Loading...
HomeMy WebLinkAbout17- Construction Specifications and Contract Documents - Central Excavation, Inc. - Sediment Management Waste Facility Project Construction Specifications and Contract Documents for The City of Bozeman Sediment Management Waste Facility Project May 2017 ,j ;-, -t Prepared By: City of Bozeman Public Works Division 20 East Olive Street BOZ E MAN MT P.O. Box 1230 Bozeman, MT 59771 StOCIl1Water Division Ph, (406)582-2280 Fax (406)582-2263 MT Sformwaier Division Sediment Management Waste Facility Project City of Bozeman BID Opening: June 20, 2017, 2:00 P.M. Addendum Number: 1 Addendum Date: June 7, 2017 To:All Planholders of Record Please note the following modifications to the above referenced BID Contract Documents: Call for BIDS Section Page one (1) paragraph one (1) of the Call for BIDs Section of the Contract Documents, strike the wording"2:00 p.m., local time,June 13, 2017" and replace with"2:00 p.m., local time,June 20, 2017". Page one (1) paragraph three (3) of the Call for BIDs Section of the Contract Documents, strike the wording`BIDs must be received before 2 p.m. Tuesday,June 13, 2017" and replace with `BIDs must be received before 2 p.m. Tuesday,June 20, 2017". Page two (2) paragraph nine (9) of the Call for BIDs Section of the Contract Documents, strike the wording"2:00 p.m., local time, June 13, 2017" and replace with"2:00 p.m., local time,June 20, 2017". Instruction to Bidders Section Page one (1) of the Instruction to Bidders Section of the Contract Documents, strike the wording"CITY OF BOZEMAN 2017 OLIVE &CHURCH STREET RECONSTRUCTION PROJECT" and replace with "CITY OF BOZEMAN SEDIMENT MANAGEMENT WASTE FACILITY". Page five (5) of the Instruction to Bidders section of the Contract Documents, strike the wording"CITY OF BOZEMAN SEDIMENT MANAGEMENT FACILITY"and replace with"CITY OF BOZEMAN SEDIMENT MANAGEMENT WASTE FACILITY". 1 TDD: 406-582-2301 THE MOST LIVABLE PLACE. Siormwaiei, Division Page five (5) of the Instruction to Bidders section of the Contract Documents, strike the wording"DO NOT OPEN UNTIL 2:00 P.M.JUNE 13, 2017" and replace with "DO NOT OPEN UNTIL 2:00 P.M.June 20, 2017". BID Form Section Schedule two (2) BID items have been revised to match the Contract Drawings. Remove page three (3) from the BID Form and replace with the attached revised BID Form Sheet. Drawings Section - Sheet 010502, Detail 8/01C102 Clarification, the prime coat is to be applied to the top layer of base coarse per Special Provisions Section 33 —Aggregate Treatment"before paving, the Contractor shall apply MC-70 emulsified prime aggregate treatment, or approved equal, to the base course material per the manufacturer's recommendations." Additional Information The engineer's estimate for this project is $273,366.00. I l � I I I I o , P.O.East Otive Street :. o ,,. www.bozemon.net I TDD: 406-582-2301 THE MOST LIVABLE PLACE. TOTAL SCHEDULE 1 BID r $ (TOTAL SCHEDULE 1 BID - WRITTEN WORDS) Schedule 2: Construction of Sediment Waste Management Facility, including side grading and sub grade preparation and the installation of base material, asphalt surface, water line, discharge line, multiple waste management bays,and wash station. Item Description Unit Unit Price Estimated Total EstimatedQuantity Price 201 Clearing and Grubbing S.F. 34,162 202 Fill C.Y. 1,500 203 Geotextile Fabric S.Y. 3,795.8 204 1 %2"Crushed Base Course C.Y. 1,265.3 205 Aggregate Treatment S.Y. 3,795.8 206 Asphalt Concrete—Type B S.Y. 3,795.8 207 Discharge Manhole Each 1 207A Sanitary Sewer Manhole Each 1 208 Type 1 Ecology Block Each 77 209 T e 2 Ecology Block Each 146 210 Effluent Discharge Pipeline L.F. 413 211 Liner Penetration L.S. 1 212 Discharge Line Clean Out Each 1 213 Water Main Connection Assembly Each 1 214 Water Line 2" Curb Stop ssembly Each 2 215 Water Line Meter and Vault Each 1 216 Water Pipeline 2" L.F. 920 217 Wash Station L.S. 1 218 Bollard Each 4 219 Containment Vault Each 3 220 Miscellaneous Work Each $1.00 35,000 $35,000 TOTAL SCHEDULE 2 BID (TOTAL SCHEDULE 2 BID - WRITTEN WORDS) TOTAL COMBINED SCHEDULE 1 and 2 BID (TOTAL COMBINED SCHEDULE 1 and 2 BID - WRITTEN WORDS) 3 BID FORM I BIDDER'S CHECKLIST f Please utilize the following Bidder's Checklist before submitting your bid. 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) t 2) Bid Proposal: a. Arithmetic checked? b. Unit Bid amounts agree with math calulations? c. All Addenda acknowledged on proposal sheet and cover? d. Signature portion completely filled out? e. Bid Proposal intact in Contract Documents DO NOT REMOVE!!!! £ Non-Discrimination Affirmation form completed and signed? 3) Bid Envelope: a. Addressed properly? (See Article 1 —Bids, Instructions to Bidders) b. Contains the Contract Documents and Specifications booklet? C. Acknowledged Receipt of Addenda? d. Sealed? 4) Bid Submitted prior to required time at specified location? Be sure to seal your bid. Include project name, bid date/time, contractor name, contractor registration number, and acknowledgement of all addenda(by number) on the outside of the bid ` envelope. Leave all sheets intact in the Contract Documents and Specifications booklet. Return the complete Contract Documents and Specifications booklet. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. NO FAXED COPIES WILL BE ACCEPTED. BIDDER'S CHECKLIST Please utilize the following Bidder's Checklist before submitting your bid. X 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) _,2) Bid Proposal: a. x Arithmetic checked? b.x Unit Bid amounts agree with math calulations? c.-,x All Addenda acknowledged on proposal sheet and cover? d. x Signature portion completely filled out? e. r Bid Proposal intact in Contract Documents DO NOT REMOVEt i i t £ Non-Discrimination Affirmation form completed and signed? 3) Bid Envelope: a. X Addressed properly? (See Article 1 —Bids, Instructions to Bidders) b.XContains the Contract Documents and Specifications booklet? c. )(Acknowledged Receipt of Addenda? d.-/ Sealed? _,,X 4) Bid Submitted prior to required time at specified location? Be sure to seal your bid. Include project name, bid date/time, contractor name, contractor registration number, and acknowledgement of all addenda(by number) on the outside of the bid envelope. Leave all sheets intact in the Contract Documents and Specifications booklet. Return the complete Contract Documents and Specifications booklet. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. NO FAXED COPIES WILL BE ACCEPTED. CITY OF BOZEMAN, MONTANA SEDIMENT MANAGEMENT WASTE FACILITY MAY 2017 TABLE OF CONTENTS CONTRACT DOCUMENTS Invitation to Bid Instructions to Bidders Bid Form Bid Bond Non-Discrimination Affirmation Form Agreement Form Payment and Performance Bonds Standard General Conditions of the Construction Contact Supplementary Conditions Montana Prevailing Wage Rates Standard Forms CONSTRUCTION SPECIFICATIONS Special Provisions Technical Specifications—Divisions 2, 3, 5 & 15 Measurement and Payment APPENDICES Standard Drawings CITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: Sediment Management Waste Facility Project Separate sealed bids for construction of City of Bozeman Sediment Management Waste Facility 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, June 13, 2017 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 202, City Hall, 121 No. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk's Office, Suite 202, City Hall, P.O. Box 1230, Bozeman, Montana 59771. Bids must be received before 2 p.m. Tuesday, June 13, 2017. 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 project work is generally described as follows: Construction of a Sediment Management Waste Facility to remediate current debris collection, storage, and disposal associated with reoccurring stormwater and wastewater infrastructure maintenance. The Stormwater Waste Facility will be adjacent to the City's Wastewater Treatment Plant and include the following components: ■ A stormwater debris disposal bay designed to manage solids and liquids generated from stormwater field operations and system maintenace; ■ A commingled sanitary waste disposal bay designed to manage solids and liquids generated from wastewater field operations and system maintenance; ■ A secure storage area for potentially contaminated waste generated from unplanned pollution events; and ■ An equipment and vehicle wash station. This project generally includes the reconstruction of an access road, construction of asphalt pad and dumping area, installation of water and wastewater lines, and all related work incidental to construction. Section 00100 INVITATION TO BID Page 1 of 3 i The Contract Documents may be examined or obtained at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana 59771- 1230, 406-582-2280, in accordance with the Instruction to Bidders. Required deposit is $25.00 per set, which is not refundable. There will be a Pre-Bid Conference at the office of the City of Bozeman Public Works Division at 10:00 a.m. on June 6, 2017. 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 Avenue, 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. 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, June 13, 2017. 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 00100 INVITATION TO BID Page 2 of 3 DATED at Bozeman, Montana, this 24t" day of May, 2017. Robin Crough, CIVIC City Clerk, City of Bozeman Published Bozeman, Montana, May 28, 2017 June 4, 2017 Section 00100 INVITATION TO BID Page 3 of 3 INSTRUCTIONS TO BIDDERS BIDS All Bids must be made on the forms provided in this bound copy of the Contract Documents. All Bids must be legibly written in ink,with all prices given in figures and total bid amount given in words and figures. No alterations by erasures or interlineations will be permitted in Bids or in the printed forms. Each Bid shall be enclosed in a sealed envelope addressed to the Clerk of the Commission,City Hall, 121 North Rouse Ave.,P.O.Box 1230,Bozeman,Montana 59771-1230, and endorsed on the outside of the envelope with the words: CITY OF BOZEMAN 2017 OLIVE & CHURCH STREET RECONSTRUCTION PROJECT. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations therefrom may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. BID GUARANTEE No Bids will be considered unless accompanied by a Bid guarantee,in the amount stipulated in the Invitation To Bid,made unconditionally payable to the Owner,which may be either a Cashier's Check or a Certified Check drawn on an acceptable bank. A Bidder's Bond issued by a surety company authorized to do business in the State of Montana will also be acceptable. SIGNATURE OF BIDDERS Each Bid must be signed in ink by the Bidder with his full name and with his business address or place of residence. In case of a firm or partnership,the name and residence of each member must be inserted. In case the Bid is submitted by,or on behalf of,a corporation,it must be signed in the name of such corporation by an official who is authorized to bind the corporation,and who shall also affix the corporate seal of such corporation. The Bid of a corporation which is signed by a person other than a corporate officer must be accompanied by a Power of Attorney showing that person's authority. ONLY ONE PROPOSAL No Bidder may submit more than one Bid. Two Bids under different names will not be received from one firm or association. RESPONSIBILITIES OF AGENT Any person signing a Bid as the agent of another,or of others,may be required to submit satisfactory evidence of this authority to do so. The title of the person(s)executing the Bid or Agreement shall be clearly indicated beneath his signature. QUALIFICATIONS OF BIDDERS Bidders may be required to submit satisfactory evidence that they have a practical knowledge of the particular work bid upon, and that they have the necessary financial resources to complete the proposed work. In determining the lowest 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 1 INSTRUCTIONS TO BIDDERS the work; and(d)has appropriate technical experience. Each Bidder may be required to show that former work performed by him has been handled in such a manner that there are no just or proper claims pending against such work. No Bidder will be acceptable if he is engaged on any other work which impairs his ability to finance his contract. The Bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. CONTRACT DOCUMENTS It is intended that the Montana Public Works Standard Specification,61h Edition(MPWSS),shall be used to govern the contractual and performance aspects of this project,and is hereby incorporated as part of these CONTRACT DOCUMENTS,as modified by the City of Bozeman Modifications to Montana Public Works Standard Specifications 6th Edition(COB MODS),dated March 31,2011,including all addenda which is also hereby incorporated as part of these contract documents, and as further modified herein by the City of Bozeman. All standard forms of MPWSS shall be utilized in executing these CONTRACT DOCUMENTS unless otherwise noted or revised in the bound bid document. Selected sections of the MPWSS have been reprinted in this document to provide a clear definition of the project and detail modifications to the MPWSS made by the City of Bozeman,in order to assist the Contractor in preparation of his Bids. The complete CONTRACT DOCUMENTS which comprise this entire document, and are made a part hereof, consist of the following: Invitation to Bid............................ Bound Herein Instructions to Bidders.................. Bound Herein Bid Form...................................... Bound Herein Bid Bond...................................... Bound Herein Agreement Form...........................Bound Herein Payment Bond..............................MPWSS/Bound Herein Performance Bond........................MPWSS/Bound Herein Standard General Conditions........MPWSS/Bound Herein Supplementary Conditions............MPWSS/Bound Herein Miscellaneous Forms Notice of Award..................Bound Herein Notice To Proceed............. MPWSS/Bound Herein Field Order...................MPWSS/Bound Herein Change Order.....................MPWSS/Bound Herein Work Directive Change.......MPWSS/Bound Herein Application For Payment (Guidance Only)............... Bound Herein Certificate of Substantial Completion........................MPWSS Order to Contractor to 2 INSTRUCTIONS TO BIDDERS Suspend Work......... .....Bound Herein Order to Contractor to Resume Work...............Bound Herein Contractors Certificate And Release...............MPWSS Lien Waiver for Prime Contractor................MPWSS Lien Waiver for Subcontractor/Supplier...MP W S S Wage Rates...................................Bound Herein Special Provisions..........................Bound Herein Technical Specifications..............Bound Herein Division 2—Sitework Division 3 —Concrete Division 5 —Metals Division 15 - Mechanical Additional Specifications...................MPWSS, COB MODS, &Bound Herein Appendix A—Standard Drawings...........Bound Herein Plan Set EXAMINATION OF CONTRACT DOCUMENTS AND SITE Before submitting a bid,each Bidder must (a) examine the Contract Documents thoroughly (b) visit the site to familiarize himself with location conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal,state and local laws, ordinances,rules and regulations that may in any manner affect cost,progress or performance of the Work;and(d)study and carefully correlate Bidder's observations with the Contract Documents. Any Bidder may,upon request,examine those reports of investigations and tests of subsurface and latent physical conditions at the site (if any) which have been relied upon in preparing the drawings and specifications. These reports are not guaranteed as to accuracy or completeness,nor are they part of the Contract Documents. Before submitting his Bid each Bidder will, at his own expense, make such additional investigations and tests as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request,Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. Any administrative requirements and associated costs of such investigations are the responsibility of the Bidder. The lands upon which the Work is to be performed, rights-of-way for access thereto and other lands designated for use by Contractor in performing the Work are identified in the specifications or on the drawings. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has 3 INSTRUCTIONS TO BIDDERS complied with every requirement of this section and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Where logs of test borings are included in the contract plans,it is agreed that such logs do not constitute a part of the contract and are included only for the convenience of the bidder or Contractor and do not relieve him of his duties under this section or of any other responsibility under the contract. No information derived from any inspection of records of investigation or compilation thereof made by the Owner will in any way relieve the bidder or Contractor from properly performing his obligations under the contract. UNDERGROUND UTILITIES The location of underground utilities as shown on the drawings is approximate and the Owner assumes no responsibility for determining the exact location. The Contractor shall note the reference to utility lines and service lines for various utilities as noted on the drawings and that the approximate location may or may not be given. The Contractor shall make written inquiry of the related utility agency to determine the location of underground utilities in the project area. INTERPRETATION OF CONTRACT DOCUMENTS If any person contemplating submitting a Bid for the proposed contract is in doubt as to the true meaning of any part of the specifications, or other proposed Contract Documents, he may submit to the Owner a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving a set of such documents. TIME OF COMPLETION The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated time. The number of days within which,or the dates by which,the Work is to be Substantially Completed are set forth in the Bid Form and the Agreement Form. LIQUIDATED DAMAGES Provisions for liquidated damages are set forth in the Agreement Form. ADDENDA Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the Bidder for the preparation of his proposal,shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid. Any Bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. PROPOSAL The bidder shall submit his proposal on the forms bound in these Contract Documents. Only proposals contained within bound copies of the Contract Documents obtained directly from the City will be considered. Neither the proposal nor any other pages bound herein or attached hereto shall be detached. Proposals shall be in a sealed envelope and addressed to: 4 INSTRUCTIONS TO BIDDERS City Clerk City Hall 121 North Rouse Ave. P.O. Box 1230 Bozeman, MT 59771-1230 The envelope shall also contain the following information: Name of Project: CITY OF BOZEMAN SEDIMENT MANAGEMENT FACILITY. Name of Contractor: Montana Certificate of Contractor Registration No. Acknowledge Receipt of Addendum No.: , In the lower left hand corner of the envelope print or type: BID DOCUMENTS - DO NOT OPEN UNTIL 2:00 P.M. June 13, 2017. Proposals shall be made in accordance with the following instructions: A. Submit one copy of the complete bound document in an opaque sealed envelope. DO NOT REMOVE THE PROPOSAL OR ANY OTHER PAGES FROM THE BOUND CONTRACT DOCUMENT. ONLY PROPOSALS CONTAINED WITHIN BOUND COPIES OF THE CONTRACT DOCUMENTS OBTAINED DIRECTLY FROM THE CITY WILL BE CONSIDERED. B. Bids shall be made in ink upon the unaltered Bid Proposal Form supplied with these documents. C. All blank spaces must be properly filled. D. The total bid 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 proposal form shall contain no additions,conditions,stipulations,erasures,or other irregularities. F. The proposal must acknowledge receipt of all addenda issued. G. The proposal must be signed in ink and display the bidder's name, address, and current 5 INSTRUCTIONS TO BIDDERS Montana Contractor's License Number. H. The proposal must include a completed and signed Non-discrimination affirmation form. SIGNING OF BIDS 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. Bids which are signed for a co-partnership shall be signed by all of the co-partners or by an 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. 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: 1-4 By: Corporate Seal Title: A, (4.¢ iapm4 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. TELEGRAPHIC MODIFICATION Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids. The telegraphic communication shall not reveal the bid price, but shall only provide the addition or subtraction from the original proposal. Telegraphic proposal modifications must be verified by letter. This written confirmation shall be received no later than three working days following the bid opening or no consideration will be given to the telegraphic modification. BID REQUIREMENTS The bidder is expected to base his bid on materials and equipment complying fully with the plans and specifications and, in the event he names in his bid materials or equipment which do not conform, he will be responsible for furnishing materials and equipment which fully conform at no charge in his bid price. Before submitting a proposal,each Contractor should read the complete Contract Documents(including all addenda), specifications and plans, including all related documents containing herein, all of which 6 INSTRUCTIONS TO BIDDERS contain provisions applicable not only to the successful bidder, but also to his subcontractors. BID QUANTITIES 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. The estimated unit quantities of the various classes of work to be done under this contract are 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 the 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. 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. MODIFICATIONS AND WITHDRAWAL OF BID A bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids,as called for in the Invitation to Bid. Requests for modification or withdrawal must be written and must be signed in the same manner and by the same person(s) who signed the Bid. 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 or negotiated, that Bidder will be disqualified from further bidding on the Work. ACCEPTANCE AND REJECTION OF THE BIDS The Owner reserves the right to acceptor reject the Bids,or portions of Bids if denoted in the Bid as separate schedules,and to award more than one Bid or schedule for the same Bid if any of the aforementioned combination of Bids or schedules will be in the best interest of the Owner. The Owner reserves the right to waive irregularities in any Bid submitted,or reject nonconforming,non-responsive or conditional Bids and to correct arithmetical errors in the Bid prior to comparison. SUBCONTRACTORS Within seven days after Bids are opened,the apparent low Bidder,and any other Bidder so requested, shall submit a list of all Subcontractors he expects to use in the work. An experience statement with pertinent information as to similar projects and other evidence of qualification shall be furnished for each named subcontractor,if requested by the Owner. If the Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor,they may, before giving the Notice of Award,request the apparent low Bidder to submit an acceptable substitute. If the substitution results in an increase in the Bid, a corresponding adjustment will be made in the contract price. If the apparent low Bidder declines to make any such substitution,the contract may not 7 INSTRUCTIONS TO BIDDERS be awarded to such Bidder,but Bidder's refusal to substitution will not constitute grounds for forfeiture of Bid Security. Any subcontractor so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to the Owner and Engineer. Contractor shall not be required to employ any subcontractor against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the work. AWARD OF CONTRACT 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 be non-responsible.OWNER may also rej ect the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because bid is not responsive, or the Bidder is unqualified or of doubtful financial ability,or fails to meet any other pertinent standard or criteria established by the OWNER.The 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. In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternatives,unit prices and other data,as may be requested in the Bid Form or prior to the Notice of Award. 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, or other individuals or entities must be submitted as provided in the Supplementary Conditions. 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. 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. Consideration factors will include conformance with all material terms and conditions of the Contract Documents, Bid price, and other appropriate factors. If the Contract is to be awarded,OWNER will give the Successful Bidder allotice of Award within sixty (60) days after the day of the bid opening. The OWNER reserves the right to cancel the award of any contract at any time before the complete execution of said Agreement by all parties without any liability against the OWNER. If,at any time this Contract is to be awarded,the total of the lowest acceptable Bid Proposal exceeds the funds then estimated by the Owner as available, the Owner may reject all Bid Proposals or take such 8 INSTRUCTIONS TO BIDDERS other action as best serves the Owner's interests. CANCELLATION OF AWARD The Owner reserves the right to cancel the award of any contract at any time before the complete execution of the Agreement by all parties without any liability against the Owner. RETURN OF BID GUARANTEE All Bid guarantees,except those of the three lowest Bidders,will be returned immediately following the opening and checking of the Bids. The Bid guarantees of the unsuccessful of the three lowest Bidders will be returned within ten(10)days following the award of the contract. The Bid guarantee of the Bidder to whom the contract is awarded will be returned when said Bidder has executed an Agreement and filed satisfactory Performance and Payment Bonds as hereinafter stipulated. PERFORMANCE AND PAYMENT BONDS The Contractor to whom the contract is awarded will be required to furnish a Performance Bond and a Payment Bond in favor of the Owner each in an amount equal to one-hundred percent(100%) of the Agreement amount. The Bonds shall be executed on the forms bound herein, signed by a surety company authorized to do business in the State of Montana, and acceptable as a surety to the Owner and countersigned by a Montana Resident Agent. With the Bonds,there shall be filed with the Owner one copy of Power of Attorney certified to include the date of the Bond. EXECUTION AND APPROVAL OF AGREEMENT The Agreement shall be signed by the successful Bidder and returned, together with the contract Bonds, within the time shown on the Bid. If the Agreement is not executed by the Owner within fifteen(15) days following receipt from the Bidder of the signed Agreements and Bonds,the Bidder shall have the right to withdraw his Bid without penalty. No Agreement shall be considered as effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT Failure to execute the Agreement and furnish a Performance Bond and Payment Bond shall be just cause for annulment of the award. In the event of such annulment of the award, the Bid guarantee shall be forfeited to the Owner, not as a penalty but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder,or the work may be re-advertised as the Owner may decide. BOUND COPY OF CONTRACT DOCUMENTS None of the Instructions to Bidders,Bid Form,Bond forms,Agreement,contract stipulations,or other specifications shall be removed from the bound copy of Contract Documents prior to submission of Bid. Only proposals contained within bound copies of the Contract Documents obtained directly from the City will be considered. PAYMENTS Payment for all work performed under this Agreement will be made by the Owner within the time period specified in and in accordance with the procedures outlined in the General Conditions. 9 INSTRUCTIONS TO BIDDERS Notice of Extended Payment Provision: This contract allows the owner to make payment within 21 days after approval of the payments.Payments made after the time limit will be subject to interest at the rate specified in the Agreement. When the work extends beyond thirty(30)days,progress payments will be made monthly for any work accomplished during the preceding month,but subject to retainage as specified elsewhere. PREVAILING WAGE RATES On all projects and contracts with the Owner, Contractor and all subcontractors shall pay for all labor employed the standard prevailing rate of wages. The standard prevailing rate of wages as used herein means that standard prevailing rate of wages in the locality where the work is to be performed as determined by the Montana Commissioner of Labor pursuant to MCA 18- 2-402 and as bound herein. The Contractor and subcontractors are directed to the Montana Commissioner of Labor for information on the standard prevailing rate of wages applicable to this contract within this area. POSTING Contractor shall post in a prominent and accessible place on the site of the work a legible statement of all wages to be paid to the employees. LOCAL LABOR Contractor shall give preference to the employment of Montana residents in accordance with applicable portions of Title 18, Chapter 2, Part 4,MCA. MONTANA CONTRACTOR REGISTRATION REQUIREMENTS 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). Information pertaining to the Montana Contractor Registration requirements may be obtained from the Montana State Department of Revenue, Helena, Montana. (1-800-556-6694) ADDITIONAL CONTRACTOR LICENSE FEE(MONTANA CONTRACTORS GROSS RECEIPTS TAX) In accordance with Title 15, Chapter 50, MCA,the Owner shall withhold, in addition to other amounts withheld as provided by law or specified herein, 1 percent (1%) of all payments due the Contractor and shall transmit such moneys to the Montana Department of Revenue. BIDDER PREFERENCE In accordance with the provisions of Title 18, Chapter 1, Part 1, MCA, a preference will be given to the lowest responsible Bidder who is a resident of the State of Montana over a nonresident Bidder from any state or country that enforces a preference in their state or country for their resident Bidders.The preference given to Montana resident Bidders will be equal to the preference given in the other state or country. This preference applies unless specifically prohibited by Federal laws or regulations. Products manufactured or produced in the State of Montana shall be preferred for use in all projects if such products are comparable in price and quality. Further,wherever possible,products manufactured and produced in the State which are suitable substitutes for products manufactured or produced outside the State and comparable in price,quality and performance shall be preferred for use in this project. Preference regarding these products shall be in accordance with the laws of the State of Montana. 10 INSTRUCTIONS TO BIDDERS BID FORM SEDIMENT MANAGEMENT WASTE FACILITY CITY OF BOZEMAN BOZEMAN, MONTANA 59771 TO: City Clerk P.O. Box 1230 Bozeman, Montana 59771-1230 THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents, the site(s) where the work is to be performed, local labor conditions and all laws, regulations, municipal ordinances and other factors which may affect the performance of the Work, and having satisfied himself of the expense and difficulties attending performance of the work: HEREBY PROPOSES and agrees, if this bid is accepted, to enter into an Agreement, in the form attached, to perform all work for the construction of CITY OF BOZEMAN SEDIMENT MANAGEMENT WASTE FACILITY, including the assumption of all obligations, duties, and responsibilities necessary for the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in, and form a permanent part of, the work; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the Work; Bonds, Insurance and Submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor within the time and for the prices set forth in the following schedules. The undersigned bidder agrees to be bound by this Bid for a period not to exceed that specified in the Invitation to Bid. The undersigned Bidder agrees to furnish the required Bonds and to enter into a contract within fifteen (15) calendar days after Owner's acceptance of this Bid, and further agrees to complete all Work within the time specified per schedule after commencement of the contract time as defined in the General Conditions. The allowed contract time is 90 calendar days. Where multiple schedules are awarded under a single Contract, the contract times shall run concurrently unless separate notices to proceed are issued for the awarded schedules. Liquidated Damages shall be as specified in Article 2.2 of the Agreement Form. The undersigned Bidder agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the total prices and total amount of Bid as listed above, after extensions are checked and corrections made, if any, the total amount of the Bid as corrected shall be used in awarding the contract. 1 BID FORM The undersigned Bidder agrees that he has been afforded access to the construction site and has performed those independent site investigations as he deemed necessary. The undersigned Bidder hereby certifies the following: A) That this Bid is genuine and is not made in the interest of, or on behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; B) That he has not directly or indirectly solicited any other Bidder to put in a false or sham Bid; C) That he has not solicited or induced any person, firm, or corporation to refrain from bidding; D) That he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. E) That he is not currently operating beyond the contract time on any previously awarded public works contract as defined and required by Article 15-50-203, MCA, as amended. The undersigned Bidder(s) either singularly or as a joint venture hereby certifies (certify) pursuant to Article 37-71-203, MCA, that he (they) is (are) duly and regularly licensed. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sums: BID SCHEDULE Schedule 1: General Conditions & reconstruction of the access road serving the Sediment Management Waste Facility, including the removal of existing road section and constructing a new road section, and all related work incidental to construction. Estimated Total Item Description Unit Unit Price Quantity Estimated Price 101 Taxes, Bonds, Insurance L.S. $9,800.00 1 $9,800.00 102 Mobilization L.S. $20,500.00 1 $20,500.00 403 Unelassified Road Ev,.,,<,ation G-� $9:00 9W "�88-99 4-04 1 u»Minus Crush B se r+,,ufse C-.-Y-.. $29,00 4-,450 $40-600.00 4-06 Geogrid Reinf r o. ent 8-.Y—. 4,406 $� ?00 107 Construction Staking L.S. $5,900.00 1 $5,900.00 *Stricken items (103, 104, 105, and 106) not awarded to Contractor. 2 BID FORM TOTAL SCHEDULE 1 BID $36,200.00 Thirty Six Thousand, Two Hundred Dollars (TOTAL SCHEDULE 1 BID - WRITTEN WORDS) Schedule 2: Construction of Sediment Waste Management Facility, including site grading and sub grade preparation and the installation of base material, asphalt surface, water line, discharge line, multiple waste management bays, and wash station. Estimated Total Item Description Unit Unit Price Estimated Quantity Price 201 Clearing and Grubbing S.F. $.20 34,162 $6,832.40 202 Fill C.Y. $4.SO 1,500 $6,750.00 203 Geotextile Fabric S.Y. $1.50 3,795.8 $5,693.70 204 1 ''/2" Crushed Base Course C.Y. $30.00 1,265.3 $37,959.00 205 Aggregate Treatment S.Y. $.50 3,795.8 $1,897.90 206 Asphalt Concrete—Type B S.Y. $25.25 3,795.8 $95,843.95 207 Discharge Manhole Each $7,200.00 1 $7,200.00 207A Sanitary Sewer Manhole Each $4,600.00 1 $4,600.00 208 Type 1 Ecology Block Each $450.00 77 $34,650.00 209 Type 2 Ecology Block Each $180.00 146 $26,280.00 210 Effluent Discharge Pipeline L.F. $31.00 413 $12,803.00 211 Liner Penetration L.S. $2,200 1 $2,200.00 212 Discharge Line Clean Out Each $710.00 1 $710.00 213 Water Line Connection Assembly Each $1,800.00 1 $1,800.00 214 Water Line 2" Curb Stop Assembly Each $990.00 2 $1,980.00 215 Water Line Meter and Vault Each $6,200.00 1 $6,200.00 216 Water Pipeline 2" L.F. $28.00 920 $25,760.00 217 Wash Station L.S. $5,700.00 1 $5,700.00 218 Bollard Each $370.00 4 $1,480.00 219 Containment Vault Each $9,000.00 3 $27,000.00 220 1 Miscellaneous Work Each $1.00 35,000 $35,000.00 **Italicized item's (202)per unit price negotiated and mutually agreed upon post BID opening. TOTAL SCHEDULE 2 BID $348,339.95 Three Hundred Forty-Eight Thousand, Three Hundred Thirty-Nine Dollars and Ninety-Five Cents (TOTAL SCHEDULE 2 BID - WRITTEN WORDS) TOTAL COMBINED SCHEDULE 1 and 2 BID $384,539.95 Three Hundred Eighty-Four Thousand, Five Hundred Thirty-Nine Dollars and Ninety-Five Cents (TOTAL COMBINED SCHEDULE I and 2 BID - WRITTEN WORDS) 3 BID FORM BASIS OF AWARD If the contract is awarded, the Owner will award a single Contract in accordance with the Instructions to Bidders. Bidders shall submit a Bid for all bid Schedules on a unit price basis for each item of Work listed as provided and described above. The Owner reserves the right to accept or reject the Bids, or portions of the Bids denoted as separate schedules or alternates. The award will be made by the Owner on the basis of that Bid from the lowest responsive, responsible Bidder which, in the Owner's sole and absolute judgment, will best serve the interest of the Owner. The low bidder will be determined on the basis of the lowest Total Combined Schedule 1 and 2 Bid. The undersigned Bidder acknowledged receipt of the following Addenda, which have been considered in preparation of this Bid: No. Dated �uiy� �o�� No. Dated No. Dated No. Dated Submitted this ;U day of La 52017. SIGNATURE OF BIDDER: Montana Contractor Registrat' n mberMT-- `/ y If an individual: doing business as If a Partnership: by partner If a Corporation: „�f�„ �xc���f:on/ , Tc (a) S " Cara by (/ Title vl�,e. P, (Seal & Attest) Business Address of Bidder: k3 7,%�ss !'/�s Q� ,NjT S971 4 BID FORM If Bidder is a joint venture, other party must sign below: Montana License Number and Class If an Individual: doing business as If a Partnership: by partner If a Corporation: (a) Corporation b Title (Seal and Attest) BID FORM NON-DISCRIMINATION AFFIRMATION FORM v,[oA/ [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the performance of work performed for the city of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above a d that this prohibition shall apply to the hiring and treatment of the �'�N�a r,� ��,,.guru [name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: Person authorized to sign on behalf of the bidder PENAL SUM FORM BID BOND Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. BIDDER(Name and Address): Central Excavation 437 Floss Flats Road Belgrade,MT 59714 SURETY(Name, and Address of Principal Place of Business): Liberty Mutual Insurance Company 175 Berkeley Street Boston,MA 02116 OWNER(Name and Address): City of Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 BID Bid Due Date:6/20/2017 Description (Project Name— Include Location): Sediment Management Waste Facility Project,Bozeman,Montana BOND Bond Number:7606328 Date: 6/15/2017 Penal sum Ten Percent of the Total Amount Rid $ 10% (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY Central Excavation (Seal) Liberty Mutual Insurance Company (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal ature Qc ' nat (Attach Power of Attorney) Brooke A.Garness Priin/ K /� Name{� ' Print Name V l, . 1 ( L.�Si'; Attorney-In-Fact Title Title Attest: `� Attest: i Si ature AA Signature Kimberly Hods Title l i-"Ae r`U 2r Title Bond Clerical Note:Addresses are to be used for giving any required notice. Provide execution by any additional parties,such as joint venturers, if necessary. EJCDC®C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page i of 2 HUB INTERNATIONAL MOUNTAIN qC LIMITEDb.LEVEAUX FJ DC= PENAL SUM FORM .., 1. Bidder and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 All Bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute,seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid"as used herein includes a Bid,offer,or proposal as applicable. EICDC®C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7606328 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that> Liberty Mutual Insurance Company is a corporation duly organized Under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does herebyname,constitute and appoint, Billy J.Bolt;Brady Leaf;Brooke A.Garness;Chris Jermunson;Gary D.Bowers;Jamie M.Roe;Janece L.Wilhelm;John D.Leaf;Kaye U.Muzzana; Kimberly Hodson;Kristin A.Piccioni;Lynn St Pierre;Marsha Hattel;Michael E Depner;Michelle Schermerhorn;Robert C.Pfennigs all of the city of Great Falls state of MT each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 26th day of January 2017 LZYINsIl tNSUq ,yt SUA�, The Ohio Casualty Insurance Company N 0 79t9 ¢ Liberty Mutual Insurance Company m 0 's o 1912 �b 1991 WestAmerican Insurance Company y F. (/� Jyrl„Ns rr>` � q's=Rcrus�y? � 3 * By: O STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary m COUNTY OF MONTGOMERY C dOn this 26th day of January 2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance V f- v N Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes >,W p therein contained by signing on behalf of the corporations by himself as a duly authorized officer. _ E `N_> IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O <0 P PAs COMMONWEALTH OF PENNSYLVANIA O pro�o�oNwF it Notarial Seal 'N ti s v Emupypc.T. a Pastella,Notary Public By: a�� �iQ% C O i OF lon Up.,Montgomery County Teresa Pastella,Notary Public q �Q ssion Expires March 28,2017 3 O p 0� 2 r+'syV-9 �G r O p�a� Member,Pennsylvania Association of Notaries a O t3 C ca This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual .00 L Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ai++ P Y, P Y 9r LARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by Chairman or the President,and subject O +; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, d O, acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so is (D6 L executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under` >o the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. r M c ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, r , L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M' O O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their O 00 Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. O ca Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in ~r fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds;shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,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 15TH day of .TUNE 20 17 ON INSV tNSUR �1NSU/j �JP,o oR4 'I �" o oa.�TAH ��c,` q n 0 1919 u > 1912 3 ' 1991 z By: o zyN �� z Renee C.LlewhrXssistant Secretary y q;,a5 a I. rcn.}S� } 014S:P 75 of 500 LMS:12873 082016 ` ' F NOTICE OF AWARD Dated: AlAWCT :--, 0 I'A- s I TO:Central Excavation,Inc. ADDRESSA37 Floss Flats Rd.,Belgrade,MT 59714 PROJECT: Stormwater Sediment Management Waste Facility CONTRACT FOR: Construction of a Sediment Management Waste Facility to remediate current debris collection, storage,and disposal associated with reoccurring stormwater and wastewater infrastructure maintenance.The Stormwater Sediment Management Waste Facility will be adjacent to the City's Wastewater Treatment Plant and include the following components: 1. A stormwater debris disposal bay designed to manage solids and liquids generated from stormwater field operations and system maintenance; 2. A commingled sanitary waste disposal bay designed to manage solids and liquids generated from wastewater field operations and system maintenance; 3. A secure storage area for potentially contaminated waste generated from unplanned pollution events;and 4. An equipment and vehicle wash station. This project generally includes the construction of asphalt pad and dumping area,installation of water and wastewater lines,and all related work incidental to construction. You are notified that your Bid opened on June 20,2017,for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for the Stormwater Sediment Management Waste Facility. The Contract Price of your Contract is: Three Hundred Eighty-Four Thousand, Five Hundred and Thirty-Nine Dollars($384,539.95). h Four 4 copies of each of the proposed Contract Documents accompany this Notice of Award. You must comply with the following conditions precedent within fifteen(15)days of the date of this Notice of Award, that is,by1 1. You must deliver to the OWNER four 4 fully executed counterparts of the Agreement including all the Contract Documents and Drawings. 2. You must deliver with the executed Agreement the Contract Security(Bonds)as specified in the Instruction to Bidders. 3. List other conditions precedent: ■ You must deliver with the executed Agreement the Certificates of Insurance as specified in the Supplementary Conditions(paragraphs SC-5.04 and SC-5.06). Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award,and to declare your Bid Security forfeited. Within ten(10)days after you comply with these conditions,OWNER will return to you two fully signed counterpart of the Agreement with the Contract Documents attached. i $p2 CIT F BOZEMAN,MONTANA ATTESTL BY: BY: (INTERIM CITYMANAG R) (CITY C - . DATE: Niovsl- -7 ( I - • l0 b` AGREEMENT FORM rTHIS AGREEMENT is dated as of the Tb day of -i -isA-in the year 2017,by and between CITY OF BOZEMAN, hereinafter called OWNER, and entral Excavation, INC., hereinafter called CONTRACTOR. OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The project work is generally described as follows: Construction of a Stormwater Sediment Management Waste Facility to remediate current debris collection, storage, and disposal associated with reoccurring stormwater and wastewater infrastructure maintenance. The Stormwater Waste Facility will be adjacent to the City's Wastewater Treatment Plant and include the following components: ■ A stormwater debris disposal bay designed to manage solids and liquids generated from stormwater field operations and system maintenance; ■ A commingled sanitary waste disposal bay designed to manage solids and liquids generated from wastewater field operations and system maintenance; ■ A secure storage area for potentially contaminated waste generated from unplanned pollution events; and l ■ An equipment and vehicle wash station. This project generally includes the construction of asphalt pad and dumping area, installation of water and wastewater lines, and all related work incidental to construction. The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Stormwater Sediment Management Waste Facility. Article 2. CONTRACT TIME. 2.1 The Work will be completed within 90 days after the date when the contract time commences to run as provided in the General Conditions. Final payment will be withheld until final completion and acceptance of the Work, as stipulated in this Agreement. 2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified above,plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving,in a legal or arbitration proceeding,the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of I I 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 herein until the Work is substantially complete. Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents the sum (subject to adjustment as provided in the Contract Documents) of Three Hundred Eighty-Four Thousand, Five Hundred Thirty-Nine Dollars and Ninety-Five Cents ($384,539.95). Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions. Applications for payment will be processed as provided in the General Conditions. 4.1 Progress Payments. OWNER will make progress payments monthly on account of the contract price on the basis of CONTRACTOR'S application for payment as recommended by ENGINEER. All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in the General Conditions. 4.1.1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in accordance with the General Conditions and as outlined herein. 4.2 Final Payment. Upon final completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the remainder of the contract price as recommended by ENGINEER. Article 5. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate established by the Federal Cost of Money Rate commencing at the time of a claim. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which were relied upon by ENGINEER in the preparation of the drawings and specifications and which have been identified in the modifications to the General Conditions. 6.3 CONTRACTOR has made or caused to be made examinations, investigations and tests and studies of such reports and related data in addition to those referred to above as he deems necessary for the performance of the Work at the contract price, within the contract time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations,tests,reports or similar data are or will be required by CONTRACTOR for such purposes. 6.4 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.5 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 6.6 CONTRACTOR 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. 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 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement, made a part hereof and consist of the following: 7.1 This Agreement. 7.2 Exhibits to this Agreement(if any). 7.3 Performance Bond, Payment Bond, and Bid Bond. 7.4 Invitation to Bid. 7.5 Instructions to Bidders and Bid Form. 7.6 Certificate(s) of Insurance. 7.7 General Conditions. 7.8 Supplementary Conditions. 7.9 Wage Rates. 7.10 Special Provisions and Measurement and Payment. 7.11 Technical Specifications Divisions 2, 3, 5, and 15. 7.12 Montana Public Works Specifications, Sixth Edition, and City of Bozeman Modifications to Montana Public Works Standard Specifications Sixth Edition, March 31, 2011 with addenda(by reference). 7.13 Appendices 7.14 Addenda listed on the Bid forms. 715 CONTRACTOR'S executed Bid forms. 7.16 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.17 Notice of Award. 7.18 Notice to Proceed. 7.19 Any modification, including Change Orders, duly delivered after execution of Agreement. 7.20 Any Notice of Partial Utilization. 7.21 Notice of Substantial Completion. 7.22 Notices of Final Completion and Acceptance. 7.23 Non-discrimination affirmation form. 7.24 Contract Drawings There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended or repealed by a modification(as defined in the General Conditions). Article 8. MISCELLANEOUS. 8.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the OWNER and the CONTRACTOR respectively and his partners, successors, assigns,and legal representatives.Neither the OWNER nor the CONTRACTOR shall have the right to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. The OWNER reserves the right to withdraw at any time from any subcontractor where Work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. 8.3 In the event it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing party or the party giving notice shall be entitled to reasonable attorney's fees and costs. 8.4 Any amendment of modifications of this Agreement or any provisions herein shall be made in writing and executed in the same manner as this original document and shall after execution become a part of this Agreement. * End of Agreement Except for Signatures* WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Central Excavation, Inc. (CONTRACTOR) By: Title: 2ne.Sid&V,+- (JOINT VENTURE) By: Title: City of Bozeman �0, O Z� (OWNER) O $• ■ ■E By CC • 1 (INTERIM CITY MANAGE ) C F UN • �' • (SEAL& ATTEST) . o . Rk4r5t APPROVED AS TO FORM: CAN C.k4* - By e (CITY Y) EJCI_)C= ENGINJEERS J011:I CONI-RAC: DUCIA111vTS OOMN1111EE PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Central Excavation Liberty Mutual Insurance Company 437 Floss Flats Road 175 Berkeley Street Belgrade,MT 59714 Boston,MA 02116 OWNER(name and address): City of Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: Three Hundred Eighty-four Thousand Five Hundred Thirty-nine And 95/100 ($384,539.95) Description (name and location): Stormwater Sediment Management Waste Facility,Bozeman,Montana BOND Bond Number: 023040490 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Three Hundred Eighty-four Thousand Five Hundred Thirty-nine And 95/100 ($384,539.95) Modifications to this Bond Form: F] None ❑ See Paragraph 16 Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent,or representative. CONTRACTOR AS PRINCIPAL SURETY Central Excavation (seal) Liberty Mutual Insurance Company (seal) Contractor's Name and C rpor to Seal Sur4Signatu ' d Cor ate e By: By: Signature tochpowerofattorney) M*,ke 1n a °anb rq John D.Leaf Print Name Print Name TreS i�e n± Attorney-In-Fact Title Title Attest: gix�a� Attest: ci Si ature Si nature Cflti-�/a�c� ► 1kiYLiS Kimberly Hodson,Bond Cl ical Title Title Notes:(1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. E1CDC°C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. 1 of 3 COUNTERSIGNED: UB INTERNATIONAL MPUNTAIN ATES LIMITEDU RENE . LEVE X �� 1. The Contractor and Surety, jointly and severally, bind Owner and a contractor selected with the Owners concurrence, themselves, their heirs, executors, administrators, successors, and to be secured with performance and payment bonds executed assigns to the Owner for the performance of the Construction by a qualified surety equivalent to the bonds issued on the Contract,which is incorporated herein by reference. Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of 2. If the Contractor performs the Construction Contract,the Surety the Contract Price incurred by the Owner as a result of the and the Contractor shall have no obligation under this Bond, except Contractor Default;or when applicable to participate in a conference as provided in Paragraph 3. 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable 3. If there is no Owner Default under the Construction Contract, promptness under the circumstances: the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for 3.1 The Owner first provides notice to the Contractor and which it may be liable to the Owner and, as soon as the Surety that the Owner is considering declaring a Contractor practicable after the amount is determined, make payment Default. Such notice shall indicate whether the Owner is to the Owner;or requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. If the Owner 5.4.2 Deny liability in whole or in part and notify the does not request a conference, the Surety may, within five (5) Owner,citing the reasons for denial. business days after receipt of the Owner's notice,request such a conference. If the Surety timely requests a conference, the 6. If the Surety does not proceed as provided in Paragraph 5 with Owner shall attend. Unless the Owner agrees otherwise, any reasonable promptness,the Surety shall be deemed to be in default conference requested under this Paragraph 3.1 shall be held on this Bond seven days after receipt of an additional written notice within ten (10) business days of the Surety's receipt of the from the Owner to the Surety demanding that the Surety perform its Owner's notice. If the Owner, the Contractor, and the Surety obligations under this Bond, and the Owner shall be entitled to agree, the Contractor shall be allowed a reasonable time to enforce any remedy available to the Owner. If the Surety proceeds as perform the Construction Contract, but such an agreement shall provided in Paragraph 5.4,and the Owner refuses the payment or the not waive the Owner's right, if any, subsequently to declare a Surety has denied liability, in whole or in part,without further notice Contractor Default; the Owner shall be entitled to enforce any remedy available to the Owner. 