Loading...
HomeMy WebLinkAbout17- Construction Documents and Project Manual - Williams Brother Construction, LLC - Small Works Project No. 1 City of Bozeman BOZEMAN, MT Small Works Project No. 1 Construction Documents Project Manual VOLUME 1 of 2 HOR Project No. 10059730 CONTRACT MANUAL CITY OF BOZEMAN Small Works Project No. 1 I hereby certify that the Project Plans and Specifications in the Contract Documents were prepared by me or under my direct supervision and that I am a duly registered Engineer under the laws of the State of Montana. Coralynn Revis- Pp6ject. ngineer T CORALYNN L. REVIS HDR ENGINEERING, INC. No. 19791 PE ,:�; 700 SW Higgins Ave., Suite 200 �p . '/CEN Missoula, Montana 59801 -2200 ass ONA1-��G\ (4406) 532 2241Faxe TABLE OF CONTENTS DIVISION 00 - BIDDING REQUIREMENTS, CONTRACT FORMS,AND CONDITIONS OF THE CONTRACT 00200 INVITATION TO BID 00100 INSTRUCTIONS TO BIDDERS 00130 NOTICE OF AWARD 00140 NOTICE TO PROCEED 00301 BID FORM 00410 BID BOND 00411 CONTRACTOR'S COMPLIANCE STATEMENT 00460 NONCOLLUSION AFFIDAVIT 00480 INFORMATION REQUIRED OF BIDDERS 00490 NON-DISCRIMINATION AFFIRMATION FORM 00500 CONSTRUCTION AGREEMENT 00610 PERFORMANCE BOND 00620 PAYMENT BOND 00700 GENERAL CONDITIONS 00810 SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00821 DUTIES,RESPONSIBILITIES AND LIMITATIONS OF THE RESIDENT PROJECT REPRESENTATIVE 00825 STATE OF MT PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2017 r DIVISION 01 -GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01011 EXISTING DIGESTER MIXER SEAL EVALUATION 01060 SPECIAL CONDITIONS 01150 MEASUREMENT AND PAYMENT 01340 SUBMITTALS 01370 SCHEDULE OF VALUES 01400 QUALITY CONTROL 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01600 PRODUCT DELIVERY, STORAGE AND HANDLING 01640 PRODUCT SUBSTITUTIONS 01650 FACILITY START-UP 01700 CONTRACT CLOSEOUT 01710 CLEANING 01800 OPENINGS AND PENETRATIONS IN CONSTRUCTON DIVISION 03 -CONCRETE 03108 FORMWORK 03208 REINFORCEMENT 03308 CONCRETE,MATERIALS AND PROPORTIONING 03311 CONCRETE MIXING,PLACING,JOINTING,AND CURING 03348 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS DIVISION 05 -METALS 05505 METAL FABRICATIONS 10059730 City of Bozeman Small Works Project No. 1 - Table of Contents-1 DIVISION 07 -THERMAL AND MOISTURE PROTECTION 07534 ADHERED ELASTOMERIC(EPDM) SHEET ROOFING 07900 JOINT SEALANTS DIVISION 09 - FINISHES 09905 PAINTING AND PROTECTIVE COATINGS DIVISION 11 - EQUIPMENT 11000 OWNER FURNISHED EQUIPMENT 11005 EQUIPMENT: BASIC REQUIREMENTS 11060 PUMPING EQUIPMENT:BASIC REQUIREMENTS 11074 PUMPING EQUIPMENT: POSITIVE DISPLACEMENT(LOBE) 11336 SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES DIVISION 13 -SPECIAL CONSTRUCTION 13235 CLARIFIER LAUNDER COVER SYSTEM 13442 PRIMARY ELEMENTS AND TRANSMITTERS DIVISION 15 -MECHANICAL 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15062 PIPE: DUCTILE 15090 PIPE SUPPORT SYSTEMS 15102 PLUG VALVES 15104 BALL VALVES 15106 CHECK VALVES DIVISION 16 - ELECTRICAL 16010 ELECTRICAL: BASIC REQUIREMENTS 16060 GROUNDING AND BONDING 16120 WIRE AND CABLE: 600 VOLT AND BELOW 16130 RACEWAYS AND BOXES 16140 WIRING DEVICES 16265 VARIABLE FREQUENCY DRIVES: LOW VOLTAGE 16410 SAFETY SWITCHES 16490 OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 10059730 City of Bozeman Small Works Project No. I- Table of Contents-2 DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT SECTION 00200 INVITATION TO BID Separate sealed bids for the construction of the Bozeman Water Reclamation Facility (WRF) Small Works Project No.l will be received by the City of Bozeman, Montana at the Office of the City Clerk, City Hall, 121 North Rouse Avenue, Bozeman, Montana 59715 until 2:00 P.M. local time on August 1, 2017, the opening will follow at City Hall's Commission Room. The project generally consists of,but is not necessarily limited to,the following: • Replacement of three(3)existing waste activated sludge pumps, • Launder covers for four (4) existing secondary clarifiers and new weirs for three (3) existing secondary clarifiers, • Modifications to hot water supply and return piping, • Modifications to digester piping and • Rehabilitation of two existing digesters and replacement of the digester and control building roof. The Contract Documents consisting of half size Drawings and Project Manual may be examined or obtained at the City Engineer's Office at the Al Stiff Professional Building, 20 East Olive, Bozeman, Montana Copies of the Contract Documents in digital (PDF) format will also be made available. Contract Documents are available for a non-refundable fee of$50.00 and will be delivered by regular mail or United Parcel Service—2°d day(UPS-2 day). Payment of an additional $25.00 is required for UPS overnight. Electronic document (PDF) by email is available for a fee of$15.00. There will be a Pre-Bid Conference at the Water Reclamation Facility at 1:00 PM local time on July 17, 2017. Interested CONTRACTORS are encouraged to attend. A tour of the project site will be conducted after the meeting. 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 Construction Performance Bond and a Construction (Labor and Materials) Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s)and a certificate(s)of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of the Bids specified above. The right is reserved to reject any or all Proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed ninety (90) days, and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman. The CONTRACTOR(s)is required to be an Equal Opportunity Employer. 10059730 City of Bozeman Small Works Project No. 1- INVITATION TO BID 00200-1 Robin Crough City Clerk City of Bozeman 121 North Rouse P.O. Box 1230 Bozeman,MT 59771 Publication Dates: 7/9/2017 7/23/2017 10059730 City of Bozeman Small Works Project No. I - INVITATION TO BID 00200-2 SECTION 00100 INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS ARTICLE1 - DEFINED TERMS ...................................................................................................................2 ARTICLE 2 -COPIES OF BIDDING DOCUMENTS.....................................................................................2 ARTICLE 3 -QUALIFICATIONS OF BIDDERS............................................................................................2 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE............3 ARTICLE5 - PRE-BID CONFERENCE........................................................................................................5 ARTICLE6 - SITE AND OTHER AREAS .....................................................................................................5 ARTICLE 7 - INTERPRETATIONS AND ADDENDA....................................................................................5 ARTICLE8 - BID SECURITY........................................................................................................................5 ARTICLE9 -CONTRACT TIMES.................................................................................................................6 ARTICLE10- LIQUIDATED DAMAGES......................................................................................................6 ARTICLE 11 -SUBSTITUTE AND"OR-EQUAL" ITEMS .............................................................................6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS ...........................................................6 ARTICLE13- PREPARATION OF BID........................................................................................................6 ARTICLE 14- BASIS OF BID; COMPARISON OF BIDS.............................................................................8 ARTICLE15- SUBMITTAL OF BID..............................................................................................................8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID.....................................................................9 ARTICLE17- OPENING OF BIDS...............................................................................................................9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE................................................................9 ARTICLE19-AWARD OF CONTRACT......................................................................................................9 ARTICLE 20- CONTRACT SECURITY AND INSURANCE.......................................................................10 ARTICLE 21 - SIGNING OF AGREEMENT................................................................................................10 ARTICLE 22 - MONTANA STATE LAWS AND REGULATIONS ...............................................................10 ARTICLE 23- COMPLIANCE WITH LABOR STANDARDS AND WAGE RATE REQUIREMENTS.........11 ARTICLE 24- PAYMENTS AND BIDDER BREAKDOWN OF BIDS .........................................................11 ARTICLE 25 - NOTICE OF APPROVAL OF PAYMENT REQUEST PROVISION.....................................11 ARTICLE 26 - NOTICE OF EXTENDED PAYMENT PROVISION.............................................................11 ARTICLE27- RETAINAGE .......................................................................................................................11 ARTICLE 28- BOZEMAN BUSINESS LICENSE ......................................................................................12 ARTICLE 29 EQUAL EMPLOYMENT OPPORTUNITY.........................................................................12 10059730 City of Bozeman Small Works Project No. I - INSTRUCTIONS TO BIDDERS 00100-1 SECTION 00100 INSTRUCTION TO BIDDERS ARTICLE i -DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder--The individual or entity who submits a Bid directly to OWNER. B. Issuing Office--The office identified in the Invitation to Bid from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder--The lowest responsible Bidder submitting a responsive Bid to whom OWNER(on the basis of OWNER's evaluation as hereinafter provided)makes an award. ARTICLE 2-COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. The deposit will not be refunded. 2.02 Complete sets of Bidding Documents must be used in preparing Bids;neither OWNER nor ENGINEER assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER,in making copies of Bidding Documents available on the above terms,do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3-QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work,each Bidder must be prepared to submit within five(5)days of OWNER'S request,detailed written evidence such as financial data,previous experience in performing comparable work,business and technical organization,present commitments,and such other data as may be called for below,in the Supplementary Conditions,and as required in Section 00480—Information Required of Bidders. A. Each Bid must contain evidence of Bidder's qualifications to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract.No Bidder will be acceptable if he is engaged in any other work which impairs his ability of meeting all requirements herein stipulated. B. In determining the lowest responsible bid,the following elements will be considered;whether the Bidder involved: 1. Maintains a permanent place of business and a Montana Contractor's License Number; 2. has adequate plant and equipment to do the work properly and expeditiously; 3. has suitable financial status to meet obligations incident to the work; 4. has appropriate technical experience with at least two comparable projects within the past 10 years involving rehabilitation or modifications of water and/or wastewater mechanical treatment plants with capacity of 1 MGD or greater and a minimum construction cost of$4 million or greater; 5. Has a general liability insurance policy with a policy limit of at least$5,000,000 per occurrence and$5,000,000 aggregate; 6. has current worker's compensation insurance policy as required by Chapter 39-71 MCA; 7. Has submitted reviewed and audited financial statements with accompanying notes and supplemental information as specified in Section 00480; 8. has submitted notarized statement from an admitted surety insurer authorized to issue bonds in the State of Montana,which states the CONTRACTOR'S current bonding capacity is sufficient for the project and states current bonding capacity as specified in Section 00480; 9. Has submitted proof that CONTRACTOR'S license has not been revoked at any time in the last five years as required by Section 00480; 10. has submitted proof that a surety firm has not completed a contract on the CONTRACTOR'S behalf or paid for completion because the CONTRACTOR was default terminated by the project owner within the last five years as required by Section 00480;and 10059730 City of Bozeman Small Works Project No. I - INSTRUCTIONS TO BIDDERS 00100-2 11. Has submitted proof that,at the time of the project bid,the CONTRACTOR is not ineligible to bid on or be awarded a public works contract or perform as a subcontractor on a public works contract as required in Section 00480. C. Each Bidder may be require 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 this contract.The Bidder shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. ARTICLE 4-EXAMINATION OF BIDDING DOCUMENTS,OTHER RELATED DATA,AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site(except Underground Facilities)that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in the Supplementary Conditions will be made available by OWNER for examination by any Bidder at the Issuing Office on request. Those reports and drawings are not part of the Contract Documents,but the"technical data"contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions(if any). Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. OWNER and ENGINEER do not assume responsibility for the accuracy or completeness thereof unless expressly provided otherwise elsewhere. 4.03 Responsibility for Adequacy of Data Furnished A.Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions,Underground Facilities,and other physical conditions,and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02,4.03,and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site,if any,and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.04 Access to the Site A. On request,OWNER will provide Bidder access to the Site to conduct such examinations,investigations, explorations,tests,and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill and compact all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavations and utility locates. 4.05 Other Work at the Site 10059730 City of Bozeman Small Works Project No. I - INSTRUCTIONS TO BIDDERS 00100-3 A. Reference is made to Article 7 of the Supplementary Conditions or other sections of the Project Manual for the identification of the general nature of other work that is to be performed at the Site by OWNER or others (such as utilities and other prime contractors) that relates to the Work for which a Bid is to be submitted. On request, OWNER will provide to each Bidder for examination access to or copies of Contract Documents(other than portions thereof related to price)for such other work. 4.06 It is the responsibility of each Bidder before submitting a Bid to: A. Examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. Visit the Site and become familiar with and satisfy Bidder as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work;including but not limited to those general and local conditions affecting transportation, disposal, handling and storage facilities, availability of labor, water, power,roads,climactic conditions and seasons,physical conditions at the work Sites and project area as a whole,job site topography and ground conditions, equipment and facilities needed preliminary to and during work prosecution; C. Become familiar with and satisfy Bidder as to all Federal,State,and Local Laws and Regulations that may affect cost,progress,or performance of the Work; D. Carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions. E. Obtain and carefully study (or accept consequences of not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities)at or contiguous to the Site,which may affect cost,progress,or performance of the Work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques,sequences,and procedures of construction expressly required by the Bidding Documents,and safety precautions and programs incident thereto; F. Agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies,or data are necessary for the determination of its Bid for performance of the Work at the price(s)bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. Become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. Correlate the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations, explorations,tests,studies,and data with the Bidding Documents; I. Promptly give ENGINEER written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder;and J. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.07 Representation Made by Submitting a Bid 10059730 City of Bozeman Small Works Project No. I - INSTRUCTIONS TO BIDDERS 00100-4 A. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and/or procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts,errors,ambiguities,and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder,and that the Bidding Documents and any written resolutions are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.08 A. Reference is made to Division 1 —General Requirements, Section 01010—Summary of Work,for the identification of the general nature of Work that is to be performed at the site by OWNER or others (such as utilities)that relates to the Work for which a Bid is to be submitted. On request,OWNER will provide to each BIDDER for examination access to or copies of Contract Documents(other than portions thereof related to price)for such Work. ARTICLE 5-PRE-BID CONFERENCE 5.01 A pre-bid conference will be held at the time,date and place specified in the Invitation to Bid. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are invited to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6-SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities,construction equipment,or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7-INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents.Questions received less than ten(10)days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify,correct,or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. 7.03 Any addenda issued during the time of bidding, or forming a part of the Contract Documents loaned to the Bidder for the preparation of his proposal, shall be covered in the Bid and shall be made a part of the Agreement. Receipt of each addendum shall be acknowledged in the Bid and on the Bid Form. Any Bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. ARTICLE 8-BID SECURITY 8.01 A Bid must be accompanied by Bid Security made payable to OWNER in an amount of ten percent(10%)of Bidder's maximum Bid price and in the form of a Certified Check,Cashier's Check,or Bid Bond payable to The City of Bozeman Montana. 10059730 City of Bozeman Small Works Project No. I - INSTRUCTIONS TO BIDDERS 00100-5 8.02 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents,furnished the required contract security and met the other conditions of the Notice of Award,whereupon the Bid Security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within fifteen(15) days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited.The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven(7)days after the Effective Date of the Agreement or(91) days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award may be returned within seven days after the Bid opening. ARTICLE 9-CONTRACT TIMES 9.01 The number of days within which,or the dates by which,the Work is to be(a)Substantially Completed and(b) also completed and ready for final payment are set forth in Section 00301 Bid Form and Section 00500 Construction Agreement. ARTICLE 10-LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in Section 00301 Bid Form and Section 00500 Construction Agreement. ARTICLE 11 -SUBSTITUTE AND"OR-EQUAL"ITEMS 11.01 The Contract,if awarded,will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or"or-equal"items. Whenever it is indicated in the Bidding Documents that a substitute or"or-equal"item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in Paragraph 6.05 of the General Conditions and may be supplemented in the Supplementary Conditions or the General Requirements of the technical specifications. ARTICLE 12-SUBCONTRACTORS,SUPPLIERS,AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors,Suppliers,individuals,or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement,the apparent Successful Bidder,and any other Bidder so requested,shall within 7 days after Bid opening,submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualifications for each such Subcontractor,Supplier,individual,or entity if requested by OWNER. If OWNER or ENGINEER,after due investigation,has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute,without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution,OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors,Suppliers,individuals,or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any Subcontractor, Supplier,individual,or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13-PREPARATION OF BID 10059730 City of Bozeman Small Works Project No. I- INSTRUCTIONS TO BIDDERS 00100-6 13.01 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from ENGINEER; however,the Bid must be made on the forms provided in this bound copy of the Project Manual. Bids shall be strictly in accordance with the prescribed form. Any modifications thereof or deviations therefrom may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the Bid being submitted may be rejected as irregular. 13.02 All blanks on the Bid Form shall be completed by printing in ink or by typewriter and the Bid signed in ink. A Bid price shall be indicated for each section,Bid item,alternative,adjustment unit price item,and unit price item listed therein,or the words"No Bid,"No Change,"or"Not Applicable"entered. 13.03 A Bid by a corporation must be executed in the corporate name by the president or a vice-president or other corporate officer who is authorized to bind the corporation accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address ofthe partnership must be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The State of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a Joint Venture shall be executed by each Joint Venturer in the manner indicated on the Bid Form. The official address of the Joint Venture must be shown below the signature. 13.08 All signatures are to be in ink and names must be typed or printed in ink below the signatures. The title of the person(s)executing the Bid shall be clearly indicated beneath the signature(s). 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda,the numbers of which must be filled in on the Bid Form. A copy of all acknowledged Addenda shall be attached to the Bid Form. Bids in which all issued addenda are not acknowledged will be considered incomplete and will not be read. 13.10 The address and telephone number for communications regarding the Bid must be shown. 13.11 The Bid must contain evidence of Bidder's authority and qualification to do business in Montana. Bidder's current Montana state contractor registration number,shall be shown on the Bid Form. 13.12 The Bid will not be considered unless accompanied by proper Bid Security in accordance with Article 8 of these Instruction to Bidders. 13.13 The Bid may not be considered unless all attached forms or certifications in this Project Manual are completed. Depending on federal assistance regulations,these may include,but are not limited to: Contractor's Compliance Statement EPA Forms 6100-3 and 6100-4 Noncollusion Affidavit Contractor Certification of Compliance with ARRA Information Required of Bidders 13.14 Alternate Bids will not be considered unless called for. 13.15 Bids by telephone,telegraph,fax or other telecommunication systems will not be considered. 13.16 No Bidder may submit more than one Bid. Two Bids under different names will not be received from one firm or association. 10059730 City of Bozeman Small Works Project No. I- INSTRUCTIONS TO BIDDERS 00100-7 ARTICLE 14-BASIS OF BID;COMPARISON OF BIDS 14.01 Lump Sum A. Bidders shall submit a Bid on a lump sum basis for each item of Work listed in the Bid Schedule as provided in the Bid Form. The Bid will not be considered unless the Bid Form contains prices for all unit price and/or lump sum items, and alternates, as shown on the Bid Form. Bids and totals shall be shown legibly in their proper locations. The Total Amount of the Bid shall be legibly written and numerically presented in the proper places and the Bid Form shall be manually signed. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances,if any,named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The low Bidder will be determined on the basis of the sum of the lowest total Lump Sum Bid Price. 14.04 If any of the listed items of equipment to be selected by the OWNER are obviously unbalanced and, in the OWNER'S judgment,not realistic prices for the particular equipment,the OWNER may request additional information to substantiate the prices prior to determination of the low Bidder or may reject the Bid Proposal. 14.05 The right also is reserved for the OWNER to negotiate with the responsible Bidder submitting the lowest responsive bid in the event such lowest bid exceeds the amount budgeted for this contract. Such negotiations,if the OWNER elects to negotiate rather than to reject all proposals,shall be directly between the OWNER and such Bidder. The OWNER and such Bidder shall review the Contract Documents, and the OWNER may provide such additional information as it deems appropriate to provide. Such Bidder then may be invited by the OWNER to submit a revised bid. The Bidder may elect not to submit a revised bid,and the OWNER may reject any such revised bid. Such revised bid,if any,shall be submitted within thirty days from the date of the initial bid opening. ARTICLE 15-SUBMITTAL OF BID 15.01 Each prospective Bidder is furnished one bound copy of the Bidding Documents with one copy of the Bid Form bound therein. The bound copy of the Bid Form is to be completed and submitted with the Bid Security and the following data.None of the Instructions to Bidders,Bid Form,Bond forms,Agreement,contract stipulations,or other specifications shall be removed from the bound copy of the Project Manual prior to submission of Bid. Volume I of the Project Manual must be submitted with the Bid at the Bid Opening. Data to be submitted with the Bid includes: A. Copies of acknowledged Addendums B. Other data required by the Instructions to Bidders, Bid Form, Supplementary Conditions or Bidding Documents. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title,the name and address of Bidder,and shall be accompanied by the Bid Security and other required documents. If a Bid is sent by mail or other delivery system,the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation"BID ENCLOSED." A mailed Bid shall be addressed to: Honorable Mayor and City Commission Attention: City Clerk City of Bozeman Montana 121 North Rouse Avenue Bozeman, MT 59715 10059730 City of Bozeman Small Works Project No. 1- INSTRUCTIONS TO BIDDERS 00100-8 15.03 Other Bid submittal requirements: A. The Bid will not be considered unless accompanied by proper Bid Security in accordance with Article 8 of these Instruction to Bidders. B. Alternative Bids will not be considered unless called for. C. Bids by telephone,telegraph,fax or other telecommunication systems will not be considered. 15.04 The following items shall be completed as part of the Bid submittal: 1. Complete all required items in the Bid Form. 2. Provide a completed Bid Bond form. 3. Provide a completed Noncollusion Affidavit. 4. Acknowledge and attach all Addendums. 5. Provide a completed City of Bozeman Non-Discrimination Affirmation Form. ARTICLE 16-MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids, as called for in the Invitation to Bid. Requests for modification or withdrawal must be written and must be signed in the same manner and by the same person(s)who signed the Bid. 16.02 If, within twenty-four(24) hours after Bids are opened, any Bidder files a duly signed written notice with 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. ARTICLE 17-OPENING OF BIDS 17.01 Bids will be opened at the time and place set for the opening as indicated in the Invitation to Bid and,unless obviously non-responsive,will be read aloud publicly.An abstract of the amounts of the Bids will be made available to Bidders after the opening of Bids. ARTICLE 18-BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for ninety(90)days after the day of the Bid opening,but OWNER may,in its sole discretion,release any Bid and return the Bid Security prior to the end of this period. ARTICLE 19—AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any and/or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds,after reasonable inquiry and evaluation,to be non-responsible. OWNER also reserves the right to waive all informalities not involving price,time,or changes in the Work and to negotiate contract terms with the Successful Bidder.OWNER also reserves the right to reject the Bid of any Bidder if OWNER believes it would not be in the best interest of the Project to make an award to that Bidder, whether because Bid is not responsive, or the Bidder is unqualified or of doubtful financial ability, or fails to meet any other pertinent standard or criteria established by the OWNER. 10059730 City of Bozeman Small Works Project No. I - INSTRUCTIONS TO BIDDERS 00100-9 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of the Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids,OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates,unit prices and other data,as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders,OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors,Suppliers,and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors,Suppliers,and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications,and financial ability of Bidders,proposed Subcontractors,Suppliers,individuals,or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded,OWNER will award the Contract to the responsible Bidder whose Bid is in the best interests of the Project. Consideration factors will include conformance with all material terms and conditions of the Contract Documents, Bid price,and other appropriate factors. 19.07 If the Contract is to be awarded,OWNER will give the Successful Bidder a Notice of Award within ninety(90) days after the day of the Bid opening. 19.08 The OWNER reserves the right to accept or reject the Bids,or portions of Bids if denoted in the Bid as separate schedules,and to award more than one Bid or schedule for the same Bid if any of the aforementioned combination of Bids or schedules will be in the best interest of the OWNER. 19.09 The OWNER reserves the right to cancel the award of any Agreement at any time before the complete execution of said Agreement by all parties without any liability against the OWNER. 19.10 If,at the time this Contract is to be awarded,the total of the lowest acceptable Bid Proposal exceeds the funds then estimated by the Owner as available,the Owner may reject all Bid Proposals or take such other action as best serves the Owner's interests. ARTICLE 20-CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Performance Bond,Payment Bond,and insurance. When the successful Bidder delivers the executed Agreement to OWNER,it must be accompanied by such Bonds and insurance certificates. ARTICLE 21 -SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen(15)days thereafter,successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. Within fifteen(15) days thereafter, OWNER shall deliver one fully signed counterparts to Successful Bidder ARTICLE 22-MONTANA STATE LAWS AND REGULATIONS 22.01 All applicable laws,ordinances and the rules and regulations of authorities having jurisdiction over construction of the project shall apply to the Contract throughout. State laws and ordinances which the CONTRACTOR must comply with, include but are not limited to,those involving workmen's compensation insurance, contractor registration, and gross receipts tax. 10059730 City of Bozeman Small Works Project No. I- INSTRUCTIONS TO BIDDERS 00100-10 22.02 MONTANA CONTRACTOR REGISTRATION REQUIREMENT. Title 39, Chapter 9, Part 2, MCA for registration of CONTRACTORS with the Montana Department of Labor and Industry. No bids will be considered that do not carry the Bidder's Montana Contractor's Registration Number on the bid form and also on the envelope containing the Bid. Information pertaining to this requirement and registration forms maybe obtained from the Montana Department of Labor and Industry,P.O.Box 8011, 1805 Prospect,Helena,Montana 59604-8011 or by calling 1-406- 444-7734. 22.03 ADDITIONAL CONTRACTOR LICENSE FEE(MONTANA CONTRACTORS GROSS RECEIPTS TAX). In accordance with Title 15,Chapter 50,MCA,the OWNER shall withhold,in addition to other amounts withheld as provided by law or specified herein, 1 percent(1%)of all payments due the CONTRACTOR and shall transmit such moneys to the Montana Department of Revenue. ARTICLE 23-COMPLIANCE WITH LABOR STANDARDS AND WAGE RATE REQUIREMENTS 23.01 The minimum wages included in the Project Manual are not controlling except as to the minimum for the purpose of compliance with State Prevailing Wage Requirements;therefore,it is incumbent upon each employer to pay the standard prevailing rate of wages including fringe benefits for health and welfare and pension contributions and travel allowance provisions in effect and applicable to the county or locality in which the work is being performed. 23.02 "Travel Allowance",in effect at the time of contract award,and according to latest information received by the State of Montana Department of Labor and Industry,Labor Standards Division,shall be adhered to where applicable. 23.03 Travel allowance if applicable,may or may not be all inclusive of"travel"and/or subsistence and travel time due employees. It is incumbent on the employer to determine the amounts due for each craft employed according to the method of computation outlined for each craft where applicable. 23.04 To comply with Montana Law Section 18-2-401 thru 18-2-432 MCA, the CONTRACTOR shall post in a prominent and accessible site on the project work area, not later than the first day of work, a legible statement of all wages to be paid to the employees employed on the project. ARTICLE 24-PAYMENTS AND BIDDER BREAKDOWN OF BIDS 24.01 Payment for all work performed under this Agreement will be made by the OWNER within the time period specified in and in accordance with the procedures outlined in the General Conditions. Payments made after the time limit will be subject to interest at the rate specified in the Agreement. When the work extends beyond thirty(30)days, progress payments will be made monthly for any work accomplished during the preceding month, but subject to retainage as specified elsewhere. 24.02 For the sole purpose of facilitating monthly progress payments,a breakdown of total lump sum bids is to be submitted in the Bid Form within 3 working days after the Bid Opening as shown on the Bid Sheet Schedule. The price breakdown shall be fairly apportioned to the various parts of the work and shall meet with the ENGINEER's approval.If so requested by the ENGINEER,the CONTRACTOR shall substantiate any price or prices with additional detail price breakdown or other information as requested by the ENGINEER. ARTICLE 25-NOTICE OF APPROVAL OF PAYMENT REQUEST PROVISION 25.01 These Contract Documents and this Contract allows the OWNER to review and approve each CONTRACTOR's periodic payment request within 30 days after the request is received by the OWNER. ARTICLE 26-NOTICE OF EXTENDED PAYMENT PROVISION 26.01 These Contract Documents and this Contract allow the OWNER to make periodic payments within 21 days after the OWNER's approval of each periodic payment request. ARTICLE 27—RETAINAGE 10059730 City of Bozeman Small Works Project No. I - INSTRUCTIONS TO BIDDERS 00100-11 27.1 Provisions concerning CONTRACTOR's rights to deposit securities in lieu of retainage are set forth in the Agreement. ARTICLE 28—BOZEMAN BUSINESS LICENSE 28.01 CONTRACTOR and all subcontractors will be required to obtain a current City of Bozeman Business License prior to award of the Contract. The City Business License is not required for bidding. The license(s)may be obtained from the City of Bozeman. Information on requirements and cost of the license maybe obtained by contacting 406-582- 2260,businesslicenses(&bozeman.net;City Professional Bldg.20 E.Olive St. ARTICLE 29—EQUAL EMPLOYMENT OPPORTUNITY 29.01 Attention of Bidders is particularly called to the requirement for ensuring that employees and applicants for employment are not discriminated against because of their race,color,religion,national origin,sex,marital status, age,or political ideas. Bidders on this work will be required to comply with the President's Executive Orders No. 11246 as amended, 11458, 11518,and 11625. END OF SECTION --N 10059730 City of Bozeman Small Works Project No. 1- INSTRUCTIONS TO BIDDERS 00100-12 SECTION 00130 NOTICE OF AWARD Dated 8/28/2017 Project:Bozeman WRF Small Works Project No.I Owner:City of Bozeman,Montana Owners Contract No.: Contract Engineer's Project No.:00...10059730 Bidder:Williams Brother Construction :. Bidders Address:(send Certified Mail,Return Receipt Requested) 1123 Cerise Rd,Billings,MT 59101 You are notified that your Bid dated August 1, 2017 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for: Bid Items No. 1,3,4. 5,6,are all included. Bid Item No.2 is excluded. (Indicate total Work,alternates or sections or Work awarded.) The Contract Price of your Contract is Eight hundred thirty-eight thousand,eight hundred Dollars. ($838,800.00). (Insert appropriate data if Unit Prices are used. Change language for Cost-Plus contracts.) 5 copies of each of the proposed Contract Documents(except Drawings)accompany this Notice of Award. 5 sets of the Drawings (and electronic version) will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen days of the date you receive this Notice of Award. 1. Deliver to the Owner 4 fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security Bonds as specified in Section 00100, Instructions to Bidders (Article 20), and General Conditions (Paragraph 2.01 and 5.01) and Supplementary Conditions(Paragraph SC-2.01). Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award and declare your Bid security forfeited. Within fifteen days after you comply with the above conditions, Owner will return to you two fully executed counterparts of the Contract Documents. ZyM N ner By: A ized Signature Gi T-1 Title Copy to Engineer SECTION 00140 NOTICE TO PROCEED Dated Project: Bozeman WRF Small Works Owner: City of Bozeman,Montana Owner's Contract No.: Project No. 1 Contract: Engineer's Project No.: 00...10059730 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 2.01.13 of the General Conditions provides that you and Owner must each deliver to the other(with copies to Engineer and other identified additional insureds)certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also,before you may start any Work at the Site,you must[add other requirements]: (Contractor) Owner Received by: Given by: Authorized Signature (Title) Title (Date) Date Copy to Engineer 10059730 City of Bozeman Small Works Project No. 1- NOTICE TO PROCEED 00140- 1 SECTION 00301 BID FORM PROJECT IDENTIFICATION: BOZEMAN,MONTANA WATER RECLAMATION FACILITY (WRF) SMALL WORKS PROJECT NO. l BOZEMAN,MONTANA CONTRACT IDENTIFICATION AND NUMBER: City of Bozeman Project No.: 10059730 THIS BID IS SUBMITTED TO: HONORABLE MAYOR AND CITY COMMISSION ATTN: CITY CLERK CITY OF BOZEMAN,MONTANA 121 NORTH ROUSE AVE. BOZEMAN,MONTANA 59715 ARTICLE 1-CONTRACT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents,to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents, Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. ARTICLE 2-BID TO REMAIN OPEN 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for ninety (90) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. ARTICLE 3-SUBMITTING THE BID 3.01 In submitting this Bid,Bidder represents,as set forth in the Agreement,that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No. Addendum Date 1 07/1 S/17 2 07/25/17 10059730 City of Bozeman Small Works Project No. 1 - BID FORM 00301 - 1 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost,progress and performance of the Work, D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities), if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, or expressly required by the. Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 3.02 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual, firm, or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 3.03 The Bidder certifies that no official of the OWNER, ENGINEER or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder. ARTICLE 4-BID ITEM DESCRIPTION A. This section,in general,describes the bid items included in the BID PROPOSAL. The description of Bid Items is provided for clarity purposes only. It is not intended to replace, supersede or 10059730 City of Bozeman Small Works Project No. I - BID FORM 00301 -2 preclude any information in the plans and specifications. Unless specified otherwise, all lump sum and unit price bid items will be paid as a percentage of actual work complete. Percent complete will be based on the schedule of values submitted by the Contractor and approved by the engineer. The schedule of values will break down the lump sum and unit price bid items into discrete work activities beyond the breakdown shown on the Bid Form. The schedule of values must be submitted and approved by the Engineer before the Contractor can request a payment for work under this Contract. Descriptions of the project Bid Items are provided below: BID ITEM NO. 1 —LUMP SUM BID: WAS PUMP REPLACEMENT. This Lump Sum Bid Item includes all labor, materials, equipment and services, including state and local taxes and permits, to perform the work of the replacement of three (3) waste activated sludge (WAS) pumps. Demo of two existing pumps and ancillary piping and valves is included. In addition to replacement of the pumps, two new VFD's are also included. BID ITEM NO. 2 — LUMP SUM BID: SECONDARY CLARIFIER IMPROVMENTS: This Lump Sum Bid Item includes all labor, materials, equipment and services,including state and local taxes and permits,for the supply and installation of launder covers over the effluent weirs for four(4)of the existing secondary clarifiers and new weirs baffles for three(3)of the existing secondary clarifiers. BID ITEM NO. 3 — LUMP SUM BID: MODIFICATIONS TO THE DIGESTER NO. 3 PIPING AT THE SOLIDS HANDLING BUILDING. This Lump Sum Bid Item includes all labor, materials, equipment and services, including state and local taxes and permits, for the construction of minor piping and valve modifications in the Solids Handling Building. BID ITEM NO. 4 — LUMP SUM BID: MODIFICATIONS TO HOT WATER SUPPLY AND RETURN PIPING AT TERMINAL BOX 3.This Lump Sum Bid Item includes all labor, materials, equipment and services, including state and local taxes and permits,for the construction of very minor piping changes in the Utilidor Terminal Box 3 hot water supply and return piping to the UV building HVAC system, BID ITEM NO. 5—LUMP SUM BID: REHABILITATION OF DIGESTER NO. 1 AND DIGESTR NO. 2. This Lump Sum Bid Item includes all labor, materials, equipment and services, including state and local taxes and permits, for the rehabilitation of the existing two (2) digesters. The mixers will be supplied by the Owner, and the rehabilitation needs are described in these documents. The rehabilitation includes replacement of the digester roofs and connected control building roof. BID ITEM NO.6—UNIT PRICE BID: CLEANING OF DIGESTER NO.1 Provide unit price (based upon a unit price per cubic yard times 520 cubic yards) the removal, disposal on-site and cleaning of existing Digester No. 1. Volume of the Digester is approximately 56,000 cubic feet. It is anticipated that the digester may be '/a full of debris in need of disposal for a volume of 14,000 CF,or 520 CY. C. All specific cash allowances are included in the Total Bid Item prices set forth below and have been computed in accordance with paragraph 11.02 of the General Conditions. D. Unit Prices have been computed in accordance with paragraph 11.03.13 of the General Conditions. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. E. The OWNER reserves the right to reject any or all bids. I Oo59730 City of'Bozeman Small Works Project No. I BID FORM 00301 -3 CITY OF BOZEMAN WRF SMALL WORKS PROJECT NO.1 BID PROPOSAL SHEET The Bid for the following items shall be a lump sum bid for all construction work described in the Contract Documents. The bid price shall include all temporary or permanent equipment, materials, supplies, and labor necessary to construct the item in accordance with the Contract Documents. The total lump sum price shall be broken down into the following items for the purpose of progress payments and for the information of the OWNER. 1. BID SCHEDULES: All specific cash allowances are included in the prices set forth below and have been computed in accordance with the General Conditions. Included Montana Gross Receipts Tax in each Bid Item. Bid Item Description Total Amount No. 1 WAS PUMPS REPLACEMENT $ ` bo Montana Gross Receipts Tax @ I% $ TOTAL BID ITEM No. I $ Bid Item Description Total Amount No. 2 SECONDARY CLARIFIER IMPROVEMENTS $ 7,>_1 oa Montana Gross Receipts Tax @ I% $ TOTAL BID ITEM No.2 $ Bid Item Description Total Amount No. 3 MODIFICATIONS TO THE DIGESTER NO.3 PIPING AT THE $ to SOLIDS HANDLING BUILDING `%bR)1 Montana Gross Receipts Tax @ I% $ co TOTAL BID ITEM No.3 $ az C-3:) Bid Item Description Total Amount No. 4 MODIFICATIONS TO THE HOT WATER SUPPLY AND $ pD RETURN PIPING AT TERMINAL BOX 3 Montana Gross Receipts Tax CO) 1% $ TOTAL BID ITEM No.4 $ 10059730 City of Bozeman Small Works Prgject No.1- BID FORM 00301-4 Bid Item Description Total Amount No. 5 REHABILITATION OF DIGESTER NO. I AND DIGESTR NO. $ �d� 2. V Montana Gross Receipts Tax @ 1% $ TOTAL BID ITEM No.5 $ 1 C95 Bid Item Description Total Amount No. 6 UNIT PRICE FOR CLEANING OF DIGESTER NO. 1 $-/CY*520 CY=$ Montana Gross Receipts Tax @ 1% $ � Ce TOTAL BID ITEM No.6 $ �= 2. BID PROPOSAL SUMMARY(Summary of Bid Items): Bid Item Description Total Bid Item Price No. (Use Figures) 1 WAS Pumps Replacement $ I ��g (use figures) 2 Secondary Clarifier Improvements eno $ (use figures) 3 Digester No. 3 Piping Modifications at the Solids Handling Building o0 $ o"lb,bbb (use fi ures) 4 Modifications to the Hot Water Supply and Return Piping pD (use figures) 5 Rehabilitation of Digesters No. 1 and No.2 (use figures) 6 Unit Price for Cleaning of Digester No. 1 Assurne volume of 520 CY for the purpose of the total bid price. Unit $ . 00 �� price will be used to determine the actual overall price during the (use figures) project construction. Total Contract Bid Price,including Montana Gross Receipts Tax and other $ state and local taxes(Items No.1 through No.6) Use Figures Total Contract Bid Price,including Montana Gross Receipts Tax and other state and local taxes MAW'xN q-A-eQ,r n�usGrd adti�cl r` nra��� (Use Words) 10059730 City of Bozeman Small Works Project No. 1 - BID FORM 00301-5 BASIS OF AWARD The award will be made by the Owner on the basis of that Bid from the lowest responsive, responsible Bidder which,in the Owner's sole and absolute judgment, will best serve the interest of the Owner. The low Bidder will be determined on the basis of the total of all Bid Items (Bid Item No. 1,No. 2,No. 3,No. 4,No.5 and No. 6) The Owner reserves the right to execute any combination of Bid Items after Contract Award, in the best interest of the Owner. ARTICLE 5-CONTRACT TIME 5.01 The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated time. 5.02 Bidder agrees that the work will be substantially completed and ready for final payment in accordance with paragraph 14.07.13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Constructions Agreement. ARTICLE 6-LIQUIDATED DAMAGES 6.01 In the event the Bidder is awarded the Contract and shall fail to meet the Substantial and Final Completion time limits provided by the Contract Documents, liquidated damages shall be paid to the OWNER by the Bidder at the rate per calendar day stated in the Agreement plus engineering costs for all work awarded until all work shall be determined to meet the Substantial and Final Completion requirements of the Contract Documents. 