorized service representative is required to inspect field-assembled components and equipment installation, comply with qualification requirements in Division 1 Section"Quality Requirements." SECTION 01730 EXECUTION REQUIREMENTS PAGE 5 Of 6 19 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. 3.10 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. I. Repairing includes replacing defective parts,refinishing damaged surfaces, touching up with matching materials,and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched,and broken glass or reflective surfaces. END OF SECTION SECTION 01730 EXECUTION REQUIREMENTS PAGE 6 OF 6 DIVISION 2 SITE CONSTRUCTION SECTION 02650 TEMPORARY BY-PASS PUMPING SYSTEMS PART I -GENERAL I.1 SCOPE OF WORK A. Furnish all necessary labor, materials,equipment, services and incidentals required and install, field test, and operate temporary by-pass pumping systems as proposed by the Contractor for the purpose of diverting flow around work areas as required. B. Maintain temporary by-pass pumping systems so that they are completely functional throughout the required period of service. C. Following the required period of service,remove temporary by-pass pumping systems from site. D. Provide all maintenance including manufacturer recommended preventive maintenance and on-call repair services. Contractor shall provide repair services and/or replacement equipment 24 hours per day, seven days per week. All by-pass pumping systems shall be operational within 4 hours of being contacted. E. Should the Contractor elect to use diesel fuel for temporary bypass pumping,the total storage quantity of fuel allowable at the site to operate the temporary pumps shall not exceed the sum of the individual fuel tank capacities furnished with each pump's diesel engine drive. Provide a refueling service to maintain continuous 24-hours per day, 7 days per week pumping system operation. 1.2 SUBMITTALS A. Submit a detailed description of the proposed temporary by-pass pumping system. B. Submit a detailed schematic of each by-pass setup. 1.3 REFERENCE STANDARDS A. Design,manufacturing and assembly of elements of the equipment specified herein shall be in accordance with the following: 1. American Institute of Steel Construction(RISC) 2. American Iron and Steel Institute(AISI) 3. American Society of Mechanical Engineers(ASME) 4. American National Standards Institute(ANSI) 5. American Society for Testing Materials(ASTM) Er. American'Welding Society(AWS) 7. American Bearing Manufacturers Association(ABMA) S. Institute of Electrical and Electronics Engineers(IEEE) 9. National Electrical Manufacturers Association(NEMA) 10. Occupational.Safety and Health Administration (OSHA) 11. Underwriters Laboratories(UL) SECTION 02650 TEMPORARY BY-PASS PUMPING SYSTEMS PAGE I OF 3 B. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. PART 2-PRODUCTS 2.1 EQUIPMENT A. Each temporary by-pass pumping system shall be complete including pumps,drives, piping,piping headers,valves,flow meter,controls and appurtenances as required for a complete system. B. The pumps,drives and controls shall be designed and built for 24-hour continuous service at any and all points within the required range of operation,without overheating,without cavitations, and without excessive vibration or strain. All parts shall be so designed and proportioned as to have the strength,stability and stiffness and be constructed to meet the specified requirements. Methods shall he provided for inspection,repairs,and adjustment, C. All necessary foundation bolts,nuts, and washers shall be furnished. D. Each piece of equipment shall be furnished with a nameplate(with embossed data) securely mounted to the body of the equipment. As a minimum, the nameplate of the pumps shall include the manufacturer's name and model number, serial number,rated flow capacity, head, speed and all other pertinent data. As a minimum,nameplates for drives shall include the manufacturer's name and model number,serial number, horsepower, speed, input voltage,amps,number of cycles and power service factors. E. All equipment shall be suitable for outdoor operation under adverse weather conditions. Provide protection from freezing as required to maintain system operation. 2.2 CONDITIONS OF OPERATION A. Each pump shall be designed for the conditions of service specified. All pumps shall have a rising head capacity curve for stable pump operation from the minimum head operating point to the shut-off head, 1. Service: Temporary By-Pass Pumping 2. Number of pumps: As required by the Application 3. Liquid: Raw Wastewater 4. Design capacity total peak(gpm): Approximately 250 gpm per line Approximately 750 gpm for system 5. Type of drive: Diesel engine or Electric 2.3 PUMPING SYSTEM COMPONENTS A. All pumps shall be centrifugal, end suction, fully automatic self-priming units that do not require the use of foot-valves,vacuum pumps,diaphragm pumps,or isolation valves or float apparatus in the priming system. B. Provide automatic start/stop controls for the pumping system to automatically maintain system flow. Controls shall be contained in a local control panel with provision to manually operate each pump,provide indication of pump operation,and indicate the total flow being pumped. SECTION 02650 TEMPORARY BY-PASS PUMPING SYSTEMS PAGE 2 OF 3