3.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety;and 7. If the Surety elects to act under Paragraph 5.1, 5.2, or 5.3,then the responsibilities of the Surety to the Owner shall not be greater 3.3 The Owner has agreed to pay the Balance of the than those of the Contractor under the Construction Contract, and Contract Price in accordance with the terms of the Construction the responsibilities of the Owner to the Surety shall not be greater Contract to the Surety or to a contractor selected to perform the than those of the Owner under the Construction Contract. Subject to Construction Contract. the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 shall not constitute a failure to comply 7.1 the responsibilities of the Contractor for correction of with a condition precedent to the Surety's obligations,or release the defective work and completion of the Construction Contract; Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 7.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the 5. When the Owner has satisfied the conditions of Paragraph 3,the actions or failure to act of the Surety under Paragraph 5;and Surety shall promptly and at the Surety's expense take one of the following actions: 7.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract,actual damages caused by 5.1 Arrange for the Contractor, with the consent of the delayed performance or non-performance of the Contractor. Owner,to perform and complete the Construction Contract; 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the 5.2 Undertake to perform and complete the Construction Surety's liability is limited to the amount of this Bond. Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for 5.3 Obtain bids or negotiated proposals from qualified obligations of the Contractor that are unrelated to the Construction contractors acceptable to the Owner for a contract for Contract,and the Balance of the Contract Price shall not be reduced performance and completion of the Construction Contract, or set off on account of any such unrelated obligations. No right of arrange for a contract to be prepared for execution by the action shall accrue on this Bond to any person or entity other than EJCDC°C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 2 of 3 the Owner or its heirs, executors, administrators, successors, and allowance for the Contractor for any amounts received or to be assigns. received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all 10. The Surety hereby waives notice of any change, including valid and proper payments made to or on behalf of the changes of time, to the Construction Contract or to related Contractor under the Construction Contract. subcontracts,purchase orders,and other obligations. 14.2 Construction Contract: The agreement between the 11. Any proceeding, legal or equitable, under this Bond may be Owner and Contractor identified on the cover page, including all instituted in any court of competent jurisdiction in the location in Contract Documents and changes made to the agreement and which the work or part of the work is located and shall be instituted the Contract Documents. within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years 14.3 Contractor Default: Failure of the Contractor, which after the Surety refuses or fails to perform its obligations under this has not been remedied or waived, to perform or otherwise to Bond,whichever occurs first. If the provisions of this paragraph are comply with a material term of the Construction Contract. void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be 14.4 Owner Default: Failure of the Owner, which has not applicable. been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or 12. Notice to the Surety, the Owner, or the Contractor shall be comply with the other material terms of the Construction mailed or delivered to the address shown on the page on which their Contract. signature appears. 14.5 Contract Documents:All the documents that comprise 13. When this Bond has been furnished to comply with a statutory the agreement between the Owner and Contractor. or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said 15. If this Bond is issued for an agreement between a contractor and statutory or legal requirement shall be deemed deleted herefrom and subcontractor,the term Contractor in this Bond shall be deemed to provisions conforming to such statutory or other legal requirement be Subcontractor and the term Owner shall be deemed to be shall be deemed incorporated herein. When so furnished,the intent Contractor. is that this Bond shall be construed as a statutory bond and not as a common law bond. 16. Modifications to this Bond areas follows: 14. Definitions 14.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including EJCDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 3 of 3 FJC_ DC___ ENGINEERS JOINr CONTRACT OOCOMENIS COIAMITIH PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Central Excavation Liberty Mutual Insurance Company 437 Floss Flats Road 175 Berkeley Street Belgrade,MT 59714 Boston,MA 02116 OWN E R(name and address):City of Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 CONSTRUCTION CONTRACT Effective Date of the Agreement: g/Z&/l`( Amount: Three Hundred Eighty-four Thousand Five Hundred Thirty-nine And 95/100 ($384,539.95) Description(name and location):Swrmwater Sediment Management Waste Facility,Bozeman,Montana BOND Bond Number: 023040490 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): elX2, t Y Amount: Three Hundred Eighty-four Thousand Five Hundred Thirty-nine And 95/100 ($384,539.95) Modifications to this Bond Form: ❑ None ❑ See Paragraph 18 Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent,or representative. CONTRACTOR AS PRINCIPAL SURETY Central Excavation (seal) Liberty Mutual Insurance Com an (seal) Contractor's Name and Corporate Seal Surety's Nam an Cor r e S By: V\AX`^' By: Signature Signat a(attach power f attorney) MA tke. V\i6A&4� John D.Leaf Print Name Print Name Attorney-In-Fact Title Title Attest: Attest: Ate.K� Attest: Signature U Signature C ov Ay-,LC4 Kimberly Hodson Bond Clerical Title Title Notes: (1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Com aniesCOUNTE RNATI N and American Society of Civil Engineers.All rights reserved. 1 of 3 g p HUB INTERNATIONAL MOUNTAIN TATES LI I ,I RENE C. LEVEAUX V 6. If a notice of non-payment required by Paragraph 5.1.1 is 1. The Contractor and Surety, jointly and severally, bind given by the Owner to the Contractor,that is sufficient to themselves, their heirs, executors, administrators, satisfy a Claimant's obligation to furnish a written notice of successors, and assigns to the Owner to pay for labor, non-payment under Paragraph 5.1.1. materials, and equipment furnished for use in the performance of the Construction Contract, which is 7. When a Claimant has satisfied the conditions of Paragraph incorporated herein by reference,subject to the following 5.1 or 5.2, whichever is applicable, the Surety shall terms. promptly and at the Surety's expense take the following actions: 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds 7.1 Send an answer to the Claimant,with a copy to the harmless the Owner from claims, demands, liens,or suits Owner, within sixty (60) days after receipt of the by any person or entity seeking payment for labor, Claim,stating the amounts that are undisputed and materials, or equipment furnished for use in the the basis for challenging any amounts that are performance of the Construction Contract,then the Surety disputed;and and the Contractor shall have no obligation under this Bond. 7.2 Pay or arrange for payment of any undisputed amounts. 3. If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this 7.3 The Surety's failure to discharge its obligations Bond shall arise after the Owner has promptly notified the under Paragraph 7.1 or 7.2 shall not be deemed to Contractor and the Surety (at the address described in constitute a waiver of defenses the Surety or Paragraph 13) of claims, demands, liens, or suits against Contractor may have or acquire as to a Claim, the Owner or the Owner's property by any person or except as to undisputed amounts for which the entity seeking payment for labor, materials,or equipment Surety and Claimant have reached agreement. If, furnished for use in the performance of the Construction however, the Surety fails to discharge its Contract, and tendered defense of such claims, demands, obligations under Paragraph 7.1 or 7.2,the Surety liens,or suits to the Contractor and the Surety. shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to 4. When the Owner has satisfied the conditions in Paragraph recover any sums found to be due and owing to 3, the Surety shall promptly and at the Surety's expense the Claimant. defend,indemnify,and hold harmless the Owner against a duly tendered claim,demand,lien,or suit. 8. The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's 5. The Surety's obligations to a Claimant under this Bond fees provided under Paragraph 7.3,and the amount of this shall arise after the following: Bond shall be credited for any payments made in good faith by the Surety. 5.1 Claimants who do not have a direct contract with the Contractor, 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance 5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any, payment to the Contractor, stating with under any construction performance bond. By the substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond, and the name of the party to whom the they agree that all funds earned by the Contractor in the materials were, or equipment was, performance of the Construction Contract are dedicated furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under labor was done or performed, within this Bond,subject to the Owner's priority to use the funds ninety (90) days after having last for the completion of the work. performed labor or last furnished materials or equipment included in the 10. The Surety shall not be liable to the Owner, Claimants,or Claim;and others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be 5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any address described in Paragraph 13). Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on 5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to contract with the Contractor have sent a Claim to Claimants under this Bond. the Surety (at the address described in Paragraph 13). 11. The Surety hereby waives notice of any change, including changes of time,to the Construction Contract or to related subcontracts,purchase orders,and other obligations. EJCDC°C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 2 of 3 12. No suit or action shall be commenced by a Claimant under 8. The total amount due and unpaid to the this Bond other than in a court of competent jurisdiction in Claimant for labor, materials, or equipment the state in which the project that is the subject of the furnished as of the date of the Claim. Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a 16.2 Claimant: An individual or entity having a direct Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2,or contract with the Contractor or with a (2) on which the last labor or service was performed by subcontractor of the Contractor to furnish labor, anyone or the last materials or equipment were furnished materials,or equipment for use in the performance by anyone under the Construction Contract,whichever of of the Construction Contract. The term Claimant (1) or (2) first occurs. If the provisions of this paragraph also includes any individual or entity that has are void or prohibited by law, the minimum period of rightfully asserted a claim under an applicable limitation available to sureties as a defense in the mechanic's lien or similar statute against the real jurisdiction of the suit shall be applicable. property upon which the Project is located. The intent of this Bond shall be to include without 13. Notice and Claims to the Surety, the Owner, or the limitation in the terms of "labor, materials, or Contractor shall be mailed or delivered to the address equipment" that part of the water, gas, power, shown on the page on which their signature appears. light, heat, oil, gasoline, telephone service, or Actual receipt of notice or Claims, however accomplished, rental equipment used in the Construction shall be sufficient compliance as of the date received. Contract, architectural and engineering services required for performance of the work of the 14. When this Bond has been furnished to comply with a Contractor and the Contractor's subcontractors, statutory or other legal requirement in the location where and all other items for which a mechanic's lien may the construction was to be performed, any provision in be asserted in the jurisdiction where the labor, this Bond conflicting with said statutory or legal materials,or equipment were furnished. requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal 16.3 Construction Contract: The agreement between requirement shall be deemed incorporated herein. When the Owner and Contractor identified on the cover so furnished,the intent is that this Bond shall be construed page, including all Contract Documents and all as a statutory bond and not as a common law bond. changes made to the agreement and the Contract Documents. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and 16.4 Owner Default: Failure of the Owner, which has Owner shall promptly furnish a copy of this Bond or shall not been remedied or waived, to pay the permit a copy to be made. Contractor as required under the Construction Contract or to perform and complete or comply 16. Definitions with the other material terms of the Construction Contract. 16.1 Claim: A written statement by the Claimant including at a minimum: 16.5 Contract Documents: All the documents that comprise the agreement between the Owner and 1. The name of the Claimant; Contractor. 2. The name of the person for whom the labor was done, or materials or equipment 17. If this Bond is issued for an agreement between a furnished; contractor and subcontractor, the term Contractor in this 3. A copy of the agreement or purchase order Bond shall be deemed to be Subcontractor and the term pursuant to which labor, materials, or Owner shall be deemed to be Contractor. equipment was furnished for use in the performance of the Construction Contract; 18.Modifications to this Bond are as follows: 4. A brief description of the labor, materials, or equipment furnished; 5. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 6. The total amount earned by the Claimant for labor,materials,or equipment furnished as of the date of the Claim; 7. The total amount of previous payments received by the Claimant;and EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 3 of 3 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7606422 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Billy J.Bolt;Brady Leaf;Brooke A.<Garness;Chris Jermunson;Gary D.Bowers;Jamie M.Roe;Janece L.Wilhelm;John D.Leaf;Kaye U.Muzzana; Kimberly Hodson;Kristin A.Piccioni;Lynn St Pierre;Marsha Hattel;Michael E. Depner;Michelle Schermerhorn;Robert C.Pfennigs all of the city of Great Falls state of MT each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations;in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 26th day of January 2017 L1(lNSt�. M145Uq ,gttauq� �. ti°P ��z�92 �oa�er< The Ohio Casualty Insurance Company y e ` C, 6 Liberty Mutual Insurance Company m p 1919 n i912 1991 o F o West merican Insurance Company N N a'y � � � �J rninu5o n�orA;ea f 3 h44'i * By: C STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary L COUNTY OF MONTGOMERY ca NOn this 26th day of January 2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v I-- _V y Company,The Ohio Casualty Company,and West American Insurance Company, and that he, as such,being authorized so to do,execute the foregoing instrument for the purposes >V) p M therein contained by signing on behalf of the corporations by himself as a duly authorized officer. UJ tp C G! o> IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O PAs COMMONWEALTH OF PENNSYLVANIA 'O �onwFQTFI Notarial Seal /A C'N > U° 7�v FU,,eTrMr-."son a Pastella,Notary Public gy; �� O O i OF Twp.;Montgomery County Teresa Pastella,Notary Public d aa ��Q ssion Expires March 28,2017 3 QjL -P yv*`tp �G O �, Member,Pennsylvania Association of Notaries O O 4: Fly PU0 G. tSf C M This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual- 0!O Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: t Im r O) AL ARTICLE IV—OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O _ 4; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, ,al O C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective ' E 6 powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation: When so d `p L executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >c . the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _ M G ARTICLE XIII-Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, °o - > and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, ,_M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their C°P Z y respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. co Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Renee C.Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and:West American Insurance Company do hereby certify that the original power of allomey of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,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 �jY IN.Sr� t,1NSUq N1NSUq :.. O 1919 0 19i2 3 ` 1991 :z By: ,Renee C.Llew ssistant Secretary fib �Vt IAWP Y E 169 of 500 LMS 12873 082016 The following document shall be made a part of the contract documents: Montana Public Works Standard Specifications Sixth Edition General Conditions to the Contract Reference MPWSS— Section 0700 Standard General Conditions of the Construction Contract SECTION 00810 SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS These Supplementary Conditions to the General Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions that are not so amended or supplemented remain in full force and effect. SC -2.01 DELIVERY OF BONDS Add the following to Paragraph: 2.01.A Engineer shall furnish to Contractor six copies of the Agreement and other Contract Documents bound therewith. Contractor shall execute the Agreement, attach executed copies of the required Bonds, Power of Attorney, and Certificate of Insurance and submit all copies to Engineer who will forward them to the Owner. Owner shall execute all copies and return two copies to the Contractor. Owner shall also furnish a counterpart or conformed copy to the Engineer and shall retain three copies. SC —2.03 NOTICE TO PROCEED Delete the first sentence of Paragraph 2.03.A of the General Conditions and insert the following in its place: Following the execution of the Agreement by the Owner and the Contractor, written Notice to Proceed with the Work shall be given by the Owner to the Contractor. The Contract Time will commence to run on the day indicated in the Notice to Proceed. SC -2.05 BEFORE STARTING CONSTRUCTION Add a new paragraph immediately after paragraph 2.05.A.3 of the General Conditions which is to read as follows: 2.05.A.4 Contractor shall submit a preliminary list of construction equipment with hourly rates, owned or rented by the Contractor and all Subcontractors that will be used in the performance of the Work. The equipment list will include information necessary to confirm the hourly rates per Paragraph 11.01.A.5.c of the General Conditions and these Supplementary Conditions including: make, model, and year of manufacture as well as the horse power, capacity or weight, and accessories. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 1 of 13 SC- 2.07 INITIAL ACCEPTANCE OF SCHEDULES Delete the first paragraph of 2.07.A of the General Conditions in its entirety and insert the following in its place: Prior to the first application for payment all schedules and documents identified in paragraph 2.05.A shall be finalized and acceptable to the Engineer and Owner. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer and Owner as provided below. Acceptance of these schedules and documents by either Engineer or Owner will neither impose on Engineer or Owner responsibility for the sequencing, scheduling or progress of the Work and will not interfere with or relieve Contractor from Contractor's full responsibility therefore. Add the following after Paragraph 2.07.A.3: Contractor's Schedule of Construction Equipment will be acceptable to Engineer as to form and substance if it provides the necessary information to reference the equipment and establish the hourly rates in accordance with paragraph 11.01.A.S.c. SC -4.01 AVAILABILITY OF LANDS Add to Paragraph 4.0l.0 of the General Conditions the following: If it is necessary or desirable that the Contractor use land outside of the Owner's easement or right-of-way, the Contractor shall obtain consent from the property owner and tenant of the land. The Contractor shall not enter for materials delivery or occupy for any other purpose with men, tools, equipment, construction materials, or with materials excavated from the site, any private property outside the designated construction easement boundaries or right-of-way without written permission from the property owner and tenant. SC- 4.02- SUBSURFACE AND PHYSICAL CONDITIONS Delete the first sentence of 4.02.A and replace with the following: A. Reports and Drawings: The Special Provisions identify: Delete the reference to Supplementary Conditions in paragraph 4.02.B and replace with Special Provisions. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 2 of 13 SC-4.03- DIFFERING SUBSURFACE OR PHYSICAL CONDITIONS Add the following to the end of Paragraphs 4.03.A. Contractor to notify Owner and Engineer in writing about differing subsurface or physical conditions within 15 days of discovery and before disturbing the subsurface as stated above. No claim for an adjustment in the contract price or contract times (or Milestones) will be valid for differing subsurface or physical conditions if procedures of this paragraph 4.03 are not followed. SC- 4.04-UNDERGROUND FACILITIES Add the following new paragraph immediately after Paragraph 4.04.A.2. 3. At least 2 but not more than 10 business days before beginning any excavation, the Contractor shall according to MCA 69-4-501, notify all owners of underground facilities and coordinate the Work with the owners of such underground facilities. The information shown or indicated in the Contract Documents with respect to existing underground facilities is based on information and data obtained from the owners of the facilities without field exploration, and as such, Owner and Engineer are not responsible for the accuracy or completeness of such information or data. SC- 4.06 - HAZARDOUS ENVIORNMENTAL CONDITION AT SITE Change the first sentence of paragraph A to read as follows: A. Reports and Drawings: The Special Provisions identify those reports.......... SC- 5.02 LICENSED SURETIES AND INSURERS Add the following to the end of Paragraph 5.02.A Without limiting any of the other obligations or liabilities of the Contractor, Contractor shall secure and maintain such insurance from an insurance company (or companies) authorized to write insurance in the State of Montana, with minimum "A.M. Best Rating" of A-, VI, as will protect the Contractor, the vicarious acts of subcontractors, the Owner and the Engineer and their agents and employees from claims for bodily injury, or property damage which may arise from operations and completed operations under this Agreement. Contractor shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance, with binders, or certified Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 3 of 13 copies of the insurance policy shall have been filed with the Owner and the Engineer. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the Contractor shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of at least one year following the substantial completion date for property damage resulting from occurrences during the agreement period. SC-5.04 CONTRACTOR'S LIABILITY INSURANCE Add the following new paragraphs immediately after Paragraph 5.04.13: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Law or Regulations: 1. Workers' Compensation, etc. under Paragraphs 5.04.1 and 5.04.2 of the General Conditions: a. State - Statutory b. Applicable Federal (e.g. Longshoremans) - Statutory c. Employer's Liability- $500,000.00 2. Contractor's Liability Insurance under Paragraphs 5.04.A.3 through 5.04. A.6 of the General Conditions, w h i c h shall also include completed operations and product liability coverage. a. GENERAL AGGREGATE-$3,000,000.00 b. Products-Completed Operations Aggregate - $3,000,000.00 c. Personal and Advertising d. Each Occurrence (Bodily Injury and Property Damage) - $1,000,000.00 e. Coverage will include: i. Premises - Operations ii. Operations of Independent Contractor iii. Contractual Liability iv. Personal Injury V. Products and Completed Operations vi. Broad Form Property Damage will include explosion, collapse, blasting and underground where applicable. vii. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Injures Each Person - $500,000.00 Each Accident - $1,000,000.00 Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 4 of 13 Property Damage: Each Accident- $1,000,000.00 (or) b. Combined Single Limit - $15000,000.00 Coverage to Include: a. All Owned b. Hired c. Non-Owned 4. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. Deductible not to exceed $5,000.00 per occurrence on property damage. 5. Add a new paragraph at the end of Paragraph 5.04.B. 1 of the General Conditions as follows: The Contractor's insurance coverage shall name the Owner, and Engineer and Engineer's Consultants as an additional insured under Commercial General Liability, Automobile Liability, Excess or Umbrella polices. 6. The Contractual Liability coverage required by Paragraph 5.04.13.4. of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence - $1,000,000.00 Aggregate - $3,000,000.00 SC- 5.04.13.5 CANCELATION NOTICE Amend paragraph 5.04.13.5 of the General Conditions by striking out the words "30 days" and replacing them with the words "45 days" and as so amended paragraph 5.04.13.5 remains in effe ct. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 5 of 13 SC - 5.06 PROPERTY INSURANCE Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: A. Contractor shall purchase and maintain property insurance upon the work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. Include the interests of Owner, Contractor, Subcontractors, Sub- Subcontractors Engineer, Engineer's Consultants, and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, false work and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than caused by floods), and other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to the fees and charges of engineers and architects); 4. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; and 5. Be endorsed to allow occupancy and partial utilization of the Work by Owner. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 6 of 13 6. Include testing and start-up; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with thirty days written notice to each other additional insured to whom a certificate of insurance has been issued. B. Contractor shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Paragraph SC5.06 shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. D. The policies of insurance required to be purchased and maintained by Contractor in accordance with this Article 5.06.A shall comply with the requirements of GC - 5.06. C. The qualifications of the insurance company shall comply with the requirements of SC- 5.02.A. SC-6.02 Working Hours Add the following to Paragraph 6.02.13: Regular working hours are defined as 8:OOAM. To S:OOP.M. Emergency work may be done without prior permission. SC-6.04 PROGRESS SCHEDULE Delete Paragraph 6.04.A.1 of the General Conditions m its entirety and replace with the following: 1. Contractor shall submit to Engineer with each application for payment an updated progress schedule reflecting the amount of work completed and adjustments to future work. Such adjustments will be acceptable to Engineer as providing an o r d e r 1 y progression of the Work to completion within any specified milestones and the Contract Time. No progress payment will be made to Contractor until the updated schedules are submitted to and acceptable to Engineer and Owner. Review and acceptance of progress schedules by the Engineer will neither impose on Engineer responsibility for the sequencing, scheduling or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefore. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 7 of 13 SC- 6.13 SAFETY AND PROTECTION Change Supplementary Conditions in paragraph 6.13.0 to Special Provisions. Add new paragraphs to the end of paragraph 6.13Y of the General Conditions as follows: G. It is expressly understood by the parties to this Agreement that the Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. The right of the Owner and Engineer to observe or otherwise review the Work and operations shall not relieve the Contractor from any of his covenants and obligations hereunder. Contractor shall incorporate all safety requirements into his construction progress and work schedules including preconstruction and scheduled monthly safety meetings, posted safety rules, tailgate meetings, and site inspections by safety and other inspectors employed by the Contractor. H. The Contractor shall be responsible for and shall take necessary precautions and provide all material and equipment to protect, shore, brace, support and maintain all underground pipes, conduits, drains, sewers, water mains, gas mains, cables, etc., and other underground construction uncovered in the proximity, or otherwise affected by the construction work performed by him. All pavement, surfacing, driveways, curbs, walks, buildings, grass areas, trees, utility poles or guy wires damaged by the Contractor's operations in the performance of this work shall be repaired and/or replaced to the satisfaction of the Owner, Engineer, and effected property owner at the Contractor's expense. The Contractor shall also b e responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property or facility, regardless of location or character, which may be caused by moving, hauling, or otherwise transporting equipment, materials, or men to and from the work or any part of site thereof; whether by him or his subcontractors. The Contractor shall make satisfactory and acceptable arrangements with owner of, or the agency or authority having jurisdiction over, the damaged property or facility concerning its repair or replacement or payment of costs incurred in connection with said damage. I. The Contractor shall conduct his work so as to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, the Contractor shall obtain approval from the governing party and shall, at his own expense, provide and maintain suitable and safe bridges, detours, and other temporary expedients for the accommodation of public and private drives before interfering with them. The provisions for temporary expedients will not be required when the Contractor has obtained permission from the owner and tenant of the private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 8 of 13 J. Safety provisions must be entirely adequate and meet with City or State and Federal regulations to protect the public on these streets and roads. SC- 6.20 INDEMNIFICATION Add a new paragraph immediately after paragraph 6.20.A. of the General Conditions which is to read as follows: While Owner and Engineer may have the right under this Contract to observe or otherwise review the work, progress and operations of the Contractor, it is expressly understood and agreed that such observation shall not relieve the Contractor from any of its covenants and obligations hereunder. SC-9.03 PROJECT REPRESENTATIVE Refer to the Special Provisions for identification of the responsibilities and authority and limitations of the Engineer's Resident Project Representative (if any). SC- 11.01 COST OF THE WORK Delete paragraph 11.01 .A.5.c of the General Conditions in its entirety and insert the following in its place: 11.01. A.5.c The rental of all construction equipment and machinery and parts thereof whether rented from Contractor or rented from others. The cost shall be calculated as follows and will include the costs of transportation, loading, unloading, assembly, dismantling and removal thereof for equipment involved only in the changed portion of the work covered under the cost of the Work method. Transportation, 1 o a d i n g and assembly costs will not be included for equipment already on the site which is being used for other portions of the Work. The cost of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Hourly equipment and machinery rates shall be calculated from the Rental Rate Blue Book for Construction Equipment, and the Equipment List submitted according to SC 2.05 and SC 2.07, and as follows: 1. For working equipment, the hourly rate shall be the monthly rental rate divided by 176 hours per month plus the hourly operating cost. 2. For equipment on standby, the hourly rate shall be 50% of the monthly rental rate divided by 176 hours per month, and the hourly operating cost shall not be applied. 3. For specialized equipment rented for a short duration used for change order work or additional work not part of the scope of work bid, the Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 9 of 13 equipment rental rates will be negotiated prior to t h e work being performed. SC-11.03 UNIT PRICE WORK Delete paragraph 11.03.D.1 and 2 of the General Conditions in its entirety and insert the following in its place: 1. the quantity of a particular item of Unit Price Work performed by Contractor differs by more than 25% from the estimated quantity of such item indicated in the Agreement, and 2. the total cost of the particular individual item of Unit Price Work amounts to 10% or more of the Contract Price which is the total sum of all schedules (if any), and SC- 14.02.A APPLICATIONS FOR PAYMENTS Add the following language at the end of paragraph 14.02.A.1 of the General Conditions: Payments for materials in storage shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include any overhead or profit. Bill of Sale, invoice or other document warranting clear title for materials in storage will be waived for the material in storage included in the first progress payment application. However, proof of payment and clear title must be submitted with Application No. 2 for all material included in Application No. 1. Without such documentation amounts paid for materials in storage will b e deducted from subsequent payments. Beginning with the s e c o n d application, all requests for payment for materials in storage shall be accompanied by Bill of Sale, invoice or other document warranting clear title as required above. Add the following to Paragraph 14.02.A.3: In accordance with state law the Owner may accept deposited securities in lieu of cash retainage. Retainage may be used by the Owner to offset costs for any of the losses enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.d inclusive, 14.02.D.1.a. through 14.02.D.1.d inclusive, or 15.02.C. In addition retainage may be used by the Owner to protect against loss from failure by the Contractor to complete necessary work and to offset any liquidated damages due Owner. Add a new paragraph after paragraph to 14.02.A.3 to read: 4. Each application for progress payment shall be accompanied by Contractor's updated progress schedule, shop drawing schedule, procurement schedule, and other data specified herein or reasonably required by Owner or Engineer. The Owner reserves the right to require submission of monthly certified payrolls by the Contractor. Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 10 of 13 SC -14.02.0 PAYMENT BECOMES DUE Delete Paragraph 14.02.C.1 o f the General Conditions in its entirety and insert the following in its place: 1. The Owner will, upon presentation to him of the Contractor's Application for Payment with Engineer's recommendation, review and act upon said payment request once each month on or about the day of each month stipulated by the Owner at the preconstruction conference. Payment will become due when Owner approves the application for payment and when due, will be paid by Owner to Contractor. SC- 14.02.D.1.c Amend the sentence of Paragraph 14.02.D.1.c to read: ...entitling Owner to a set-off against the amount recommended, including liquidated damages; or... SC-14.03 CONTRACTORS WARRANTY OF TITLE Add the following at the end of Paragraph 14.03.A of the General Conditions: Neither recommendation of any progress payment by Engineer nor payment by the Owner to Contractor, nor any use or occupancy of the Work or any part thereof will release the Contractor from complying with the Contract Documents. Specifically the Contractor shall maintain in accordance with Article 5, property insurance on all Work, materials, and equipment whether incorporated in the project or not and whether included in an application for payment or not, for the hull insurable value thereof. Passing title to Owner for materials and equipment included in an application for payment does not relieve the Contractor of the Contractor's obligation to provide insurance (including property insurance) as required in Article 5 of the General Conditions and these Supplementary Conditions. All insurance shall remain in effect as provided in Article 5. SC- 14.05 PARTIAL UTILIZATION Add the following to Paragraph 14.05.A: Owner has the right to take possession of or use any completed or substantially completed portions of the work at any time, but such taking possession or use will not be deemed an acceptance of any work not completed in accordance with the Contract Documents. Owner's use of any facilities so identified in the Contract Documents will not be grounds for extension of the contract time or change in the contract price. Owner's use of any facilities not specifically identified in the Contract Documents wi 11 be in Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 1 T of 13 Accordance with conditions agreed to prior to such use, and any extra costs or delays in completion incurred and properly claimed by Contractor will be equitably adjusted with a Change Order. Facilities substantially completed in accordance with the Contract Documents which are occupied or used by Owner prior to substantial completion of the entire work will be done in accordance with General Conditions 14.04. Guarantee periods for accepted or substantially completed work including mechanical and electrical equipment will commence upon the start of continuous use by Owner. All tests and instruction of Owner's personnel must be satisfactorily completed, and Owner shall assume responsibility for and operation of all facilities occupied or used except as may arise through portions of work not yet completed by Contractor If the work has been substantially completed and the Engineer certifies that full completion thereof is materially delayed through no fault of the Contractor, the Owner shall, without terminating the Agreement, make payment of the balance due for the portion of the work fully completed and accepted. SC- 14.06 FINAL INSPECTION Add the following to Paragraph 14.06.A: After Contractor has remedied all deficiencies to the satisfaction of the Engineer and delivered all construction records, maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, and other documents (all as required by the Contract Documents), Owner and Contractor shall be promptly notified in writing by Engineer that the work is acceptable. SC-16.01 DISPUTE RESOLUTION Replace Section 16.01 of the General Conditions with the following: 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. Notice of the demand for mediation will be filed in writing with the other party to the Agreement and a copy will be sent to Engineer for information. Once the other party receives the request for mediation they must notify the requestor if they desire to participate in mediation. If both parties agree to participate in mediation the parties shall establish mutually agreeable rules to abide by during the mediation process. Owner or Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or Laws or Regulations in respect to any dispute that is not agreed upon during mediation. B. Except as provided in paragraph SC-16.02.0 below, no mediation arising of or relating to the Contract Documents shall include by consolidation, joiner, or in any other manner Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 12 of 13 any other person or entity (including Engineer, Engineer's Consultant and the Officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 1. the inclusion of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the mediation; and 2. such other individual or entity is substantially involved in a question of law or fact which is common to those who are already parties to the mediation, and which will arise in such proceedings; and 3. the written consent of the other individual or entity sought to be included and of Owner and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to mediation of any dispute not specifically described in such consent or to mediation with any party not specifically identified in such consent. C. Notwithstanding paragraph SC-16.0 1.13, if a Claim or counterclaim, dispute or other matter in question between Owner and Contractor involves the Work of a Subcontractor, either Owner or Contractor may join such Subcontractor as a party to the mediation between Owner and Contractor hereunder. Contractor shall include in all subcontracts required by paragraph GC-6.06.G specific provision whereby the Subcontractor consents to being joined in mediation between Owner and Contractor involving work of such Subcontractor. Nothing in this paragraph SC-16.0 1.0 nor in the provision of such subcontract consenting to joiner shall create any claim, right or cause of action in favor of Subcontractor and against Owner, Engineer, or Engineer's Consultants that does not otherwise exist. SC-17.01 GIVING NOTICE Add the following to Paragraph 17.0l.A: The mailing address for giving notices to Contractor given in the Agreement is hereby designated as the place to which all notices, letters, and other communication to Contractor will be mailed or delivered. The mailing address for giving notices to Owner given in the Agreement is hereby designated as the place to which all notices, letters, and other communication to Owner shall be mailed or delivered. Either party may change his address at any time by an instrument in writing delivered to Engineer and to other party. END OF SECTION 00810 Section 00810-6th Edition Supplementary Conditions to the General Conditions Page 13 of 13 MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2017 Effective: January 7, 2017 Steve Bullock, Governor State of Montana Pam Bucy, Commissioner Department of Labor and lndustr,r To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition, we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required that each employer pay(as a minimum)the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406) 444-5600 or TDD (406) 444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549. PAM BUCY Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ............................................................................................................................... 3 B. Definition of Heavy Construction ................................................................................................................ 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ........................................................................................................................................ 4 1. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem ............................................................................................................................................ 4 L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ........................................................................................................................ 5 R. Foreman Rates .................................................................................................................................. 5 WAGE RATES: BOILERMAKERS ......................................................................................................................................... 6 BRICK, BLOCK,AND STONE MASONS ........................................................................................................... 6 CARPENTERS ............................................................................................................................................ 6 CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 ............................................................................................................................. 7 OPERATORS GROUP 2 ............................................................................................................................ 7 OPERAFURS GRUUP 3 ............................................................................................................................ 8 OPERATORSGROUP 4 ............................................................................................................................ 8 OPERATORSGROUP 5 ............................................................................................................................ 8 OPERATORS GROUP 6 ............................................................................................................................ 8 OPERATORSGROUP 7 ............................................................................................................................ 9 CONSTRUCTION LABORERS LABORERS GROUP 1 ............................................................................................................................ 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ............................................................................................................................ 10 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 10 DIVERTENDERS ...................................................................................................................... . ELECTRICIANS ............................................................................................................................................................ 11 HEATINGAND AIR CONDITIONING ...................................................................................................................................... 11 INSULATION WORKERS-MECHANICAL(HEAT AND FROST) ........................................................................... 12 IRONWORKERS-STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 12 LINE CONSTRUCTION EQUIPMENT OPERATORS .......................................................................................................................... 12 GROUNDMAN ........................................................................................................................................... 12 LINEMAN .................................................................................................................................................. 13 MILLWRIGHTS ............................................................................................................................................ 13 PAINTERS ............................................................................................................................................................ 13 PILEBUCKS ............................................................................................................................................... 13 PLUMBERS, PIPEFITTERS,AND STEAMFITTERS ............................................................................................ 13 SHEET METAL WORKERS ........................................................................................................................... 13 TEAMSTERS GROUP 1 (Pilot Car Drivers) ......................................................................................................................... 13 TEAMSTERS GROUP 2 (Truck Drivers) ................................................................................................................ 14 2 A.Date of Publication January 7,2017 B. Definition of Heavy Construction The Administrative Rules of Montana(ARM),24.17.501(4)—(4)(a),states "Heavy construction projects include, but are not limited to, those projects that are not properly classified as either 'building construction', or 'highway construction.' Heavy construction projects include, but are not limited to, antenna towers, bridges (major bridges designed for commercial navigation), breakwaters, caissons (other than building or highway), canals, channels, channel cut-offs, chemical complexes or facilities (other than buildings), cofferdams, coke ovens, dams, demolition (not incidental to construction), dikes, docks, drainage projects, dredging projects, electrification projects(outdoor),fish hatcheries,flood control projects, industrial incinerators (other than building), irrigation projects,jetties,kilns, land drainage (not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries (other than buildings),pipe lines,ponds,pumping stations (prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers (sanitary, storm, etc), shoreline maintenance, ski tows, storage tanks, swimmingpools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts(other than highway), water mains, waterway construction, water supply lines (not incidental to building), water and sewage treatment plants (other than buildings)and wells." C.Definition of Public Works Contract Section 18-2-401(1 1)(a),MCA defines "public works contract"as "...a contractfor construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of$25,000...". D.Prevailing Wage Schedule This publication covers only Heavy Construction occupations and rates in the specific localities mentioned herein.These rates will remain in effect until superseded by a more current publication. Current prevailing wage rate schedules for Building Construction,Highway Construction and Nonconstruction Services occupations can be found on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD(406)444-5549. E.Rates to Use for Projects ARM,24.17.127(1)(c),states "The wage rates applicable to a particular public works project are those in effect at the time the bid specifications are advertised." F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: "(1)Any public works contract that by the terms of the original contract calls for more than 30 months to fully perform must include a provision to adjust, as provided in subsection(2), the standard prevailing rate of wages to be paid to the workers performing the contract. (2) The standard prevailing rate of wages paid to workers under a contract subject to this section must be adjusted 12 months after the date of the award of the public works contract. The amount of the adjustment must be a 3%increase. The adjustment must be made and applied every 12 months for the term of the contract. (3)Any increase in the standard rate ofprevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency." 3 G.Fringe Benefits Section 18-2-412,MCA states: "(1) To fufll the obligation...a contractor or subcontractor may: (a)pay the amount offringe benefits and the basic hourly rate ofpay that is part of the standard prevailing rate of wages directly to the worker or employee in cash; (b)make an irrevocable contribution to a trustee or a third person pursuant to a fringe benefit fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c)make payments using any combination of methods set forth in subsections (1)(a)and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fringe benefits and travel allowances, applicable to the district for the particular type of work being performed. (2) The fringe benefit fund,plan, or program described in subsection (1)(b) must provide benefits to workers or employees for health care,pensions on retirement or death, life insurance, disability and sickness insurance, or bona fide programs that meet the requirements of the Employee Retirement Income Security Act of 1974 or that are approved by the U. S. department of labor." Fringe benefits are paid for all hours worked(straight time and overtime hours). However,fringe benefits are not to be considered a part of the hourly rate of pay for calculating overtime,unless there is a collectively bargained agreement in effect that specifies otherwise. H.Dispatch City ARM,24.17.103(11),defines dispatch city as "...the courthouse in the city fi+om the following list which is closest to the center of the job:Billings, Bozeman, Butte, Great Falls, Helena, Kalispell, and Missoula." I. Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as "...an amount added to the base pay; the combined sum then becomes the new base wage rate to be paidfor all hours worked on the project.Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22),states " `Travel pay,'also referred to as 'travel allowance,'is and must be paid for travel both to and from the job site, except those with special provisions listed under the classification. The rate is determined by measuring the road miles one direction over the shortest practical maintained route from the dispatch city or the employee's home, whichever is closer, to the center of the job." See section H above for a list of dispatch cities. K.Per Diem ARM,24.17.103(18),states " `Per diem'typically covers costs associated with board and lodging expenses. Per diem is paid when an employee is required to work at a location outside the daily commuting distance and is required to stay at that location overnight or longer." L.Apprentices Wage rates for apprentices registered in approved federal or state apprenticeship programs are contained in those programs. Additionally, Section 18-2-416(2),MCA states, .....The full amount of any applicable fringe benefits must be paid to the apprentice while the apprentice is working on the public works contract." Apprentices not registered in approved federal or state apprenticeship programs will be paid the appropriate journey level prevailing wage rate when working on a public works contract. 