6.02 The Bidder agrees to pay these liquidated damages for failure to complete the work within the specified contract time both for compensation to the OWNER for non-use of the completed work and for compensation to the OWNER for expenses incurred by the OWNER for unscheduled employment of the Engineer and/or Resident Project Representative during the contract time overrun. 6.03 The Bidder further agrees to pay liquidated damages for the unscheduled employment of the Engineer, Resident Project Representative and supporting staff necessitated by the Bidder furnishing materials or equipment not in conformance with the Contract Documents resulting in any redesign work by the Engineer; or any reestablishment of survey lines or benchmarks destroyed by the Bidder's actions; or additional work required by the failure of the Contractor to maintain adequate record documents. 6.04 Construction observation time will be accrued at straight time up to 40 hours per week and 1.5 times over 40 hours per week or legal holidays. The Contractor shall provide a construction schedule per Section 01300, SUBMITTALS. If the Contractor intends to work double shifts, then two construction observers may be required. If two construction observers are on the job,then observation time will be accrued at straight time up to 40 hours per week per observer. 6.05 Liquidated damages for the unscheduled employment of the Engineer, Resident Project Representative, and supporting staff shall be determined based on the following hourly rates; Straight Time Overtime A. Engineer $137.50/Hour $165.00/How• Resident Project Representative $110.00/Hour $165.00/hour Surveyor $135.00/Hour $150.00/Hour Technician $97.00/Hour $136.50/Hour Clerical $55.00/Hour $82.50/Hour 6.06 Out of pocket expenses for materials, equipment, supplies,transportation and subsistence for each Resident Project Representative shall be billed at cost plus 10 percent. 6.07 Liquidated damages shall be deducted from monthly progress payments and the final payment as the damages are incurred. 10059730 City of Bozeman Small Works Project No. I - BID FORM 00301-6 ARTICLE 7-BID DOCUMENTS 7.01 The following documents are attached to and made a condition of this Bid: A, Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond Section 00410, or other form of Bid Security as identified in the Instructions to Bidders, B. Surety. If the Bidder is awarded a construction Contract on this Bid Form, the Surety who provides the Performance Bond and Payment Bond will be: Traveler's Casualty and Surety Company of America whose address is One Tower Square Hartford CT 06183-6014 Street City State Zip C. Contractor's Compliance Statement,Section 00411. D. Non-Collusion Affidavit, Section 00460. E. Information Required of Bidders, Section 00480, F. City of Bozeman Non-Discrimination Affirmation Form, Section 00490. ARTICLE 8-MEANING OF TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders,the General Conditions, and the Supplementary Conditions, ARTICLE 9-BID REJECTION 9.01 The OWNER reserves the right to reject any or all bids. ARTICLE 10-BID SUBMISSION SUBMITTED on Aug. 1 st 2017 Montana Contractor Registration No. 146045 10059730 City of Bozeman Small Works Project No, I - BID FORM 00301 -7 If Bidder is: A Corporation Corporation Name: (SEAL) State of Incorporation: Type(General Business,Professional,Service,Limited Liability): By: (Signature--attach evidence of authority to sign if not a Corporate officer) Name(typed or printed): Title: Attest: (Corporate Sea]) (Signature of Secretary) Business address: Phone No.: FAX No.: Date of Qualification to do business in Montana is An Individual Name(typed or printed): By: (SEAL,) (Individual's signature) Doing business as: Business address: Phone No.: FAX No.: A - Limited Liability Company Na to(typed o• rinted): John Williams By: - i�"�. ��'h!L 6,R (SEAL) (Individual's signature) Name(typed or printed): Williams Brother Construction LLC Business address: 5713 W. Garden Springs Road Spokane, WA 99224 10059730 City of Bozeman Small Works Project No. 1- BID FORM 00301 -8 Phone No.: 509-455-9195 FAX No.: 509-455-9189 A Joint Venture(Each Joint Venture must sign.) Joint Venturer Name: (SEAL) By: (Signature of joint venture pattner) Name(typed or printed): Title: Business address: Phone No.: FAX No.: Joint Venturer Name: (SEAL,) By: (Signature of joint venture partner) Name(typed or printed): Title: Business address: Phone No.: FAX No.: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) END OF SECTION 10059730 City of Bozeman Small Works Project No. I - BID FORM 00301 -9 SECTION 00410 BID BOND (TO BE EXECUTED AND PROVIDED WITH BID FORM) Any singular reference to Bidder, Surety,Owner,or other party shall be considered plural where applicable BIDDER(Name and Address): Williams Brother Construction,LLC P.O.Box#1459 Billings,MT 59103 SURETY(Name and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford,CT 06183-6014 OWNER(Name and AdclreSS): City of Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 BID Bid Due Dale: 8/1/2017 ['reject(Brief Description Including Location):Bozeman Water Reclamation Facility(WRF)Small Works Project No.1,Bozeman,MT BOND Bond Number: 007188197 Dale(Not later than Bid due date): 7/25/2017 Penal sum Ten Percent of the Total Amount Bid 10% (Words) (Figures) Surety and Bidder,intending to be legally bound hereby,subject to the terms printed on the reverse side hereof,do each cause this Bid Bond to be duly executed on its behalf by its authorized officer,agent,or representative. BIDDER SUR1fY Williams Brother Construction,LLC (Seal) Travelers Casualty and Surety Company of America (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporals a By: - v u 1r t r By: Signal ire td'title Signature an itle John D Leaf,Attorney-in-Fact (Attach Pow r of Attorney) Attest: GCO Attest: Signature and Title Signature and Title Kimberl Ua son,Bond Clerical, Note: Above addresses are to be used for giving required notice. COUNTERSIGNED: HUB INTERNATIONAL MOUNTAIN 1/5,7'AT ES (MITE J RENE C. LEVEAUX_ c y •Lf C K 10059730 City of Bozeman Small Works Project No. I - BID BOND 00410-1 1. Bidder and Surety, jointly and severally, bind 7. Any suit or action under this Bond shall be commenced themselves, their heirs, executors, administrators, only in a court of competent jurisdiction located in the stale successors and assigns to pay to Owner upon default of in which the Project is located. Bidder the penal sum set forth on the face of this Bond, Payment of the penal sum is the extent of Surety's liability, S. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on 2. Default of Bidder shall occur upon the failure of Bidder the face of this Bond. Such notices may be sent by personal to deliver within the time required by the Bidding delivery, commercial courier, or by United States Documents(or any extension thereof agreed to in writing by Registered or Certified Mail, return receipt requested, Owner) the executed Agreement required by the Bidding postage pre-paid,and shall be deemed to be effective upon Documents and any performance and payment bonds receipt by the party concerned. required by the Bidding Documents, 9. Surety shall cause to be attached to this Bond a current 3. This obligation shall be null and void if: and effective Power of Attorney evidencing the authority of 3.1. Owner accepts Bidder's Bid and Bidder delivers the officer,agent,or representative who executed this Bond within the time required by the Bidding on behalf of Surety to execute,seal, and deliver such Bond Documents(or any extension thereof agreed to in and bind the Surety thereby. writing by Owner) the executed Agreement required by the Bidding Documents and any 10, This Bond is intended to conform to all applicable performance and payment bonds required by the statutory requirements. Any applicable requirement of any Bidding Documents,or applicable statute that has been omitted from this Bond shall 3.2. All Bids are rejected by Owner,or be deemed to be included herein as if set forth at length. if 3.3. Owner fails to issue a Notice of Award to Bidder any provision of this Bond conflicts with any applicable within the time specified in the Bidding statute, then the provision of said statute shall govern and Documents(or any extension thereof agreed to in the remainder of this Bond that is not in conflict therewith writing by Bidder and,if applicable,consented to shall continue in full force and effect, by Surety when required by Paragraph 5 hereof). 11, The term "Bid" as used herein includes a Bid,offer,or 4, Payment under this Bond will be due and payable upon proposal as applicable. default by 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 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 Bid due date. i 10059730 City of Bozeman Small Works Project No. I- BID BOND 00410-2 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A01h POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 231908 Certificate No. 007188197 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint John D.Leaf,Chris Jermunson,Jamie M.Roe,Billy J.Bolt,Kaye U.Muzzana,Kristin A.Piccioni,Brooke A.Gayness,Brady Leaf,Michelle Schermerhorn,and Kimberly Hodson of the City of Great Falls State of Montana their true and lawful Attorneys)-irr-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this. 13th f day of April 2017 I Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company p�you,��po+"� S� 7(� � f �C'p"rOgA)�4 ?G`• `(� f� 'r aF `i!' ,�4� -d G( ,� }h PltbfIPORAtED `�• �f�' �`t' 4`tA"tORgrf;� w � t v e 2 0 1977 � "� � -• ]'^ a� —._ s o W HaArvotro, a tunrrorv, rs "�aano �'sd�rr as �-1 � ^�• �� �•�, �\S8JLY�D y c �-^•''�' jry. �,� tad" �,�^ `v"�ri<< °'S•;-j'Nia $fir••....,.:Sys �v. 'aa►� �►i yea State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 13th day of April 2017 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, effl;wR In Witness Whereof,I hereunto set my hand acid official seal.My Commission expires the 30tb day of June,2021. Marie C.Tetreaul4 Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: f I , RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bard,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Fanningtan Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine htsurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25TH day of JULY 20 1 . Kevin E.Hughes,Assistant Secteuu'y M YC01{ Up � C. ? '✓' �' G ci �, wC-0RPA44IfD '+`� - 5. a1 ar�:� wee❑P@nR7t r� b � `d Y cl 9 R Z q '�977 - � �° "' �"^ _•^ r n a. NAflTitk�1, �tV:4T78tC;1 < ����"'�G To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact its at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SECTION 00411 CONTRACTOR'S COMPLIANCE STATEMENT (EXECUTIVE ORDER 11246) (TO BE EXECUTED AND PROVIDED WITH BID FORM) Date 08/01/2017 This statement relates to a proposed contract with the City of Bozeman,Montana. I have_X I have not participated in a previous contract or subcontract subject to Executive Order 11246 (regarding equal employment Vnity) or a preceding similar Executive Order. John Williams /nSr Signature of Bidder or P ospe live Contractor 5713 W. Garden Sprit s Road Address Spokane, WA 99224 City,State,Zip Code 509-455-9195 Telephone Number 10059730 City of Bozeman Small Works Project No. 1 - CONTRACTOR'S COMPLIANCE STATEMENT 0041 1- 1 SECTION 00460 NONCOLLUSION AFFIDAVIT (TO BE EXECUTED AND PROVIDED WITH BID FORM) STATE OFF Washington ) SS COUNTY OF Spokane ) John Williams being first duly sworn,deposes and says that he is Sole Owner (sole owner,a ppartner, president,secretary,etc.)of Williams Brother Construction LLC the party making the foregoing bid; that such bid is not made in the interest of or on behalf of any undisclosed person,partnership, company, association,organization,or corporation;that such bid is genuine and not collusive or sham; that said Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded,conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, nor that anyone shall refrain from bidding; that said Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of said Bidder or any other Bidder, nor to fix any overhead, profit, or cost element of such bid price, nor of that of any other Bidder, nor to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true; and, further, that said Bidder has not directly or indirectly, submitted his bid price or any breakdown thereof, nor the contents thereof, nor divulged information or data relative thereto, nor paid and will not pay fee in connection therewith to any corporation,partnership,company, association, organization, bid depository, nor to any member or agent thereof, nor to any other individual except to such person or persons as have a partnership or other financial interest with said Bidder in his general business. Signed- Title: oh Williams - Owner G l /'1d V' Subscribed and sworn to before me this 1 St day of August ,2017. (SEAL) 1 N��'ji� Notary Public U� NOTARY �cn PUBLIC 9 p T 05 tips v FwasN�� 10059730 City of t3ozeman Small Works Prgject No. I - NONCOLLUSION AFFIDAVIT 00460- 1 SECTION 00480 INFORMATION REQUIRED OF BIDDERS The undersigned certifies that Williams Brother Construction LLC (Bidder)is regularly engaged in the general class and type of work called for in the City of Bozeman WRF Small Works Project No. 1 at the Wastewater Reclamation Facility and that Bidder has the appropriate knowledge, skills, experience, resources, and licenses to successfully complete the work. The undersigned further acknowledges that Bidder is aware that there are certain peculiar and inherent conditions existent in the construction or installation of the work, which may create unusual or peculiar unsafe conditions hazardous to persons and property and that Bidder has the skills and experience to foresee and to adopt protective measures to adequately and safely perform the work with respect to such hazards associated with work at a municipal wastewater treatment plant. The Bidder shall provide complete and accurate information to the following requests as specified in the Instructions to Bidders,Failure to do so may render the Bid unresponsive and may result in rejection of the Bid. Use additional sheets if necessary. A. BIDDER(CONTRACTOR)INFORMATION /Limited Liability Company 1. Firm Name: Williams Brother Construction LLC Check One: ❑ Corporation (as it appears on license) ❑ Partnership ❑ Sole Prop. 2. Contact Person: Barry Curtis 3, Address: 1123 Cerise Rand Billings, MT 59103 4. Phone: 406-259-9395 Fax: 406-248-6695 If firm is a sole proprietor or partnership: Limited Liability Company 5. Owner(s)of Company John Williams Contractor's License Number(s)(License No./Class/Type/Categories): Contractor Registration No. 146045/ Employer 6. Name of Contractor(s)representative who inspected the City of Bozeman WRF site as part of the optional pre-bid conference. Clay Pipinich Date of Inspection: 07/1/2017 7. Name,address,and telephone number of surety company and agent who will provide required bonds for this Contract: Travelers Casualty and Surma Company of America, One Tower Square Hartford, CT 06183-6014 A ent: Hub Int'l 100 Park Drive south, Great Falls, MT 59401. John Leaf(406)453-1464 1959730 City of Bozeman Small Works Project No. I- INFORMATION REQUIRED OF BIDDERS 00480-I 8. NAME OF THE PROPOSED PROJECT SUPERINTENDENT: Clay Pipinich 9. THE BIDDER SHALL LIST BELOW THE NAME,BUSINESS ADDRESS, AND CONTRACTOR(S)'S LICENSE NUMBER,IF ANY,OF EACH SUBCONTRACTOR WHO WILL BE WORKING ON THIS PROJECT WITH A MINIMUM VALUE OF THE SUBCONTRACT OF$50,000 OR GREATER,IN ADDITION TO THE NATURE AND VALUE OF WORK ASSIGNED TO EACH SUBCONTRACTOR. NO CHANGES OR SUBSTITUTIONS WILL BE ALLOWED WITHOUT WRITTEN APPROVAL OF THE OWNER. NAME: �S.Y\t�.2 'C ��Q( _.__®®__ VALUE: NAME: VALUE: NAME: VALUE: NAME: VALUE: NAME: VALUE: NAME: VALUE: NAME: VALUE: 10059730 City of Bozeman Small Works Project No. I - INFORMATION REQUIRED OF BIDDERS 00480- NAME: VALUE: NAME: VALUE: NAME: VALUE: NAME: VALUE: 10059730 City of Bozeman Small Works Project No. I- INFORMATION REQUIRED OF BIDDERS 00480-3 B. ESSENTIAL REQUIREMENTS FOR DETERMINATION OF RESPONSIBILITY Contractor shall provide satisfactory responses to the following questions to be considered for the City's use in determining the lowest responsible bid: 1. Contractor has appropriate technical experience with at least three comparable projects within the past 10 years involving rehabilitation or modifications of water and/or wastewater mechanical treatment plants with capacities of 5 mgd or greater and a minimum construction cost of$10 million or greater. See Article D of this Section. ® Yes ❑ No 2, Contractor possesses a valid and current public works Contractor's license for the project or projects for which it intends to submit a bid. K] Yes ❑ No 3. Contractor has a liability insurance policy with a policy limit of at least $5,000,000 per occurrence and $5,000,000 aggregate. ® Yes ❑ No 4. Contractor has current workers' compensation insurance policy as required by the Chapter 39-71 MCA. f Yes ❑ No ❑Contractor is exempt from this requirement,because it has no employees 5. Contractor has attached their latest copy of a reviewed or audited financial statement with accompanying notes and supplemental information. ® Yes ❑ No 6. Contractor has attached a notarized statement from an admitted surety insurer authorized to issue bonds in the State of Montana, which states: (a) that Contractor's current bonding capacity is sufficient for the project; (b) Contractor's current available bonding capacity? ® Yes ❑ No NOTE: Notarized statement must be from the surety company,not an agent or broker. 7. Has your contractor's license been revoked at any time in the last five years? ❑ Yes [X No 8. Has a surety firm completed a contract on your behalf,or paid for completion because your firm was default terminated by the project owner within the last five(5)years? ❑ Yes ® No 9. At the time of submitting this pre-qualification form, is your firm ineligible to bid on or be awarded a public works contract, or perform as a subcontractor on a public works contract? ❑ Yes ® No If the answer is"Yes,"state the beginning and ending dates of the period of debarment: 10. At any time during the last five years,has your firm,or any of its owners or officers been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract? ❑ Yes f'l No C. HISTORY OF THE BUSINESS AND ORGANIZATIONAL PERFORMANCE—INFORMATIONAL QUESTIONS 10059730 City of Bozeman Small Works Project No. 1- INFORMATION REQUIRED OF BIDDERS 00480-4 i 1. Has there been any change in ownership of the firm at any time during the last five years? NOTE:A corporation whose shares are publicly traded is not required to answer this question. ❑ Yes KI No If"yes,"explain on a separate signed page. 2. Is the firm a subsidiary,parent, holding company or affiliate of another construction firm? NOTE: Include information about other firms if one firm owns 50 per cent or more of another,or if an owner,partner,or officer of your firm holds a similar position in another firm. ❑ Yes ® No If"yes,"explain on a separate signed page. 3. Are any corporate officers, partners or owners connected to any other construction firms. NOTE: Include information about other firms if an owner, partner,or officer of Your firm holds a similar position in another firm. ❑ Yes KI No If"yes,"explain on a separate signed page. 4. State your firm's gross revenues for each of the last three years: 2016 $12,621,462 2015 $6,229,080 2014 $14,466,941 5. List all construction license numbers,including Montana license numbers,classifications,type,category,and expiration dates of the Montana contractor licenses field by your firm: MT Contractors• 146045/Employer/Ex .. 01� 21/2017 6. If any of your firm's license(s)are held in the name of a corporation or partnership,list below the names of the qualifying individual(s) listed on the state licensing board records who meet(s) the experience and examination requirements for each license. 7. Has the Applicant changed names or license number in the past five years? ❑ Yes ® No If"yes,"explain on a separate signed page,including the reason for the change. 8. Has any owner, partner or(for corporations)officer of your firm operated a construction firm under any other name in the last five years? ❑ Yes bj No If"yes,"explain on a separate signed page, including the reason for the change. 9. Is your firm currently the debtor in a bankruptcy case? ❑ Yes U No 10059730 Cily of Bozeman Small Works Project No. 1 - INFORMATION REQUIRED OF BIDDERS 00480-5 If"yes,"please attach a copy of the bankruptcy petition,showing the case number,and the date on which the petition was filed. 10, Was your firm in bankruptcy at any time during the last five years? (This question refers only to a bankruptcy action that was not described in answer to question 10,above) ❑ Yes ❑J No If"yes,"please attach a copy of the bankruptcy petition,showing the case number and the date on which the petition was filed,and a copy of the Bankruptcy Court's discharge order, or of any other document that ended the case,if no discharge order was issued. 11. Has any state license held by your firm or its Responsible Managing Employee(RME)or Responsible Managing Officer(RMO)been suspended within the last five years? ❑ Yes FK] No If"yes,"please explain on a separate signed sheet. 12. At any time in the last 10 years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with a public owner? ❑ Yes ® No If yes,explain on a separate signed page,identifying all such projects by owner,owner's address,the date of completion of the project,amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 13. In the last 10 years has your firm,or any firm with which any of your company's owners,officers or partners was associated, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? NOTE: "Associated with"refers to another construction firm in which an owner,partner or officer of your firm held a similar position,and which is listed in response to question lc or I on this form. ❑ Yes ® No If"yes,"explain on a separate signed page. State whether the firm involved was the firm applying for pre-qualification here or another firm. Identify by name of the company,the name of the person within your firm who was associated with that company,the year of the event,the owner of the project,the project and the basis for the action. 14. In the last 10 years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder? ❑ Yes 5� No If"yes,"explain on a separate signed page. Identify the year of the event,the owner,the project and the basis for the finding by the public agency. 15. In the past 10 years has any claim against your firm concerning your firm's work on a construction project been filed in court arbitration or mediation? ❑ Yes F�1, No If"yes,"on separate signed sheets of paper identify the claim(s)by providing the project name,date of the claim,name of the claimant,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim(pending or, if resolved,a brief description of the resolution). 10059730 City of Bozeman Small Works Project No. I- INFORMATION REQU[RED OF BIDDERS 00450-6 16. In the past 10 years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court,arbitration,or mediation? ❑ Yes NJ No If"yes,"on separate signed sheets of paper identify the claim by providing the project name,date of the claim,name of the entity(or entities)against whom the claim was filed,a brief description of the nature of the claim,the court in which the case was filed and a brief description of the status of the claim(pending,or if resolved, a brief description of the resolution). 17. At any time during the past 10 years,has any surety company made any payments on your firm's behalf as a result of a default,to satisfy any claims made against a performance or payment bond issued on your firm's behalf,in connection with a construction project,either public or private? ❑ Yes ® No If"yes," explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant,the date of the claim,the grounds for the claim,the present status of the claim,the date of resolution of such claim if resolved,the method by which such was resolved if resolved,the nature of the resolution and the amount,if any, at which the claim was resolved. 18. Has your firm or any of its owners,officers or partners ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? ❑ Yes K] No If"yes,"explain on a separate signed page,including identifying who was involved,the name of the public agency,the date of the investigation and the grounds for the finding. 19. Has your firm or any of its owners,officers or partners ever been convicted of a crime involving any federal, state,or local law related to construction? ❑ Yes R] No If"yes,"explain on a separate sighed page,including identifying who was involved,the name of the public agency,the date of the conviction and the grounds for the conviction. 20. Has your firm or any of its owners,officers or partners ever been convicted of a federal,state or local crime of fraud,theft,or any other act of dishonest),? ❑ Yes ® No If"yes,"identify on a separate signed page the person or persons convicted,the court(the county if a state court,the district or location of the federal court),the year and the criminal conduct. 21. During the last five years,has your firm ever been denied bond coverage by a surety company,or has there ever been a period of time when your firm had no surety bond in place during a public construction project when one was required? ❑ Yes ® No If yes,provide details on a separate signed sheet indicating the date when your firm was denied coverage and the name of the company,or companies,which denied coverage;and the period during which you had no surety bond in place. 22. Has any state OSHA or federal OSHA cited and assessed penalties against your firm for any"serious," "willful"or"repeat"violations of its safety or health regulations in the past five.years? (NOTE:If you have filed an appeal of a citation,and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal,you need not include information about it.) 10059730 City of Bozeman Small works Project No. 1- INFORMATION REQUIRED OF BIDDERS 00480-7 ❑ Yes FK] No If"yes,"attach a separate signed page describing the citations,including information about the dates of the citations,the nature of the violation,the project on which the citation(s)was or were issued,the amount of penalty paid,if any.If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued,state the case number and the date of the decision. 23. Has the EPA or any State or Local regulatory agency(Air Quality Management District,state Department of Environmental Quality,etc.)cited and assessed penalties for any environmental regulation against either your firm or the owner of a project on which your firm was the contractor,in the past five years? (NOTE;If you have filed an appeal of a citation and the Appeals Board has not yet ruled on your appeal,or if there is a court appeal pending,you need not include information about the citation.) ❑ Yes No If"yes,"attach a separate signed page describing each citation. 24. Within the last 10 years has there ever been a period when your firm had employees but was without workers' compensation insurance or state-approved self-insurance or was exempt? ❑ Yes Kj No If"yes,"please explain the reason for the absence of workers' compensation insurance on a separate signed page. If "No," please provide a statement by your current workers' compensation insurance carrier that verifies periods of workers'compensation insurance coverage for the last five years.(If your firm has been in the construction business for less than five_years,provide a statement by your workers'compensation insurance carrier verifying continuous workers' compensation insurance coverage for the period that your firm has been in the construction business.) I,the undersigned,certify and declare that 1 have read all the foregoing answers to this request for information and know their contents, The matters stated in the request answers are true of my own knowledge and belief, except as to those matters stated on information and belief, and as to those matters I believe them to be true.I declare under penalty of perjury under the laws of the State of Montana that the foregoing is correct. SIGNED this 1 St day of August 2017. Williams Brother Construction LLC Name c Compar y , . 6,4j III, ure of Certifying fficial Williams Name of Certifying Official Owner/General Manager Title 10059730 City of Bozeman Small works Project No. 1 - INFORMATION REQUIRED OF BIDDERS 00480-8 SECTION 00490 NON-DISCRIMINATION AFFIRMATION FORM Williams Brother Construction LLC. [name of entity bidding] hereby affirms it will not discriminate on the basis of race,color,religion,creed, sex,age,marital status,national origin,or because of actual or perceived sexual orientation,gender identity,or disability in the performance of work performed for the City of Bozeman,if a contract is awarded to it,and also recognizes the eventual contract,if awarded,will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the Williams Brother Construction LLC [name of entity bidding] employees and to all subcontracts it enters into in the performance of the agreement with the City of Bozeman. Signature of Bidder:' nIzrlh authorized to sign on behalf of the bidder Williams - Owner/General Manager 10059730 City of Bozeman Small Works Project No.I - NON-DISCRIMINATION AFFIRMATION FORM 00490- 1 Rick Shanholtz Account Executive TRAVELEM Travelers Bond Construction Services (509)835-7559 (509)835-7566(fax) 707 W. Main, Suite 300 Spokane,WA 99201 July 27, 2017 City of Bozeman 411 E. Main St. Bozeman,Mt. 59715 Re; City of Bozeman—WRF Small Works Project No. 1 Williams Brother Construction, LLC To Whom It May Concern, It has been the privilege of Travelers Casualty and Surety Company of America ("Travelers")' to provide surety bonds for Williams Brother Construction, LLC for over 14 years, During that time they have built and we have bonded projects for a wide variety of owners. All Projects were completed in a very satisfactory manner. It is our opinion that Williams Brother Construction, LLC is qualified to perform the above captioned project, which we understand has an estimated value of approximately <$1,000,000. Williams Brother Construction, LLC currently has an available bond program that exceeds $40,000,000. At their request we will give favorable consideration to providing the required performance and payment bonds. Please note that the decision to issue performance and payment bonds is a matter between Williams Brother Construction, LLC and Travelers,and will be subject to our standard underwriting at the time of the final bond request, which will include but not be limited to the acceptability of the contract documents, bond forms and financing. We assume no liability to third parties or to you if for any reason we do not execute said bonds. If you have any questions or need any additional information, - ate to contact me. NOTARY PUBLIC Sincerely, STATE OF WASHINGTON TRAVELERS CASUALTY ANI? SURETY State of DD HOLMAN COMPANY OF AMERICA County of mission Expires 09/14/2020 AllOn this 27 h day of July before me personally -- appeared Rick Shanholtz, known to be the person described in and who executed the foregoing instrument, and acknowledged that he executed the same as his free act and deed. Rick Shanholtz j Account Executive ! Todd Holman, Spokane, WA f Travelers is an A+(Superior)AA. Best rated insurance'company(financial Size Category XIV($2 billion or more). ADDENDUM NO. 1 CITY OF BOZEMAN WATER RECLAMATION FACILITY SMALL WORKS PROJECT NO. 1 PART 1 —GENERAL 1.01 SCOPE A. This addendum forms a part of the Bidding and Contract Documents and modifies the Project Manual as described below. B. This Addendum consists of 2 pages and the following attachments: l. Pre-Bid Meeting Sign in Sheet 2. Pre-Bid Meeting Agenda 3. Digester No. 3 Roof Repair Memo 1.02 ACKNOWLEDGEMENT All bidders are required to base their bid upon the information furnished in this Addendum, and acknowledge receipt of this Addendum by signing and dating in the space provided in the Bid Form. PART 2 —PROJECT MANUAL 2.01 SECTION 01010 SUMMARY OF WORK A. To Section 01010, Article 1.2.A, modify line 3. to read as follows: "3. Modifications to Digester No. 3 sludge piping at the Solids Handling Building and repair of Digester No. 3 roof patching." A. To Section 01010, Article 1.5, B,4, insert line b. to read as follows: "b. Digester No. 3 pressure will be brought down to 2" WC by City staff prior to the patching of the roof per the Digester Roof Memo-Addendum No. 1. The City will keep the pressure at 2" WC until epoxy grout has cured." 2.02 SECTION 03348 CONCRETE REPAIR A. To Section 03348, Article 2.1.A2., insert line d to read as follows: "d. Sika corp." B. To Section 03348, Article 2.1.A, insert paragraph 3 to read as follows: "3. Cementitious Grout: a. Sika corp." C. To Section 03348, Article 2.2.13.1, insert paragraph f to read as follows: 07/18/17 Bozeman WRF Small Works Project No. 1 Page 1 Addendum No. 1 "f Sikadur, 32,Hi-Mod" D. To Section 03348, Article 2.2., insert paragraph G to read as follows: "G. Grout: 1. Sika grout 212" END OF ADDENDUM NO. 1 i 07/18/17 Bozeman W"Small Works Project No. 1 Page 2 Addendum No. I o W N yt l 3 O o c� a � 0 N Cl) a v Z r4 r PQ V 1 71 O N M Ln U W J v r� r CL 1 � •� --t- z z x 0-0 W lU { v Q � V v � � s Lr) 00 C s BOZEMAN WRIT SMALL WORKS NO. 1 PROJECT July 17,2017 1:00 PM PREBID CONFERENCE AGENDA ENE l of 3 1. INTRODUCTIONS • Coralynn Revis PE HDR Engineering I Project Engineer • Ben Fennelly PE HDR Engineering,Construction Inspection • Tom Radcliffe,City of Bozeman)WRF Superintendent • Brian Heaston PE,City of Bozeman I Project Manager 2. BID OPENING DATE AND TIME: • 2:00 P.M.Local Time,August 1",2017 City Hall Commission Room DISCUSSION NOTES: 3. SUMMARY OF WORK: • Bid Item No. 1: WAS Pumps • Bid Item No.2: Clarifier Improvements • Bid Item No.3:Digester No. 3 Piping e Bid Item No.4:Hot water piping Term Box 3 • Bid Item No.5:Rehab Digester No. 1 and Digester No.2 • Bid Item No.6: Cleaning of Digester No. 1 DISCUSSION NOTES: 1 4. BID PROPOSAL: • Use forms in Contract Manual • Bid Form • Bid Bond • Bid Security • Contractor's Compliance Statement • Non-collusion Affidavit • Acknowledge all Addendums • Information Required of Bidders, Section 00480 • City of Bozeman Non-Discrimination Affirmation Form.,Section 00490 • Not necessary to turn in entire Contract Manual DISCUSSION NOTES: 5. FUNDING: • City of Bozeman • Wage Rates: Montana State Wage Rates Apply to this project. DISCUSSION NOTES: 6. INTERPRETATIONS OF ADDENDA: • Submittals in Writing or email to the Engineer. Send to Coralynn.ReviSandrinc.coill DISCUSSION NOTES: 7. PERMITS,FEES,&UTILITIES: • Building Permit • Electrical • Mechanical • Plumbing • City of Bozeman Stormwater Permit. DISCUSSION NOTES: 8. TIME OF COMPLETION: • Substantial Completion 180 calendar days • Final Completion 200 calendar days • Liquidated Damages: $500/day DISCUSSION NOTES: 2 9. STAGING AREA: • Parking • Access/egress • Storage DISCUSSION NOTES: 10. CONSTRUCTION SEQUENCE • See Section 01010—Summary of Work DISCUSSION NOTES: 11. MISCELLANEOUS ITEMS/BIDDER QUESTIONS DISCUSSION NOTES: } 15. SITE TOUR 3 Digester No. 3 Roof Repair Memo Bozeman WRF Small Works Project No. 1, Addendum No. 1. The work covered in this memo shall be included in Bid Item No. 3 Lump Sum Bid: Modifications to Digester No. 3 Piping at the Solids Handling Building. The Bid Form is not re-issued to reduce the risk of confusion for the bid. The Digester No. 3 roof has a spalled location in the southeast quadrant of the roof. Attached to this memorandum is Drawing 1100S14, noting the location of the spalling. Work to be included: • City shall lower the pressure in Digester No. 3 to 2"WC to reduce the gas migration through the existing leak. • Contractor shall scarify the spalled location (approximately 6"x 8") and repair per Section 03348 (Addendum No. 1 additions). Contractor shall use Sikadur 32 Hi Mod bonding agent and Sika grout 212 for repair. • Contractor shall complete repair with elastomeric roofdeck coating-GacoFlex U66,Gaco Western, LLC, color U6616-Shale, per manufacturer's repair instructions. a a1 I ti Figure 1.Photo of Spalled Area Note 1: Remove/scarify at 3 or 4 drill locations. Remove excess resilient material before applying bonding agent. IL 4 age 0 � a - Ru. I 1 I 1 1 i I ° Z I I i I I d g P i i I y ap M O O m Z16 C 1 I I I t { i { I 1 4 Q 66 kk& .a z -�� Ito § _ b 1 \ � -73 ^J _ nrmw_wslrb 4//~S�D. �m V S7 ADDENDUM NO. 2 CITY OF BOZEMAN WATER RECLAMATION FACILITY SMALL WORKS PROJECT NO. 1 PART 1—GENERAL 1.01 SCOPE A. This addendum forms a part of the Bidding and Contract Documents and modifies the Project Manual as described below. B. This Addendum consists of 1 page and the following attachments: 1. Current Planholder's List 2. Specification Section 15100- Valves: Basic Requirements 1.02 ACKNOWLEDGEMENT All bidders are required to base their bid upon the information furnished in this Addendum, and acknowledge receipt of this Addendum by signing and dating in the space provided in the Bid Form. PART 2—PROJECT MANUAL 2.01 SECTION 00100 INSTRUCTION TO BIDDERS A. To Section 00100, Article 3.0I.B.4., delete portion of the text that reads: "...and a minimum construction cost of$4 million or greater;" 2.02 SECTION 15100—VALVES: BASIC REQUIREMENTS A. Insert new Section 15100 attached. END OF ADDENDUM NO. 2 07/25/17 Bozeman WRF Small Works Project No. 1 Page 1 Addendum No. 2 Planholders' List for City of Bozeman Bozeman Water Reclamation Facility (WRF) Project No. 1 $50.00 Date Plan# Name, Address,Phone,FAX, & email 7/10 1 Bozeman Builders Exchange exchan�!e(cUburauanplanroom.com 1105 Reeves Rd West 406-586-7653 Bozeman, MT 59718 7/10 2 Williams Brothers Construction taw Lila Da,w tic llc.com Billings,MT 406-259-9395 7/11 3 Gobal Sampson fkaylor a aobalsampson.com 2460 W 26`h Ave, Ste 30-C 303-770-6418 Denver, CO 80211 7/18 4 Construct Connect adkins nwis9ft.com 5 6 7 J y SECTION 00500 CONSTRUCTION AGREEMENT THIS AGREEMENT is dated as of the day of in the year 2017. (effective date),by and between the City of Bozeman,Montana (hereinafter called OWNER)and Williams Brother Construction (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described in the Invitation to Bid and is described in detail in the Contract Documents and the technical construction drawings. ARTICLE 2-THE PROJECT 2.01 The Project for which the Work under the Contract Documents described as the Bozeman Water Reclamation Facility(WRF)Small Works Project No. 1. ARTICLE 3-ENGINEER 3.01 The Project has been designed by: HDR Engineering Inc. 700 SW Higgins Ave, Suite 200 Missoula, MT 59803 who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4-CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. B. The CONTRACTOR agrees to complete the work within the time(s)specified herein. 4.02 Days to Achieve Substantial Completion and Final Payment A. It is assumed for all milestone dates noted below,the Contract Notice to Proceed will occur on or before September 30,2017. 1. All work shall be substantially complete and ready for OWNER's utilization In accordance with Paragraph 1.04. of the General Conditions within 180 calendar days after the date when the Contract time commences to run, as provided In paragraph 2.03 of the General Conditions. 2. All work will be completed and ready for final payment in accordance with Paragraph 14.07.13 of the General Conditions within 200 calendar days after the date when the Contract time commences to run,as provided In paragraph 2.03 of the General Conditions. 10059730 City of Bozeman Small Works Project No. I - CONSTRUCTION AGREEMENT 00500-1 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays,expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $1,000.00 for each day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER$500.00 for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. B. Liquidated damages for unscheduled employment of the ENGINEER shall be paid by the CONTRACTOR to the OWNER as specified in the Bid Form. ARTICLE 5-CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of Eight hundred, thirty-eight thousand and eight hundred dollars ($838,800.00)based on the prices stipulated in the Bid Form and subject to adjustment as provided in the Contract Documents. A. As provided in paragraph 11.01 of the General Conditions,CONTRACTOR agrees that lump sum amount(s) constitute full payment for the work and that these lump sum amount(s) represent a true measure of the labor and materials required to perform the work, including all allowances for overhead, profit, taxes, bonds, insurance,and all other costs for each type and unit of work called for in these Contract Documents. B. As provided in paragraph 11.03 of the General Conditions,estimated unit price quantities used for bidding purposes are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General Conditions. ARTICLE 6-PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions or other portions of the Contract Documents. 6.02 Progress Payments;Retainage A. OWNER shall make progress payments in accordance with Article 14 of the General Conditions on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by the ENGINEER once each month during performance of the Work as provided in paragraphs 6.02.A.I and 6.02.A.2 below. All such progress payments will be measured by the schedule of values established in paragraph 2.05.A of the General Conditions or in the case of Unit Price Work based on the number of units of each bid item completed times the bid unit price in the Unit Price Schedule of the Bid Form for each bid item, or, in the event there is no schedule of values,as provided in the General Conditions: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage of work completed but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold, including but not limited to liquidated damages, in accordance with paragraph 14.02 of the General Conditions: 10059730 City of Bozeman Small Works Project No. 1 - CONSTRUCTION AGREEMENT 00500-2 a. The OWNER shall retain 5% of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents. b. Retainage will be 5% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.02 of the General Conditions). 2.Upon Substantial Completion and at the OWNER's discretion, the amount of retainage may be further reduced if requested by the CONTRACTOR. Reduction of retainage is at the sole discretion of the OWNER. OWNER is not obligated to reduce retainage. Amount of substantial completion payment will be reduced by such amounts as ENGINEER shall determine in accordance with paragraph 14.02.13.5 of the General Conditions and by 100% of ENGINEER's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.07. B. Lien releases shall be required for all project materials and equipment, from subcontractors and suppliers and any other related vendors and subcontractors before final payment is made to Contractor. ARTICLE 7-INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8-CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents (including all Addenda listed in Article 9)and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost,progress,and performance or furnishing of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost,progress,performance,and furnishing of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities), if any,which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. 10059730 City of Bozeman Small Works Project No. I - CONSTRUCTION AGREEMENT 00500-3 E. CONTRACTOR has obtained and carefully studied(or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including any specific means, methods,techniques, sequences, and procedures of construction expressly required by the Contract Documents to be employed by the CONTRACTOR,and safety precautions and programs incident thereto. F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests,studies,and data with the Contract Documents. L CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9-CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement(pages 1 to 6,inclusive); 2. Performance Bond(pages 1 to 2, inclusive); 3. Payment Bond(pages 1 to 2, inclusive); 4. General Conditions(pages 1 to 76,inclusive); 5. Supplementary General Conditions(pages 1 to 14, inclusive); 6. Specifications as listed in the Table of Contents of the Project Manual; 7. Drawings consisting of a cover sheet and 17 additional sheets total 18 inclusive, with each sheet bearing the following general titles: City of Bozeman WRF Small Projects Works No.1 or City of Bozeman Water Reclamation Facility (WRF) 2017 Secondary Clarifiers Improvements. 8. Addenda(numbers 1 to 2, inclusive); 9. Exhibits to this Agreement(enumerated as follows): a. Notice of Award(pages 1 to 1 inclusive). b. CONTRACTOR's Bid Form(pages 1 to 7,inclusive). 10059730 City of Bozeman Small Works Project No. I - CONSTRUCTION AGREEMENT 00500-4 10. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed (pages 1 to 1, inclusive); b. Written Amendments; C. Work Change Directives; d. Change Orders. B. The documents listed in paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). E x C. There are no Contract Documents other than those listedAbove in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.04 of the General Conditions. ARTICLE 10-MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may come due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment,no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants,agreements,and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Other Provisions A. The CONTRACTOR agrees to remedy all defects appearing in the work or developing in the materials furnished and the workmanship performed under this Agreement during the warranty period after the date of final acceptance of the work by the OWNER, and further agrees to indemnify and save the OWNER harmless from any costs encountered in remedying such defects. 10059730 City of Bozeman Small Works Project No. 1- CONSTRUCTION AGREEMENT 00500-5 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed six copies of this Agreement. Two counterpart(s) have been delivered to OWNER, two to CONTRACTOR, one to ENGINEER, and one to the Montana Department of Environmental Quality. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on the date shown on page I (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: Tpy t_oY- lJ LL M 6W(tec v�• Emp 2.3 Ce 2 se � h')wivG3 �'i-C By: By: �� 1i✓/X-ti 6 41-2 A r (Signature) e(s�inature) Attest Attest (Signatur (Signature) Address for giving notices: Address for giving notices: U--h A 'Pt) R��c Ir]3� l 7 'RcS, ,e majn . MT Selq::4 1 13 ►u-)aJ6 s, MT S 9 /07 Phone: Phone: 7 46'2S 9 1 S' [ 39 Facsimile: n.> Facsimile: 7 6 6- G 9 2'18" 6 6 /p s RPORAL] [CORPORATE SEAL] a ti• "- `'__: = Montana Contractors' Registration No MI6 0 ys' * , , 7: y�•f a, ��`. Agen br service oeroceT rr ►S ding all Contract Documents which are a part thereof, is in due form according to the The foregoing Contract,iric7u law, and is hereby approved. By: (Signature) Attorney of the City of Bozeman,Montana (Owner) END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- CONSTRUCTION AGREEMENT 00500-6 EXI)C= tnc%vEEns ioi%i CONNncr DOCU-I EAIS COMINWILE PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Williams Brother Construction,LLC Travelers Casualty and Surety Company of America P.O.Box#1459 One Tower Square Billings,MT 59103 Hartford,CT 06183 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: Eight Hundred Thirty-eight Thousand Eight Hundred And No/100 ($838,800.00) Description(name and location): Bozeman Water Reclamation Facility(WRF)Small Works Project No.l,Bozeman,MT BOND Bond Number: 106791321 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Eight Hundred Thirty-eight Thousand Eight Hundred And No/100($838,800.00) Modifications to this Bond Form: None See Paragraph 16 Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth below,do each cause this Performance Bond to be duly executed by an authorized officer,agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Williams Brother Construction,LLC (seal) Travelers Casualty and Surety Company of America (seal) Contractor's Name Corporate eal Surety's Nam Corp a I BY: / � � By: Signa re Signature ttach power attorney) R �])C.i;,) S John D.Leaf Print Name p,,�! Print Name G" A Y Attorney-In-Fact Title U Title Attest: Attest: ' ature Signature f� 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. 