4 M.Posting Notice of Prevailing Wages Section 18-2-406,MCA,provides that contractors,subcontractors,and employers who are "...performing work or providing construction services under public works contracts, as provided in this part, shall post in a prominent and accessible site on the project or staging area, not later than the first day of work and continuing for the entire duration of the project, a legible statement of all wages and fringe benefits to be paid to the employees." N. Employment Preference Sections 18-2-403 and 18-2-409,MCA require contractors to give preference to the employment of bona fide Montana residents in the performance of work on public works contracts. O.Projects of a Mixed Nature Section 18-2-408,MCA states: "(1) The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building construction project. (2) Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for that project classification" P. Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www.bls.gov/oes/current/oes stru.htm Q.Welder Rates Welders receive the rate prescribed for the craft performing an operation to which welding is incidental. R.Foreman Rates Rates are no longer set for foremen. However, if a foreman performs journey level work,the foreman must be paid at least the journey level rate. 5 WAGE RATES BOILERMAKERS Wage Benefit Travel: $30.25 $30.30 0-120 mi. free zone >120 mi. federal mileage rate/mi. Duties Include: Construct, assemble, maintain, and repair stationary Special Provision: steam boilers, boiler house auxiliaries, process vessels, Travel is paid only at the beginning and end of the job. pressure vessels and penstocks. Bulk storage tanks and bolted steel tanks. Per Diem: 0-70 mi. free zone -70 120 mi. °"55.00/day >120 mi. $70.00/day I T Back to Table of Contents BRICK, BLOCK, AND STONE MASONS Wage Benefit Travel: $31.07 $13.90 0-20 mi. free zone >20-35 mi. $30.00/day >35-55 mi. $35.00/day >55 mi. $65.00/day ?Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. T Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $21.73 $10.51 0-30 mi. free zone >30-60 mi. base pay+ $2.95/hr. Duties Include: >60 mi. base pay+$4.75/hr. Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. Back to Table of Contents 6 CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $25.41 $12.05 0-30 mi. free zone >30-60 mi. base pay+$3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Compressor;Auto Fine Grader; Belt Finishing; Boring Machine(Small); Cement Silo; Crane,A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler,All Except Cranes/Shovels; Pumpman. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $26.20 $12.05 0-30 mi.free zone >30-60 mi. base pay+$3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Doctor; Backhoe\Excavator\Shovel, up to and incl. 3 cu. yds; Bit Grinder; Bitunimous Paving Travel Plant; Boring Machine, Large; Broom, Self-Propelled; Concrete Travel Batcher; Concrete Float&Spreader; Concrete Bucket Dispatcher; Concrete Finish Machine; Concrete Conveyor; Distributor; Dozer, Rubber-Tired, Push, & Side Boom; Elevating Grader\Gradall; Field Equipment Serviceman; Front-End Loader, 1 cu. yd up to and incl. 5 cu.yds; Grade Setter; Heavy Duty Drills,All Types; Hoist\Tugger,All; Hydralift Forklifts&Similar; Industrial Locomotive; Motor Patrol (except finish); Mountain Skidder; Oiler, Cranes\Shovels; Pavement Breaker, EMSCO; Power Saw, Self-Propelled; Pugmill; Pumperete\Grout Machine; Punch Truck; Roller, other than Asphalt; Roller, Sheepsfoot(Self-Propelled); Roller, 25 tons and over; Ross Carrier; Rotomill, under 6 ft; Trenching Machine; Washing/Screening Plant T Back to Table of Contents 7 CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $27.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+$3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Asphalt Paving Machine;Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer nozer; Roller Asphalt(Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. j Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $28.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. j Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 5 Wage Benefit Zone Pay: $29.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+$3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Cranes, 45 tons up to and incl. 74 tons. j Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 6 Wage Benefit Zone Pay: $30.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Cranes, 75 tons up to and incl. 149 tons; Cranes, Whirley(All). j Back to Table of Contents 8 CONSTRUCTION EQUIPMENT OPERATORS GROUP 7 Wage Benefit Zone Pay: $31.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Cranes, 150 tons up to and incl. 250 tons; Cranes, over 250 tons—add $1.00 for every 100 tons over 250 tons; Crane, Tower(All); Crane Stiff-Leg or Derrick; Helicopter Hoist. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 1/FLAG PERSON FOR TRAFFIC CONTROL Wage Benefit Zone Pay: $21.58 $8.69 0-30 mi. free zone >30-60 mi. base pay+$3.05/hr. >60 mi. base pay+$4.85/hr. T Back to Table of Contents CONSTRUCTION LABORERS GROUP 2 Wage Benefit Zone Pay: $24.40 $8.69 0-30 mi. free zone >30-60 mi. base pay+$3.05/hr. This group includes but is not limited to: >60 mi. base pay+$4.85/hr. General Labor; Asbestos Removal; Burning Bar; Bucket Man; Carpenter Tender; Caisson Worker; Cement Mason Tender; Cement Handler(dry); Chuck Tender; Choker Setter; Concrete Worker; Curb Machine-lay Down; Crusher and Batch Worker; Heater Tender; Fence Erector; Landscape Laborer; Landscaper; Lawn Sprinkler Installer; Pipe Wrapper; Pot Tender; Powderman Tender; Rail and Truck Loaders and Unloaders; Riprapper; Sign Erection; Guardrail and Jersey Rail; Spike Driver; Stake Jumper; Signalman; Tail Hoseman; Tool Checker and Houseman and Traffic Control Worker. j Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.54 $8.69 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+ $4.85/hr. Concrete Vibrator; Dumpman (Grademan); Equipment Handler; Geotextile and Liners; High-Pressure Nozzleman; Jackhammer(Pavement Breaker) Non- Riding Rollers; Pipelayer; Posthole Digger(Power); Power Driven Wheelbarrow; Rigger; Sandblaster; Sod Cutter-Power and Tamper. t Back to Table of Contents CONSTRUCTION LABORERS GROUP 4 Wage Benefit Zone Pay: $25.26 $8.69 0-30 mi. free zone >30-60 mi. base pay+ $3.05/hr. This group includes but is not limited to: >60 mi. base pay+ $4.85/hr. Hod Carrier***; Water Well Laborer; Blaster; Wagon Driller;Asphalt Raker; Cutting Torch; Grade Setter; ***Hod Carriers will receive the same amount of travel High-Scaler; Power Saws (Faller& Concrete) and/or subsistence pay as bricklayers when requested to Powderman; Rock& Core Drill; Track or Truck Mounted travel. Wagon Drill and Welder incl. Air Arc. Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.16 $14.52 0-30 mi. free zone Diving $76.32 $14.52 >30-60 mi. base pay+$4.00/hr. >60 mi. base pay+$6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. j Back to Table of Contents 10 DIVER TENDERS Wage Benefit Zone Pay: $37.16 $14.52 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay+$6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions. T Back to Table of Contents ELECTRICIANS Wage Benefit Travel: $32.74 $13.45 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: 0-18 mi. free zone >18-60 mi.federal mileage rate/mi. >60 mi. $75.00/day T Back to Table of Contents HEATING AND AIR CONDITIONING Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: ■ $0.25/mi. in employer vehicle. Testing and balancing, commissioning and retro- ■ $0.65/mi. in employee vehilcle. commissioning of all air-handling equipment and duct work. Per Diem: $65/day T Back to Table of Contents 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) Wage Benefit Travel: $34.17 $19.47 0-30 mi. free zone >30-40 mi. $20.00/day Duties Include: >40-50 mi. $30.00/day Insulate pipes, ductwork or other mechanical systems. >50-60 mi. $40.00/day >60 mi. $45.00/day plus ■ $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. >60 mi. $80.00/day on jobs requiring an overnight stay plus • $0.56/mi. if transportation is not provided. ■ $0.20/mi. if in company vehicle. T Back to Table of Contents IRONWORKERS -STRUCTURAL STEEL AND REBAR PLACERS Wage Benefit Travel: $27.25 $23.16 0-45 mi. free zone >45-85 mi. $55.00/day Duties Include: >85 mi. $85.00/day Structural steel erection; assemble prefabricated metal buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; handrail fabrication and ornamental steel. T Back to Table of Contents LINE CONSTRUCTION—EQUIPMENT OPERATORS Wage Benefit Zone Pay: $33.27 $14.71 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION—GROUNDMAN Wage Benefit Zone Pay: $25.98 $13.31 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents 12 LINE CONSTRUCTION— LINEMAN Wage Benefit Zone Pay: $43.43 $15.30 No Free Zone Duties Include: $60.00/day All work on substations T Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $32.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+$4.00/hr. >60 mi. base pay+ $6.00/hr. T Back to Table of Contents PAINTERS Wage Benefit Travel: $25.05 $16.72 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: No free zone. $0.60/m i. Per Diem: $80.00/day T Back to Table of Contents 12 PILE BUCKS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+$4.00/hr. Duties Include: >60 mi. base pay+$6.00/hr. Set up crane; set up hammer; weld tips on piles; set leads; insure piles are driven straight with the use of level or plum bob. Give direction to crane operator as to speed, and direction of swing. Cut piles to grade. T Back to Table of Contents PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $35.66 $16.86 0-70 free zone >70 mi. Duties Include: N On jobs when employees do not work Assemble, install, alter, and repair pipe-lines or pipe consecutive days: $0.55/mi. if employer doesn't systems that carry water, steam, air, other liquids or provide transportation. Not to exceed two trips. gases. Testing of piping systems, commissioning and retro-commissioning. Workers in this occupation may ■ On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day if employer mechanical control systems. doesn't provide transportation. T Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: 0 $0.25/mi, in employer vehicle Testing and balancing, commissioning and retro- ■ $0.65/mi. in employee vehicle commissioning of all air-handling equipment and duct work. Manufacture, fabrication, assembling, installation, Per Diem: dismantling, and alteration of all HVAC systems, air $65.00/day veyer systems, and exhaust systems. All lagging over insulation and all duct lining. Metal roofing. T Back to Table of Contents TEAMSTERS GROUP 1 (Pilot Car Drivers) No Rate Established T Back to Table of Contents 13 TEAMSTERS GROUP 2 (Truck Drivers) No Rate Established This group includes but is not limited to: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic;Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor;Water Trucks. p Back to Table of Contents 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 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 other 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 MONTHLY PAY ESTIMATE SUMMARY Date Sediment Management Waste Facility City of Bozeman, Montana Estimate No. - to 12017 DESCRIPTION AMOUNTS THIS MONTH PREVIOUS TO DATE Earnings for Work& Materials Installed: $0.00 $0.00 $0.00 Plus 100% of Invoice for Materials Stored: $0.00 $0.00 $0.00 Less Materials Used: $0.00 $0.00 $0.00 Subtotal: $0.00 $0.00 $0.00 5% Retainage: $0.00 $0.00 $0.00 Net Earnings: $0.00 $0.00 $0.00 Less 1% Gross Receipts Tax: $0.00 $0.00 $0.00 Gross Payment: $0.00 $0.00 $0.00 Less Previous Payments: $0.00 Net Payment this Estimate: $0.00 $0.00 Percent Time Elapsed: #VALUE! Work Done Based on Installed Cost: #DIV/0! Contract Completion Data: Notice to Proceed Date: Original Contract Completion Time (dy): 90 Stop/Resume Work Orders (dy): 0 Approved Time Extensions (dy): 0 New Contract Completion Time (dy): 90 Contract Completion Date: 3/30/1900 Contract Cost Data: Amount of Original Contract: $0.00 Approved Changes: $0.00 Revised Amount: $0.00 Approved by (Contractor): Approved by City of Bozeman (Owner): PAY ESTIMATE Sediment Management Waste Facility CONTRACTOR: ENGINEER: City of Bozeman P.O.Box 1230 ' Bozeman,MT 59771 PAY ESTIMATE NO._ to ,2017 QUANTITY COMPLETED AMOUNT EARNED PLAN THIS PREVIOUS TO BID THIS PREVIOUS TO ITEM DESCRIPTION UNIT QUANTITY ESTIMATE ESTIMATE DATE PRICE ESTIMATE ESTIMATE DATE SCHEDULEI 101 Taxes,Bonds,Insurance L.S. 1 0 0 0 $0.00 $0.00 $0.00 $0.00 102 Mobilization L.S. 1 0 0 0 $0.00 $0.00 $0.00 $0.00 103 Unclassified Road Excavation C.Y. 900 0 0 0 $0.00 $0.00 $0.00 $0.00 104 1%'Minus Crushed Base Course C.Y. 1,450 0 0 0 $0,00 $0.00 $0.00 $0.00 105 %'Minus Surface Course C.Y. 725 0 0 0 $0.00 $0.00 $0.00 $0.00 106 Geogrid Reinforcement S.Y 4,306 0 0 0 $0.00 $0.00 $0.00 $0.00 107 Construction Staking L.S. 1 0 0 0 $0.00 $0.00 $0.00 $0.00 SCHEDULE2 .. 201 Clearing and Grubbing S.F 34,162.0 0 0 0 $0.00 $0.00 $0.00 $0.00 202 Fill C.Y. 1.500.0 0 0 0 $0.00 $0.00 $0.00 $0.00 203 Geotextile Fabric S.Y. 3,795.8 0 0 0 $0.00 $0.00 $0.00 $0.00 204 1 W Crushed Base Course C.Y. 1,265.3 0 0 0 $0.00 $0.00 $0.00 $0.00 205 Aggregate Treatment S.Y. 3,795.8 0 0 0 $0.00 $0.00 $0.00 $0.00 206 Asphalt Concrete-TypeB S.Y. 3.795.8 0 0 0 $0.00 $0.00 $0.00 $0.00 207 Discharge Manhole Each 2 0 0 0 $0.00 $0.00 $0.00 $0.00 208 Type 1 Ecology Block Each 77 0 0 0 $0.00 $0.00 $0.00 $0.00 209 Type 2 Ecology Block Each 146 0 0 0 $0.00 $0.00 $0.00 $0.00 210 Effluent Discharge Pipeline L.F. 413 0 0 0 $0.00 $0.00 $0.00 $0.00 211 Liner Penetration L.S. 1 0 0 0 $0.00 $0.00 $0.00 $0.00 212 Discharge Line Clean Out Each 1 0 0 0 $0.00 $0.00 $0.00 $0.00 213 Water Main Connection Assembly Each 1 0 0 0 $0.00 $0.00 $0.00 $0.00 214 Water Line 2'curb stop assembly Each 1 0 0 0 $0,00 $0.00 $0.00 $0.00 215 Water Line Meter and Vault Each 1 0 0 0 $0.00 $0.00 $0.00 $0.00 217 Water Pipeline 2' L.F. 920 0 0 0 $0.00 $0.00 $0.00 $0.00 218 Wash Station Each 1 0 0 0 $0.00 $0.00 $0.00 $0.00 219 Bollard Each 4 0 0 0 $0.00 $0.00 $0.00 $0.00 220 Containment Vault Each 3 0 0 0 $0.00 $0.00 $0.00 $0.00 221 Miscellaneous Work Each 35,000 0 0 0 $0.00 $0.00 $0.00 $0.00 SUBTOTAL BID ITEM WORK INSTALLED $0.00 $0.00 $0.00 Materials in Storage $0.00 $0.00 $0.00 Materials out of Storage $0.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 $0.00 Total Amount Due $0.00 $0.00 $0.00 Less Retainage 5% $0.00 $0.00 $0.00 Subtotal $0.00 $0.00 $0.00 Less 1%Gross Reciepts Tax $0.00 $0.00 $0.00 Subtotal $0.00 $0.00 $0.00 Less Previous Payments $0.00 $0.00 Total Due This Payment $0.00 $0.00 CITY OF BOZEMAN ACCOUNTS PAYABLE CHECK# PO Box 1230 • Bozeman, MT 59771-1230 (406)582-2334 PAY TO: Date Paid: TOTAL $ VENDOR# DATE INVOICE# Fund Account Object Project DESCRIPTION AMOUNT TOTAL CERTIFICATION THAT GOODS OR SERVICES HAVE BEEN RECEIVED: 1. 2. DEPARTMENT HEAD OR DESIGNEE APPROVAL: FINANCE DEPARTMENT REVIEW: I,the undersigned,do solemnly swear,that I am of OFFICIAL TITLE COMPANY OR CORPORATION I am authorized to sign for said claimant,and the amounts shown therein are a true and lawful claim against the City of Bozeman and wholly unpaid. Sign here: Phone: SS#or Tax ID# Business License# THE CITY OF BOZEMAN MUST HAVE YOUR SS#OR TAX ID#AND BUSINESS LICENSE NUMBER BEFORE THIS CLAIM WILL BE PROCESSED. - 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 of 1 Certificate of Substantial Completion Project: Owner: Owner's Contract No.: Contract: Engineer's Project No.: This [tentative][definitive] Certificate of Substantial Completion applies to: ❑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 1 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 C-625 Certificate of Substantial Completion Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 2 of 2 Work Change Directive No. Date of Issuance: Effective Date: Project: Owner:City of Bozeman Owner's Contract M Contract: Date of Contract: Contractor: Engineer's Project M You are directed to proceed promptly with the following change(s): Item No. Description Attachments(list documents supporting change): Purpose for Work Change Directive: ❑ Authorization for Work described herein to proceed on the basis of Cost of the Work due to: ❑ Nonagreement on pricing of proposed change. ❑ Necessity to expedite Work described herein prior to agreeing to changes on Contract Price and Contract Time. ❑ Other: Estimated change in Contract Price and Contract Times: Contract Price$ (increase/decrease) Contract Time (increase/decrease) If the change involves an increase,the estimated amounts are not to be exceeded without further authorization. Recommended for Approval by Engineer: Date: Authorized by Owner: Date: Accepted for Contractor by: Date: Approved by Funding Agency(if applicable): Date: 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 Committee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute. Page 1 of 2 R:\Dropzones\Kellen\2017 Waste Disposal facility\Spec Book\22-Change Order Form STANDARD.docx CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement,any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. B. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor,or requests from Owner, or both. Once Engineer has completed and signed the form,all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times,cross out the part of the tabulation that does not apply. Page 2 of 2 R:\Dropzones\Kellen\2017 Waste Disposal facility\Spec Book\22-Change Order Form STANDARD.docx ORDER TO CONTRACTOR TO SUSPEND WORK Federal/State Project Number Suspend Work Order No. DATE: City of Bozeman Project Number TO: PROJECT AND LOCATION OWNER: By reason of which renders it impracticable for you to secure specified results on the work required by your contract, you are hereby directed to suspend work (minor operations excepted), at the close of work on You will resume major operations only when authorized to do so in writing by a Resume Work Order. Under the terms of your contract for the above subject project, Contract Time will (will not) continue to be charged during the period work is suspended. (See General Conditions, Articles 12 and 15 and applicable Supplementary Conditions). calendar days are allowed to complete this project and calendar days have been allowed for approved extra and/or additional work. At the close of work on the date specified above, of the calendar days have been used and there remain_calendar days in which to complete the contract. Please sign all five copies in the space provided and return them to this office. One approved copy will be returned for your files. CONTRACTOR OWNER Receipt Acknowledged, Date: BY: BY: TITLE: TITLE: Address for Correspondence: Order to Contractor to Suspend Work—Page 1 of 1 R:\Dropzones\Kellen\2017 Waste Disposal facility\Spec Book\23-Suspend Work Order STANDARD.docx 5/15/17 ORDER TO CONTRACTOR TO RESUME WORK Federal/State Project Number Resume Work Order No. DATE: City of Bozeman Project Number TO: PROJECT AND LOCATION OWNER: The Suspend Work Order, dated directed you to suspend work on your contract, for the reasons and conditions described therein. Conditions are now favorable to the continuation of the work, you are hereby directed to resume major operations on this project effective Under the terms of your contract for this project, Contract Time was (was not) charged during the period work was suspended. At the close of work on the date specified in the last Suspend Work Order, of the calendar days Contract Time had been used. calendar days were charged during the period work was suspended, therefore, on the date this resume work order is effective, calendar days of Contract Time remain. The(revised) contract completion date is 20 Please sign all five copies in the space provided and return them to this office. One approved copy will be returned for your file. CONTRACTOR OWNER Receipt Acknowledged, Date: BY: BY: TITLE: TITLE: Address for Correspondence: Order to Contractor to Resume Work—Page 1 of 1 SPECIAL PROVISIONS 1. GENERAL The work to be performed under this contract involves furnishing all labor,materials, equipment, supplies and services necessary for the reconstruction of the City of Bozeman's Sediment Management Waste Facility, including the reconstruction of an access road, construction of asphalt pad and dumping area, installation of water and wastewater lines, and all related work incidental to construction. All work shall be performed in accordance with applicable sections of the Montana Public Works Standard Specifications Sixth Edition (MPWSS), 6th Edition, and as further modified by the City of Bozeman Modifications to MPWSS, 6th Edition, which is hereby included as part of these specifications. All references to MPWSS sections, unless otherwise noted, are a reference to said Montana Public Works Standard Specifications. 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 Contractors risk at no cost to the Owner. All damages, reparations, and costs thus incurred during the progress of such unauthorized work shall be borne exclusively by the Contractor. 2. SCOPE OF WORK Construction of a Sediment Management Waste Facility to remediate current debris collection, storage, and disposal associated with reoccurring stormwater and wastewater infrastructure maintenance. The Stormwater Waste Facility will be adjacent to the City's Wastewater Treatment Plant and include the following components: ■ A stormwater debris disposal bay designed to manage solids and liquids generated from stormwater field operations and system maintenace; ■ A commingled sanitary waste disposal bay designed to manage solids and liquids generated from wastewater field operations and system maintenance; ■ A secure storage area for potentially contaminated waste generated from unplanned pollution events; and ■ An equipment and vehicle wash station. This project generally includes the reconstruction of an access road, construction of asphalt pad and dumping area, installation of water and wastewater lines, and all related work incidental to construction. 3. AWARD OF CONTRACT If the contract is awarded, the Owner will award a single Contract in accordance with the Instructions to Bidders. Bidders shall submit a Bid for all Bid Schedules on a unit price basis 1 SPECIAL PROVISIONS for each item of Work listed as provided and described above. The Owner reserves the right to accept or reject the Bids, or portions of the Bids denoted as separate schedules or alternates. The award will be made by the Owner on the basis of that Bid from the lowest responsive, responsible Bidder which, in the Owner's sole and absolute judgment, will best serve the interest of the Owner. The low bidder will be determined on the basis of the lowest Total Combined Schedule 1 and 2 Bids. The award of the contract, if awarded, will be made within the period specified in the Invitation to Bid to the lowest responsive, responsible Bidder who's Bid complies with all the requirements prescribed herein. The successful Bidder will be notified by letter, mailed to the address shown on the Bid,that his Bid has been accepted and that he has been awarded a contract. 4. TIME OF COMMENCEMENT AND COMPLETION DATE The beginning of the Contract Time shall be stated in a written NOTICE TO PROCEED written by the City Engineer to the Contractor. In establishing the date when Contract Time begins, the Engineer will consider that the contract time begins following delivery of the NOTICE TO PROCEED. A separate notice to proceed may be issued for each separate or combined bid schedule. Where multiple schedules are awarded under a single contract,the contract times shall run concurrently, unless the City agrees to issue separate notices to proceed. The Contract Time will expire automatically after the number of calendar days stated as Contract Time, except as the Contract Time may be extended by change order. 5. 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. 6. COST LIMITATIONS The Owner reserves the right to eliminate or reduce certain proposal 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 determination of which items shall be eliminated shall be the responsibility of the Owner. 7. NAMES, PRODUCTS AND SUBSTITUTIONS 2 SPECIAL PROVISIONS 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. 8. APPROVAL OF EQUIPMENT AND MATERIALS 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. 9. 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. He shall be in a position to direct the work and make decisions either directly or through immediate contact with his superior. Absence or incompetence of the superintendent shall be reason for the Owner to stop all work on the project. 10. 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. 11. SCHEDULING Prior to or at the PRECONSTRUCTION CONFERENCE, the Contractor shall provide the City Engineer the following schedules: A. A practicable CONSTRUCTION PROGRESS SCHEDULE showing the order, timing, and progress in which the Contractor proposes to prosecute the work. This schedule shall be in Bar Graph, CPM or PERT format. The schedule shall be updated and re-submitted as necessary to reflect project changes. 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. 3 SPECIAL PROVISIONS C. A TRAFFIC CONTROL PLAN detailing the methods and means of controlling traffic for the specific conditions involved with each construction schedule. The Contractor shall limit working hours to 7:00 a.m. to 7:00 p.m., Monday through Friday. No work shall be done outside of these hours unless specifically approved by the City Engineer. 12. PRECONSTRUCTION CONFERENCE After the contract(s) have been awarded, but before the start of construction, a conference will be held at the City Engineer's Office, 20 E. Olive Street, for the purpose of discussing requirements on such matters as project supervision, on-site inspections, 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. 13. SHOP AND FABRICATION DRAWINGS The Contractor shall prepare and submit fabrication drawings, design mix information, material testing compliance data, and other data, in accordance with the General Conditions. Following review, the Contractor shall resubmit copies of any drawings which required revision or correction. Any review by the Owner will not relieve the Contractor from responsibility for errors or omissions, inadequate design performance requirements, schedule requirements, and proper operation of any item required under the Contract. Notwithstanding any such review, Contractor shall remain solely responsible for full and complete performance in accordance with the terms, conditions,provisions, drawings and specifications set forth in the Contract Documents. 14. UNDERGROUND UTILITIES The Contractor shall be responsible for checking with the Owners of 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,phone number 1-800-424-5555 has been set up to facilitate requests for underground facility locate information. The Contractor is responsible for contacting the One-call system prior to any excavation. 4 SPECIAL PROVISIONS 15. 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. 16. TRAFFIC CONTROL B. General. The Contractor shall at all times conduct his operations so that there is a minimum interruption in the use of the City's streets affected by the work. Exact procedures in this respect shall be established in advance of construction with the City Engineer. Barricade function, design and construction shall conform to the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) and the Standard Specifications for Road and Bridge Construction of the State Highway Commission of Montana latest Edition. Should construction of the project require the closure of any streets,roads or highways or require night-time or long-term traffic control, the Contractor will be required to prepare a detailed TRAFFIC CONTROL PLAN to address the methods and means of controlling traffic under the specific conditions. Traffic control plans shall be in conformance with the requirements of the Manual on Uniform Traffic Control Devices. In regards to closures, the plan shall include specific details on traffic detours and estimated durations of the closures. Details of signing, barricades, flagging and other traffic control devices shall be presented. The traffic control plan shall be approved by the Owner prior to construction. The Contractor may be required to modify or adjust a traffic control set-up to fit specific field conditions encountered during construction. C. 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 affected residents in the area of programmed work, of street closures, parking requirements and restrictions, 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. D. Warning Si gads. 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. Barricades 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. All barricades and obstructions shall be illuminated by means of warning lights at night. All 5 SPECIAL PROVISIONS lights used for this purpose shall be kept burning from sundown to sunrise. E. Notifications. The Contractor shall coordinate all of the Contractor's construction activities to minimize conflicts at the work site, off-site events, or other construction projects nearby. The Contractor shall notify all affected residents and businesses, the Bozeman Police, Fire, Street, and Sanitation Departments, Laidlaw Bus Service, Streamline Bus Service, AMR Ambulance Service, and Allied Waste Services of all planned street closures a minimum of 24 hours before any actual street closure. In addition, all businesses affected by a street closure shall be given seven (7) days advance notice of the upcoming street closure. The Contractor shall maintain a log of all advance notifications that have been made for each street segment construction site. Prior to closure of any collector or arterial street, the Contractor shall prepare a news release announcing the upcoming street closure which shall specify at a minimum the impact of the construction upon the public and the duration of the work. At least three days prior to the street closure, the Contractor shall submit the news release to all local news media, and shall cause the news release to be published as a display ad in the Bozeman Daily Chronicle. F. Signalized Intersections. The Contractor shall coordinate with the City of Bozeman Street Department and the Montana Department of Transportation when working in or near a signalized intersection. Signals shall not be disrupted without prior approval by City of Bozeman Street Department and the Montana Department of Transportation. G. Work Methods. 1. The Contractor shall position all traffic control devices according to plan prior to positioning personnel or equipment on the traveled way. 2. The Contractor shall inspect and check the work zone traffic control frequently including weekends,holidays, and other non-working days, and shall correct any deficiencies discovered. The Contractor shall keep a log of all inspections. 3. Construction traffic control devices shall be removed or covered when they are not being used for construction activities. 4. If the Contractor fails to correct a deficiency in the traffic control system that the Engineer deems a necessary traffic control modification to expedite the movement of traffic or an emergency hazard to life and/or property,the Owner may correct the deficiency and be reimbursed for all costs from the next progress payment to the Contractor. 5. Flagging shall be only performed by certified and properly equipped flagpersons. Flagging shall be done as described in the booklet"Instructions to Faagpersons"published by the Montana Department of Transportation. 6. Sidewalks and crosswalks shall remain free of debris and open to pedestrians to the greatest extent possible. When necessary pedestrian detours shall be 6 SPECIAL PROVISIONS established or the sidewalk shall be properly closed to travel in accordance with the MUTCD and City of Bozeman requirements. 7. The Contractor shall schedule the work to minimize inconvenience to the Owner and to adjacent property owners and to minimize interruptions to utility service and through traffic. The Contractor shall maintain vehicular access to local businesses at all times. Work shall be scheduled so as to minimize disruptions to local mail and freight delivery. The Contractor shall maintain vehicular access to residences able to be used after each shift. Street closures shall be closures to through traffic with local traffic allowed. Provide channelization, flaggers, or other measures necessary to allow the safe passage of local vehicles to access residences that are within the work zone but not blocked by construction. Notify all residents at least 24 hours in advance of any access restrictions for individual approach or street closures. Schedule work such that individual approach closures last no more than a single shift. The Contractor shall utilize whatever means he deems necessary to allow traffic on driveway curbs and aprons a maximum of 10 days after they are poured unless approval is specifically granted by the homeowner to leave them closed for a longer period of time. The Contractor will be responsible for any cracking or broken sidewalk that may result from use of the driveways. 8. The Contractor shall designate one (1) employee whose primary purpose shall be to coordinate traffic control and shall provide a 24 hour per day telephone number or numbers to contact this person. 17. 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 fill in wetlands and floodplains. The Contractor shall dispose of all refuse and discarded materials 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, and other harmful wastes shall not be discharged into or alongside of rivers, streams, impoundments or into natural or manmade channels leading thereto. In addition, the Contractor shall conduct and schedule his operations to avoid muddying or silting of rivers, streams or impoundments. The Contractor shall meet the requirements of the applicable regulations of the Department of Fish, Wildlife and Parks, Department of Health and Environmental Sciences 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 7 SPECIAL PROVISIONS Montana Water Pollution Control Act and the Montana Stream Preservation Act. The Contractor shall be responsible for obtaining any required discharge permits associated with groundwater de-watering operations and stormwater runoff. Contractor's shall include all clean- up, restoration, etc., of any detention or discharge areas. All debris or waste materials shall be cleaned up by the end of the work day. 18. 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 as directed by the Engineer. 19. MANHOLES,VALVE AND MONUMENT BOXES All manholes, valve and monument boxes shall be protected with heavy builders paper until final coating and compaction has occurred. Contractor shall dig out and clean completely all boxes and manholes which are not protected. All manholes and boxes which are at the edges of the defined limits of construction shall be treated as if they are completely within the construction area and the area immediately surrounding the raised and/or protected manholes and boxes shall be feathered in so as to provide a gradual transition over such manhole and/or box. It is imperative that manholes and valve boxes be accessible to the City for emergency maintenance of its utilities. The Contractor shall schedule his work to provide timely access to manholes and valve boxes. Manholes, and valve and curb boxes overlaid by the Contractor and not immediately re-exposed shall be subject to being uncovered by City crews without notice in response to emergency maintenance needs. The Contractor shall be responsible for reasonable restoration at no cost to the City. 20. OPERATION OF EXISTING VALVES All existing City of Bozeman water main valves shall be operated by authorized personnel of the City of Bozeman only. The Contractor shall not operate any existing valves without the written consent of the City of Bozeman. 21. SALVAGEABLE ITEMS Any items removed from the existing system under the terms of this contract shall remain the property of the Owner. Should the owner 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 referenced work shall be at the contractor's expense. 22. ACCESS TO RECORDS 8 SPECIAL PROVISIONS The Contractor shall allow access to any books, documents, papers and records which are directly pertinent to this Contract by the Owner, State or Federal agencies, or any of their duly authorized representatives for the purpose of making an audit, examination, excerpts or transcriptions. 23. INSURANCE Insurance coverage required under this contract shall extend, at a minimum, to the end of the contract time. 24. WATER SERVICE SHUTDOWNS The CONTRACTOR shall notify water service customers of any water main or water service shutdowns in writing between 24 and 48 hours prior to the disruption, and shall have all necessary materials, tools, equipment and labor on the site prior to removing the existing lines from service. 25. LANDSCAPING RESTORATION CONTRACTOR shall be responsible for the restoration of any and all landscape features disturbed during construction. All landscaping disturbed by construction activities must be restored to a condition equal to or better than the conditions existing prior to construction as judged by the ENGINEER. Landscaping restoration shall be considered incidental to construction. No separate payment will be made for this work. 26. INSULATION BOARD Water line insulation board shall have a closed cell structure with an R-Value of 5 per inch of thickness. Maximum water absorption shall be 0.1%by volume and minimum compressive strength shall be 60 psi. Insulation board shall be Styrofoam Brand High Load 60 or approved equal. Insulation board shall be installed with 2-inches of sand bedding and 2-inches of sand over the top of the insulation board. Insulation board shall be installed as specified on the plans over all water mains, service lines, or hydrant leads when depth of cover is less than 6.5 feet. 27. MAINLINE CONNECTIONS All mainline connection taps will be performed by the City of Bozeman personnel. City personnel will verify test results prior to tapping. CONTRACTOR shall be responsible for supplying and installing tapping tee, connection sleeves, spool pieces, and all other appurtenances required for connections. Once tap is completed, CONTRACTOR shall complete all connections. CONTRACTOR shall provide means, methods, and labor to set and remove tapping equipment. City of Bozeman requires 24-hour notice and an appointment(scheduled time)for tapping services.No taps will be made after 3:00 p.m. CONTRACTOR shall be ready at scheduled tapping appointment time. If CONTRACTOR is not ready at scheduled time, City personnel will 9 SPECIAL PROVISIONS leave and CONTRACTOR shall reschedule with the required 24-hour notice.No consideration will be given to CONTRACTORs inability to be ready at the scheduled tapping time. City of Bozeman will provide tapping service at no cost to CONTRACTOR. The CONTRACTOR is advised that the City cannot guarantee 100% shutdowns for water main connections. Existing valves may leak. The CONTRACTOR shall have all equipment necessary to handle any water present and make connection without the complete stoppage of water. No payment will be made for dealing with water. All costs associated with less than complete shutdown shall be included in other bid prices. 28. ENGINEERING MATERIALS TESTING AND CONTROL TESTING A. The Contractor shall be responsible for testing including, but not necessarily limited to: 1. Dates of acceptable tests for water mains, which shall include hydrostatic and leakage testing and flushing. These tests shall be conducted by the Contractor in the presence of the City. The written test results shall be provided to the City prior to acceptance of the water main. 2. Elevations shall also be recorded and provided for the top of water main at 50' intervals. The Contractor shall cooperate with the City to document these elevations, including providing the equipment necessary to shoot the elevations. The City will have a representative on-site to record the data as the pipe is being installed. The Contractor shall provide safe access to the City for these inspections and cooperate with the City to ensure that adequate documentation is obtained. 3. Verification that all thrust blocking is installed in accordance with the approved plans and specifications. The Contractor shall provide safe access to the City for these inspections and cooperate with the City to ensure adequate documentation is obtained. 4. Portland Cement concrete and asphaltic concrete pavement mix deigns. B. Neither tests made by the Owner or the Owner's Testing Company will relieve the Contractor from his obligation to perform the work in accordance with the Technical Specifications. C. Materials, compaction, densities, or other construction items which do not meet the requirements of these specifications shall be replaced and retested at the Contractors' expense. Acceptance/Correction of Deficient Pavement Improvements Acceptance tests shall be evaluated by the Engineer for conformance with the specifications. The Engineer shall determine what corrective action is necessary in order for the improvements to be accepted by OWNER. Corrective action may include total removal and replacement of the 10 SPECIAL PROVISIONS deficient material,partial removal and replacement,placing additional material, or in lieu of corrective action, payment of a penalty to the OWNER in certain instances. A. Portland Cement Concrete If an individual strength test(average of two cylinders tested at 28 days)falls below the specified strength by more than 500 psi,the in-place material represented by the failed test shall immediately be randomly cored for acceptance testing. A minimum of three and maximum of six cores shall be taken. If the average strength tests of the acceptance cores are deficient in strength by more than 500 psi but not more than 1000 psi,the Contractor shall remove and replace the deficient concrete or pay the City of Bozeman 0.25 times the unit price bid times the area determined to be deficient in strength; if the average strength tests are deficient by more than 1000 psi,the area of the concrete determined to be deficient shall be removed and replaced. B. Asphaltic Concrete Pavement The asphaltic concrete pavement shall be tested and evaluated for acceptance on a lot basis, with one lot being 1000 tons of material. 1. Thickness. If the average thickness of the pavement cores is more than 1/4" below the plan thickness, or if any one individual core is more than %2"below the plan thickness, corrective action or payment of a penalty will be required. a. Average Thickness Deficiencies. If the average thickness deficiency is between 1/4"and 1/2", corrective action such as placement of additional material (i.e. overlay or chip seal), as determined by the Engineer,will be required. In lieu of placing additional material,the Engineer may allow the payment of a penalty to the City of Bozeman in the amount of 0.25 times the unit price bid of the asphalt pavement times the amount of pavement determined to be deficient. If the average thickness deficiency is more than %", an overlay will be required, along with cold milling of the existing pavement to provide for a minimum overlay thickness of 1.5". b. Individual Core Thickness Deficiency. If any one core thickness is determined to be more than 1/2"below plan thickness, additional cores shall be taken at 10 foot intervals parallel to the centerline in each direction from the affected location until, in each direction, a core is found which is not deficient by more than 1/4",in order to determine the extent of the deficient pavement. If the thickness deficiency is more than 3/4",the area that is deficient shall be removed from pavement edge to pavement edge and replaced to bring the non-complying areas to planned thickness. If the thickness deficiency is not more than 3/4",the deficient area will either be removed and replaced to the planned thickness, or a penalty will be paid to the City of Bozeman in the amount of 1.5 times the unit price bid times the amount of pavement that is deficient in thickness. 11 SPECIAL PROVISIONS 2. Density. The average density of the pavement cores shall equal or exceed 93% of the maximum density as determined by ASTM D2041 (Rice's density). If the average density is less than 93% but more than 90.9%, the pavement that has deficient compaction shall be milled and overlaid (1.5" minimum depth), or a penalty in the amount of 0.10 times the unit price bid for the pavement material times the amount of pavement that has deficient compaction shall be paid to the City of Bozeman. If the average density is 90.9% or less, the pavement area affected will be removed and replaced or overlaid as determined by the Engineer. If any one core is determined to have a density of less than 86%, additional cores shall be taken at 10 foot intervals parallel to the centerline in each direction from the affected location until, in each direction, a core is found which has a density of at least 91%. The area that is determined to have deficient compaction shall be removed from pavement edge to pavement edge and replaced, or a penalty will be paid to the City of Bozeman in the amount of 1.5 times the unit price bid times the amount of pavement that is deficient in density. 29. PROTECTION OF TREES, SPRINKLER SYSTEMS,AND PROPERTY PINS Prior to initiation of any excavation or removal of existing curb, the Contractor shall cut all tree roots at the back limits of excavation with a Vermeer root cutter or other similar machine capable of cutting the roots in a neat clean, fashion from existing ground to subgrade elevation. Indiscriminate ripping of tree roots will not be permitted. The method and equipment to be used shall be submitted to the Engineer for approval prior to the start of work. In addition, the Contractor shall take special care when working around trees to avoid any unnecessary damage to the branches or the trunks of trees. Protective barriers shall be placed around trees as necessary to prevent inadvertent damage by equipment. The Contractor shall take care to locate any existing sprinkler heads or lines prior to excavation. Any sprinkler systems which are damaged shall be repaired by the Contractor. The Contractor shall be responsible for preserving existing property pins in the field. The cost of resetting property pins removed by the Contractor shall be the responsibility of the Contractor. 30. USCHEDULED EMPLOYMENT OF CITY WATER/SEWER SERVICE WORKERS One City Of Bozeman Water/Sewer Operations Dept service worker will be available 7:15 AM till 5:15 PM Monday-Friday with the exception of City recognized holidays for the water and sewer main replacement portion of the work. Work scheduled outside these times with less than 24 hours notice will be billed at 1.5 times the service worker's base pay rate of$ 28.00 per hour. Call outs (emergency response with no notice) will be billed 2 hours double time the base rate. Each succeeding hour thereafter 1.5 times the base rate. The CONTRACTOR is required to respond to affected properly owners within the project and resolve complaints/issues that are raised. If the City is contacted due to non-responsiveness on the part of CONTRACTOR, the City will resolve the issue and charge the CONTRACTOR for its time at the rates provided for in this section. 12 SPECIAL PROVISIONS 31. DELAYS The Contractor shall schedule the Work to be completed within the Contract Time(s) stipulated in the Agreement, including an allowance for time lost due to abnormally cold weather, abnormal precipitation, or other natural phenomena. Time extensions will not be granted for rain, wind, flood, or other natural phenomena of normal intensity for the locality where Work is performed. Such events will not constitute justification for an extension of time unless agreed upon by both the Engineer and Contractor, and the total time lost to such events exceeds 5% of the Contract Time. For purposes of determining extent of delay attributable to unusual weather phenomena, a determination shall be made by comparing the weather for a minimum continuous period of at least one-fourth of the Contract Time involved with the average of the preceding 5— year climatic range during the same time interval based on U.S. Weather Bureau statistics for the locality where the Work is performed. 32. CONSTRUCTION STAKING The Contractor will be responsible for all layout and construction staking utilizing the control data. The contractor will be provided with an electronic version of the plans in AutoCad format to be used to generate the required layout data for the project. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the Engineer for adjustment before work is performed. The Contractor will utilize the services of a professional land surveyor, currently licensed in the State of Montana, for the construction staking for this project. Existing Control. Existing survey control (horizontal and vertical) was taken from a survey of the waste water treatment plant Morrison-Maierle completed in 2007. Due to the age of the survey, it is unknown what will be required to re-establish control for this project. The construction surveyor may need to re-establish control by setting new localized control points, shooting existing topographic features in common with the existing survey, and applying a new transformation to the design CAD file. The surveyor is encouraged to discuss options with Morrison-Maierle and HDR. Construction Staking. The Contractor shall be responsible for the location and elevation of all of the construction included in the contract documents and for establishing localized control to use for vertical and horizontal alignment. From these control points the Contractor shall layout the work by establishing all lines and grades at the site necessary to construct the work and shall be responsible for all measurements that may be required for the execution of the work to the location and limit marks prescribed in the specifications or on the Contract Drawings. Contractor's construction staking shall at a minimum include: 1. Perimeter staking of the sediment management facility. 2. Location of all wash bays 3. Base course grading on a 50'x50' grid 3. Wash station location 4. Ecology block locations 13 SPECIAL PROVISIONS 5. Manholes, and drainage pipe (horizontal&vertical control) 33. AGGREGATE TREATMENT Prior to paving,the Contractor shall apply MC-70 emulsified prime aggregate treatment, or approved equal,to the base course material per the manufacturer's recommendations. Furnish liquid magnesium or calcium chloride in accordance with Subsection 713.03 (MDOT) requirements. Furnish liquid asphalt in accordance with Section 702 (MDOT) requirements. If used, furnish MC-70 listed on the QPL. Blotter material is material with 100% passing the Y2-inch (12.5 mm) screen and having a PI of 6 or less. 14 SPECIAL PROVISIONS 01 City of Bozeman BOZEMAN, MT f Bozeman Sediment Management Facility Bid Package Client Project Number: ?????? y l Construction Documents 9 Project Manual TECHNICAL SPECIFICATIONS y IHDR Project No. 10045441 ! ! l This page intentionally ieft blank Table of Contents DIVISION 02-SITE WORK 02072 DEMOLITION,CUTTING AND PATCHING 02110 SITE CLEARING 02200 EARTHWORK 02221 TRENCHING,BACKFILLING,AND COMPACTING FOR UTILITIES 02234 SUB BASE COURSE 02235 BASE COURSE 02260 TOPSOILING AND FINISHED GRADING 02510 APSHALT CONCRETE PAVEMENT 02515 PRECAST CONCRETE MANHOLE STRUCTURES 02660 WATER MAIN CONSTRUCTION DIVISION 03-CONCRETE 03108 FORMWORK 03208 REINFORCEMENT 03308 CONCRETE,MATERIALS AND PROPORTIONING 03311 CONCRETE MIXING,PLACING,JOINTING,AND CURING 03480 MISCELLANEOUS CONCRETE SPECIALTIES DIVISION 05-METALS 05505 METAL FABRICATIONS DIVISION 15-MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15063 PIPE: COPPER 15064 PIPE: PLASTIC 15101 GATE VALVES 15440 PLUMBING FIXTURES AND EQUIPMENT 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review Table of Contents-1 This page intentionally left blank SECTION 02072 DEMOLITION, CUTTING AND PATCHING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition,cutting and patching of existing construction where shown on Drawings,or as required to accommodate new work shown or specified. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division l -General Requirements. 3. Section 01010—Summary of Work 4. Section 03348-Concrete Finishing and Repair of Surface Defects. 5. Section 09905-Painting and Protective Coatings. C. The following existing buildings,structures,equipment or facilities are scheduled for full or partial demolition,salvage,modification,or relocation as indicated on the Drawings or scheduled: 1. Asphalt Paving. 1.2 STORAGE,HANDLING AND DISPOSAL A. General: 1. Remove from the site all equipment,materials,and piping within the limits of the demolition,not specified or shown to be salvaged,reused,or to remain in place. 2. Segregate waste asphalt and concrete pavement,AC pipe and other construction waste material and debris from waste soils and properly dispose of them at an acceptable off site location. 3. Place and grade only clean excess waste soils materials,free from construction debris and waste material,at the location designated on the plans. 1.3 SITE CONDITIONS A. Perform preliminary investigations as required to ascertain extent of work. 1.4 SEQUENCING AND SCHEDULING A. The General Conditions and Division I -General Requirements contain information and the requirements that apply to the work specified herein and are mandatory for this project. B. Coordinate and reschedule all demolition work with the Owner as required,a minimum of 14 days before such work is to begin,to preclude interference with other operations. PART 2 - PRODUCTS 2.1 MATERIALS A. Provide all materials and equipment in suitable and adequate quantity as required to accomplish the work shown and specified herein,and as required to complete the project. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review DEMOLITION,CUTTING AND PATCHING 02072-1 PART 3 - EXECUTION 3.1 PREPARATION A. Provide covered passageways where necessary to ensure safe passage of persons in or near areas of work. B. Provide substantial barricades and safety lights as required. C. Provide temporary weather protection as necessary. D. Conform with the rules and regulations pertaining to safety established by federal,state,and local authorities,and as specified elsewhere in these Specifications. E. Notify and assure the appropriate public or private utility or Owner turns off all utility services before demolition is started. F. Where electrical,natural gas,telephone,or any other private utility services or lines need to be relocated or will be exposed by demolition excavation,notify and coordinate with the Owner(s) of these utilities and allow sufficient time for the utility to plug,abandon the utility or service line. Notified utility a minimum of 14 days in advance of work. 3.2 INSTALLATION A. Miscellaneous Buried Piping and Electrical Conduit: 1. Relocate,modify,or abandon miscellaneous buried piping and electrical conduit as shown on the Drawings. 2. Remove abandoned piping and conduit exposed prior to backfilling excavations. If not in the construction area for the new facilities,abandoned piping,fittings,and similar items may be left in place or removed at the Contractor's option. All abandoned pipe left in place shall be plugged at each end with concrete or Flowable Fill. 3. Perform all work in accordance with the constraints specified in Section 02221,Trench Excavation And Backfill,and Section 15060,Pipe And Pipe Fittings:Basic Requirements. B. Where asphalt and concrete pavement must be removed for installation of new work,neatly cut the pavement in a straight line. Restore the pavement to match the elevation of the cut edges. C. Fencing: 1. Temporarily remove existing fencing as necessary for construction access and install temporary security fence as needed and directed by the Owner to maintain plant security. 