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: HUB INTERNATIONAL MOUNTAIN TATES LIWIiEDt V RENE C. LEVEAUX 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-630,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 EJC"I)C ENGINEERS JOINT CONTRACY DO(:)MENiS COMMITIEE PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): Williams Brother Construction,LLC Travelers Casualty and Surety Company of America P.O.Box#1459 One Tower Square Billings,NIT 59103 Hartford,CT 06183 OWNER(name and address):Cityof Bozeman 121 North Rouse,P.O.Box 1230 Bozeman,MT 59771 CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: Eight Hundred Thirty-eight Thousand Eight Hundred And No/100 ($838,800.00) Description(name and location):Bozeman Water Reclamation Facility(WRF)Small Works Project No.1,Bozeman,MT BOND Bond Number: 106791321 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Eight Hundred Thirty-eight Thousand Eight Hundred And No/100 ($838,800.00) 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 Williams Brother Construction,LLC (seal) Travelers Casualty and Surety Company of America (seal) Contractor's Name and Corporate Seal Surety's Nam;anrpor e By: t W, By: Sig atur Signatupowerofattorney) John D.Leaf Print Name Print Name Attorney-In-Fact Title Title Attest: Attest: Signature Signature / Jdmyx - 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 COUNTERSIGNED: Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, HUB INTERNATIONATL OUNTAIN and American society of Civil Engineers. All rights reserved. 1 of 3 STATES LI TED ,III RENE C. LEVEAUX �LI 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. E1CDC*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 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .A POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America C St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 231908 Certificate No. 007188291 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint John D.Leaf,Chris Jermunson,Jamie M.Roe,Billy J.Bolt,Kaye U.Muzzana,Kristin A.Piccioni,Brooke A.Garness,Brady Leaf,Michelle Schermerhorn,and Kimberly Hodson of the City of Great Falls State of Montana their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. TN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 13th .lay of April 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company pASU,��� vyF\RE 4yj.11 P.�INSUq y JPIfY Aiy° Epp ym.. �\}TYA� .............4.p �5 �(t ^ 4o IIC(kIIbRAtED� ¢- ` 'z„g J%°RPwNA>F m, �W�GORPORATf°1�'1982 o aim 1977 €� �1 ia:' "; a FORo, t slKwirzm catN � a°xne+cF 1 �L't- �v�•.,^ .:Na >�d aer t ..��� �jN State of Connecticut BY L4"- /lie, City of Hartford ss. Robert L.Raney,Senior Vice President On this the 13ti1 day of April 2017 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. GT� ct in Witness Whereof,I hereunto set my hand and official seal. TAR Ay Commission expires the 30th day of June,2021. * AUBU�' * Marie C.Tetreault,Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vic President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect 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 t�', (Ir Kevin E.Hughes,Assistant SecrKtary GASti,��T _oyr'TY(� vy�1RE 4y �� f,\per 60 APE, 4iSgYT r/OAW�Y74C� 4yt! Y'Y"_vJ R y 19Jr1 7;SEALio"} ir,SEAL/: : CCNN. o \ GOhW p m �896 §lky,�" c G� dy:•........%`a'rf '�yv�'•.. •aD#) s a't �3y\».»...•`a�� �i�/�� "'i+*wnum� To verify the authenticity of this Power of Attorney,call 1-800-421-3890 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE License Agreement Before you use this EJCDC document: numeric and other cross-references,and that changes to one part of the document may affect other parts. 1. Read this License Agreement in its entirety.As It is solely your responsibility to assure the adequacy purchaser,you agree to comply with and are bound and consistency of the final document for your by the License Agreement's terms,conditions,and purposes. instructions when you use the attached EJCDC document.Commencement of use of the attached How to Use This Document: document indicates your acceptance of these terms, conditions,and instructions.If you do not agree to 1. Although EJCDC has made reasonable efforts to them,you should promptly return the materials to achieve uniformity of formatting,some document the vendor. controls(e.g.,bold,underline,font size,indentation, numbering,pagination,table of contents)may be 2. This License Agreement applies to the attached affected by software versioning and translators,user document only.Other licensing terms and settings,changes during editing,and other factors, instructions may apply to other EJCDC documents. and may require user intervention to restore intended format and appearance. 3. The Engineers Joint Contract Documents Committee ("EJCDC") provides EJCDC Design and Construction 2. The term"Standard EJCDC Text"for the attached Related Documents(including but not limited to the document generally refers to all text prepared by EJCDC document that is attached, and all other EJCDC in the main body of the document,and does documents in the EJCDC Construction Series, not include covers,logos,footers,instructions,license Engineering Series,Design-Build Series,Remediation agreement,copyright notices,Notes to Users,or text Series, Procurement Series, and Narrative Series) options.The content of document exhibits(if any)is and licenses their use worldwide. You assume sole not Standard EJCDC Text for this purpose. responsibility for the selection of specific documents or portions thereof to achieve your intended results, 2. If you do not alter the Standard EJCDC Text of the and for the installation, use, and results obtained attached document,you may use it as published,with from EJCDC Design and Construction Related all EJCDC logos,footers,and copyright notices Documents. retained. 4. You acknowledge that you understand that the text 3. If you modify the Standard EJCDC Text of the of the EJCDC Design and Construction Related attached document,you must follow the following Documents has important legal consequences and instructions that address if,when,and how to show that consultation with an attorney is recommended the changes to other parties. with respect to use or modification of the text. You further acknowledge that EJCDC documents are 4. During the drafting or negotiating process for the protected by the copyright laws of the United States. document, it is important that the two contracting parties are both aware of any changes that have been 5. Make sure that you have the correct word processing made to the Standard EJCDC Text. Thus if a draft of software for the attached EJCDC document,which is the document purports to be or appears to be an distributed in Microsoft Word(.doc)format. EJCDC document, the user must plainly show all changes to the Standard EJCDC Text, using "Track 6. EJCDC allows the end user wide discretion in using Changes" (redline/strikeout), highlighting, or other and editing the attached document,subject to the means of clearly indicating additions and deletions. provisions of the License Agreement. You are advised,however,that EJCDC documents contain 5. As between contracting parties,once the document is Note,however,that the text that is selected(which in ready to be finalized (and if applicable executed by this scenario is in the main body of the document and the contracting parties), it is no longer necessary to not in an exhibit)is Standard EJCDC Text,and any continue to show changes to the Standard EJCDC revision or alteration of the text that is selected is Text. The parties may produce a final version of the subject to the License Agreement requirement that document in a format in which all changes are additions or deletions to Standard EJCDC Text be accepted, and the document at that point does not shown clearly. need to include any "Track Changes," redline/strikeout, highlighting, or other indication of 10. The License Agreement typically is removed when a additions and deletions to the Standard EJCDC Text. document is being prepared for use on a specific project.Such removal is not subject to the License 6. If the attached document is revised or altered and Agreement requirement that additions or deletions to then presented to others(such as potential bidders, Standard EJCDC Text be shown clearly,and therefore grant agencies,lenders,or sureties)as an EJCDC does not need to be shown with highlighting, document,then the changes to the Standard EJCDC redline/strikeout,or other means of tracking changes, Text must be shown,or the third parties must receive at any point in the drafting process. The terms of the access to a version that shows the changes. License Agreement remain in effect regardless of whether it has been removed or remains attached to 7. The attached EJCDC document may contain"Notes to the document. User,"bracketed comments,or prompts that provide instructions for filling in project-specific information, 11. When a document is being prepared for use on a selecting the appropriate clause from a list of options, specific project,some users remove the EJCDC front or making additions or deletions,or that give cover page,and the"inside front cover page" background information regarding a particular containing specific information regarding the EJCDC provision.The user may(and in most cases should) sponsoring organizations.Such removal is not subject delete these notes,comments,and prompts during to the License Agreement requirement that additions the drafting process.Deletion of such notes, or deletions to Standard EJCDC Text be shown clearly, comments,and prompts is not subject to the License and therefore does not need to be shown with Agreement requirement that additions or deletions to highlighting,redline/strikeout,or other means of Standard EJCDC Text be shown clearly,and therefore tracking changes,at any point in the drafting process. does not need to be shown with"Track Changes," redline/strikeout,highlighting,or other means of 12. As purchaser of the attached document,you may indicating changes,at any point in the drafting choose to use it as the basis or platform for creating process. purchaser's own custom version.In such case you must remove all EJCDC logos,footers,and other items 8. The attached EJCDC document may contain exhibits that might create the false impression that the that are to be used to set out project-specific document remains an EJCDC standard document,and provisions,such as scope of services,compensation, the requirements regarding the need to show and insurance requirements.These exhibits are additions and deletions to the Standard EJCDC Text meant to be revised,supplemented,and altered by no longer apply.Note,however,that the copyright the user,or discarded if not applicable to the specific requirements of the License Agreement continue to project.The text of the various exhibits is not apply. considered Standard EJCDC Text and is not subject to the License Agreement requirement that additions or 13. A purchaser may choose to select clauses or sections deletions to the Standard EJCDC Text be shown of the attached document for inclusion in other non- clearly,and therefore does not need to be shown EJCDC documents.When this occurs,do not use any with"Track Changes,"redline/strikeout,highlighting, EJCDC logos,footers,or other items that would imply or other means of indicating changes,at any point in that the receiving document is an EJCDC document. the drafting process. Note,however,that the copyright requirements of the License Agreement continue to apply. 9. In a few instances the EJCDC Notes to User will instruct the user of a document to choose one of two Limited License: or more text options in the main body of the document.In such cases the options that are not As purchaser,you have a limited nonexclusive license to: selected should be discarded or deleted,and not included in the final version of the document.Such 1. Use the attached EJCDC document on any number of discarding or deletion of text options is not subject to machines owned,leased,or rented by your company the License Agreement requirement that additions or or organization. deletions to Standard EJCDC Text be shown clearly, and therefore does not need to be shown with 2. Use the attached EJCDC document for bona fide highlighting,redline/strikeout,or other means of contractual and project purposes. Such purposes tracking changes,at any point in the drafting process. expressly include controlled distribution to bona fide bidders and proposers,either through direct Document,in printed or machine-readable format for transmittal in printed or electronic format or posting resale,and any resale of this document in any format, on a website or other electronic distribution point to are expressly prohibited.Making the attached EJCDC which access is limited to bona fide bidders and document or any other EJCDC Design and proposers or others having direct interest in the Construction Related Document,in whole or in part, contract or project. available or accessible on an uncontrolled,public- access website or other uncontrolled electronic 3. Copy the attached EJCDC document into any distribution point—in any format whatever,whether machine-readable or printed form for backup or with or without watermarks,as a Microsoft Word modification purposes in support of your use of the document or in portable document format(PDF)—is document. expressly prohibited. You further agree: 5. As an EJCDC limited licensee you may seek advance written permission from the EJCDC Copyright 1. To comply with all terms,conditions,and instructions Administrator to use the attached EJCDC document in this License Agreement. for educational purposes,subject to terms and conditions to be established by the Copyright 2. That all proprietary and intellectual property rights in Administrator for the specific educational use. the attached EJCDC document and all other EJCDC Design and Construction Related Documents are and Term: shall remain the property of EJCDC and its sponsoring organizations. This license is effective for three years after date of purchase,or six years after the last day of the year of 3. To include the appropriate EJCDC copyright notice issuance for the attached document(shown in the (selected from the versions below)on any copy, copyright notice),whichever occurs later,and shall modified or finalized version,or portion of the terminate at that time,unless earlier terminated as attached EJCDC document.For this document,at a provided herein,or unless EJCDC extends the term of this minimum one of the following EJCDC copyright license to you,in writing,or publishes on the ejcdc.org notices must appear in a prominent location: website or the websites of the National Society of Professional Engineers,American Council of Engineering If the standard EJCDC text is not altered,then Companies,and American Society of Civil Engineers,an use the copyright that is already stated in the applicable extension of the term of license for a certain published document: period of time for bona fide contractual and project or other authorized uses. You agree upon termination to ■ Copyright©[EJCDC document date] destroy the attached EJCDC Design and Construction National Society of Professional Engineers, Related Document along with all copies,modifications and American Council of Engineering merged portions in any form(except those copies already Companies,and American Society of Civil in actual project or contract use,or maintained in files or Engineers.All rights reserved. records of completed projects). If the standard EJCDC text has been altered,or if EJCDC reserves the right during the term of this only portions of the EJCDC document have been agreement to provide access to the purchased document used,then use the following copyright notice: through alternative means,based on improvements or changes in technology,or to transition the document to ■ This document is a MODIFIED version of secure document platforms or other formats,while EJCDC Z-xxx,Copyright©20xx by the maintaining user's access privileges. National Society of Professional Engineers, American Council of Engineering EJCDC from time to time publishes new,updated editions Companies,and American Society of Civil of the EJCDC Design and Construction Related Engineers,or is based in part on excerpts Documents.EJCDC highly recommends the use of the from copyrighted EJCDC documents.Those most current editions of its documents. EJCDC may,at its portions of the text that originated in sole discretion,withdraw from authorized use any copyrighted EJCDC documents remain document that has been subsequently updated and for subject to the copyright. which the license has expired. 4. To not use,copy,modify,or transfer the attached You may terminate the license at any time by destroying EJCDC document or any other EJCDC Design and the attached EJCDC document together with all copies, Construction Related Documents,or any copy, modifications and merged portions in any form(except modification or merged portion,in whole or in part, those copies already in actual project or contract use,or except as expressly provided for in this license. maintained in files or records of completed projects).It Reproduction of the attached EJCDC document,or will also terminate upon conditions set forth elsewhere in any other EJCDC Design and Construction Related this License Agreement or if you fail to comply with any Some states do not allow the limitation or exclusion of term or condition of this License Agreement. liability for incidental or consequential damages,so portions of the above limitation or exclusion may not Limited Warranty: apply to you. If EJCDC has distributed this document on a compact disc, General: then EJCDC warrants the CD on which this document is furnished to be free from physical defects in materials and You may not sublicense,assign,or transfer this license workmanship under normal use for a period of ninety except as expressly provided in this License Agreement. (90)days from the date of delivery to you as evidenced by Any attempt otherwise to sublicense,assign,or transfer a copy of your receipt. any of the rights,duties,or obligations hereunder is void. If you transfer or purport to transfer such rights,duties, There is no other warranty of any kind,either express or or obligations to another party,your license is implied,including,but not limited to the implied automatically terminated. warranties of merchantability and fitness for a particular purpose.Some states do not allow the exclusion of This License Agreement shall be governed by the laws of implied warranties,so the above exclusion may not apply the State of Virginia.If you have any questions concerning to you.You may also have other rights which vary from this License Agreement,or any requests or inquiries state to state. regarding the EJCDC copyright,you may contact EJCDC by writing to: EJCDC does not warrant that the functions contained in EJCDC Design and Construction Related Documents will EJCDC Copyright Administrator meet your requirements or that the operation of EJCDC c/o National Society of Professional Engineers Design and Construction Related Documents will be 1420 King Street uninterrupted or error free. Alexandria,VA 22314 Phone:(703)684-2845 Limitations of Remedies: Fax: (703)836-4875 e-mail:aschwartz@nspe.org EJCDC's entire liability and your exclusive remedy shall be: You acknowledge that you have read this License 1. the replacement of the CD(if any)distributed by Agreement,understand it and agree to be bound by its EJCDC,containing this document,provided such CD terms and conditions.You further agree that it is the does not meet EJCDC's"Limited Warranty"and is complete and exclusive statement of the License returned to EJCDC's selling agent with a copy of your Agreement and supersedes any proposal or prior receipt,or agreement,oral or written,and any other communications between us relating to the subject matter of this License 2. if EJCDC's selling agent is unable to deliver a Agreement. replacement CD which is free of defects in materials and workmanship,you may terminate this Agreement by returning EJCDC Document and your money will be refunded. As purchaser,you assume full responsibility for Information regarding the content of the attached EJCDC determining the suitability of this document to your document and other EJCDC Design and Construction purposes,and for the application and use of this Related Documents may be obtained at ejcdc.org or from document for contract or project purposes.To the fullest the following EJCDC sponsoring organizations: extent permitted by law,in no event will EJCDC,its sponsoring organizations,its committee members, National Society of Professional Engineers attorneys,consultants,authorized vendors,or advisors,or 1420 King Street,Alexandria,VA 22314-2794 their respective staff members,employees,agents,or (703)684-2882 contractors,be liable to you or any other party for any www.nspe.org damages,including any lost profits,lost savings, contractual liabilities,disappointed commercial American Council of Engineering Companies expectations,economic loss,or other direct,incidental,or 1015 15th Street N.W.,Washington,D.C. 20005 consequential damages arising out of the content, (202)347-7474 unenforceability,insufficiency,inadequacy,use or inability www.acec.org to use the attached EJCDC document or any other EJCDC Design and Construction Related Documents,even if American Society of Civil Engineers EJCDC has been advised of the possibility of such damages, 1801 Alexander Bell Drive,Reston,VA 20191-4400 or for any claim by any other party. (800)548-2723 www.asce.org This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by EJCDC .-._ ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE Issued and Published Jointly by ACEC AmLRICAN COUNCIL ou ENGINEERING COMPANIES ASCE AMERICAN SOCIETY OF CIVIL ENGINEERS National Society of Professional Engineers® EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. These General Conditions have been prepared for use with the Agreement Between Owner and Contractor for Construction Contract (EJCDC° C-520, Stipulated Sum, or C-525,Cost-Plus, 2013 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. To prepare supplementary conditions that are coordinated with the General Conditions, use EJCDC's Guide to the Preparation of Supplementary Conditions (EJCDC® C-800, 2013 Edition). The full EJCDC Construction series of documents is discussed in the Commentary on the 2013 EJCDC Construction Documents (EJCDC®C-001, 2013 Edition). Copyright © 2013: National Society of Professional Engineers 1420 King Street,Alexandria,VA 22314-2794 (703) 684-2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W.,Washington, DC 20005 (202)347-7474 www.acec.org American Society of Civil Engineers 1801 Alexander Bell Drive, Reston,VA 20191-4400 (800)548-2723 www.asce.org The copyright for this document is owned jointly by the three sponsoring organizations listed above. The National Society of Professional Engineers is the Copyright Administrator for the EJCDC documents; please direct all inquiries regarding EJCDC copyrights to NSPE. NOTE: EJCDC publications may be purchased at www.eicdc.oM, or from any of the sponsoring organizations above. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1—Definitions and Terminology......................................................................................... 1 1.01 Defined Terms........................................................................................................................1 1.02 Terminology...........................................................................................................................5 Article2—Preliminary Matters....................................................................................................... 6 2.01 Delivery of Bonds and Evidence of Insurance........................................................................6 2.02 Copies of Documents.............................................................................................................6 2.03 Before Starting Construction .................................................................................................6 2.04 Preconstruction Conference; Designation of Authorized Representatives...........................7 2.05 Initial Acceptance of Schedules .............................................................................................7 2.06 Electronic Transmittals...........................................................................................................7 Article 3—Documents: Intent, Requirements, Reuse .................................................................... 8 3.01 Intent......................................................................................................................................8 3.02 Reference Standards..............................................................................................................8 3.03 Reporting and Resolving Discrepancies.................................................................................8 3.04 Requirements of the Contract Documents............................................................................9 3.05 Reuse of Documents............................................................................................................10 Article 4—Commencement and Progress of the Work................................................................ 10 4.01 Commencement of Contract Times; Notice to Proceed......................................................10 4.02 Starting the Work.................................................................................................................10 4.03 Reference Points..................................................................................................................10 4.04 Progress Schedule................................................................................................................10 4.05 Delays in Contractor's Progress...........................................................................................11 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions..................................................................................................................................... 12 5.01 Availability of Lands .............................................................................................................12 5.02 Use of Site and Other Areas.................................................................................................12 5.03 Subsurface and Physical Conditions.....................................................................................13 5.04 Differing Subsurface or Physical Conditions........................................................................14 5.05 Underground Facilities.........................................................................................................15 EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page i 5.06 Hazardous Environmental Conditions at Site.......................................................................17 Article 6—Bonds and Insurance ................................................................................................... 19 6.01 Performance, Payment, and Other Bonds...........................................................................19 6.02 Insurance—General Provisions............................................................................................19 6.03 Contractor's Insurance.........................................................................................................20 6.04 Owner's Liability Insurance..................................................................................................23 6.05 Property Insurance...............................................................................................................23 6.06 Waiver of Rights...................................................................................................................25 6.07 Receipt and Application of Property Insurance Proceeds ...................................................25 Article 7—Contractor's Responsibilities....................................................................................... 26 7.01 Supervision and Superintendence.......................................................................................26 7.02 Labor;Working Hours..........................................................................................................26 7.03 Services, Materials,and Equipment.....................................................................................26 7.04 "Or Equals"...........................................................................................................................27 7.05 Substitutes ...........................................................................................................................28 7.06 Concerning Subcontractors,Suppliers, and Others.............................................................29 7.07 Patent Fees and Royalties....................................................................................................31 7.08 Permits.................................................................................................................................31 7.09 Taxes ....................................................................................................................................32 7.10 Laws and Regulations...........................................................................................................32 7.11 Record Documents...............................................................................................................32 7.12 Safety and Protection...........................................................................................................32 7.13 Safety Representative..........................................................................................................33 7.14 Hazard Communication Programs.......................................................................................33 7.15 Emergencies.........................................................................................................................34 7.16 Shop Drawings,Samples,and Other Submittals..................................................................34 7.17 Contractor's General Warranty and Guarantee...................................................................36 7.18 Indemnification....................................................................................................................37 7.19 Delegation of Professional Design Services.........................................................................37 Article8—Other Work at the Site ................................................................................................ 38 8.01 Other Work..........................................................................................................................38 8.02 Coordination ........................................................................................................................39 8.03 Legal Relationships...............................................................................................................39 EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page ii Article 9—Owner's Responsibilities.............................................................................................. 40 9.01 Communications to Contractor............................................................................................40 9.02 Replacement of Engineer.....................................................................................................40 9.03 Furnish Data.........................................................................................................................40 9.04 Pay When Due......................................................................................................................40 9.05 Lands and Easements; Reports,Tests, and Drawings..........................................................40 9.06 Insurance..............................................................................................................................40 9.07 Change Orders......................................................................................................................40 9.08 Inspections,Tests, and Approvals........................................................................................41 9.09 Limitations on Owner's Responsibilities..............................................................................41 9.10 Undisclosed Hazardous Environmental Condition...............................................................41 9.11 Evidence of Financial Arrangements.............................................................................I......41 9.12 Safety Programs...................................................................................................................41 Article 10—Engineer's Status During Construction......................................................................41 10.01 Owner's Representative.......................................................................................................41 10.02 Visits to Site..........................................................................................................................41 10.03 Project Representative.........................................................................................................42 10.04 Rejecting Defective Work.....................................................................................................42 10.05 Shop Drawings, Change Orders and Payments....................................................................42 10.06 Determinations for Unit Price Work....................................................................................42 10.07 Decisions on Requirements of Contract Documents and Acceptability of Work................42 10.08 Limitations on Engineer's Authority and Responsibilities....................................................42 10.09 Compliance with Safety Program.........................................................................................43 Article 11—Amending the Contract Documents; Changes in the Work......................................43 11.01 Amending and Supplementing Contract Documents ..........................................................43 11.02 Owner-Authorized Changes in the Work.............................................................................44 11.03 Unauthorized Changes in the Work.....................................................................................44 11.04 Change of Contract Price .....................................................................................................44 11.05 Change of Contract Times....................................................................................................45 11.06 Change Proposals.................................................................................................................45 11.07 Execution of Change Orders.................................................................................................46 11.08 Notification to Surety...........................................................................................................47 Article12—Claims.........................................................................................................................47 EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page ill 12.01 Claims...................................................................................................................................47 Article 13—Cost of the Work; Allowances; Unit Price Work........................................................48 13.01 Cost of the Work..................................................................................................................48 13.02 Allowances...........................................................................................................................50 13.03 Unit Price Work....................................................................................................................51 Article 14—Tests and Inspections; Correction, Removal or Acceptance of Defective Work.......52 14.01 Access to Work.....................................................................................................................52 14.02 Tests, Inspections,and Approvals........................................................................................52 14.03 Defective Work.....................................................................................................................53 14.04 Acceptance of Defective Work.............................................................................................53 14.05 Uncovering Work.................................................................................................................53 14.06 Owner May Stop the Work..................................................................................................54 14.07 Owner May Correct Defective Work....................................................................................54 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period..........................55 15.01 Progress Payments...............................................................................................................55 15.02 Contractor's Warranty of Title.............................................................................................58 15.03 Substantial Completion........................................................................................................58 15.04 Partial Use or Occupancy.....................................................................................................59 15.05 Final Inspection....................................................................................................................59 15.06 Final Payment.......................................................................................................................59 15.07 Waiver of Claims..................................................................................................................61 15.08 Correction Period.................................................................................................................61 Article 16—Suspension of Work and Termination....................................................................... 62 16.01 Owner May Suspend Work..................................................................................................62 16.02 Owner May Terminate for Cause.........................................................................................62 16.03 Owner May Terminate For Convenience.............................................................................63 16.04 Contractor May Stop Work or Terminate............................................................................63 Article 17—Final Resolution of Disputes...................................................................................... 64 17.01 Methods and Procedures.....................................................................................................64 Article18—Miscellaneous............................................................................................................64 18.01 Giving Notice........................................................................................................................64 18.02 Computation of Times..........................................................................................................64 18.03 Cumulative Remedies ..........................................................................................................64 EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page iv 18.04 Limitation of Damages.........................................................................................................6S 1O1lS No Waiver ----------.6S � ------------------------------- 18.06 Survival nf Obligations .........................................................................................................6G 18.07 Controlling Law....................................................................................................................6S 18.08 Headings...............................................................................................................................65 � [ ` � EJCoCO C-700(Rev.1),Standard General Conditions m the Construction Contract. � Copyright C 2013 National Society of Professional Engineers,American Council of Engineering companies, ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents, a term printed with initial capital letters, including the term's singular and plural forms, will have the meaning indicated in the definitions below. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument, executed by Owner and Contractor, that sets forth the Contract Price and Contract Times, identifies the parties and the Engineer, and designates the specific items that are Contract Documents. 3. Application for Payment—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Bid—The offer of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 5. Bidder—An individual or entity that submits a Bid to Owner. 6. Bidding Documents—The Bidding Requirements, the proposed Contract Documents, and all Addenda. 7. Bidding Requirements—The advertisement or invitation to bid, Instructions to Bidders, Bid Bond or other Bid security, if any,the Bid Form, and the Bid with any attachments. 8. Change Order—A document which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, or other revision to the Contract, issued on or after the Effective Date of the Contract. 9. Change Proposal—A written request by Contractor, duly submitted in compliance with the procedural requirements set forth herein, seeking an adjustment in Contract Price or Contract Times, or both; contesting an initial decision by Engineer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; challenging a set-off against payments due; or seeking other relief with respect to the terms of the Contract. 10. Claim—(a) A demand or assertion by Owner directly to Contractor, duly submitted in compliance with the procedural requirements set forth herein: seeking an adjustment of Contract Price or Contract Times, or both; contesting an initial decision by Engineer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; contesting Engineer's decision regarding a Change Proposal; seeking resolution of a contractual issue that Engineer has declined to address; or seeking other relief with respect to the terms of the Contract; or (b) a demand or assertion by Contractor directly to Owner, duly submitted in compliance with the procedural requirements set forth herein, contesting Engineer's decision regarding a Change Proposal; or seeking resolution of a contractual issue that Engineer EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 1 of 65 has declined to address. A demand for money or services by a third party is not a Claim. 11. Constituent of Concern—Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous waste, and any substance, product, waste, or other material of any nature whatsoever that is or becomes listed, regulated, or addressed pursuant to (a) the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); (b) the Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; (c) the Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); (d) the Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; (e) the Clean Water Act, 33 U.S.C. §§1251 et seq.; (f) the Clean Air Act, 42 U.S.C. §§7401 et seq.; or(g) any other federal, state, or local statute, law, rule, regulation, ordinance, resolution, code, order, or decree regulating, relating to, or imposing liability or standards of conduct concerning, any hazardous, toxic, or dangerous waste,substance,or material. 12. Contract—The entire and integrated written contract between the Owner and Contractor concerning the Work. 13. Contract Documents—Those items so designated in the Agreement, and which together comprise the Contract. 14. Contract Price—The money that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. . 15. Contract Times—The number of days or the dates by which Contractor shall: (a) achieve Milestones, if any; (b) achieve Substantial Completion; and (c) complete the Work. 16. Contractor—The individual or entity with which Owner has contracted for performance of the Work. 17. Cost of the Work—See Paragraph 13.01 for definition. 18. Drawings—The part of the Contract that graphically shows the scope, extent, and character of the Work to be performed by Contractor. 19. Effective Date of the Contract—The date, indicated in the Agreement, on which the Contract becomes effective. 20. Engineer—The individual or entity named as such in the Agreement. 21. Field Order—A written order issued by Engineer which requires minor changes in the Work but does not change the Contract Price or the Contract Times. 22. Hazardous Environmental Condition—The presence at the Site of Constituents of Concern in such quantities or circumstances that may present a danger to persons or property exposed thereto. The presence at the Site of materials that are necessary for the execution of the Work, or that are to be incorporated in the Work, and that are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract, does not establish a Hazardous Environmental Condition. 23. Laws and Regulations, Laws or Regulations—Any and all applicable laws, statutes, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 65 24. Liens—Charges, security interests, or encumbrances upon Contract-related funds, real property,or personal property. 25. Milestone—A principal event in the performance of the Work that the Contract requires Contractor to achieve by an intermediate completion date or by a time prior to Substantial Completion of all the Work. 26. Notice of Award—The written notice by Owner to a Bidder of Owner's acceptance of the Bid. 27. Notice to Proceed—A written notice by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work. 28. Owner—The individual or entity with which Contractor has contracted regarding the Work, and which has agreed to pay Contractor for the performance of the Work, pursuant to the terms of the Contract. 29. Progress Schedule—A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 30. Project—The total undertaking to be accomplished for Owner by engineers, contractors, and others, including planning, study, design, construction, testing, commissioning, and start-up, and of which the Work to be performed under the Contract Documents is a part. 31. Project Manual—The written documents prepared for, or made available for, procuring and constructing the Work, including but not limited to the Bidding Documents or other construction procurement documents, geotechnical and existing conditions information, the Agreement, bond forms, General Conditions, Supplementary Conditions, and Specifications. The contents of the Project Manual may be bound in one or more volumes. 32. Resident Project Representative—The authorized representative of Engineer assigned to assist Engineer at the Site.As used herein,the term Resident Project Representative or"RPR" includes any assistants or field staff of Resident Project Representative. 33. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and that establish the standards by which such portion of the Work will be judged. 34. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements for Engineers review of the submittals and the performance of related construction activities. 35. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 36. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 of 65 37. Site—Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements, and such other lands furnished by Owner which are designated for the use of Contractor. 38. Specifications—The part of the Contract that consists of written requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 39. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work. 40. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work(or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 41. Successful Bidder—The Bidder whose Bid the Owner accepts, and to which the Owner makes an award of contract,subject to stated conditions. 42. Supplementary Conditions—The part of the Contract that amends or supplements these General Conditions. 43. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or a Subcontractor. 44. Technical Data—Those items expressly identified as Technical Data in the Supplementary Conditions,with respect to either(a) subsurface conditions at the Site, or physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) or(b) Hazardous Environmental Conditions at the Site. If no such express identifications of Technical Data have been made with respect to conditions at the Site,then the data contained in boring logs, recorded measurements of subsurface water levels, laboratory test results, and other factual, objective information regarding conditions at the Site that are set forth in any geotechnical or environmental report prepared for the Project and made available to Contractor are hereby defined as Technical Data with respect to conditions at the Site under Paragraphs 5.03, 5.04, and 5.06. 45, Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 46. Unit Price Work—Work to be paid for on the basis of unit prices. 47. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction; furnishing, installing, and incorporating all materials and equipment into such construction; and may include related services such as testing, start-up,and commissioning, all as required by the Contract Documents. EJCDC®C-700(Rev.3),standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 of 65 48. Work Change Directive—A written directive to Contractor issued on or after the Effective Date of the Contract, signed by Owner and recommended by Engineer, ordering an addition,deletion,or revision in the Work. 1.02 Terminology A. The words and terms discussed in the following paragraphs are not defined but,when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Article 10 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty,or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or C. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 15.03 or 15.04). E. Furnish, Install, Perform, Provide: 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. EJCDC®C-700(Rev.S),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 5 of 65 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. If the Contract Documents establish an obligation of Contractor with respect to specific services, materials, or equipment, but do not expressly use any of the four words "furnish," "install," "perform," or "provide," then Contractor shall furnish and install said services, materials,or equipment complete and ready for intended use. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well- known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Bonds: When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Contractor's Insurance: When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner, with copies to each named insured and additional insured (as identified in the Supplementary Conditions or elsewhere in the Contract), the certificates and other evidence of insurance required to be provided by Contractor in accordance with Article 6. C. Evidence of Owner's Insurance: After receipt of the executed counterparts of the Agreement and all required bonds and insurance documentation, Owner shall promptly deliver to Contractor, with copies to each named insured and additional insured (as identified in the Supplementary Conditions or otherwise), the certificates and other evidence of insurance required to be provided by Owner under Article 6. 2.02 Copies of Documents A. Owner shall furnish to Contractor four printed copies of the Contract (including one fully executed counterpart of the Agreement), and one copy in electronic portable document format (PDF). Additional printed copies will be furnished upon request at the cost of reproduction. B. Owner shall maintain and safeguard at least one original printed record version of the Contract, including Drawings and Specifications signed and sealed by Engineer and other design professionals. Owner shall make such original printed record version of the Contract available to Contractor for review. Owner may delegate the responsibilities under this provision to Engineer. 2.03 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Contract (or as otherwise specifically required by the Contract Documents), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract; 2. a preliminary Schedule of Submittals;and EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 of 65 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.04 Preconstruction Conference;Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.03.A, procedures for handling Shop Drawings, Samples, and other submittals, processing Applications for Payment, electronic or digital transmittals, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.05 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference, attended by Contractor, Engineer, and others as appropriate, will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.03.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to the component parts of the Work. 2.06 Electronic Transmittals A. Except as otherwise stated elsewhere in the Contract,the Owner, Engineer, and Contractor may transmit, and shall accept, Project-related correspondence, text, data, documents, drawings, information, and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format, either directly, or through access to a secure Project website. B. If the Contract does not establish protocols for electronic or digital transmittals, then Owner, Engineer, and Contractor shall jointly develop such protocols. C. When transmitting items in electronic media or digital format,the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use of software application packages, operating systems, or E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 7 of 65 computer hardware differing from those used in the drafting or transmittal of the items, or from those established in applicable transmittal protocols. ARTICLE 3—DOCUMENTS: INTENT,REQUIREMENTS, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof)to be constructed in accordance with the Contract Documents. C. Unless otherwise stated in the Contract Documents, if there is a discrepancy between the electronic or digital versions of the Contract Documents (including any printed copies derived from such electronic or digital versions) and the printed record version,the printed record version shall govern. D. The Contract supersedes prior negotiations, representations, and agreements, whether written or oral. E. Engineer will issue clarifications and interpretations of the Contract Documents as provided herein. 3.02 Reference Standards A. Standards Specifications,Codes, Laws and Regulations 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard specification, manual, reference standard, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Contract if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard specification, manual, reference standard, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the part of the Contract Documents prepared by or for Engineer. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the part of the Contract Documents prepared by or for Engineer. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Verification of Figures and Field Measurements: Before undertaking each part of the Work, Contractor shall carefully study the Contract Documents, and check and verify pertinent figures and dimensions therein, particularly with respect to applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy that Contractor discovers, or has actual knowledge of, and shall not proceed with any Work affected thereby until the conflict, E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 8 of 65 error, ambiguity, or discrepancy is resolved, by a clarification or interpretation by Engineer, or by an amendment or supplement to the Contract Documents issued pursuant to Paragraph 11.01. 2. Contractor's Review of Contract Documents: If, before or during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) actual field conditions, (c) any standard specification, manual, reference standard, or code, or (d) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 7.15) until the conflict, error, ambiguity, or discrepancy is resolved, by a clarification or interpretation by Engineer, or by an amendment or supplement to the Contract Documents issued pursuant to Paragraph 11.01. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the part of the Contract Documents prepared by or for Engineer shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between such provisions of the Contract Documents and: a. the provisions of any standard specification, manual, reference standard, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference as a Contract Document);or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Requirements of the Contract Documents A. During the performance of the Work and until final payment, Contractor and Owner shall submit to the Engineer all matters in question concerning the requirements of the Contract Documents (sometimes referred to as requests for information or interpretation—RFIs), or relating to the acceptability of the Work under the Contract Documents,as soon as possible after such matters arise. Engineer will be the initial interpreter of the requirements of the Contract Documents,and judge of the acceptability of the Work thereunder. B. Engineer will, with reasonable promptness, render a written clarification, interpretation, or decision on the issue submitted, or initiate an amendment or supplement to the Contract Documents. Engineer's written clarification, interpretation, or decision will be final and binding on Contractor, unless it appeals by submitting a Change Proposal, and on Owner, unless it appeals by filing a Claim. C. If a submitted matter in question concerns terms and conditions of the Contract Documents that do not involve (1) the performance or acceptability of the Work under the Contract Documents, (2) the design (as set forth in the Drawings, Specifications, or otherwise), or (3) other engineering or technical matters, then Engineer will promptly give written notice to Owner and Contractor that Engineer is unable to provide a decision or interpretation. If Owner and Contractor are unable to agree on resolution of such a matter in question,either party may pursue resolution as provided in Article 12. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 9 of 65 3.05 Reuse of Documents A. Contractor and its Subcontractors and Suppliers shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions, or reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer;or 2. have or acquire any title or ownership rights in any other Contract Documents, reuse any such Contract Documents for any purpose without Owner's express written consent,or violate any copyrights pertaining to such Contract Documents. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times;Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Contract or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Contract. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Contract,whichever date is earlier. 4.02 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to such date. 4.03 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.05 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.05) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 10 of 65 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 11. B. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, or during any appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree in writing. 4.05 Delays in Contractor's Progress A. If Owner, Engineer, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work,then Contractor shall be entitled to an equitable adjustment in the Contract Times and Contract Price. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. B. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of Contractor. Delay, disruption, and interference attributable to and within the control of a Subcontractor or Supplier shall be deemed to be within the control of Contractor. C. If Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of Owner, Contractor, and those for which they are responsible, then Contractor shall be entitled to an equitable adjustment in Contract Times. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. Causes of delay, disruption, or interference that may give rise to an adjustment in Contract Times under this paragraph include but are not limited to the following: 1. severe and unavoidable natural catastrophes such as fires, floods, epidemics, and earthquakes; 2. abnormal weather conditions; 3. acts or failures to act of utility owners (other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8); and 4. acts of war or terrorism. D. Delays, disruption, and interference to the performance or progress of the Work resulting from the existence of a differing subsurface or physical condition, an Underground Facility that was not shown or indicated by the Contract Documents, or not shown or indicated with reasonable accuracy, and those resulting from Hazardous Environmental Conditions, are governed by Article 5. E. Paragraph 8.03 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. F. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for any delay, disruption, or interference if such delay is concurrent with a delay, disruption, or interference caused by or within the control of Contractor. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 11 of 65 G. Contractor must submit any Change Proposal seeking an adjustment in Contract Price or Contract Times under this paragraph within 30 days of the commencement of the delaying, disrupting,or interfering event. ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which permanent improvements are to be made and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,temporary construction facilities,the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Contractor has arranged to use through construction easements or otherwise, and other adjacent areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and such other adjacent areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for (a) damage to the Site; (b) damage to any such other adjacent areas used for Contractor's operations; (c) damage to any other adjacent land or areas; and (d) for injuries and losses sustained by the owners or occupants of any such land or areas; provided that such damage or injuries result from the performance of the Work or from other actions or conduct of the Contractor or those for which Contractor is responsible. 2. If a damage or injury claim is made by the owner or occupant of any such land or area because of the performance of the Work, or because of other actions or conduct of the Contractor or those for which Contractor is responsible, Contractor shall (a) take immediate corrective or remedial action as required by Paragraph 7.12, or otherwise; (b) promptly attempt to settle the claim as to all parties through negotiations with such owner or occupant, or otherwise resolve the claim by arbitration or other dispute resolution proceeding, or at law; and (c) to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against any such claim, and against all costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused directly or indirectly, in whole or in part EJCDC®C-700(Rev.i),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 12 of 65 by, or based upon, Contractor's performance of the Work, or because of other actions or conduct of the Contractor or those for which Contractor is responsible. B. Removal of Debris During Performance of the Work: During the progress of the Work the Contractor shall keep the Site and other adjacent areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish,and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site and adjacent areas all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading of Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent structures or land to stresses or pressures that will endanger them. 5.03 Subsurface and Physical Conditions A. Reports and Drawings:The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or adjacent to the Site; 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities);and 3. Technical Data contained in such reports and drawings. B. Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the Technical Data expressly identified in the Supplementary Conditions with respect to such reports and drawings, but such reports and drawings are not Contract Documents. If no such express identification has been made, then Contractor may rely upon the accuracy of the Technical Data (as defined in Article 1) contained in any geotechnical or environmental report prepared for the Project and made available to Contractor. Except for such reliance on Technical Data, Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners,employees,agents, consultants,or subcontractors,with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any Technical Data or any such other data, interpretations, opinions, or information. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 13 of 65 5.04 Differing Subsurface or Physical Conditions A. Notice by Contractor: If Contractor believes that any subsurface or physical condition that is uncovered or revealed at the Site either: 1. is of such a nature as to establish that any Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate;or 2. is of such a nature as to require a change in the Drawings or Specifications; or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 7.15), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except with respect to an emergency) until receipt of a written statement permitting Contractor to do so. B. Engineer's Review: After receipt of written notice as required by the preceding paragraph, Engineer will promptly review the subsurface or physical condition in question; determine the necessity of Owner's obtaining additional exploration or tests with respect to the condition; conclude whether the condition falls within any one or more of the differing site condition categories in Paragraph 5.04.A above; obtain any pertinent cost or schedule information from Contractor; prepare recommendations to Owner regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question and the need for any change in the Drawings or Specifications; and advise Owner in writing of Engineer's findings,conclusions, and recommendations. C. Owner's Statement to Contractor Regarding Site Condition: After receipt of Engineer's written findings, conclusions, and recommendations, Owner shall issue a written statement to Contractor (with a copy to Engineer) regarding the subsurface or physical condition in question, addressing the resumption of Work in connection with such condition, indicating whether any change in the Drawings or Specifications will be made, and adopting or rejecting Engineer's written findings, conclusions, and recommendations, in whole or in part. D. Possible Price and Times Adjustments: 1. Contractor shall be entitled to an equitable adjustment in Contract Price or Contract Times, or both, to the extent that the existence of a differing subsurface or physical condition, or any related delay, disruption, or interference, causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however,to the following: a. such condition must fall within any one or more of the categories described in Paragraph 5.04.A; b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraph 13.03; and, E1CDC®C-700(Rev.i),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 14 of 65 C. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of such condition at the time Contractor made a commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract, or otherwise; or b. the existence of such condition reasonably could have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such commitment;or c. Contractor failed to give the written notice as required by Paragraph 5.04.A. 3. If Owner and Contractor agree regarding Contractor's entitlement to and the amount or extent of any adjustment in the Contract Price or Contract Times, or both, then any such adjustment shall be set forth in a Change Order. 4. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of any adjustment in the Contract Price or Contract Times, or both, no later than 30 days after Owner's issuance of the Owner's written statement to Contractor regarding the subsurface or physical condition in question. 5.05 Underground Facilities A. Contractor's Responsibilities: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer do not warrant or guarantee the accuracy or completeness of any such information or data provided by others;and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all information and data regarding existing Underground Facilities at the Site; b. locating all Underground Facilities shown or indicated in the Contract Documents as being at the Site; c. coordination of the Work with the owners (including Owner) of such Underground Facilities, during construction; and d. the safety and protection of all existing Underground Facilities at the Site, and repairing any damage thereto resulting from the Work. B. Notice by Contractor: If Contractor believes that an Underground Facility that is uncovered or revealed at the Site was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy, then Contractor shall, promptly after EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 15 of 65 becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 7.15), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. C. Engineer's Review: Engineer will promptly review the Underground Facility and conclude whether such Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; obtain any pertinent cost or schedule information from Contractor; prepare recommendations to Owner regarding the Contractor's resumption of Work in connection with the Underground Facility in question; determine the extent, if any,to which a change is required in the Drawings or Specifications to reflect and document the consequences of the existence or location of the Underground Facility; and advise Owner in writing of Engineer's findings, conclusions, and recommendations. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. D. Owner's Statement to Contractor Regarding Underground Facility: After receipt of Engineer's written findings, conclusions, and recommendations, Owner shall issue a written statement to Contractor (with a copy to Engineer) regarding the Underground Facility in question, addressing the resumption of Work in connection with such Underground Facility, indicating whether any change in the Drawings or Specifications will be made, and adopting or rejecting Engineer's written findings, conclusions, and recommendations in whole or in part. E. Possible Price and Times Adjustments: 1. Contractor shall be entitled to an equitable adjustment in the Contract Price or Contract Times, or both, to the extent that any existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy, or any related delay, disruption, or interference, causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work;subject, however,to the following: a. Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated the existence or actual location of the Underground Facility in question; b. With respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraph 13.03; c. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times;and d. Contractor gave the notice required in Paragraph 5.05.13. 2. If Owner and Contractor agree regarding Contractor's entitlement to and the amount or extent of any adjustment in the Contract Price or Contract Times, or both,then any such adjustment shall be set forth in a Change Order. 3. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of any adjustment in the Contract Price or Contract Times, or both, no later than 30 days after Owner's issuance of the Owner's written statement to Contractor regarding the Underground Facility in question. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 16 of 6S 5.06 Hazardous Environmental Conditions at Site A. Reports and Drawings:The Supplementary Conditions identify: 1. those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site;and 2. Technical Data contained in such reports and drawings. B. Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the Technical Data expressly identified in the Supplementary Conditions with respect to such reports and drawings, but such reports and drawings are not Contract Documents. If no such express identification has been made, then Contractor may rely on the accuracy of the Technical Data (as defined in Article 1) contained in any geotechnical or environmental report prepared for the Project and made available to Contractor. Except for such reliance on Technical Data, Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any Technical Data or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for removing or remediating any Hazardous Environmental Condition encountered, uncovered, or revealed at the Site unless such removal or remediation is expressly identified in the Contract Documents to be within the scope of the Work. D. Contractor shall be responsible for controlling, containing, and duly removing all Constituents of Concern brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible, and for any associated costs; and for the costs of removing and remediating any Hazardous Environmental Condition created by the presence of any such Constituents of Concern. E. If Contractor encounters, uncovers, or reveals a Hazardous Environmental Condition whose removal or remediation is not expressly identified in the Contract Documents as being within the scope of the Work, or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, then Contractor shall immediately: (1) secure or otherwise isolate such condition; (2)stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 7.15); and (3) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 5.06.F. If Contractor or anyone for whom Contractor is responsible created the Hazardous Environmental Condition in question,then Owner may remove and remediate the Hazardous Environmental Condition, and impose a set-off against payments to account for the associated costs. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 17 of 65 F. Contractor shall not resume Work in connection with such Hazardous Environmental Condition or in any affected area until after Owner has obtained any required permits related thereto, and delivered written notice to Contractor either (1) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or(2)specifying any special conditions under which such Work may be resumed safely. G. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, then within 30 days of Owner's written notice regarding the resumption of Work, Contractor may submit a Change Proposal,or Owner may impose a set-off. H. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work, following the contractual change procedures in Article 11. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. I. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition (1) was not shown or indicated in the Drawings, Specifications, or other Contract Documents, identified as Technical Data entitled to limited reliance pursuant to Paragraph 5.06.6, or identified in the Contract Documents to be included within the scope of the Work, and (2) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 5.06.1 shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. J. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the failure to control, contain, or remove a Constituent of Concern brought to the Site by Contractor or by anyone for whom Contractor is responsible, or to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 5.06.J shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. K. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or to a Hazardous Environmental Condition uncovered or revealed at the Site. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 18 of 65 ARTICLE 6—BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Contractor shall furnish a performance bond and a payment bond, each in an amount at least equal to the Contract Price, as security for the faithful performance and payment of all of Contractor's obligations under the Contract. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 15.08, whichever is later, except as provided otherwise by Laws or Regulations, the Supplementary Conditions, or other specific provisions of the Contract. Contractor shall also furnish such other bonds as are required by the Supplementary Conditions or other specific provisions of the Contract. B. All bonds shall be in the form prescribed by the Contract except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (as amended and supplemented) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. A bond signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney-in-fact signed the accompanying bond. C. Contractor shall obtain the required bonds from surety companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds in the required amounts. D. If the surety on a bond furnished by Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in any state or jurisdiction where any part of the Project is located, or the surety ceases to meet the requirements above, then Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the bond and surety requirements above. E. If Contractor has failed to obtain a required bond, Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16. F. Upon request, Owner shall provide a copy of the payment bond to any Subcontractor, Supplier, or other person or entity claiming to have furnished labor or materials used in the performance of the Work. 6.02 Insurance—General Provisions A. Owner and Contractor shall obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. All insurance required by the Contract to be purchased and maintained by Owner or Contractor shall be obtained from insurance companies that are duly licensed or authorized, in the state or jurisdiction in which the Project is located, to issue insurance policies for the required limits and coverages. Unless a different standard is indicated in the Supplementary Conditions, all companies that provide insurance policies required under this Contract shall have an A.M. Best rating of A-VII or better. C. Contractor shall deliver to Owner, with copies to each named insured and additional insured (as identified in this Article, in the Supplementary Conditions, or elsewhere in the Contract), certificates of insurance establishing that Contractor has obtained and is EJCDC®C-700(Rev.3),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 19 of 65 maintaining the policies, coverages, and endorsements required by the Contract. Upon request by Owner or any other insured, Contractor shall also furnish other evidence of such required insurance, including but not limited to copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. D. Owner shall deliver to Contractor, with copies to each named insured and additional insured (as identified in this Article, the Supplementary Conditions, or elsewhere in the Contract), certificates of insurance establishing that Owner has obtained and is maintaining the policies, coverages, and endorsements required of Owner by the Contract (if any). Upon request by Contractor or any other insured, Owner shall also provide other evidence of such required insurance (if any), including but not limited to copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles. Owner may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. E. Failure of Owner or Contractor to demand such certificates or other evidence of the other party's full compliance with these insurance requirements, or failure of Owner or Contractor to identify a deficiency in compliance from the evidence provided, shall not be construed as a waiver of the other party's obligation to obtain and maintain such insurance. F. If either party does not purchase or maintain all of the insurance required of such party by the Contract, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. G. If Contractor has failed to obtain and maintain required insurance, Owner may exclude the Contractor from the Site, impose an appropriate set-off against payment, and exercise Owner's termination rights under Article 16. H. Without prejudice to any other right or remedy, if a party has failed to obtain required insurance, the other party may elect to obtain equivalent insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and the Contract Price shall be adjusted accordingly. I. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor or Contractor's interests. J. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner and other individuals and entities in the Contract. 6.03 Contractor's Insurance A. Workers' Compensation: Contractor shall purchase and maintain workers' compensation and employer's liability insurance for: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts. 2. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage(if applicable). 3. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees (by stop-gap endorsement in monopolist worker's compensation states). EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 20 of 65 4. Foreign voluntary worker compensation (if applicable). B. Commercial General Liability—Claims Covered: Contractor shall purchase and maintain commercial general liability insurance, covering all operations by or on behalf of Contractor, on an occurrence basis, against: 1. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees. 2. claims for damages insured by reasonably available personal injury liability coverage. 3. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom. C. Commercial General Liability—Form and Content: Contractor's commercial liability policy shall be written on a 1996(or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage: a. Such insurance shall be maintained for three years after final payment. b. Contractor shall furnish Owner and each other additional insured (as identified in the Supplementary Conditions or elsewhere in the Contract) evidence of continuation of such insurance at final payment and three years thereafter. 2. Blanket contractual liability coverage,to the extent permitted by law, including but not limited to coverage of Contractor's contractual indemnity obligations in Paragraph 7.18. 3. Broad form property damage coverage. 4. Severability of interest. S. Underground,explosion, and collapse coverage. 6. Personal injury coverage. 7. Additional insured endorsements that include both ongoing operations and products and completed operations coverage through ISO Endorsements CG 20 10 10 01 and CG 20 37 10 01 (together); or CG 20 10 07 04 and CG 20 37 07 04 (together); or their equivalent. 8. For design professional additional insureds, ISO Endorsement CG 20 32 07 04, "Additional Insured—Engineers, Architects or Surveyors Not Engaged by the Named Insured"or its equivalent. D. Automobile liability: Contractor shall purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The automobile liability policy shall be written on an occurrence basis. E. Umbrella or excess liability: Contractor shall purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Subject to industry-standard exclusions, the coverage afforded shall follow form as to each and every one of the underlying policies. F. Contractor's pollution liability insurance: Contractor shall purchase and maintain a policy covering third-party injury and property damage claims, including clean-up costs, as a result EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 21 of 65 of pollution conditions arising from Contractor's operations and completed operations.This insurance shall be maintained for no less than three years after final completion. G. Additional insureds: The Contractor's commercial general liability, automobile liability, umbrella or excess, and pollution liability policies shall include and list as additional insureds Owner and Engineer, and any individuals or entities identified in the Supplementary Conditions; include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds; and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby (including as applicable those arising from both ongoing and completed operations) on a non-contributory basis. Contractor shall obtain all necessary endorsements to support these requirements. H. Contractor's professional liability insurance: If Contractor will provide or furnish professional services under this Contract, through a delegation of professional design services or otherwise, then Contractor shall be responsible for purchasing and maintaining applicable professional liability insurance. This insurance shall provide protection against claims arising out of performance of professional design or related services, and caused by a negligent error, omission, or act for which the insured party is legally liable. It shall be maintained throughout the duration of the Contract and for a minimum of two years after Substantial Completion. If such professional design services are performed by a Subcontractor, and not by Contractor itself, then the requirements of this paragraph may be satisfied through the purchasing and maintenance of such insurance by such Subcontractor. I. General provisions:The policies of insurance required by this Paragraph 6.03 shall: 1. include at least the specific coverages provided in this Article. 2. be written for not less than the limits of liability provided in this Article and in the Supplementary Conditions,or required by Laws or Regulations,whichever is greater. 3. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least 10 days prior written notice has been given to Contractor. Within three days of receipt of any such written notice, Contractor shall provide a copy of the notice to Owner, Engineer, and each other insured under the policy. 4. remain in effect at least until final payment (and longer if expressly required in this Article) and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work as a warranty or correction obligation, or otherwise, or returning to the Site to conduct other tasks arising from the Contract Documents. 5. be appropriate for the Work being performed and provide protection from claims that may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. J. The coverage requirements for specific policies of insurance must be met by such policies, and not by reference to excess or umbrella insurance provided in other policies. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers.All rights reserved. Page 22 of 65 6.04 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 6.03, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. B. Owner's liability policies, if any, operate separately and independently from policies required to be provided by Contractor, and Contractor cannot rely upon Owner's liability policies for any of Contractor's obligations to the Owner, Engineer, or third parties. 6.05 Property Insurance A. Builder's Risk: Unless otherwise provided in the Supplementary Conditions, Contractor shall purchase and maintain builder's risk insurance upon the Work on a completed value basis, in the amount of the full insurable replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations).This insurance shall: 1. include the Owner and Contractor as named insureds, and all Subcontractors, and any individuals or entities required by the Supplementary Conditions to be insured under such builder's risk policy, as insureds or named insureds. For purposes of the remainder of this Paragraph 6.05, Paragraphs 6.06 and 6.07, and any corresponding Supplementary Conditions, the parties required to be insured shall collectively be referred to as "insureds." 2. be written on a builder's risk "all risk" policy form that shall at least include insurance for physical loss or damage to the Work,temporary buildings,falsework,and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk policies, by endorsement or otherwise, such insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. cover, as insured property, at least the following: (a) the Work and all materials, supplies, machinery, apparatus, equipment, fixtures, and other property of a similar nature that are to be incorporated into or used in the preparation, fabrication, construction, erection, or completion of the Work, including Owner-furnished or assigned property; (b) spare parts inventory required within the scope of the Contract; and (c) temporary works which are not intended to form part of the permanent constructed Work but which are intended to provide working access to the Site, or to the Work under construction, or which are intended to provide temporary support for the Work under construction, including scaffolding, form work, fences, shoring, falsework, and temporary structures. 4. cover expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects). EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 23 of 6S 5. extend to cover damage or loss to insured property while in temporary storage at the Site or in a storage location outside the Site (but not including property stored at the premises of a manufacturer or Supplier). 6. extend to cover damage or loss to insured property while in transit. 7. allow for partial occupation or use of the Work by Owner, such that those portions of the Work that are not yet occupied or used by Owner shall remain covered by the builder's risk insurance. 8. allow for the waiver of the insurer's subrogation rights,as set forth below. 9. provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 10. not include a co-insurance clause. 11. include an exception for ensuing losses from physical damage or loss with respect to any defective workmanship, design,or materials exclusions. 12, include performance/hot testing and start-up. 13. be maintained in effect, subject to the provisions herein regarding Substantial Completion and partial occupancy or use of the Work by Owner, until the Work is complete. B. Notice of Cancellation or Change: All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 6.05 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 10 days prior written notice has been given to the purchasing policyholder. Within three days of receipt of any such written notice, the purchasing policyholder shall provide a copy of the notice to each other insured. C. Deductibles:The purchaser of any required builder's risk or property insurance shall pay for costs not covered because of the application of a policy deductible. D. Partial Occupancy or Use by Owner: If Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04, then Owner(directly, if it is the purchaser of the builder's risk policy, or through Contractor) will provide notice of such occupancy or use to the builder's risk insurer. The builder's risk insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy; rather, those portions of the Work that are occupied or used by Owner may come off the builder's risk policy, while those portions of the Work not yet occupied or used by Owner shall remain covered by the builder's risk insurance. E. Additional Insurance: If Contractor elects to obtain other special insurance to be included in or supplement the builder's risk or property insurance policies provided under this Paragraph 6.05, it may do so at Contractor's expense. F. Insurance of Other Property: If the express insurance provisions of the Contract do not require or address the insurance of a property item or interest, such as tools, construction equipment, or other personal property owned by Contractor, a Subcontractor, or an employee of Contractor or a Subcontractor, then the entity or individual owning such property item will be responsible for deciding whether to insure it, and if so in what amount. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 24 of 6S 6.06 Waiver of Rights A. All policies purchased in accordance with Paragraph 6.05, expressly including the builder's risk policy, shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any insureds thereunder, or against Engineer or its consultants, or their officers, directors, members, partners, employees, agents, consultants, or subcontractors. Owner and Contractor waive all rights against each other and the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Engineer, its consultants, all Subcontractors, all individuals or entities identified in the Supplementary Conditions as insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner or Contractor as trustee or fiduciary,or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them,for: 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial occupancy or use pursuant to Paragraph 15.04, after Substantial Completion pursuant to Paragraph 15.03,or after final payment pursuant to Paragraph 15.06. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 6.06.8 shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss,the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, or the officers, directors, members, partners, employees, agents, consultants, or subcontractors of each and any of them. D. Contractor shall be responsible for assuring that the agreement under which a Subcontractor performs a portion of the Work contains provisions whereby the Subcontractor waives all rights against Owner, Contractor, all individuals or entities identified in the Supplementary Conditions as insureds, the Engineer and its consultants, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by builder's risk insurance and any other property insurance applicable to the Work. 6.07 Receipt and Application of Property Insurance Proceeds A. Any insured loss under the builder's risk and other policies of insurance required by Paragraph 6.05 will be adjusted and settled with the named insured that purchased the EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 25 of 65 policy. Such named insured shall act as fiduciary for the other insureds, and give notice to such other insureds that adjustment and settlement of a claim is in progress. Any other insured may state its position regarding a claim for insured loss in writing within 15 days after notice of such claim. B. Proceeds for such insured losses may be made payable by the insurer either jointly to multiple insureds, or to the named insured that purchased the policy in its own right and as fiduciary for other insureds, subject to the requirements of any applicable mortgage clause. A named insured receiving insurance proceeds under the builder's risk and other policies of insurance required by Paragraph 6.05 shall distribute such proceeds in accordance with such agreement as the parties in interest may reach, or as otherwise required under the dispute resolution provisions of this Contract or applicable Laws and Regulations. C. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the money so received applied on account thereof, and the Work and the cost thereof covered by Change Order, if needed. ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 7.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, Monday through Friday. Contractor will not perform Work on a Saturday, Sunday, or any legal holiday. Contractor may perform Work outside regular working hours or on Saturdays, Sundays, or legal holidays only with Owner's written consent, which will not be unreasonably withheld. 7.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start up, and completion of the Work, whether or not such items are specifically called for in the Contract Documents. B. All materials and equipment incorporated into the Work shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 26 of 65 guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 7.04 "Or Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the Contract Price has been based upon Contractor furnishing such item as specified. The specification or description of such an item is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or equal" item is permitted, Contractor may request that Engineer authorize the use of other items of material or equipment, or items from other proposed suppliers under the circumstances described below. 1. If Engineer in its sole discretion determines that an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, Engineer shall deem it an "or equal" item. For the purposes of this paragraph, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance,strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; 3) it has a proven record of performance and availability of responsive service; and 4) it is not objectionable to Owner. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. B. Contractor's Expense: Contractor shall provide all data in support of any proposed "or equal" item at Contractor's expense. C. Engineer's Evaluation and Determination: Engineer will be allowed a reasonable time to evaluate each "or-equal" request. Engineer may require Contractor to furnish additional data about the proposed "or-equal" item. Engineer will be the sole judge of acceptability. No"or-equal" item will be ordered,furnished, installed, or utilized until Engineer's review is complete and Engineer determines that the proposed item is an "or-equal", which will be evidenced by an approved Shop Drawing or other written communication. Engineer will advise Contractor in writing of any negative determination. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 27 of 65 D. Effect of Engineer's Determination: Neither approval nor denial of an "or-equal" request shall result in any change in Contract Price. The Engineer's denial of an "or-equal" request shall be final and binding, and may not be reversed through an appeal under any provision of the Contract Documents. E. Treatment as a Substitution Request: If Engineer determines that an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item, Contractor may request that Engineer considered the proposed item as a substitute pursuant to Paragraph 7.05. 7.05 Substitutes A. Unless the specification or description of an item of material or equipment required to be furnished under the Contract Documents contains or is followed by words reading that no substitution is permitted, Contractor may request that Engineer authorize the use of other items of material or equipment under the circumstances described below. To the extent possible such requests shall be made before commencement of related construction at the Site. 1. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is functionally equivalent to that named and an acceptable substitute therefor. Engineer will not accept requests for review of proposed substitute items of material or equipment from anyone other than Contractor. 2. The requirements for review by Engineer will be as set forth in Paragraph 7.05.6, as supplemented by the Specifications, and as Engineer may decide is appropriate under the circumstances. 3. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: a. shall certify that the proposed substitute item will: 1) perform adequately the functions and achieve the results called for by the general design, 2) be similar in substance to that specified, and 3) be suited to the same use as that specified. b. will state: 1) the extent, if any, to which the use of the proposed substitute item will necessitate a change in Contract Times, 2) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and 3) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. c. will identify: 1) all variations of the proposed substitute item from that specified, and EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 28 of 65 2) available engineering,sales, maintenance, repair, and replacement services. d. shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including but not limited to changes in Contract Price, shared savings, costs of redesign, and claims of other contractors affected by any resulting change. B. Engineer's Evaluation and Determination: Engineer will be allowed a reasonable time to evaluate each substitute request, and to obtain comments and direction from Owner. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No substitute will be ordered, furnished, installed, or utilized until Engineer's review is complete and Engineer determines that the proposed item is an acceptable substitute. Engineer's determination will be evidenced by a Field Order or a proposed Change Order accounting for the substitution itself and all related impacts, including changes in Contract Price or Contract Times. Engineer will advise Contractor in writing of any negative determination. C. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. D. Reimbursement of Engineer's Cost: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. E. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute at Contractor's expense. F. Effect of Engineer's Determination: If Engineer approves the substitution request, Contractor shall execute the proposed Change Order and proceed with the substitution. The Engineer's denial of a substitution request shall be final and binding, and may not be reversed through an appeal under any provision of the Contract Documents. Contractor may challenge the scope of reimbursement costs imposed under Paragraph 7.05.D, by timely submittal of a Change Proposal. 7.06 Concerning Subcontractors,Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. Such Subcontractors and Suppliers must be acceptable to Owner. B. Contractor shall retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required by the Contract to do so. C. Subsequent to the submittal of Contractor's Bid or final negotiation of the terms of the Contract, Owner may not require Contractor to retain any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against which Contractor has reasonable objection. D. Prior to entry into any binding subcontract or purchase order, Contractor shall submit to Owner the identity of the proposed Subcontractor or Supplier (unless Owner has already deemed such proposed Subcontractor or Supplier acceptable, during the bidding process or otherwise). Such proposed Subcontractor or Supplier shall be deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within five days. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 29 of 65 E. Owner may require the replacement of any Subcontractor, Supplier, or other individual or entity retained by Contractor to perform any part of the Work. Owner also may require Contractor to retain specific replacements; provided, however,that Owner may not require a replacement to which Contractor has a reasonable objection. If Contractor has submitted the identity of certain Subcontractors, Suppliers, or other individuals or entities for acceptance by Owner, and Owner has accepted it (either in writing or by failing to make written objection thereto), then Owner may subsequently revoke the acceptance of any such Subcontractor, Supplier, or other individual or entity so identified solely on the basis of substantive, reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. F. If Owner requires the replacement of any Subcontractor, Supplier, or other individual or entity retained by Contractor to perform any part of the Work, then Contractor shall be entitled to an adjustment in Contract Price or Contract Times, or both, with respect to the replacement; and Contractor shall initiate a Change Proposal for such adjustment within 30 days of Owner's requirement of replacement. G. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of the right of Owner to the completion of the Work in accordance with the Contract Documents. H. On a monthly basis Contractor shall submit to Engineer a complete list of all Subcontractors and Suppliers having a direct contract with Contractor, and of all other Subcontractors and Suppliers known to Contractor at the time of submittal. I. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. J. Contractor shall be solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and all other individuals or entities performing or furnishing any of the Work. K. Contractor shall restrict all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work from communicating with Engineer or Owner, except through Contractor or in case of an emergency, or as otherwise expressly allowed herein. L. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. M. All Work performed for Contractor by a Subcontractor or Supplier shall be pursuant to an appropriate contractual agreement that specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. N. Owner may furnish to any Subcontractor or Supplier, to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by the particular Subcontractor or Supplier. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 30 of 65 O. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor,Supplier,or other individual or entity; nor 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any money due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. 7.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 7.08 Permits A. Unless otherwise provided in the Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of the submission of Contractor's Bid (or when Contractor became bound under a negotiated contract). Owner shall pay all charges of utility owners for connections for providing permanent service to the Work EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 31 of 65 7.09 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 7.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work or takes any other action knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all resulting costs and losses, and shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work or other action. It shall not be Contractor's responsibility to make certain that the Work described in the Contract Documents is in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of any changes after the submission of Contractor's Bid (or after the date when Contractor became bound under a negotiated contract) in Laws or Regulations having an effect on the cost or time of performance of the Work, including but not limited to changes in Laws or Regulations having an effect on procuring permits and on sales, use, value-added, consumption, and other similar taxes. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times resulting from such changes, then within 30 days of such notice Contractor may submit a Change Proposal, or Owner may initiate a Claim. 7.11 Record Documents A. Contractor shall maintain in a safe place at the Site one printed record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, written interpretations and clarifications, and approved Shop Drawings. Contractor shall keep such record documents in good order and annotate them to show changes made during construction. These record documents, together with all approved Samples, will be available to Engineer for reference. Upon completion of the Work, Contractor shall deliver these record documents to Engineer. 7.12 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. all persons on the Site or who may be affected by the Work; E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers.All rights reserved. Page 32 of 65 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site,when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 7.12.A.2 or 7.12.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor at its expense (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and protection shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 15.06.8 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). G. Contractor's duties and responsibilities for safety and protection shall resume whenever Contractor or any Subcontractor or Supplier returns to the Site to fulfill warranty or correction obligations, or to conduct other tasks arising from the Contract Documents. 7.13 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 7.14 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 33 of 65 exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.15 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency,a Work Change Directive or Change Order will be issued. 7.16 Shop Drawings,Samples, and Other Submittals A. Shop Drawing and Sample Submittal Requirements: 1. Before submitting a Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers,and similar information with respect thereto; c. determined and verified the suitability of all materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly,and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods,techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review of that submittal,and that Contractor approves the submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be set forth in a written communication separate from the Shop Drawings or Sample submittal; and, in addition, in the case of Shop Drawings by a specific notation made on each Shop Drawing submitted to Engineer for review and approval of each such variation. B. Submittal Procedures for Shop Drawings and Samples: Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals. Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Contractor shall submit the number of copies required in the Specifications. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 34 of 65 provide and to enable Engineer to review the information for the limited purposes required by Paragraph 7.16.D. 2. Samples: a. Contractor shall submit the number of Samples required in the Specifications. b. Contractor shall clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 7.16.D. 3. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Other Submittals: Contractor shall submit other submittals to Engineer in accordance with the accepted Schedule of Submittals, and pursuant to the applicable terms of the Specifications. D. Engineer's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Engineer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 4. Engineer's review and approval of a Shop Drawing or Sample shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 7.16.A.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer will document any such approved variation from the requirements of the Contract Documents in a Field Order. 5. Engineer's review and approval of a Shop Drawing or Sample shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 7.16.A and B. 6. Engineer's review and approval of a Shop Drawing or Sample, or of a variation from the requirements of the Contract Documents, shall not, under any circumstances, change the Contract Times or Contract Price, unless such changes are included in a Change Order. 7. Neither Engineer's receipt, review, acceptance or approval of a Shop Drawing, Sample, or other submittal shall result in such item becoming a Contract Document. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 35 of 65 8. Contractor shall perform the Work in compliance with the requirements and commitments set forth in approved Shop Drawings and Samples, subject to the provisions of Paragraph 7.16.D.4. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 2. Contractor shall furnish required submittals with sufficient information and accuracy to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing a fourth or subsequent submittal of a Shop Drawings, sample, or other item requiring approval, and Contractor shall be responsible for Engineer's charges to Owner for such time. Owner may impose a set- off against payments due to Contractor to secure reimbursement for such charges. 3. If Contractor requests a change of a previously approved submittal item, Contractor shall be responsible for Engineer's charges to Owner for its review time, and Owner may impose a set-off against payments due to Contractor to secure reimbursement for such charges, unless the need for such change is beyond the control of Contractor. 7.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal; 6. the issuance of a notice of acceptability by Engineer; 7. any inspection,test,or approval by others; or 8. any correction of defective Work by Owner. E1CDC®C-700(Rev.1),standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 36 of 65 D. If the Contract requires the Contractor to accept the assignment of a contract entered into by Owner,then the specific warranties,guarantees, and correction obligations contained in the assigned contract shall govern with respect to Contractor's performance obligations to Owner for the Work described in the assigned contract. 7.18 Indemnification A. To the fullest extent permitted by Laws and Regulations, and in addition to any other obligations of Contractor under the Contract or otherwise, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable. B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 7.18.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor,Supplier, or other individual or entity under workers' compensation acts, disability benefit acts,or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 7.18.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents,consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports,surveys, Change Orders, designs, or Specifications;or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 7.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable Laws and Regulations. B. If professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and other submittals prepared by such professional. Shop E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 37 of 65 Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this paragraph, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 7.16.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria specified by Owner or Engineer. ARTICLE 8—OTHER WORK AT THE SITE 8.01 Other Work A. In addition to and apart from the Work under the Contract Documents, the Owner may perform other work at or adjacent to the Site. Such other work may be performed by Owner's employees, or through contracts between the Owner and third parties. Owner may also arrange to have third-party utility owners perform work on their utilities and facilities at or adjacent to the Site. B. If Owner performs other work at or adjacent to the Site with Owner's employees, or through contracts for such other work, then Owner shall give Contractor written notice thereof prior to starting any such other work. If Owner has advance information regarding the start of any utility work at or adjacent to the Site, Owner shall provide such information to Contractor. C. Contractor shall afford each other contractor that performs such other work, each utility owner performing other work, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, and provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work. Contractor shall do all cutting,fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be affected. D. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 8, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 38 of 65 8.02 Coordination A. If Owner intends to contract with others for the performance of other work at or adjacent to the Site,to perform other work at or adjacent to the Site with Owner's employees, or to arrange to have utility owners perform work at or adjacent to the Site,the following will be set forth in the Supplementary Conditions or provided to Contractor prior to the start of any such other work: 1. the identity of the individual or entity that will have authority and responsibility for coordination of the activities among the various contractors; 2. an itemization of the specific matters to be covered by such authority and responsibility;and 3. the extent of such authority and responsibilities. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 8.03 Legal Relationships A. If, in the course of performing other work at or adjacent to the Site for Owner,the Owner's employees, any other contractor working for Owner, or any utility owner for whom the Owner is responsible causes damage to the Work or to the property of Contractor or its Subcontractors, or delays, disrupts, interferes with, or increases the scope or cost of the performance of the Work, through actions or inaction, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor must submit any Change Proposal seeking an equitable adjustment in the Contract Price or the Contract Times under this paragraph within 30 days of the damaging, delaying, disrupting, or interfering event. The entitlement to, and extent of, any such equitable adjustment shall take into account information (if any) regarding such other work that was provided to Contractor in the Contract Documents prior to the submittal of the Bid or the final negotiation of the terms of the Contract. When applicable, any such equitable adjustment in Contract Price shall be conditioned on Contractor assigning to Owner all Contractor's rights against such other contractor or utility owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. B. Contractor shall take reasonable and customary measures to avoid damaging, delaying, disrupting, or interfering with the work of Owner, any other contractor, or any utility owner performing other work at or adjacent to the Site. If Contractor fails to take such measures and as a result damages, delays, disrupts, or interferes with the work of any such other contractor or utility owner, then Owner may impose a set-off against payments due to Contractor, and assign to such other contractor or utility owner the Owner's contractual rights against Contractor with respect to the breach of the obligations set forth in this paragraph. C. When Owner is performing other work at or adjacent to the Site with Owner's employees, Contractor shall be liable to Owner for damage to such other work, and for the reasonable direct delay, disruption, and interference costs incurred by Owner as a result of Contractor's failure to take reasonable and customary measures with respect to Owner's other work. In response to such damage, delay, disruption, or interference, Owner may impose a set-off against payments due to Contractor. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 39 of 65 D. If Contractor damages, delays, disrupts, or interferes with the work of any other contractor, or any utility owner performing other work at or adjacent to the Site,through Contractor's failure to take reasonable and customary measures to avoid such impacts, or if any claim arising out of Contractor's actions, inactions, or negligence in performance of the Work at or adjacent to the Site is made by any such other contractor or utility owner against Contractor, Owner, or Engineer, then Contractor shall (1) promptly attempt to settle the claim as to all parties through negotiations with such other contractor or utility owner, or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law, and (2) indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against any such claims, and against all costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such damage, delay,disruption, or interference. ARTICLE 9—OWNER'S RESPONSIBILITIES 9.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 9.02 Replacement of Engineer A. Owner may at its discretion appoint an engineer to replace Engineer, provided Contractor makes no reasonable objection to the replacement engineer. The replacement engineer's status under the Contract Documents shall be that of the former Engineer. 9.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 9.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in the Agreement. 9.05 Lands and Easements;Reports, Tests, and Drawings A. Owner's duties with respect to providing lands and easements are set forth in Paragraph 5.01. B. Owner's duties with respect to providing engineering surveys to establish reference points are set forth in Paragraph 4.03. C. Article 5 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of conditions at the Site, and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 9.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 6. 9.07 Change Orders A. Owner's responsibilities with respect to Change Orders are set forth in Article 11. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 40 of 65 9.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 14.02.B. 9.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 5.06. 9.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents (including obligations under proposed changes in the Work). 9.12 Safety Programs A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed. B. Owner shall furnish copies of any applicable Owner safety programs to Contractor. ARTICLE 10—ENGINEER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract. 10.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer,for the benefit of Owner,will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 10.08. Particularly, but without limitation, during EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 41 of 65 or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 10.03 Project Representative A. If Owner and Engineer have agreed that Engineer will furnish a Resident Project Representative to represent Engineer at the Site and assist Engineer in observing the progress and quality of the Work, then the authority and responsibilities of any such Resident Project Representative will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 10.08. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent, or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 10.04 Rejecting Defective Work A. Engineer has the authority to reject Work in accordance with Article 14. 10.05 Shop Drawings, Change Orders and Payments A. Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, are set forth in Paragraph 7.16. B. Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, are set forth in Paragraph 7.19. C. Engineer's authority as to Change Orders is set forth in Article 11. D. Engineer's authority as to Applications for Payment is set forth in Article 15. 10.06 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor as set forth in Paragraph 13.03. 10.07 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will render decisions regarding the requirements of the Contract Documents, and judge the acceptability of the Work, pursuant to the specific procedures set forth herein for initial interpretations, Change Proposals, and acceptance of the Work. In rendering such decisions and judgments, Engineer will not show partiality to Owner or Contractor, and will not be liable to Owner, Contractor, or others in connection with any proceedings, interpretations,decisions, or judgments conducted or rendered in good faith. 10.08 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 10 or under any other provision of the Contract, nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer,shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 42 of 65 B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods,techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 15.06.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections,tests, and approvals,that the results certified indicate compliance with the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 10.08 shall also apply to the Resident Project Representative, if any. 10.09 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives will comply with the specific applicable requirements of Owner's and Contractor's safety programs (if any) of which Engineer has been informed. ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS;CHANGES IN THE WORK 11.01 Amending and Supplementing Contract Documents A. The Contract Documents may be amended or supplemented by a Change Order, a Work Change Directive,or a Field Order. 1. Change Orders: a. If an amendment or supplement to the Contract Documents includes a change in the Contract Price or the Contract Times, such amendment or supplement must be set forth in a Change Order. A Change Order also may be used to establish amendments and supplements of the Contract Documents that do not affect the Contract Price or Contract Times. b. Owner and Contractor may amend those terms and conditions of the Contract Documents that do not involve (1)the performance or acceptability of the Work, (2) the design (as set forth in the Drawings, Specifications, or otherwise), or (3) other engineering or technical matters, without the recommendation of the Engineer. Such an amendment shall be set forth in a Change Order. 2. Work Change Directives: A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the modification ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order, following negotiations by the parties as to the Work Change Directive's effect, if any, on the Contract Price and Contract Times; or, if negotiations are unsuccessful, by a determination under the terms of the Contract Documents governing adjustments, expressly including Paragraph 11.04 regarding change of Contract Price. Contractor must submit any Change Proposal seeking an EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 43 of 65 adjustment of the Contract Price or the Contract Times, or both, no later than 30 days after the completion of the Work set out in the Work Change Directive. Owner must submit any Claim seeking an adjustment of the Contract Price or the Contract Times, or both, no later than 60 days after issuance of the Work Change Directive. 3. Field Orders: Engineer may authorize minor changes in the Work if the changes do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Such changes will be accomplished by a Field Order and will be binding on Owner and also on Contractor, which shall perform the Work involved promptly. If Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, then before proceeding with the Work at issue,Contractor shall submit a Change Proposal as provided herein. 11.02 Owner-Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work. Such changes shall be supported by Engineer's recommendation, to the extent the change involves the design (as set forth in the Drawings, Specifications, or otherwise), or other engineering or technical matters. Such changes may be accomplished by a Change Order, if Owner and Contractor have agreed as to the effect, if any, of the changes on Contract Times or Contract Price; or by a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved; or, in the case of a deletion in the Work, promptly cease construction activities with respect to such deleted Work. Added or revised Work shall be performed under the applicable conditions of the Contract Documents. Nothing in this paragraph shall obligate Contractor to undertake work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents, as amended, modified, or supplemented, except in the case of an emergency as provided in Paragraph 7.15 or in the case of uncovering Work as provided in Paragraph 14.05. 11.04 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price shall comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price shall comply with the provisions of Article 12. B. An adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, then by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 13.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents,then by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 11.04.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and the parties do not reach mutual agreement to a lump sum, then on EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 44 of 65 the basis of the Cost of the Work (determined as provided in Paragraph 13.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 11.04.C). C. Contractor's Fee: When applicable, the Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 13.01.13.1 and 13.01.13.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 13.013.3, the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 11.04.C.2.a and 11.04.C.2.b is that the Contractor's fee shall be based on: (1) a fee of 15 percent of the costs incurred under Paragraphs 13.01.A.1 and 13.01.A.2 by the Subcontractor that actually performs the Work, at whatever tier, and (2) with respect to Contractor itself and to any Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work, a fee of five percent of the amount (fee plus underlying costs incurred) attributable to the next lower tier Subcontractor; provided, however, that for any such subcontracted work the maximum total fee to be paid by Owner shall be no greater than 27 percent of the costs incurred by the Subcontractor that actually performs the work; d. no fee shall be payable on the basis of costs itemized under Paragraphs 13.01.6.4, 13.01.13.5, and 13.01.C; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease;and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 11.04.C.2.a through 11.04.C.2.e, inclusive. 11.05 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Times shall comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times shall comply with the provisions of Article 12. B. An adjustment of the Contract Times shall be subject to the limitations set forth in Paragraph 4.05, concerning delays in Contractor's progress. 11.06 Change Proposals A. Contractor shall submit a Change Proposal to Engineer to request an adjustment in the Contract Times or Contract Price; appeal an initial decision by Engineer concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; contest a set-off against payment due; or seek other relief under EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 45 of 65 the Contract. The Change Proposal shall specify any proposed change in Contract Times or Contract Price, or both, or other proposed relief, and explain the reason for the proposed change,with citations to any governing or applicable provisions of the Contract Documents. 1. Procedures: Contractor shall submit each Change Proposal to Engineer promptly (but in no event later than 30 days) after the start of the event giving rise thereto, or after such initial decision. The Contractor shall submit supporting data, including the proposed change in Contract Price or Contract Time (if any), to the Engineer and Owner within 15 days after the submittal of the Change Proposal.The supporting data shall be accompanied by a written statement that the supporting data are accurate and complete, and that any requested time or price adjustment is the entire adjustment to which Contractor believes it is entitled as a result of said event. Engineer will advise Owner regarding the Change Proposal, and consider any comments or response from Owner regarding the Change Proposal. 2. Engineer's Action: Engineer will review each Change Proposal and,within 30 days after receipt of the Contractor's supporting data, either deny the Change Proposal in whole, approve it in whole, or deny it in part and approve it in part. Such actions shall be in writing, with a copy provided to Owner and Contractor. If Engineer does not take action on the Change Proposal within 30 days,then either Owner or Contractor may at any time thereafter submit a letter to the other party indicating that as a result of Engineer's inaction the Change Proposal is deemed denied, thereby commencing the time for appeal of the denial under Article 12. 3. Binding Decision: Engineer's decision will be final and binding upon Owner and Contractor, unless Owner or Contractor appeals the decision by filing a Claim under Article 12. B. Resolution of Certain Change Proposals: If the Change Proposal does not involve the design (as set forth in the Drawings, Specifications, or otherwise),the acceptability of the Work, or other engineering or technical matters, then Engineer will notify the parties that the Engineer is unable to resolve the Change Proposal. For purposes of further resolution of such a Change Proposal, such notice shall be deemed a denial, and Contractor may choose to seek resolution under the terms of Article 12. 11.07 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders covering: 1. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; 2. changes in Contract Price resulting from an Owner set-off, unless Contractor has duly contested such set-off; 3. changes in the Work which are: (a) ordered by Owner pursuant to Paragraph 11.02, (b) required because of Owner's acceptance of defective Work under Paragraph 14.04 or Owner's correction of defective Work under Paragraph 14.07, or (c) agreed to by the parties, subject to the need for Engineer's recommendation if the change in the Work involves the design (as set forth in the Drawings,Specifications, or otherwise), or other engineering or technical matters; and 4. changes in the Contract Price or Contract Times, or other changes, which embody the substance of any final and binding results under Paragraph 11.06, or Article 12. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 46 of 65 B. If Owner or Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, it shall be deemed to be of full force and effect, as if fully executed. 11.08 Notification to Surety A. If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. ARTICLE 12—CLAIMS 12.01 Claims A. Claims Process: The following disputes between Owner and Contractor shall be submitted to the Claims process set forth in this Article: 1. Appeals by Owner or Contractor of Engineer's decisions regarding Change Proposals; 2. Owner demands for adjustments in the Contract Price or Contract Times, or other relief under the Contract Documents;and 3. Disputes that Engineer has been unable to address because they do not involve the design (as set forth in the Drawings, Specifications, or otherwise), the acceptability of the Work, or other engineering or technical matters. B. Submittal of Claim: The party submitting a Claim shall deliver it directly to the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto; in the case of appeals regarding Change Proposals within 30 days of the decision under appeal. The party submitting the Claim shall also furnish a copy to the Engineer, for its information only. The responsibility to substantiate a Claim shall rest with the party making the Claim. In the case of a Claim by Contractor seeking an increase in the Contract Times or Contract Price, or both, Contractor shall certify that the Claim is made in good faith, that the supporting data are accurate and complete, and that to the best of Contractor's knowledge and belief the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. C. Review and Resolution: The party receiving a Claim shall review it thoroughly, giving full consideration to its merits. The two parties shall seek to resolve the Claim through the exchange of information and direct negotiations. The parties may extend the time for resolving the Claim by mutual agreement. All actions taken on a Claim shall be stated in writing and submitted to the other party,with a copy to Engineer. D. Mediation: 1. At any time after initiation of a Claim, Owner and Contractor may mutually agree to mediation of the underlying dispute. The agreement to mediate shall stay the Claim submittal and response process. 2. If Owner and Contractor agree to mediation, then after 60 days from such agreement, either Owner or Contractor may unilaterally terminate the mediation process, and the Claim submittal and decision process shall resume as of the date of the termination. If the mediation proceeds but is unsuccessful in resolving the dispute, the Claim EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 47 of 65 submittal and decision process shall resume as of the date of the conclusion of the mediation, as determined by the mediator. 3. Owner and Contractor shall each pay one-half of the mediator's fees and costs. E. Partial Approval: If the party receiving a Claim approves the Claim in part and denies it in part, such action shall be final and binding unless within 30 days of such action the other party invokes the procedure set forth in Article 17 for final resolution of disputes. F. Denial of Claim: If efforts to resolve a Claim are not successful,the party receiving the Claim may deny it by giving written notice of denial to the other party. If the receiving party does not take action on the Claim within 90 days, then either Owner or Contractor may at any time thereafter submit a letter to the other party indicating that as a result of the inaction, the Claim is deemed denied, thereby commencing the time for appeal of the denial. A denial of the Claim shall be final and binding unless within 30 days of the denial the other party invokes the procedure set forth in Article 17 for the final resolution of disputes. G. Final and Binding Results: If the parties reach a mutual agreement regarding a Claim, whether through approval of the Claim, direct negotiations, mediation, or otherwise; or if a Claim is approved in part and denied in part, or denied in full, and such actions become final and binding; then the results of the agreement or action on the Claim shall be incorporated in a Change Order to the extent they affect the Contract, including the Work, the Contract Times,or the Contract Price. ARTICLE 13—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. Purposes for Determination of Cost of the Work:The term Cost of the Work means the sum of all costs necessary for the proper performance of the Work at issue, as further defined below.The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price, under cost-plus-fee,time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. When the value of any such adjustment is determined on the basis of Cost of the Work, Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment. B. Costs Included: Except as otherwise may be agreed to in writing by Owner, costs included in the Cost of the Work shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph 13.01.C, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include,without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, and vacation and holiday pay applicable EJCDC®C-700(Rev.1),standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 48 of 65 thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates, and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee,the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site,and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof, whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements.The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of- property insurance established in accordance with Paragraph 6.05), provided such losses and damages have resulted from causes EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 49 of 65 other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities,fuel, and sanitary facilities at the Site. h. Minor expenses such as communication service at the Site, express and courier services,and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance that Contractor is required by the Contract Documents to purchase and maintain. C. Costs Excluded:The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters,timekeepers, clerks, and other personnel employed by Contractor,whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.13.1 or specifically covered by Paragraph 13.01.B.4. The payroll costs and other compensation excluded here are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 13.01.B. D. Contractor's Fee: When the Work as a whole is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 11.04.C. E. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to this Article 13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 13.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 50 of 65 B. Cash Allowances:Contractor agrees that: 1. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes;and 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances,and the Contract Price shall be correspondingly adjusted. 13.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work will be based on actual quantities. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of the following paragraph. E. Within 30 days of Engineer's written decision under the preceding paragraph, Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that it is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price, and the parties are unable to agree as to the amount of any such increase or decrease. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 51 of 65 ARTICLE 14—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and authorities having jurisdiction will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 14.02 Tests, Inspections, and Approvals A. Contractor shall give Engineer timely notice of readiness of the Work (or specific parts thereof) for all required inspections and tests, and shall cooperate with inspection and testing personnel to facilitate required inspections and tests. B. Owner shall retain and pay for the services of an independent inspector,testing laboratory, or other qualified individual or entity to perform all inspections and tests expressly required by the Contract Documents to be furnished and paid for by Owner, except that costs incurred in connection with tests or inspections of covered Work shall be governed by the provisions of Paragraph 14.05. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging, obtaining, and paying for all inspections and tests required: 1. by the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to Owner; 2. to attain Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; 3. by manufacturers of equipment furnished under the Contract Documents; 4. for testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work;and 5. for acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections and tests shall be performed by independent inspectors, testing laboratories,or other qualified individuals or entities acceptable to Owner and Engineer. E. If the Contract Documents require the Work (or part thereof) to be approved by Owner, Engineer, or another designated individual or entity, then Contractor shall assume full responsibility for arranging and obtaining such approvals. F. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. Such uncovering shall be at Contractor's expense unless Contractor had given Engineer timely notice of Contractor's intention to EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 52 of 65 cover the same and Engineer had not acted with reasonable promptness in response to such notice. 14.03 Defective Work A. Contractor's Obligation: It is Contractor's obligation to assure that the Work is not defective. B. Engineer's Authority: Engineer has the authority to determine whether Work is defective, and to reject defective Work. C. Notice of Defects: Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. D. Correction, or Removal and Replacement: Promptly after receipt of written notice of defective Work, Contractor shall correct all such defective Work,whether or not fabricated, installed, or completed, or, if Engineer has rejected the defective Work, remove it from the Project and replace it with Work that is not defective. E. Preservation of Warranties: When correcting defective Work, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. F. Costs and Damages: In addition to its correction, removal, and replacement obligations with respect to defective Work, Contractor shall pay all claims, costs, losses, and damages arising out of or relating to defective Work, including but not limited to the cost of the inspection, testing, correction, removal, replacement, or reconstruction of such defective Work, fines levied against Owner by governmental authorities because the Work is defective, and the costs of repair or replacement of work of others resulting from defective Work. Prior to final payment, if Owner and Contractor are unable to agree as to the measure of such claims, costs, losses, and damages resulting from defective Work, then Owner may impose a reasonable set-off against payments due under Article 15. 14.04 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner prefers to accept it, Owner may do so (subject, if such acceptance occurs prior to final payment, to Engineer's confirmation that such acceptance is in general accord with the design intent and applicable engineering principles, and will not endanger public safety). Contractor shall pay all claims, costs, losses, and damages attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness), and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to final payment, the necessary revisions in the Contract Documents with respect to the Work shall be incorporated in a Change Order. If the parties are unable to agree as to the decrease in the Contract Price, reflecting the diminished value of Work so accepted, then Owner may impose a reasonable set-off against payments due under Article 15. If the acceptance of defective Work occurs after final payment, Contractor shall pay an appropriate amount to Owner. 14.05 Uncovering Work A. Engineer has the authority to require additional inspection or testing of the Work,whether or not the Work is fabricated, installed, or completed. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 53 of 65 B. If any Work is covered contrary to the written request of Engineer,then Contractor shall, if requested by Engineer, uncover such Work for Engineer's observation, and then replace the covering,all at Contractor's expense. C. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, then Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection,or testing as Engineer may require,that portion of the Work in question, and provide all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall be responsible for all claims, costs, losses, and damages arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and pending Contractor's full discharge of this responsibility the Owner shall be entitled to impose a reasonable set-off against payments due under Article 15. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, then Contractor may submit a Change Proposal within 30 days of the determination that the Work is not defective. 14.06 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, then Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however,this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity,or any surety for, or employee or agent of any of them. 14.07 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents,then Owner may, after seven days written notice to Contractor,correct or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 14.07, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this paragraph. C. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 will be charged against Contractor as set- offs against payments due under Article 15. Such claims, costs, losses and damages will EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 54 of 65 include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal,or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15—PAYMENTS TO CONTRACTOR;SET-OFFS;COMPLETION;CORRECTION PERIOD 15.01 Progress Payments A. Basis for Progress Payments:The Schedule of Values established as provided in Article 2 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed during the pay period, as determined under the provisions of Paragraph 13.03. Progress payments for cost-based Work will be based on Cost of the Work completed by Contractor during the pay period. B. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing,the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens, and evidence that the materials and equipment are covered by appropriate property insurance, a warehouse bond, or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. C. Review of Applications: 1. Engineer will, within 10 days after receipt of each Application for Payment, including each resubmittal, either indicate in writing a recommendation of payment and present the Application to Owner, or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page SS of 6S a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 13.03, and any other qualifications stated in the recommendation);and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract;or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise,direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto,or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work,or d. to make any examination to ascertain how or for what purposes Contractor has used the money paid on account of the Contract Price,or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 15.01.C.2. 6. Engineer will recommend reductions in payment (set-offs) necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work in accordance with Paragraph 14.07, or has accepted defective Work pursuant to Paragraph 14.04; d. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; or EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 56 of 65 e. Engineer has actual knowledge of the occurrence of any of the events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents. D. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended (subject to any Owner set-offs) will become due, and when due will be paid by Owner to Contractor. E. Reductions in Payment by Owner: 1. In addition to any reductions in payment (set-offs) recommended by Engineer, Owner is entitled to impose a set-off against payment based on any of the following: a. claims have been made against Owner on account of Contractor's conduct in the performance or furnishing of the Work, or Owner has incurred costs, losses, or damages on account of Contractor's conduct in the performance or furnishing of the Work, including but not limited to claims, costs, losses, or damages from workplace injuries, adjacent property damage, non-compliance with Laws and Regulations, and patent infringement; b. Contractor has failed to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site; c. Contractor has failed to provide and maintain required bonds or insurance; d. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; e. Owner has incurred extra charges or engineering costs related to submittal reviews, evaluations of proposed substitutes, tests and inspections, or return visits to manufacturing or assembly facilities; f. the Work is defective, requiring correction or replacement; g. Owner has been required to correct defective Work in accordance with Paragraph 14.07,or has accepted defective Work pursuant to Paragraph 14.04; h. the Contract Price has been reduced by Change Orders; i. an event that would constitute a default by Contractor and therefore justify a termination for cause has occurred; j. liquidated damages have accrued as a result of Contractor's failure to achieve Milestones,Substantial Completion,or final completion of the Work; k. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; I. there are other items entitling Owner to a set off against the amount recommended. 2. If Owner imposes any set-off against payment, whether based on its own knowledge or on the written recommendations of Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and the specific amount of the reduction, and promptly pay Contractor any amount EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 57 of 65 remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, if Contractor remedies the reasons for such action. The reduction imposed shall be binding on Contractor unless it duly submits a Change Proposal contesting the reduction. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 15.01.C.1 and subject to interest as provided in the Agreement. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment furnished under the Contract will pass to Owner free and clear of(1) all Liens and other title defects, and (2) all patent, licensing, copyright, or royalty obligations, no later than seven days after the time of payment by Owner. 15.03 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete and request that Engineer issue a certificate of Substantial Completion. Contractor shall at the same time submit to Owner and Engineer an initial draft of punch list items to be completed or corrected before final payment. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a preliminary certificate of Substantial Completion which shall fix the date of Substantial Completion. Engineer shall attach to the certificate a punch list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the preliminary certificate during which to make written objection to Engineer as to any provisions of the certificate or attached punch list. If,after considering the objections to the provisions of the preliminary certificate, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the preliminary certificate to Owner, notify Contractor in writing that the Work is not substantially complete, stating the reasons therefor. If Owner does not object to the provisions of the certificate, or if despite consideration of Owner's objections Engineer concludes that the Work is substantially complete, then Engineer will, within said 14 days, execute and deliver to Owner and Contractor a final certificate of Substantial Completion (with a revised punch list of items to be completed or corrected) reflecting such changes from the preliminary certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of receipt of the preliminary certificate of Substantial Completion, Owner and Contractor will confer regarding Owner's use or occupancy of the Work following Substantial Completion, review the builder's risk insurance policy with respect to the end of the builder's risk coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner. Unless Owner and Contractor agree otherwise in writing, Owner shall bear responsibility for security, operation, protection of the Work, property insurance, maintenance, heat, and utilities upon Owner's use or occupancy of the Work. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 58 of 65 E. After Substantial Completion the Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to final payment. In appropriate cases Contractor may submit monthly Applications for Payment for completed punch list items,following the progress payment procedures set forth above. F. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the punch list. 15.04 Partial Use or Occupancy A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work,subject to the following conditions: 1. At any time Owner may request in writing that Contractor permit Owner to use or occupy any such part of the Work that Owner believes to be substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 15.03.A through E for that part of the Work. 2. At any time Contractor may notify Owner and Engineer in writing that Contractor considers any such part of the Work substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 15.03 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 6.05 regarding builder's risk or other property insurance. 15.05 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work, or agreed portion thereof, is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 15.06 Final Payment A. Application for Payment: 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of EJCDC®C-700(Rev.1),standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 59 of 65 inspection, annotated record documents (as provided in Paragraph 7.11), and other documents, Contractor may make application for final payment. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents; b. consent of the surety, if any,to final payment; c. satisfactory evidence that all title issues have been resolved such that title to all Work, materials, and equipment has passed to Owner free and clear of any Liens or other title defects,or will so pass upon final payment. d. a list of all disputes that Contractor believes are unsettled;and e. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of the Work,and of Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 15.06.A.2 and as approved by Owner,Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (a) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (b) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien, or Owner at its option may issue joint checks payable to Contractor and specified Subcontractors and Suppliers. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract have been fulfilled, Engineer will,within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of final payment and present the Application for Payment to Owner for payment. Such recommendation shall account for any set-offs against payment that are necessary in Engineer's opinion to protect Owner from loss for the reasons stated above with respect to progress payments. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable, subject to the provisions of Paragraph 15.07. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Completion of Work: The Work is complete (subject to surviving obligations) when it is ready for final payment as established by the Engineer's written recommendation of final payment. D. Payment Becomes Due:Thirty days after the presentation to Owner of the final Application for Payment and accompanying documentation, the amount recommended by Engineer (less any further sum Owner is entitled to set off against Engineer's recommendation, EJCDC®C-700(Rev.1),standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 60 of 65 including but not limited to set-offs for liquidated damages and set-offs allowed under the provisions above with respect to progress payments) will become due and shall be paid by Owner to Contractor. 15.07 Waiver of Claims A. The making of final payment will not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 15.05, from Contractor's failure to comply with the Contract Documents or the terms of any special guarantees specified therein, from outstanding Claims by Owner, or from Contractor's continuing obligations under the Contract Documents. B. The acceptance of final payment by Contractor will constitute a waiver by Contractor of all claims and rights against Owner other than those pending matters that have been duly submitted or appealed under the provisions of Article 17. 15.08 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents, or by any specific provision of the Contract Documents), any Work is found to be defective, or if the repair of any damages to the Site, adjacent areas that Contractor has arranged to use through construction easements or otherwise, and other adjacent areas used by Contractor as permitted by Laws and Regulations, is found to be defective, then Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. correct the defective repairs to the Site or such other adjacent areas; 2. correct such defective Work; 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others, or to other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others). C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work(and damage to other Work resulting therefrom) has been corrected or removed and replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 61 of 65 E. Contractor's obligations under this paragraph are in addition to all other obligations and warranties. The provisions of this paragraph shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. ARTICLE 16—SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by written notice to Contractor and Engineer. Such notice will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be entitled to an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension. Any Change Proposal seeking such adjustments shall be submitted no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will constitute a default by Contractor and justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to,failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule); 2. Failure of Contractor to perform or otherwise to comply with a material term of the Contract Documents; 3. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;or 4. Contractor's repeated disregard of the authority of Owner or Engineer. B. If one or more of the events identified in Paragraph 16.02.A occurs, then after giving Contractor(and any surety)ten days written notice that Owner is considering a declaration that Contractor is in default and termination of the contract, Owner may proceed to: 1. declare Contractor to be in default, and give Contractor (and any surety) notice that the Contract is terminated; and 2. enforce the rights available to Owner under any applicable performance bond. C. Subject to the terms and operation of any applicable performance bond, if Owner has terminated the Contract for cause, Owner may exclude Contractor from the Site, take possession of the Work, incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and complete the Work as Owner may deem expedient. D. Owner may not proceed with termination of the Contract under Paragraph 16.02.E if Contractor within seven days of receipt of notice of intent to terminate begins to correct its failure to perform and proceeds diligently to cure such failure. E. If Owner proceeds as provided in Paragraph 16.02.8, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds the cost to complete the Work, including all related claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals)sustained by Owner, such excess will be paid to Contractor. If the cost to complete the Work including such related claims, costs, losses, EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 62 of 65 and damages exceeds such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this paragraph, Owner shall not be required to obtain the lowest price for the Work performed. F. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue, or any rights or remedies of Owner against Contractor or any surety under any payment bond or performance bond. Any retention or payment of money due Contractor by Owner will not release Contractor from liability. G. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 6.01.A, the provisions of that bond shall govern over any inconsistent provisions of Paragraphs 16.02.E and 16.02.D. 16.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may,without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;and 3. other reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. Contractor shall not be paid on account of loss of anticipated overhead, profits, or revenue, or other economic loss arising out of or resulting from such termination. 16.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (1) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (2) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (3) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the contract and recover from Owner payment on the same terms as provided in Paragraph 16.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this paragraph are not intended to preclude Contractor from submitting a Change Proposal for an adjustment in Contract Price or Contract Times or otherwise for EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 63 of 65 expenses or damage directly attributable to Contractor's stopping the Work as permitted by this paragraph. ARTICLE 17—FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. Disputes Subject to Final Resolution: The following disputed matters are subject to final resolution under the provisions of this Article: 1. A timely appeal of an approval in part and denial in part of a Claim, or of a denial in full;and 2. Disputes between Owner and Contractor concerning the Work or obligations under the Contract Documents, and arising after final payment has been made. B. Final Resolution of Disputes: For any dispute subject to resolution under this Article, Owner or Contractor may: 1. elect in writing to invoke the dispute resolution process provided for in the Supplementary Conditions;or 2. agree with the other party to submit the dispute to another dispute resolution process;or 3. if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to, give written notice to the other party of the intent to submit the dispute to a court of competent jurisdiction. ARTICLE 18—MISCELLANEOUS 18.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person, by a commercial courier service or otherwise, to the individual or to a member of the firm or to an officer of the corporation for which it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the sender of the notice. 18.02 Computation of Times A. When any period of time is referred to in the Contract by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction,such day will be omitted from the computation. 18.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract. The provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty,obligation, right, and remedy to which they apply. EJCDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 64 of 65 18.04 Limitation of Damages A. With respect to any and all Change Proposals, Claims, disputes subject to final resolution, and other matters at issue, neither Owner nor Engineer, nor any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, shall be liable to Contractor for any claims, costs, losses, or damages sustained by Contractor on or in connection with any other project or anticipated project. 18.05 No Waiver A. A party's non-enforcement of any provision shall not constitute a waiver of that provision, nor shall it affect the enforceability of that provision or of the remainder of this Contract. 18.06 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract, as well as all continuing obligations indicated in the Contract, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 18.07 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 18.08 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. E1CDC®C-700(Rev.1),Standard General Conditions of the Construction Contract. Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 65 of 65 SECTION 00810 SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS These Supplementary Conditions to the General Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2002 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions which are defined in the General Conditions have the meanings indicated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below,which are applicable in both the singular and plural thereof. Index of Supplementary Conditions to the General Conditions Article or Paragraph No. Title or Subject Matter SC-1.0l.A.55 Day SC-2.01 Delivery of Bonds SC-2.05 Initial Acceptance of Schedules SC-3.03.13.Lc Resolving Discrepancies SC-5.03 Subsurface and Physical Conditions-Technical Data SC-5.05.A.3 Underground Facilities SC-5.04 Contractor's Liability Insurance SC-5.06 Property Insurance-Purchased by Contractor SC-6.02 Labor;Working Hours SC-6.03 Services,Materials,and Equipment SC-6.06 Concerning Subcontractors, Suppliers and Others SC-6.17 Shop Drawings and Samples SC-7.01 Related Work at the Site SC-9.03 Project Representative SC-11.0l.A.5.c Equipment Rental Rates-Use of Blue Book SC-12.03 Delays SC-13.03 Tests and Inspections SC-13.13.B Safety and Protection SC-14.02.13 Progress Payments-Whole or Partial Payment Refused by Engineer SC-14.02.0 Progress Payments—Payment Becomes Due SC-14.02.13 Progress Payments-Full Payment Refusal by Owner SC-14.07.13 Final Payment-Refusal by Engineer SC-14.07.0 Final Payment-Payment Becomes Due SC-16.01 Dispute Resolution-Mediation SC-17.04.B Survival of Obligation-Statutes of Limitation PART 1 - SC-1.01.A.55 DAY PART 2- ADD A PARAGRAPH IMMEDIATELY AFTER PARAGRAPH SC-1.01.A.54.TO READ AS FOLLOWS: 10059730 City of Bozeman Small Works Project No. 1 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-1 PART 3 - "55.DAY-A"CALENDAR DAY"UNLESS OTHERWISE DIRECTED WITHIN THESE CONTRACT DOCUMENTS." PART 4- PART 5- SC-2.01 DELIVERY OF BONDS PART 6- Add a new paragraph immediately after paragraph 2.0 LA of the General Conditions which is to read: "B. Engineer shall furnish to Contractor four copies of the Agreement and other Contract Documents bound therewith. Contractor shall execute the Agreement,insert executed copies of the required Bonds and Power of Attorney and Certificates of Insurance and submit all copies to the Owner. Owner shall execute all copies and return two copies to the Contractor who shall promptly deliver one copy to his Surety. Owner shall also furnish a counterpart or conformed copy to the Engineer." PART 7- PART 8- SC-2.05 INITIAL ACCEPTANCE OF SCHEDULES Delete the first paragraph of 2.05.A of the General Conditions in its entirety and insert the following in its place: "A. Prior to the first application for payment all schedules and documents identified in paragraph 2.03.A of these General Conditions shall be finalized and submitted to the Engineer and Owner. Until acceptable schedules are submitted to Engineer and Owner as provided below, Owner may withhold an amount from a progress payment that is sufficient to pay the direct expenses that Owner may reasonably expect will be necessary to correct any problems based on Contractor's failure to submit acceptable schedules. The progress schedule shall be CPM form or other acceptable format that shows estimated time for each work item,and starting and completion dates for each part of the Work. Acceptance of these schedules and documents by either Engineer or Owner will neither impose on Engineer or Owner responsibility for the sequencing, scheduling or progress of the Work, and will not interfere with or relieve Contractor from Contractor's full responsibility therefore." PART 9- SC-3.03.B RESOLVING DISCREPANCIES Add a new paragraph immediately after paragraph 3.03.13.Lb of the General Conditions which is to read: "c. In the event that any provision of the Contract Documents conflicts with another provision of the Contract Documents,the provision in the Contract Documents first listed below shall generally govern except as otherwise specifically stated: 1. Standard Form of Agreement 2. Performance and Payment Bond 3. Addenda to Contract Documents 4. Legal and Procedural Documents: a. Proposal b. Proposal Guaranty c. Instructions to Bidders d. Invitation to Bid 5. Special Provisions 10059730 City of Bozeman Small Works Project No. I- SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-2 6. Drawings 7. Detailed Specifications Requirements(Technical Specifications) 8. Supplementary Conditions 9. General Conditions" PART 10- SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS-TECHNICAL DATA Add the following new paragraph(s)immediately after paragraph 4.02.13 of the General Conditions: "C. In the preparation of Drawings and Specifications, Engineer or Engineer's Consultants relied upon the following drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities)which are at or contiguous to the site of the Work: 1. Drawings dated 1969 prepared by Thomas Dean, and Hoskins, Inc., Great Falls and Bozeman, Montana,entitled Bozeman,Montana Wastewater Treatment Plant consisting of 38 drawing sheets. 2. Drawings dated 1981 prepared by Thomas, Dean, and Hoskins, Inc., Great Falls, Bozeman, and Kalispell,Montana,entitled Construction Drawings,Bozeman,Montana Wastewater Treatment Plant,Phase 1 consisting of 94 drawing sheets. 3. Specifications and Drawings dated May 2002, prepared by Morrison-Maierle, Inc., entitled Wastewater Treatment Modifications,Bozeman,Montana,57 drawing sheets. 4. Specifications and Drawings dated February 2004, prepared by Morrison-Maierle, Inc. entitled Wastewater Treatment Improvements,Bozeman,Montana,76 drawing sheets. 5. Geotechnical Evaluation Report for the Proposed Wastewater Treatment Plant Expansion, Bozeman, Montana, prepared by SK Geotechnical, January 28, 2008. Refer to Section 00200 — Soil Investigation Data for a copy of the report 6. Specifications and Drawings dated January 2009,prepared by HDR Inc.and Morrison-Maierle,Inc., entitled Phase 1 Improvements Project. D. Copies of reports and drawings itemized in SC-5.03.0 and SC-5.03-D that are not included with Bidding documents may be examined at HDR Engineering, Inc's Missoula office and Bozeman office.These reports and drawings are not part of the Contract Documents,but the"technical data"contained therein upon which Contractor is entitled to rely as identified and established above are incorporated therein by reference. Contractor is not entitled to rely upon other information and data utilized by Engineer and Engineer's Consultants in the preparation of Drawings and specifications." PART 11 - SC-5.05 UNDERGROUND FACILITIES Add the following new paragraph immediately after paragraph 4.04.A.2 of the General Conditions: "3. At least 2 but not more than 10 business days before beginning any excavation,the Contractor shall, according to MCA 69-4-501,notify all owners of underground facilities and coordinate the Work with the owners of such underground facilities. The information shown or indicated in the Contract Documents with respect to existing underground facilities is based on information and data obtained from the owners of the facilities without field exploration,and as such,Owner and Engineer are not responsible for the accuracy or completeness of such information or data." PART 12- SC-6.03 CONTRACTOR'S LIABILITY INSURANCE 10059730 City of Bozeman Small Works Project No. 1- SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-3 Add the following new paragraph immediately after paragraph 6.03.J of the General Conditions: "K. The limits of liability for the insurance required by paragraph 6.03 of the General Conditions shall provide coverages for not less than the following amounts or greater where required by Law or Regulations: 1. Workers'Compensation and Related Coverages under Paragraphs 6.03.A.I and 6.03.A.2 of the General Conditions: a. State Statutory b. Applicable Federal(e.g.Longshoremens) Statutory C. Employer's Liability $500,000.00 2. General Liability: Contractor's General Liability Insurance under paragraphs 6.03.13 of the General Conditions,which shall also include premises-operations; independent contractor's operations protection;contractual liability;personal injury;broad form property damage(including explosion, collapse,blasting and underground damage,where applicable);and completed operations and product liability coverages. The General Aggregate Limit shall apply separately to each of the Contractor's projects. a. GENERAL AGGREGATE PER PROJECT $3,000,000.00 b. Products-Completed Operations Aggregate $3,000,000.00 C. Personal and Advertising Injury(Each Occurrence) $1,000,000.00 d. Bodily Injury and Property Damage(Each Occurrence) $1,000,000.00 e. Contractor's Liability Insurance under 6.03.13 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per occurrence. f. In the event the General Aggregate Limit is diminished by an amount greater than $500,000, Contractor shall provide notice to Owner of this fact, and shall again provide such notice on each subsequent occasion on which the General Aggregate Limit is again diminished by an amount greater than$500,000. g. In addition to other requirement in the General Conditions, coverage will include the following at a minimum: Premises—Operations, Operations of Independent Contractor, Contractual Liability, Personal Injury, Product and Completed Operations, Broad Form Property Damage (to include explosion, collapse, blasting, and underground where applicable),and Per Project Aggregate Endorsement. 3. Automobile Liability under paragraph 6.03 D.of the General Conditions: a. Combined Single Limit(bodily injury and property damage) Each Accident $ 1,000,000.00 b. Coverage to be written on a Symbol 1 (one) any auto basis, to include all owned, hired, and non-owned vehicles. 10059730 City of Bozeman Small Works Project No. 1- SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 008I0-4 C. Contractor's Automobile Liability Insurance under 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit can not be less than$1,000,000.00. The deductible,if any,may not exceed $5,000.00 per accident. 4. The Contractual Liability Coverage required by Paragraph 6.03 of the General Conditions shall provide coverage for not less than the following amounts: a. General Aggregate Per Project $ 1,000,000.00 b. Each Occurrence $ 1,000,000.00 (Bodily Injury and Property Damage) 5. OWNERS and CONTRACTORS Protective Policy-Purchased By CONTRACTOR: In addition to the insurance required to be provided by Contractor under paragraph 6.03 G.,Contractor shall purchase and maintain a separate Owners and Contractors Protective Policy(OCP)to protect Owner against claims which may arise from operations under the Contract Documents, with limits of liability as specified below. This liability insurance shall include as additional insureds the Engineer and the Engineer's Consultants,and include coverage for the respective directors,officers,partners,employees,agents and other consultants and subcontractors of all such additional insureds. a. General Aggregate $3,000,000.00 b. Each Occurrence $1,000,000.00 (Bodily Injury and Property Damage) The insurance policy will contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least forty-five (45)days prior written notice has been given to Owner and to each other additional insured(and the certificates of insurance furnished to Owner and each other additional insured will so provide). 6. Additional Insureds: a. With respect to insurance required by paragraphs 6.03.G., include the following as additional insureds. Use Additional Insured Endorsement CG 20 32, or equivalent acceptable to the Owner and Engineer. OWNER-City of Bozeman,Montana ENGINEER—HDR Engineering,Inc. b. With respect to the Owner's and Contractor's Protective Policy(OPC)insurance required by paragraph SC-6.03.K.5, include the following as additional insureds. Use Additional Insured Endorsement CG 20 32,or equivalent acceptable to the Owner or Engineer. ENGINEER—HDR Engineering, Inc." PART 13- SC-5.06 PROPERTY INSURANCE-PURCHASED BY CONTRACTOR A. With respect to the Contractor's property insurance coverage required by paragraph 6.05.A of the General Conditions,include the following as an insured or additional insured: "OWNER: City of Bozeman, Montana SUBCONTRACTORS: (Contractor to list Subcontractors) ENGINEER: HDR Engineering,Inc." 10059730 City of Bozeman Small Works Project No. 1- SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-5 B. Deductible may not exceed$5,000 unless approved by appropriate Change Order. PART 14- SC-7.02 LABOR;WORKING HOURS Add the following new paragraphs immediately after paragraph 7.02.13 of the General Conditions: "C. Working hours for the Contractor shall be limited to the hours between 7:00 a.m.and 7:00 p.m. and shall not exceed 10 hours per day with authorized overtime. With Owner and Engineer approval the Contractor may work a four day,ten hour per day work week. The Contractor must notify the Owner and Engineer in writing three (3)days in advance of his intention to work during other periods to allow assignment of additional inspection personnel when they are reasonably available. Emergency work may be done without prior permission. D. If a resident project representative is reasonably available, the Engineer may authorize the Contractor to perform work during periods other than normal working hours and/or days. The cost of this inspection will be calculated at the hourly rate specified in the Bid Form for unscheduled employment of the Engineer and will be deducted from the monthly progress payments and final payment as the costs are incurred." PART 15- SC-7.03 SERVICES,MATERIALS,AND EQUIPMENT Add the following paragraphs immediately after paragraph 6.03.0 of the General Conditions which are to read as follows: "D. To ensure standardization and uniformity in all parts of the work under this Contract,like items of equipment shall be the products of one manufacturer. Like items of certain materials shall be the products of one manufacturer. E. Uniformity in like equipment items is required in order to provide the Owner with interchangeability capabilities,simplified spare parts inventory,and standardized maintenance programs and manufacturer's services. F. Uniformity in certain like material items is required in order to provide the Owner with a simplified spare materials inventory, continuity in patterns, color, and texture; and a standardized procedure for maintenance care and manufacturer's services. G. Visible architectural items such as exterior finishes,floor and wall covering,ceiling materials,doors, windows,cabinetwork,paint,and miscellaneous appurtenances,when specified alike shall be standardized. H. Generally, material items exempt from standardization include structural steel, reinforcing steel, building insulation,roofing materials,sheet metal,materials specified only by reference to a recognized standard,and items hidden from view where interchangeability,color,and texture is not a significant factor for standardization. I. The Contractor shall inform his suppliers and subcontractors of these requirements, and shall provide the necessary coordination to accomplish the standardization specified." PART 16- SC-7.06 CONCERNING SUBCONTRACTORS,SUPPLIERS AND OTHERS The following provisions supplement paragraphs 7.06.A and 7.06.13 of the General Conditions and paragraph 12.01 of the Instructions to Bidders: 10059730 City of Bozeman Small Works Project No. I- SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-6 "A. The Contractor shall not sublet any part of the work embraced within this contract without the consent of the Owner, and the Owner reserves the right to withdraw at any time from any subcontractor whose work has proven unsatisfactory,the right to be engaged in or employed upon any part of the work. The amount of the work sublet on this project shall not exceed 50 percent. B. In accordance with Instruction to Bidders, paragraph 12.01, within seven (7) days after bids are opened,the apparent low bidder,and any other Bidder so requested,shall submit a list of all Subcontractors,Suppliers, or other persons or organizations(including those who are to furnish the principal items of materials and equipment) to Owner. An experience statement with pertinent information as to similar projects and other evidence of qualification for each named Subcontractor, Supplier and other persons or organizations shall be furnished. Acceptance and substitution of proposed Subcontractors, Suppliers, or other persons or organization prior to Notice of Award is governed by Instructions to Bidders paragraph 12.01. The Contractor may not change Subcontractors, Suppliers, or other persons and organizations accepted by Owner prior to the Notice of Award without the written permission of the Owner. C. Revocation of Subcontractor, Supplier, or other persons or organizations acceptance after the Effective Date of the Agreement is governed by General Condition 6.06.B." PART 17- SC-7.12 SAFETY AND PROTECTION Add new paragraph to the end of paragraph 7.12.13 of the General Conditions as follows: "It is expressly understood by the parties to this Agreement that the CONTRACTOR is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. The right of the OWNER and ENGINEER to observe or otherwise review the Work and operations shall not relieve the CONTRACTOR from any of his covenants and obligations hereunder. CONTRACTOR shall incorporate all safety requirements into his construction progress and work schedules including preconstruction and scheduled monthly safety meetings,posted safety rules,tailgate meetings and site inspections by safety and other inspectors employed by the CONTRACTOR. The CONTRACTOR shall be responsible for and shall take necessary precautions and provide all material and equipment to protect, shore, brace, support and maintain all underground pipes, conduits, drains, sewers, water mains,gas mains,cables, etc.,and other underground construction uncovered in the proximity, or otherwise affected by the construction work performed by him. All pavement,surfacing,driveways,curbs,walks,buildings,grass areas, trees, utility poles or guy wires damaged by the CONTRACTOR'S operations in the performance of this work shall be repaired and /or replaced to the satisfaction of the OWNER, ENGINEER, and affected property owner at the CONTRACTOR'S expense. The CONTRACTOR shall also be responsible for all damage to streets,roads,highways, shoulders,ditches,embankments,culverts,bridges,or other public or private property or facility,regardless of location or character,which may be caused by moving,hauling,or otherwise transporting equipment,materials,or men to and from the work or any part of site thereof, whether by him or his subcontractors. The CONTRACTOR shall make satisfactory and acceptable arrangements with owner of, or the agency or authority having jurisdiction over, the damaged property or facility concerning its repair or replacement or payment of costs incurred in connection with said damage. The CONTRACTOR shall conduct his work so as to interfere as little as possible with public travel,whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, the CONTACTOR shall obtain approval from the governing party and shall, at his own expense, provide and maintain suitable and safe bridges, detours, and other temporary expedients for the accommodation of public and private drives before interfering with them. The provisions for temporary expedients will not be required when the CONTRACTOR has obtained permission from the owner and tenant of the private property, or from the authority having jurisdiction over public property involved,to obstruct traffic at the designated point. Safety provisions must be entirely adequate and meet with City or State and Federal regulations to protect the public on these streets and roads." 10059730 City of Bozeman Small Works Project No. 1- SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-7 PART 18- SC-7.16 SHOP DRAWINGS AND SAMPLES Add the following paragraphs immediately after paragraph 7.16.E of the General Conditions: "F. Contractor shall furnish required submittals with sufficient information and accuracy in order to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing subsequent submittals of Shop Drawings, samples or other items requiring approval and Contractor shall reimburse Owner for Engineer's charges for such time. G. In the event that Contractor requests a substitution for a previously approved item,Contractor shall reimburse Owner for Engineer's charges for such time unless the need for such substitution is beyond the control of Contractor. SC-8.01 RELATED WORK AT SITE Work by others at the site and other coordination issues are defined in Section 01010, SUMMARY OF WORK in these Contract documents." PART 19- SC-10.03 PROJECT REPRESENTATIVE Change the second sentence of paragraph GC-10.03.A to read as follows: "The responsibilities and authority and limitations therein of any such Resident Project Representative and assistance will be provided in paragraph 10.08,the Supplementary Conditions,and Specification Section 00821." Add a new paragraph immediately after paragraph GC-I0.03.A,which is to read as follows: "ENGINEER's Resident Project Representative(s)shall not authorize any deviation from the Contract Documents or substitutions of materials or equipment,unless authorized by ENGINEER." PART 20- PART 21 - SC-11.01.A.5.C.EQUIPMENT RENTAL RATES-USE OF BLUE BOOK Delete paragraph 11.0l.A.5.c.of the General Conditions in its entirety and insert the following in its place: "I1.0l.A.5.c The cost for the use of all construction equipment and machinery and parts thereof whether owned by the Contractor or rented by others shall be calculated as follows. Cost will include the costs of transportation, loading,unloading, assembly, dismantling and removal thereof for equipment involved only in the changed portion of the work covered under the cost of the Work method. Transportation,loading,and assembly costs will not be included for equipment already on the site which is being used for other portions of the Work. The cost of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Hourly equipment and machinery rates may be calculated from the Rental Rate Blue Book for Construction Equipment, and the Equipment List submitted according to GC-2.05.A.4 and GC-2.07.A,and as follows: 1. For working equipment, the hourly rate shall be the monthly rental rate divided by 176 hours per month plus the hourly operating cost. 2. For equipment on standby,the hourly rate shall be 50 percent of the monthly rental rate divided by 176 hours per month,and the hourly operating cost shall not be applied. 10059730 City of Bozeman Small Works Project No. 1 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-8 3. For specialized equipment rented for a short duration used for change order work or additional work not part of the scope of work bid, the equipment rental rates will be negotiated prior to the work being performed. 4. Use of Blue Book rates,and review and approval of equipment rates associated with equipment lists submitted according to GC-2.05.A.4 and GC-2.07.A shall not extend to the settlement of any claim submitted under GC-10.05 and GC-12.01. In claim settlements, actual costs are recoverable, not blue book rates or rates approved with submittals of schedules of value or equipment lists." PART 22- PART 23- SC-12.03.DELAYS In the second sentence of General Conditions 12.03.after the words"or acts of God"add:"but shall not include strikes or labor disputes." Add a new paragraph after paragraph GC 12.03.A which is to read as follows: "Time extensions will not be granted for rain, wind, flood, or other natural phenomena of normal intensity for the locality where Work is performed. For purposes of determining extent of delay attributable to unusual whether phenomena, a determination shall be made by comparing the weather for a minimum continuous period of at least one-fourth of the Contract Time involved with the average of the preceding 5—year climatic range during the same time interval based on U.S.Weather Bureau statistics for the locality where the Work is performed." G. The Contractor shall schedule the Work to be completed within the Contract Time(s) stipulated in the Agreement,including an allowance for time lost due to abnormally cold weather,abnormal precipitation,or other natural phenomena that is abnormal for south western Montana. Such events will not constitute justification for an extension of the Contract Time(s)unless 1)they are considered outside the normal natural weather patterns for the project area, 2)the occurrence is agreed upon by both the Engineer and Contractor during the event,and 3)the total number of working days lost to such events exceeds five percent of the total Contract Time(s). Any claim by the Contractor for an extension of the Contract Times(s) due to abnormal weather conditions must be submitted to the Engineer within two business days of the occurrence of the abnormal weather condition to be considered by the Engineer for an adjustment to the Contract Time(s). Once the total number of working days exceeds five percent of the Contract Time(s),the Contract Time(s) will be adjusted by the actual number of working days affected." PART 24- SC-13.03 TESTS AND INSPECTIONS Replace paragraph 13.03.13 of the General Conditions with the following: "B. All quality control and compliance testing of work accomplished will be performed by the Contractor,or designated representative,where specified at no additional cost to the Owner. Where the specifications state that certain tests will be performed by the Owner,these tests will be done at no cost to the Contractor except all tests for work or materials that fail to meet specified requirements shall be borne by the Contractor and shall be deducted from his progress payments. Where the specifications require that certain materials are to be tested for suitability or in final position by the Contractor, the Contractor shall provide at his own expense by retaining the services of a certified independent testing laboratory. The Engineer will direct where and when tests are performed." 10059730 City of Bozeman Small Works Project No. 1 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-9 PART 25- SC-14.02.11 PROGRESS PAYMENTS—WHOLE OR PARTIAL PAYMENT REFUSAL BY ENGINEER Add the following paragraph 14.02.13.6 to the General Conditions: "6. Engineer may also refuse to recommend the whole or any part of any payment if, in Engineer's opinion,there exists: a. Unsatisfactory progress of the Work; b. Failure to remedy defective Work or materials; C. Disputed Work or materials; d. Failure to comply with material provisions of the Contract Documents; e. Failure of the Contractor to make timely payment upon request, including but not limited to payment for labor,equipment,materials,subcontracts,taxes,fees,professional services, rent,and royalties; f. Damage to the Owner;or g. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price." PART 26- SC-14.02.0 PROGRESS PAYMENTS—PAYMENT BECOMES DUE Delete paragraph 14.02.C.1 of the General Conditions in its entirety and insert the following in its place: "1. The Owner will, upon presentation to him of the Contractor's Application for Payment, with Engineer's recommendation,review and act upon said payment request once each month on or about the day of each month stipulated by the Owner at the preconstruction conference Payment will become due 21 days after the Owner approves the application for payment and will be paid by Owner to Contractor within 30 days after actual receipt of the Application for Payment by Engineer subject to the provisions of Paragraph 14.02.D.L" PART 27- SC-14.02.1)PROGRESS PAYMENTS-FULL PAYMENT REFUSAL BY OWNER Add the following paragraph 14.02.D.Le.to the General Conditions: "e. there exists: i. Unsatisfactory progress of the Work; ii. Failure to remedy defective Work or materials; iii. Disputed Work or materials; iv. Failure to comply with material provisions of the Contract Documents. 10059730 City of Bozeman Small Works Project No. 1 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-10 V. Failure of the Contractor to make timely payment upon request, including but not limited to payment for labor,equipment,materials,subcontracts,taxes,fees,professional services, rent,and royalties; vi. Damage to the Owner;or vii. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price." Delete Paragraph 14.02.D.2.of the General Conditions in its entirety and replace it with the following: "2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor written notice (with a copy to Engineer) within 30 days of actual receipt of the Application for Payment by Engineer, stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner may only withhold an amount from a payment that is sufficient to pay the direct expenses that the Owner may reasonably expect will be necessary to correct any problems created by the items listed in Paragraph 14.02.D.L Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor,when Contractor corrects to Owner's satisfaction the reasons for such action." PART 28- SC-14.07.B FINAL PAYMENT-REFUSAL BY ENGINEER PART 29- PART 30- ADD THE FOLLOWING SENTENCE TO THE END OF PARAGRAPH 14.07.13.1 OF THE GENERAL CONDITIONS: PART 31 - "Engineer may refuse to recommend final payment if,in Engineer's opinion,there exists: PART 32- a. Unsatisfactory progress of the Work; b. Failure to remedy defective Work or materials; C. Disputed Work or materials; d. Failure of the Contractor to make timely payment upon request,including but not limited to payment for labor,equipment,materials,subcontracts,taxes,fees,professional services,rent,and royalties; e. Damage to the Owner;or f. The existence of reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price." PART 33- SC-14.07.0 FINAL PAYMENT-PAYMENT BECOMES DUE Delete Paragraph 14.07.C.1. of the General Conditions in its entirety and replace it with the following: 10059730 City of Bozeman Small Works Project No. I - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-11 11 1. Thirty-days (30) days after the Engineer actually receives the final Application for Payment and accompanying documentation, the amount recommended by Engineer (subject to the provisions of Paragraphs 14.02.D. and 14.07.13. of these General Conditions), will become due, and when due will be paid by Owner to Contractor within Twenty one(21)days." PART 34- PART 35- SC-16.02 DISPUTE RESOLUTION-MEDIATION Replace Section 16.01 of the General Conditions with the following: 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. Notice of the demand for mediation will be filed in writing with the other party to the Agreement and a copy will be sent to Engineer for information. Once the other party receives the request for mediation they must notify the requestor if they desire to participate in mediation. If both parties agree to participate in mediation the parties shall establish mutually agreeable rules to abide by during the mediation process. Owner or Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or Laws or Regulations in respect of any dispute that is not agreed upon during mediation. B. Except as provided in paragraph SC-16.02.C. below,no mediation arising out of or relating to the Contract Documents shall include by consolidation, joinder, or in any other manner any other person or entity (including Engineer, Engineer's Consultant and the officers, directors, agents, employees or consultants of any of them)who is not a party to this contract unless: 1. the inclusion of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the mediation;and 2. such other individual or entity is substantially involved in a question of law or fact which is common to those who are already parties to the mediation, and which will arise in such proceedings;and 3. the written consent of the other individual or entity sought to be included and of Owner and Contractor has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to mediation of any dispute not specifically described in such consent or to mediation with any party not specifically identified in such consent. C. Notwithstanding paragraph SC-16.02.13, 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 the work of such Subcontractor. Nothing in this paragraph SC-16.02.0 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against Owner, Engineer or Engineer's Consultants that does not otherwise exist. PART 36- SC-17.04 SURVIVAL OF OBLIGATIONS-STATUTES OF LIMITATIONS Add the following new paragraph immediately after 17.04.A. of the General Conditions: 10059730 City of Bozeman Small Works Project No. 1 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-12 "B. Causes of action between the parties or the Engineer pertaining to acts or failures to act shall be deemed to have accrued and the applicable statutes of limitations shall commence to run in any and all events not later than the date of final payment to the Contractor. The Contractor shall include this provision in all contracts he enters into with subcontractors,consultants and suppliers who provide any work,products or services for this project." END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS 00810-13 WILLBRO-02 JMSMITH ,aco�zo CERTIFICATE OF LIABILITY INSURANCE E10102/2017 / Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES "FLOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED PRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER �iCOME T NAME: _ Spokane Office PHONE FAX PayneWest Insurance,Inc. (A/C,No,Ext) (509)838-3501 (A/C No);(509)838-3511 501 N.Riverpoint Blvd.,Ste 403 ADDRESS Spokane,WA 99202 - INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Arch Specialty Insurance CO INSURED INSURER 13:The Cincinnati Indemnity Co 23280 Williams Brother Construction,LLC INSURER C- 5713 W Garden Springs,Rd INSURER D: Spokane,WA 99224 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR �ADDLISUBR'' POLICY EFF POLICY EXP LT R TYPE OF INSURANCE :INSD'i WVD 1 POLICY NUMBER M DDDOOM (MM/DDfYYYY1 LIMITS A X COMMERCIAL GENERAL LIABILITY i EACH OCCURRENCE $ 1,000,000 12EMP0557101 05/01/2017 DAMAGE TO RENTED i " CLAIMS-MADE X I OCCUR X X 05/01/2018 PREMISES(Ea occurrence) $ 300,000 MED EXP Anyone person) -�$_. 25'000 — - 1,000,000 1 PERSONAL&ADV INJURY $ -E-_N,'L AGGREGATE LIMIT PP SPER. S 2,000,000 GENERAL AGGREGATE $POLICY X PRO- LOC 2,000,000 STOP GAP WA !$ __ JECT PRODUCTS_COMP/O_P AGG OTHER: 1,000,000 ,, COMBINED SINGLE L AUTOMOBILE LIABILIIMIT 1,000,000 X j ANY AUTO TY (Ea accident) $ X X iEBA0248370 05/01I2017 05/01/2018 , BODILY INJURY Leer person) $ OWNED SCHEDULED - - AUTOS ONLY _ AUTOS BODILY INJURY(Per accident) $ PROPERTY DAMAGE 1 HIRED NON-OWNED AUTOS ONLY i_- _I AUTOS ONLY i (Per accident) $ UMBRELLA LIAB X 05/01/2017 EACH_OCCURRENCE $ 9,000,000 occuR 12EMX0557201 -- _ --- A X SS LIAB _i__-- CLAIMS MADEIi III, 05/01/2018 AGGREGATE $ 9,000,000 J, EXCESS I � -- DED X RETENTION$ 0{ �. WORKERS COMPENSATION !, ; PER !i OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE iE.L.EACH ACCIDENT ',. $ _ OFFICER/MEMBER in NH) N/A '.. E.L.DISEASE-EA EMPLOYEE MR EXCLUDED. -- $ If yes,describe under DESCRIPTION OF OPERATIONS below ! !. E.L.DISEASE-POLICY LIMIT $ A Poll-Mold '12EMP0557101 05/01/20171 05/01/2018 $1M Occurrence A (Professional Liab 12EMP0557101 05/01/2017 05/01/2018 $2M Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Bozeman WRF Small Works Project No.1 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Bozeman THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ATTN:Robin Crough,City Clerk 121 North Rouse PO BOX 1230 AUTHORIZED REPRESENTATIVE Bozeman,MT 59771 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT COVERAGES A& B (ONGOING OPERATIONS ONLY) This endorsement modifies insurance provided under the Environmental Multilane Policy In consideration of the premium charged, it is hereby agreed that Section III - WHO IS AN INSURED is amended to Include as an Additional insured the person or organization shown in the schedule below as respects Coverages A. and B., but only with respect to liability arising out of your ongoing operations performed by you or on your behalf for that Additional Insured and not caused by or arising out of the actual or alleged independent liability of said Additional Insured. The entities scheduled below are covered under this Policy only for Limits of Insurance up to but not exceeding the amount required by the written contract with you and subject to the Limits of Insurance of this Policy. SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE. t All other terms and conditions of this Policy remain unchanged. Endorsement Number: 13 Policy Number: 12 EMP 05571 01 Named Insured:WILLIAMS BROTHER CONSTRUCTION, LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date:5/1/2017 00 EMP0091 00 05 06 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED/ PRIMARY COVERAGE INCLUDING COMPLETED OPERATIONS (COVERAGES A, B, D & F) This endorsement modifies insurance provided under the Environmental Multiline Policy It is agreed that Section III -WHO IS AN INSURED is amended to include the following: Under Coverages A,B,D and F the person or organization shown in the schedule below shall be an Additional Insured, but only to the extent liability arises out of YOUR WORK for that Additional Insured and not due to any actual or alleged independent liability of said Additional Insured. This Endorsement does not apply to BODILY INJURY or PROPERTY DAMAGE arising out of the sole negligence or willful conduct of, or for defects in design furnished by the Additional Insured. With respect to the coverage afforded to the Additional Insured, this insurance is primary and non- contributory, and our obligations are not affected by any other insurance carried by such Additional Insured whether primary, excess, contingent or on any other basis. This Endorsement does not increase the Company's limits of liability as specified in the Declarations of this policy. Additional Insured: ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE All other terms and conditions of this Policy remain unchanged. Endorsement Number:12 Policy Number: 12 EMP 0557101 Named Insured:WILLIAMS BROTHER CONSTRUCTION, LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date:5/1/2017 00 EMP0101 00 01 14 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION- SPECIFIC PERSON OR ORGANIZATION ENDORSEMENT This endorsement modifies insurance provided under the Environmental Multiline Policy In consideration of the premium charged, it is hereby agreed that SECTION V, Conditions, paragraph 13. Subrogation is amended to include the following: We agree to waive this right of subrogation against the person or organization shown in the Schedule below to the extent that you had, prior to an OCCURRENCE or CLAIM, a written agreement to waive such rights. Schedule Name of Person or Organization: ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE. All other terms and conditions of this Policy remain unchanged. Endorsement Number:1 I Policy Number: 12 EMP 05571 01 Named Insured:WILLIAMS BROTHER CONSTRUCTION, LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 5/1/2017 00 EMP0052 00 05 04 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PER PROJECT GENERAL AGGREGATE - EXCLUDING CONTRACTORS POLLUTION, E&O AND MOLD This endorsement modifies insurance provided under the Environmental Multilane Policy In consideration of $0 (N/A) additional premium, the General Aggregate Limit under Item 5. of the Declarations applies separately to each of your projects away from premises owned by or rented to you; except with respect to LOSS arising out of Coverages D., E. or if applicable, Coverage F. All other terms and conditions of this Policy remain unchanged. Endorsement Number: 7 Policy Number: 12 EMP 05571 01 Named Insured:WILLIAMS BROTHER CONSTRUCTION, LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date:5/1/2017 00 EMP0062 00 05 04 1 of 1 WILLBRO-02 JMSMITH DATE,acoRo CERTIFICATE OF LIABILITY INSURANCE E10/02/2017 / Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ^FLOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED PRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ' CONTACT '.. NAME: Spokane Office PHONE PayneWest Insurance,Inc. (A/C,No,Ext):(509)838-3501 1 (A/C,ANo):(509)838-3511 501 N.River point Blvd.,Ste 403 E-MAIL - - - - - Spokane,WA 99202 INSURERS)AFFORDING COVERAGE NAIC# _ INSURER A:Arch Specialty Insurance Co INSURED INSURER B:The Cincinnati Indemnity_Co '':23280 Williams Brother Construction,LLC INSURER C: 5713 W Garden Springs Rd INSURER D: Spokane,WA 99224 - - "-- - - INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR! TYPE OF INSURANCE '=D SUBR,, POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR IN D WVD MM DD MM DD A X COMMERCIAL GENERAL LIABILITY 12EMP0557101 05/01/2017 EACH OCCURRENCE $ _ 1,000,000 CLAIMS-MADE X OCCUR ! 05/01/2018 DAMAGE TO RENTED i- 300,000 X X - PREMISES(Ea occurrence) $ _. MED EXP CAny one erson _$ 25,000 PERSONAL&ADV INJURY $ 1,000,000 _ --_ PRODUCTS-COMP/OP AGG $ 2,000,000 r GEN' �( � JECT _S PER: GENERAL AGGREGATE _ POLICY — -- L AGGREGATE LIMIT APPLIES '�, PRO- Loc $ 2,000,000 1 OTHER: !STOP GAP WA 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 -(Ea accident) $ OWNED ! SCHEDULED X X 05/01/2018' INJURY Per person) $ ANY AUTO li ! ' BODILY INJURY(Per accident) $ _ AUTOS ONLY :AUTOS 02 8370 05/01/2017 BODILY INJU HIRED NON-OWNED PROPERTY DAMAGE —,I AUTOS ONLY _�I, AUTOS ONLY -.(Per accident)___ '', $ - i A X , EXCESS LIAB occuR CLAIMS-MAD 12EMX0557201 05/01/2017 III EACH OCCURRENCE $ 9,000'000 LIAB X I i ' O 9,000,000 EXCESS RETENTION$ 05/01/2018 AGGREGATE $ WORKERS COMPENSATION E.L.EACH STATUTE OTH- AND EMPLOYERS'LIABILITY PER ANFICER/RIETOR EXCLUDED? J N/A!' STATUTE DENT ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N I $ (Mandatory in NH) _E.L.DISEASE EA EMPLOYEE_$ ',.If yes,describe under -_-- - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT A Poll-Mold 112EMP0557101 05/01/2017 05/01/2018 $1M Occurrence A ,Professional Liab 1;12EMP0557101 05/01/2017,05/0,112018 $2M Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Bozeman WRF Small Works Project No.1 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Bozeman THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN y ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: Robin Crough,City Clerk 121 North Rouse PO Box 1230 AUTHORIZED REPRESENTATIVE Bozeman,MT 59771 6PIC ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD t THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT COVERAGES A & B (ONGOING OPERATIONS ONLY) This endorsement modifies insurance provided under the Environmental Multiline Policy In consideration of the premium charged, it is hereby agreed that Section III - WHO IS AN INSURED is amended to include as an Additional Insured the person or organization shown in the schedule below as respects Coverages A. and B., but only with respect to liability arising out of your ongoing operations performed by you or on your behalf for that Additional Insured and not caused by or arising out of the actual or alleged independent liability of said Additional Insured. The entities scheduled below are covered under this Policy only for Limits of Insurance up to but not exceeding the amount required by the written contract with you and subject to the Limits of Insurance of this Policy. SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE. All other terms and conditions of this Policy remain unchanged. Endorsement Number: 13 Policy Number: 12 EMP 0557101 Named Insured:WILLIAMS BROTHER CONSTRUCTION, LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date:5/1/2017 00 EMP0091 00 05 06 1 of 1 SECTION 00821 DUTIES, RESPONSIBILITIES AND LIMITATIONS OF THE RESIDENT PROJECT REPRESENTATIVE PART 1 - GENERAL: 1.1 SUMMARY A. Resident Project Representative is Engineer's agent and shall act as directed by and under the supervision of Engineer. He shall confer with Engineer regarding his actions. His dealings in matters pertaining to the on-site Work will in general be only with Engineer and Contractor. His dealings with subcontractors will only be through or with the full knowledge of Contractor or his superintendent. He shall generally communicate with Owner only through or as directed by Engineer. B. Duties and Responsibilities: The Resident Project Representative is responsible to serve as the Owner's and Engineer's liaison with the Contractor. The Resident Project Representative is responsible for: _ 1. Schedules: Review the progress schedule,schedule of Shop Drawing submission,schedule of AGE, values and other schedules prepared by Contractor and consult with Engineer concerning their Spc acceptability. 50YIh 2• Conferences: Attend preconstruction conferences. Arrange schedule of progress meetings and Spokc, other job conferences as required in consultation with Engineer and notify in advance those expected to attend. Attend meetings and maintain copies of minutes thereof. FAX 3. Liaison: (A/C No CODE: a. Serve as Engineer's liaison with Contractor,working principally through Contractor's AGENCY superintendent and assist him in understanding the intent of the Contract Documents. CUSTOMER i.. INSURED Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on-site operations. b. As requested by Engineer assist in obtaining from Owner additional details or information, when required at the jobsite for proper execution of the Work. c. In the interest of preserving the proper channels of communication,advise Engineer of any direct communication between Owner and Contractor. PROPS' 4. Shop Drawings and Samples: LocAn ` a. Receive and record date of receipt of Shop Drawings and samples which have been reviewed by Engineer. b. Receive samples which are furnished at the site by Contractor for Engineer's review, and notify Engineer of their availability for examination. c. Advise Engineer and Contractor or his superintendent immediately after becoming aware of the commencement of any Work requiring a Shop Drawing or sample submission if the THE submission has not been accepted by Engineer. NOT 5. Review of Work,Rejection of Defective Work, Inspections and Tests: EVIL a. Conduct on-site observations of the Work in progress to assist Engineer in determining that sUt;' the Project is proceeding in accordance with the Contract Documents and the completed Work will conform to the Contract Documents. b. Report to Engineer whenever he believes that any Work is unsatisfactory,faulty or defective or does not conform to the Contract Documents; or has been damaged;or does not meet the requirements of any required inspections,tests or approvals and advise Engineer when he believes Work should be corrected or rejected,or should be uncovered for observation,or requires special testing or inspection. 10059730 City of Bozeman Small Works Project No. 1 - DUTIES,RESPONSIBILITIES AND LIMITATIONS OF THE RESIDENT PROJECT REPRESENTATIVE 00821- 1 c. Verify that tests,equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel,and that Contractor maintains adequate records thereof;observe, record,and report to Engineer appropriate details relative to the test procedures and startups. d. Accompany Owner and visiting inspectors representing public or other agencies having jurisdiction over the Project,record the outcome of these inspections,and report to Engineer. 6. Interpretation of Contract Documents: Transmit to Contractor clarification and interpretation of the Contract Documents as issued by Engineer. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings and Specifications and report them with recommendations to Engineer. 8. Records: a. Maintain at the jobsite orderly files for correspondence;reports of job conferences;Shop Drawings and sample submissions;reproductions of original Contract Documents including all addenda,change orders,field orders,and additional Drawings issued subsequent to the execution of the Contract,Engineer's clarifications and interpretations of the Contract Documents,progress reports and other Project-related documents. b. Keep a daily log book,recording hours on the jobsite,weather conditions,data relative to questions of extras or deductions,list of principal visitors,daily activities,decisions, observations in general and specific observations in more detail as in the case of observing test procedures. Send copies to Engineer. c. Record names, addresses and telephone numbers of all contractors,subcontractors and major suppliers of equipment and materials. d. Advise Engineer whenever Contractor is not currently maintaining an up-to-date copy of Record Drawings at the site. e. Perform a cursory check of Contractor's record drawing set at least bi-weekly and prior to approval of each progress payment. f. Contractor is advised that Engineer's jobsite records will not be routinely available to Contractor and that Engineer's jobsite recordkeeping and review efforts shall not diminish Contractor's obligations. 9. Reports: a. Furnish Engineer periodic reports,as required,of progress of the Work and of Contractor's compliance with the approved progress schedule,schedule of Shop Drawing submissions and other schedules. b. Consult with Engineer before scheduled major tests,inspections,or start of important phases of the Work. 10. Payment Requisitions: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to Engineer,noting particularly their relation to the schedule of values,work completed,and materials and equipment delivered at the site. 11. Guarantees,Certificates,Operating and Maintenance Manuals: During the course of the Work, verify that guarantees,certificates,Operation and Maintenance manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed; and deliver these data to Engineer for his review and forwarding to Owner prior to final acceptance of the Work. 12. Completion: a. Before Engineer issues a Certificate of Substantial Completion,submit to Contractor a list of observed items requiring correction. b. Conduct final inspection in the company of Engineer,Owner,and Contractor and prepare a final list of items to be corrected. c. Verify that all items on final list have been corrected and make recommendations to Engineer concerning acceptance. 10059730 City of Bozeman Small Works Project No. l- DUTIES,RESPONSIBILITIES AND LIMITATIONS OF THE RESIDENT PROJECT REPRESENTATIVE 00821-2 C. Limitation of Authority: Except upon written instructions of Engineer,Resident Project Representative: l. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not undertake any of the responsibilities of Contractor, Subcontractor,or Contractor's superintendent. 3. Shall not expedite Work for the Contractor. 4. Shall not advise on or issue directions relative to any aspect of the means,methods,techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 5. Shall not advise on,issue directions,or enforce any regulation as to safety precautions and programs in connection with the Work. 6. Shall not authorize Owner to occupy the Project in whole or in part. 7. Shall not participate in specialized field or laboratory tests or inspections conducted by others. 9. Shall not assist Contractor in maintaining up-to-date copy of Drawings. 9. Shall not authorize any deviation from the Contract Documents unless written instruction of the Engineer and Owner are received. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - DUTIES,RESPONSIBILITIES AND LIMITATIONS OF THE RESIDENT PROJECT REPRESENTATIVE 00821-3 SECTION 00825 MONTANA PREVAILING WAGE RATE DETERMINATION and DAVIS BACON RATES FOR PUBLIC WORKS CONTRACTS IN MONTANA 10059730 City of Bozeman Small Works Project No. 1 - MONTANA PREVAILING WAGE RATE DETERMINATION and DAVIS BACON RATES FOR PUBLIC WORKS CONTRACTS IN MONTANA 00825-1 MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2017 Effective: January 7, 2017 Steve Bullock, Governor State of Montana Pam Bucy, Commissioner Department of Labor and Industry To obtain copies of prevailing wage rate schedules, or for information relating to public works projects and payment of prevailing wage rates, visit ERD at www.mtwagehourbopa.com or contact: Employment Relations Division Montana Department of Labor and Industry P. O. Box 201503 Helena, MT 59620-1503 Phone 406-444-5600 TDD 406-444-5549 The Labor Standards Bureau welcomes questions, comments, and suggestions from the public. In addition, we'll do our best to provide information in an accessible format, upon request, in compliance with the Americans with Disabilities Act. MONTANA PREVAILING WAGE REQUIREMENTS The Commissioner of the Department of Labor and Industry, in accordance with Sections 18-2-401 and 18-2-402 of the Montana Code Annotated (MCA), has determined the standard prevailing rate of wages for the occupations listed in this publication. The wages specified herein control the prevailing rate of wages for the purposes of Section 18-2-401, et seq., MCA. It is required that each employer pay(as a minimum)the rate of wages, including fringe benefits, travel allowance, zone pay and per diem applicable to the district in which the work is being performed as provided in the attached wage determinations. All Montana Prevailing Wage Rates are available on the internet at www.mtwagehourbopa.com or by contacting the Labor Standards Bureau at(406)444-5600 or TDD (406)444-5549. In addition, this publication provides general information concerning compliance with Montana's Prevailing Wage Law and the payment of prevailing wages. For detailed compliance information relating to public works contracts and payment of prevailing wage rates, please consult the regulations on the internet at www.mtwagehourbopa.com or contact the Labor Standards Bureau at (406) 444-5600 or TDD (406) 444-5549. PAM BUCY Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ............................................................................................................................... 3 B. Definition of Heavy Construction ................................................................................................................ 3 C. Definition of Public Works Contract .......................................................................................................... 3 D. Prevailing Wage Schedule ..................................................................................................................... 3 E. Rates to Use for Projects ........................................................................................................................ 3 F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... 4 H. Dispatch City ........................................................................................................................................ 4 I. Zone Pay ............................................................................................................................................ 4 J. Computing Travel Benefits ..................................................................................................................... 4 K. Per Diem ............................................................................................................................................ 4 L. Apprentices ......................................................................................................................................... 4 M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... 5 O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ..................................................................................................................................... 5 R. Foreman Rates .................................................................................................................................. 5 WAGE RATES: BOILERMAKERS ......................................................................................................................................... 6 BRICK, BLOCK, AND STONE MASONS ........................................................................................................... 6 CARPENTERS ............................................................................................................................................ 6 CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 6 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 ............................................................................................................................. 7 OPERATORSGROUP 2 ............................................................................................................................ 7 OPERATORSGROUP 3 ............................................................................................................................ 8 OPERATORSGROUP 4 ............................................................................................................................ 8 OPERATORSGROUP 5 ............................................................................................................................ 8 OPERATORSGROUP 6 ............................................................................................................................ 8 OPERATORSGROUP 7 ............................................................................................................................ 9 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ............................................................................................................................ 10 LABORERSGROUP 4 ............................................................................................................................ 10 DIVERS .................................................................................................................................................... 10 DIVERTENDERS ........................................................................................................................................ 11 ELECTRICIANS ............................................................................................................................................................ 11 HEATINGAND AIR CONDITIONING ...................................................................................................................................... 11 INSULATION WORKERS- MECHANICAL(HEAT AND FROST) ........................................................................... 12 IRONWORKERS - STRUCTURAL STEEL AND REBAR PLACERS ...................................................................... 12 LINE CONSTRUCTION EQUIPMENTOPERATORS .......................................................................................................................... 12 GROUNDMAN ........................................................................................................................................... 12 LINEMAN .................................................................................................................................................. 13 MILLWRIGHTS ............................................................................................................................................ 13 PAINTERS ............................................................................................................................................................ 13 PILEBUCKS ............................................................................................................................................... 13 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS ............................................................................................ 13 SHEETMETAL WORKERS ........................................................................................................................... 13 TEAMSTERS GROUP 1 (Pilot Car Drivers) ......................................................................................................................... 13 TEAMSTERS GROUP 2 (Truck Drivers) ................................................................................................................ ' 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 designedfor 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, swimming pools (outdoor), subways (other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts (other than highway), water mains, waterway construction, water supply lines (not incidental to building), water and sewage treatment plants (other than buildings) and wells." C.Definition of Public Works Contract Section 18-2-401(1 1)(a), MCA defines"public works contract"as "...a contract for construction services let by the state, county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision 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 fulfill the obligation...a contractor or subcontractor may: (a)pay the amount of fringe 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 setforth 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 from the following list which is closest to the center of the job:Billings, Bozeman, Butte, Great Falls, Helena, Kalispell, and Missoula." I.Zone Pay Zone pay is not travel pay. ARM,24.17.103(24),defines zone pay as "...an amount added to the base pay;the combined sum then becomes the new base wage rate to be paid for all hours worked on the project. Zone pay must be determined by measuring the road miles one way over the shortest practical maintained route from the dispatch city to the center of the job." See section H above for a list of dispatch cities. J. Computing Travel Benefits ARM,24.17.103(22), states " `Travel pay,'also referred to as 'travel allowance,'is and must be paid for travel both to and 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: "(I) 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: hqp://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 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 T Back to Table of Contents CARPENTERS Wage Benefit Zone Pay: $29.00 $11.82 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+$6.00/hr. T Back to Table of Contents CEMENT MASONS AND CONCRETE FINISHERS Wage Benefit Zone Pay: $21.73 $10.51 0-30 mi. free zone >30-60 mi. base pay+ $2.95/hr. Duties Include: >60 mi. base pay+$4.75/hr. Smooth and finish surfaces of poured concrete, such as floors, walks, sidewalks, or curbs. Align forms for sidewalks, curbs, or gutters. T Back to Table of Contents 6 CONSTRUCTION EQUIPMENT OPERATORS GROUP 1 Wage Benefit Zone Pay: $25.41 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Compressor;Auto Fine Grader; Belt Finishing; Boring Machine (Small); Cement Silo; Crane, A-Frame Truck Crane; Crusher Conveyor; DW-10, 15, and 20 Tractor Roller; Farm Tractor; Forklift; Form Grader; Front-End Loader, under 1 cu. yd; Oiler, Heavy Duty Drills; Herman Nelson Heater; Mucking Machine; Oiler, All Except Cranes/Shovels; Pumpman. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 2 Wage Benefit Zone Pay: $26.20 $12.05 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Air Doctor; Backhoe\Excavato r\S hovel, 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; Back hoe\Excavator\S hovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer Dozer; Roller Asphalt (Breakdown & Finish); Rotomill, over 6 ft; Scraper, Single, Twin, or Pulling Belly-Dump; YO-YO Cat. T Back to Table of Contents CONSTRUCTION EQUIPMENT OPERATORS GROUP 4 Wage Benefit Zone Pay: $28.95 $12.05 0-30 mi. free zone >30-60 mi. base pay+$3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Asphalt\Hot Plant Operator; Cranes, 25 tons up to and incl. 44 tons; Crusher Operator; Finish Motor Patrol; Finish Scraper. T 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. T 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). T 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. ?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. T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.16 $14.52 0-30 mi. free zone Diving $76.32 $14.52 >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+$6.00/hr. Depth Pay(Surface Diving) 0-20 ft. free zone >20-100 ft. $2.00 per ft. >100-150 ft. $3.00 per ft. >150-220 ft. $4.00 per ft. >220 ft. $5.00 per ft. Diving In Enclosures 0-25 ft. free zone >25-300 ft. $1.00 per ft. T Back to Table of Contents 10 DIVER TENDERS Wage Benefit Zone Pay: $37.16 $14.52 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. The tender shall receive 2 hours at the straight time pay >60 mi. base pay+ $6.00/hr. rate per shift for dressing and/or undressing a Diver when work is done under hyperbaric conditions. ?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 j Back to Table of Contents HEATING AND AIR CONDITIONING Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: M $0.25/mi. in employer vehicle. Testing and balancing, commissioning and retro- 0 $0.65/mi. in employee vehilcle. commissioning of all air-handling equipment and duct work. Per Diem: $65/day r 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/mi. 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: ■ 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 0 On jobs when employees work any number of also install heating and cooling equipment and consecutive days: $100.00/day if employer mechanical control systems. doesn't provide transportation. T Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $28.04 $17.38 0-50 mi. free zone >50 mi. Duties Include: 0 $0.25/mi. in employer vehicle Testing and balancing, commissioning and retro- • $0.65/mi. in employee vehicle commissioning of all air-handling equipment and duct work. Manufacture, fabrication, assembling, installation, Per Diem: dismantling, and alteration of all HVAC systems, air $65.00/day veyer systems, and exhaust systems. All lagging over insulation and all duct lining. Metal roofing. T Back to Table of Contents TEAMSTERS GROUP 1 (Pilot Car Drivers) No Rate Established T Back to Table of Contents 13 TEAMSTERS GROUP 2 (Truck Drivers) No Rate Established This group includes but is not limited to: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment; Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. Back to Table of Contents DIVISION 01 SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. General work included in this section: 1. Furnish all labor,materials,and equipment required in accordance with provisions of the Contract Documents. 2. Completely coordinate with work of all other trades. 3. Although such work may not be specifically indicated,furnish and install all miscellaneous items incidental to or necessary. 4. Coordination of water system shutdowns with Owner. 5. Coordination of pipe fittings with existing conditions. B. 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 WORK COVERED BY CONTRACT A. Work to be performed includes: 1. Replacement of three(3)waste activated sludge(WAS)pumps,two in Lift Station No. 1 and one in Lift Station No. 2. The replacement of the pumps includes reconfiguration of the piping and replacement of piping and valves,as well as demo of the existing piping and valves. 2. New secondary clarifier launder covers Secondary Clarifiers#1,#2,#3 and#4 and new weirs for Secondary Clarifiers#1,#2 and#3. 3. Modifications to the Digester No. 3 sludge piping at the Solids Handling Building. 4. Minor modifications to the hot water supply and return piping in the Utilidor Terminal Box 3. 5. Rehabilitation of Digester No. 1 and Digester No.2 mixer seals and roofing. 6. Cleaning and Disposal on-site of material removed from Digester No.1. B. The Owner reserve the right to execute any combination of Bid Items after Contract Award,in the best interest of the Owner. 1.3 WORK UNDER OTHER CITY CONTRACTS A. System Integration: 1. System Integration of other City Systems inclusive of this Contract,including the development and implementation of PLC and Operator Interface and SCADA system software,system testing and operational testing will be completed by the City or their integrator. 2. Wiring and primary elements(instruments and transmitters)shall be included in this Contract. 1.4 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit his use of the premises for Work and storage and allow for: 1. Owner occupancy. 2. Uninterrupted operation of existing adjacent facilities. B. Coordinate use of premises under direction of Owner and Engineer. C. Contractor assumes full responsibility for the protection and safekeeping of products and materials Contractor has stored on or off of the site. D. Contractor shall move any stored products,or materials,under Contractor's responsibility,which interfere with operations of Owner or separate contractor/subcontractor. 10059730 City of Bozeman Small Works Project No. I - SUMMARY OF WORK 01010-1 E. Contractor shall obtain and pay for the use of any additional storage or work areas if needed for Contractor operations. F. Contractor shall confine all materials storage,equipment storage and employee and subcontractor parking to the areas designated by the Owner.Contractor shall not store materials or equipment,nor shall employees of the Contractor or subcontractors park automobiles in a manner that hinders Owner's access to the facility. G. Contractor shall restore any areas used for materials storage,trailers,offices,equipment storage,or employee and subcontractor parking to their original condition or better. 1.5 WORK SEQUENCE A. Coordinate construction schedule and operations with the Owner. The Contractor shall plan, schedule,and coordinate his demolition and construction operations and activities in a manner that will facilitate the progress of the work included in these Contract Documents. Since there is considerable interfacing with the Owner's staff,it is imperative that the Contractor work closely with them in preparing his schedule. B. Following are general work sequence constraints or time critical work elements for the construction of critical work items in each of the major areas of Work,specific schedule constraints are provided in bold lettering. Work elements shown are not necessarily on a critical path and may be done simultaneously. Critical work elements shown are not necessarily complete and others may occur as the Work proceeds. The Contractor shall submit a detailed work sequence schedule to accomplish the Work in accordance with the Special Provisions. Shutdown periods are consecutive 7-day weeks,24-hour periods,workday hours,or otherwise shown. The Owner will perform activities that are underlined. All other activities shall be performed by the Contractor as part of the approved work sequence schedule. Installation of equipment shall include all electrical and control systems,and startup activities as specified in Section 01650. Refer to Section 01060—Special Conditions for detailed special conditions associated with each major area of work: 1. Lift Station No. 1 Modifications: Replacement of the WAS Pumps. a. Secondary Clarifiers No. 1 and No.2 must be taken out of service and completely drained for the demolition and replacement of the isolation valves shown on the WAS pumping line. b. Launder covers,weir and scum baffle work on Secondary Clarifiers No. 1 and 2 shall commence at the same time the clarifiers are drained for the WAS pump replacement. 2. Lift Station No.2 Modifications: Replacement of the WAS Pump. a. The Secondary Clarifiers No. 3 and 4 do not need to be completely drained for work to occur. Work to install the launder covers,weirs and scum baffles on Secondary Clarifier No 3 shall commence at the same time as the WAS pump replacement for Lift Station No. 2. 3. Secondary Clarifier Launder Covers,Weirs and Scum Baffles: a. The secondary clarifier launder cover,weir and scum baffles installation shall be planned such that a maximum of two(2)secondary clarifiers are out of service at the same time. 4. Solids Handling Piping Modifications: a. Digester No. 3 may remain full when the modifications to the piping occur,but the feed to the digester must be suspended until the necessary isolation valves are in place. 5. Existing Digester No.2 Mixer Seals and Repairs: a. Perform work on Digester No.2 and place back into service,before work on Digester No. 1. b. City performed or coordinated actions: 1) Removal of Digester No. 2 from service. 2) Removal of existing draft tube mixers#M-3-2-1 and#M-3-2-2. 3) Disconnection of electrical components. City shall ensure all electrical feeder circuits are placed in lockout condition. 10059730 City of Bozeman Small Works Project No. 1- SUMMARY OF WORK 01010-2 4) The City has determined where anchors need to be removed and re-installed at proper embedment depth at 13 anchor locations at each mixer draft tube flange(26 locations total). The City has marked the locations with orange paint and flagging. 5) Pumping down of digester contents. The basin is currently empty of fluids and contents. c. Contractor performed or coordinated actions: 1) Final cleaning of the digester, as necessary for work. 2) Removal of the closed-cell neoprene gaskets and inspection for reuse. 3) Removal of the upper sections(upper sections only to the flared section located approximately 17'-2 13/16"from the draft tube upper flange)of the two mixer daft tubes to allow demolition activities at the mixer concrete curb extensions. See Drawings 0209D2001-1 and 0209132001-2 of the original draft tube mixer installation manual from Olympus Technologies Inc.,Job No.0209-10. 4) Bush hammering of the concrete surface to sound concrete and then grouting the surface smooth using epoxy grout as specified in Section 03348 for repair of concrete surfaces. 5) At the 26 epoxy anchor locations identified by the City for removal and re-installation, impact hammer drill or core drill to a minimum embedment depth of 6-5/8 IN. Purchase new'/4 IN diameter 316 SST all thread replacement anchors(as required)to provide for the proper embedment depth. Install epoxy anchors in accordance with Section 03348 and City provided new replacement mixer installation instructions. 6) Installation of the draft tube tops will require cleanup of the draft tube slip fitting steel faces,and also re-installation of the closed cell neoprene gaskets. The gaskets shall be installed using polysulfide caulking sealant on seal faces in accordance with the original mixer installation instruction as shown on Drawings 0209132001-1 and 0209132001-2 of the original draft tube mixer installation manual from Olympus Technologies Inc.,Job No.0209-10. The sealant shall be in accordance with Section 07900,and be applied to all uneven concrete or metal flange surfaces prior to installation of the upper draft tubes and prior to when the new replacement mixers are installed. 7) Installation of City provided replacement mixers#M-3-2-1 and#M-3-2-2 in accordance with the replacement mixer manufacturer installation instructions. Installation instructions provided by the City. 8) Final tightening of the anchors following mixer installation and connection of the new replacement mixers shall follow the standard installation procedures for the new replacement mixers. 9) Completion of replacement mixer electrical connections. 10) Completion of replacement mixer unit startup in accordance with City provided new mixer installation instructions. 6. Existing Digester No. 1 Mixer Seals and Repairs: a. City performed or coordinated actions: 1) Remove Digester No. 1 from service using the same procedures used recently for de- commissioning Digester No. 2. It is assumed that approximately 520 cubic yards of material will be remaining for Contractor removal. 2) Disconnect electrical components and place all electrical feeder circuits in lockout condition. 3) Pumping down of digester contents,to an estimated'/4 of digester contents remaining. b. Contractor performed or coordinated actions: 1) Complete cleaning of remaining digester contents(cleaning similar to that performed for Digester No. 2),following City pumping of liquid contents. 2) The Contractor shall assume the material will be disposed of on-site at the City owned I/P cells, located approximately 1,500 lineal feet northwest of the existing treatment plant aeration basins. 3) Remove existing draft tube mixers#M-3-1-1 and#M-3-1-2. 10059730 City of Bozeman Small Works Project No. I- SUMMARY OF WORK 01010-3 4) Removal of the exterior insulation and membrane roofing system to allow demolition activities at the mixer concrete curb extensions. 5) Removal of the upper sections(upper sections only to the flared section located approximately 20'-1 3/16"from the draft tube upper flange)of the two mixer daft tubes to allow demolition activities at the mixer concrete curb extensions. 6) Removal of the closed-cell neoprene gaskets and inspection for reuse. It is assumed that the existing gaskets can be reused. 7) Place barriers or plugs at all digester openings to prevent construction debris from entering the penetrations. 8) Demolition of the concrete curb extensions constructed originally in 2003/2004. Demolish the curb extensions to the original existing concrete as shown on Drawing 3-S/M-5 of the Bozeman Wastewater Treatment Plant Modifications,Digester Upper Level Modifications Plan,Sections and Details, Morrison Maierle,Inc. 9) Construction of new concrete curb extensions as shown on Drawing 3-S/M-5 of the Bozeman Wastewater Treatment Plant Modifications, Digester Upper Level Modifications Plan, Sections and Details,Morrison Maierle,Inc. In addition to the epoxy sealing between the original and new concrete surfaces,install a carbon steel angle gas stop as shown in Section 01011,Updated Existing Mixer Seal Evaluation, Figure 10. Concrete construction and steel reinforcement shall be in accordance with Specification Sections 03108,03208,03308,03311 and 03348. 10) Installation of 36 each new'/41N diameter 316 SST epoxy anchors in accordance with the original draft tube mixer installation instructions as shown on Drawings 0209D1001-1 and 0209D1001-2 of the original draft tube mixer installation manual from Olympus Technologies Inc.,Job No. 0209-10. Original installation manual provided by the City. 11) Installation of the draft tube tops will require cleanup of the draft tube slip fitting steel faces,and also re-installation of the closed cell neoprene gaskets. The gaskets be installed using polysulfide caulking sealant on seal faces in accordance with the original mixer installation instruction as shown on Drawings 0209D1001-1 and 0209D 1001-2 of the original draft tube mixer installation manual from Olympus Technologies Inc.,Job No. 0209-10. Sealant,in accordance with Section 07900 shall be applied to all uneven concrete or metal flange surfaces when the draft tubes are installed and when the new replacement mixers are installed. 12) Installation of City provided replacement mixers#M-3-1-1 and#M-3-1-2 in accordance with the replacement mixer manufacturer installation instructions. Installation instructions provided by the City. 13) Final tightening of the anchors following mixer installation and connection of the mixer shall follow the standard installation procedures for the new replacement mixers. 