2. Carefully remove existing fence being temporarily removed or scheduled to be removed and reused as shown on the drawing. Replace with new materials,matching the existing materials,at no extra cost to the Owner,any of the fencing materials damaged by said removal or by other construction activities. D. Cutting and Removal: 1. Remove existing work indicated to be removed,or as necessary for installation of new work. 2. Neatly cut and remove materials,and prepare all openings to receive new work. 3. Remove masonry or concrete in small sections. E. Matching and Patching: 1. Walls,ceilings,floors or partitions: a. Match and patch existing construction disturbed during installation of new work. 2. Methods and materials: a. Similar in appearance,and equal in quality to adjacent areas for areas or surfaces being repaired. b. Subject to review of Engineer. F. Clean Up: 1. Transport non-salvaged items and construction debris and legally dispose of off site. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review DEMOLITION,CUTTING AND PATCHING 02072-2 SECTION 02110 SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Site clearing,stripping topsoil. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division I -General Requirements. 3. Section 01560—Environmental Protection and Special Controls. 4. Section 02200-Earthwork. 1.2 SITE CONDITIONS A. The Contractor shall confirm an acceptable method of disposal with the Owner and state and local agencies before proceeding. No burning of debris is allowed on site. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.1 SITE CLEARING A. Topsoil Removal: 1. Strip topsoil to depths encountered. a. Remove heavy growths of grass before stripping. b. Separate from underlying subsoil or objectionable material. c. Keep reasonably free of objects over 2 IN DIA,including weeds and roots. 2. Stockpile topsoil where directed by Engineer. a. Construct storage piles to freely drain surface water. b. Seed or cover storage piles to prevent erosion. 3. Do not strip topsoil in wooded areas where no change in grade occurs. 4. Borrow topsoil: Reasonably free of subsoil,objects over 2 IN DIA,weeds and roots. B. Clearing and Grubbing: 1. Clear from within limits of construction. a. Include shrubs,brush,downed timber,rotten wood,heavy growth of grass and weeds, vines,rubbish,structures and debris. 2. Grub(remove)from within limits of construction all stumps,roots,root mats,logs and debris encountered. a. Totally grub under areas to be paved. b. Grubbing in non-paved areas: 1) In cut areas,totally grub. 2) In fill areas,where fill is less than 3 FT totally grub ground. 3) Where fill is 3 FT or more in depth,stumps may be left no higher than 6 IN above existing ground surface. C. Disposal of Waste Materials: 1. Do not burn combustible materials on site. 2. Remove all waste materials from site. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review SITE CLEARING 02110-1 3. Do not bury organic matter on site. 3.2 ACCEPTANCE A. Upon completion of the site clearing,obtain Engineer's acceptance of the extent of clearing, depth of stripping and rough grade. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review SITE CLEARING 02110-2 SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Earthwork. 2. Pumping and dewatering. 3. Shoring,bracing and protection of the Work. 4. Appurtenant work. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International(ASTM): a. C33,Standard Specification for Concrete Aggregates. b. D698,Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3). c. D1557,Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3(2,700 kN-m/m)). d. D3786,Standard Test Method for Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm. e. D4253,Standard Test Methods for Maximum Index Density of Soils Using a Vibratory Table. f. D4254,Standard Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. g. D4632,Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Certifications. 4. Test reports: a. Soils inspection and testing results. B. Samples: 1. Submit samples and source of fill and backfill materials proposed for use. 2. Submit samples and source of borrow materials proposed for use. C. Shoring,Groundwater Control: 1. Details,design calculations,specifications and installation procedures for shoring systems. 2. Details,design calculations,specifications and installation procedures for shoring systems and slurry wall. 3. Details,design calculations,specifications and installation procedures for dewatering system. 10045441 City of Bozeman March 28,2017 Bozeman Sediment Management Facility-Review EARTHWORK 02200-1 D. Samples: 1. Submit samples and source of fill and backfill materials proposed for use. 2. Submit samples and source of borrow materials proposed for use. E. Contractor's Qualifications: 1. Evidence of dewatering system and shoring systems designer and contractor competency. 2. Project references for shoring wall construction. 1.4 DESIGN REQUIREMENTS A. The design,planning,installation and removal of all shoring,lagging,bracing,and dewatering shall be accomplished in such a manner as to maintain the required excavation or trench section and to maintain the undisturbed state of the soils below and adjacent to the excavation. B. The Contractor shall provide the design,prepared by a licensed professional structural engineer, for sheeting,shoring and bracing in accordance with OSHA Safety Standards,CRF 29, 1926, Subpart P. C. The Contractor shall be solely responsible for the adequacy of shoring,bracing and other support utilized in this project. The Contractor shall note that many of the existing plant buildings and structures are more than 20 years old and shall remain in service during construction. The Contractor shall ensure that the integrity of these facilities is maintained and that appropriate construction techniques are employed at all times to protect existing structures. 1.5 CONTRACT QUALIFICATIONS A. Contractor for groundwater dewatering system and shoring systems shall have sufficient competent experience and experienced personnel to carry out the construction specified. B. Shoring and dewatering systems are not shown on contract documents. Contractor shall be responsible for final design and construction of shoring and construction dewatering systems that complies with specified performance requirements(or better)and compatible with conditions found at the site. PART 2 - PRODUCTS 2.1 MATERIALS A. Fill and Backfill: Selected material approved by Soils Engineer from site excavation or from off-site borrow. B. Granular Fill Under Building Floor Slabs-On-Grade: Clean,crushed,nonporous rock,crushed or uncrushed gravel complying with ASTM C33 gradation size No.67,3/4 IN to No.4. C. Geotextile Filter Fabric: 1. Nonwoven type. 2. Equivalent opening size: 50-100(U.S. Standard Sieve). 3. Permitivity:second: 0.15. 4. Grab strength: 90 LBS minimum in either direction in accordance with ASTM D4632 requirements. 5. Grab elongation: 50. 6. Trapezoidal tear:60 lbs in accordance with ASTM D-4533. 7. Propex Geosolutions Geotex 601,or equal. D. Type 1 Geogrid: 1. Punched and drawn biaxial geogrid. 2. Aperture dimensions: 1 x 1.3 IN. 3. Minimum rib thickenss:0.03 x 0.03 IN. 4. Ultimate tensile strength: 850 x 1300 LB/FT in accordance with ASTM D7748. 5. Propex Geostations Gridpro BXP11 Type 1 or equal. 10045441 City of Bozeman March 28,2017 Bozeman Sediment Management Facility-Review EARTHWORK 02200-2 PART 3 - EXECUTION 3.1 PROTECTION A. Protect existing surface and subsurface features on-site and adjacent to site as follows: 1. Provide barricades,coverings,or other types of protection necessary to prevent damage to existing items indicated to remain in place. 2. Protect and maintain bench marks,monuments or other established reference points and property corners: a. If disturbed or destroyed,replace at own expense to full satisfaction of Owner and controlling agency. 3. Verify location of utilities: a. Omission or inclusion of utility items does not constitute non-existence or definite location. b. Secure and examine local utility records for location data. c. Take necessary precautions to protect existing utilities from damage due to any construction activity. d. Repair damages to utility items at own expense. e. In case of damage,notify Engineer at once so required protective measures may be taken. 4. Maintain free of damage,existing sidewalks,structures,and pavement,not indicated to be removed: a. Any item known or unknown or not properly located that is inadvertently damaged shall be repaired to original condition. b. All repairs to be made and paid for by Contractor. 5. Provide full access to public and private premises,fire hydrants,street crossings,sidewalks and other points as designated by Owner to prevent serious interruption of travel. 6. Maintain stockpiles and excavations in such a manner to prevent inconvenience or damage to structures on-site or on adjoining property. 7. Avoid surcharge or excavation procedures which can result in heaving,caving,or slides. B. Dispose of waste materials,legally,off site: 1. Burning,as a means of waste disposal,is not permitted. 3.2 SITE EXCAVATION AND GRADING A. The work includes all operations in connection with excavation,borrow,construction of fills and embankments,rough grading,and disposal of excess materials in connection with the preparation of the site(s)for construction of the proposed facilities. B. Excavation and Grading: Perform as required by the Contract Drawings: 1. Contract Drawings may indicate both existing grade and finished grade required for construction of Project. a. Stake all units,structures,piping,roads,parking areas and walks and establish their elevations. b. Perform other layout work required. c. Replace property corner markers to original location if disturbed or destroyed. 2. Preparation of ground surface for embankments or fills: a. Before fill is started,scarify to a minimum depth of 6 IN in all proposed embankment and fill areas. b. Where ground surface is steeper than one vertical to four horizontal,plow surface in a manner to bench and break up surface so that fill material will bind with existing surface. 3. Protection of finish grade: a. During construction,shape and drain embankment and excavations. b. Maintain ditches and drains to provide drainage at all times. c. Protect graded areas against action of elements prior to acceptance of work. 10045441 City of Bozeman March 28,2017 Bozeman Sediment Management Facility-Review EARTHWORK 02200-3 d. Reestablish grade where settlement or erosion occurs. C. Borrow: 1. Provide necessary amount of approved fill compacted to density equal to that indicated in this Specification. 2. Include cost of all borrow material in original proposal. 3. Fill material to be approved by Soils Engineer prior to placement. D. Construct embankments and fills as required by the Contract Drawings: 1. Construct embankments and fills at locations and to lines of grade indicated. a. Completed fill shall correspond to shape of typical cross section or contour indicated regardless of method used to show shape,size,and extent of line and grade of completed work. 2. Provide approved fill material which is free from roots,organic matter,trash,frozen material,and stones having maximum dimension greater than 6 IN: a. Ensure that stones larger than 4 IN are not placed in upper 6 IN of fill or embankment. b. Do not place material in layers greater than 8 IN loose thickness. c. Place layers horizontally and compact each layer prior to placing additional fill. 3. Compact by sheepsfoot,pneumatic rollers,vibrators,or by other equipment as required to obtain specified density: a. Control moisture for each layer necessary to meet requirements of compaction. 3.3 CONSTRUCTION DEWATERING A. General: 1. Provide and maintain adequate,reliable dewatering equipment for all excavations. Locating well points and/or sumps is responsibility of Contractor. Contractor shall design locations in conjunction with shoring design to ensure complete working system is installed. 2. Capacity and location of dewatering facilities adequate to: a. Keep excavation dry continuously. b. Keep unconfined aquifer groundwater level at least 24 IN below bottom of excavation in all excavation locations. 3. Divert or otherwise prevent surface water from entering excavated areas or trenches, without damaging adjacent property. 4. Operate and monitor dewatering systems continuously during their use until all work is accepted by the Engineer. 3.4 SHORING,SHEETING,BRACING AND SLOPING A. Install and maintain shoring,sheeting,bracing and sloping necessary to support the side of the excavation,to keep and to prevent any movement which may damage adjacent pavements, pipelines,utilities,or structures,damage or the delay work,or endanger life and health. Install and maintain shoring,sheeting,bracing,and sloping as required by OSHA and other applicable governmental regulations and agencies. 3.5 EXCAVATION SAFETY A. The Contractor shall be solely responsible for making all excavations in a safe manner. Provide appropriate measures to retain excavation sideslopes and prevent rock falls to ensure that persons working in or near the excavation are protected. Any necessary trench excavation permits shall be the responsibility of the Contractor. 3.6 FIELD QUALITY CONTROL A. Contractor shall each provide and pay for certain testing services: 1. Contractor shall retain the services of a qualified Testing Agency and/or Engineer to perform testing services for the following: a. Testing of soil compaction for compliance with the Contract Documents. 10045441 City of Bozeman March 28,2017 Bozeman Sediment Management Facility-Review EARTHWORK 02200-4 4 i1 b. Contractor shall give a minimum of 24 HR advance notice to Engineer when ready for compaction for sub-grade testing and inspection. B. Shoring,and Bracing(Vertical Slope Restraint) 1. Comply with Montana Occupational Safety and Health Code,and 29CFR Chapter 17 and 29CFR Part 1926.650—652,Subpart P. l 2. Provide proper and substantial sheeting,and bracing as required to prevent caving or sliding,to protect workers and the Work,and to protect existing structures and facilities. 3. Design and build shoring,and bracing to withstand all loads that might be caused by earth movement,earth/water pressure,and to be rigid,maintaining shape and position under all circumstances. 4. Do not pull trench sheeting before backfilling unless pipe strength is sufficient to carry trench loads based on trench width to the back of the sheeting. 5. Do not brace left in-place sheeting against the pipe or structure,but support it in a manner that precludes concentrated loads of horizontal thrusts on pipe or structures. 6. Cross braces installed above to support sheeting may be removed after pipe and structure embedment is completed. 7. Provide shoring,and braving(Vertical Slope Restraint)in areas called for on the Drawings or as required to complete the Work. 8. Contractor shall be responsible for all design,installation and maintenance of the shoring systems(Vertical Slope Restraint)for the entire duration of the project. All systems installed shall be fully removed prior to project completion. 3.7 SPECIAL REQUIREMENTS A. Erosion Control: Conduct work to minimize erosion of site. Remove eroded material washed off site. Clean streets daily of any spillage of dirt,rocks or debris from equipment entering or leaving site. B. Cleanup: After completion of the backfill,all remaining excavated material and slurry from dewatering operations shall be dried,spread and places as direct by the Engineer. No slurry shall be left in temporary storage and sedimentation areas shall be pumped dry and backfilled. Dispose of excess sediments,backfill,and other materials in accordance will all applicable laws and regulations. 3.8 COMPACTION DENSITY REQUIREMENTS A. Obtain approval from Engineer with regard to suitability of soils and acceptable subgrade prior to subsequent operations. B. Provide dewatering system necessary to successfully complete compaction and construction requirements. C. Remove frozen,loose,wet,or soft material and replace with approved material as directed by Soils Engineer. D. Stabilize subgrade with well graded granular materials as directed by Engineer. E. Assure by results of testing that compaction densities comply with the following requirements: 1. Sitework: LOCATION COMPACTION DENSITY Under Paved Areas,and Piping: Cohesive soils 98 percent per ASTM D698 Cohesionless soils 75 percent relative density per ASTM D4253 and ASTM D4254 Unpaved Areas: 10045441 City of Bozeman March 28,2017 Bozeman Sediment Management Facility-Review EARTHWORK 02200-5 LOCATION COMPACTION DENSITY Cohesive soils 85 percent of ASTM D698 Cohesionless soils 60 percent relative density per ASTM D4253 and ASTM D4254 END OF SECTION 10045441 City of Bozeman March 28,2017 Bozeman Sediment Management Facility-Review EARTHWORK 02200-6 SECTION 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation,trenching,backfilling and compacting for all underground utilities. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division I -General Requirements. 3. Section 01400—Quality Control 4. Section 02200-Earthwork. 5. Section 02515-Precast Concrete Manhole Structures. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International(ASTM): a. C33,Standard Specification for Concrete Aggregates. b. D698,Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3(600 kN-m/m3)). c. D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3(2,700 kN-m/m3)). d. D4253,Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. e. D4254,Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. B. Qualifications: Hire an independent soils laboratory to conduct in-place moisture-density tests for backfilling to assure that all work complies with this Specification. 1.3 DEFINITIONS A. Excavation: All excavation will be defined as unclassified. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Submit respective pipe or conduit manufacturer's data regarding bedding methods of installation and general recommendations. 4. Submit sieve analysis reports on all granular materials. B. Miscellaneous Submittals: 1. Submit test reports and fully document each with specific location or stationing information, date,and other pertinent information. 2. Submit results of laboratory moisture-density relationship testing of samples of on-site and off-site(borrow)Backfill Material soils,and gradation testing results of Bedding Material. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Reviewv TRENCHING,BACKFILLING,AND COMPACTING FOR UTILITIES 02221-1 1.5 SITE CONDITIONS A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent slides or caving: 1. Maintain and trim excavated materials in such manner to be as little inconvenience as possible to public and adjoining property owners. B. Provide full access to public and private premises and fire hydrants,at street crossings, sidewalks and other points as designated by Owner to prevent serious interruption of travel. C. Protect and maintain bench marks,monuments or other established points and reference points and if disturbed or destroyed,replace items to full satisfaction of Owner and controlling agency. D. Verify location of existing underground utilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Backfill Material: 1. Material obtained from on-site excavations or imported outside the limits of the site,as approved by Engineer. a. Free of refuse,boulders,roots,sod or other organic matter,and frozen material. b. Moisture content at time of placement: 3 percent plus/minus of optimum moisture content as specified in accordance with ASTM D698 ASTM D1557. B. Bedding Materials: 1. As approved by the Soils Engineer. 2. Granular Type I Bedding materials: a. Type 1 Pipe Bedding includes the backfill material placed from 4 inches below the bottom of the pipe to 6 inches above the pipe. b. ASTM C33,gradation 67(3/4 IN to No.4 sieve)defined below: Sieve Size 1 IN 3/4IN 3/8 IN No.4 No.20 Percent Passing by Weight 100 90-100 20-55 0-10 0 3. Type 2 Bedding Material: a. Used as directed by the Engineer,to replace unsuitable material encountered in the trench bottom and placed to the depth required to adequately support the pipe. b. Consists of granular material meeting the following graduation: Sieve Size 3 IN No.4 No.8 Percent Passing by Weight 100 0-25 0-10 PART 3 - EXECUTION 3.1 GENERAL A. Remove and dispose of unsuitable materials as directed by Soils Engineer to site provided by Owner. 3.2 EXCAVATION A. Unclassified Excavation: Remove rock excavation,clay,silt,gravel,hardpan,loose shale,and loose stone as directed by Soils Engineer. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review TRENCHING,BACKFILLING,AND COMPACTING FOR UTILITIES 02221-2 B. Excavation for Appurtenances: 1. 12 IN(minimum)clear distance between outer surface and embankment. 2. See Section 02200 for applicable requirements. 3. See Section 02515 for applicable requirements. C. Groundwater Dewatering: 4 1. Where groundwater is,or is expected to be,encountered during excavation,install a 4 dewatering system to prevent softening and disturbance of subgrade to allow subgrade stabilization,pipe,bedding and backfill material to be placed in the dry,and to maintain a stable trench wall or side slope. 2. Groundwater shall be drawn down and maintained at least 2 FT below the bottom of any trench or manhole excavation prior to excavation. 3. Review soils investigation before beginning excavation and determine where groundwater is likely to be encountered during excavation: a. Employ dewatering specialist for selecting and operating dewatering system. 4. Keep dewatering system in operation until dead load of pipe,structure and backfill exceeds possible buoyant uplift force on pipe or structure. 5. Dispose of groundwater to an area which will not interfere with construction operations or damage existing construction. 6. Install groundwater monitoring wells as necessary. 7. Shut off dewatering system at such a rate to prevent a quick upsurge of water that might weaken the subgrade. 8. Cost of groundwater dewatering shall be incidental to the installation work and included in the bid cost for the work. D. Trench Excavation: 1. Stability of construction excavations and associated worker safety,including slope geometry and shoring/bracing,are the responsibility of the Contractor and may require design of temporary slopes and/or shoring by a licensed professional engineer. 2. Excavate trenches by open cut method to depth shown on Drawings and necessary to accommodate work: a. Support existing utility lines and yard piping where proposed work crosses at a lower elevation: 1) Stabilize excavation to prevent undermining of existing utility and yard piping. 3. Open trench outside buildings,units,and structures: a. No more than the distance between two manholes,structures,units,or 300 LF, whichever is less. b. Field adjust limitations as weather conditions dictate. 4. Trenching within buildings,units,or structures: a. No more than 100 LF at any onetime. J5. Any trench or portion of trench,which is opened and remains idle for 7 calendar days,or l longer,as determined by the Owner,may be directed to be immediately refilled,without completion of work,at no additional cost to Owner: a. Said trench may not be reopened until Owner is satisfied that work associated with trench will be prosecuted with dispatch. 6. Observe following trenching criteria: a. Trench size: 1) Excavate width to accommodate free working space. 2) Maximum trench width at top of pipe or conduit may not exceed outside diameter of utility service by more than the following dimensions: OVERALL DIAMETER OF UTILITY SERVICE EXCESS DIMENSION 33 IN and less 18 IN more than 33 IN 24 IN 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review TRENCHING,BACKFILLING,AND COMPACTING FOR UTILITIES 02221-3 9 3) Cut trench walls vertically from bottom of trench to I FT above top of pipe, conduit,or utility service. 4) Keep trenches free of surface water runoff. a) Include cost in Bid. b) No separate payment for surface water runoff pumping will be made. 3.3 PREPARATION OF FOUNDATION FOR PIPE LAYING A. Place Type 1 pipe Bedding material backfill a minimum of 4 IN below the bottom of the pipe to 6 IN above the pipe and compact as prescribed herein. B. Over-Excavation: 1. Backfill and compact to 90 percent of maximum dry density per ASTM D698. 2. Backfill with granular bedding material as option. C. Rock Excavation: 1. Excavate minimum of 6 IN below bottom exterior surface of the pipe or conduit. 2. Backfill to grade with suitable earth or granular material. 3. Form bell holes in trench bottom. D. Subgrade Stabilization: 1. Stabilize the subgrade with Type 2 Bedding material when directed by the Engineer. 2. Observe the following requirements when unstable trench bottom materials are encountered: a. Notify Engineer when unstable materials are encountered: 1) Define by drawing station locations and limits. b. Remove unstable trench bottom caused by Contractor failure to dewater,rainfall,or Contractor operations: 1) Replace with subgrade stabilization with no additional compensation. 3.4 BACKFILLING METHODS A. Do not backfill until tests to be performed on system show system is in full compliance to specified requirements. B. Remove and dispose of excavated soils that are saturated,contain deleterious materials or have characteristics that,in the opinion of the Engineer,render the soils unsuitable as backfill. C. Aerate and dry wet backfill material to specified moisture content by blading,discing, harrowing,or other methods,to hasten the drying process or replace unsuitable soils with suitable excess onsite material segregated for backfill or imported suitable backfill material at no additional cost to the Owner. D. Carefully Compacted Backfill: 1. Furnish where indicated on Drawings,specified for trench embedment conditions and for compacted backfill conditions up to 12 IN above top of pipe or conduit. 2. Comply with the following: a. Place backfill in lifts not exceeding 8 IN(loose thickness). b. Hand place,shovel slice,and pneumatically tamp all carefully compacted backfill. c. Observe specific manufacturer's recommendations regarding backfilling and compaction. d. Compact each lift to specified requirements. E. Common Trench Backfill: 1. Perform in accordance with the following: a. Place backfill in lift thicknesses capable of being compacted to densities specified. b. Observe specific manufacturer's recommendations regarding backfilling and compaction. c. Avoid displacing joints and appurtenances or causing any horizontal or vertical misalignment,separation,or distortion. F. Water flushing for consolidation is not permitted. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review TRENCHING,BACKFILLING,AND COMPACTING FOR UTILITIES 02221-4 G. Buried Detectable Warning Tape: 1. Place Warning Tape and tracer wire as required in the project specifications or on the plans for installed utilities. 3.5 COMPACTION A. General: 1. Place and assure bedding,backfill,and fill materials achieve an equal or"higher"degree of compaction than undisturbed materials adjacent to the work. 2. In no case shall degree of compaction below"Minimum Compactions"specified be accepted. 3. Do not attempt to compact backfill material that contains excessive moisture. B. Compaction Requirements: 1. Unless noted otherwise on Drawings or more stringently by other sections of these Specifications,comply with following trench compaction criteria: MINIMUM COMPACTIONS LOCATION SOIL TYPE DENSITY 2. Bedding material: All locations Cohesionless soils 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 3. Carefully compacted backfill: All applicable areas Cohesive soils 95 percent of maximum dry density by ASTM D698 ASTM D1557 Cohesionless soils 75 percent of maximum relative density by ASTM D4253 and ASTM D4254 4. Common trench backfill: Under pavements Cohesive soils 90 percent of maximum roadways surfaces, dry density by ASTM D698 within highway right-of-ways Cohesionless soils 60 percent of relative density by ASTM D4253 and ASTM D4254 Under turfed,sodded Cohesive soils 85 percent of maximum plant seeded,non- dry density by ASTM D698 traffic areas Cohesionless soils 40 percent of relative density by ASTM D4253 and ASTM D4254 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review TRENCHING,BACKFILLING,AND COMPACTING FOR UTILITIES 02221-5 3.6 FIELD QUALITY CONTROL A. Contractor shall provide and pay for certain testing services: 1. Owner shall retain the services of a qualified Testing Agency and/or Engineer to perform testing services for the following: a. Testing of in-place moisture density. b. Contractor shall give a minimum of 24 HR advance notice to Engineer when ready for in-place moisture density testing. Contractor shall ensure excavations and are safe for testing personnel. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review TRENCHING,BACKFILLING,AND COMPACTING FOR UTILITIES 02221-6 SECTION 02234 SUB BASE COURSE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. This work is constructing a sub-base course of either crushed or uncruslied materials meeting the specified gradations and other quality criteria specified herein for asphaltic concrete paving. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02235-Crushed Base Course. 4. Section 02510-Asphaltic Concrete Pavement. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. AASHTO T11 Amount of Material Finer Than No.200(0.075 mm)Sieve in Aggregate 2. AASHTO T27 Sieve Analysis of Fine and Coarse Aggregates 3. AASHTO T89 Determining Liquid Limit of Soils 4. AASHTO T90 Determining the Plastic Limit and Plasticity Index of Soils 5. AASHTO T176 Sand Equivalent Value of Soils and Fine Aggregate 6. AASHTO T96 Resistance to Degradation By Abrasion and Impact in the Los Angeles Machine 7. AASHTO T99 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures (ASTM D698) Using 5 LB(2.5 kg)Rammer and 12-Inch(305 mm)Drop 8. ASTM D5821 Determining the Percentage of Fractured Particles in Coarse Aggregate 9. ASHTO T191 Density of Soil in-Place By Sand Cone Method (ASTM DI556) 10. AASHTO T238 Density of Soil and Soil In-Place By Nuclear Method(Shallow depth) (ASTM D2922) 11. AASHTO T239 Moisture Content of Soil-Aggregate In-Place By Nuclear Method (ASTM D3017) (Shallow Depth) 1.3 SUBMITTALS A. DENSITY CONTROL TESTING 1. Field Density Testing a. Submit in-place field density tests for quality assurance meeting ASTM D1556 Sand Cone method or ASTM D2922 and D3017 Nuclear Densometer method. Quality assurance field density testing frequency is at the discretion of the Engineer. b. Cost of all Quality Control Testing and retesting of failing areas is at the expense of the Contractor unless otherwise stated. 2. Laboratory Maximum Density and Optimum Moisture a. Moisture density curves will be provided by the Contractor for each base material supplied.These will be provided at the expense of the Contractor. 3. Materials Submittals 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review SUB BASE COURSE 02234-1 a. Submit to the Engineer gradations,moisture density curves and other preliminary test results for sources to be used for base materials prior to delivery to the site for approval by the Engineer.If recycled materials are proposed,CBR test data must be submitted to the Engineer to assure consistency with design requirements. PART 2 - PRODUCTS 2.1 GENERAL A. Furnish select sub-base material meeting the applicable aggregate quality. 2.2 UNCRUSHED SUBBASE A. Furnish material consisting of hard,durable stone,gravel or other similar materials mixed or blended with sand,stone dust,recycled concrete and/or asphalt or other binding or filler materials produced from approved sources,providing a uniform mixture meeting these specifications and compacted into a dense and well-bonded sub base.Oversize material of acceptable quality may be crushed and used in the base material,if the blend meets the specified gradations. B. Assure the material retained on the No.4 sieve has a wear not exceeding 50 percent at 500 revolutions as determined by AASHTO T96. 2.3 CRUSHED SUBBASE A. Furnish material having both fine and coarse crushed stone or crushed gravel,and/or natural gravel,and when approved,blended with soil,sand,screenings,recycled concrete and/or asphalt or other materials. B. Furnish crushed gravel or stone consisting of hard,durable particles,not containing excessive flat,elongated,soft or disintegrated rock,dirt,or other deleterious matter,and having a wear not exceeding 50 percent at 500 revolutions as determined by AASHTO T96. C. Use production methods that produce a percent of fractured rock in the finished product that is constant and uniform.Crush aggregate so that at least 25 percent of the material is retained on the No.4 sieve and has one or more mechanically fractured faces. 2.4 GRADATION A. Produce material,including any added binder or filler,meeting the following Table of Gradations as determined by AASHTO Methods TIl and T27: TABLE OF GRADATIONS PERCENTAGES BY WEIGHT PASSING SQUARE MESH SIEVES Passing 4 IN Minus 3 IN Minus 2 IN Minus 1 1/2 IN Minus 1 IN Minus 4IN 100 -- -- -- -- 3IN -- 100 -- -- -- 2IN -- -- -- 100 -- 11/2 IN -- -- -- 100 -- I IN -- -- -- -- 100 No.4 25-60 25-60 25-60 25-60 25-70 No.40 10-3 0 10-3 0 10-3 0 10-3 0 10-3 0 No.200 2-10 2-10 2-10 2-10 2-10 B. Up to 5 percent'oversized"material is permitted provided that the'oversized"material passes the screen size immediately larger than the top size specified.The material between the maximum screen opening and the No.4 sieve shall be reasonably well graded. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review SUB BASE COURSE 02234-2 C. Suitability of the aggregate is determined by the gradation testing of material placed in the project as required in the Contract documents,within the allowable limits described by the Table of Gradations for the particular grading specified. D. Assure the liquid limit for the aggregate fraction passing a No.4 sieve does not exceed 25,nor the plasticity index exceed 6,as determined by AASHTO T89 and T90. 2.5 WATERING: A. Use uncontaminated water. PART 3 - EXECUTION 3.1 PREPARATION A. Immediately before placing the base course,blade smooth and shape the underlying subgrade, sub-base or base course to the plan cross section before the base course is placed on the street. Do not place sub-base course on wet or muddy subgrade or sub-base course.Maintain at least one completed area of finished and accepted subgrade or sub-base course in advance of placing base course. 3.2 PLACEMENT AND SPREADING A. Mix and place the material in maximum 6 IN(15 cm)horizontal layers loose thickness.Deposit and spread each load of material on the prepared subgrade,or on a completed sub-base course layer continuously without breaks.Assure hauling over the subgrade or over any completed sub base course does not damage the subgrade,sub-base or base course. B. Spread using dump boards,spreader boxes,or moving vehicles equipped to distribute the material in a uniform layer or a windrow.Place and spread the material in a uniform layer to the specified depth without causing segregation.Once the base course is spread,blade-mix it the full depth by alternately blading the entire layer to the centerline and back to the roadway edge. C. For multiple layers,mix each layer as specified above.Blade smooth and compact each layer before placing the succeeding layer. D. Uniformly add water,when required,on site and place in amounts required to compact the material as necessary to aid in densification and to limit segregation.Maintain an adequate water supply during the work.Assure the equipment used for watering is of the capacity and design to provide unifonn water application. E. Apply water during the work to control dust and to maintain the base course in a damp condition. F. Where crushed sub-base is specified,produce a product with at least 25 percent of the material retained on the No.4 sieve having one or more fractured faces. G. Water required for compacting base gravel may be obtained from the municipal system if approved by the Owner,or from other sources. H. Compact the material using appropriate tamping equipment or power rollers.Correct all irregularities or depressions that develop under rolling by scarifying the material and adding or removing material,as required,until the surface meets specifications. 1. Blade and compact alternately,as required to produce the specified surface until final inspection. Tamp the material along curbs,headers,manholes,and similar structures and all places inaccessible to rollers using approved mechanical tampers or hand tampers meet field density requirements. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review SUB BASE COURSE 02234-3 3.3 FIELD DENSITY REQUIREMENTS A. Furnish watering and rolling to obtain a minimum field density of 95 percent of the maximum dry density determined by AASHTO T99.No separate compensation is allowed for rolling and watering the sub-base course other than the sub-base course bid item or items listed on the Contract documents. 3.4 SURFACE TOLERANCES A. Finish the sub-base course so that when tested using a 10 FT(3 m)straight edge placed on the surface with its center line parallel to the street center,the maximum surface deviation from the straight edge does not exceed 1/2 IN(12.7 mm).Additionally,the finished grade cannot deviate more than 0.1 FT(30 mm)at any point from the staked elevation and the sum of the deviations from two points not more than 30 FT(9.14 in)apart cannot exceed 0.1 FT(30 mm). B. Pei-form all sub base course corrections to meet the above tolerances using approved methods and materials.Payment for patching aggregate is at the unit price bid for the sub-base course material. PART 4- MEASUREMENT AND PAYMENT 4.1 MEASUREMENT AND PAYMENT A. No separate measurement or payment will be made for sub-base course material. Full compensation for uncrushed or crushed,sub base course of the specified gradations,complete in place,including furnishing,loading,hauling,spreading,blending,shaping,watering,and compacting the sub-base course material,and for all tools,labor and incidentals necessary to complete this item shall be incidental to and included in the bid price for the new asphalt paving. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review SUB BASE COURSE 02234-4 SECTION 02235 BASE COURSE PART 1: GENERAL 1.1 SUMMARY A. Section Includes: 1. This work is the placing of one or more base courses composed of crushed gravel,stone or other similar materials meeting the gradation and other quality criteria specified herein for asphaltic concrete paving. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division I -General Requirements. 3. Section 02510—Asphaltic Concrete Pavement. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. AASHTO T11 Amount of Material Finer Than No.200(0.075 mm)Sieve in Aggregate 2. AASHTO T27 Sieve Analysis of Fine and Coarse Aggregates 3. AASHTO T89 Determining Liquid Limit of Soils 4. AASHTO T90 Determining the Plastic Limit and Plasticity Index of Soils 5. AASHTO T176 Sand Equivalent Value of Soils and Fine Aggregate 6. AASHTO T96 Resistance to Degradation By Abrasion and Impact in the Los Angeles Machine 7. AASHTO T99 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures (ASTM D698) Using 5-Ib(2.5 kg)Rammer and 12-Inch(305 mm)Drop 8. ASTM D5821 Determining the Percentage of Fractured Particles in Coarse Aggregate 9. ASHTO T191 Density of Soil in-Place By Sand Cone Method (ASTM DI556) 10. AASHTO T238 Density of Soil and Soil In-Place By Nuclear Method(Shallow depth) (ASTM D2922) 11. AASHTO T239 Moisture Content of Soil-Aggregate In-Place By Nuclear Method (ASTM D3017) (Shallow Depth) 1.3 SUBMITTALS A. Density Control Testing: 1. Field Density Testing: a. Submit in-place field density tests for quality assurance meeting ASTM DI556 Sand Cone method or ASTM D2922 and D3017 Nuclear Densometer method. Quality assurance field density testing frequency is at the discretion of the Engineer. b. Cost of all Quality Control Testing and retesting of failing areas is at the expense of the Contractor. 2. Laboratory Maximum Density and Optimum Moisture: a. Moisture density curves will be provided by the Contractor for each base material provided.These will be provided at the expense of the Contractor. B. Materials Submittals: 1. Submit to the Engineer gradations,moisture density curves and other test results for sources to be used for base materials prior to delivery to the site for approval by the Engineer.If recycled materials are proposed,CBR test data must be submitted to the Engineer to assure consistency with design requirements. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review BASE COURSE 02235-1 PART 2 - PRODUCTS 2.1 GENERAL A. Furnish aggregate base material meeting the applicable aggregate quality requirements. 2.2 CRUSHED BASE MATERIAL A. Consists of both fine and coarse fragments of crushed stone or crushed gravel,and/or natural gravel,and when approved,blended with sand,finely crushed stone,crusher screenings, recycled concrete and/or asphalt or other similar materials. B. Use crushed stone or gravel consisting of hard,durable particles of fragments of stone,free of excess of flat,elongated,soft or disintegrated pieces,dirt,or other deleterious matter,and having a percent of wear of not exceeding 50 at 500 revolutions when tested under AASHTO T96. C. Crush material so that the percentage of fractured particles in the finished product is as constant and uniform as practical,Crush to produce material where at least 35 percent of the material retained on the No.4 sieve has at least one fractured face. D. Incorporate all material produced in the crushing operation and passing the No.4 mesh sieve into the base material necessary to meet the gradation requirements. 2.3 GRADATION A. As determined by AASHTO Methods TIl and T27,furnish material for the grading specified in the contract documents including binder or filler,which may have been added at the plant or at the site,meeting the requirements of that grading in the Table of Gradations below: TABLE OF GRADATIONS PERCENTAGES BY WEIGHT PASSING SQUARE MESH SIEVE Passing 1 '/z IN Minus 1 IN Minus '/4 IN Minus 11/2Inch 100 ---- ---- I Inch 100 ---- 3/4 Inch ---- ---- 100 1/2Inch ---- ---- ---- No.4 Sieve 25-60 40-70 40-70 No.10Sieve 25-55 25-55 No.200Sieve 0-8 2- 10 2- 10 B. Up to 5 percent'oversized"material is pennitted provided that the'oversized"material passes the screen size immediately larger than the top size specified.The produced material between the maximum screen opening and the No.4 sieve shall be reasonably well graded. C. Suitability of the aggregate is based on samples obtained during placement in the project within limits allowed in the table for the particular grading specified. D. That portion of the fine aggregate passing the No.200 sieve must be less than 60 percent of that portion passing the No.40 sieve. E. The liquid limit for that portion of the fine aggregate passing a No.40 sieve cannot exceed 25, nor the plasticity index exceed 6,as determined by AASHTO T89 and T90. 2.4 WATERING A. Use uncontaminated water. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review BASE COURSE 02235-2 PART 3 - PART 3: EXECUTION 3.1 GENERAL A. Before placing the base course,smooth and shape the surface of the underlying subgrade,sub- base or base course to the cross section shown on the plans before placing the base course. B. Do not place base course on a wet or muddy subgrade or sub-base course.Complete at least one area of finished and accepted subgrade,sub-base or underlying base before the placing of any base course. 3.2 PLACEMENT AND SPREADING A. Mix and place the material in maximum 8 IN(20 centimeters)compacted layers unless otherwise approved.Deposit and spread each load of material on the prepared subgrade,or on a completed sub-base or base course layer continuously without interruption.Discontinue operating haul units over subgrade,or over any sub-base or base course completed if the haul units damage the subgrade,sub-base or base course. B. Deposit and spread the material in a uniform layer,without segregation,to a loose depth so that when compacted,and making allowance for any filler to be blended on the road,the layer has the specified thickness. C. Spread material using dump boards,spreader boxes,or vehicles equipped to distribute the material in a uniform layer. The material may be deposited in windrows mixed and spread as described below. D. Construct each layer meeting these requirements.Blade smooth and thoroughly compact each layer as specified before placing the succeeding layer. E. If segregation or moisture problems exist,or if the material was placed on the road in windrows, thoroughly blade-mix the material of the affected layer by alternately blading to the center and back to the edges of the street. F. Uniformly add water,when required,on site and place in amounts required to compact the material as necessary to aid in densification and to limit segregation.Maintain an adequate water supply during the work.Assure the equipment used for watering is of the capacity and design to provide uniform water application. G. Apply water during the work to control dust and to maintain the base course in a damp condition. H. Water required for compacting base gravel may be obtained from the municipal system if approved by the owner,or from other sources. 3.3 FIELD DENSITY REQUIREMENTS A. Compact placed material the full width by rolling with suitable tamping equipment or power rollers.Correct all irregularities or depressions that develop during rolling by loosening the material in these places and adding or removing material,as required. B. Perform blading and compacting alternately as required or directed,to maintain a smooth,even, uniformly compacted surface until the final inspection.Along curbs,headers,manholes,and similar structures,and at all places not accessible to the roller,compact the base course material with suitable mechanical tampers or hand tampers to reach the compaction requirements. C. Provide the watering and rolling required to obtain a minimum field density of 95 percent of maximum dry density as determined by AASHTO T99.No separate compensation is made for rolling and watering the base course other than the base course bid item or items listed on the contract documents. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review BASE COURSE 02235-3 3.4 SURFACE TOLERANCES A. The base course surface when finished and tested with a 10 FT(3.0 meter)straight edge placed on the surface with its center line parallel to the center line of the street,will not have a surface deviation from the straight edge exceeding 3/8 IN(1.0 centimeter).Additionally,the finished grade cannot deviate more than 0.05 FT(1.5 centimeters)at any point from the staked elevation, and further,the sum of the deviations from two points not more than 30 FT(9.0 meters)apart cannot exceed 0.05 FT(1.5 centimeters). B. BF or base course receiving asphalt concrete surfacing,the finished grade cannot deviate more than 0.02 FT(0.6 centimeters)at any point from the staked elevations,and the sum of the deviations from two points not more than 30 FT(9.0 meters)apart cannot exceed 0.02 FT(0.6 centimeters). C. If patching of the base course is necessary to meet the tolerances,perform patching using methods and aggregates approved by the Engineer.Payment for patching aggregate is at the unit price bid for the base course material. PART 4: MEASUREMENT AND PAYMENT 4. 1 MEASUREMENT AND PAYMENT A. No separate measurement or payment will be made for Crushed Base Course Material. B. Full compensation for crushed base course of the specified gradations,complete in place, including furnishing,loading,hauling,spreading,blending,shaping,watering and compacting the sub-base course material,and for all tools,labor and incidentals necessary to complete this item shall be incidental to and included in the Bid Price for the New Asphalt Road Paving. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review BASE COURSE 02235-4 SECTION 02260 TOPSOILING AND FINISHED GRADING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Topsoiling and finished grading. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02110-Site Clearing. 4. Section 02200-Earthwork. C. Location of Work:All areas within limits of grading and all areas outside limits of grading which are disturbed in the course of the work. 1.2 SITE CONDITIONS A. Verify amount of topsoil stockpiled and determine amount of additional topsoil,if necessary to complete work. PART 2 - PRODUCTS 2.1 MATERIALS A. On-Site Topsoil: 1. Original surface soil typical of the area. 2. Existing topsoil stripped and stockpiled under Section 02110. 3. Capable of supporting native plant growth. 2.2 TOLERANCES A. Finish Grading Tolerance:0.1 FT plus/minus from required elevations. PART 3 - EXECUTION 3.1 PREPARATION A. Correct,adjust and/or repair rough graded areas. 1. Cut off mounds and ridges. 2. Fill gullies and depressions. 3. Perform other necessary repairs. 4. Bring all sub-grades to specified contours,even and properly compacted. B. Loosen surface to depth of 2 IN,minimum. C. Remove all stones and debris over 2 IN in any dimension. 3.2 ROUGH GRADE REVIEW A. Reviewed by Engineer in Section 02110,Site Clearing. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review TOPSOILING AND FINISHED GRADING 02260-1 3.3 PLACING TOPSOIL A. Do not place when subgrade is wet or frozen enough to cause clodding. B. Spread to minimum compacted depth of 6 IN for all disturbed earth areas. C. If topsoil stockpiled is less than amount required for work,furnish additional topsoil at no cost to Owner. D. Provide finished surface free of stones,sticks,or other material 1 IN or more in any dimension. E. Provide finished surface smooth and true to required grades. F. Restore stockpile area to condition of rest of finished work. 3.4 ACCEPTANCE A. Upon completion of topsoiling,obtain Engineer's acceptance of grade and surface. B. Make test holes where directed to verify proper placement and thickness of topsoil. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review TOPSOILING AND FINISHED GRADING 02260-2 SECTION 02610 APSHALT CONCRETE PAVEMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The production and placement of plant mix asphalt concrete pavement. 2. Hot plant mix asphalt concrete mineral aggregate and asphalt material mixed at a central hot plant meeting these specifications and placed in one or more courses on a newly prepared or existing street roadway in accordance with the contract document. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division I -General Requirements. 3. Section 02235-Crushed Base Course. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. AASHTO T11 Amount of Material Finer Than No.200(0.075 mm)Sieve in (ASTM D1140) Aggregate 2. AASHTO T27 Sieve Analysis of Fine and Coarse Aggregates (ASTM C136) 3. AASHTO T89 Determining Liquid Limit of Soils (ASTM D4318) 4. AASHTO T90 Determining the Plastic Limit and Plasticity Index of Soils (ASTM D4318) 5. AASHTO T176 Sand Equivalent Value of Soils and Fine Aggregate (ASTM D2419) 6. AASHTO T245 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall (ASTM D1559) Apparatus 7. AASHTO T283 Resistance of Compacted Asphalt Mixtures to Moisture-Induced Damage 8. AASHTO T96 Resistance to Degradation By Abrasion and Impact in the Los Angeles (ASTM C131) Machine 9. ASTM D2041 Theoretical Maximum Specific Gravity and Density of Bituminous Mixtures 10. ASTM C1097 Hydrated Lime for Use in Asphaltic Concrete Mixtures 11. ASTM D3666 Evaluating and Qualifying Agencies Testing and Inspecting 12. ASTM D5821 Determining the Percentage of Fractured Particles in Coarse Aggregate 13. ASTM C123 Lightweight Particles in Aggregate 14. ASTM D6307 Asphalt Content of Hot Mix Asphalt by Ignition Method 15. ASTM C142 Clay Lumps and Friable Particles in Aggregates 16. AASHTO T182 Coating and Stripping of Bituminous Aggregate Mixtures 17. MS-2 Asphalt Institute-Mix Design Methods PART 2 - PRODUCTS 2.1 GENERAL A. The Asphalt Concrete Surface Course must have at least a 3-bin separation,when continuous flow mixing types of plants are used.When a drum dryer is used with a weight hatching system from dry bins,separate and stockpile the crushed aggregate into two sizes. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-1 B. The specific type and grading of aggregate shall be as indicated on the plans or in the contract documents.The types and grades are described in this specification. C. The furnishing of asphalt materials for use in asphaltic concrete mixes shall meet the requirements for the particular grade specified in the contract documents. The types and grades are described in this specification. D. Prepare pavement course to conform to the lines,grades,thickness and typical cross sections shown in project documents and plans,and shall be rolled,finished,and approved by the Engineer before the placement of the next course. 2.2 PLANT MIX AGGREGATES A. Furnish aggregates from acceptable sources approved by the Engineer. B. Furnish test data as outlined in this section on each source to be used for acceptance by the Engineer. C. Designation of the source of supply and the acceptability of the material there from,does not extend to the grading of the material as it may naturally come from the pit or crusher. Adjust the crusher and screens to remove certain portions of the material as may be necessary to furnish gravel that will comply with the specifications in the contract. No additional compensation will be allowed for such adjustment of the equipment or the rejection of waste. It is understood that the Engineer may order procurement of material from any portion of any area designated as a pit site and may reject portions of the deposit as unacceptable. D. Aggregate materials shall not contain more than 1.5 percent by weight of clay lumps,shale,or coal,nor shall light weight particles exceed 3.5 percent by weight. No combination of clay, shale,coal,or lightweight particles shall exceed 3.5 percent by weight. Do not use Scoria(fired clay). Aggregate materials shall conform to the grading stipulated in the contract documents. Use reasonable care in the selection of material in a pit so that uniform product will be produced at all times. No compensation will be allowed for such stripping of the pit as may be required in order that satisfactory material may be secured. E. Aggregate used shall consist of gravel,crushed to the specified size,crushed stone,composed of hard durable pebbles or stone fragments,reclaimed asphalt pavement,and finely crushed stone filler,sand or natural clean material,or other fine mineral material. The portion of the material retained on the No.4 sieve(4.74 mm)will be called coarse aggregate and that passing the No.4 sieve(4.74 mm)and retained on the#200 sieve(0.075 mm)will be call fine aggregate. The material Passing the#200(0.075 mm)will be called mineral filler. The reclaimed asphalt pavement shall be removed from its original location and reduced by suitable means to such particle size as may be required for use in hot plant mix asphalt concrete. F. For all gradings of fine aggregate,including any blended fine aggregate and mineral filler, passing a No 40 sieve(0.425 mm),shall have a liquid limit not exceeding 25 and a plasticity index of not more than 6. G. Assure the composite aggregate is reasonably free from adherent films of clay or other matter that prevents thorough coating of the asphalt material. Assure the aggregate will retain a thorough coating of the asphalt material to be used in the work when in contact with water. Stripping is considered detrimental when it exceeds 5%when tested under AASHTO T182. if the aggregate cannot meet this requirement,treat the aggregate or the asphalt material with an additive or anti-strip agent meeting the Engineer's approval that will insure asphalt film retention in the presence of water. H. Produce coarse aggregate retained on the No.4 sieve(4.75 mm)having a minimum of 50 percent by weight of particles with at least one mechanically fractured face. The coarse aggregate shall not exceed 40 percent wear at 500 revolutions. 1. Preliminary acceptance of aggregates proposed for use may be made at the point of production.Final acceptance will be made only after tests of the aggregates are complete and in place. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-2 I. Surface Course Asphalt Plant Mix Aggregate: TABLE 1 REQUIREMENTS FOR GRADING OF SURFACE COURSE AGGREGATE Percentage by Weight Passing Job Mix Target Bands Sieve Size Type A Type B Type C Job Mix Tolerances 1" (25.Omm) 100 --- 3/4" (19.0 mm) 91-93 100 +/-7 1/2" (12.5 mm) 76-89 83-93 100 +/-7 3/8" (9.5 mm) 61-79 73-87 91-93 +/-7 i No.4 (4.75 mm) 41-54 47-63 51-71 +/-6 I No.10 (2.00 mm) 31-39 32-43 34-46 +/-6 No 40 (0.425 mm) 16-27 15-25 16-26 +/-5 I No 200(0.075 mm) 4-7 5-7 5-9 +/-2 1. The above gradation bands represent the job mix target limits,which determine the suitability of aggregate for use. The final job mix target gradation must be within the I specified bands and uniformly graded from coarse to fine and not vary from the low limits on one screen tot the high limits on the adjacent screen,or vice versa. The final job mix gradation limits are established by applying the job mix tolerances to the job mix targets. 2. The job mix formula establishes target values. During production of the mix,the gradations shall lie within the job mix gradation limits specified in Table 1. For example,"Type A, No.200,band is 4-7. QA job mix target of 5 has been selected for the final mix. The job mix gradation limits is 5,plus and minus 3. Therefore,the job mix gradation limits for production is 2-8." 2.3 ASPHALT BINDER MATERIAL A. Furnish Asphalt binder material to be used as specified in the contract documents that meet the I type and grade specified requirements in this section in Table 2. Unless otherwise specified in 11 the Contract Documents,the type and grade of asphalt cement shall be performance grade 58-28 (AASHTO Performance Graded Binder Specification MP-1). B. The percentage of asphalt by weight,to be added to the aggregate will be,generally,between 4 and 8 percent of the weight of the total mix. The mix design will establish the exact percentage of asphalt in the mix,based upon preliminary laboratory tests,sieve analysis and grading and character of the aggregate furnished within the specification limits. No claim is allowed for the A payment for rejecting any batch or load of mixture containing an excess or deficient amount of I asphalt binder varying more than 0.4 of a percent from the fixed mix design percentage. C. Obtain Engineer approval of the asphalt material source before shipments are made to any project. The source of supply cannot change after work is started unless approved in writing by the Engineer. The Engineer is not liable for the quantity shipped. D. Samples of asphalt binder material may be taken,as directed by the Engineer,and placed in I uncontaminated one-quart containers. When sampled,these shall be taken from the tanker car or truck at the point of delivery on the project and submitted to the Engineer. E. All transport vehicles must be equipped with a spigot or gate valve installed in either:(1)the unloading line,(2)in the tanker at the centerline on the tank,(3)in the pressure line from the unloading pump,or other locations approved by the Engineer. Assure the spigot or gate valve has a diameter of between 3/8 IN(1 cm)and 3/4 IN(2.5 cm). The spigot valve must be located to prevent contamination from plant dust or other contaminants. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-3 F. The supplier furnishing the asphalt binder material shall inspect each tanker car or truck before it is loaded and ship only in clean,uncontaminated,fully insulated cars or trucks,sealed after loading by the supplier. G. The material supplier shall issue,in duplicate,a certificate showing full compliance with the specifications for the designated grade of material,together with the following information. Project number,date of shipment,source of the material,car or truck initial and number, destination,gross quantity loaded,loading temperature,and net quantity in gallons at 60 DegF (15.5 DegC)or tons,whichever unit of measurement is stipulated. Assure the certificate of compliance accompanies the shipment and is furnished to the Engineer. The certificate,signed by the supplier representative,must also certify that the conveyance vessel was inspected and found to be free of contaminating material. H. The certificate of compliance is the basis for tentative acceptance and use of the material. Samples taken according to applicable sampling methods and retained by the Engineer may be tested at the Engineer's discretion. Failure of the asphalt material to meet these specifications may result in rejection of the entire,associated work. If rejected,removed and replace rejected work. I. Apply asphalt material at temperatures that assure uniform mixing or spreading. Application temperature ranges for each grade of material should be accompanied with the mix design. Application temperature for mixing applications will be in accordance with the mix design. J. Upon request by the Engineer,furnish the Engineer and/or laboratory(responsible for completing the mix design)with data or a report showing the temperature-viscosity relationship of each asphalt binder used on the project. Assure this data covers the range of temperatures used for mixing and compaction. In addition,the Engineer may request a complete set of test results from Table 2 for each grade used on the project. TABLE 2 PERFORMANCE GRADED ASPHALT BINDER(PGAB) Performance Grade PG 58 PG 64 Test -22 -28 -22 -28 Methods Average 7-day Maximum Pavement <58 <64 Design Temperature,DegC Minimum Pavement Design >-22 >-28 >-22 >-28 Temperature,DegC Original Binder Flash Point Temp.:Minimum DegC 230 AASHTO T48 Viscosity:Maximum,3 Pa's(3000 135 ASTM CP),Test Temp,DegC D4402 Dynamic Shear:G*/sin delta, 58 64 AASHTO Minimum, 1.00 kPa Test Temp @ 10 TP5 rad/s,DegC Rolling Thin Film Oven(AASHTO T240)or Thin Film Oven(T179)Residue Mass Loss,Maximum,% 1.0 AASHTO T240 Dynamic Shear:G*/sin delta, 58 64 AASHTO Minimum,2.20 kPa Test Temp @ 10 TP5 rad/s,DegC Pressure Aging Vessel Residue(AASHTO PPl) PAV Aging Temp, DegC 100 100 AASHTO PP1 Dynamic Shear:G*/sin delta, 22 19 25 22 AASHTO Maximum,5000 kPa Test Temp @ 10 TP5 rad/s,DegC 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-4 1 Creep Stiffness a:S,Minimum,300 -12 -18 -12 -18 AASHTO MPa in-value,Minimum,0.300 Test TP1 Temp,@ 60 sec,DegC Direct Tension a:Failure Strain, -12 -18 -12 -18 AASHTO Minimum, 1.0%,Test Temp @ 1.0 TP3 mm/min.DegC 1. If creep stiffness is below 300 MPa,the direct tension test is not required. If the creep stiffness is between 300 and 600 MPa the direct tension failure strain requirement can be used in lieu of the creep stiffness requirement. The m-value requirement must be satisfied in both cases. 2.4 HYDRATED LIME FOR ASPHALT CONCRETE A. Mineral filler may be incorporated in the asphalt concrete mixture. Furnish hydrated lime as filler when specified. Assure it is free of lumps and extraneous material and meets the following gradation requirements as per ASTM D242: Sieve Percent Passing No.30(0.60 mm)Sieve 100 No.80(0.180 mm)Sieve 95-100 f No.200(0.075 mm)Sieve 70-100 B. Assure the hydrated lime meets paragraph 2(chemical composition)and paragraph 7(a) requirements(chemical analysis)of ASTM C-6. C. Where required,the mineral filler will be effectively mixed with the hot plant mix asphaltic concrete. 2.5 COMPOSITION OF MIXES A. General: 1. Submit to the Engineer for approval a mix design for each mix required on the project. Assure the job-mix formula is within the gradation limits in Part 2 Products in this Section. 2. Have the job-mix formula prepared by an independent testing laboratory approved by the Engineer. The requirements of ASTM D-3666 are the guidelines for testing laboratory approval. The cost of the job-mix formula(s)is at Contractor expense. 3. Keep the job mix formula current and contain the following minimum information: a. Gradation of all constituent aggregates. b. Specific gravity of constituent aggregates and asphalt cement. 1 c. Source of supply of all materials and grade of Asphalt Cement. JI d. Marshall design curves for stability,unit weight,flow and volumetric requirements (VMA and total voids)at asphalt contents below and above optimum(four points minimum). J e. Measured voidless(Rice's)specific gravity used in voids computations. f. Composite aggregate grading. g. Recommended asphalt cement content. h. Marshall compactive effort(50 blows). 1 i. Date of mix design Gob mix formula). j. Index of retained strength. 4. In addition to the job mix formula,all asphalt concrete surfacing mix submittals will have laboratory tests indicating that the Tensile Strength Ratio(TSR)as determined by AASHTO T-283"is at least 70 percent. Test shall be performed at 7.0 1 percent air voids and shall include the freeze cycle. 5. The maximum permissible variation from the job-mix formula is as follows: a. Aggregate Gradation:Within Job Mix Tolerances. b. Asphalt:f 0.4 percent. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-5 c. Temperature of Mix:zL 20 DegF. B. Asphalt Concrete Surface Course: 1. The maximum permissible variation from the job-mix formula within the specification limits is as follows: a. Aggregate Gradation Within Job Mix Tolerances. b. Asphalt:f 0.4 percent*. c. Temperature of Mix:f 20 DegF. * This tolerance will be permitted only if the job mix parameter curves indicate that the corresponding Marshall design limits are not exceeded. 2. Produce Hot Plant Mix Asphalt Concrete Surface courses having the following characteristics as measured by AASHTO T245"Resistance to Plastic Flow of Bituminous Mixtures by Means of the Marshall Apparatus": a. Number of compaction blows,each end of specimen:50. b. Stability,minimum: 1200. c. Flow: 8-18. d. Air voids,percent:3-5. e. Percent voids in mineral aggregate(minimum): See Table 3. 3. The average density shall be equal to or greater than 93 percent of the maximum density as determined by ASTM D2041 and no individual sample shall be less than 92 percent of maximum density. TABLE 3 REQUIRED VOIDS IN MINERAL AGGREGATE(VMA) Nominal particle size Voids in Mineral Aggregate,Min. 3/8-inch(9.5 mm) 14 1/2-inch(12.5 mm) 13 3/4-inch(19.0 mm) 12 1 -inch(25.0 mm) 11 11/2-inch(37.5 mm) 10 Nominal maximum particle size is one size larger than the first sieve to retain more than 10 percent. PART 3 - EXECUTION 3.1 CRUSHING A. Crushing Equipment: 1. Fit crushing plant-screening equipment,when required,with blowers or other devices capable of removing excess and undesirable fines. B. Screening Plants: 1. Screening plants consist of a revolving trommel screen,shaker screen,vibrating screen,or other devices capable of removing oversize material,excess and undesirable fines. C. Scales: 1. Furnish scales,when required,satisfactory to the Engineer. Test and certify scales prior to their use on the project and as often thereafter as the Engineer may consider necessary to insure their accuracy.Have on hand not less than ten,50 LB weights for testing scales. 2. House the recording devices of the scales in a suitable manner. Place the scales in a location suitable to facilitate accurate weighing of loads. The scales shall be accurate to one-half of one percent at any weight. Alternate methods or devices for weighing may be acceptable,provided that these methods or devices produce the same degree of accuracy as required of platform scales. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-6 3.2 MATERIAL HANDLING A. All work involved in clearing and stripping pits and quarries,including handling unsuitable material encountered,are performed with no additional compensation being allowed for this work. The pits as utilized shall immediately be opened so as to expose the vertical faces of the various strata of acceptable material and,unless otherwise directed,the material shall be secured in successive vertical cuts extending through all the exposed strata. B. Provide,unless otherwise specified,material containing as large a proportion as possible of crushed aggregate. Combine the crushed material with the screened material to obtain a uniform product. C. No material will be accepted which is loaded into hauling units in a segregated condition or which does not meet the required grading. In case the material deposit contains sand or other material in excess of the specification gradation requirements,or of an unacceptable quality, such excess or undesirable material shall be removed and disposed of prior to crushing,or during screening operations,if crushing is not required. D. Provide a storage bin of ample capacity to insure uniform quality and delivery of material. Loading of trucks directly from the conveyor belt,from the crusher or screening plant will not be permitted. 3.3 STOCKPILES A. Grub and clean sites for aggregate stockpiles prior to storing aggregates. Assure the site is firm, smooth and well drained. Maintain a bed of aggregate suitable to avoid the inclusion of soil or foreign material. B. Build up coarse aggregate stockpiles in tiers of not more than 4 FT(1.2 m)in thickness. Assure each tier is completely in place before the next tier is placed. Do not allow material to"cone" down over the next lower tier. C. Dumping,casting or pushing over the sides of stockpiles will be prohibited,except in the case of fine aggregate stockpiles. D. Space stockpiles of different gradations of aggregate far enough apart,or separated by suitable walls or partitions,to prevent the mixing of the aggregates. E. Any method of stockpiling aggregate,which allows the stockpile to become contaminated with foreign matter or causes excessive degradation of the aggregate,will not be permitted. Excessive degradation will be determined by sieve tests of samples taken from any portion of the stockpile over which equipment has operated and failure of such samples to meet all grading requirements for the aggregate discontinuance of such stockpiling procedures. F. Transfer the aggregate from the stockpiles in such a manner that uniform grading of the material is preserved. 3.4 CONVEYOR STOCKPILING A. Materials stockpiled by conveyors shall be deposited in a succession of merging-cone piles. Do not drop material over 12 FT(3.66 m)nor allow cones to exceed 12 FT(3.66 m)in height. Cones should be leveled to a thickness of approximately 4 FT(1.2 m)prior to starting another tier. 3.5 TRUCK STOCKPILING A. Materials stockpiled by trucks shall construct the stockpile in tiers approximately 4 FT(1.2 m) in thickness. Complete each tier before the next tier is started. 3.6 ASPHALT MIXING PLANTS A. Use mixing plants of either,the weight batching type,the continuous flow mixing type,or drum dryer type. Use drum dryer mixers specifically designed and constructed for producing hot mix. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-7 B. Equip all plants with approved conveyors,power units,aggregate handling equipment,aggregate screens and bins that are coordinated and operated to produce a uniform mixture within the specified job mix tolerances. C. Use batch-type plants having a minimum batch production capacity of 2,000 pounds(900 kg). Use continuous flow or drum dryer plants having a minimum production capacity of 60 tons per hour(27 kg per hour). These capacity requirements may be modified if specified in the Contract Documents. D. Stop production and remove from the project mixing plants that fail to continuously produce a mixture meeting requirements as specified. 3.7 INSPECTION AND CONTROL OF ASPHALT MIXING PLANT A. For verification of weights and measures,character of materials and determination of temperatures used in the preparation of the paving mixes,the Engineer or his authorized representative will,at all times,have access to all portions of the mixing plant,aggregate plant, storage yards and other facilities for producing and processing the materials for the work. All sampling and testing of processed and unprocessed material is performed in accordance with the provisions of the Contract Documents. 3.8 MIX DESIGN A. The Owner's acceptance testing agency will make gradation analyses of the completed mix to assure that the materials being produced and used are within the tolerances of the mix design and the specifications of the mix being used. 3.9 SAMPLING AND TESTING FOR ACCEPTANCE A. Sampling and testing of aggregates or other constituent materials will be performed by the Owner's testing agency at a frequency detem 1 ined by the owner or the owner's representative. Marshall field control is performed under AASHTO T245. Field density testing is by core testing for acceptance purposes. Densities to conform to Section 2510,3.28. Gradations to be within the job mix gradation limits.Oil content to be within 0.4 percent of the Marshall Mix Design. B. Samples will be used to verify compliance with the requirements set forth in this Section. If there is a dispute,a third party testing firm may be retained by the contractor for additional retesting. 3.10 WEATHER LIMITATIONS A. When the moisture in the stockpiled aggregate or the dryer adversely effects the quality of mix production,normal plant operations,or when pools of water are observed on the base,mixing and placing of hot-mix asphalt is prohibited. B. Do not place asphalt hot-mix surface course mixture when the air temperature is less than 40 DegF(4 DegC)and rising. Do not place asphalt hot-mix base course mixtures of compacted lifts 4 IN(10 cm)or more when the air temperature is less than 30'F(-1 DegC)and rising. Do not place asphalt upon a surface which is frozen or that has a temperature of less than 32 DegF (0 DegC). Do not place paving during rainfall or in standing water. 3.11 SURFACE PREPARATION A. Assure the area to be paved is true to line and grade and has a dry and properly prepared surface before starting paving operations. Assure the surface is free from all loose screenings and other loose or foreign material. 3.12 NEW WORK A. For new work,meet the surface preparation requirements in Section 02235 of these specifications. Prime prepared soil or aggregate bases if indicated as a bid item in the Contract Documents. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-8 B. Before paving,proof-roll the base with equipment having at least one 18 kip single axle load or equivalent. Excavate and replace areas that yield or crack under these wheel loads as directed. This does not replace or relax the base or subgrade compaction requirements. C. Paint the surfaces of curbs and gutters,vertical faces of existing pavements and all structures in contact with asphalt mixes with a thin coating of asphaltic material to provide a water-tight joint. 3.13 PATCHING A. Weather Limitations: 1. Follow procedures set out in Section 3.10. B. Surface Preparations: 1. Assure the area to be paved is true to line and grade,is dry and properly prepared surface before starting paving operations. Clean the surface of all loose screenings and other loose or foreign material. 2. Before paving,proof roll the base. Areas that yield excessively or crack under such wheel loads will be excavated and replaced,to correct yielding and cracking problems. This does not replace the base or subgrade compaction requirements. Cut the edge of existing pavements against which additional pavement is to be placed straight and vertical. 3. Minimum standards for patching new or existing pavement include the following: a. Neatly cut all asphalt edges using an asphalt saw. b. Cut asphalt edges to form as regular a patch shape as practical and should,in general, approximate a rectangle. c. Cut asphalt edges at least 30 cm(12 IN)wider than the trench width on each side of trench excavations;and,in general,be cut parallel to the street centerline for mainline construction and perpendicular to the street centerline for service lateral construction. 4. Remove and replace asphalt surface widths of less than 3 FT(90 cm). 5. Tack coat all existing asphalt edges prior to placing new asphalt. 6. If hot plant mix is not available,temporarily patch the pavement using 3000 psi(minimum) concrete(M-3000 or C-300),with a minimum thickness of 3 IN. Remove the temporary patches and replace with hot mix asphalt when it becomes available. 7. Thickness of asphalt patch will equal the existing pavement,unless otherwise approved. C. Compaction: 1. Compact to a density equal to or greater than 92 percent of Maximum Theoretical Density (RICE)as determined by ASTM D2041. 3.14 TRANSPORTATION OF MIX A. Transport the mix in vehicles cleaned of all foreign material which may affect the mix. The truck beds must be painted,or sprayed with a lime-water,soap or detergent solution at least once a day or as often as required. After this operation elevate the truck bed and thoroughly drain it,with no excess solution being permitted. Dispatch the vehicles so that all material delivered is placed in daylight,unless the Engineer approves artificial light. Deliver material to the paver at a uniform rate and in an amount well within the capacity of the paving and compacting equipment. 3.15 SPREADING AND FINISHING A. Spread and finish meeting the following requirements: 1. The maximum lift thickness is 3 IN(7.6 cm)for surface courses and 4 inches(10 cm)for base courses. 3.16 MECHANICAL PAVERS A. Spread and strike off the base and surface courses with a mechanical paving machine. Operate the paving machine so that material does not accumulate and remain along the sides of the receiving hopper. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-9 B. Do not use equipment,which leaves tracks or indented areas,which cannot be corrected in normal operation,produces flushing or other permanent blemishes,or fails to produce a satisfactory surface. C. Construct longitudinal joints and edges to true line markings. Establish lines for the paver to follow in placing individual lanes parallel to the centerline of the proposed roadway. Position and operate the paver to follow closely the established lines. D. When using pavers in echelon,assure the first paver follows the marks or lines with the second paver following the edge of the material placed by the first paver. To assure a hot joint and obtain proper compaction,assure the pavers work as close together as possible not exceeding 100 FT(30 m)apart. In backing trucks against the paver,take care not to jar the paver out of its proper alignment. E. As soon as the first load of material has been spread,check the texture of the unrolled surface to determine its uniformity. Segregation of materials is not permitted. If segregation occurs, suspend spreading operation until the cause is determined and corrected. F. Offset transverse joints in succeeding courses at least 2 FT(0.6 m). Offset longitudinal joints at least 6 IN(15 cm). G. Correct all irregularities in alignment left by the paver by trimming directly behind the machine. Immediately after trimming,thoroughly compact the edges of the course by tamping. Avoid distorting the pavement during this operation. H. Assure edges against which additional pavement is to be placed is straight and approximately vertical. Use a lute or covered rake immediately behind the paver,when required,to obtain a true line and vertical edge. Correct all irregularities in the surface of the pavement course directly behind the paver.Remove excess material forming high spots by a shovel or lute. Fill low areas with hot mix and smooth it with the back of a shovel being pulled over the surface. Fanning of material over such areas is not permitted. 3.17 MOTOR GRADER A. When motor graders are used for the spreading of leveling courses,place the material on the roadbed so that the proper amount of material is available. Spread the mix to the required thickness,line and grade,with a uniform surface texture,while at a workable temperature. 3.18 HAND SPREADING A. In small areas where the use of mechanical finishing equipment is not practical,the mix may be spread and finished by hand,if so directed by the Engineer. Wood or steel forms,approved by the Engineer,rigidly supported to assure correct grade and cross section,may be used. In such instances,measuring blocks and intermediate strips must be used to obtain the required cross- section. Perform hand placing carefully. Uniformly distribute the material to avoid segregation of the coarse and fine aggregate. Broadcasting of material is not permitted. During the spreading operation,loosen and uniformly distribute all material using lutes or covered rakes. Reject material that has formed into lumps and does not break down readily. Following placing and before rolling,check the surface with templates and straightedges and correct all irregularities. B. Maintain on the project heating equipment for keeping hand tools free from asphalt. Exercise caution to prevent heating that may burn the material. Assure the temperature of the tools when used is not greater than the temperature of the mix being placed. Use heat only to clean hand tools;petroleum oils or solvents are not permitted. 3.19 COMPACTION A. Furnish the number of rollers necessary to provide the specified pavement'density. During rolling,keep the roller wheels moist to avoid picking up the material. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-10 B. After the longitudinal joints and edges have been compacted,start rolling longitudinally at the sides and progress toward the center of the pavement. For transverse graded streets,begin rolling on the low side and progress to the high side,overlapping passes by at least one-half the width of rollers and uniformly lapping each preceding pass. Operate the rollers at a slow, uniform speed with the drive roll or wheel nearest the paver. Do not exceed 3 MPH(4.8 km per hour). C. Do not quickly change the line of rolling reversing direction suddenly. If rolling displaces the material,re-work the area using lutes or shovels and restore it the original grade of the loose material before re-rolling. Do not permit heavy equipment or rollers to stand on the finished surface before it has been compacted and has thoroughly cooled. D. When paving in single width,roll the first lane placed as follows: 1. Transverse joints. 2. Outside edge. 3. Initial or breakdown rolling,beginning on the low side and progressing toward the high side. 4. Second rolling,same procedure as 3. 5. Finish rolling. E. When paving in echelon,or abutting a previously placed lane,perform the longitudinal joint rolling the same as transverse joint rolling. F. When paving in echelon, leave 2 or 3 IN(5 to 7.5 cm)of the edge unrolled,which the second paver can match unrolled. Then the joint between the lanes can be rolled together. Do not leave edges exposed more than 15 minutes without being rolled. G. In laying a surface mix adjacent to any finished area,place it high enough so that,when compacted,the finished surface is true and uniform. H. On slight grades,check gutters with a straightedge and test with running water to assure drainage to the planned outlet. 3.20 TRANSVERSE JOINTS A. Construct and compact transverse joints to provide a smooth riding surface. Joints will be straight edged and string lined to assure smoothness and true alignment. B. Joint formed with bulkheads to provide a straight line and vertical face will be checked with a straightedge before fresh material is placed against it to complete the joint. If bulkheads are not used to form the joint and the roller is permitted to roll over the edge of the new material,locate the joint line in back of the rounded edge the distance required to provide a true surface and cross-section. If a joint has been distorted by traffic or by other causes,trim it to line. Paint the joint face with a thin coating of asphalt before the fresh material is placed against it. C. Place the material against the joints vertical face with the paving machine positioned so that the material overlaps the edge of the joint 1 to 2 IN(2.5 to 5 cm). Maintain a uniform depth of the overlapped material. Remove and dispose of the coarse aggregate in the overlapped material that dislodged during raking. D. Position rollers on the previously compacted material transversely so that no more than 6 IN(15 cm)of the rolling wheel rides on the edge of the joint. Operate the roller to pinch and press the mix into place at the transverse joint. Continue rolling along this line,shifting position gradually across the joint,in 6 to 8 IN(15 to 20 cm)increments,until the joint has been rolled by entire width of the roller wheel. E. Keep the number of transverse joints to a minimum. When paving single width and maintaining traffic,pave one lane no farther than one block. Complete all lanes to the same station at the end of each paving day. When paving in echelon,bring the lanes up even as is practical. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-11 3.21 LONGITUDINAL JOINTS: A. Roll longitudinal joints directly behind the paving operation. Assure the first lane placed is true to line and grade and has a vertical face. Place the material in the lane being paved up firmly against the face of the previously placed lane. Position the paver during spreading to assure the material overlaps the edge of the lane previously placed by 1 to 2 IN(25 to 50 mm). Uniformly maintain the width and depth of the overlapped material at all times. Keep the paver aligned with the line or markings placed along the joint for alignment purposes. Before rolling,remove and dispose of the coarse aggregate in the material overlapping the joint. B. Shift rollers onto the previously placed lane so that not more than 6 IN(15 cm)of the roller wheel rides on the edge of the fine material left by brooming. Operate the rollers to compact the fines gradually across the joint. Continue rolling until a compacted,neat joint is obtained. When the abutting lane is not placed in the same day,paint the joint with a very thin coating of asphalt before placing the abutting lane. If the joint is distorted during the day's work by traffic or by other causes,carefully trim the edge of the lane to a neat line. 3.22 EDGES: A. Roll the pavement edges concurrently with or immediately after rolling the longitudinal joint. B. Exercise care in consolidating the course along the entire length of the edges. In rolling pavement edges,extend the roller wheels 2 to 4 IN(5 to 10 cm)beyond the pavement edge. 3.23 BREAKDOWN ROLLING: A. Immediately begin breakdown rolling following the rolling of the longitudinal joint and edges. Operate rollers as close to the paver as required to obtain density without causing undue displacement.Operate the breakdown roller with the drive roll or wheel nearest the finishing machine. The Engineer may make exceptions when working on steep slopes or super-elevated curves. 3.24 SECOND ROLLING: A. Assure the second rolling follows the breakdown rolling as close as possible while the paving mix is still at a temperature that will provide the specified density. 3.25 FINISH ROLLING: A. Perform the finish rolling while the material is still warm enough to remove roller marks. If necessary,the Engineer may require using pneumatic-tired rollers. Complete finish rolling the same day the mixture is placed. B. In places inaccessible to standard rollers,perform compaction using trench rollers or others to meet the specified compaction requirements. Operate the trench roller as directed until the course is compacted. Hand,manual or mechanical tamping,may be used in such areas if it is proved to the Engineer that the operation will provide the specified density. 3.26 SHOULDERS: A. Where paved shoulders or curbs are not specified,do not place the shoulder material against the pavement edges until the surface course rolling is completed. Take care to prevent distortion of the pavement edge from specified line and grade. When shoulders are paved(except in conjunction with the traveled way paving),cold joint construction procedure is required to assure a tight bond at the joint. B. When the rolling of the surface course has been completed and the edges have been thoroughly compacted,immediately place shoulder material against the edges and roll it. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-12 3.27 DENSITY AND SURFACE REQUIREMENTS: A. The average mat density shall be equal to or greater than 93 percent of the maximum density as determined by ASTM D2041 and no individual sample shall be less than 92 percent of maximum(Rice's)density,prepared as specified in Part 2-Products in this section and made from plant mix meeting the job-mix formula. Verification of maximum density as determined by ASTM D2041 from plant produced material during production is recommended. B. Produce a final surface that is uniform in texture and meets the line and grade specified. Before final acceptance of the Project or during the progress of the work,the Engineer will determine the thickness of all courses. Repair or replace all unsatisfactory work. C. Assure density and thickness meets the plans and specifications. During compaction, preliminary tests to aid in controlling the thickness,may be performed by inserting a flat blade, correctly graduated,through the material to the top of the previously placed base,or by other approved methods. D. In checking compacted depth,the cutting of the test holes,refilling with acceptable materials and proper compaction may be performed by the Owner's testing agency. E. For testing the surface on all courses,a 10 FT(3 m)straightedge will be used with the centerline of the straightedge placed parallel to the roadway centerline. F. Any variations that exceed 5/16 IN(0.8 cm)in 10 FT(3 m)for base course and IN(0.64 cm) in 10 FT(3 m)for surface course must be corrected. Correct irregularities that may develop before the completion of rolling by loosening the surface mix and removing or adding materials as is required. If any irregularities or defects remain after the final compaction,remove the surface course and place and compact new material to a true and even surface. All minor surface projections,joints and minor honeycombed surfaces must be rolled smooth to grade,as directed. G. Remove and replace areas of new pavement requiring patching as directed. Patching material will be tested for meeting specifications. The cost of testing is at Contractor expense. 3.28 PAVEMENT AND MATERIAL TESTING REQUIREMENTS: A. Owner's testing agency will provide core samples of asphalt surface courses to check in place density and compacted depth. The cores are 4 IN(10 cm)diameter. Materials and acceptance tests will be made by the Owner's testing agency to determine the Contractor's compliance with the specifications. B. Materials failing to meet the tests specified may be retested if approved and as directed by the Engineer. The Contractor shall pay the costs of any required re-testing for acceptance purposes. Re-testing will be performed by the Owner's testing agency unless otherwise approved by the owner. If there is a dispute,a third party testing firm may be retained by the contractor for additional retesting for the Engineer's review and consideration. C. The costs of the following tests are at Contractor expense: 1. Initial aggregate quality tests 2. Job-Mix Formula 3. Any tests the Contractor requires to control his crushing,screening or other construction operations 4. Retesting of failing tests as provided above D. Correct all pavement composition,field density,or thickness,deficiencies at Contractor expense. E. The field density and thickness of the pavement is determined by measuring the cores tested. The actual thickness must be no less than'/4 IN(6.5 mm)from the specified thickness. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-13 F. When the measurement of any core is less than the plan thickness by more than the allowable deviation,the actual thickness of the pavement in this area may be determined by taking additional cores at intervals parallel to the centerline in each direction from the affected location. Continue in each direction until a core is found which is not deficient by more than the allowable deviation. The Engineer will evaluate areas found deficient in thickness and determine which areas warrant removal. Remove and replace the areas with asphaltic concrete of the thickness shown on the plans. Additional coring is considered as re-testing of failing areas. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review APSHALT CONCRETE PAVEMENT 02510-14 SECTION 02515 PRECAST CONCRETE MANHOLE STRUCTURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast concrete manhole structures and appurtenant items. a. Drain manholes and appurtenances. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02221 -Trenching,Backfilling,and Compacting for Utilities. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International(ASTM): a. A48,Standard Specification for Gray Iron Castings. b. C150,Standard Specification for Portland Cement. c. C478,Standard Specification for Precast Reinforced Concrete Manhole Sections. d. C923,Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures,Pipes and Laterals. e. D1227,Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing. f. D4022,Standard Specification for Coal Tar Roof Cement,Asbestos Containing. 1.3 SUBMITTALS f A. Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 2. Fabrication and/or layout drawings: a. Include detailed diagrams of manholes showing typical components and dimensions, reinforcements and other details. b. Itemize,on separate schedule,sectional breakdown of each manhole structure with all components and refer to drawing identification number or notation. c. Indicate knockout elevations for all piping entering each manhole. 1.4 SITE CONDITIONS A. For this project,the established high groundwater is approximately 4 FT below ground surface. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Manhole rings,frames and covers with two IIN to 1'/41N pick holes:As shown on Drawings. 2. Black mastic joint compound: 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PRECAST CONCRETE MANHOLE STRUCTURES 02515-1 a. Kalktite 340. b. Tufflex. c. Plastico. 3. Premolded joint compound: a. Ram Nee. b. Kent Seal. 4. Emulsified fibrated asphalt compound: a. Sonneborn Hydrocide 700B Semi-Mastic. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 DRAIN MANHOLE STRUCTURE COMPONENTS A. Manhole Components: 1. Reinforcement:ASTM C478. 2. Minimum wall thickness: 5 IN. 3. Minimum base thickness: 12 IN. 4. Provide the following components for each manhole structure: a. Base(precast)with integral bottom section or(cast-in-place). b. Precast bottom section(s). c. Precast barrel section(s). d. Precast eccentric transition section. e. Precast adjuster ring(s). f. Precast concrete transition section. g. Precast flat top. 5. Unless dimensioned or specifically noted on Drawings,provide manhole section with minimum 48 IN inside dimensions. 6. All pipe to new manhole joints use gasketed,flexible,watertight connections that will accommodate differential settlement. a. Compression-Type Flexible Connector: Resilient sealing connection cast into manhole wall allowing 10 degrees deflection. b. Boot-Type Flexible Connector: Flexible watertight connection consisting of a rubber gasket or boot,metal expansion ring to hold gasket in the manhole wall and a metal take-up clamp to hold the gasket to the pipe. B. Nonpressure Type Frames and Cover: l. Cast iron frame and covers:ASTM A48,Class 35 (minimum). 2. Use only cast ductile iron of best quality,free from imperfections and blow holes. 3. Furnish frame and cover of heavy-duty construction a minimum total weight of 450 LBS. 4. Machine all horizontal surfaces. 5. Furnish unit with solid nonventilated lid with concealed pickholes. a. Letter covers"DRAIN"for all gravity unit drains returning flow to the headworks,and "STORM"for storm sewer systems. 6. Ensure minimum clear opening of 24 IN DIA. C. Special Coatings and Joint Treatment: 1. Joints of precast sections: a. Black mastic compound:ASTM D4022. PART 3 - EXECUTION 3.1 MANHOLE CONSTRUCTION A. General: 1. Construct cast-in-place concrete base slabs. 2. Make inverts with a semi-circular bottom conforming to the inside contour of the adjacent sewer sections. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PRECAST CONCRETE MANHOLE STRUCTURES 02515-2 3. On all straight tuns,lay pipe through manhole and cut out top half of pipe: a. See detail on Drawings. 4. Shape inverts accurately and steel trowel finish: a. For changes in direction of the sewer and entering branches into the manhole,make a circular curve in the manhole invert using as large a radius as manhole inside diameter will permit. b. Pour base slab integral with bottom barrel section. B. Build each manhole to dimensions shown on plans and at such elevation that pipe sections built into wall of manhole will be true extensions of line of pipe. C. For all horizontal mating surfaces between concrete and concrete or concrete and metal,above established high groundwater elevation shown trowel apply to clean surface black mastic joint compound to a minimum wet thickness of 1/4 IN immediately prior to mating the surfaces. D. For horizontal joints that fall below established high groundwater elevation shown,install a resilient O-ring type gasket or pre-molded joint compound. E. Unless otherwise approved by the Owner,make all break-in connections to existing manholes by using a core drilling machine. Utilize expansion type flexible gasket such as manufactured by Link-Seal or approved equal. Trim off and remove all excess gasket material inside manholes. F. Install adjusting rings on each manhole to bring the manhole rim elevation to match the existing or specified ground elevations. A maximum of 12 IN of adjusting rings are permitted.Furnish concrete adjusting rings reinforced with the same percentage of steel as the riser and top,or HDPE adjusting rings. To adjust the rim to match the slope of a street,use tapered adjusting rings. Install Ram-Nek or approved equal joint sealant compound between the first adjusting ring and the top of the manhole,between each adjusting ring,and between the last adjusting ring and the manhole frame. G. Set and adjust frame and cover final 6 IN(minimum)to 18 IN(maximum)to match finished pavement or finished grade elevation using precast adjuster rings. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PRECAST CONCRETE MANHOLE STRUCTURES 02515-3 This page intentionally left blank SECTION 02660 WATER MAIN CONSTRUCTION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Coordination and interface with existing facilities and utilities. 2. Connections to existing watermains. 3. Testing,flushing and disinfection. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02260-Topsoiling and Finished Grading. 4. Section 15060-Pipe and Pipe Fittings:Basic Requirements. 5. Section 15101 -Gate Valves. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Water Work Association(AWWA): a. B300,Standard for Hypochlorites. b. B301,Standard for Liquid Chlorine. c. C651,Standard for Disinfecting Water Mains. 1.3 SUBMITTALS A. Secure a City of Bozeman Application for Water Service and any required City plumbing permits for the water service line(s). B. All materials and appurtenance manufacturers'product technical data. Shop Drawings: C. Submit results of the leakage tests,identifying the specific length of pipe tested,the test pressure,the duration of test and the amount of leakage. D. Submit satisfactory bacteriological test reports on disinfection requirements. PART 2- PRODUCTS 2.1 MATERIALS A. Pipe: 1. Refer to Sections 15060, 15063,and 15064. 2. Mechanical or push-on joint pipe meeting AWWA Clll. Restrained joint pipe for all stream crossings and for pipe installed in casings. If restrained joints at fittings are required and approved,use Megalug mechanical joint restraint or Megaflange restrained flange adapter, manufactured by EBBA Iron Sales,or Uni-flange Series 1400 retainer glands,manufactured by Ford Meter Box Company,MJ Field Lok®Series DI,Manufactured by US Pipe,Field Lok a 350 Gaskets for push-on Joints,Manufactured by US Pipe,or approved equal. B. In-Line Valves: 1. Gate valves shall be used for all lines from 4 IN up to and including 20 IN. Furnish gate valves for underground installation equipped with a 2 IN square operating nut for key operation.All valves are to open counterclockwise. Valves are to be equipped with mechanical joints for pipe connections. Furnish Mueller 2360 valves for sizes 12 IN and 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-1 smaller. 2. Refer to Section 15101. C. Fittings,Couplings and Joints: l. Manufactured in accordance with applicable AWWA standards at ISO 9001-2000 approved manufacturing facilities. These manufacturing facilities must be covered under periodic audits by third party accreditation bodies for evaluation for manufacturing processes,quality control,corrective and preventative actions,and document control. In addition,distribution centers must be audited by Third Party Approval Agencies for periodic confirmation tests and surveillance audits. These periodic confirmation tests and surveillance audits must document continuation of product approvals by auditing the entire quality systems including design,infrastructure,system implementation,distribution,training,quality control and assurance,and document control. All fittings must be manufactured in accordance with NSF 61. 2. Assure the fitting interior is cement mortar lined meeting AWWA C104,or fusion-bonded epoxy lined meeting ANSI/AWWA C116/A21.16. Assure the fitting exterior is bituminous tar coated 1 mil thick or fusion-bonded epoxy 12-mil thickness meeting ANSI/AWWA C116/A21.16. Use compact fittings having a rated working pressure of 350 psi following manufacturer recommended laying lengths. 3. Use stainless steel bolts and nuts. D. Water Service Pipe: 1. Polyethylene Service Pipe: a. Use pipe meeting AWWA Specification C901,"Polyethylene(PE)Pressure Pipe, Tubing and Fittings,'/2 IN through 3 IN for Water"and ASTM PE 3406-3408. PE pipe to be pressure tubing meeting Table 6 requirements of said specification. Use class 200 with a DR of 7 Polyethylene pipe. E. Tapping Sleeves and Tapping Valves: 1. Tapping sleeves shall be ductile iron or stainless steel,split-sleeve,mechanical joint type with end and side gaskets.They shall have a Class 125,ANSI B 16.1 outlet flange.They shall be rated for a minimum of 200 psi working pressure and shall contain a threaded plug for testing purposes on the neck or body of the tapping sleeve. Gaskets shall be manufacturers'standard suitable for use in potable water systems. Bolts and nuts shall be Cor-Ten,Dura-Bolt,or stainless steel. The sleeve shall be as manufactured by Mueller Company,Model H-615 or H-304,unless otherwise approved by the Owner. 2. Tapping valves shall be Mueller,with flanged inlets compatible with the flange of the tapping sleeve and mechanical joint outlet. Tapping valves shall be iron body,bronze mounted gate valves with non-rising stems with design,construction and pressure rating conforming to AWWA Specification C509. Stem seals shall be double INOIN ring seals designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. 3. The tapping sleeve and valve shall be furnished and installed by the Contractor and the wet tap made by the City of Bozeman Water Department with the cost paid by the Contractor. The Contractor shall excavate the existing main at the location to be tapped to confirm the appropriate pipe dimensions prior to ordering the fittings. The tapping sleeve shall be installed with the outlet set on the horizontal plane. A concrete thrust block shall be installed behind the tee. 4. Fusion-bonded epoxy coating, 12-mil thickness. 5. Use stainless steel bolts and nuts. F. Corporation Stops: 1. Furnish 300 psig ball valve brass corporation stops with inlet end to suit tapping requirements and conductive compression connection outlet for type K copper tubing. Furnish either,Mueller B25008,Ford FB 1000-x-Q,or A.Y.McDonald 4701BQ corporation stops. G. Service Clamps: 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-2 1. Furnish flat,double strap,bronze metal service clamps(service saddles)with Neoprene gaskets and corporation stop threads. Use Mueller BR 2 B Series,Ford 202B,or AY McDonald 3825. H. Curb Stop: 1. Furnish curb stops with ball type curb valves with Minneapolis pattern screw box mounts for 3/IN, 1 IN, 11/2 IN, and 2 IN services,with 90 degree open to close operation. Furnish curb stops that conform to the following: Service Size Curb Valve and Curb Stop 3/4 IN Ford Ball Valve Curb Stop B44-333-M-Q 11/2 IN Minneapolis Thread, Mueller B-25155 11/2 IN Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-035 1 IN Ford Ball Valve Curb Stop B44-444-M-Q 11/2 IN Minneapolis Thread, Mueller B-25 1 55 11/2 IN Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-192 11/2 IN Ford Ball Valve Curb Stop B44-666-M-Q 2IN Minneapolis Thread, Mueller B-25155 2 IN Minneapolis Thread,or A.Y.McDonald 6104Q,part number 4182-137 I. Curb Boxes: 1. Furnish Minneapolis pattern base,extension type curb boxes having 7 FTt extended lengths. Provide 5-foot stationary rods in all curb boxes. Use the following curb boxes: Mueller HI 0300 for 3/4 IN and 1 IN services Mueller HI 0300-99002 for 11/2 IN and 2IN services AY McDonald 5615 with 5614L lid for 11/21N and 2 IN services AY McDonald 5614 with 5614L lid for 3/4IN and 1 IN services Ford EM2-70-57-60R for 11/2 IN and 2 IN services Ford EM2-70-56-60R for 3/4 IN and 1 IN services J. OS&Y Valves: 1. For service lines 4IN and larger,furnish a UL listed flanged Kennedy or Mueller OS &Y valve as the first fitting inside the building. For fire service lines 2 IN and smaller,furnish a NIBCO T-104-0 OS&Y valve as the first fitting inside the building. K. Valve Boxes: 1. Valve boxes shall be East Jordan Iron Works 8560 series. L. Polyethylene Encasement: 1. Furnish polyethylene encasement in accordance with AWWA C105,"Polyethylene Encasement for Fray and Ductile Cast—Iron Pipe for Water and Other Liquids". PART 3- EXECUTION 3.1 INSTALLATION A. Install water main to the line and grade on the Drawings Watermains to be staked at a minimum 100 FI'interval with depth of cuts monitored. B. Field verify depth of utilities that will be crossed: 1. Adjust water main elevation as required during construction. 2. No separate payment will be made for field verification or adjustment of main depths as required. C. Contractor will restore all existing structures or services damaged by Contractor's operations at no cost to Owner. 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-3 D. Pipe Laving_ 1. Construct reaction or thrust blocks at all tees,tapping tees,plugs,valves(except tapping valves and hydrant auxiliary valves that are part of a hydrant assembly),reducers,caps, vertical bends,and at horizontal bends deflecting 221h degree or more. Limit using metal rods or straps for thrust restraint to those specified on the plans,or where the use of concrete thrust blocks would be impractical. Do not use metal rods or straps unless specifically approved by the Owner. Construct reaction blocks from concrete having a minimum compressive strength of 3,000 pounds per square inch at 28 days. Place and size blocking between undisturbed ground and the fitting to be anchored,as shown on Drawings. The size of thrust(gravity)blocks for vertical bends will be as designed by the Engineer. Place the blocking so that pipe and fitting joints are accessible for repair. 2. In lieu of concrete thrust blocks,thrust restraint may be provided utilizing Megalugo,Uni- FlangeTM,or approved equal joint restraints,for all fittings that require thrust restraint, except for cut-in or tapping tees(for mains or services)and bends on service lines inside building foundations,unless specifically prohibited by the Owner. Install the mechanical restraints in accordance with manufacturer's specifications and at all joints as specified by the Engineer. E. Pipe Jointing: 1. Rubber Gasket,"Push-On"Joints: a. All sections of newly installed water main shall provide continuity for electrical current. In order to provide continuity,insert a minimum of three brass or bronze conductive wedges in the joints of ductile iron pipe. Insert a copper wedge between cast iron and ductile iron pipe joints in accordance with manufacturer's recommendations. Conduct a continuity test of new mains when required by the Engineer or Owner. F. Service Line Installation: 1. Provide all work and materials for the complete service line installation,including trench excavation and backfill;making the water main tap;furnishing and installing the corporation stop,curb stop and box,service clamp where necessary,and service line with fittings as required to make the connections to the stops. Provide a minimum of 61/2 FT of cover measured as noted on City of Bozeman Standard Drawing No.02660-6. Use compression fittings for all service line fittings. Do not use sweat or solder fittings. Use a continuous length of pipe with no couplings between the corporation stop and the curb stop for 3/IN and 1 IN services. 2. Mark the water service line stub end using a steel fence post painted blue,6%z FT long, buried 21/z FT in the ground. Set post I FT from curb box. After biological tests have passed and the results have been submitted to the Water Department,open all curb stops in the presence of the Engineer to assure the service lines are flushed and all corporation stops are open. All main line valves are to be operated by Water Department personnel only. 3. Service line installation from the end of the stub into the building shall be as per City of Bozeman Standard Drawings 02660-12 or 02660-15. Service lines shall not be installed from the end of the stub into the building until the main line has been accepted by the City and placed into service. The water service line from the stub into the building may be reduced in size,however the size reduction must be made within 18 IN of the curb stop or outside valve. Connections to existing stubs(either for domestic or fire service)that have remained dormant or unused longer than 6 months may require re-flushing or disinfection at the discretion of the Water Superintendent prior to being placed into service. The Water Superintendent may require bacteriological testing to assure that the dormant line has not become contaminated. G. Tapping: 1. Tap the newly installed water mains unless specified otherwise. Provide a minimum distance of 18 IN between service taps. The City of Bozeman Water Department will tap any existing water mains. For taps on existing mains,the Contractor is responsible for scheduling and coordinating with the Water Department. The Contractor will be charged a fee for each tap made by the Water Department. 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-4 2. Perform tapping using an approved tapping machine using clean,sharp drill taps and/or shell cutters. 3/4 IN and 1IN taps may be made directly into the barrel of ductile iron pipe without using service saddles. Direct tap into the pipe barrel to the depth exposing a maximum three threads of the corporation stop. Taps greater than 1 IN on a 6 IN line require the use of saddle clamps. Taps 4 IN and larger to existing water mains which are 4 IN and larger require the use of a tapping sleeve and valve. H. Polyethylene Encasement: 1. Wrap all direct bury cast iron or ductile iron pipe and fittings including hydrants,valve boxes,curb boxes,and all other metal parts and surfaces,in polyethylene encasement. 3.2 INTERRUPTION OF SERVICE A. Interruption of service to water users shall not exceed 4 HRS. Notify property owners of interruption a minimum of 24 HRS in advance. 3.3 UNDERGROUND SERVICES A. Notify utility representative prior to construction to obtain available information on location of existing utilities. The Contractor shall be responsible for locating all utilities. B. Existing water services are not to be connected to the new watermains. Damage to existing water service to be repaired,using copper pipe and union the same size as existing service. 3.4 GRAVEL SURFACED DRIVES AND ROADWAYS A. The Contractor shall restore all damaged gravel surfaced drives and roadways to a condition equal to or better than original. Payment to be at bid unit price for this item: 1. Replacement gravel gradation. 3.5 PROTECTION OF EXISTING UTILITIES A. Contractor to verify the location of all underground utilities. Omission from,or the inclusion of utility locations on the plans is not to be considered as the nonexistence of or a definite location of existing underground utilities. B. A representative of the underground utilities shall be notified 24 HRS in advance of crossings. 3.6 CONNECTIONS TO EXISTING WATERMAINS A. Make connections to existing watermains as shown on Drawings,by attaching to existing or changed fitting. Cost for making connections shall include cost of all fittings including flexible couplings,and shall be included in the bid unit price of the water main. B. Where the connection is made to an existing water main which can be adequately isolated from the distribution system,it shall be termed a"dry connection". All dry taps or connections shall be made by the Contractor. C. All wet taps to water mains in use shall be made by the City of Bozeman Water Department at the expense of the Contractor. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. D. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. The Contractor shall pressure test tapping tees prior to tapping by the Water Department. The tapping tees shall be hydrostatically pressurized to a minimum of 200 psi,and the testing apparatus shall be in place for verification by the Water Department tapping personnel. 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-5 E. The Contractor is responsible for 24 hour advance notification,in writing,to all affected customers of a water main shut-down. The written notification is to include the date,time and estimated duration of interrupted service. The written notification is also to include the name and phone number of the Contractor's representative who is coordinating the shut-down as well as the phone number of the City of Bozeman Water Department. All commercial customers affected by the water main shut-down must sign a notification sheet acknowledging that they have been informed of the date and time of the shut-down. The City of Bozeman reserves the right to determine the likely duration of the main shut-down based on the proposed work and Contractor experience,and require the installation of temporary water services by the Contractor. F. Clean and disinfect temporary water systems in accordance with the requirements for cleaning and disinfecting new water mains. Do not connect existing services to the temporary system until bacteriological tests show successful disinfection. Provide backflow protection at the point of connection of the temporary system to the municipal system,and at each point of connection of the temporary water system to the individual services. G. Contractor is responsible for controlling and disposing of water in the trench at no additional cost to the Owner. 3.7 SEWER CROSSINGS A. Watermains crossing house sewers,storm sewers or sanitary sewers shall be laid to provide a vertical separation of at least 18 IN between the bottom of the water main and the top of the sewer,whenever possible. A water main may be laid closer than 10 FT if the crown of the sewer is at least 18 IN below the water main invert. In the event 18 IN of vertical separation cannot be provided at a sewer crossing,the sewer shall be removed for a distance of 10 FT on each side of the water main and replaced with one 20 FT length of ductile iron pipe of the same size. B. Concrete collars shall be provided at each end of the ductile iron pipe to connect to the existing sewer pipe as shown on the Drawings. C. Payment for crossings shall be included in the bid unit price of the water main. 3.8 FENCES,SIGNS,MAILBOXES,ETC. A. Restore all damaged fences,signs,mailboxes,etc.,to their original conditions. No separate payment will be made for these items. 3.9 FIELD QUALITY CONTROL A. Hydrostatic and Leakage Testing: 1. The required minimum hydrostatic pressure for any test is 200 psi. 2. Assure that the testing gauge is marked in increments no greater than 10 psi. 3. Allow five days after placement of concrete for thrust blocks before performing hydrostatic or leakage testing. If high-early strength concrete is used,allow two days after placement of concrete before performing hydrostatic or leakage testing. Provide adequate cold blocking as required for all thrust blocks that will not have the necessary curing time prior to testing 4. Conduct the leakage test concurrently with the hydrostatic pressure test for 2 hours. Leakage is defined as(1)the quantity of water supplied into the pipe,or any valved section thereof,necessary to maintain pressure within 5 PSI of the specified test pressure(after the 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. 5. There shall be no allowable leakage for resilient seat gate valves. 6. 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. 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-6 B. Sealing,Flushing,and Disinfection of Potable Water Systems: 1. Hydrostatic and leakage testing shall not be conducted concurrently with chlorination of water mains. 2. At least 24 hours prior to beginning water main tests,a testing schedule shall be submitted by the Contractor to the City Engineering Office for approval. The schedule shall specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. 3. Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling,testing,chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only,with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 4. Prior to any main flushing the City of Bozeman Engineering Office shall be notified and provided with a flushing schedule and plan a minimum of 24 hours in advance of any main flushing. The City of Bozeman Fire Department shall be allowed adequate access to conduct pressure and flow testing office hydrants during the flushing process. 5. Maintain interior of all pipes,fittings and other accessories free from dirt and foreign material at all times. If,in the opinion of the Engineer,the pipe contains dirt that will not be removed by flushing,the pipe interior shall be cleaned and swabbed with bactericidal solution. At close of day's work or whenever workmen are absent from jobsite,plug,cap or otherwise provide watertight seal from open ends of pipe to prevent ingress of foreign material. If water is in trench,seal shall remain in place until trench is pumped dry. 6. After favorable performance of pressure test and prior to final acceptance,thoroughly flush the entire potable water piping system and perform disinfection as prescribed. Perform all work including preventative measures during construction in full compliance to AWWA C651-92. 7. Install an adequately-sized corporation stop on all main stubs longer than 10 FT to allow for the flushing of the stubs(see Section 02660). Following completion of all tests,remove corporation stops,install brass plugs,and assure plugs do not leak after main has been charged. A representative from the City of Bozeman must witness this work. 8. Remove any existing blow-offs or temporary flushing hydrants upon completion of the connection to the existing main,and install a brass plug upon removal of the corporation stop. 9. Flush each segment of the system to provide a flushing velocity of not less than 2.5 FT per second. 10. Drain flushing water to location approved by the Owner and in accordance with any Department of Environmental Quality discharge permitting requirements. 11. Perform disinfection using one of the following forms: a. Application of chlorine gas-water mixture by means of solution-feed chlorinating device. Liquid chlorine shall comply with AWWA B301. b. Application of calcium hypochlorite,or sodium hypochlorite. Chlorine compounds shall comply with AWWA B300. 12. Disinfect pipe with chlorinated water as per AWWA C651. Method of application of chlorine shall be by continuous feed method or slug method. Use of Tablet method of chlorination is prohibited. During disinfection procedure,ensure that initial and residual chlorine concentrations meet AWWA C651 requirements by testing by an approved method as directed by the Owner. Cost of testing shall be included in the Bid Unit Price for watermains and no separate payment will be made for this item. 13. Tag the system during the disinfection procedure. 14. Following disinfection for required contact period,neutralize chlorine residual in water by treating with reducing agent(Refer to AWWA C651). Flush all treated water from pipeline at its extremities until replacement water throughout pipe,upon test is proved comparable in quality to water in existing system. 15. After 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 samples for every 1200 FT of new main and from each branch: 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-7 a. Once the water main has been flushed following the successful completion of chlorination and pressure testing,the water line must be refilled with water and allowed to sit a minimum of 24 HRS prior to the collection of samples for bacteriological tests. A second set of samples is to be taken a minimum of 24 hours after the first set of samples. Samples shall be taken in accordance with AWWA Standard C651-92. New water mains shall be placed in service by City of Bozeman personnel only. b. Collect samples from new water mains out of service lines or temporary taps. Samples may only be taken out of fire hydrants or flushing hydrants if approved in advance by the City of Bozeman. If hydrants are approved as sample locations,operate hydrants using the auxiliary valves or curb stops to prevent groundwater from entering hydrant. Assure that hydrants are kept from freezing during testing. c. Repeat disinfection procedure until two satisfactory results are obtained. Quality of water delivered by the new water main to remain satisfactory for a minimum period of 2 days. 16. Secure satisfactory bacteriological reports on samples from the system. Ensure all sampling and testing procedures are in full compliance to AWWA C651,and applicable requirements of the State of Montana. No separate payment will be made for this item. 17. Following the completion of bacteriological tests,assure that all temporary piping has been removed,and all temporary corporation stops have been removed and replaced with brass plugs. 18. The Owner will provide the water required to fill the main initially and will pay for the water required to flush the main once. All heavily chlorinated water must be flushed from the system prior to pressurizing the new mains. Flushing water will be based on a maximum of 8 HRS total. Any additional refilling or reflushing to be at the Contractor's expense at the City's commercial water rates. END OF SECTION 10045441 City of Bozeman April 14,2017 Bozeman Sediment Management Facility-Review WATER MAIN CONSTRUCTION 02660-8 SECTION 03108 FORMWORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Formwork requirements for concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03311 -Concrete Mixing,Placing,Jointing,and Curing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. 116R,Cement and Concrete Terminology. b. 347R,Guide to Formwork for Concrete. 2. Building code: a. International Code Council(ICC): 1) International Building Code and associated standards,2006 Edition including all amendments,referred to herein as Building Code. B. Qualifications: 1. Formwork,shoring and reshoring to be designed by a professional structural engineer currently registered in the state where the Project is located and having a minimum of three(3)years'experience in this type of design work: a. Above qualifications apply to slabs and beams not cast on the ground,wall and column pours over 15 FT high. C. Miscellaneous: 1. Design and engineering of formwork,shoring and reshoring as well as its construction is the responsibility of the Contractor. 2. Design requirements: a. Design formwork for loads,lateral pressures and allowable stresses outlined in ACI 347R and for design considerations,wind loads,allowable stresses and other applicable requirements of the controlling local Building Code: 1) Where conflicts occur between the above two(2)standards,the more stringent requirements shall govern. b. Design formwork to limit maximum deflection of form facing materials reflected in concrete surfaces exposed to view to 1/240 of span between structural members. 3. For slabs and beams not cast on the ground,develop a procedure and schedule for removal of shores and for calculating the loads transferred to the structure during this process: a. Perform structural calculations as required to prove that all portions of the structure in combination with remaining forming and shoring system has sufficient strength to safely support its own weight plus the loads placed thereon. b. When developing procedure,schedule and structural calculations,consider the following at each stage of construction: 1) The structural system that exists. 2) Effects of all loads during construction. 3) Strength of concrete. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review FORMWORK 03108-1 4) The influence of deformations of the structure and shoring system on the distribution of dead loads and construction loads. 5) The strength and spacing of shores or shoring systems used,as well as the method of shoring,bracing,shore removal,and reshoring including the minimum time intervals between the various operations. 6) Any other loading or condition that affects the safety or serviceability of the structure during construction. 1.3 DEFINITIONS A. Words and terms used in these Specifications are defined in ACI 116R. 1.4 SUBMITTALS A. Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer and type of proposed form materials. d. Manufacturer and type of proposed form ties. e. Manufacturer and type of proposed form coating material. f. Manufacturer and type of void forms including compressive strength. 2. If requested,submit structural analysis and concrete strength data used in planning and implementing form removal and shoring. B. Samples: 1. A 12 IN SQ sample of each of the following form finishes: PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Void forms: a. SureVoid Products,Inc. b. Deslauriers,Inc. 2. Stay-in-place forms: a. Alabama Metal Industries Corporation. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Forms for Surfaces Exposed to View: 1. Wood forms: a. New 5/8 or 3/4 IN 5-ply structural plywood of concrete form grade. b. Built-in-place or prefabricated type panel. c. 4 x 8 FT sheets for built-in-place type except where smaller pieces will cover entire area. d. When approved,plywood may be reused. 2. Metal forms: a. Metal forms excluding aluminum may be used. b. Forms to be tight to prevent leakage,free of rust and straight without dents to provide members of uniform thickness. B. Forms for Surfaces Not Exposed to View: 1. Wood or metal sufficiently tight to prevent leakage. 2. Do not use aluminum forms. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review FORMWORK 03108-2 2.3 ACCESSORIES A. Form Ties: 1. Commercially fabricated for use in form construction: a. Do not use wire ties. 2. Constructed so that ends or end fasteners can be removed without causing spalling at surfaces of the concrete. 3. 3/4 IN minimum to 1 IN maximum diameter cones on both ends. 4. Embedded portion of ties to be not less than 1-1/2 IN from face of concrete after ends have been removed. 5. Provide ties with built-in waterstops in all walls that will be in contact with process liquid during plant operation. 6. Through-wall ties that are designed to be entirely removed are not allowed in all walls that will be in contact with process liquid during plant operation. B. Void Forms: l. Continuous void forms. 2. Specially designed and manufactured for the purpose of creating a void area directly under concrete members which will allow a space for soil vertical upward movement. 3. Able to support the weight of concrete and construction loads to be placed thereon with no decrease in required void form depth. 4. Constructed from double faced corrugated cardboard or fiberboard which is wax impregnated and laminated with moisture-resistant adhesive. 5. Capable of resisting moisture with no loss of load carrying strength or change in depth or configuration. C. Stay-In-Place Forms: 1. Ribbed expanded metal leave-in-place concrete forms commercially fabricated to provide an intentionally rougher surface. 2. Hot-dipped galvanized. 3. Similar to"Stay-Form"by Alabama Metal Industries Corporation. PART 3 - EXECUTION 3.1 PREPARATION A. Form Surface Treatment: 1. Before placing of either reinforcing steel or concrete,cover surfaces of forms with an approved coating material that will effectively prevent absorption of moisture and prevent bond with concrete,will not stain concrete or prevent bonding of future finishes: a. A field applied form release agent or sealer of approved type or a factory applied nonabsorptive liner may be used. 2. Do not allow excess form coating material to stand in puddles in forms nor in contact with hardened concrete against which fresh concrete is to be placed. B. Provide temporary openings at base of column and wall forms and at other points where necessary to facilitate cleaning and observation immediately before concrete is placed,and to limit height of free fall of concrete to prevent aggregate segregation: 1. Temporary openings to limit height of free fall of concrete shall be spaced no more than 8 FT apart. C. Clean surfaces of forms,reinforcing steel and other embedded materials of any accumulated mortar or grout from previous concreting and of all other foreign material before concrete is placed. 3.2 ERECTION A. Install products in accordance with manufacturer's instructions. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review FORMWORK 03108-3 B. Tolerances: 1. Variation from plumb: a. In lines and surfaces of columns,piers,walls,and in risers: 1) Maximum in any 10 FT of height: 1/4 IN. 2) Maximum for entire height: 1/2 IN. b. For exposed corner columns,control joint grooves,and other exposed to view lines: 1) Maximum in any 20 FT length: 1/4 IN. 2) Maximum for entire length: 1/2 IN. 2. Variation from level or from grades specified: a. In slab soffits,ceilings,beam soffits and in arises,measured before removal of supporting shores. 1) Maximum in any 10 FT of length: 1/4 IN. 2) Maximum in any bay or in any 20 FT length: 3/8 IN. 3) Maximum for entire length: 3/4 IN. b. In exposed lintels,sills,parapets,horizontal grooves,and other exposed to view lines: 1) Maximum in any bay or in 20 FT length: 1/4 IN. 2) Maximum for entire length: 1/2 IN. 3. Variation of linear structure lines from established position in plan and related position of columns,walls,and partitions: a. Maximum in any bay: 1/2 IN. b. Maximum in any 20 FT of length: 1/2 IN. c. Maximum for entire length: 1 IN. 4. Variation in sizes and location of sleeves,floor openings,and wall openings: Maximum of +1/2 IN. 5. Variation in horizontal plan location of beam,column and wall centerlines from required location: Maximum of+1/2 IN. 6. Variation in cross sectional dimensions of columns and beams and in thickness of slabs and walls: Maximum of-1/4 IN,+1/2 IN. 7. Footings and foundations: a. Variations in concrete dimensions in plan:-l/2IN,+2 IN. b. Misplacement or eccentricity: 1) 2 percent of footing width in direction of misplacement but not more than 2 IN. c. Thickness: 1) Decrease in specified thickness: 5 percent. 2) Increase in specified thickness: No limit except that which may interfere with other construction. 8. Variation in steps: a. In a flight of stairs: 1) Rise: +1/8IN. 2) Tread: +1/4IN. b. In consecutive steps: 1) Rise: +1/16IN. 2) Tread: +1/8IN. 9. Establish and maintain in an undisturbed condition and until final completion and acceptance of Project,sufficient control points and bench marks to be used for reference purposes to check tolerances. 10. Regardless of tolerances listed allow no portion of structure to extend beyond legal boundary of Project. 11. To maintain specified tolerances,camber formwork to compensate for anticipated deflections in formwork prior to hardening of concrete. C. Make forms sufficiently tight to prevent loss of mortar from concrete. D. Place 3/4 IN chamfer strips in exposed to view corners of forms to produce 3/4 IN wide beveled edges. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review FORMWORK 03108-4 E. At construction joints,overlap contact surface of form sheathing for flush surfaces exposed to view over hardened concrete in previous placement by at least 1 IN: 1. Hold forms against hardened concrete to prevent offsets or loss of mortar at construction joint and to maintain a true surface. 2. Where possible,locate juncture of built-in-place wood or metal forms at architectural lines, control joints or at construction joints. F. Where circular walls are to be formed and forms made up of straight sections are proposed for use,provide straight lengths not exceeding 2 FT wide: 1. Brace and tie formwork to maintain correct position and shape of members. G. Construct wood forms for wall openings to facilitate loosening,if necessary,to counteract swelling. H. Anchor formwork to shores or other supporting surfaces or members so that movement of any part of formwork system is prevented during concrete placement. I. Provide runways for moving equipment with struts or legs,supported directly on formwork or structural member without resting on reinforcing steel. J. Provide positive means of adjustment(wedges or jacks)of shores and struts and take up all settlement during concrete placing operation: 1. Securely brace forms against lateral deflection. 2. Fasten wedges used for final adjustment of forms prior to concrete placement in position after final check. K. After void forms are in place and before concrete is placed thereon,cover joints between abutting form sections and cover ends of forms to prevent intrusion of soil,concrete or any other materials: 1. Install void forms in accordance with manufacturer's instructions. L. Stay-In-Place Forms: 1. Support stay-in-place forms as required to maintain the formwork in proper position. 2. Hold the edge of stay-in-place forms back a minimum of 2 IN from all smooth formed concrete surfaces. 3. Stay-in-place forms may be used at the Contractor's option at: a. Surfaces that will be backfilled with soil: 1) Maintain a minimum of 3 IN of concrete cover over all reinforcing. b. Roughened construction joints. c. Other locations approved by Engineer. 3.3 REMOVAL OF FORMS A. No construction loads shall be supported on,nor any shoring removed from,any part of the structure under construction except when that portion of the structure in combination with remaining forming and shoring system has sufficient strength to safely support its weight and loads places thereon. B. When required for concrete curing in hot weather,required for repair of surface defects or when finishing is required at an early age,remove forms as soon as concrete has hardened sufficiently to resist damage from removal operations or lack of support. C. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging: 1. Perform any needed repairs or treatment required on such sloping surfaces at once,followed by curing specified in Section 03311. D. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. E. Formwork for columns,walls,sides of beams,and other parts not supporting weight of concrete may be removed as soon as concrete has hardened sufficiently to resist damage from removal. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review FORMWORK 03108-5 F. Where no reshoring is planned,leave forms and shoring used to support weight of concrete in place until concrete has attained its specified 28 day compressive strength: 1. Where a reshoring procedure is planned,supporting formwork may be removed when concrete has reached the concrete strength required by the formwork designer's structural calculations. G. When shores and other vertical supports are so arranged that non-load-carrying form facing material may be removed without loosening or disturbing shores and supports,facing material may be removed when concrete has sufficiently hardened to resist damage from removal. 3.4 RESHORING A. No construction loads shall be supported on,nor any shoring removed from,any part of the structure under construction except when that portion of the structure in combination with remaining forming and shoring system has sufficient strength to safely support its weight and loads placed thereon. B. While reshoring is underway,no superimposed dead or live loads shall be permitted on the new construction. C. During reshoring do not subject concrete in structural members to combined dead and construction loads in excess of loads that structural members can adequately support. D. Place reshores as soon as practicable after stripping operations are complete but in no case later than end of working day on which stripping occurs. E. Tighten reshores to carry their required loads without overstressing. F. Shoring,reshoring and supporting formwork may be removed when concrete has reached the concrete strength required by the formwork designer's structural calculations. G. For floors supporting shores under newly placed concrete leave original supporting shores in place or reshore: 1. Reshoring system shall have a capacity sufficient to resist anticipated loads. 2. Locate reshores directly under a shore position above. H. In multi-story buildings,extend reshoring over a sufficient number of stories to distribute weight of newly placed concrete,forms,and construction live loads in such a manner that design superimposed loads of floors supporting shores are not exceeded. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Revie-tv FORMWORK 03108-6 SECTION 03208 REINFORCEMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Reinforcing bar requirements for concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. SP-66,ACI Detailing Manual. b. 318,Building Code Requirements for Structural Concrete. 2. ASTM International(ASTM): a. A185,Standard Specification for Steel Welded Wire Reinforcement,Plain,for Concrete. b. A497,Standard Specification for Steel Welded Wire Reinforcement,Deformed,for Concrete. c. A615,Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. d. A706,Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 3. American Welding Society(AWS): a. DI A,Structural Welding Code-Reinforcing Steel. 4. Concrete Reinforcing Steel Institute(CRSI): a. Manual of Standard Practice. B. Qualifications: 1. Welding operators,processes and procedures to be qualified in accordance with AWS DI A. 2. Welding operators to have been qualified during the previous 12 months prior to commencement of welding. 1.3 SUBMITTALS A. Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Mill certificates for all reinforcing. d. Manufacture and type of proprietary rebar mechanical splices. e. Manufacturer and type of rebar adhesive anchor including installation instructions. 2. Qualifications of welding operators,welding processes and procedures. 3. Rebar number,sizes,spacing,dimensions,configurations,locations,mark numbers,lap splice lengths and locations,concrete cover and rebar supports. 4. Sufficient rebar details to permit installation of reinforcing. 5. Rebar details in accordance with ACI SP-66. 6. Locations where proprietary rebar mechanical splices are required or proposed for use. 7. Shop Drawings shall be in sufficient detail to permit installation of reinforcing without reference to Contract Drawings: 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review REINFORCEMENT 03208-1 a. Shop Drawings shall not be prepared by reproducing the plans and details indicated on the Contract Drawings but shall consist of completely redrawn plans and details as necessary to indicate complete fabrication and installation of all reinforcing steel. 1.4 DELIVERY,STORAGE,AND HANDLING A. Support and store all reinforcing above ground. B. Ship to jobsite with attached plastic or metal tags with permanent mark numbers which match the Shop Drawing mark numbers. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURES A. Subject to compliance with Contract Documents,the following Manufacturers are acceptable: 1. Rebar adhesive anchors: a. HIT-HY150 System by HILTI FASTENING SYSTEMS,INC. b. Epcon Adhesive Anchoring System by ITW Ramset/Red Head. c. Power-Fast by Powers Fastening,Inc. 2. Rebar mechanical splices: a. Lenton Rebar Splicing by Erico,Inc. b. Richmond dowel bar splicer system by Richmond Screw and Anchor Co.,Inc. c. Bar-Grip Systems by Barsplice Products,Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Reinforcing Bars: ASTM A615,grade 60,deformed. B. Reinforcing Bars to be Welded: ASTM A706,grade 60,deformed. C. Welded Wire Fabric: ASTM A185 or ASTM A497. D. Smooth Dowel Bars: ASTM A615,grade 60 with metal end cap to allow longitudinal movement equal to joint width plus 1 IN. E. Proprietary Rebar Mechanical Splices: To develop in tension and compression a minimum of 125 percent of the yield strength of the rebars being spliced. F. Welding Electrodes: 1. E90 meeting requirements ofAWS D1.4. G. Rebar Adhesive Anchors: 1. Manufactured for the specific purpose of embedding and developing 125 percent of the yield strength of rebars in hardened concrete. 2.3 ACCESSORIES A. Metal Chairs,Runners,Bolsters,Spacers,Hangers,and Other Rebar Supports: 1. Plastic-coated tips in contact with forms. 2. Plastic coating meeting requirements of CRSI Manual of Standard Practice. B. Protective plastic caps at mechanical splices. 2.4 FABRICATION A. Tolerances: 1. Sheared lengths:+1 IN. 2. Overall dimensions of stirrups,ties and spirals:+1/2 IN. 3. All other bends:+0 IN,-1/2 IN. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review REINFORCEMENT 03208-2 B. Minimum diameter of bends measured on the inside of the rebar to be as indicated in ACI 318 Paragraph 7.2. C. Ship rebars to jobsite with attached plastic or metal tags. 1. Place on each tag the mark number of the rebar corresponding to the mark number indicated on the Shop Drawing. 2. Mark numbers on tags to be so placed that the numbers cannot be removed. PART 3 - EXECUTION 3.1 INSTALLATION A. Tolerances: 1. Rebar placement: a. Clear distance to formed surfaces:+1/4 IN. b. Minimum spacing between bars:-1/4 IN. c. Top bars in slabs and beams: 1) Members 8 IN deep or less:+1/4 IN. 2) Members between 8 IN and 2 FT deep:-1/4 IN,+1/2 IN. 3) Members more than 2 FT deep:-1/4 IN,+1 IN. d. Crosswise of members: Spaced evenly within+1 IN. e. Lengthwise of members:+2 IN. 2. Minimum clear distances between rebars: a. Beams,walls and slabs: Distance equal to rebar diameter or 1 IN,whichever is greater. b. Columns: Distance equal to 1-1/2 times the rebar diameter or 1-1/2 IN,whichever is greater. c. Beam and slab rebars shall be threaded through the column vertical rebars without displacing the column vertical rebars and still maintaining the clear distances required for the beam and slab rebars. B. Minimum concrete protective covering for reinforcement: As shown on Drawings. C. Unless indicated otherwise on Drawings,provide splice lengths for reinforcing as follows: 1. For rebars: Class B splice meeting the requirements of Paragraph 12.15 of ACI 318. 2. For welded wire fabric: Splice lap length measured between outermost cross wires of each fabric sheet shall not be less than 1 spacing of cross wires plus 2 IN,nor less than 1.5 x development length nor less than 6 IN.Development length shall be as required for the yield strength of the welded wire fabric in accordance with Paragraph 12.8 of ACI 318. 3. Provide splices of reinforcing not specifically indicated or specified subject to approval of Engineer.Mechanical proprietary splice connectors may only be used when approved or indicated on the Contract Drawings. D. Welding: 1. Obtain approval by the Engineer prior to welding reinforcing. 2. Perform welding of rebars in accordance with requirements of AWS D1.4. 3. Have each welder place an approved identifying mark near each completed weld. E. Placing Rebars: 1. Assure that reinforcement at time concrete is placed is free of mud,oil or other materials that may affect or reduce bond. 2. Reinforcement with rust,mill scale or a combination of both will be accepted as being satisfactory without cleaning or brushing provided dimensions and weights including heights of deformations on a cleaned sample is not less than required by applicable ASTM specification that governs for the rebar supplied. 3. Rebar support: a. Uncoated rebar: 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review REINFORCEMENT 03208-3 1) Support rebars and fasten together to prevent displacement by construction loads or placing of concrete. 2) On ground,provide supporting concrete blocks or metal bar supports with bottom plate. a) Do not use concrete blocks to support slab-on-grade reinforcing. 3) Over formwork,provide plastic-coated metal chairs,runners,bolsters,spacers, hangers and other rebar support.Only tips in contact with the forms need to be plastic coated. 4. Support rebars over cardboard void forms by means of concrete supports which will not puncture or damage the void forms during construction nor impair the strength of the concrete members in any way. 5. Where parallel horizontal reinforcement in beams is indicated to be placed in two or more layers,rebars in the upper layers shall be placed directly above rebars in the bottom layer with clear distance between layers to be 1 IN.Place spacer rebars at 3 FT maximum centers to maintain the required 1 IN clear distance between layers. 6. Extend reinforcement to within 2 IN of concrete perimeter edges.If perimeter edge is formed by earth,extend reinforcement to within 3 IN of the edge. 7. To assure proper placement,furnish templates for all column vertical bars and dowels. 8. Do not bend reinforcement after embedding in hardened concrete unless approved by Engineer.Do not bend reinforcing by means of heat. 9. Do not tack weld reinforcing. 10. Embed rebars into hardened concrete utilizing adhesive anchor system specifically manufactured for such installation: a. Drill hole in concrete with diameter and depth as required to develop 125 percent of the yield strength of the bar according to manufacturer's requirements. b. Place adhesive in drilled hole. c. Insert rebar into hole and adhesive in accordance with manufacturer's instructions. 3.2 FIELD QUALITY CONTROL A. Reinforcement Congestion and Interferences: 1. Notify Engineer whenever the specified clearances between rebars cannot be met. 2. Do not place any concrete until the Engineer submits a solution to rebar congestion problem. 3. Rebars may be moved as necessary to avoid interference with other reinforcing steel, conduits,or embedded items. 4. If rebars are moved more than one bar diameter,obtain Engineer's approval of resulting arrangement of rebars. 5. No cutting of rebars shall be done without written approval of Engineer. B. Owner will employ a testing laboratory to perform and report following when required: 1. Review and approve Contractor proposed welding procedures and processes for conformance with AWS DIA. 2. Qualify welders in accord with AWS DIA. 3. Test three samples of each bar size and each type of weld in accord with AWS DIA.The tensile strength of each test shall be not less than 125 percent of the required yield strength of the rebar tested. 4. Conduct nondestructive field tests(radiographic or magnetic particle)on not less than one random sample for each 10 welds.In addition if any welds are found defective,test five previous welds performed by same welder. 5. Visually inspect each weld for presence of cracks,undercuts,inadequate size and other visible defects. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review REINFORCEMENT 03208-4 SECTION 03308 CONCRETE, MATERIALS AND PROPORTIONING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete materials,strengths and proportioning for concrete work. 2. Grouting: a. Base plates for columns and equipment. b. Dowels and anchors into concrete. c. Patching cavities in concrete. d. As specified and indicated in the Contract Document. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division I -General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. I I6R,Cement and Concrete Terminology. b. 211.1,Standard Practice for Selecting Proportions for Normal,Heavyweight,and Mass Concrete. c. 212.311,Chemical Admixtures for Concrete. d. 318,Building Code Requirements for Structural Concrete. e. 350,Code Requirements for Environmental Engineering Concrete Structures. 2. ASTM International(ASTM): a. C33,Standard Specification for Concrete Aggregates. b. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. c. C94,Standard Specification for Ready-Mixed Concrete. d. C150,Standard Specification for Portland Cement. e. C 157, Standard Test Method for Length Change of Hardened Hydraulic-Cement, Mortar,and Concrete. f. C 192,Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. g. C260, Standard Specification for Air-Entraining Admixtures for Concrete. h. C494, Standard Specification for Chemical Admixtures for Concrete. i. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 3. Corps of Engineers(COE): a. CRD-C621,Standard Specification for Packaged,Dry,Hydraulic-Cement Grout (NonShrink). 1.3 DEFINITIONS A. Words and terms used in these Specifications are defined in ACI 116R. 1.4 SUBMITTALS A. Shop Drawings: 1. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE,MATERIALS AND PROPORTIONING 03308-1 b. Manufacturer's instructions. c. Concrete mix designs as required by Section 03350. d. Manufacture and type of proposed admixtures. e. Manufacturer and type of proposed non-shrink grout and grout cure/seal compound. 2. Certifications: a. Certification of standard deviation value in psi for ready mix plant supplying the concrete. b. Certification that the fly ash meets the quality requirements stated in this Section,and fly ash supplier's certified test reports for each shipment of fly ash delivered to concrete supplier. c. Certification that the class of coarse aggregate meets the requirements of ASTM C33 for type and location of concrete construction. d. Certification of aggregate gradation. 3. Test reports: Cement mill reports for all cement to be supplied. 1.5 DELIVERY,STORAGE AND HANDLING A. Storage of Materials: 1. Store cement and pozzolan in weathertight buildings,bins,or silos which will exclude moisture and contaminants. 2. Arrange aggregate stockpiles and use in a manner to avoid excessive segregation and to prevent contamination with other materials or with other sizes of like aggregates. 3. Allow natural sand to drain until it has reached a relatively uniform moisture content before use. 4. Store admixtures in such a manner as to avoid contamination,evaporation,or damage: a. For those used in form of suspensions or non-stable solutions,provide agitating equipment to assure thorough distribution of ingredients. b. Protect liquid admixtures from freezing and temperature changes which would adversely affect their characteristics and performance. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Non-shrink grout: a. BASF Admixtures,Inc. b. Euclid Chemical Company. c. U. S.Grout. d. Upco. e. Set Products,Inc. £ L&M Construction Chemicals,Inc. g. Sika Corporation 2. Epoxy grout: a. Ceilcote. b. Exxon Chemical Company. c. Sika Corporation. d. U. S.Grout. e. Euclid Chemical Company. 2.2 MATERIALS A. Cement: 1. ASTM C150,Type IL 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE,MATERIALS AND PROPORTIONING 03308-2 2. Cement type used shall correspond to that upon which selection of concrete proportions was based in the mix design. B. Fly Ash: 1. ASTM C618,Class F or Class C. 2. Non-staining. 3. Suited to provide hardened concrete of uniform light gray color. 4. Maximum loss on ignition: 4 percent. 5. Compatible with other concrete ingredients and having no deleterious effects on the hardened concrete. 6. Produced by source approved by the Montana Department of Transportation for use in concrete for bridges. 7. Cement and fly ash type used shall correspond to that upon which selection of concrete proportions was based in the mix design. C. Admixtures: l. Air entraining: ASTM C260. 2. Water reducing,retarding,and accelerating: Confonn to ASTM C494,Types A through E, and provisions of ACI 212.311. 3. High range water reducers(superplasticizers): Conform to ASTM C494,Types F or G. 4. Pozzolanic:ASTM C618. 5. Admixtures to be chloride free: a. Do not use calcium chloride. 6. Provide admixtures of same type,manufacturer and quantity as used in establishing required concrete proportions in the mix design. D. Water: 1. Potable. 2. Clean and free from deleterious substances. 3. Free of oils,acids and organic matter. E. Aggregates for Normal Weight Concrete: 1. ASTM C33. 2. Fine and coarse aggregates to be regarded as separate ingredients. 3. Fine aggregates to be natural,not manufactured. 4. Coarse aggregate sieve analysis: a. For lean concrete,concrete topping,and integral wearing course: ASTM C33,size number 7(maximum 1/2 IN). b. For all other concrete: ASTM C33,size number 57(maximum 1 IN). 5. Provide aggregates approved for bridge construction by the State Highway Department in the State where the Project is located. 6. Pozzolan or other additives shall not be used to compensate for alkali reactivity of aggregates. F. Maximum total chloride ion content for concrete mix including all ingredients measured as a weight percent of cement: 1. 0.06 for prestressed concrete. 2. 0.10 for all other concrete. G. Sand Cement Grout: 1. Approximately three(3)pails sand,one(1)part portland cement,6±1 percent entrained air and water to produce a slump which allows grout to completely fill required areas and surround adjacent reinforcing: a. Provide sand in accordance with requirements for fine aggregate for concrete. 2. Minimum 28 day compressive strength: 3000 psi. H. Non-shrink Grout: 1. Non-shrink,non-metallic,non-corrosive,and non-staining. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE,MATERIALS AND PROPORTIONING 03308-3 2. Premixed with only water to be added in accordance with manufacturer's instructions at jobsite. 3. Grout to produce a positive but controlled expansion. a. Mass expansion shall not be created by gas liberation or by other means. 4. Minimum 28 day compressive strength: 6500 psi. 5. BASF Admixtures,Inc. "Masterflow,713 Plus';Euclid Chemical"NS Grout';Sauereisen Cements"F-100 Level Fill Grout";U.S.Grout"Five Star Grout';Set Products,Inc. "Set Non-Shrink Grout";The Upco Corp"Upcon";L&M"Crystex';Sika Corporation"Sika Grout 212";or equal. 6. In accordance with COE CRD-C621. 1. Epoxy Grout: 1. Three-component epoxy resin system: a. Two(2)liquid epoxy components. b. One(1)inert aggregate filler component. 2. Adhesive: a. BASF"Masterflow 648 CP". b. Exxon Chemical Company"Escoweld 2505." c. Sika"Sikadur Hi-Mod." d. U. S.Grout"Five Start Epoxy Grout." e. Euclid Chemical'U-G." f. Or equal. 3. Aggregate: a. BASF"Masterflow 648 CP". b. Exxon Chemical Company"Escoweld 2510." c. Sika aggregate. d. U. S. Grout aggregate. e. Euclid Chemical "Euclid aggregate." f. Or equal. 4. Aggregate manufacturer shall be the same as the adhesive manufacturer. 5. The aggregate shall be compatible with the adhesive. 6. Each component furnished in separate package for mixing at jobsite. 2.3 MIXES A. General: 1. Provide concrete capable of being placed without aggregate segregation and,when cured,of developing all properties specified. 2. Ready-mixed concrete shall conform to ASTM C94. 3. All concrete to be normal weight concrete,weighing approximately 145 to 150 LBS per cubic foot at 28 days after placement. B. Minimum 28 Day Compressive Strengths: 1. Flowable concrete fill 1,000 psi 2. Normal weight concrete fill 3000 psi 3. Normal weight concrete topping 4000 psi 4. Normal weight all other concrete 4000 psi 5. Normal weight precast concrete 5000 psi C. Air Entrainment: 1. Provide air entrainment in all concrete resulting in a total air content percent by volume as follows: a. 1-1/21N maximum aggregate size: 4-1/2 to 6-1/2 percent total air content. b. 1 IN maximum aggregate size: 5 to 7 percent total air content. c. 3/4 IN maximum aggregate size: 5 to 7 percent total air content. d. 1/2 IN maximum aggregate size: 5-1/2 to 8 percent total air content. e. Interior slabs and mats with power trowel finish: Maximum 3 percent total air content. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE,MATERIALS AND PROPORTIONING 03308-4 D. Slump: 1. 4 IN maximum, 1 IN minimum measured at point of discharge into the concrete construction member. 2. Concrete of lower than minimum slump may be used provided it can be properly placed and consolidated. 3. Provide additional water or water reducing admixture at ready mix plant for concrete that is to be pumped to allow for slump loss due to pumping: a. Provide only enough additional water so that slump of concrete at discharge end of pump hose does not exceed maximum slump specified and the maximum specified water-cement ration is not exceeded. E. Proportioning: 1. General: a. Proportion ingredients to produce a mixture which will work readily into corners and angles of forms and around reinforcement by methods of placement and consolidation employed without permitting materials to segregate or excessive free water to collect on surface. b. Proportion ingredients to produce proper placability,durability,strength and other required properties. 2. Normal weight concrete minimum cement contents and maximum water cement ratios: I SPECIFIED MINIMUM CEMENT MINIMUM MAXD"WATER STRENGTH CONTENT CEMENT CEMENT RATIO BY (PSI) (SACKS/CY) (LBS/CY) WEIGHT 3000 517* 0.45 4000 6-1/2 611* 0.45 5000 7 658* 0.45 *If fly ash is proposed for use,the weight of fly ash plus weight of portland cement shall equal these values. 3. Fly ash: a. For cast-in-place concrete only,a maximum of 25 percent by weight of portland cement content per cubic yard may be replaced with fly ash at a rate of I LB fly ash for 1 LB cement. b. If fly ash is used,the water to fly ash plus cement ratio not to exceed the maximum water cement ratio specified in this Section. c. Concrete containing fly ash shall not be used in the construction of the precast concrete units specified in Section 03431. 4. Water reducing,retarding,and accelerating admixtures: a. Use in accordance with manufacturer's instructions. b. Do not use unless required by these specifications or approved for use by Engineer. 5. High range water reducers(superplasticizers): a. Use in accordance with manufacturer's instructions. I b. Do not use unless required by these Specifications or approved for use by Engineer. c. Maximum concrete slump before addition of admixture to be 3 IN. 1) Maximum slump after addition to be 8 IN. d. Maximum water-cement ratio of the concrete mix containing a high range water reducer to be 0.40. 6. Concrete mix proportioning methods for normal weight concrete: a. Method 1: 1) Used when combination of materials proposed is to be evaluated and proportions selected to be on a basis of trial mixes. 2) Produce mixes having suitable proportions and consistencies based on ACI 211.1, using at least three(3)different water cement ratios or cement contents which will produce a range of compressive strengths encompassing the required average strength. 10045441 City of Bozeman March 24,2017 i Bozeman Sediment Management Facility-Review CONCRETE,MATERIALS AND PROPORTIONING 03308-5 3) Design trial mixes to produce a slump within 0.75 IN of maximum specified,and for air entrained concrete,air content within 0.5 percent specified. 4) For each water cement ratio or cement content,make at least three(3)compression test cylinders for specified test age,and cure in accordance with ASTM C192. a) Test for strength at 28 days in accordance with ASTM C39. 5) From results of these tests,plot a curve showing relationship between water cement ratio or cement content and compressive strength. 6) From this curve select water cement ratio or cement content to be used to produce required average strength. 7) Use cement content and mixture proportions such that maximum water cement ratio is not exceeded when slump is maximum specified. 8) Base field control on maintenance of proper cement content,slump,air content and water cement ratio. 9) See paragraph hereafter for definition of required average strength. b. Method 2: l) In lieu of trial mixes,field test records for concrete made with similar ingredients may be used. 2) Use of proposed concrete mix proportions based on field test records subject to approval by Engineer based on infonnation contained in field test records and demonstrated ability to provide the required average strength. 3) Field test records to represent materials,proportions and conditions similar to those specified: a) Changes in the materials,proportions and conditions within the test records shall have not been more restricted than those for the proposed concrete mix. 4) Field test records to consist of less than 30 but not less than 10 consecutive tests provided the tests encompass a period of not less than 45 consecutive days. 5) Required concrete proportions may be established by interpolation between the strengths and proportions of two or more test records each of which meets the requirements of this Section. 7. Required average strength to exceed the specified 28 day compressive strength by the amount determined or calculated in accordance with Paragraph 5.3 of ACI 318 using the standard deviation of the proposed concrete production facility as described in Paragraphs 5.3.1 and 2 of ACI 318. F. Allowable Shrinkage: 0.048 percent per ASTM C157. 2.4 SOURCE QUALITY CONTROL A. To assure stockpiles are not contaminated or materials are segregated,perform any test for determining conformance to requirements for cleanness and grading on samples secured from aggregates at point of hatching. B. Do not use frozen or partially frozen aggregates. PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL A. Perform concrete tests per Section 03350. B. Perform strength test on any concrete to which water has been added at the jobsite. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE,MATERIALS AND PROPORTIONING 03308-6 SECTION 03311 CONCRETE MIXING, PLACING, JOINTING, AND CURING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mixing,placing,jointing,and curing of concrete construction. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03108-Formwork. 4. Section 03208-Reinforcement. 5. Section 03308-Concrete,Materials and Proportioning. 6. Section 07900-Joint Sealants. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. I I6R,Cement and Concrete Terminology. b. 304R,Guide for Measuring,Mixing,Transporting and Placing Concrete. c. 304.2R,Placing Concrete by Pumping Methods. d. 305R,Hot Weather Concreting. e. 306R,Cold Weather Concreting. f. 308,Standard Practice for Curing Concrete. g. 309R,Guide for Consolidation of Concrete. 2. ASTM International(ASTM): a. C94,Standard Specification for Ready-Mixed Concrete. b. C171, Standard Specification for Sheet Materials for Curing Concrete. c. C309,Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. d. D994,Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). e. D1056,Standard Specification for Flexible Cellular Materials-Sponge or Expanded Rubber. f. D1751,Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction(Nonextruding and Resilient Bituminous Types). 3. Corps of Engineers(COE): a. CRD-0572,Specifications for Polyvinylchloride Waterstops. 4. National Ready Mixed Concrete Association(NRMCA): a. Checklist for Certification of Ready Mixed Concrete Production Facilities. B. Qualifications: 1. Ready Mixed Concrete Batch Plant: Certified by NRMCA. 1.3 DEFINITIONS A. Words and terms used in this Specification are defined in ACI 116R. 1.4 SUBMITTALS A. Shop Drawings: 1. Product technical data including: 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-1 a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions: 1) Procedure for adding high-range water reducer at the jobsite. c. Scaled(minimum 1/8 IN per foot)drawings showing proposed locations of construction joints and joint keyway dimensions. d. Manufacturers and types: 1) Joint fillers. 2) Curing agents. 3) Construction joint bonding adhesive. 4) Pressure relief valves. 5) Waterstops. 2. Certifications: a. Ready mix concrete plant certification. b. Waterstops: Products shipped meet or exceed the physical properties specified. 1.5 DELIVERY,STORAGE AND HANDLING A. Delivery: 1. Concrete: a. Prepare a delivery ticket for each load of ready mixed concrete. b. Truck operator shall hand ticket to Contractor at the time of delivery. c. Ticket to show: I) Mix identification. 2) Quantity delivered. 3) Amount of material in each batch. 4) Outdoor temperature in the shade. 5) Time at which cement was added 6) Time of delivery. 7) Time of discharge. 8) Amount of water added. PART 2 - PRODUCTS 2.1 COMPONENTS A. Neoprene Expansion Joint Fillers: I. Manufacturers: a. Permaglaze. b. Rubatex. c. Williams Products. 2. Materials: a. Closed cell neoprene. b. ASTM D1056,Class SC,2 to 5 psi compression deflection,Grade SCE-41. B. Asphalt Expansion Joint Fillers: 1. Manufacturers: a. W R Meadows. b. J and P Petroleum Products. 2. Materials: ASTM D994. C. Fiber Expansion Joint Fillers: 1. Materials: ASTM D1751. D. Waterstops,Bulb Type: 1. Manufacturers: a. Greenstreak Plastics Products. b. W R Meadows. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-2 2. Materials: a. Virgin polyvinyl chloride compound not containing any scrap or reclaimed materials or pigment. b. Standard: COE CRD-0572. 3. In expansion joints: a. 9 IN wide x 3/8 IN thick tear web type waterstop. b. 2 IN minimum horizontal movement without rupturing. c. Similar to Greenstreak Plastic Products Style#700. 4. In all other joints: a. 6 IN wide x 3/8 IN thick bulb type. b. Similar to Greenstreak Plastics Products Style#705. 5. Provide hog rings or grommets at maximum 12 IN OC along the length of the waterstop. 6. Provide factory-made waterstop fabrications at all changes in direction,intersections and transitions,leaving only straight butt splices for the field. E. Waterstops,Preformed-Strip Type: 1. Manufacturers: a. Hydrotite CJ by Greenstreak Plastics,Inc. b. Synko Flex. c. Volclay Waterstop Rx. 2. Materials: a. Hydrophilic type waterstop manufactured solely for the purpose of preventing water from traveling through construction joints. b. Hydrotite type CJ-0725-3K or approved equal. F. Sand cement grout,non-shrink grout and epoxy grout: See Section 03308. PART 3 - EXECUTION 3.1 PREPARATION A. General: 1. Complete formwork: a. See Section 03108. 2. Remove earth,snow,ice,water,and other foreign materials from areas that will receive concrete. 3. Secure reinforcement in place: a. See Section 03208. 4. Position expansion joint material,anchors and other embedded items. 5. Obtain approval of reinforcement erection and placement prior to placing concrete. 6. Do not place concrete during rain,sleet,or snow,unless adequate protection is provided and approval is obtained: a. Plan size of crews with due regard for effects of concrete temperature and atmospheric conditions on rate of hardening of concrete as required to obtain good surfaces and avoid unplanned cold joints. b. Do not allow rainwater to increase mixing water nor to damage surface finish. 7. Coat all construction joints with an approved bonding material,before new concrete is placed: a. Apply proprietary bonding adhesive in accordance with manufacturer's instructions. 8. Remove hardened concrete and foreign materials from inner surfaces of conveying equipment and formwork. 9. Provide slabs and beams of minimum indicated required depth when sloping structural - foundation base slabs and elevated slabs to drains: a. For floor slabs on grade,slope top of subgrade to provide slab of required uniform thickness. B. Preparation of Subgrade for Slabs on Ground: 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-3 I. Subgrade drained and of adequate and uniform load-bearing nature. 2. Obtain approval of subgrade compaction density prior to placing slabs on ground. 3. Maintain subgrade at a temperature above 32 DegF before concrete placing begins for a sufficient amount of time to remove frost. 4. Moisten subgrade to eliminate absorption: a. Keep subgrade moist at time of concreting. b. Allow no free-standing water on subgrade or soft or muddy spots when concrete is placed. C. Edge Forms and Screeds: 1. Set accurately to produce designated elevations and contours of finished surface. 2. Sufficiently strong to support vibrating screeds or roller pipe screeds,if required. 3. Use strike off templates,or approved vibrating type screeds,to align concrete surfaces to contours of screed strips. 3.2 CONCRETE MIXING A. General: 1. Provide all concrete from a central plant conforming to Checklist for Certification of Ready Mixed Concrete Production Facilities of the NRMCA. 2. Batch,mix,and transport in accordance with ASTM C94. B. Control of Admixtures: 1. Charge admixtures into mixer as solutions: a. Measure by means of an approved mechanical dispensing device. b. Liquid considered a part of mixing water. c. Admixtures that cannot be added in solution may be weighed or measured by volume if so recommended by manufacturer. 2. Add separately,when two or more admixtures are used in concrete,to avoid possible interaction that might interfere with efficiency of either admixture,or adversely affect concrete. 3. Complete addition of retarding admixtures within one minute after addition of water to cement has been completed,or prior to beginning of last three quarters of required mixing, whichever occurs first. C. Tempering and Control of Mixing Water: 1. Mix concrete only in quantities for immediate use. 2. Discard concrete which has set. 3. Discharge concrete from ready mix trucks within time limit and drum revolutions stated in ASTM C94. 4. Addition of water at the jobsite: a. See Section 03308 for specified water cement ratio and slump. b. Do not exceed maximum specified water cement ratio or slump. c. Incorporate water by additional mixing equal to at least half of total mixing required. d. Perform strength test on any concrete to which water has been added at the jobsite: 1) See Section 03350. 3.3 PLACING OF CONCRETE A. General: 1. Comply with ACI 304R and ACI 304.2R. 2. Deposit concrete: a. Continuously to avoid cold joints. b. In layers of 12 to 18 IN. 3. Locate construction joints at locations approved by Engineer: a. Plan size of crews with due regard for effects of concrete temperature and atmosphere conditions to avoid unplanned cold joints. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-4 i 1 4. Place concrete at such a rate that concrete,which is being integrated with fresh concrete,is still workable. 5. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 6. Spreaders: a. Temporary: Remove as soon as concrete placing renders their function unnecessary. b. Embedded: 1) Obtain approval of Engineer. 2) Materials: Concrete or metal. 3) Ends of metal spreaders coated with plastic coating 2 IN from each end. 7. Do not begin placing of concrete in supported elements until concrete previously placed in supporting members is no longer plastic and has been in place at least a minimum of 2 HRS. 8. Deposit concrete as nearly as practicable in its final position to avoid segregation: a. Maximum free fall: 4 FT. b. Free fall exceeding 4 FT: 1) Place concrete by means of hopper,elephant trunk or tremie pipe extending down to within 4 FT of surface placed upon. 9. Perform the following operations before bleeding water has an opportunity to collect on surface: a. Spread. b. Consolidate. c. Straightedge. d. Darby or bull float. B. High-Range Water Reducers(Superplasticizers): 1. Add superplasticizer to the concrete in the truck mixer at the jobsite. 2. Perform concrete slump test at the jobsite both prior to and after addition of the admixture to the concrete. C. Cold Weather Concrete Placement: 1. Comply with ACI 306R. 2. Do not place concrete on substrates that are below 32 DegF or contain frozen material. 3. Maintain all materials,forms,reinforcement,subgrade and any other items which concrete will come in contact with free of frost,ice or snow at time of concrete placement. 4. Temperature of concrete when discharged at site: MINIMUM CONCRETE MINIMUM CONCRETE AIR TEMPERATURE,DEGF FOR TEMPERATURE,DEGF FOR TEMPERATURE SECTIONS WITH LEAST SECTIONS WITH LEAST 1 DEGF DIMENSION LESS THAN 12 IN DIMENSION 12 IN OR GREATER 30 to 45 60 55 0 to 30 65 55 below 0 70 60 5. Heat subgrade,forms,and reinforcement so the temperature of the subgrade,forms,and reinforcement will be between 45 and 70 DegF,when temperature of surrounding air is 40 DegF or below at time concrete is placed: a. Remove all frost from subgrade,forms and reinforcement before concrete is placed. 6. Combine water with aggregate in mixer before cement is added,if water or aggregate is heated above 90 DegF. 1 7. Do not mix cement with water or with mixtures of water and aggregate having a temperature greater than 90 DegF. 8. Do not place slabs on ground if temperature is below 40 DegF or if temperature surrounding the slab will be below 40 DegF before structure is enclosed and heated. D. Hot Weather Concrete Placement: 1. Comply with ACI 305R. 10045441 City of Bozeman March 24,2017 I Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-5 2. Cool ingredients before mixing,or add flake ice or well crushed ice of a size that will melt completely during mixing for all or part of mixing water if high temperature,low slump, flash set,cold joints,or shrinkage cracks are encountered. 3. Temperature of concrete when placed: a. Not to exceed 90 DegF. b. Not so high as to cause: 1) Shrinkage cracks. 2) Difficulty in placement due to loss of slump. 3) Flash set. 4. Temperature of forms and reinforcing when placing concrete: a. Not to exceed 90 DegF. b. May be reduced by spraying with water to cool below 90 DegF: 1) Leave no standing water to contact concrete being placed. E. Consolidating: 1. Consolidate in accordance with ACI 309R except as modified herein. 2. Consolidate by vibration so that concrete is thoroughly worked around reinforcement, embedded items and into corners of forms. a. Eliminate: 1) Air or stone pockets. 2) Honeycombing or pitting. 3) Planes of weakness. 3. Internal vibrators: a. Minimum frequency of 8000 vibrations per minute. b. Insert and withdraw at points approximately 18 IN apart: 1) Allow sufficient duration at each insertion to consolidate concrete but not sufficient to cause segregation. c. Use in: 1) Beams and girders of framed slabs. 2) Columns and walls. d. Size of vibrators shall be in accordance with Table 5.1.5 of ACI 309R. 4. Obtain consolidation of slabs with internal vibrators,vibrating screeds,roller pipe screeds, or other approved means. 5. Do not use vibrators to transport concrete within forms. 6. Provide spare vibrators on jobsite during all concrete placing operations. 7. Bring a full surface of mortar against form by vibration supplemented if necessary by spading to work coarse aggregate back from formed surface,where concrete is to have an as-cast finish. 8. Use suitable form vibrators located just below top surface of concrete,where internal vibrators cannot be used in areas of congested reinforcing. 9. Prevent construction equipment,construction operations,and personnel from introducing vibrations into freshly placed concrete after the concrete has been placed and consolidated. F. Handle concrete from mixer to place of final deposit by methods which will prevent segregation or loss of ingredients and in a manner which will assure that required quality of concrete is maintained: 1. Use truck mixers,agitators,and non-agitating units in accordance with ASTM C94. 2. Horizontal belt conveyors: a. Mount at a slope which will not cause segregation or loss of ingredients. b. Protect concrete against undue drying or rise in temperature. c. Use an arrangement at discharge end to prevent segregation. d. Do not allow mortar to adhere to return length of belt. e. Discharge conveyor runs into equipment specially designed for spreading concrete. 3. Metal or metal lined chutes: a. Slope not exceeding 1 vertical to 2 horizontal and not less than I vertical to 3 horizontal. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-6 b. Chutes more than 20 FT long and chutes not meeting slope requirements may be used provided they discharge into a hopper before distribution. c. Provide end of each chute with a device to prevent segregation. 4. Pumping or pneumatic conveying equipment: a. Designed for concrete application and having adequate pumping capacity. b. Control pneumatic placement so segregation is avoided in discharged concrete. c. Loss of slump in pumping or pneumatic conveying equipment shall not exceed 1-1/2 IN. d. Do not convey concrete through pipe made of aluminum or aluminum alloy. e. Provide pumping equipment without Y sections. G. Placing of Concrete on Metal Deck: 1. Prior to concrete placement,the metal deck shall be free of soil,debris,standing water, loose mill scale,and all other foreign matter. 2. Care shall be exercised when placing concrete so that the deck will not be subject to construction loads or impact that exceed the design capacity of the deck. 3. Concrete shall be placed in a uniform manner and spread toward the center of the deck span. 4. If buggies are used to place concrete,runways shall be planked,and the buggies shall only operate on planking: a. Planks shall be of adequate stiffness to transfer loads to the steel supports without damaging the deck. 5. Deck damage caused by careless placement of concrete shall be repaired or replaced. 3.4 JOINTS AND EMBEDDED ITEMS A. General-Construction Joints: 1. Locate joints as indicated on Contract Drawings or as shown on approved Shop Drawings: a. Where construction joint spacing shown on Drawings exceeds the joint spacing indicated in Paragraph B below,submit proposed construction joint location in conformance with the Specification. 2. Unplanned construction joints will not be allowed: a. If concrete cannot be completely placed between planned construction joints,then it must be removed. 3. In general,locate joints near middle of spans of slabs,beams and girders unless a beam intersects a girder at this point,in which case,offset joint in girder a distance equal to twice the width of the beam. 4. Locate joints in walls and columns at underside of floors,slabs,beams,or girders,and at tops of foundations or floor slabs,unless shown otherwise: a. At Contractor's option,beam pockets may be formed into concrete walls. b. Size pockets to allow beam reinforcing to be placed as detailed on Drawings. 5. Place beams,girders,column capitals and drop panels at same time as slabs. 6. Place corbels monolithically with walls: a. Locate wall vertical construction joints midway between corbels. b. Where only a single corbel is located place it also monolithically with wall and locate wall vertical construction joint a minimum of 3 FT from face of corbel. 7. Make joints perpendicular to main reinforcement with all reinforcement continuous across joints. 8. Provide roughened construction joints at all construction joints unless indicated otherwise on Drawings: a. Clean the previously hardened concrete interface and remove all laitance. b. Intentionally roughen the interface to a full amplitude of 1/4 IN. c. Provide recessed flat surface as required to install strip type waterstops. 9. Provide continuous keyways at all construction joints including joints with waterstops: a. Construction joint keyways shall have the following dimensions,unless shown otherwise on Drawings or directed otherwise by Engineer. b. Construction joint keyways in walls: 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-7 1) Keyway width,not less than 1/3 and not more than 1/2 the wall thickness measured perpendicular to wall faces. 2) Keyway depth to be not less than 1-1/2 IN. 3) Place keyway in wall center unless shown otherwise on Drawings. c. Construction joint keyways in footings,foundations,base stabs,and structural or elevated slabs: 1) Keyway height not less than 1/3 and not more than 1/2 the footing or slab thickness. 2) Keyway depth not less than 1-1/2 IN. 3) Keyway in footing or slab center unless shown otherwise on Drawings. d. Construction joint keyways in beams: 1) Keyway height not less than 1/3 and not more than 1/2 the beam depth. 2) Keyway depth not less than 1-1/2 IN. 3) Keyway in beam center unless shown otherwise on Drawings. 10. Allow a minimum of 48 HRS before placement of adjoining concrete construction. B. Construction Joints-Spacing: 1. General-Structures not intended to contain liquid: a. Wall vertical construction joints: 1) 60 FT maximum centers. 2) At wall intersections,30 FT maximum from corner. b. Wall horizontal construction joints: 20-25 FT centers. c. Base slab,floor,and roof slab construction joints: 1) Placements to be approximately square and not to exceed 3500 SF. 2) Maximum side dimension of a slab pour to be 80 FT. 2. Structures intended to contain liquids: a. Wall vertical construction joints: 1) 30 FT maximum centers. 2) At wall intersections, 15 FT maximum from corner. b. Wall horizontal construction joints: 10-15 FT centers. c. Base slab,floor,and roof slab construction joints: 1) Placements to be approximately square and not to exceed 2000 SF. 2) Maximum side dimension of a slab pour to be 60 FT. C. Bonding at Construction Joints: 1. Obtain bond between concrete pours at construction joints by thoroughly cleaning and removing all laitance from construction joints: a. Before new concrete is placed,all construction joints shall be coated with epoxy adhesive,cement grout,or dampened. b. General: 1) Use cement grout or dampening for all construction joints or at Contractor's option use epoxy adhesive for all construction joints. 2. At other locations: a. Roughen the surface of the concrete to expose the aggregate uniformly. b. Remove laitance,loosened particles of aggregate or damaged concrete at the surface,or at the Contractor's option,use an approved chemical retarder which delays but does not prevent setting of the surface of the mortar in accordance with the manufacturer's recommendations: 1) Retarded mortar shall be removed within 24 HRS after placing to produce a clean exposed aggregate bonding surface. c. Dampen the hardened concrete(but do not saturate)immediately prior to placing of fresh concrete or grout. D. Locate control joints in slabs on grade as indicated on Drawings. 1. Time cutting properly with set of concrete,if saw cut joints are required or permitted: a. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates being dislodged by saw. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-8 b. Complete before shrinkage stresses become sufficient to produce cracking. E. Expansion Joints: 1. Do not permit reinforcement or other embedded metal items bonded to concrete(except smooth dowels bonded on only one side of joint)to extend continuously through an expansion joint. 2. Use neoprene expansion joint fillers,unless noted otherwise on Drawings. 3. Seal expansion joints as shown on Drawings: a. See Section 07900 for requirements. F. Waterstops: 1. Preformed strip type: a. Install on smooth surface of existing hardened concrete surfaces by use of nails, adhesive or other means as recommended by manufacturer to prevent movement of waterstop during placement of concrete. b. Waterstop to be continuous with splices in accordance with manufacturer's instructions. c. Use only in joints against existing concrete and where indicated on Drawings. 2. Bulb type: a. Position waterstop accurately in forms. b. Secure waterstops in correct position using hog rings or grommets spaced along the length of waterstop and tie wire to adjacent reinforcing. c. Hold horizontal waterstops in place with continuous supports. d. Install according to manufacturer's instructions: 1) Do not displace reinforcement from required location. e. Waterstops to be continuous. f. Splice ends with perpendicular butt splice using electrical splicing iron in accordance with manufacturer's instructions. g. Unless otherwise noted,use for all construction joints in new construction for all structures including water holding basins or at dry interior areas subject to groundwater or as indicated on Drawings. G. Other Embedded Items: 1. Place sleeves,inserts,anchors,and embedded items required for adjoining work or for its support,prior to initiating concreting. 2. Do not place electrical conduit,drains,or pipes in or thru concrete slabs,walls,columns, foundations,beams or other structural members unless approved by Engineer. H. Placing Embedded Items: 1. Position expansion joint material,waterstops,and other embedded items accurately. 2. Support against displacement. 3. Fill voids in sleeves,inserts and anchor slots temporarily with readily removable material to prevent entry of concrete into voids. 4. Provide adequate means for anchoring waterstop in concrete: a. Provide means to prevent waterstops in the forms from being folded over by the concrete as it is placed. b. Work concrete under the waterstops by hand,so as to avoid the formation of air and rock pockets,when placing roof and floor slab concrete around waterstops. 3.5 FINISHING A. See Section 03348. B. Coordinate mixing and placing with finishing. 3.6 INSTALLATION OF GROUT A. Grout Schedule of Use: 1. Sand cement grout: a. Fill keyways if precast HCU. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-9 b. General use. 2. Non-shrinking non-metallic grout: a. Filling form tie holes. b. Under column and beam base plates. c. Other uses indicated on the Drawings. 3. Epoxy grout: a. Patching cavities in concrete. b. Grouting of dowels and anchor bolts into existing concrete. c. Grouting of equipment base plates where driving motor is 500 HP and above. d. Other uses indicated on the Drawings. B. Grout Installation: 1. Sand cement grout: a. Fill keyways between precast concrete hollow core slabs with sand cement grout. b. Consolidate grout by rodding or by other means to assure complete filling of keyways. c. Cure grout by one of methods specified. 2. Non-shrink non-metallic grout: a. Clean concrete surface to receive grout. b. Saturate concrete with water for 24 HRS prior to grouting. c. Mix in a mechanical mixer. d. Use no more water than necessary to produce flowable grout. e. Place in accordance with manufacturer's instructions. f. Provide under beam,column,and equipment base plates,in joints between precast concrete filter slabs,and in other locations indicated on the Drawings. g. Completely fill all spaces and cavities below the top of base plates. h. Provide forms where base plates and bed plates do not confine grout. i. Where exposed to view,finish grout edges smooth. j. Except where a slope is indicated on the Drawings,finish edges flush at the base plate, bed plate,member or piece of equipment. k. Coat exposed edges of grout with cure or seal compound recommended by the grout manufacturer. 3. Epoxy grout: a. Mix and place in accordance with manufacturer's instructions. b. Apply only to clean,dry,sound surface. c. Completely fill all cavities and spaces around dowels and anchors without voids. d. Grout base and bed plates as specified for non-shrinking,non-metallic grout. e. Obtain manufacturer's field technical assistance as required to assure proper placement. 3.7 CURING AND PROTECTION A. Protect concrete from premature drying,excessively hot or cold temperatures,and mechanical injury immediately after placement,and maintain with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement,hardening,and compressive strength gain: 1. Follow recommendations of ACI 308 except as modified herein. B. Apply one of the following curing procedures immediately after completion of placement and finishing,for concrete surfaces not in contact with forms: 1. Ponding or continuous sprinkling. 2. Application of absorptive mats or fabric kept continuously wet. 3. Application of sand kept continuously wet. 4. Continuous application of steam(not exceeding 150 DegF)or mist spray. 5. Application of waterproof sheet materials,conforming to ASTM C171. 6. Application of other moisture retaining covering as approved. 7. Application of a curing compound conforming to ASTM C309: 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-10 a. Apply curing compound in accordance with manufacturer's recommendations immediately after any water sheen which may develop after finishing has disappeared from concrete surface. b. Do not use on any surface against which additional concrete or other material is to be bonded unless it is proven that curing compound will not prevent bond. c. Where a vertical surface is cured with a curing compound,the vertical surface shall be covered with a minimum of two coats of the curing compound: 1) Apply the first coat of curing compound to a vertical surface immediately after form removal. 2) The vertical concrete surface at the time of receiving the first coat shall be damp with no free water on the surface. 3) Allow the preceding coat to completely dry prior to applying the next coat. 4) A vertical surface: Any surface steeper than 1 vertical to 4 horizontal. C. Curing Concrete In Contact with Forms: 1. Minimize moisture loss from and temperature gain of concrete placed in forms exposed to heating by sun by keeping forms wet and cool until they can be safely removed. 2. After form removal,cure concrete until end of time prescribed: a. Use one of methods listed above. 3. Forms left in place shall not be used as a method of curing in hot weather. 4. The term"hot weather,"where used in these specifications,is defined in ACI 305R. 5. In hot weather,remove forms from vertical surfaces as soon as concrete has gained sufficient strength so that the formwork is no longer required to support the concrete. D. Continue curing for at least 7 days for all concrete except high early strength concrete for which period shall be at least 3 days: 1. If one of curing procedures indicated above is used initially,it may be replaced by one of other procedures indicated any time after concrete is 1 day old,provided concrete is not permitted to become surface dry during transition. E. Cold Weather: I. Follow recommendations of ACI 306R. 2. Maintain temperature of concrete between 50 and 70 DegF for required curing period,when outdoor temperature is 40 DegF,or less. 3. Use heating,covering,insulating,or housing of the concrete work to maintain required temperature without injury due to concentration of heat. 4. Do not use combustion heaters unless precautions are taken to prevent exposure of concrete to exhaust gases which contain carbon dioxide. 5. Interior slabs in areas intended to be heated shall be adequately protected so that frost does not develop in the supporting subgrade. F. Hot Weather: 1. Follow recommendations of ACI 305R. 2. Make provision for cooling forms,reinforcement and concrete,windbreaks,shading,fog spraying,sprinkling,ponding,or wet covering with a light colored material. 3. Provide protective measures as quickly as concrete hardening and finishing operations will allow. G. Rate of Temperature Change: 1. Keep changes in temperature of air immediately adjacent to concrete as uniform as possible, during and immediately following curing period. 2. Do not exceed a temperature change of 5 DegF in any I HR or 50 DegF in any 24 HR period. H. Protection from Mechanical Injury: 1. Protect concrete from damaging mechanical disturbances,such as load stresses,heavy shock,and excessive vibration. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-11 2. Protect finished concrete surfaces from damage by construction equipment,materials,or methods,and by rain or running water. 3. Do not load self-supporting structures in such a way as to overstress concrete. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-12 SECTION 03480 MISCELLANEOUS CONCRETE SPECIALTIES PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Precast Vaults. 2. Concrete retaining wall blocks. 3. Accessories. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Division 2-Site Work. 4. Division 3-Concrete. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Fire Protection Association(NFPA): a. 30,Flammable and Combustible Liquids Code. 2. Underwriters Laboratories,Inc.(UL): a. 142, Standard for Steel Aboveground Tanks for Flammable and Combustible Liquids. b. 2085,Standard for Safety Protected Aboveground Tanks for Flammable and Combustible Liquids. B. Qualifications: 1. Installer to be certified by tank manufacturer. C. Contractor shall be responsible for permitting and registering tanks at no additional cost to the Owner. 1.3 SUBMITTALS A. Shop Drawings: 1. Product technical data including: a. Certification data showing UL listing for petroleum products. b. Installation instructions. c. Warranty certificate. d. Acknowledgement that products submitted meet requirements of standards referenced. e. Manufacturer's literature and catalog data. f. Tank manufacturer's calibration charts. 2. General arrangement and design Drawings: 3. Contractor shall be responsible for submitting plans and Specifications to the City of Bozeman Fire Marshall for review and approval a minimum of 30 calendar days prior to tank installation. 1.4 WARRANTY A. Tank and cathodic protection system to be warranted against defects in workmanship and materials for a period of five(5)years from the date of substantial completion. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review MISCELLANEOUS CONCRETE SPECIALTIES 03480-1 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Concrete Retaining Wall Blocks: a. Montana Ready Mix Ltd. b. Or approved equal. 2. Manhole rings,covers and frames: See Drawings. 3. Premolded joint sealant: a. NPC Bidco,Inc.,C-56. b. Ram-Nek,Henry Co. c. EZ-Stik,Press-Seal Gasket Corp. d. CS-102,Conseal. 4. Elastomeric joint seals: a. Kent Seal. 5. External joint wrap. a. NPC,Bidco,Inc. b. EZ-Wrap,Press-Seal Gasket Corp. c. RUBR-Nek,Henry Co. 6. Emulsified frbrated asphalt compound: a. Sonneborn Hydrocide 700B Semi-Mastic. B. Submit requests for substitution in accordance with Specification Section 01640. 2.2 DESIGN REQUIREMENTS A. Precast vaults: 1. Capacity:5,400 GAL. 2. Tank operating pressure: Atmospheric for Bozeman,MT. 3. Tank orientation: Rectangular. B. General Design Requirements: 1. Design precast units and appurtenances in accordance with ASTM C858. a. Notify Engineer and furnish cast-in-place structures if sizes of precast utility structures shown on Drawings cannot be designed or fabricated. C. Design loads: 1. Design precast units for all loads and load cases described in ASTM C857,with the following values and selections: a. Minimum uniform live load for exposed roof slabs shall be 150 psf. b. Wheel loads shall be considered. 1) Use wheel load designation A-16(HS20-44)as shown in ASTM C857,Table 1. 2) Wheel loads and uniform live load do not act concurrently. c. Unit weight of soil W shall be taken as no less than 100 LB/CU FT. d. Minimum lateral soil pressure coefficient(Ko): 0.50. D. Specific Design Requirements: 1. Out-of-plane shear: a. Out-of-plane shear shall be shown in the calculations. b. Wall thickness shall be determined based on meeting design requirements for out-of- plane shear resulting from soil and groundwater loads. c. Wall sections shall be designed as one-way spans between corners for calculation of out-of-plane shear. Transfer of shear or bending load shall not be considered to be transferred across joints between precast units or between walls and slabs,unless unit as integrally cast together. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review MISCELLANEOUS CONCRETE SPECIALTIES 03480-2 d. Use of shear steel reinforcement to increase out-of-plane shear capacity shall be prohibited. 2. The distribution of moments in adjacent walls of different lengths in rectangular structures shall be considered. 3. Design precast units taking into account reduced cross section at openings and penetrations. 4. Structure shall be checked for buoyancy. a. The minimum factor of safety for uplift with the design groundwater elevation shall be 1.25,unless a larger factor of safety is required by the local governing body or Building Code. b. The minimum factor of safety for uplift at the fully submerged condition shall be no less than 1.0 c. If the buoyant weight of soil above base slab extensions beyond the external dimensions of the structure is used to resist uplift,the volume of soil considered to resist uplift shall be limited to soil within the vertical projection of the edge of the base slab extensions. E. Concrete Retaining Wall Block: 1. Size:2FTx2FTx6FTor3FTx3FTx6FT. 2. Keyed interlocks at top,sides and bottom. 3. New precast concrete blocks,free of concrete voids. PART 3 - EXECUTION 3.1 INSTALLATION A. Install equipment in accordance with these Specifications and the manufacturer's installation instructions.Install piping in such manner as not to place a strain on any part of the equipment. Extend expansion bends before installation.Grade,anchor,guide and support piping without trapping. B. Contractor shall ensure that suction piping does not have high points within the piping reach. The wet well and pump shall be the only high points. 3.2 FIELD QUALITY CONTROL A. Provide air pressure test as recommended by manufacturer. B. Prior to final acceptance,inspect and test,in presence of Engineer,operation of each piece of equipment and its accessories installed under this Section. C. If inspections or tests show defects,repair or replace defective work and repeat until defects are eliminated. D. Employ and pay for services of equipment manufacturer's field service representative to: 1. Inspect equipment covered by this Section. 2. Provide a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review MISCELLANEOUS CONCRETE SPECIALTIES 03480-3 This gage intentionally left blank SECTION 05505 METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Custom fabricated metal items and certain manufactured units not otherwise indicated to be supplied under work of other Sections. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Division 3-Concrete. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association(AA): a. ADM-1,Aluminum Design Manual. b. 45,Designation System for Aluminum Finishes. 2. American Association of State Highway and Transportation Officials(AASHTO): a. Standard Specification for Highway Bridges. 3. Americans with Disabilities Act(ADA): a. Accessibility Guidelines for Buildings and Facilities(ADAAG). 4. American Institute of Steel Construction(AISC): a. Manual of Steel Construction-Allowable Stress Design(ASD). b. Specifications for Structural Steel Buildings(referred to herein as AISC specification). 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. B. Hardware: As defined in ASTM A153. C. Galvanizing: Hot-dip galvanizing per ASTM A123 or ASTM A153 with minimum coating of 2.0 OZ of zinc per square foot of metal(average of specimens)unless noted otherwise or dictated by standard. 1.4 SUBMITTALS A. Shop Drawings: 1. Fabrication and/or layout drawings and details: a. Submit drawings for all fabrications and assemblies: 1) Include erection drawings,plans,sections,details and connection details. b. Identify materials of construction,shop coatings and third party accessories. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Provide manufacturer's standard allowable load tables for the following: 1) Grating and checkered plate. 2) Expansion anchor bolts. 3) Adhesive anchor bolts. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review METAL FABRICATIONS 05505-1 4) Castings,trench covers and accessories. 3. Contractor designed systems and components,including but not limited to,stairs,landings and ladders: Certification that manufactured units meet all design loads specified: a. Shop Drawings and engineering design calculations: 1) Indicate design live loads. 2) Sealed by a professional structural engineer. 3) Engineer will review for general compliance with Contract Documents. 1.5 DELIVERY,STORAGE AND HANDLING A. Deliver and handle fabrications to avoid damage. B. Store above ground on skids or other supports to keep items free of dirt and other foreign debris and to protect against corrosion. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Epoxy adhesive anchor bolts: a. Hilti Inc. b. ITW Ramset/Red Head. c. Powers Rawl. d. Simpson Strongtie. 2. Castings,trench covers and accessories: a. Neenah Foundry Co. b. Deeter Foundry Co. c. Barry Craft Construction Casting Co. d. McKinley Iron Works. 2.2 MATERIALS A. Steel: 1. Structural: a. W-shapes and WT-shapes: ASTM A992,Grade 50. b. All other plates and rolled sections: ASTM A36. 2. Pipe: ASTM A53,Types E or S,Grade B or ASTM A501. 3. Structural tubing: a. ASTM A500,Grade B(46 ksi minimum yield). 4. Bolts,nuts and washers,high strength: a. ASTM A325. b. Provide two(2)washers with all bolts. 5. Bolts and nuts: a. ASTM A307,Grade A. 6. Welding electrodes: AWS DI.1,E70 Series. 7. Steel forgings: ASTM A668. B. Stainless Steel: 1. Minimum yield strength of 30,000 psi and minimum tensile strength of 75,000 psi: a. Bars,shapes: ASTM A276,Type 304. b. Tubing and pipe: ASTM A269,ASTM A312 or ASTM A554,Type 304 or 316. c. Strip,plate and flat bars: ASTM A666,Type 304 or 316,Grade A. d. Bolts and nuts: ASTM F593,Type 303,304 or 316. 2. Minimum yield strength of 25,000 psi and minimum tensile strength of 70,000 psi: a. Strip,plate and flat bar for welded connections,ASTM A666,Type 304L or 316L. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review METAL FABRICATIONS 05505-2 3. Welding electrodes: In accordance with AWS for metal alloy being welded. C. Washers: Same material and alloy as found in accompanying bolts and nuts. D. Embedded Anchor Bolts: 1. Type 304 or 316 stainless steel with matching nut and washer. E. Adhesive Anchor Bolts: 1. Stainless steel,Type 304,314 or 316. 2. Provide minimum edge distance cover and spacing as recommended by manufacturer,or as indicated on Drawings whichever is larger: a. Minimum embedment as recommended by manufacturer or eight(8)diameters of bolt, whichever is larger. b. Notify Engineer if required depth of embedment cannot be achieved at a particular anchor bolt location. F. Galvanizing Repair Paint: 1. High zinc dust content paint for regalvanizing welds and abrasions. 2. Dried film shall contain not less than 93 percent zinc dust by weight. 3. Similar to ZRC by ZRC Products. 4. VOC: 0 LBS per GAL. 2.3 MANUFACTURED UNITS A. Bollards: 1. 8 IN DIA extra strength steel pipe,ASTM A53: a. Galvanized. 2. Minimum 48 IN projection above ground. 3. Minimum 48 IN embedment in concrete. B. Heavy-Duty Castings,Trench Covers,and Accessories: 1. Prefabricated cast iron ASTM A48. 2. Design load: AASHTO HS-20 wheel loading for indicated span. 3. Machine horizontal mating surfaces. C. Access Cover: 1. Tank type manhole frame and solid lid: ASTM A48 or ASTM A536,cast iron. 2. Unless shown otherwise,design of cover shall be such that top of frame extends several inches above slab to prevent surface water from entering tank. 3. Equip lid with four(4)stainless steel screws to secure lid to frame. 2.4 FABRICATION A. Verify field conditions and dimensions prior to fabrication. B. Form materials to shapes indicated with straight lines,true angles,and smooth curves: 1. Grind smooth all rough welds and sharp edges: a. Round all corners to approximately 1/16 IN nominal radius. C. Provide drilled or punched holes with smooth edges: 1. Punch or drill for field connections and for attachment of work by other trades. D. Weld Permanent Shop Connections: 1. Welds to be continuous fillet type unless indicated otherwise. 2. Full penetration butt weld at bends in stair stringers and ladder side rails. 3. Weld structural steel in accordance with AWS D1.1 using Series E70 electrodes conforming to AWS A5.1. 4. Weld aluminum in accordance with AWS D1.2. 5. All headed studs to be welded using automatically timed stud welding equipment. 6. Grind smooth welds that will be exposed. E. Conceal fastenings where practicable. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review METAL FABRICATIONS 05505-3 F. Fabricate work in shop in as large assemblies as is practicable. PART 3 - EXECUTION 3.1 PREPARATION A. Provide items to be built into other construction in time to allow their installation: 1. If such items are not provided in time for installation,cut in and install. B. Prior to installation,inspect and verify condition of substrate: 1. Installation of product constitutes installer's acceptance of substrate condition for product compatibility. C. Correct surface defects or conditions which may interfere with or prevent a satisfactory installation: 1. Field welding aluminum is not permitted unless approved in writing by Engineer. 3.2 INSTALLATION A. Set metal work level,true to line,plumb: 1. Shim and grout as necessary. B. Provide each fabricated item complete with attachment devices as indicated or required to install. C. Anchor such that work will not be distorted nor fasteners overstressed from expansion and contraction. 3.3 CLEANING A. After erection, installation or application,clean all miscellaneous metal fabrication surfaces of all dirt,weld slag and other foreign matter. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review METAL FABRICATIONS 05505-4 SECTION 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Process piping systems. 2. Utility piping systems. 3. Plumbing piping systems. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02221 -Trenching,Backfilling,and Compacting for Utilities. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Water Works Association(AWWA): a. B300,Standard for Hypochlorites. b. C200,Steel Water Pipe 6 IN and Larger. c. C207,Standard for Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN. d. C208,Dimensions for Fabricated Steel Water Pipe Fittings. e. C220 Stainless Piping. f. C606,Grooved and Shouldered Joints. g. C651,Standard for Disinfecting Water Mains. h. C800,Standard for Underground Service Line Valves and Fittings. i. C901,Standard for Polyethylene(PE)Pressure Pipe and Tubing, 1/2 IN through 3 IN, for Water Service. 2. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C110/A21.10,Ductile-Iron and Gray-Iron Fittings,3 IN through 48 IN for Water and Other Liquids. b. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. c. C115/A21.15,Flanged Ductile-Iron Pipe with Threaded Flanges. d. C151/A21.51,Ductile-Iron Pipe,Centrifugally Cast In Metal Molds or Sand-Lined Molds for Water or Other Liquids. e. C153/A21.53,Ductile-Iron Compact Fittings,3 IN Through 16 IN,for Water and Other Liquids. f. ANSI/AWWA C220,Stainless Steel Pipe. g. C901-08;Polyethylene(PE)Pressure Pipe and Tubing, 1/2 IN Through 3 IN for Water Service. 3. Chlorine Institute,Inc. (CI): a. Pamphlet 6,Piping Systems for Dry Chlorine. 4. International Plumbing Code(IPC). 5. NSF International(NSF). B. Coordinate flange dimensions and drillings between piping,valves,and equipment. 1.3 DEFINITIONS A. SDR: Standard Dimension Ratio. 10045441 City of Bozeman May 30,2017 Bozeman Sediment Management Facility-Review PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-1 B. IPS: Iron Pipe Size. C. CTS: Copper Tube Size. D. ESCR: Environmental Stress Crack Resistance, 1.4 SYSTEM DESCRIPTION A. Piping Systems Organization and Definition: 1. Piping services are grouped into designated systems according to the chemical and physical properties of the fluid conveyed,system pressure,piping size and system materials of construction. 2. See PIPING SPECIFICATION SCHEDULES in PART 3. 1.5 SUBMITTALS A. Shop Drawings: l. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Copies of manufacturer's written directions regarding material handling,delivery, storage and installation. c. Separate schedule sheet for each piping system scheduled in this Section showing compliance of all system components. 1) Attach technical product data on gaskets,pipe,fittings,and other components. 1.6 DELIVERY,STORAGE,AND HANDLING A. Protect pipe coating during handling using methods recommended by manufacturer. 1. Use of bare cables,chains,hooks,metal bars or narrow skids in contact with coated pipe is not permitted. B. Prevent damage to pipe during transit. 1. Repair abrasions,scars,and blemishes. 2. If repair of satisfactory quality cannot be achieved,replace damaged material immediately. PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Insulating unions: a. "Dielectric"by Epco. 2. Tapping Saddle a. Tyco International Ltd.,Type:Wang Saddle b. Or approved equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 PIPING SPECIFICATION SCHEDULES A. Piping system materials,fittings and appurtenances are subject to requirements of specific piping specification schedules located at the end of PART 3 of this Section. 2.3 COMPONENTS AND ACCESSORIES A. Insulating Components: 1. Dielectric flange kits: a. Flat faced. b. 1/8 IN thick dielectric gasket,phenolic,non-asbestos. 10045441 City of Bozeman May 30,2017 Bozeman Sediment Management Facility-Review PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-2 c. Suitable for 175 psi,210 DegF. d. 1/32 IN wall thickness bolt sleeves. e. 1/8 IN thick phenolic insulating washers. 2. Dielectric unions: a. Screwed end connections. b. Rated at 175 psi,210 DegF. c. Provide dielectric gaskets suitable for continuous operation at union rated temperature and pressure. B. Reducers: 1. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment connections. 2. Connection size requirements may change from those shown on Drawings depending on equipment furnished. C. Protective Coating and Lining: 1. Include pipe,fittings,and appurtenances where coatings,linings,paint,tests and other items are specified. D. Underground Warning Tape:See Section 02660. E. Valves: 1. See details for definition of manual valves used in each system under 4 IN in size. F. Tapping Saddle: See Section 02660. PART 3 - EXECUTION 3.1 EXTERIOR BURIED PIPING INSTALLATION A. Unless otherwise shown on the Drawings,provide a minimum of 6.5 FT earth cover over exterior buried piping systems and appurtenances conveying water,fluids,or solutions subject to freezing. B. Laying Pipe In Trench: 1. Excavate and backfill trench in accordance with Section 02221. 2. Clean each pipe length thoroughly and inspect for compliance to Specifications. 3. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 4. Install gasket or joint material according to manufacturer's directions after joints have been thoroughly cleaned and examined. 5. Except for first two(2)joints,before making final connections of joints,install two(2)full sections of pipe with earth tamped along-side of pipe or final with bedding material placed. 6. Lay pipe in only suitable weather with good trench conditions: a. Never lay pipe in water except where approved by Engineer. 7. Seal open end of line with watertight plug if pipe laying stopped. 8. Remove water in trench before removal of plug. C. Lining Up Push-On Joint Piping: 1. Lay piping on route lines shown on Drawings. 2. Deflect from straight alignments or grades by vertical or horizontal curves or offsets. 3. Observe maximum deflection values stated in manufacturer's written literature. 4. Provide special bends when specified or where required alignment exceeds allowable deflections stipulated. 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, as represented by specified maximum deflection,is not exceeded. D. Anchorage and Blocking: 10045441 City of Bozeman May 30,2017 Bozeman Sediment Management Facility-Review PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-3 1. For non-restrained piping systems provide reaction blocking,anchors,joint harnesses,or other acceptable means for preventing movement of piping caused by forces in or on buried piping tees,wye branches,plugs,or bends. 2. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall: a. Concrete blocks shall not cover pipe joints. 3. Provide bearing area of concrete in accordance with drawing detail. E. Install underground hazard warning. F. Install insulating components where dissimilar metals are joined together. 3.2 FIELD QUALITY CONTROL A. Pipe Testing-General: I. Test piping systems as follows: a. Test exposed,non-insulated piping systems upon completion of system. b. Test exposed,insulated piping systems upon completion of system but prior to application of insulation. c. Test concealed interior piping systems prior to concealment and,if system is insulated, prior to application of insulation. d. Test buried piping(insulated and non-insulated)prior to backfilling and,if insulated, prior to application of insulation. Provide complete retesting of buried systems after backfilling has been completed. 2. Utilize pressures,media and pressure test durations as specified on Piping Specification Schedules. 3. Isolate equipment which may be damaged by the specified pressure test conditions. 4. Perform pressure test using calibrated pressure gages and calibrated volumetric measuring equipment to determine leakage rates: a. Select each gage so that the specified test pressure falls within the upper half of the gage's range. b. Notify the Engineer 24 HRS prior to each test. 5. Completely assemble and test new piping systems prior to connection to existing pipe systems. 6. Acknowledge satisfactory performance of tests and inspections in writing to Engineer prior to final acceptance. 7. Bear the cost of all testing and inspecting,locating and remedying of leaks and any necessary retesting and re-examination. B. Pressure Testing: 1. Testing medium: Unless otherwise specified in the Piping Specification Schedules,utilize the following test media. a. Process and plant air systems: PIPE LINE SIZE SPECIFIED TEST PRESSURE TESTING MEDIUM 2 IN and smaller 75 psi or less Air or water 2 IN and smaller Greater than 75 psi Water Greater than 2 IN 3 psi or less Air or water Greater than 2 IN Greater than 3 psi Water 2. Allowable leakage rates: a. Hazardous gas systems,all exposed piping systems,all pressure piping systems and all buried,insulated piping systems which are hydrostatically pressure tested shall have zero leakage at the specified test pressure throughout the duration of the test. 3.3 CLEANING,DISINFECTION AND PURGING A. Cleaning: 1. Clean interior of piping systems thoroughly before installing. 10045441 City of Bozeman May 30,2017 Bozeman Sediment Management Facility-Review PIPE AND PIPE FTITINGS: BASIC REQUIREMENTS 15060-4 2. Maintain pipe in clean condition during installation. 3. Before jointing piping,thoroughly clean and wipe joint contact surfaces and then properly dress and make joint. 4. Immediately prior to pressure testing,clean and remove grease,metal cuttings,dirt,or other foreign materials which may have entered the system. 5. At completion of work and prior to Final Acceptance,thoroughly clean work installed under these Specifications. a. Clean equipment,fixtures,pipe,valves,and fittings of grease,metal cuttings,and sludge which may have accumulated by operation of system,from testing,or from other causes. b. Repair any stoppage or discoloration or other damage to parts of building,its finish,or furnishings,due to failure to properly clean piping system,without cost to Owner. 6. After erection of piping and tubing,but prior to installation of service outlet valves,blow natural gas and digester gas systems clear of free moisture and foreign matter by means of nitrogen or carbon dioxide. a. Oxygen shall never be used. 7. Clean chlorine piping in accordance with CI Pamphlet 6. B. Disinfection of Potable Water Systems: 1. After favorable performance of pressure test and prior to Final Acceptance,thoroughly flush entire potable water piping system including supply,source and any appurtenant devices and perform disinfection as prescribed. 2. Perform work,including preventative measures during construction,in full compliance with AWWA C651. 3. Perform disinfection using sodium hypochlorite complying with AWWA B300. 4. Flush each segment of system to provide flushing velocity of not less than 2.5 FT per second. 5. Drain flushing water to sanitary sewer. a. Do not drain flushing water to receiving stream. 6. Use continuous feed method of application. a. Tag system during disinfection procedure to prevent use. 7. After required contact period,flush system to remove traces of heavily chlorinated water. 8. After final flushing and before placing water in service,obtain an independent laboratory approved by the Owner to collect samples and test for bacteriological quality. a. Repeat entire disinfection procedures until satisfactory results are obtained. 9. Secure and deliver to Owner,satisfactory bacteriological reports on samples taken from system. a. Ensure sampling and testing procedures are in full compliance to AWWA C651,local water purveyor and applicable requirements of State of Montana. 3.4 LOCATION OF BURIED OBSTACLES A. Furnish exact location and description of buried utilities encountered and thrust block placement. B. Reference items to definitive reference point locations such as found property corners,entrances to buildings,existing structure lines,fire hydrants and related fixed structures. C. Include such information as location,elevation,coverage,supports and additional pertinent information. D. Incorporate information on"As-Recorded"Drawings. 3.5 SCHEDULES A. SPECIFICATION SCHEDULE-SYSTEM 10 1. General: a. Piping symbol and service: 1) PW-Potable Water. b. Test requirements: 10045441 City of Bozeman May 30,2017 Bozeman Sediment Management Facility-Review PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-5 1) Test medium: Water. 2) Pressure: 100 psig. 3) Duration: 6 HRS. 2. System components: a. Pipe size to 3 IN: 1) Exposed service: a) Materials:Fusible High Density Polyethylene(HDPE)pipe(PE 4710). b) Reference: C901,Standard for Polyethylene(PE)Pressure Pipe and Tubing, 1/2 IN through 3 IN,for Water Service. c) Lining: None. d) Coating:None. e) Fittings:Meeting ASTM D3261 and AWWA C901. f) Joints: Soldered or brazed with unions at valves and equipment. 2) 1 1/2 to 2 IN Buried service: a) Materials:High Density Polyethylene(HDPE)pipe(PE 4710). b) Reference:C901,Standard for Polyethylene(PE)Pressure Pipe and Tubing, 1/2 IN through 3 IN,for Water Service. c) Lining: None. d) Coating: None. e) Fittings:Meeting ASTM D3261 and AWWA C901. b. Material description: ASTM D1248,Type III,Class C,Category 5,Grade P34. c. SDR: 11.0. d. 1/2 to 3 IN: ASTM D2683. 3. End connections: a. Socket fused ends for fittings 1 IN and under. b. Butt-fused ends for fitting 1-1/2 IN and greater. 4. Use IPS reducers on the service mains. 5. Use tapping tees or straight outlet service saddles to join service lines to the main. 6. Mitered and field fabricated fittings are not allowed. B. Installation: Install pipe and fittings in accordance with ASTM F2619 and as recommended by the manufacturer. 1. Provide for a maximum deflection of not more than 3 percent. C. Deflection: 1. After backfilling,each section of pipe shall be checked for deflection by pulling a mandrel through the pipe. 2. Pipe with deflection exceeding 5 percent of the inside diameter shall have backfill removed and replaced to provide a deflection of less than 5 percent. 3. Any repaired pipe shall be retested. D. Utility Inter-Tie: 1. Provide insulated flange to connect to utility meter station. E. PE4710 to Steel Transition Fittings: 1. When connecting plastic to steel use either Universal Maxi-Grip Coupling or weld-in transition fitting. 2. Universal Maxi-Grip Coupling: a. Match coupling size with pipe size. b. For 1-1/4 IN IPS and 2 IN IPS Maxi-Grip provide sheer sleeve protector. 3. Install according to Maxi-Grip Fitting Installation Procedures. a. Construction: 1) 12 IN long steel nipple,swaged at one end and weld bevel of 37-1/2 on the other. a) Closed grooves machined on inside of diameter of the swaged section. b) Plastic pipe with a steel insert pushed into the swaged end shall forma joint stronger than the yield strength of the plastic pipe. c) Steel nipple shall be coated with heat fused epoxy. 10045441 City of Bozeman May 30,2017 Bozeman Sediment Management Facility-Review PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-6 ij IluVl 2) Firmly pack and bed the sleeve to its final grade with sand or sand/clay mixture. a) Manually backfill and tamp the bellhole to ensure the sleeve is centered around the pipe and the pipe and transition fitting are well supported. b. Installation: 1) Connect the steel side of the transition fitting to steel pipe by welding. a) During installation,prevent plastic pipe portion of fitting from being overheated by wrapping wet cloths around plastic pipe portion of fitting before welding. b) After second weld pass,stop and allow joint to cool for at least 5 minutes then continue with final pass. 2) During welding process,keep the cloths wet. a) Do not remove wet cloths until you can put your hand on the weld area. 3) Before fusion of the plastic,place a protective sleeve over the steel section of the fitting. a) See the following table for protective sleeve size. 4) Join the plastic side of the transmission fitting to the plastic pipe by heat fusion. a) Position protective sleeve to proper cantilever length as indicated on the following table. 5) Firmly pack and bed the sleeve to its final grade with sand or sand/clay mixture. a) Manually backfill and tamp the bellhole to ensure the sleeve is centered around the pipe and the pipe and transmission fitting are well supported. 4. Transition fitting and protective sleeve sizes: r TRANSITION FITTING PROTECTIVE SLEEVE SIZES l IN CTS 1-1/4 IN 1.8 IN 13.8 IN 10.8 IN 2 IN IPS 2 IN 4.7 IN 23 IN 19 IN 3 IN IPS 3 IN 6.0 IN 28 IN 23 IN 4 IN IPS 4 IN 7.0 IN 34 IN 29 IN a) F. SPECIFICATION SCHEDULE-SYSTEM 23 1. General: a. Piping symbol and service: 1) D-Drain. b. Test requirements: 1) See Article 3.8. c. Gaskets: 1) Push-on joints: Neoprene. 2. System components: a. Pipe size 6 IN through 24 IN: 1) Buried service: a) Material: PVC. b) Reference: ASTM D3034. c) Lining: None. Sd) Coating: None. e) Joints: Compression joints meeting ASTM D3212. I - - - ---- - --- --- - - - -- - - - -END OF SECTION - - - - - - - - - - - - - - -------- ---- ---- --- - 10045441 City of Bozeman May 30,2017 Bozeman Sediment Management Facility-Review PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS I 15060-7 SECTION 16063 PIPE: COPPER PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Copper piping,fittings,and appurtenances. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 02221 -Trenching,Backfilling,and Compacting for Utilities. 4. Section 15060-Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers(ASME): a. B 16.22,Wrought Copper and Bronze Solder-Joint Pressure Fittings. b. B 16.23,Cast Bronze Solder Joint Drainage Fittings-DWV. c. B 16.26,Cast Bronze Alloy Fittings for Flared Copper Tubes. 2. ASTM International(ASTM): a. B32,Standard Specification for Solder Metal. b. B42,Standard Specification for Seamless Copper Pipe,Standard Sizes. c. B88,Standard Specification for Seamless Copper Water Tube. d. B306,Standard Specification for Copper Drainage Tube(DWV). 3. American Welding Society(AWS): a. A5.8,Specification for Filler Metals for Brazing and Braze Welding. 1.3 SUBMITTALS A. See Section 15060. PART 2 - PRODUCTS 2.1 MATERIALS A. Copper Tubing: 1. Pressure non-buried: ASTM B88,Type L hard. 2. Pressure buried: ASTM B88,Type K. 3. Non-pressure: ASTM B306. B. Copper Pipe: ASTM B42,regular strength. C. Fittings: 1. Pressure non-buried: ASME B16.22. 2. Pressure buried: ASME B 16.22 or ASME B 16.26. 3. Non-pressure: ASME B 16.23 D. Soldering and Brazing: 1. Non-buried: a. ASTM B32 solder with a tin/antimony ratio of 95/5 and non-corrosive flux up to 180 DegF water temperature. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PIPE: COPPER 15063-1 b. At 180 DegF and above,use brazing alloy with melting temperature above 1000 DegF and suitable flux. 2. Buried: Silver solder per AWS A5.8. E. See Piping Schedules in Section 15060. F. Unions: 1. Pipe sizes 2 IN and smaller: Copper,ground joint. 2. Pipe sizes 2-1/2 IN and larger: Brass flanged unions. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with Section 15060. 3.2 FIELD QUALITY CONTROL A. Test piping systems in accordance with Section 15060. B. Utilize only annealed(soft)type tubing where flared joints are used and drawn temper(hard) type tubing where soldered or brazed joints are used. C. Install buried piping in accordance with Section 02221 and Section 15060. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PIPE: COPPER 15063-2 SECTION 16064 PIPE: PLASTIC PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plastic pipe. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 15060-Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. See Section 15060. B. Referenced Standards: 1. ASTM International(ASTM): a. PVC(polyvinyl chloride)materials: 1) D1784,Standard Specification for Rigid Poly(Vinyl Chloride)(PVC)Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds. 2) D1785, Standard Specification for Poly(Vinyl Chloride)PVC Plastic Pipe, Schedules 40,80 and 120. 3) D2467,Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe Fittings, Schedule 80. 4) D3034, Standard Specification for Type PSM Poly(Vinyl Chloride)(PVC)Sewer Pipe and Fittings. 5) D3139,Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 6) D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 7) F593,Standard Specification for Stainless Steel Bolts,Hex Cap Screws,and Studs. 8) F679,Standard Specification for Poly(Vinyl Chloride)(PVC)Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 9) F794,Standard Specification for Poly(Vinyl Chloride)(PVC)Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. 10) F949,Standard Specification for Poly(Vinyl Chloride)(PVC)Corrugated Sewer Pipe with a Smooth Interior and Fittings. b. Installation: 1) D2321,Standard Practice for Underground Installation of Thermosplastic Pipe for Sewers and Other Gravity-Flow Applications. 2. American Water Works Association(AWWA): a. PVC(polyvinyl chloride)materials: 1) C900,Polyvinyl Chloride(PVC)Pressure Pipe and Fabricated Fittings,4 in. Through 12 in.(100 mm Through 300 min),for Water Distribution. 2) C905,Polyvinyl Chloride(PVC)Water Transmission Pipe,Nominal Diameter 14 IN through 36 IN. b. Polyethylene(PE)materials: 1) C901,Polyethylene(PE)Pressure Pipe Tubing and Fittings, 1/2 through 3 IN for Water. 3. National Sanitation Foundation International(NSF). 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PIPE: PLASTIC 15064-1 1.3 SUBMITTALS A. See Section 15060. PART 2 - PRODUCTS 2.1 PVC DRAINAGE,PIPING A. Materials: 1. Furnish materials in full compliance to the following material specification. 2. PVC pipe shall be rigid,unplasticized polyvinyl chloride(PVC)made of PVC plastic having a cell classification of 12454-B or 12454-C as described in specification ASTM D 1784. 3. The requirements of this Specification are intended to provide for pipe and fittings suitable for non-pressure drainage of wastewater and surface water. 4. Joining systems shall consist of an elastomeric gasket joint meeting requirements of ASTM D3212. 5. Supply to the Engineer all information and sample of joining method for his evaluation. a. Only jointing methods acceptable to the Engineer will be permitted. 6. Provide pipe and fittings meeting or exceeding the following requirements: a. 4-27 IN DIA: ASTM D3034 and ASTM F679,SDR 35. 7. Ensure impact strengths and pipe stiffnesses in full compliance to these Specifications. B. Installation: Install pipe and fittings in accordance with ASTM D2321 and as recommended by the manufacturer. 1. Provide for a maximum deflection of not more than 5 percent. C. Infiltration and Exfiltration: I. The maximum allowable infiltration measured by test shall not exceed 100 GAL per inch of pipe diameter per mile per 24 HRS. 2. For exfiltration,all the pipe and fittings shall exceed performance requirements by an air test procedure as specified in Section 15060. 3. Observe full instructions of the Engineer for carrying of testing procedures. a. Perform tests only during presence of the Engineer or his authorized representative. 4. Should any test on any section of pipe line disclose either infiltration rates greater than allowed or disclose air loss rate greater than that permitted,locate and repair the defective joints or pipes at no cost to Owner and retest until requirements stated are met. D. Deflection: 1. After backfilling,each section of pipe shall be checked for deflection by pulling a mandrel through the pipe. 2. Pipe with deflection exceeding 5 percent of the inside diameter shall have backfill removed and replaced to provide a deflection of less than 5 percent. 3. Any repaired pipe shall be retested. PART 3 - EXECUTION 3.1 IDENTIFICATION A. Identify each length of pipe clearly at intervals of 5 FT or less. 1. Include manufacturer's name and trademark. 2. Nominal size of pipe,appurtenant information regarding polymer cell classification and critical identifications regarding performance specifications and NSF approvals when applicable. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PIPE: PLASTIC 15064-2 3.2 PVC DRAINAGE,SEWER PIPING AND UNDERGROUND AIR DUCTS A. Installation: Install pipe and fittings in accordance with ASTM D2321 and as recommended by the manufacturer. 1. Provide for a maximum deflection of not more than 5 percent. B. Infiltration and Exfiltration: 1. The maximum allowable infiltration measured by test shall not exceed 100 GAL per inch of pipe diameter per mile per 24 HRS. 2. For exfiltration,all the pipe and fittings shall exceed performance requirements by an air test procedure as specified in Section 15060. 3. Observe full instructions of the Engineer for carrying of testing procedures. a. Perform tests only during presence of the Engineer or his authorized representative. 4. Should any test on any section of pipe line disclose either infiltration rates greater than allowed or disclose air loss rate greater than that permitted,locate and repair the defective joints or pipes at no cost to Owner and retest until requirements stated are met. C. Deflection: 1. After backfilling,each section of pipe shall be checked for deflection by pulling a mandrel through the pipe. 2. Pipe with deflection exceeding 5 percent of the inside diameter shall have backfill removed and replaced to provide a deflection of less than 5 percent. 3. Any repaired pipe shall be retested. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PIPE: PLASTIC 15064-3 This page intentionally left blank SECTION 15101 GATE VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Gate valves. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division l -General Requirements. 3. Section 02660—Water Main Construction. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International(ASTM): a. A126,Standard Specification for Gray Iron Castings for Valves,Flanges,and Pipe Fittings. 2. American Water Works Association(AWWA): a. C500,Metal-Seated Gate Valves for Water Supply Service. b. C504,Rubber-Seated Butterfly Valves. c. C509,Resilient-Seated Gate Valves for Water and Sewerage Systems. d. C550,Protective Epoxy Interior Castings for Valves and Hydrants. 3. Manufacturer's Standardization Society of the Valve and Fittings Industry,Inc.(MSS): a. SP-9, Spot Facing for Bronze,Iron and Steel Flanges. b. SP-70,Cast Iron Gate Valves,Flanged and Threaded Ends. c. SP-80,Bronze Gate,Globe,Angle and Check Valves. 1.3 DEFINITIONS A. OS&Y: Outside Screw and Yoke. B. NRS: Non-rising Stem. C. RS: Rising Stem. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the manufacturers listed under the specific valve types are acceptable. 2.2 VALVES: WATER(HOT,COLD,HEATING,COOLING,SERVICE,NONPOTABLE, PROCESS,WASTEWATER);3 TO 12 IN DIA A. Resilient Seat Gate Valves(Wastewater-Water),3 to 12 IN DIA: 1. Comply with AWWA C509. 2. Materials: a. Stem and stem nut: Bronze. 1) Wetted bronze parts in low zinc bronze. 2) Aluminum bronze components: Heat treated per AWWA C504. b. Body,gate: Cast iron. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review GATE VALVES 15101-1 c. Resilient seat: Styrene Butadiene Rubber(SBR). 3. Design requirements: a. 200 psi working pressure. b. Buried: NRS 0-ring stem seal. c. Exposed: Exposed: NRS,0-ring,stem seal,handwheel. d. Counter clockwise open rotation. 4. Fusion bonded epoxy coating interior and exterior except stainless steel and bearing surfaces. a. Comply with AWWA C550. 1) Wetted bronze parts in low zinc bronze. 2) Aluminum bronze components: Heat treated per AWWA C504. B. Acceptable Manufacturers: See Section 02660. 2.3 ACCESSORIES A. Refer to Drawings for type of actuators. 1. Furnish actuator integral with valve. B. Refer to Section 15100 for actuator requirements. 2.4 FABRICATION A. General: 1. Provide valves with clear waterways the full diameter of the valve. B. Spot valves in accordance with MSS SP-9. PART 3 - EXECUTION 3.1 INSTALLATION A. See Section 15100. B. Do not install gate valves inverted or with the stems sloped more than 45 degrees from the upright unless the valve was ordered and manufactured specifically for this orientation. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review GATE VALVES 15101-2 SECTION 16440 PLUMBING FIXTURES AND EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plumbing equipment. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 15060-Pipe and Pipe Fittings: Basic Requirements. 1.2 SUBMITTALS A. Shop Drawings: 1. See Section 15060. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Hydrants: a. Kupferle Foundary Co. 2. Reduced pressure backflow preventers: a. Watts. b. Febco. c. Clayton. 3. Water Hose Reel: a. ReCoila. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Cleanouts(CO): 1. Cleanouts for plastic pipe: a. Tapped extra heavy cast-iron ferrule. b. Calked into cast-iron fittings. 2. Access housing with adjustable anchor flange and secured scoriated cast: Wade W 380 MF. B. Hydrants(WH): 1. Wall hydrant: a. Non-freeze. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PLUMBING FIXTURES AND EQUIPMENT 15440-1 b. Integral vacuum breaker. c. Nylon seat. d. 3/4 IN hose connection. e. 1/2 IN inlet connection. £ Length as recommended by manufacturer for wall thickness. g. Type: 1) WH-1 (exposed)Wade W-8620. 2. Rural hydrant(YH): a. Non-freeze. b. Galvanized casing. c. Bury depth per Section 15060. d. Brass mechanism. e. Type: 1) Rural YH(post type,aluminum housing wheel operating handle, 1-1/2 IN inlet and 1-1/2 IN hose connection)Wade W-8610. 3. Yard Hydrant(YH-1): a. Non freeze horizontal inlet. b. Self-draining type. c. Size as shown on Drawings. d. From nozzle cap. e. Traffic break away support. f. Bury depth per Section 15060. g. Type: 1) YH-1,Kupferle Foundary Co."Main guard No.77". C. Reduced Pressure Backflow Preventer: 1. Backflow preventers consist of two(2)isolation valves,two(2)check valves,test cocks and relief valve,all assembled as an integral unit. 2. Reduced pressure backflow preventers: Wilkins 375XL or listed equal. 3. Backflow preventer to have threaded ends in sizes through 1 1/2 IN and larger. 4. AWWA compliant C511. 5. Maximum working pressure: 175 psi. 6. Hydrostatic test pressure:350 psi. 7. Pressure loss through backflow preventer not exceeding 14 psi at design flow. 8. Provide air gap and pipe discharge to within 6 IN of ground. 9. Install on domestic water service lines as required by code. D. Water Meter: 1. As indicated of a type approved by Water Department: See Section 02660: a. Coordinate meters furnished by Water Department as to type and size. b. Obtain and pay necessary permits and approvals required to complete installation of water service. c. Provide valve on each side of meter and 3/4 IN drain valve spilling over floor drain. 2. Install full sized bypass line around meter with a sealed valve approved by Water Department: a. Meters 2 IN and less: Threaded fittings. E. Water Hose Reel; 1. ReCoila Model No.CT3870400T,with Fabricated Frame for mounting 2 FT above concrete support pad. 2. Size: 1 '/4 IN. 3. Provide Brass Combination Nozzle Light Duty 1-1/4 IN NST. 4. Provide 50 FT Hose. 5. Or approved equal. 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PLUMBING FIXTURES AND EQUIPMENT 15440-2 PART 3 - EXECUTION 3.1 INSTALLATION A. Cross Connection: 1. Do not install any plumbing components that will provide a cross connection between potable and non-potable or drainage systems. B. Fixtures: 1. Install fixtures at locations indicated on Drawings and in compliance with local codes. 2. Connect plumbing supply,drain and vent line sizes as shown on Drawings. 3. Set proper grounds to form secure base for each fixture and rigid setting. 4. Install fixtures except water closets with water supply above rim and with code approved backflow preventers. 5. Seal fixture joints abutting walls and floors with silicone sealant. 6. Connect exposed traps and supply pipes for fixtures and equipment to rough piping systems at wall,unless otherwise specified. 7. Install emergency fixtures in accordance with ANSI Z358.1. C. Yard Hydrants: 1. Install plumb. 2. Set cover flush with the concrete support. 3. Where installed in a grass area,provide concrete around the cover area 6 IN larger than the cover and 4 IN deep. 4. Install 1/2 CY of 1-1/2 IN nominal rock under the valve for water drain back. D. Cleanouts: 1. Install cleanouts: a. At locations shown on Drawings. b. As required by local code. E. Reduce Pressure Backflow Preventer: 1. Install on water lines as required by Code. END OF SECTION 10045441 City of Bozeman March 24,2017 Bozeman Sediment Management Facility-Review PLUMBING FIXTURES AND EQUIPMENT 15440-3 This page intentionally /eft blank SECTION 00100 MEASUREMENT AND PAYMENT The quantities listed in the Bid Form are estimates for the purpose of bidding only. Payment to the Contractor will be made based on the actual satisfactorily completed work quantities measured in the field. Under the terms of this contract, the unit price as contained in this Bid Form shall be applicable to quantity overruns. The following measurement and payment sections do not necessarily name every incidental item required by the Contract Documents to complete the work. Cost of all such incidental items shall be included in the various related bid items. Item 101: (Taxes, Bonds, Insurance) To be paid on the first progress pay estimate one-hundred percent (100%) upon mobilization to begin construction, only if the bid price for this item is less than five percent (5%) of the total price. For that portion of the taxes, bonds, and insurance greater than five percent (5%), if any, payment shall be made on the basis of the percentage of the work completed of each progress estimate. Item 102: (Mobilization) Fifty percent (50%) to be paid on the first progress estimate when mobilizing to begin construction, and fifty percent(50%) to be paid following substantial completion and acceptance of the work. _ Item 103: (Unclassified Road Excavation) Measurement and payment shall be as per MPWSS Section 02230 4.1.A for Excavation Above Subgrade and shall include Embankment in place utilizing materials excavated from the site as provided under MPWSS Section 02230 4.1.C.2. The estimated quantities for this item also include the existing underlying gravel courses where present. Measurement and payment under this item shall be full compensation for removal and disposal of any materials not reused during construction. Item 104: (1 %" Minus Crushed Base Course) Measurement and payment shall be as per MPWSS Section 02235 4.1. Item 105: (3/a" Minus Surface Course) Measurement and payment shall be as per MPWSS Section 0223 5 4.1. Item 106: (Geogrid Reinforcement) Measurement and payment shall be as per MPWSS Section 02110 4.1. Item 107: (Construction Staking) This item shall be measured on a lump-sum basis. Payment shall be made at the contract lump-sum bid price for this item, and shall constitute full compensation for hiring a Professional Surveyor to perform all project construction staking; and for all materials, tools, equipment and incidentals necessary to complete this item. This item shall also include all necessary coordination and scheduling of surveying activities which shall be the sole responsibility of the contractor. Progress payments are in proportion to total construction completed. Payment 1 MEASUREMENT AND PAYMENT shall also constitute full compensation for construction staking for all schedules of work as described under special provision#32. Item 201: (Clearing and Grubbing) Measurement and payment shall be as per MPWSS Section 02230 4.LA for Excavation Above Subgrade. Item 202: (Fill) Measurement and payment shall be as per MPWSS Section 02230 4.1.A for embankment in place. Item 203: (Geotextile Fabric) Measurement and payment shall be as per MPWSS Section 02110 4.1. Item 204: (1 %2" Crushed Base Course) Measurement and payment shall be as per MPWSS Section 02235 4.1. Item 205: (Aggregate Treatment) Measurement and payment shall be per MPWSS Section 02502.4 and shall constitute full compensation for aggregate treatment as described in special provision #33 and MPWSS #02502. Item 206: (Asphalt Concrete - Type B) Measurement and payment shall be as per MPWSS Section 02510 4.2. Item 207: (Discharge Manhole) Measurement and payment shall be as per MPWSS Section 02720 4.3. Payment shall also include ordering and delivering the unit, excavation and backfill, pipe connections, dewatering, and all other items incidental to the completion of this item. Item 208: (Type 1 Ecology Block) Measurement and payment shall be by the numerical count of each ecology block installed as described in the contract drawings. Payment shall constitute full compensation to provide and install the blocks. Item 209: (Type 2 Ecology Block) Measurement and payment shall be by the numerical count of each ecology block installed as described in the contract drawings. Payment shall constitute full compensation to provide and install the blocks. Item 210: (Effluent Discharge Pipeline) Measurement and payment shall be as per MPWSS Section 02720 4.2.A. Item 211: (Liner Penetration) Measurement and payment shall be on a lump sum basis to penetrate and repair the existing pond liner and described in the contract drawings, including all work incidental to completion of this item. Item 212: (Discharge Line Clean Out) Measurement and payment shall be by the numerical count of each cleanout installed as described in the contract drawings. Item 213: (Wash Station Water Main Connection) Measurement and payment shall be by the numerical count of each water line connection to the city main. Payment shall include the cost of the 2 MEASUREMENT AND PAYMENT connection, and all materials, labor and equipment incidental to completion of this item. Item 214: (Water Line 2" Curb Stop Assembly) Measurement and payment shall be by numerical count of each curb box assembly installed to City of Bozeman standards, including the valve, riser, pipe transitions, and all fittings, couplers and other materials necessary to completion of this item. Item 215: (Water Line Meter and Vault) Measurement and payment shall be by the numerical count of each meter and meter vault. Payment shall include all labor, materials, and equipment necessary to complete this item. Item 216: (Water Pipeline 2") Measurement of water main is made in lineal feet along the centerline of pipe through all valves, fittings, and appurtenances. Payment for water mains will be made at the contract unit price bid per lineal foot of the various sizes and classes of pipe called for, which includes furnishing and installing pipe, furnishing and placing Type 1 pipe bedding, trench excavation, backfill, and compaction, including furnishing and placing any required flowable fill backfill, cleaning, testing, and disinfecting the water main, providing any and all necessary joint and thrust restraint, dewatering, proper disposal of all waste materials, and all other work necessary or incidental for completion of the item. Item 217 (Wash Station) Measurement and payment shall be by lump sum for providing .and installing a wash station as described in the contract documents and all labor and materials incidental to completion of this item. Item 218 (Bollard) Measurement and payment shall be by the numerical count of each bollard installed. Item 219: (Containment Vault) Measurement and payment shall be by the numerical count of each vault installed as described in the contract drawings. Item 220: (Miscellaneous Work) The item Miscellaneous Work has been provided in the proposal for any work and/or materials which may be encountered during construction, but which is not addressed elsewhere in the contract. Miscellaneous work will be measured by the respective unit for material and/or work performed as directed in writing by the Engineer. Payment for Miscellaneous Work, measured as provided above, will be at agreed upon prices or on force account basis. The number of units in dollars set down in the contract is an estimated amount only, which may be adjusted up or down by the Engineer in accordance with the needs of the project. 3 MEASUREMENT AND PAYMENT APPENDIX A STANDARD DRAWINGS — N t` 0) rnO1 _ O rn b -} o c a p n or e-- o E CD ON z ub'm 4 Oapps oYpp b b O c O N 2 En p I- 4J _OWN 21 O= 41 u `l f _ W O o o c c 5 d o D � U oc° E $" mtn c ric.tlY °oc $ ° o W w L v u'Ifc E a c o O x0�0 '° c °v F— ap�ag b°° g cE c e W ° V) p o C� g � °° g° , o E°.. a . u oc �dq J y J 0 0 S m 8 u o 1.�. d F_ b O b f— J E o o Z cr W a.Y°c u o .•.0 5 r E 1 O W U z u ° z ca J Z _3 z g(? o 0 to O'3' d N � � �= 3 � • a.0 as °mc 1 � o a o lL �• °'o o b�•- °ea•e 1 mo v d b �p ��vti ��iv' a°end-,°-kcM'3 1— .0.... .� wuZv V) .. V) Q ZOOS w �°.°m� X� _ Ic Z 3-�" ° w a`�� ,°Z°ov— cau°o a w'Nv Q of rt� a�V O`Ux o°a,LNa Wp=OE W W • m 3 E tC �-H J�nt,y Q 0 -. 3 u Z it(o� �OWZc "°Sba^caEL < O i n ono~b Z N vi 4 6 to r ai m z w z c NQ O K N tJ H (L N 000 d'In -N W N M J w- to O t[) OIL 2j V7 � W IL �w 0 w �¢ M�in� tp J W }M a^ wFi_O cxo a 0 �� co a. o° CE- a oo °� c E Q Lr) �t� t7 o L o= m V Y oo o $ ° t ° E °c `v o' E W o d� ~ J W u c o x"E W O Xc3 E aoP o° c "mvo = V� "! 0 0 eic xC�7�N m O +`m u o 5o ._ E'o c .. _ t m Q aj CC o L.r 3 w j G 5 tl .`+ CL V o`o ° mo .cc Ecu O Z Q m am- fan �' vo rna of �v� �- W o a g o ff° 0 n f� o ® o ® no o 3ou 2a`o U Q J a �o a oL Eo Ccm ® Q U coo. Noma' - _�omP� (� Om�c {ZW+t�1 P06{{I E,o® _ J O I C C m l a p,P Oz CL"�'. 1� Q LI.I � pOo.w, a.;m � Z O 5�omZOOv WSx(w.�mV.O-Om Q Z IL t---r au0' ozoo� a,poa°-boo 0 o w �smm m$ceamZv;mws°go (n O O c n a PU of yp 6 f Q 3a�a��ggmai�o�o�o�o FA-cc oo r� qq oW :a z z,rsmvooa �v°QaoQap> � W ' ed ri a N m ri m J i0 O � Z U� ��t0 Q <Z Q N G4 a � �3w 0®v G, P4 zaz O <G 0 Oo 0¢ N M vo w 0- E-{ t9 H lL O W o0 ¢_ ii W b i1') O N O Z n.z tq N '^\ _0 f?UA �4Sr�1RK W:2 I- t� O N� N M M d0' CD >CID..7 MI'-'�� J xr. x C] V9 tY N: Z = ui W �ILJO :.' y: LO 15 a -C u 0 0 .2 D AD) t:),o -5 2 a U- 41 o c -C 0,r 0 0I fA 3 � c z C 0 0. O 10 'au n- Z r 00 0 -15 c E 0 E 0 0 0 Do <Lj UJ 0 C = - Q uj 0 0 Z > —0 Q; E m 0 < 00 a ui 00. se x:)Z 0� Z woo 0 .0 V) .02" o ui r .a ca < 0 012 o E w :3 0 0 Wz w Q 0-0- • X E n0 O�— O Uk (o " o r- V) z-.6 t I, - 1 -0 5 a ou) a C Z 0) a -Lim LLJ Uj 0 La —J < 0 -t-3 z sw 0 >ODIDC V) 00 0 ai -j C-) < 0 0 0 La 2.y a> 0 0 V) n- 4) -j 0 0 CL-j j M < N rtc CV wp oq 0 (n <UJ 2 uj UJ 000- Ln o h _ CD (3) = c eD }.•6 _ U d'M ID U 0 J O x h N m.,- :1 r-, 0) _Q Nt Z tJN A 0"0 7Z -0 inr N 3 M ,too w `— # � O o 2 1 o 0 C NLOt O aC 'a 3 y o o.i o N = 07 cx '15 O 0 O p a Ow W�e.l D f0 V O O 0. .c C E a. C jr. o x O rD d ° o d Ou z2tL0U- S $ y C OC .uQ u £ u 01 �e'i CJ t � o Z W '0 t� E OC Q 5— O U Y CG _ o o D C p o ~ N xz 0 (n v� o� OnU -O � 3 eo- E w -0 o ,`-� e`� 1 li Q Li LL- O ®'v a'� O �' O cr .5O OHO 0L I E oy 0 en OD C ( �I Wi'D Q O VJ m O p Q _ O CL I- O pU vfflm w �N01l71S ONIODYIJ H ov y NUQ c(n � �. 'a < Z C Na l e o00 ac ern UZ ti y U aL Z'U ..+QN Z .t Jwa W.5,O 0p fn C 0 U O > U M'p 0 .c 0.0 a NVvO- d� O Q y Z y l+- FFy yy�� p- N M 'd' to H H O f� 4 a H ® � E .I m � N h � e �W x W UJ fl9 W -U) ECT SMMM Wt WK ASPRkLr COWACM W MD SUBOMSC MWS AS RECEMW (2*Wt-IV WAX) NOTES: 1.Adjust manholes upward with adjusting rings under frame. 2.Adjust manhole downward by removing cone and barrel actions as necessary and rephLoing with sections of length required to match grade. 3.Slope manhole frame as required to inaffich slope of street, 4.Find manhole adjustment shall be made before paving. 5.All joints between manhole sections,top cone,adjusting nags,and manhole ring shall be watertight. Joint material shall be"Rain-Nek"or approved equal. 6.Manhole ring and cover steal 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 fame, 772-D cover,or Deeter 1025,or D&L A-1172 with P cover. CITY OF BOZEMAN Scale: MANHOLE ADJUSTMENT NO. 02213-1 STANDARD DRAWING None DETAIL Rev.April 2005 TOP 01 NEV PAVEMENT 1 8` MIN.. 1 4" MAX. rv� COMPACTED BASE !t SUBGRADE NOTES: t. Adjust water valves upward or downward as required. Final adjustment shall be made offer paving and before seal coating. Z. Model No. 69 8550 series, East Jordan Iron works adjustable screw—type risers may be used to raise or adjust existing valve boxes only. 3. Valve box adjustment shown Is designated as Type II water valve adjustment. Type I water valve adjustment is similar except with a 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" (30cm) FROM THE EDGE OF THE TRENCH OPENING, WHERE NEAT LINE IS LESS THAN 3' (0.9m) FROM EDGE OF EXISTING PAVEMENT OR CURB AND GUTTER SECTION, REMOVE AND REPLACE ENTIRE PAVEMENT SECTION BETWEEN TRENCH AND EDGE OF PAVEMENT. EXISTING STREET SURFACE VERTICAL TRENCH WALLS WITH SHORING TO CONFORM TO O.S,H.A. REGULATIONS* 72"(30 cm) MIN. SUBGRADE OR GROUND SURFACE INSTALL DETECTABLE SLOPING. BENCHING OR WARNING TAPE 18"(45cm) SUPPORT SYSTEMS IN THIS BACKSLOPE AS SPECIFIED MAX. DEPTH AREA TO CONFORM TO TO CONFORM TO O.S.H.A. (OPTIONAL) O.S.H.A. REGULATIONS* REGULATIONS• TYPE "A",W, OR "C" 6"(15cm) \� TRENCH BACKFILL SELECT TYPE 1 BEDDING MATERIAL PLACED IN 6"(15cm) LAYERS & TYPE i PIPE BEDDING C p COMPACTED AS SPECIFIED PLACED IN 6"(15cm) MAX. q 4"(10cm} `��o�t' o t \// IN SECTION 02221, LAYERS AND COMPACTED -`c raoh': / THOROUGHLY, \/ `, TRENCH 1ADTH=O.D.OF PIPE PLUS 2'(60an} /\ MIN. TRENCH WIDTH= 3.5'(1.1m) TYPE 2 PIPE BEDDING WHERE REQUIRED FOR 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. REVISED: 10/25/02 CITY OF BILLINGS SCALE: TYPICAL UTILITY TRENCH DETAILS STANDARD DRAWING STANDARD SPECIFICATIONS NONE NO. 02221-1 1111MI 11111113 1 I ' 1 id Mae STATE OF MONTANA DEPARTMENT OF LABOR & INDUSTRY CONSTRUCTION CONTRACTOR REGISTRATION UNIT CERTIFICATE OF CONTRACTOR REGISTRATION 4443 REGISTRATION NO. 1 CENTRAL PLUMBING & HEATING INC 3701 RIVER DRIVEN GREAT FALLS, MT 59405 Effective Date: Oct 02, 2015 Expiration Date: Oct 01, 2017 Employer 4\Additional information on back. Please notij), this agency of any cbanges wilbin io days. BOZO' City of Bozeman, Montana CO. Contract Drawings For INDEX OF DRAWINGS 01GO01 GENERAL LEGEND AND NOTES Cit o f B o z e m a n 01C01 DEMOLITION AND OVERALL SITE PLANS PHASE 1811 Y OIC102 GRADING PLAN PHASE I&If 0 1C103 DRAINAGE AND UTILITY PLANS 01CIO4 ACCESS ROAD ALIGNMENT AND PROFILE O1C301 PLANS AND PROFILES i 01C501UTILITY NOTES AND DETAILSe dm e n t 01C50 UTILITY NOTES AND DETAILS II 010503 UTILITY NOTES AND DETAILS III WHITEFISH HAVRE Management COLUMBw KALISPELL FALLS v POLSON 69 91 Waste Facility BELGRADE a GREAT FALLS GLENDNE LEWISTOWN MISSOULA LOL so 8 HELENA ¢ DEER fa12 MILES CITY 12 Project No. PROJECT HAMILTON LODGE �7 4�FR 94 10045441 F,S,gT ° - LOCATION BUTTE 93 a PROJECT BILLINGS K LOCATION BOZEMAN HARDI #` a Bozeman, Montana \ " 97 May 2017 BOZEMAN HSYY.191 ISSUE FOR BID MAY 2017 3 1 12 13 4 15 6 17 8 GENERAL SYMBOLOGY MATERIALS IN PLAN/SECTION CIVIL MAPPING SYMBOLOGY UTILITY/CIVIL LINE SYMBOLOGY NASPHALT(PLAN OR SMALL-SCALE SECTION) EMBANKMENT SLOPE(CUT) CO CLEANOUT —————————————— UTILITY BENEATH STRUCTURE I I I I 1 1 I I I I I I 1 1 I I RAILROAD >--- CULVERT END SYMBOL 0 GRANULAR FILL(SECTION) (WITH CULVERT SHOWN BETWEEN SYMBOLS) _ — EMBANKMENT SLOPE(FILL) CENTERLINE PLAN GROUT(SECTION) X TANK BELOW GROUND —— —— BOTTOM OF DITCH EMBANKMENT SLOPE RIGHTARROW RIGHT O 1I4-1'-0' OD STORM DRAINAGE MANHOLE PROPERTY LINE pQO RIPRAP(PLAN AND/OR SECTION) EMBANKMENT SLOPE LEFT ARROW LEFT PLAN TITLE WATER — — — — — —— EASEMENT w.L'S [� VENT SAND(SECTION) X SPOT ELEVATIOW BLOWPOINT# — — — LIMITS OF CONSTRUCTION SECTION LETTER �+- WATER BLOWOFF SURVEY BENCHMARK _ ROWW WATER METER ROADBED FILL(PLAN) ®CP X O - - - - - - - - EXISTING CONTOUR(MINOR) FLAG INDICATES DIRECTION OF SECTION CUT SURVEY CONTROL POINT — X S BOO WATER SHUTOFF EXISTING CONTOUR W/ELEVATION(MAJOR) XXX A HORIZONTAL CONTROL POINT SHEET WHERE SECTION IS LOCATED' O OW WATER VALVE VAULT EXISTING FENCE VERTICAL CONTROL POINT D4 VALVE EXISTING VEGETATIONIBRUSH LINE SECTION CUT MARKER + SECTION CORNER MONUMENT (� NEW CONTOUR(MINOR) X SESECTION LETTER + SECTION CORNER NO MONUMENT Ll WASH STATION ll 25 NEW CONTOUR(MAJOR) CTION IDENTIFICATION AND APPROXIMATE XXX 3I8'=1'-0' �X LOCATION OF SOIL TEST HOLE — —— — TOE OF SLOPE SHEET WHERE TEST PIT TOP OF SLOPE SECTION VIEW IS �X C FIRST CUT SANITARYSEWER SECTION TITLE ex SOIL BORING •—STORM SEWER M-� FLOW ARROW — DOMESTIC WATER 0 WATER LEVEL IN SECTION/PROFILE — DOMESTIC WATER NON-POTABLE IDETAIL NUMBER 11 _SHEETWHEREDETAIL SYMBOLOGY IN PLAN/SECTION PIPELINE SYMBOLOGY IS LOCATED' DETAIL MARKER FOR REFERENCING DETAILS INCLUDED IN DRAWING SET. REMOVEABLE ECOLOGY BLOCK.TYPE 1-3'X TX 6' PIPING IDENTIFICATION FIGURE 6'-D EXAMPLE DETAIL NUMBER GROUTED ECOLOGY BLOCK,TYPE 1-Y X TX 6' # DETAIL LINESIZE 1 I 6' -0' REMOVEABLE ECOLOGY BLOCK,TYPE 2-2'X7 X6' SERVICE • DRAIN B XXX 3l8'=1' SHEET WHERE DETAIL VIEW IS FIRST CUT. 6'-D DRAIN DETAIL TITLE t'-PW POTABLE WATER 24'-FM FORCE MAIN KEY NOTE NUMBER KEY NOTE DESIGNATION GENERAL NOTES: 1. THIS IS A STANDARD SHEET SHOWING COMMON SEE SHEET XX FOR CONTINUATION SYMBOLOGY.ALL SYMBOLS ARE NOT NECESSARILY USED ON THIS PROJECT. A 2. SCREENING OR SHADING OF WORK IS USED TO MATC H L I N E INDICATE EXISTING COMPONENTS OR TO DE-EMPHASIZE PROPOSED IMPROVEMENTS TO HIGHLIGHT SELECTED TRADE WORK.REFER TO CONTEXT OF EACH SHEET FOR USAGE. PROJECT MANAGER DAN MARCH r'+ DESIGNED BY D.MARCH GENERAL T.PETERSON . o�rA,ya,...- �roa'•�,_ City of Bozeman LEGEND AND NOTES DRAWN BY M.WINSLOW • `��`'y�� CHECKED BY D.HARMON -*�, * 3 a� Sediment Management ?0�, E r� Facility SHEET `` OIBTEP p,. 0 1' 2' FILENAME OOGOOt.dwg f A 05I26I2017 ISSUE FOR BID ®067`00� ISSUE GATE DESCRIPTION PROJECT NUMBER 10045441 """" 0 512 612 01 7 Bozeman,Montana 2017 SCALE NONE 1 2 3 4 5 6 7 8 - / GENERAL NOTES: NN L THE CONTRACTOR SHALL NOTIFY ONE CALL@ Aj, 1-800-024-5555 FOR ONSITE UTILITY LOCATION,ALL EXISTING UTILITIES SHALL BE MARKED BEFORE DIGGING. 2. COORDINATE ACTUAL LOCATION AND AREA LIMITS _ WITH OWNER"DO NOT DISRUPT OWNER'S ACTIVITIES IN THE AREA.SITE PROTECTION FROM - -- - VANDALISM,ETC"IS THE CONTRACTOR'S RESPONSIBILITY. 3. SEE SPECIFICATIONS FOR DEMOLITION,CUTTING D i AND PATCHING REQUIREMENTS.REMOVE AND DISPOSE OF EXCESS MATERIALS ON SITE. KEYNOTES: OX J 1. DEMOLISH EXISTING BIOSOLIDS STORAGE POND, DRAIN PIPELINE) - AS REQUIRED,FOR 6--D INSTALLATION.REPLACE -- — - EXISTING POND LINER FOLLOWING UTILITY PHASE I _ '- BACKFILL - - _ --SEDIMENTATION 2. DEMOLISH EXISTING GRAVEL AND STOCKPILEA BASIN 2 _ 6'-0 TRENCH RESTORE ROAD GRAVEL FOLLOWING UTILITY INSTALLATION. 3. CLEAR AND STRIP TOPSOIL AND SAND AT EXISTING IP CELL BASIN.EXCAVATE TO REQUIRED SUBGRADE ELEVATION AND COMPACT"3 EACH 6'-0•H- EXISTING IP CELL DRAIN LATERALS EXIST AT.3 FT PHASE]I SEDIMENTATION BASIN BELOW GROUND SURFACE. 7 O 8 4. REMOVE ROADWAY GRAVEL AND SUBSURFACE PER GRAVEL ROADWAY SECTION.SEE SHEET I - i 010502.RE-USE GRAVEL FOR SUBGRADE FILL IF VOID OF ORGANIC CONTAMINATION. 12 5. START OF 20 FT WIDE GRAVEL ROAD.MATCH C EXISTING ROAD ELEVATION. \ 6. NEW PHASE I SEDIMENTATION BASIN,SEE SHEET HOT BAYS 01C102"TO BE INCLUDED IN THIS CONTRACT. 7. 20FT WIDE GRAVEL ROADWAY ENTRANCE APRON. --20'-0' DRYING OEOS SEE DETAIL 5/010502,SIM. - -- - - 8. PHASE II SEDIMENTATION BASIN,NOT THIS /� _ __ _ _ CONTRACT.EXCESS FILL MATERIAL SHALL BE PLACED THIS AREA.TOPSOIL SAND REMOVEDD PER DEMOLITION PLANN FOR PHASE 1 AND PHASE II AREAS,SEE SHEET O1C102. PHASEI //////////// ////////// \ 9. 20 FT WIDE GRAVEL ROADWAY,CONSTRUCT 3 ////////// FOLLOWING 2•-W INSTALLATION,SEE DETAIL 5/010502. - / 10. 2'-W,SEE UTILITY PLAN ON SHEET 01C103" CLEAR,GRUB 11. 6'-11,SEE UTILITY PLAN ON SHEET 01C103. AND STRIP SITE 12. BACKFILL AREA FOR EXCESS MATERIALS FROM T P HASE HASE 1.I.BACKFILL TO GRAVEL SHOWN ON PHASE AREA BEFORE BACKFILLING TO EAST" B PHASE II -- - - GROUNDWATER WELL I I 5 z q x a -. - GROUNOWATER WELL E43364.61 DEMOLITION PLAN OVERALL SITE PLAN 1"=60'-0„ 1"=12W-0„ _ PROJECT MANAGER DAN MARCH N DESIGNED BY D"MARCH DEMOLITION & T.PETERSON p. .TA ....•-., {s�2e City of Bozeman OVERALL SITE PLANS o DRAWN BY M.WINSLOW = r%I�q = t� PHASE I AND PHASE II i`. CHECKED BY D.HARMON Sediment Management Facility SHEET lC�areP�- Ur 0 1' 2• FILENAME 01C701.dwg A 0576/2017 ISSUE FOR BID "' YONAI-F<`' 01 C 101 Q O5/26/2017 Bozeman,Montana 2017 SCALE AS NOTED ISSUE DATE DESCRIPTION PROJECT NUMBER 10045441 V | � / U | ^ i � w | � / � | | | | FILENAME- '---^ --��~ | �SHEET U1C102 1 2 3 4 5 6 7 8 GENERAL NOTES: N I O N_ EP 4+45.71 END N=676 PIPELINE 1. CONTRACTOR IS RESPONSIBLE FOR PROTECTION OF 7661.27 --- _ - - --- - '- -_ _ - -. ALL EXISTING UNDERGROUND UTILITIES. 2. FOR PIPINGABBREVIA710NS,SEE SHEET OOG001. - ---- -' - -- -=- --- - - - -- -- - 3. SPECIAL PRECAUTIONS MUST BEUSED IN AREAS OF --- -- --- -- -- - _ - - - - EXISTING PIPING.EXPLORATORY EXCAVATION SHALL ___ - 7 - - - - � -� BE EXPECTED BY THE CONTRACTOR,INCLUDING 2 3 Q ___ -- - - - -__ __ _ -_ 'POT-HOLING'TO EXPOSE THE PIPE SURFACE.FIELD 2'P W VERIFY ALL EXISTING PIPING LOCATIONS AND s O10502 ELEVATIONS BEFORE BEGINNING TRENCHING WORK. S 4. PLACE WARNING TAPE AND TRACER WIRE ABOVE ALL D BURIED PIPING.SEE DETAIL 7/010502. ,i - --- -- - - __ - c EP 10-00. CLEANOUT 70 10+0 5. CONTRACTOR TO PROVIDE THRUST PROTECTION OF - - _ - - - -__- - - - -- 5 POTABLE WATER PIPELINES.SEE DETAIL 1010105B2. _ I �9 PI7+76.00 ._..- OIC502 KEYNOTES• O I - _ PI3+32A1 - -_ _- -- --- -- a�' 2'-PW 1. 6•-D AND Y-PW,SEE PIPELINE PROFILES ON SHEET ^I _ m T OIC301.SEE CLASS a TRENCH BACKFILL PER DETAIL _ - - 7/010502 +00 2. DISCHARGE MANHOLE.SEE DETAIL 4 ON SHEET O10501. 3+00 8 3. 6'-0 OUTLET.SEE DETAIL 2/010502.EXISTING POND LINER SHALL BE REMOVED AND REPLACED FOLLOWING UTILITY CONSTRUCTION.WELD LINER IN ACCORDANCE WITH LINER MANUFACTURERS RECOMMENDATIONS. 6+00 -- - - 4. HOT TAP 2'-PW TO EXISTING 8'-W. 5. INSTALL WATER METER PIT AND CURB STOPS,SEE - DETAIL 11010502.SEE PW PROFILE ON DIC301 FOR 2' TO 1-1/Y PIPE REDUCER LOCATIONS. C 6. NOT USED. 1 2•17W - 7. WASHDOWN STATIONS.SEE DETAIL 5101G501. O6' 8. EXISTING CULVERT OR PIPELINE CROSSING.SEE 5+00 GENERAL NOTE 3. 9. MANHOLE SEE DETAIL 11010503. 2+00 B 44+0 0 3+00 B 1+00 -_ _ - - - 2'-PW MHL 9 2+00 N=67298.14 � E=4220224 _--FMHq_ _ - = N=67270.07 _ •�j U E-42243.17-0. ZQ �B LL A. ss a1 Q BP 0+00.00 - ❑ N B N O I (7 c O% o A U 4 0 o� 3 ^^ v U 0 w DRAINAGE PLAN UTILITY PLAN 0 m PROJECT MANAGER DAN MARCH 3 DESIGNED BY D.MARCH DRAINAGE & UTILITY PLANS T.PETERSON pNTA ��soze, N City of Bozeman 0 DRAWN BY M.WINSLOW _ '� - tk �'►ti a CHECKED BY D.HARMON II*f(y:/!`I� (1 *' Sediment Management B 612017 ADDENDUM NO.1 '�\�Fni Eo .2 +w�a��,y�*'' Facility SHEET • A 05126Y2017 ISSUE FOR BID 0 1 2- FILENAME 01C103.dw9 0NAL�,.-�` 05/26/2017 Bozeman,Montana 2017 01C103 ISSUE DATE DESCRIPTION PROJECT NUMBER 10045441 SCALE AS NOTED 1 1 2 3 4 5 6 7 8 1111 \ GENERAL NOTES: EX.24'FORCE - - / - MAIN `� I DISCHARGE, ryh i ` ' _ ;j 1. CONTRACTOR IS RESPONSIBLE FOR PROTECTION OF STRUCThWE ALL EXISTING UNDERGROUND UiILfTIES. 2. FOR PIPING ABBREVIATIONS,SEE SHEET OOG001. r 12t00 3. SPECIAL PRECAUTIONS MUST BE USED IN AREAS OF EXISTING PIPING.EXPLORATORY EXCAVATION SHALL BE EXPECTED BY THE CONTRACTOR,INCLUDING - _ 7 `\ 'POT-HOLING'TO EXPOSE THE PIPE SURFACE FIELD i0'0o - --�"0p. - VERIFY ALL EXISTING PIPING LOCATIONS AND ELEVATIONS BEFORE BEGINNING TRENCHING WORK. 4- PLACE WARNING TAPE AND TRACER WIRE ABOVE ALL � \ BURIED PIPING.SEE DETAIL 61(HC502. PI STA=12+49.64 N�6497.67 - ` `\B� `� S. CONTRACTOR TO PROVIDE THRUST PROTECTION OF I - i1� 5205 E=42155.99 _ 66- I\ POTABLE WATER PIPELINES.SEE DETAIL 101010502. A=54'15'D4' Yam\ 5 R=220.00' > PISTA=19.03.25 \.�. N=67167.93 �• E=42160.65 5� �3'03 A�8 20'11 `*\ ACCESS ROAD STA.19-26.74 R=40.00' ._ ENDIMPROVEMENTS 9 T=38.86' SEE SITE DESIGN / PI STA=3+77.28 T79 26 p1> E=42849.09 E-4284531 A �\ -Ile R=220.00' T=74.16. .� jv `\ C ACCESS ROAD STA.0+D0.00 - =' BEGIN IMPROVEMENTS N 65955.16 - - E43226.18 ACCESS ROAD PLAN HP STA=15+89.27 4630 - - - - - - - HPEL 460B:36- - 4630 VPI STA=16+25.10 LP STA=18+94A8 N VPI EL=4608.36 LP EL=460L31 a e w K=26.00 VPI STA=18+92.26 B FQ- .6 71.66,VC VPI EL=4600.99 > n K=10.00 4620 - -- - - - -- - - - - -- - - - - a �- m"�-_ m - O:7fi`V- 4620 > w ec m Nw FQ- W n m U m w m + o 4610 > -- N w w -- 4610 - - _ - - _ - - - - _ _ U f0 F 4600 VPI STA 19+35.74 7,26' 4600 4fi' EL 4602.00 PROPOSED COVER=726' 24'FORCE MAIN 16'PIPE PROPOSED COVER=7.46' 46'C.M ' - - ---- -- -- _ --- I.E.=4958.50 --- -- -- - - -- PROPOSED COVER=7.30' PROPOSED COVER=3.34- - - -- - I.E.=4957.55 I.E.=4957.55 I.E.=4957.09 4590 -1100.00 0+00.00 1+00.00 2+00.00 3+00.00 4+00.00 5+00.00 6+00+00 7+00.00 8+00.00 9+00.00 10+00.00 11+00.00 12+00.00 13+00.00 14+00.00 15+00.00 16+00.00 17+00.00 18+00.00 19+00.00 20+00.00 21+00.00 STATION PROFILE DATA a -1+00 --- - 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 - -9+00 10+00 11+00 12+00 - - 13+00 - -14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 ACCESS ROAD PROFILE I V PROJECT MANAGER DAN MARCH / DESIGNED BY D.MARCH ACCESS ROAD ALIGNMENT AND PROFILE m m T.PETERSON - NT >sOE` o A�yq..,, City of Bozeman DRAWN BY M.WINSLOW _ CHECKED BY D.HARMON '•�,*' � 3 Sediment Management ze F)R '=, gpo�arJatctO?.- •�'� Facility 0 1- 2" FILENAME 01C104._g SHEET j A 0526/2017 ISSUE FOR BID ISSUE DATE DESCRIPTION PROJECT NUMBER 10045441 05)26/2017 Bozeman,Montana 2017 SCALE AS NOTED 01C104 I u' 1 2 3 4 5 6 7 8 Z O GENERAL NOTES: F z w v r 1.CONTRACTOR IS RESPONSIBLE FOR THE w w ^ PROTECTION OF ALL EXISTING UNDERGROUND UTILITIES. y? ma - i 2.SPECIAL PRECAUTION MUST BE USED IN AREAS OF "w EXISTING 24'AND 16'FORCE MAIN PIPING, 0+00.00 1-00.00 2+00.DO 3+00.00 4+00 00 EXPLORATORY EXCAVATION SHALL BE EXPECTED BY THE CONTRACTOR,INCLUDING'POT HOLING'TO EXPOSE THE PIPE SURFACE. GRAVEL ROAD SEE 3.PLACE PIPELINES AT ELEVATION SHOWN OR AS 5 SHOWN ON PROFILE.6.5 FEET MINIMUM COVER D 4610 010502 REQUIRED WHERE ELEVATION NOT INDICATED ON PLAN OR PROFILE.MAINTAIN SLOPE FOR GRAVITY LINES.SEE TRENCH DETAIL 7/010502. 2'-PW 4.PLACE WARNING TAPE AND TRACER WIRE ABOVE ALL BURIED PIPING.SEE DETAIL 6/010502. 4600 5.CONTRACTOR TO PROVIDE THRUST PROTECTION 2'-PW OF POTABLE WATER PIPELINES.SEE DETAIL 10/010502. 4590 r PROFILE SCALE: oo HORZ: 1-29-0' m mo Pt Jt/ w a u ¢o L) Nw min_ � Z z F wm w On _ �II ail 5+00.00 6+00.00 7+00.00 8+00.00 9+00.00 C GRAVEL ROAD EXISTING ASPHALT CONCRETE SEE GRAVEL SEE 5 RESTORE 8 01 C502 01 C502 4610 010502 4600 1 1/2'-PW IE=4593.8 2'-PW 4590 w w w z PW �zm ��m ow ��m moN Qo� �m� om" ow"i T < mN In N— UJ iV W N N N— !n ry W N N— w m II NW B Z N. N X. "i 0+00.00 w 1+00.00 2+00.00 3+00.00 vw 4-00.00 w x V GRAVEL ROAD POND LINER Q SEE = 5 4610 4610 OIC502 4610 Q 0 N ai r 4600 4600 I _ o4600 N N Qj SLOPE.6`/0(0.006 Fr/Fr)-A V 4590 4590 - - - - - - - - - - - _ IE 4589.91 4590 6%PVC m 3 2 a 010502 0 U 4580 4580 4580 o $ 0 8 1+00 2+00 3+00 4+00 m oo ' rn a w` 6"- � mU� B a�a a' �¢w m to3w m w 0 PROJECT MANAGER DAN MARCH 3 DESIGNED BY D.MARCH r+ PLANS AND PROFILES Y T.PETERSONpNT�Q;�' xe'- City of Bozeman o 3 DRAWN 8Y M.WINSLOW Y r 0 7+j 3 CHECKED BY D.HARMON 51 q & * ,<< Sediment Management F)l B 6/2017 ADDENDUM NO-1 O ..nFu >'en¢o.U�27U �-'' !'r Facility SHEET A 0512612017 ISSUE FOR BID '�8j0NAL 0 1' 2" FILENAME 01C301.tlwg OS/26/2017 Bozeman,Montana 2017 ISSUE DATE DESCRIPTION PROJECT NUMBER 10045447 SCALE AS NOTED 1 2 13 14 5 6 7 8 4 TYPE 3 MANHOLE ROOF SLAB AND COVER SLAB N COVER DIAMETER PRECAST 518'DIA EPDXY ANCHORS MH COVER T K BOTTOM TOP CONCRETE SLAB DIA. DIA. #4 BARS BARS 1 11 11 #'NAT4 LOCATIONS 49" Sg• 6' 6- AT 6' STANDARD FRAME AND INLET GRATE LID I 12•DAx3'x 4'HANOLE,TYP OF K _ ® 12'x 1/2'x 18 GA EXPANDED STEEL SCREEN ADJUSTING RING � AS NEEDED 1 12'x 3/16'STEEL BAND,TYP OF 3 COVER •�.ai' - _. - SLAB ROOF SLAB NOTE:CENTER THE OPENING OVER THE ROOF SLAB FOR TYPE I,11,IV AND V INLETS ON 48- 1 -� PLAN - COMBINATION TYPE 3 MANHOLES. ROOF SLAB FURNISH MANHOLE WITH STEPS ` AS REQUIRED 1 t f STANDARD24'MANHOLE WHENEVER THE DEPTH IS MORE . .4 SLOPE 4% RING AND COVER THAN 4 FEET[1219t SEE - TYPE 1 FOR STANDARD. - DRAIN MANHOLE - RINGANDCOVER NEENAH R 14'•9 ' A OR EQUAL REINFORCED - Olfl CONCRETE0.5DA OF PIPE ,- ` PIPE BARREL CONCRETE BASE 70 SHELF T 1 I—�B I�� BE POURED IN FIELD v a w 1•� I +�1 OR PRECAST U) aj zi-209C.NNEL SECTION B-B/ I CHANNEL x = .. SHELF •: .. ..'... ... .:...,., :._ � .. _ •. .. .: - CONCRETE BASE TO � C BE POURED IN FELD g 6'FOR UP TO 78'DIA. OR PRECAST SECTION NOTE:HOT DIP GALVANIZED DRAINAGE GAGE #4[9131 BARS AT 1Y AFTER FABRICATION.MOUNT 70 CONCRETE SECTION A-A OC,EACH WAY NOTE:SEE PRECASTCONCRFICATION SECTION 02515 FOR COVER ETEVAULT.PRO DEH-2LOAD EMBED.WITH DA EPDXY ANCHORS AT MIN 4' RATED LID FOR VAULT. �1 DISCHARGE MANHOLE 2 HOT BAY VAULT DISCHARGE MANHOLE W/CAGE AND GRATE COVER L,"2 NTS 01C102 NTS � NTS 777 ROUNDED CONCRETE CAP v 7'-2' I�I, 6'WIDE REFLECTIVE w TAPE BAND B 1 V4'HOSE 8•D SCHEDULE 80 STEEL _ I B I 1 1/4'HOSE REEL 1•_11- REEL SEE POST,HOT DIPPED A SPECIFICATIONS GALVANIZED AND FILLED - UNION I 11/4'x 112' WITH CONCRETE 6. REDUCER EXPANSION - HOSE REEL 1 i HOSE MATERIAL,CONT, CONTROL POINT 112'-PW CONNECTION 2'-9� ATCONCRETE 1� SEESHEETOICS02 MAINGUARD112- I SLOWOFFHYDRANT#7 `\ i REELBASE 112'-PW rvf w/HORIZONTAL INLET `1YTHICK REDUCED PRESSURE 1 - CONCRETE PAD BACKFLOW PREVENTER I JEAT [ - CRUSHED ROCK REINF W/#4 OJ 6 MOUNTED TO REEL BASE. \� • E.W. i - I YARD h I FINISHED GRADE, •°'I• �% 6/8'DIA EPDXY HYDRANT w PAVEMENT,OR SI UNDISTURBED EARTH SEE PLANS FOR M I OR THRUST BLOCK ANCHOR,TYP 2 ¢ ` —�- REDUCED PRESSURE EACH END I _ 7 I - J BACKFLOW CONCRETE BASE 0 X 4-LONG r o 4 1 12'PACK JOINT FOR PVC PIPE ••• �' - PREVENTER MOUNTED m - TO REEL BASE GROUND REDUCED PRESSURE s D SUPPLY ASPHALT I SURFACE BACKFLOW STUDS WELDEm - CONCRETE II pREVENTER MOUNTED STEEL POST,FL- PAVEMENT 1 TO REEL BASE. STUDS AT EAC LOCATION,TWEACH POSTL_J NOTES: t - v� i�i_ i - o v 1. POST HYDRANTS SHALL BE NON-FREEZING,SELF DRAINING TYPE. �•`.•�� /R. HYDRANTS SHALL BE FURNISHED WITH A 2'HORIZONTAL INLET.A _ •�" + - NON-TURNING OPERATING ROD,AND SHALL OPEN TO THE LEFT.ALL OF w �� CONCRETE FOOTING THE THE WORKING PARTS SHALL BE OF BRONZE-TO-BRONZE DESIGN,AND BE = I / i 2SERVICEABLE FROM ABOVE GRADE WITH NO DIGGING.THE OUTLET SHALL `7, i ALSO BE BRONZE AND BE 14 'NST.HYDRANTS SHALL BE LOCKABLE TO A ( CONCRETE BASE PREVENT UNAUTHORIZED USE AS MANUFACTURED BY KUPFERLE x FOUNDRY CO.,ST.LOUIS,MO,OR APPROVED EQUAL 6 7-8'z 4'{'z1Y _ 2. MATCH DRAIN PORT SIZE PROVIDED BY MANUFACTURER. THICK CONCRETE BOLLARD,TYP PAD 3. PROVIDE HOSE RACK FOR EACH YARD HYDRANT. S WASHDOWN STATION A WASHDOWN STATION QWASHDOWN STATION 6 BOLLARD YARD HYDRANT : 1C10 3/4•=V-0- - 3/4•=1'-0' - 3/4'=l-W - NTS - NTS V PROJECT MANAGER DAN MARCH / DESIGNED BY D.MARCH City + UTILITY NOTES T.PETERSON QNTf��j A x Cit of Bozeman AND DETAILS �2.. 9 y y � DRAWN BY M.WINSLOW •' CHECKED BY 0.HARMON - F)R � � Sediment Management 3 A 05/26I2017 ISSUE FOR BID ',1, -1.A I'?`• <;�* Fa CIIIty 0 1' Y FILENAME 01C501.dwg SHEET 3 01 C50.1 ISSUE DATE DESCRIPTION PROJECT NUMBER 10045441 05/2612017 Bozeman,Montana 2017 SCALE AS NOTED li P 1 2 3 4 5 6 7 8 MONITOR COVER WITH j LOCKING ELECTRONIC 3'4r METER READING LID. CURB STOP AND WASTE CURB STOP 4'POLYSTYRENE (WATER DRAIN) • . INSULATION. WASTE FINISHED GRADE e• 11,'WATER — - 7-W METER ANGLE BALL i• • �J1 ti METER VALVE(TYP) ' SET BLOCKS ON .. - fNON-TRAFFIC AREA TRAFFIC AREA �.ACIO.PREVENTER IN n 2'GROUT BEO INSULATED WATER BOX O n - AND GROUT VERTICAL D W PVC I SUPPORT • ' ° JOINTS,TYP OF GROUTED e VALVE OPERATOR EXTENSION VALVE BOX AND LID FORD PLASTIC • - - WALLS 4 ° °� - WRH 2x2 OPERATING NUT II PRSETTER NOTE: a ,.. .M TO S. BGS Vry COVER a TRAFFIC SURFACE + a n METER PIT 16 METER WR INSTALL CURB STOP 8 N (OR APPROVE WASTEWATER DRAIN) 1... _.. e° c < 6' 6- CURB LAGOON STAINLESS STEEL BAND a CURB STOPA ' METER PR LINER Y STRIP OF LINER,RUBBER a Z g WASTE010X WITH \ INSULATIN END OF COPPER/BRA55 EXTRUSION OR NEOPRENE CUSHION - _ COUPLINGS FOR (FORD FITTINGS WELD SEAM BOOT TUBE/SHAFT AC PAVEMENT AC PAVEMENT TOWN WATER MODEL FIB SEALANT/BUTYL CAULK SHUT-OF PIPE WALL _ TAPERED CONCRETE WATER PIPE BOOTAPRONwL 3 TYPE 1 ECOLOGY BLOCK ��TYPE 2 ECOLOGY BLOCK E COLLAR SURFAOR CE i 36' EXTRUSION 4 TAPERED CONCRETE TRAFFIC SURFACE COPPER BRACE BAR WELD SEAM O1C702 NTS O1C102 NTg CIRCULAR COLLAR / (NOTA BYPASS) TRACER WIRE 113 CY OF 3/4'J 72, I WASHED ROCK 113 CY OF 3/4' ,y�N VALVE BOX, EXTENSION SECTION WASHED ROCK 8'MIN TYPICAL HDPE SLEEVE 4-OF j'MINUS SURFACE COURSE 8 VALVE 8,OF 1}'MINUS CRUSHED BASE SNIIN'CONCRETE 1}WATER PIPE COURSE AND TYPE 1 GEOGRID BLOCK UNDER BODY METER OF BURIED VALVES THRU 10".17x12'x6' 3:1 SLOPE fL 3.1 SLOPE FOR 17 AND LARGER tt TRENCH BEDDING TYP � 2%SLOPE 2%SLOPE TYP ` 2 PIPE TO LAGOON -_ — — — olcloz NTS —fff=-(ll-=l_TV -- - - ---7Ti__Tf---FIT I `CULVERTS(WHERE SHOWN) I CURB STOP ` MIN SLOPE+0.7X lIII—� AND WASTE 8'CURB STOP d WASTE `EXISTING MIN COVER REQUIRED // PLAN (WATER DRAIN) GROUND COMPACTED SUBGRADEJ BURIED VALVE BOX SURFACE (2)WITH TRACER WIRE WATER METER PIT (2) GRAVEL ROAD SECTION 01Ci03 NTS I01C102 NTS OIC,02 NTS SEE SITE PLAN FOR UNDISTURBED SURFACE TREATMENT EARTH PO BLOCK UREDCONCRETE UNDISTURBED EARTH — WAIF \ _ _ _ — —I �I— B _ —III—III—III—III—III \\\ 2'AC SURFACE COURSE AND V LL \/ 3'AC BASE COURSE II IL- 2 Y I I-III—III—III—III—/ TRACER WIRE AND _ z ¢m III—III—)I I-I WARNING TAPE,TYP NOTES: g \_I I !_ NOTE. IC I S 1. PLACE 4 MIL POLYETHYLENE BETWEEN FINALJT MUST BE SAW CONCRETE AND FITTING. CONSTRUCT BLOCK CUT ASPHALT,HEAT IL L I I- SUCH THAT CONCRETE GOES NOT PRIME EDGES AND INTERFERE WITH THE ADJACENT PIPE JOINT. N w O mIm WATERTIGHT PIPE w V PRIME ALL SURFACES FINISH GRADE PLUG 2. THE HEIGHT(h)OF THE BLOCK SHALL BE Q w 3�...,.,�..�: ;, ..,- .+ .a. APPROXIMATELY 45'(TYP) EQUAL TO OR LESS THAN I2 THE TOTAL K m • •"^~';<<•'�•S" ���y'+r �+ IIIrJ= POURED CONCRETE DEPTH FROM FINISHED GRADE TO THE PRIME COAT(ASPHALT 24'SQUARE =)II BOTTOM THE BLOCK BUT NOT LESS THAN Na o 6'SCARIFIED AND CONCRETE PAD ` 0 ��• BLOCK THE PIPE DIAMETER. a p Z IXISTING PAVEMENT RECOMPACTED SUBGRADE CLEANOUT BOX WITH -1I 'I I' I I L I" I . m 2 SURFACE PROVIDE PIPE ZONE CI COVER MARKED'CO' I�I'„ ._ I C. 3. THE HORIZONTAL DIMENSION OF THE 1 v MATERIAL FOR A MIN _ �. BEARING AREA SHALL BE BETWEEN 1 AND 2 12'OF 112'CRUSHED BASE COARSE OF8'AROUND T �i TIMES THE VERTICAL DIMENSION. CLEANOUT RISER�� o SAMESIZEAS I _� 4. THRUST BLOCK ORIENTATION SHALL BE Bc+2d'MAX TRENCH BACKFILL OR SUBGRADE MAINLINEIIMP-5', II INI I— SUCHTHAT THE CENTER OF THE FITTING NON-WOVEN GEOTEXTILE FABRIC BELOW PLUG OR ADAPTOR TO 3I CORRESPONDS WITH THE CENTER OF THE MAINLINE PIPE T I i r THRUST BLOCK. UNDISTURBED EARTH 5. CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 4000 PSI @ 28 NOTES: NOTE: �:,y1�o DAYS. = AC SURFACE COURSE AND AC BASE COURSE TO BE PER CITY Z 1. B-OUTSIDE DIAMETER OF PIPE STANDARD MODIFICATIONS FOR TYPE B-MODIFIED ASPHALTIC PROVIDE PIPE ZONE fi. LISTED AREAS ARE BASED ON TEST A LL SURFACING. MATERIAL FOR A MIN BEARING AREA OF BLOCK IN SQ.FT. PRESSURE OF 100 P.S.I.AND AN ALLOWABLE = OF 8'AROUND FITTING SOIL BEARING STRESS OF 2,000 LBS PER n CLEANOUT RISER SIZES TEE BEND 1 90- 45' 22-1/2- 11-1/4' SQUARE FOOT.TO COMPUTE BEARING E. 3%4" 1.0 1.4 1.0 - = USAREAS THE FOLLOWING QUATION:BEARENT TEST ING AREA=(TEST PRESSURE/100)x(TABLE 6" 2.1 3.0 1.6 1.0 VALUE). 7 CLASS B TRENCH BACKFILL (2)ASPHALT PAVEMENT& PATCH GRAVITY CLEANOUT ,° THRUST BLOCK N 01C703 NTS 01C702 NTS ICY NTS O1C,04 NTS V PROJECT MANAGER DAN MARCH / DESIGNED BY D.MARCH UTILITY NOTES T.PETERSON pNT.QN"••., 6ljsoa City of Bozeman AND DETAILS II DRAWN BY M.WINSLOW `I �+ •y-� CHECKED BY D.HARMON 3 - -- �� Sediment Management ° ,Fo,a,Ew�vaAl ~•'' +°�� Facility 0 p• FILENAME�o1C502.dwg SHEET A 05/26/2017 ISSUE FOR BID 70NA7.moo••"• o. 05I26/2017 Bozeman,Montana 2017 01 C�J02 ISSUE DATE DESCRIPTION PROJECT NUMBER 10045441 SCALE AS NOTED v' 1 12 13 4 5 16 17 8 IFCO#777,OLYMPIC MH-31 RING AND CATCHPAN MANHOLE STEPS 90'FROM PIPE OR AT TYPE'C NOTES: COVER,OR APPROVED EQUAL SET IN LOCATION TO PROVIDE MAXIMUM 1. PRECAST BASE,MINIMUM THICKNESS TO BE 6INCHES. MASTIC OR MORTAR(SEE NOTE 14&15) DISTANCE FROM SEWER FLOW LINE FINISH GRADE � 2, ALL MANHOLE JOINTS SHALL HAVE O-RING GASKET JOINTS MEETING ASTM C443.INSTALL AN GALVANIZED WIRE HANDLE CONCRETE ADJUSTMENT RINGS SET IN EXTERNAL JOINT WRAP'CAODILOC'OR APPROVED EQUAL ON ALL JOINTS.FOR TYPE C MANHOLE. MASTIC:12'MAXIMUM 2'MINIMUM MANHOLE JOINTS SHALL BE SHOWN ON SUBMITTALS. 3. 6'CONCRETE ENCASEMENT TO SPRING LINE AND FIRST JOINT OF INLET PIPE.POURAGAINST A LOCK GASKET,OR UNDISTURBED EARTH. D 1 a I APPROVED EQUAL ° 4. SEE MONTANA PUBLIC WORKS STANDARD SPECIFICATIONS(MPWSS)SECTION 02722 WITH BOZEMAN e - I AMENDMENTS_ m -- °- ----- I ---- •-, - 5. ALL JOINTS BETWEEN MANHOLE SECTIONS,ADJUSTING RINGS,MANHOLE RING AND TOP SECTION, e ¢ ,r- I j!F AND AROUND SEWER PIPE INTO MANHOLE SHALL BE WATERTIGHT.JOINTING MATERIAL SHALL BE m 2-0' _ ii --- - --- �� - - -- Ij- - 'RAM-NE K'OR EQUAL FOR ALL JOINTS EXCEPT BETWEEN SEWER PIPE AND MANHOLE WALL 0 __J L_ _JL� 6. CONCRETE FOR DROP STRUCTURES SHALL BE FORMED. of z .a __ __ _ I ____ __ p ° PRECAST ECCENTRIC CONE, 7. ALL MANHOLE PENETRATIONS SHALL BE MADE BY CORE DRILLING. 4 SEE NOTE 20 FLEXIBLE JOINT /I SEE NOTE 16 � YT03'FROM MANHOLE) � 8. DROP MANHOLE CONNECTIONS SHALL BE USED ONLY WHERE SHOWN ON DRAWINGS. 4 o PIPE INSERTED INTO MH 9. CROWN OF LATERAL MAIN SHALL MATCH CROWN OF TRUNK SEWER. Y d. 6'TO 8' 10. MANHOLES PLACED IN UNPAVED AREA SHALL HAVE THE COVERS PLACED IS'ABOVE FINISHED 4 GRADE,UNLESS OTHERWISE NOTED ON MANHOLE SCHEDULE. y SEE NOTE 20 SEALED JOINT I v 11. THE EXTERIOR OF TYPE'C'MANHOLES SHALL HAVE A MINIMUM OF 1116,THICKNESS EXTERIOR I COATING OF'CULVERT MASTIC MF#75CM'OR APPROVED EQUAL MEETING ASTM A 849-90 SPRAYED STEPS 90' OR BRUSH APPLIED.PROVIDE INTERIOR CORROSION COATING WHERE SCHEDULED ON DRAWINGS. FROM PIPE VIEW FROM TOP 12. TEST TYPE'C'MANHOLES IN ACCORDANCE WITH ASTM C 1244-93.TEST METHOD FOR CONCRETE TYPICAL PIPING AT 6' IF POSSIBLE d PRECASTSECTION, SEWER MANHOLES BY THE NEGATIVE AIR PRESSURE(VACUUM)TEST. \DROP,-HOLE SEE NOTE 11--- -- -- 4'OR 6' 13. PRECAST MANHOLE BASE SECTION WITH AN IN SHALL BE MONOLITHICALLY POURED WITH THE MANHOLE WALLS OR CONSTRUCTED WITH AN INTEGRAL WATER STOP GASKET AT THE � - CONSTRUCTION JOINT BETWEEN THE BASE AND WALL. C --t1 �1 II a FILL CONCRETE AROUND PIPE �? 14. DUE TO PROVISIONS IN THE FEDERAL TRANSPORTATION ACT,VENDOR MUST AUTHENTICATE U.S. 4'-W FOR PIPE UNDER 24'ID a � TOP OF PIPE LINE ° ORIGIN OF CASTINGS FOR FEDERALLY FUNDED PROJECTS. 6'-0'FOR PIPE 24'ID AND OVER � NOTE 11 d °- AN I UNLESS OTHERWISE NOTED 16 CAL PVCOT PVC DEFLECTION JO TUTS SHALL BE MADE WITH GASKE7ED PVC REPAIR COUPLING AS A STORM SEWER'AS APPROPRIATE IN COVER, __ T-\ a. a ____ _____ ___ __ _____ __ _ 1'-W AT1/4' SEE NOTE 3 1° _ _ -{-� 8'MAX 6'MIN FILL - PER FOOT AL \ W _� ---' CONCRETE AROUND PIPE I GPK 906 STYLE COUPLING OR EQUIVALENT.THE USE OF PIPE BELL AND SPIGOT ASSEMBLY WILL 1 �N, 21�° ed ALSO BE ALLOWED. SEE NOTE I9 I 1 d° DIA PIPE d" + SLOPE TO SPRING LINE JOINT DIA I a (T 70 8'FROM FLOW LINE) 17. ALL TYPE C PRECAST MANHOLE BASES SHALL HAVE INTEGRAL FLOOR AND BASE. T ° ° a I ° °2'T03' 4 18. IFCO#777 MANHOLE RING AND COVER MODIFIED WITH 3-BOLT TAB MOUNTING,O-RING GASKET AND 1 CHANNEL DEPTH 6'SEE a SEALED POCKET LIFT HANDLE. oil I'll 0.8 PIPE DL4 NOTE 1 4 �d a d 19. REFERENCE PROJECT PLAN AND PROFILE DRAWINGS FOR FLOW DROPS ACROSS MANHOLES. Lam- of I o 44 i PIPELINE GRADE DROPS ARE DELINEATED AT CENTERLINE OF MANHOLE.IN LOCATIONS WHERE DROP IS NOT SHOWN,DROP SHALL EQUAL MIN OF 0.05 FT OR MATCHING PIPELINE SLURE, TYPICAL PIPING AT I SOLID WALL PIPE FLEXIBLE JOINT: 20.FOR 4'-0'DIA MANHOLES,PROVIDE MIN 4'-0'FROM PIPELINE CROWN TO START OF PRECAST STANDARD MANHOLE I I BELL OR DOUBLE BELL COUPLER, d'MIN,4'DIA MANHOLE ECCENTRIC CONE SECTION. 4' TYP 6-MIN,6'DIA MANHOLE 4-MIN,4'DIA MANHOLES LAIN ALOCK GASKET,OR 6-MIN,6'DIA MANHOLES APPROVED EQUAL ELEVATION VIEW SEE NOTE 17 SANITARY SEWER MANHOLE W/ PRECAST BASE MANHOLE TYP Q B IIf Off NTS I a A x N o v PROJECT MANAGER DAN MARCH DESIGNED BY D.MARCH UTILITY NOTES m T.PETERSON pNTq�y^' ,pjd' ry City of Bozeman AND DETAILS III DRAWN BY M.WINSLOW `U � a CHECKED BY D.HARMON F� o_s c ��1u1 Sediment Management �T�aE Ep �� *�4'�y' FacilitySHEET (C OIBTEA T1 I 3 A 05)2612017 ISSUE FOR BID '•,S8/DNA ,'- 0 1' 2• FILENAME 01C503.dwg _a ISSUE DATE DESCRIPTION PROJECT NUMBER 10045441 05/26/2017 Bozeman,Montana 2017 SCALE AS NOTED 01 C503 4