14) Completion of replacement mixer electrical connections. 15) Completion of replacement mixer unit startup in accordance with City provided new replacement mixer installation instructions. 7. Existing Digester No. 1 and Digester No.2 and Administration/Controls Building Roofing Replacement: 1) Work may commence on the roof replacement immediately. Contractor shall coordinate with mixer and seal replacement as necessary. 8. Hot Water Supply and Return Piping Modifications in Utilidor Terminal Box 2 1) The 6-HWS and 6-HWR hot water system pipes in Terminal Box 2 are to remain in service throughout the modifications. The line will need to be hot tapped for the connection of the 1-HWS to the UV Building. C. Contractor is responsible for all temporary connections required to maintain existing wastewater flows. Sequences other than those specified will be considered by Engineer and Owner,provided they afford equivalent continuity. 10059730 City of Bozeman Small Works Project No. I - SUMMARY OF WORK 01010-4 D. The Contractor shall schedule and coordinate his operations, shall make all necessary temporary connections. E. The Contractor shall work continuously during critical connections and changeovers, as required to prevent interruption of wastewater service at no additional cost to the Owner. F. Contractor shall conduct all on-site work during regular working hours which are defined as weekdays,7:00 a.m.to 7:00 p.m.,holidays excluded. Contractor may apply to work outside of regular working hours as provided in the General Conditions. 1.6 OWNER OCCUPANCY A. Owner will occupy the premises during the entire period of construction for the conduct of normal operations. Contractor to perform work without interruption of the sewage flows. B. Contractor shall coordinate with Owner in all construction operations to minimize conflicts and to facilitate Owner usage. 1.7 PARTIAL OWNER OCCUPANCY A. The Contractor shall schedule activities for completion of portions of the Work,as designated under Sequence of Work,for the Owner's occupancy prior to Substantial Completion of the entire Work. B. Owner will occupy new facilities for the purpose of conducting normal operations. C. Immediately prior to Owner occupancy of new facilities,Engineer shall issue a certificate of Partial Utilization,designating a date of occupancy and defining the area occupied: 1. Contractor's responsibilities: a. Allow access for Owner's personnel. b. Allow operation of equipment and processes to remain in service during the course of the work. 2. Owner's responsibilities: C. Assume responsibility for property insurance on occupied areas. d. Assume responsibility for security and fire protection in occupied areas,but not extending to protection of Contractor's materials and equipment in occupied areas. e. Operate and maintain equipment and processes to remain in service during the course of the work. 3. Other conditions of occupancy: a. The correction period for the occupied Work shall commence at the date of occupancy. 1.8 SUBSTANTIAL COMPLETION A. For the purposes of establishing when the Project is substantially complete and suitable for its intended purpose,all components and work elements described in Paragraph 1.2 shall be completed as outlined within Section 01650 on or before the dates provided in the Agreement(Section 00500). Additional requirements of Substantial Completion include: 1. Correction of all state,local, and other regulatory agencies defective Work lists. 2. Submittals have been received and approved by the Engineer including,but not necessarily limited to,the following: a. Record and test documents. b. Pipe and manhole submittals. 3. All additional warranty or insurance coverage requirements have been provided. B. Final completion of total project: Additional work elements that shall be completed include: 1. Any required repairs to Contractor staging and storage areas. 2. Clean up. 3. Items outlined within Section 00700 and Section 01650. 1.9 LINES AND GRADES A. Construct all Work to the lines,grades and elevations indicated on the Drawings: 10059730 City of Bozeman Small Works Project No. 1 - SUMMARY OF WORK 01010-5 1. Remove and reconstruct improperly located work. 2. Field verify elevations of existing grade and facilities,including but not limited to pipe, equipment,conduits,ductbanks,manholes,and structures near and at locations where new work connects or crosses. Notify Engineer if existing elevations differ from those shown on the Contract Drawings. 3. Provide all additional survey,layout,and measurement work required. 4. Locate and protect control points prior to starting site work, and preserve all permanent reference points during construction: a. Make no changes or relocations without prior written notice to Engineer. b. Report to Engineer when any reference point is lost or destroyed,or requires relocation because of necessary changes in grades or locations. C. Require surveyor to replace Project control points and all Federal, State,City,County and private land monuments that may be lost or destroyed: 1) Establish replacements based on original survey control. 2) Comply with local and State requirements for monument replacement and restoration. 2. Maintain a complete,accurate log of all control and survey work as it progresses. 1.10 REGULATORY REQUIREMENTS A. Comply with all Federal, State,and local laws,regulations,codes,and ordinance applicable to the Work. B. References in the Contract Documents to local codes shall mean State of Montana, City of Bozeman and Gallatin County,Montana. C. Other standards and codes that apply to the Work are designated in the Specifications. 1.11 ACCESS BY GOVERNMENT OFFICIALS A. Authorized representatives of governmental agencies shall at all times have access to the Work where it is in preparation or progress. Contractor shall provide proper facilities for access and inspection. 1.12 CUTTING AND PATCHING A. Contractor shall be responsible for all cutting,fitting,and patching,including attendant excavation and backfill,required to complete the Work. This specifically includes but is not limited to the following: 1. Make all parts fit together properly. 2. Uncover portions of the Work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to the requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. B. Provide products as specified or as required to complete cutting and patching operations. C. Inspection: 1. Inspect existing conditions of the Project,including elements subject to damage or to movement during cutting and patching. 2. After uncovering Work,inspect the conditions affecting the installation of products or performance of the Work. 3. Report unsatisfactory or questionable conditions to the Engineer in writing;do not proceed with the Work until the Engineer has provided further instructions. D. Preparation: l. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the Work. 2. Provide devices and methods to protect other portions of the Project from damage. 10059730 City of Bozeman Small Works Project No. 1- SUMMARY OF WORK 01010-6 3. Provide protection from the elements for that portion of the Project that may be exposed by cutting and patching work,and maintain excavations free from water. 4. Execute fitting and adjustment of products to provide a finished installation to comply with specified products,functions,tolerances,and finishes. 5. Restore work that has been cut or removed;install new products to provide completed Work in accordance with requirements of Contract Documents. 6. Fit work airtight to pipes,sleeves,and other penetrations through surfaces. 1.13 EASEMENTS AND RIGHTS-OF-WAY A. Confine construction operations to the immediate vicinity of the location indicated on Drawings and use due care in placing construction tools,equipment,excavated materials,and pipeline materials and supplies, so as to cause the least possible damage to property and interference with traffic. 1.14 FENCES A. Remove and re-install all fences affected by the Work until completion of the Work. 1.15 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Protect, shore,brace,support,and maintain underground pipes,conduits,drains,and other underground construction uncovered or otherwise affected by construction operations. B. Restore to their original condition,pavement, surfacing,driveways,curbs,walks,buildings,utility poles,guy wires,fences,and other surface structures affected by construction operations,together with sod and shrubs,whether within or outside the easement or facility site. C. Use new materials for replacements of all items,unless shown or stated otherwise on drawings and specifications. D. Contractor shall be responsible for all damage to streets,roads,highways,shoulders,ditches, embankments,culverts,bridges, and other public or private property,regardless of location or character,that may be caused by transporting equipment,materials, or workers to or from the Work or any part or site thereof,whether by Contractor or Contractor's subcontractors or suppliers. E. Make satisfactory and acceptable arrangements with the owner of,or the agency or authority having jurisdiction over,any damaged property concerning its repair,replacement,or payment of costs incurred in connection with the damage. F. Keep fire hydrants and water control valves free from obstruction and available for use at all times. G. In areas where the Contractor's operations are adjacent to or near a utility and such operations may cause damage which might result in expense,loss,and inconvenience,the operation shall be suspended until all arrangements necessary for the protection thereof have been made by the Contractor. H. Notify all utility offices which may be affected by the construction operation at least 48 hours in advance. Before exposing any utility,the utility having jurisdiction shall grant permission and may oversee the operation. Should service of any utility be interrupted due to the Contractor's operation, the proper authority shall be notified immediately. Contractor shall cooperate with the said authority in restoring the service as promptly as possible and shall bear any costs incurred. 1.16 MAINTENANCE OF TRAFFIC A. Maintain neighborhood and facility access roads. Notify all Emergency services and provide adequate traffic control signage for the closure. 10059730 City of Bozeman Small Works Project No. 1- SUMMARY OF WORK 01010-7 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- SUMMARY OF WORK 01010-8 SECTION 01011 EXISTING DIGESTER MIXER SEAL EVALUATION Attached is Digester No. I and No.2 Mixer Seal Evaluation report for use in understanding the work needed to repair the mixer seals and roofs of the existing digesters. 10059730 City of Bozeman Small Works Project No. 1 - EXISTING DIGESTER MIXER SEAL EVALUATION 0101 I- 1 HBO City of Bozeman Water Reclamation Facility Digesters No. 1 and No. 2 Mixer Seat Condition Evaluation Prepared by:Dan Harmon Reviewed by: Coralynn Revis Date: September 25,2015,updated June 14,2017 Introduction The City of Bozeman WU Staff has observed gas leakage from the existing mixer seals at both existing Digester No. 1 and Digester No. 2. The City has also planned for,and has pre-purchased four (4) replacement mixer units,the two draft tube mixers for Digester No. 1 and the two draft tube mixers for Digester No. 2. As part of the pre-planning for the mixer replacement, the City identified the need to conduct a condition assessment of both digesters prior to installation of the replacement mixers. On July 22,2015 HDR and City of Bozeman personnel performed a visual inspection of the interior of existing Digester No. 2 and an exterior of Digester No. 1 and No. 2. The overall condition of the concrete and steel inside Digester No. 2 was observed to be in excellent condition, considering the age and service the digester has seen since 2003 when the digester was upgraded. A considerable amount of large struvite crystals,adhered primarily to the concrete walls, were also observed during the inspection. Because Digester No. 1 needed to remain in operation,inspection of the interior of Digester No. 1 was postponed until a later date when Digester No. 2 is back in service. The exterior inspection of the concrete condition and mixing equipment installations at both digesters revealed several locations where methane gas leakage is present. In addition,concrete degradation at equipment support curbs was also identified. The following provides a summary of the HDR site visit and recommended actions for the basins to address known gas leakage and concrete degradation problems. Existing Conditions Digester No. 1 Digester No. 1 is a 50-foot diameter concrete digester with a fixed-domed-reinforced concrete cover. The digester was originally constructed in 1969/1970 as part of a new Primary and Secondary Digester and Control Building Complex. In 2003,the digester was rehabilitated and was retrofitted with two new draft tube mixers (Olympus Technologies Inc.) #M-3-1-1 and#M-3-1-2. At the time of the retrofit,the digester cover was modified including new cast-in-place concrete Existing Digester Mixer Seal Evaluation Page 1 FN Bozeman WRF digester mixer support curb extensions and a new membrane roof and insulation system was installed. The mixer support curb extensions for Digester No. 1 are tall and included epoxy anchor bolts for hold down of the mixer assemblies and associated draft tubes. At the time of the retrofit, the interior concrete surfaces were sand-blasted and a new protective coating system was applied to the interior roof and interior of the mixer concrete equipment support curbs. Because Digester No. 1 needed to remain in operation during the site investigation,only the exterior of Digester No. 1 was evaluated. Both digester mixer installations were reviewed and it was found that both concrete curbs and mixer supports have similar issues associated with their support concrete curb extensions and draft tub mixer seals. Figure 1 shows an elevation view of the concrete curb. Mixer No. 1 draft tube support baseplate is degraded along the full perimeter of the draft tube bearing surface. A similar condition,although not as severe,exists at the Mixer No. 2 curb. Equipment seal failure and concrete degradation at each mixer location. Figure 1. Digester No.1 Equipment Curb Elevation Showing Concrete Degradation Ali LI 1 — — — .• 0 lot -- Concrete cold joint seal failure and gas leakage. Existing Digester Mixer Seal Evaluation Page 2 Bozeman WRF Figure 2. Digester No.1 Curb Showing Gas Leakage at Lower joint The cold joints on each concrete curb extension,where the mixer supports were extended in 2003/2004,have grout patching that has failed. This condition is shown in Figure 2,and the minor leakage of methane gas has created degradation of the concrete along the majority of the concrete cold joint. The original installation instructions planned for an epoxy injection seal at the cold joint surfaces. The epoxy application has not provided the required seal integrity. Concrete condition along the cold joint was checked using a smooth faced hammer,and the concrete was found to be soft in these areas and was easily removed (crumbled) using light force from the hammer. Areas that were stained from apparent gas leakage showed softer concrete conditions. It appears that a surface-applied material was used in an attempt to seal the joint,but the material applied has not provided the necessary seal. There was no evidence of epoxy injection efforts along the exterior joint area. The digester membrane roofing system has been extended from the digester roof up to just below the location of the concrete curb cold joint. This condition made it impossible to review the condition of the lower concrete curb at this time. Inspection of the lower concrete curb will be necessary when Digester No. 1 is able to be removed from service and the mixers and upper draft tube assemblies are removed. In addition to the concrete cold joint leakage,a more detailed review of the mixer support seals revealed that gas leakage is also occurring at the interface of the concrete curb and the lower mixer draft tube flange. Although a closed-cell neoprene gasket is provided between the concrete surface' and draft tube flange, the surface of the concrete appears to have been irregular enough to not provide a tight seal at the concrete interface. The original equipment shop drawings identified this as a possible issue,and recommended application of an additional sealant between the concrete surface and the mixer draft tube neoprene seal,if an irregular concrete surface exists. Discussions with City staff that were present at the time of the original mixer installation found that it is not likely the additional sealant was used. This seal problem appears to have been identified early following the original mixer installation, as there is a sealant that was applied along the perimeter of the seal and flanges. As shown in Figure 3, this sealant has not provided the necessary seal and significant corrosion of the concrete along the seal exists. ; _ Existing Digester Mixer Seal Evaluation Page 3 FN Bozeman WRF 1 Gas leakage and concrete curb degradation present around full - perimeter of Draft Tube r Flange. Figure 3. Digester No.3 Equipment Baseplate Seal Failure Digester No. 2 Digester No. 2 is a 35-foot diameter concrete digester with a fixed-domed-reinforced concrete cover. Similar to Digester No. 1,the digester was also originally constructed in 1969/1970 as part of the new Primary and Secondary Digester and Control Building Complex. In 2003,the digester was also rehabilitated and was retrofitted with two new draft tube mixers (Olympus Technologies Inc.) #M-3-2-1 and#M-3-2-2. At the time of the retrofit,the digester cover was modified and new cast- in-place concrete digester mixer support curb extensions were constructed and a new membrane roof and insulation system was installed. The cast-in-place concrete curb extensions for Digester No. 2 were shorter than those installed at Digester No. 1. At the time of the retrofit,the interior concrete surfaces were sand-blasted and a new protective coating system was applied to the interior roof and interior of the concrete curb extensions. Evaluation of the exterior concrete of the curb extensions found the concrete in good condition with no signs of gas leakage from the concrete surfaces. Although the membrane roofing system is installed over the concrete cold joint where the curb extension was installed,discussions with City personnel found there has not been evidence of digester gas buildup occurring under the membrane roofing system indicating the concrete seal at the cold joint is likely in good condition. Both digester mixer installations were reviewed,and it was found that both concrete curbs and mixer supports have similar issues associated with their concrete curb extensions and draft tub mixer seals. Similar to Digester No. 1,the seals at the draft tube flanges and concrete interface for both mixers show Existing Digester Mixer Seal Evaluation Page 4 F)� Bozeman WRF signs of gas leakage as depicted on Figure 4 and Figure 5. An attempt was made to seal the concrete and neoprene seal interface from the exterior that did not provide needed seal integrity. Ala w — i Mixer draft tube seal gas leakage in multiple locations. Figure 4. Digester No.2 Mixer Seal Gas Leakage Digester No. 2 gas leakage at mixer draft _ tube to concrete curb - --- = --__- _ - interface. i Figure 5. Digester No.2 Draft Tube Flange Seal Gas Leakage At the time of the evaluation,Digester No. 2 was removed from service and a more detailed inspection of the mixer installation was possible including evaluation of the integrity of the mixer and draft tube anchor bolts into the concrete curb extension. The original installation drawings for the mixers called for the 36 -316 SST anchor bolts at 3/4 IN diameter(each mixer location) to be drilled and epoxy anchored with a minimum of 6- 5/8 IN embedment. Figure 6 and Figure 7 depict one anchor that was identified as being loose using the smooth faced hammer. The anchor was removed by hand using a standard adjustable wrench with no added assistance. The anchor was ,,4 ; Existing Digester Mixer Seal Evaluation Page 5 IN Bozeman WRF easily removed,indicating the epoxy installation had worked loose or did not form a strong bond when originally installed. The anchor location where the anchor rod was removed showed signs of gas leakage and corrosion,and the as-installed embedment into the concrete curb extension was found to be approximately 3 IN versus the originally specified 6- 5/8 IN. Gas leakage at anchor bolt locations � �- � ?sue_ .. �: •-tit F_. �� :�e-ta a�:tr F �`R:-'ta''.e•?�J!�_' ._ .A x.` _` _..h�=:3 _- �.0 Figure 6. Digester No.2 Epoxy Equipment Anchor Gas Leakage .a71 , 9r - VU t . Epoxy anchor bolt embedment at approximately 3 inches. Figure 7. Digester No.2 Mixer Anchor Bolt Embedment At the time of the evaluation,no additional anchor bolt removal was performed. In checking other anchors using the smooth faced hammer, not all anchors were identified to be loose similar to the anchor depicted in Figure 7. ewo Existing Digester Mixer Seal Evaluation Page 6 FBozeman WRF Large struvite crystals attached to tank walls. Struvite formation plume and attached to floor at draft tube mixer discharge (typical both mixer locations) Figure 8. Digester No.2 Struvite Deposits The City had recently cleaned the contents of Digester No. 2,which enabled a more thorough evaluation of the interior of the basin. The interior concrete surfaces were found to be in very good condition,with no unusual wear or degradation of the concrete matrix at the surfaces. The interior metals,including pipe supports,piping,mixer supports and the mixer draft tubes all appeared to be in excellent condition. The corrosion coatings applied during the 2003/2004 upgrade were also found to be in good condition with no areas where coatings system repair would be necessary. Although close inspection of the roof system and draft tube mixer curbs was not possible, inspection of these areas using lights did not identify any obvious corrosion or concrete degradation. During the cleaning effort and evaluation of the interior,a significant amount of struvite particles (in the form of a sand material)was identified in the residuals remaining in the digester prior to cleaning. Following cleaning,large struvite crystals were found adhered to the digester concrete walls as shown on Figure 8. In addition to the large struvite crystals, struvite was also adhered to the concrete floors of the digester in the vicinity of the discharge plume of each draft tube mixer. Following the field evaluation performed by HDR and the City, the City removed both mixer assemblies and also found Struvite adhered to the mixer blades and frame assembly as shown in Figure 9. The presence of the struvite supports the theory that struvite will form within the anaerobic digestion system with no additional chemical added to promote the formation. The formation at each mixer location also supports that mixing energy does tend to release CO2 that in turn causes a localized shift in the pH of the digester contents that promotes rapid formation of the struvite crystals. Existing Digester Mixer Seal Evaluation Page 7 Bozeman WRF ' _ • Struvite attached to draft tube mixer t ' assembly(typical both �y mixer locations) �w is l t f µGA IL Figure 9. Digester No.2 Mixer Assembly with Struvite Attached Recommended Actions Digester No. 1 The City has indicated that removal of Digester No. 1 from service will not be possible until after Digester No. 2 has been successfully placed back into service and is once again serving as a primary digester. Although the interior of Digester No.1 will also likely show signs of struvite buildup,it is expected that less struvite accumulation will be present in Digester No. 1 since the contents of Digester No. 1 were directed to Digester No. 2 in series operation at the time period when elevated phosphorous concentrations were introduced to the primary digestion facilities during the Phase 1 and new Digester No. 3 construction. Now that the secondary waste activated sludge (WAS)is not directed to Digester No. 1 and Digester No. 2,additional buildup of struvite within these process units is not expected. Because Digester No. 1 was not available for interior inspection,the full condition of the interior concrete and metals is not known. Since it is expected that the condition will be similar to that of Digester No. 2,the following corrective actions are recommended for Digester No. 1, following the commissioning of Digester No. 2 serving as the primary digester. ) ExT) isting Digester Mixer Seal Evaluation Page 8 (, FNBozeman WRF 1 tj*" E c k l \ ulf4to \1. CotiZ�c� �.. Mmx uos qtu c,q 6wa4uAc 12`'Ic).C- �1Ascjl- �l�a I � v Figure 10. Concrete Extension Curb Gas Stop Detail O-V Existing Digester Mixer Seal Evaluation Page 9 ,.......... AB 31V0 NOLLdINOS30 'ON LWZ"JN 31HM NOSI690N m LCMILWOD IAlONIOtlWOtl 9Lll-C95(90Y):•�! zw-ZYY(9Dt)=! 100Z OL SlIVl34 ON'd w I 31VO5 AdIODW � A> s oLss lZCO-L95(90Y :oua4d OSOC-ZN(90Y :wo4d sev wle •'� `SN0003S `NVId SNOUVOIdIOOW p jy d 1LL65 JN'unwuog 4965 llM dual-H M31A3N YO c �2 o we C P41o1 lab -MY...A 0l6 31vo 13A31 a3ddfl l 'ON 831S3010 o ;_ 3d LZ0s a Aun-O n•o.w—w wff uy LOOZ Z L w-{ qTfT w U \ NO HOINI3NO V1,1101W M` NOSI880IN Si61 30NI5 �� l�H ppy yypa •A9 tlddV VNVINOW `NVW3Z09 M0138 3Nn '030n03i1 >o- p 1i1390a {= SH3NNVld LL�LLLLl :As a o € 38 AVW S1NItld 3S3HL o/L 'n3a nlne-sro 1 saoA3nans Wpa SNOIlV01dI40W 1NVld 1N3W1V3a1 2l31VM31SVM NVW3Z08 bAb1N0N S 3 NI91N3 NosiaHow 11 8(`0 :AB NMVtlO pp„„„ SNOISIr�tl VI W K TOW yzl Z " H o �� ZoaZ 0 oo �ap� zo m� vc; Z p0 4 ��CC7 pK,OpSa NyaJ = Z 0<a x^ pU Z �a pS I�-hQOFFF -w m�j �� 0 m=O J Jd', O Eg w Q2 WC0t;62 4� 000 J O o�- �6 0 Rail � <ZZ m x a2� QU O Oa ZF < r Uxw I ap >- 0 w oJQ o¢ Zom o n H� w XXU Fx- R2 ZU 0Z a?: !�p OV a pLL0✓i 0yl ma Z� O W� O KO r SFS?M� W W 50(Zwj U� ZOU� NQ �yl O� �r}a w �W< � , Gi c� o: .� 00 < tl0�¢ 4�'xw o m�FOa�m�W0 �w a� .E z Cow i¢�o Z p� ao �jc U�O zo ov=i O m aw Z O�aa a ZpZ� w 'Y C�WO }} O ZZ "U `wKOO.I<iU�JW O w.N- U O W 02 N Q� m� w m a I. QW _ H °avi m<X�Zmozv� ZFrli 0Q� g� mcri �J �3 r '�' Iwo �o rz Sm za , 0 3 0 w o�- 0w oc� w m� xs o '-` m w mz w S{Ja �Z�s 0 0�yl O O" U mz Z m z W Z 1- U¢OC pp J NV "lom ?p Up y�Z MZ U WCjOp �/l < SJ �aw`J miM W JMw N pm ZW }}ZxWW � WwOW ZaUUyU OW aKU � n 4``L-,S J 3; m000" 0z � a01pi, z Z w� U m �>> m W Z.d. p (+ O Zp a,a� Z� W ••'k a a OWK.TQ-J W Z N�app mY Z W O�wW. Z O pp O N Sm yU U2Iym- FOJZ O O OW O K OO NS ZZU �pOa QNw;M. •m O W m p?W O W O W 3 a U Q V Z W w Q O U O W N = N 3 w0 a 3 a Z O I-A r N O O N=6 U c O- W- JI-W J zwaa C LAJ O O O Uw7�OW VIZ I I I I 01nOZ 20 BOO C� m w mZ W,-� wO�N Oja�� X m moo:ppo¢zFoF o-xQo oz w3z wJ o 1- maz QQ- Q O Inn aaw rr�mFU H 0 J� xOo X< O x�xOW �`O O N m +Uy0j3 00N FcFQ} WZ� O1Wm--yGO %1�-�w1wm-- 2��jQ 3WZ 5o j w WHK q Wsm.. O.�r UONJ `t' jU�U(W3�0 <mU�md Hm �Ux2 ZN�C12 �mpVl 6N_ GZlmy U a >VVll� Z �Ofn 3N NIZi 0Ux - � 4 [-4 rM.m 2t0U d'M1.0 KKK _ O¢WU mZ< - _____. OW _ w w �W¢¢m W O a,5 }a = ._ ._ c� M p_X_ --_-_ w o wFHOUO. 3N�--�((ZZ" coixovw�+W V) U 7 N V 12 W Q �Z N +„ Zm _ Ul O-H U0iS, Z?0 Z>moWzd-0 CO w Z U LS "a�na O Ariz wo m I� z Il xo w Wx Cn U O�U tl H a \m ova �o z 'NIW NIW Ch z m od ioa N z rz m m .0-,L .9 o:oo.o:�w �+ a W0. Sc=.)CJ�a vi x I I m .0 App,� m• a: Z• = �IYO�ixUtam000a�u z 0-0 <- dmzO,oz *Z W� OV W \\\` z Ht A xxw Oil cxi'� I I m m J W ro V \ H w�/� W a 0 m C3 V! m OZ RIO • n/ - Z Z Z LL m UOU 00 LL! O O • -0 Z Om iN X .I OVIy O Wm LLa I-n02 w zm C �I _ - 0E¢ o a� P}W M Lugo ix OW N C \ U®WU JC`0 ;.n mN J m_ 0_^ OJ N MI V1Xp cF 1w 06 1-� iW mO ZOW� ( V0 z x 0a� W ` 0 a� Wox a'"'° 0 0w �cFi J�\ aYa z a a o w ,4 w a W m Z " U O Oap Vl CW� II d WO bmKm >p 1 00 �W� g UybZW omH JII N LC BEmoan Na' W 0 a N_ \ C 0~ J X vwi •„£-,£ aw a;0o �w Jw mZo3 z yo 0a o ZW w?o0 a ovn v, J o 0 W j m 9 w m" o� ��m Mo I �R3 Wf1WIXVW 0-,9 O. o 0 3 W W a 03 Y=a "NIW 9-,Z '?ddW 213XIW s m z ap o WOO z N 0 ur A8 030NM40038 SV aw -W WO m ~ x z O W (j W 6 � Q oN L >V z-• w (D f— y�3 Q x_ �^ Z W m it OZo v) Fo CA z;-Lt F s� "z�'wYZ¢¢�zW f'3n:H-az-W. X 0 WZ�SValpWO W �U U w0W J d ri0 �FOz� pw Zz �o ao cc UUZZZ,aJJ VI y'�WZ v7 e�0 JMOW ONE a-Wz od7dawooIw- xaF a 0Vf l<i0 WO�y Z OO OF 30 m �WZzo OM-� or vwio7d aR¢cuwi 3 0 0 N m _ wx 0m 10 cr \ \ z lwN 7LLJ y Vw Vl Z'J \ \ V7 / Z \ ?Q2N 00 UZwU' Q. �a F \ wWyQ}}:w3 EL m V) H� z wa.z w �O U \ \ <O:mv o a �Z om WOZ w a O L O 0U m w 2 W L J M / zN Q O \ ,\ z a Oa �Wm ix as LU z� Z I 11 \ d sww Qa a l-K IL W O Wv lLl 1'.a \� I III w , Z= w III IIII � � �L) U) � jl a M z \ \\ — � X / // / a 0 w / m U ° w Lu 0 ZOO DE 0 ~ V z�icxi e N� oZo �FooW 1 l^ w ~ 1 Q S Z O O F OZ a v' Wa f6 Q- mo,3J0}Owns - d•W \ Z Zwj WZ^ Q O7d zoolaaa-a 7d'm°O'al aJm 3Yp �E[0 � -Z w Z� W OwU 6ZJ�Wm L;Zl lw 3 x �3 0row U �� Sv \\\\ a'J C /�/ "CaOWOB:: ZZlWiI aOF wN�p� \ ow / www<o y2wFZoG \\\ \ Ix / / mzrzo ca��WF m�} \\ \ ow /�// mow~w�,o--06 m m Ln �OR3wUapzz� �a7 z W O SOL{�wrJ��Wp Z O U V Z�N �w yr U N < LLOZ/4L/unp 6Mp'g-ws-£\9ZSSSswp\oas\bu!>ioMMd\:O 31va NOI1d180S3 lZC1Z•t WM N0SW01 m m u oNlaa000v -z» s31vos Adlaow SNo s zscc13S(90u-- ou4d soc-z" ouc4d S71Itl130 ONV SNO1103S `Mdld SNOUVOIdIdOW Cp r oA t 11L69 1A 110=011 *09691A ouol2H M311\3a vo 13A31 213MO1 l ON a31S3010 w � •Pw8 ABolou4ni 106 -uw,Y--RH 016 Z g z m 3d LZO9 a rtu9ay.�y.««Ip-"4*9u y uv LOOZ Z l 31va c z 'ONIMtMO 1YNIOIaO NOSIaaOW = St,61 30NIS t AB'tlddY NO HONI 3N0 S3anSY3W •Ouj '3�' o� wra t/NVINOW 'NVW3Z08 w § �M0138 3Nn '030n03?J ♦>f p 1a380a {>; St13NNAdn 38 AYW SLNIad 353H1 �\ o/t •n3a nine-sv AB a NH0 a" bW1N0�„ SIS N�S PTO cIT1T�7oT�T ❑ M„e era„�NMv�o SNOIld013100W 1NVId ARUV38i 831VM31SVM NdW3ZO8 � �� � +,,,,,,,,,,,,,,,,,,,+•° SNOISIA38 Sa33NION3 N siva w 'o z Q3o ug > Wm Oilcay�-7 a Imo_ m Wo�QOU �U O J c1w Epp Kj 1-LZ 1 WI�� ° a x�W�N 3° (O°J �i OoJ UO W� }m gatL z p � pZal w qo �Il pwQyi o� ®r3 0� 3 «0-•t i�� �_�v� J W QJ xzw II-- tnn WAN NI Q .� 1�VI �- p. '0 7d of w ow W 9 Lw I>� wo civ J odw¢ ww ® Ei? a®o? �a� z aCW� U m N�.�.. Uzo W�>W Oz w `0 O OF- O l N N OZ D 11 �KO NO�� O w c°i c°i �u_N Wf/1w a� al y Z *C >¢U >JW O = O W W O K j z �NN d.ZO h Izz' EN HI-_ - _-_- _ _ ♦ UY Q - GZ2 0� Z T. WOZ J -- F Qm O W Up N O y `f O O Q x O Z ZO I W O W Z I z ^a Q II w W I-o Q II aw m J LU W ♦ ¢ ° vJ U N N N J �m N G 0:� M .0-.Z uZt AU (MW) .,L (~j U�= a aaU° w:j �Mo o�o�p: N3 or;� iwt UV mU< 0!Z0:= pZ Z °O r O a pp t �W 1 to° 0 0 t J W W �n .,L Sop wIw w W= V N W U p U �'- �• F y a y�z ¢ H 3 W �w N Q wv w`o ma OI� FNN QNv z¢°Wz m }a �c�i pp �J �W ® N �v o tz z wzo WirW WZ w Nv Jr I� 2- N IV Z. ;¢JJO O p0 O 001 -H U zxCWi�o k' ¢� �0 rn I I '3r w wa ,3°w �U wo c.� Q II O z c. 1- � zm a '� z �z xNaU w I (n� o: �"v'-i _ �^ `�xa J �``^ 4'i-' SXc�-i 'n o aF�0 m o$ci z �nci I I ? r oo ¢ w z ¢w �S G �o�� m z a �o�. w Q w 01 o w N o M t•7 o ak ~ ¢ a! - o: o_w a I.: w °z W•:o o w ,pam ioow U �°'a p io a®vl 'x �n > p ow \�2r�yjU W N SON M¢N O, t31 W Z W W O wp0°M 1 3: Zw J J Z d MOM =•- o m 1x- Omp0 o?ow� w> = o a J W MwF,cer NaN3 �j — 038101� ~ �rz "o¢ o z� - — — W N O V U -> a m u°iUaa a a -H - .----1 - 3>Uw¢ si m iil Z aLj a 1 - B ---------- -i�r-%==- __------- J z J�p�zo rii Of m ao � n Z X va zd W. z ' /' = I a N Vp 3 z JVp^ mm WW cwiwz W od ? 00cri IQ,,¢Z iii IL-- = z ~J o z U�Od <p J oo `.III H j ®xo o. w a µg o.a. ��a l J ae x N F o w a z N p z� Q W ° 3 tL Gi o ------ ----ij ------------- -- I = Vj w w v Z N I a p G. Y w. �+ N p O¢ a.ta_•-------------- - z O 3 [-` w c.0 ill T- Q z k' Z Nz OFF N III I U I'pp OZWM v w =o= II -\`\ --- fn ° w ��¢� m3 woQ I c0 aw ° cn Q oUa ao a (A - o g 3 w zwp oo W �� QooNa� wN — III - - x aa N /W� O i0 ¢ Q � IZ-�j� mN W x -V=IJW mQ U ®a Q33 fx S2 a W W W XO Q o WL > «0-,Z m S LU mmq 3 w J \ „0-.9 „9 Q .9-.£ II n N is v 3 Z o OQNN U ' W X\ Nwvm N V1 'a�Zo ,q w m w �� a o3x> wawa a o_ < I 1Do°o_ wa 0 wa I- oa= Q a w II o Cwi u.aoZ oo N� J W° 3 oaN� oo O O p 0 Ili 3i°,,Ado Z W�ON W � of- %ZUU w h% a Z- = Xw0 U wo U Nw ~'F W ®� � W d' Udx m pJ U K > yy.. S\ Qqk� Z 2 JQ IF� W U _6. F ®N p^ Q3o S N O U U OU OU�LL,aco p� N� a= .02 wm�o- 6� wm6W rn I-'3 w wn SwOf (in 1 w c°io Fa�av= (n w W LL O 0 ..3..,. ZI^ 1 cl ° W ; N w o3 �° �° m 'Zo M� J N O 100iON tDN �W W waa 7 O ~O >�II Z O N j +mac wa J a =4oJ - �m�a� N N z00 I N 0° w M U Wz O zN < 10 _ I W 0 a')00 -+ O N 4 y"'1, .+L Z w ° a - II m U �w z - z zw 0 oa ; lJ U Z� /� Z �Z�a' i�� wN ZNa rn �� Q F°U of mQ ,V)w o_° w --- J z F°a•- �� ww �- �ovwi D o --� a Iw-�o wl-ww �� 0-z ma �� - - - J - - - a W Ow WXo:o No =- t�.ow z 7o®� u=i= m N • W wwI Z_ mmi UwaWain W Z0 �.Wm U .0 �N 0'� o poi azn S��N o w�a a` re ¢W a M10 --J W U-0- 33I- o-W Z JQ..Fw mw=o M. J 0 o�a`4 zmwo aa�0 1 Nm�� o¢=zLo z�o� Nc� J3« aamv° Q-0 1 < - 4 0 U O J O U \ 0 ¢ J d n o o O d n X a w o 0 5 N a ~ O N ZO O m V w2 O w 1. �S I I U W L---------_ -----J w L _____------- U' fn xl U) I- m _ UI LtOZ/ql/unp 6Mp•g-ws-£\gZSSSswp\oss\6ul„joMMd\:0 31V0 NOI1dINOS30 �IA�OSN IONOOOV '$,f A^i�,2,I�"�✓„�"""" 1 S"•S p* N •LpNltg-L 9 S"a(u9Dy DID)l D�LL:=xl�0De36� Z9 19D L-ZH9 9�-Dd3'VOs AdI°ow IVNOL „ 9LLOtZ -L9 OSOC-z" ��t4®d pA LL69 w969 IN Dual"N LT f LS O9AGOVZ A UHO1 8L t) ••w STV130 ONV SNO1103S SNOUV01d I00 nu-Y ouoDN 016 W = S -.. w uV LO Z '�V0tlY0tl N No I 1tlN INIO •r VNVINOW `NVW3 Z08•ONIM wraNO 3Nns :A8'NddV MO'38 3111 30n0U 1N SN3NNV1d 36 d >M> ra'A8'°•"H° SNOUVOIJI(ION 1NVld iN3W1V38i 831VM3iSVMk NVW3ZO8 N SU33NION3 NOCTLLo 3AJ M NMVO SNOISM38 wi o soMa a Z zd dl Wm � 0 3�0z N v^ mX n o wsw Woi W �WW-W } QO W U W wz N cV ^�i fiJa JUOm 30 LL \OL OW a"� m3 mw mw U o aw j �i3Wm �Jo W a� d> -in z �o 00 Dti N z z z= N �W �9w 3Z ma0dm xo z �o o J� W z < N N 0m a >> o 0 K Z Wi_\\Wv N0 Wx �J OK LJ WW OW ®�O J z Q JJ r F w m0QW NJJ W m WO 03 z1DO } C] Wp Z� ¢o3a \Q C='l� FN UNZ� U 4: on 0.o� z I I W ��¢ xz a�znzd a J� }� I yWw �5 OWWo N N = o zo�z I I m I x o z z ti � Naz�go o:w Sao I I 3 x UJ O w N W NN3Xa N3 Oy O:SUQ W I �W W^ 7 v a l VW )o W NU < OI�I py U0 N0z oo � W W - 2awac •w � Mr rn a w x I wO JQ30 0. - - Z II 2_wZ_ ON w3 a Uw Q �Om LI.Iw N 0W J WO U a V1 N O Nw 0]� U S N p m I ern oa •z 1 u C, UM zUN .6 OU Q3 mN WZ UR p 0 ® U w Z old ` K II UIIA 33 U 11 LL 6 � zd'� p-1 W 0- :w O -, I WE! (� N u) „901, n WO_ N y Q _ �a m II N U N II �iJl W� 3 W M N UN HOOY. ��D ZN>- a O= 02C0 z 0 d II aoWW I 0 Eli nII NrOiII NJ<it NW m � ppW UW W w z m O N U rOI-iI=I O Owi �N7 � J n 2Zw -0 O z0Z N 0o z ZWo zU U wrown. ONz U O W W W Za oW O WziW W „9-,L „9-L ,9 oaII y o vwi w r------------ ws ii w 00 - --- I UFO N J r- M1 O�Q O tp I ( 1 II R W w N d O jz U - - J w x« O CE S 02 N Q I IL O I I z "O�, x W I a U 0 0" N I \• Q z� 9 woo V N ON --------- . \ w / (N m� m z w u Na l �m Ozw0 wWviOw_ZF �aa 9 UN O. � o '\W QI j wz wZ ¢mamp x w aF N Z,3 M WN O <w m �Z II �F SNo� ¢ I `JA y0� _ 1z 3 z N ow+ N a ow 1< --4c < m°-w m U o00 �o z d'K Nw o o a ¢w mF II �W II II W 00 �° z a�a o n �N oWW O Wz�= W} z W w w w0 WK UO Wt~/1 m0 FO �« 33 Z _ n 00 �N ON m O a1n zwW m ,O OW �LCa LLOZ/bL/unr 6Mp'OL-6-ws-£\9ZS6SSwp\oas\6w>IioMMd\:0 Z = N wly r _ r r O `� O Q w J w "2 z O z w o o V) z o z `z oo> af¢ ° w — a �r= 02 0 uai o o o Q LL (> w o a a w�< z o v 20 I,M O o F- N z L� y <Er w to N _N O z p - q'1� Ian z !! y}} k mWr Z o 0 r N w w aQ N3 zo Om0 UO) OU z w p O z Za O W z rn� xW Lnzu) 0 < r U i ¢o V)S m /r0 Ja H=0 Q z w J O >a- O a lil O N �Z W�^ a - ��— I < H F-- J w X N J J arm ' �m Q z < W O o w= <w C' am m -•a s 3 J F- W a r W J z EnN Z Z W La 0 I 3 Z < m < o Zz 4IF- Q JMMfk:9. -- LL, F{ S Z uwi zw za 52 w� T3 oXwm x t a < N z� w C UO o O Qmo�� LLJ �d ! X U o zQ N o a aw �03 w &V L,,zz w Oaw J 0Q x W X OQ 0 z x_ 0 L) F I-r Jr owFx�O o g w o r Q U w F- <0 V) )' U NU fr/IW 2 <2 >j NOUaZ � In a < p <m ¢ a I-r �O �trO�OF ! = tL O Z J I J0 m Ua JaU0 ss u 7 p ? Q m m J Q Z N p Q Q Z 2 F o w= ~ J S U z 7), Lo n z o J w rr7 Qm L w 00 I v ¢ LJ m 2 7 U 1 W = _, O o o r� 3 1 w= v2 r0 W< O a Z lr a� LJ 1 �U 2 a 3 N a � w<r :m a of rm = J z< J M a z(,Uj 0 O W o I'.'O f` s Z Q JZ 0 row Z M m pa a = 7 M W pJ = a Z= a r W Q m 0 W z g 0 .•.a t= r =.' r w r W N r U N r7 >U > F� 0 O O U Q �' la obow U � SN QJ Yl U rx D U LI Q O. 0� z p m laJ m r p IQi V)H C a.Q Q U W W 0 - dal 2 m<Z NU Z r ENO Q NU O Or: 3r o0 m ¥ •i' z wwp Z O W 0 a Q 0 Z N a a S N Z J m N_J m N S^r Li a 0<3 W W >� Ovr mm Q VI N N = N0 d 'O�"'�` 00<v_J VW-W OS k, m m m¢ '< _ =a N OZ 7) U W W N W O W -I W Z_!r 0 N Z O^ Z H w z N r F- OE: o M. Vl r Z p0 Lj M0 r Zx air W LY W Z F <0 0o Z m0r 1 '0 W O N WZ Ww � Q WZo z r N '� -� a OJ Y 5 x U U a¢ I,JjW Q OFwm 01-m 0 W 1 Q- za _ ¢NU a Q Ul2 UJmQ Q < = aU, IU..� Z w<mr l<X<o NmM UZ (7 U F Li m U w_U F— 0 N r r U w 0 rQox X< =! o No q J VIaW0Li 0 OW a<> J -I N UI.j -jU H Zar0 nCL W ZUO 0� 2 w = S S z -r. O I'! < w 2 In w ¢ -w a N w z -W ~ oN� Lj zaw �¢ N O W Zo NIX¢ ¢ r o0 0< �� ¢ ZCL J)W��z� 1,.1 a� �¢ N?¢32 ><m L H W wof N N J� 00 a ¢ << wLJ W vm > 5 Jm Q Q -t3 O H o J J W w o < p ~a a0J I L W a=J Nlai a X S j < !Y(n O .4 I QQ N ou N> oo0( J In z a o o U 'zo oZ),0?o rw� xm Q m a'a'w w a Z C W N ISn Z < N W O W In N W w a NQ z O U chi ° Ll Q _0 o a s In N 6 � w J w a m r O w �+ Z >O <-% LLJZ o ..."`.: a m r �a <w V) u�i w Q Q r X O. � E � Us d z o rli c ri�¢ n r> ai ' — - O <- X 0 a) OU W N c N0103S 38f11 1dva(l mF �) 213ddn „�L-,OZ dz xw NOLL03S 38f111dVti0 ul z M T c� ® o 3 82Mo S z I m J O Y Q o W N N 0 J 0 Q < g r O 4 C9 0 fir= W ' ` N N r � V m NL •�--. W W r7 X „0�0 <�w ga 1 = 1 L J U W W j C � 0) X w X .0 C J 3 Ln 0 00 O N W aCD >� I ¢ �roa wo W > N N N wz <J O C O N rr< �w I E cu Li> Q 0 zap --O � z w X \W W�=� n� C Q Q N jN i W I<.. O a / N¢F LL � VVL// Q I— �Nm W 0 O m oa Q ;n r< a `,`\ I O N W La -i J 0 N 0 J ` I V) 1 1.._ O \ ` Z O N m W J 0 L j I co a�0 j I VI 0) J a p 0 a p w a V) 0 Z ` z _ Q M0 . �w w. 00 2� OL J i� 1 �O- a Zw0 0tN0 I W O - t0 M �^ Yr X� I p 1 L < a c� I _ Of I '---p t U W Q I\ X 'XONddV ------ — —— I - — I O aN M JW om0 w m J:m ZLL A. w ,1�ll:li17 r o m Q F- ti• y om0 as <a r O a�0 �ow otr > p` OU �W m Z J1 c OJ r c Gd, l T Li 0 00 O ,{N:171't 0 O � r O J m w N m O D O V• n F0-.W w uo ® CT }N5 z� O J J Z Z W M N Q 0 0 0 O p O O N j a- 0w w TN OOU �O In rmww LU N O LTOUZ¢V Q m�LJ z I U- Om z ,t z p O w F F a)m CD o z nOa)w OOpW mw r0 a z U �Z)UJ<< >Q rn O ceo mo w w O a)�a L O<< tm Q Q` ±aZm iU) 0 JI m m m�j O WZ �a wX s>i 35•ai jw vl� p 4 • - Q 3 m U w m> d 0 z N I W Q W �-a�3 o Q usao _ �a ��0 �w of of a .0 a- Q Z >i � a w� w� N r0 w s2 �cY�pz z macs .,.3z •''• J o i O¢ZQ H¢ 0.UZ .p Q wOOO O ¢m¢a O w Ja 5F_ Jm o O Z�w0 = W r '� O / O O \ O W ul s� O / O O a Of Z ;� O i a \\ o w o _O I O I I O N - 9 F- W N i is Q O -�— O O O Q W W O r O \ O } r >! \ r 0 0 O LLJ O ¢CD LLJ c� Z L) oo 0 wa m C/) LL, � () rQ> 0 o J � 0 O :�E¢¢W-i ¢� � o >w o C C Ln I 5; w I z w- W O (B N o in 01 V w cwa m z co p >Fz a az ¢U �c� r oFw o� 3< m� z ao < z r¢ F J z U B --.m (n W O a K— 3 r O J F- W LL 1--"'t° U w W Z r J ZJ m (n 3r U - 7> Om OZ J w `M CL W J U' O Z W X W rropmv� DO ¢O ~O=O m a�;ywl wZm � = ZW Z xm�z0 > x l YZO m ~ - r �U0 OF- wW OH r� QOU 0. 0 ww x.._. U > W¢ � cow O J � U) Nr~w 0. J U p 3 Z Zm ouo wa pwu^ zwm 3w = oxx00 ¢r Oc �z� wmU Z J F_ V pZ W O 0.z NQF¢-.r I Cro W0 = ¢ WpOOQ 0 Inzn wrU ow Fw ¢3vcn Q L) O� W� w� Z<0 a, x J > wW0.[rj O (Q a¢ z Z Q,� y,o a 0 m = w l z 0 W Z ¢ �a o U J E Ln w in �m X J [U O �w > zp w X (n r in C w �- 00 0 -0r o m Z m¢� CU O J N w 4 I C� 0 E zc o w p M [U N m > v� Ui Z a. -� O,o 0 C pw.! W N O N N 1.�i f W l0 Q o� U_ z �It IL 1 Iwn-ix rw Q O v o z� J� 3om ¢�w �Oy Q J I w I c�w an d m..x N '1P_I W X 3 n lWi J Zin a'x zNFw- ¢ a m �l C� 3a wow w o� r oQ D-z c CL 0 Z-•OL O v C)w 0 X in^ w t\ N-iY �W 1 •- I 10� N r A r N N —�-- N0003MCI -- ------- - - - ------- --- — _ MOIJ -IVVI80N 1 •o W Z/7' ¢ f VW'1 O o FW O V) rp wJ § aR a0'z z OZ IL: Fn <Ln o o 0 UE wd < Z 1i0 'Z N ¢ a —N 7 pw Jw x Wp ? Z mm Mo o m n¢ ¢ ma w V O O u1F `x W O (n X'Sr ¢p !Y O O J V <m ao� x �Ln No VIw�J O X II U w 0: r- mmm pJoO¢�Um �¢ c�U ,w ��W� � ma mq0— � 7 Of � w OZO rU ON a00 N0� >J dr Wd ZJ 2mj L�Q� �Nma� o mQW N ~ aw m Z pUp? O ¢ Zo U5 O V)'O mw O U wW ¢r xm0� VIQVI¢O LLJ H a r Q O w N r Q O¢z W w � �zoozw p wX (6 rp LLIrrwZ 'oz 11 ¢0Xm �N w oW¢ j a O a¢ zwm>z �W N z �o m o o ro > w J o mwoo<aNm o� V Q cwio ¢Fwm �°c°<ow< �I+mwo wz in �o�m a aw Op Z j W- :I z 0 C O ,:L, f:7 41 J UI p¢S a� a�.O�aIl W W V)0 � V)a fx/7 O 0. 0 0 °.2F�pWa�¢ ¢m O v�p aUr¢Q Wr,Ju1O �3w 00 L, 0 ¢t,NW mw N U NZ U0.0 W QNzOf� a'WOm oV)31n uj a 4fJ F- a Jp C w¢ z¢axln J¢zJJ Z-a-Val o rm-- w o0- ¢ ma-O W W L j � J W m N w xID v 0 pri+O aO z m Q U� s = c m07 y Ln Wo o~Lz:2 Ld F- O O < Ln <L- �rra¢ Lfiow V � w J Ux z mW OW 0 Nxwm2n 1VO¢ z 0rD) (V Ommf � z<3W Joz5 �5 w V, x cy O r4E X CV r V2 F-= ` w « w�0. O O zw5�?a u,� O O r �lro4 rr MOO Ozw am K J ..Q x 9U U O ¢Z 0.0.U z00¢ XZF- O � znYOo �w ¢ ¢ C) U w U 20 n COW Z?0 Nx vOU DZ vrr? Zv rJ 3 ¢ ¢a U OJ w OI z 7 m O O W O 7 J Z mm m 0 r _Z ul Co W lal O H o_ Q J W Z: 7 Z S w _w z CL m m=z razz }o U FZ o Ur = mza } ����LL3 1J1 Ja �V�w a r7 f p-= JO oO a mU1 '-'NSi 7 O� W ¢LN pi,JK z5waa� C�1 wZ -Y (1 zS U Jw 00 OmmUF¢-w LLf O V, w 'U LL O� < m� r ¢ Q cof z U3 �O 50 QaZmJ� a aw o U1m0 U WUI � 7gym aL U(n�JQw c7w Oa r = mU¢W�O ~ z>w w x0 cnW0 0 w3 a ~ )i W F- w- > Y JZ WFW W � �2 C) ��� �w Q TQW =00Zw� m r �r mw o=ca =w o r pFnwU W m �= rZ Z F-N W rYwwS6 xr Q Jr o �w � w�}wry _ is r r S J Q xW m > �, ZOp�-j2 13.1 03 O F- --om OW WQOU ui W U 2xm� L (n _x btr Wm 7z W� co ZO 7- vx1 I mr a F 0 2 U O J J V) rrrZ Z J U Q > I 0 z U' OJ 'V) LJ _j 7 �a 07Z`� W �w z e r- OU�r w z= w O JZ7 J = OF- 3. t-W wLA- wrm r p0 cl O N -s Y > aJz �r a 3 d �� .�zOj wo z d "o ``G o rz o I 0 u? 4 U W\ z W m O 0 3 Q Q n S**a W r Mo, a'z � 7c~nz a 0 aZwW¢ z ,� � wuj J'o0N U UO WZ > .13 W w> m0 W uj Z dom x0 - - _ >r J�jz oz QW �Q aje O a ja Of a = j; OO ¢0 p>zD 0Q JO dw w zwaZ OO wz wx Q = Y W O W�W.l 0 Z o Q 32 W O W <° (J) a > o > 7 r^� 7 N 3az Z pZ O W Z Z U O Y > Q J O r = 3 W 0 7 O w Q ti O �aZ 7Q ZmQ Er > ~>� Zwp �W J� WZ UU(n0 Xz0 3 �ww 0 �1 y a0� 7>mS �0 F-00y �U � N=d fD ® O> Z K O J S 2 > N O > �1 •M =Y =O O .1c O q O p r O a Q f-- a Z U 1-w a Z O W J=0 H U ¢U W u zza xF N �¢ Qo ~ zrz 00x r=a 'nw 01, Zo 7z� �r Li wro a�O } wzo3o A Q�� c z J F F Q m U NuQ m U r m F-J p LJ O m J� <fif T r Z 0 U w o J O 0 z r= m U z a Z ¢g w ® O O m W w Z 7 0 w m y v z7T ¢Co P-� oa Quo ap J a t z a r w w ¢a W U w 7 N J a Q (n .-H 3 NUU zm 17Q -110a n O } V.. w^O a Z } J a z 0uz r CO Q ro Q O� z 0(n ~z <ww w 0O¢ U > S W z�Lnu v=i r c�i o}o VZaJQ U d ^ ZZ O ¢ U a J J l.J d U > w O F- O Z AF W J J JOQQQ Q— OQ m r w W E-�m d 0 af g V) waWXO< ¢wU�azQ Z F- .Ni CLJwaoaa oQLSOLbaS r r 7 a?-_U - Ox�7 it Uew O r7 J7 WxZ >� maW rZ�W Wow a rw¢Jw Sao w Nam _ _ - W In �¢UJW 0. --a7:O� V) ZZ, v J a PZ� a z m orzwi a()T, z 00- ¢ �--03 0Ow ZN Q MOO N 75 0 K 0 w�>-O � J Fn z 3w r=wJz <W Ck` a �a Vw000z o=wr F r 7 W�O� WU7Q� L7JF- W -I 0Oo0 Y 0 Fn a v�w w 7 UIw1-¢r 'L - U zWmz o~Wpw= mQo=~ w W r r > r F w Z caw p� w z O O O z W U m a Z z O =r a w r: > > ¢ 0 2 j Z O W W JJ¢ -0 OH 7J U) rO1 2Z Or W 7z, rO�mm Z r O p O 7 F-'s Y w m W:W¢ d 0=QwCD Qa mZ d Z0�W� UO U,- LL.0m W? zJ }z zz a O QQOcn, 0M �Sa� _— C) .wY QQ m= f- r0§ z w pr�r 0w r U Q = 0 0 Z ^W Y N Y K Z > X K UIZwZ �Y(�Z 0 rh--WO.� JO OZ w0 w J mL~iW wma m'O H ZFw-IZ-U� m 7 ar ap =mow F- J J Z V u- U W FQWJY 0 C) wp Oa J r _ li a SZ WrNw n W �. ^ Lo Y m W'¢ m'W LL J p O F O m > 4 � Z J m U a Q w Z F-- UJr�U MO KJ UO J�ZQW U > l UOU 0 7-<¢ Q0" Q 70 W W -� Z0 Op 0 r< 2 Z amJo ZF_ �w OO Oa. ma U7 Z Li�Ckf 7 > �O W Jr r ¢ JU)W O2 _K W U ��c N Jp < a z >- �U7O Zr n. NN N >�Y>W aO i pWam- U J Z 3NUQ= `DSO d.R'J m O W F- S r }p 0 w w x r U W ZU�L� mKS H= Q x ZIw/I 7 =0 O O w 7 w w ¢m - 0 \Ll F- F-F- to UQ 0�ce=w� 3z 1 z vw�"p�' a �a oa'`r did r U~ i N Q z �z W H W m z Z W Fwn O J W O = J a 2 Q m m 5 O O m / / m Y W J J r m O w r O O m 7 0 J- UKpp J r d _r Z U U ZO W �OJ U1-L, r m U2 r Q6 aW Q IWnd N i m r ( > N a ~~ u a 1-- -F O W I F- > ~ mZ> � JWJ?' ��N T70 YOw- }-Fr� Zz w Nmc� -w0 i zr� <�LLmwo'-' OI Lir `�Ol a =w� maw !� m F x ? �ri wU� � 3 O a O w ¢U< O W U¢ Z O w N �w Z X r a Z �W U w-Z Z KU 1 O z w 7 ¢ =OW_0 Q 1 J Q O T, O s U O W W r Q J X a n0, 6' �J0X Z pow =�� M�� c Z a m00 Q F z O a z OF ~z w o O ¢>wa8z U=Z r - -�- � Um� WoOa Nra Qw Q¢mo�o3p 7 =mow ww�,nzaox w� Z }wzFnF ow r ZZ 02r_O~ z 7 zJJVI m7 J (n r a, W�¢00 o(n N F- co L'i w z UaoO ¢ al¢�r��w r J a w r !Z wOwF=wwUH z0 > n- �~Co dOmrYF-wZ W O =�F_0 m=U7 Z0 W W W� aFna - 7 Z F-dNZrrali as r r 2¢ J JQJd'O M In �rJ N¢ Z dUa OU (n > - -- ti o_ I N T In o (n J LLJ afy(if o fy w d Q O m m W z Z W 2 U W O _ ¢ FF-- L� gg J X ~ 0 > ;l HJ O> �, O O > >�� ¢ �� W N 9 Z Fn ELQ fr O j W CL F Z W W Q lf] Z H U¢ J �_ Z O(r of Ld Z LO J W Q Q O L) Ld ¢ n Otn 3 3 om3 > 9` O Y-Zw 0 0 — 1+ �W w K =�� s F � w ao � W > to ¢(nt�n W O ¢wm O !s a N am Q w CD w a w O o m� o i a:) J ¢ 3 c¢a o O Q rL ¢ a 3o z�°a on 3wF } w �O 0 w w c, >> a r�Q m a m wNn 'tanw ¢ rn > a Ow.-z 0 �+ ' U C1Q• J3Z� p U a o w w> vW <zOo�aww > 0wo wNWanJ woa3 �d o W M 2 cc d. W ` wN z aX3 zw On F O 0' w r G ZW Ca¢N �aWom 0 zm J w O m �� r[{Si co — LAJ e: e3: ix f-L o L: 5; m a z r �wW w o> �WJ w�w� (no oA U00 -- --- Z w r ¢ �O N LnNcan ° w till » ��02 �Z G Z w r Z �cn vc w wJ NOa� O O zZ� 0 w > w W O O W W O W d w (n~U= U U O>m V)LLI O N w � p Q �(7C7 M O O �O a(J!z� mz F 0-Ld QQ J W F- J r WFF (w.1 (7 co U U 0w UYJIQW IJ..II OU �J O(/ Ld Lu al tL � J lyW S O m Oww d U U LTV U�2 1-U J O U O 0 0 N M d' Lri (6 (�Q'5 U Z O Q wU to Q? wr (r O LL 0 O LL J w >CZ LnZ< oaw 0 J Z m Z w z Z M00 0 Li O W J 2 V) M Q OLLi O� u� WLOJ L�CL UQ W W NI Z� 0 O 0 d Q N 0 U O W> C� oaf YZw d W OH(n JU aF W om arm w cai(O �n to W LLI o a m �- to) o O O to) cy M p _ �w w !I: ( 1 V o o s 0 0 ) ,r, 00 wQ z< w m o LLJ 0>�mw > Q W- o Z aJw �W O0 Xd 0p wcx(7a z (naQ E m o Q 3 daM m m an LJ \O(r UJ OWm ZW 1+3, O 1 0 W O O Q Owm CD in Z o Z� > a� 0 0 0 LLJ �Z sz Lj 0 �U O �iY U O O 0 `-J o J a� a ®O uai 3 11 �O O �-i z (n a CD 000 0 Zm m0 0z tr a z JLLJ U Ln o0 3 W> CD J_O W� m J z O J K C, m W W w W X Q O K W<n �= O d(n �Q O U ® Z N _J 0 O O =W K U Z X J �W w r tfJ =o ram, LLJ m oW O OW 0 0 xC.GQJ r�W =a O� 2NJ3 W w W'"' N�3''0� w� 20 T: Q ZW >0 pow WO -- S W N Q o a z Q> N r3dH ry to rn OpY ZZ "# > a 0 N m r w~ aW NN x NUpO m m N Z M< w LLJ m ¢ ul 3z N U z= Ln rr> ¢r Nz I w i Joo =� j C� ¢ I a �Nz onNcn t� CL y a rn I v m 17fi! ® w> W O W W 5 a N ------- � a z�� X Oi ttiO m!p !A Qt>0 a Wm 2Z Q WWU �2 im W J<W o4( H nM,Qu. ONW xA SW WUJ uxi Ll Nd $w mcz JO W_ X iy — O �30 =r � dM a2F-wo Q yF - =O U!a r l « �w� w� x N t]' lti =�0 zU o = W=p Q W Z 0 Q ¢W W O J J Ld r - J W W M m r < 3 x Q ' wwrSZw2 V1 mrrQ ¢�z Z J r W p r 0 2 w Z o1) F-rn3Z - ----- mzoo �m , m In V) ztlwmZ)rt= W Q ® Fw - SZMr-OD� M �QO �rw w~ �pwzo ZWU) owa y Srr,p z2�w,Q x = zm} U) !--W Z¢¢W N z2� d¢Z ^ aL 1 mu- go_Z� rz r� o~z =Yw O o W Z w -N°oC,)g c'�` a nwuri o�� u -,aoo WJ fD m Nm� Z G7 r WX mz W a a = N r° W- Com N Z Qwu=iwronrrn Mix W '� ma Z a w� w w ¢a o v o \ _ rQTFzoF zmrI w(nW !n xrm O W m ozo�Z?O ¢N 10-05 wwzw (numi zaZmWw��z wrmz ¢mo Q Q O� �� r ,7Np rn>- "=µF�oZQ � .-m0� NQm x SO Z W d O W� N w m � twnF'O00ODOaz U. 3 p o w�nz a.w r W rn w af -low:) -W VtF zJ Z S rn WWw a-wrwz m � S,Fw¢�-W� w r r O o w ZO QUw O a Z Y W 0 Q z M N J O W Q U J W _ —_ !W- xu2 QIS-Qm Sr j a w g 0O >p �� x a x W = x x �a Y3 0 U 00 I U. O J ' > I ' � J N y� W N W / W ( i U C W O O I 0 Z Q� Z Q I < < W I S W m I rn H W W m m 5 W� W I I N W s <y, 3¢ N ! O W x I f1D I M wZ s ¢ rro J r w¢ c <q m Wm to N `� F-l0 vW a�a W Y ° CD Q J O O m o Oo N N co ` �,✓ W N > O J O I o > `\ Q Q O O m x W o O X O O I O �' O m ems m woo .� I W or 0 m O O o��0 _ r<p u)w � o O O ! w Q azQz�zaro J oO O W L_ < U o—W 1N = WL o r0Y w� Qoof Q N 1 r r_l a rr J CC W N J j O m a. Oda N > / I w WO CLrnO0 Iw z �Y ¢-Jw� Qw 0�itOZ w \ �� CAUTION pw¢wa J U W m O ``� DO NOT OPERATE \ w�¢ r=h w v¢ WITHOUT ¢ a J a GUARDS a a ----------- W 0Da UU7 Q I 0) (r- w r p z w wQ ¢ ¢Ld 0 3 3 w F-=O WU z(A O o z m w �Q V)) VU) C1 N cn N r m r 0 Q a a m as U U wH U �w wa pCD Z z Z �x �-w O O Y7 O JT U{� 1t 2 2 (A T uj DL w W tt 1�E x X X Q X N Li Lu a Z co 2 T 2 W T w U W Z Ora s o >¢ v O r V O a W S Z t J Z O Z�'r § x� F-W " 7�OW nW fV =J Z ULL,of Q O OU s Or- 01- nd ZOp aow 3o rL vi Q ¢_ a� o Moo Op wam a ow D �.- a a a a 000C)Q ooz rm a(on w 0 1 { y W=> >Sw a L o rx ` Q 9� V) 0} Oro zOa vxz J J ^ J ul< 0wO wTt mJ 0 WQ MJ+� muj e w w w o w HW Z wo o �w m ov) o WCO Q W o 5 O 3 vv)i 0 m ZWOO Nab <-:� �r ¢ (n � iy 3 Ll Q�OC'r oOz Uwe da z < JR O Z FT-�- wzw o N N Z '� N r LLJ W� W w ¢m W J a O 14 >-- X F- OZD wU x X O �Q a0 aOZ ww W LJ mL) v)m m oU pU m 2 x N Z W J O m�D- o wz a J F- zo 5'0 o o O WJmH ra->W aa� O (n N N Q w o W F w ut jl z _ O QI—W N N Zo ¢ N Z WWI ZU� uwZ m<w oda m 0> W z t z < owa (n r O JO 3Fw 0 x x m } m ERS x w w N Wm0 0aw or w I z~0 r o $ 33 = F- o En o - Nt N oZ F-" N wio m r o u < di mm m(n o m z ci U Z Z z z OQ � rW QOo awn Oar o�z Z S z o LO W r z O- w w N a� 0 0 WO 0=5 Omo FO� (Aoa- u) ~ ai I I <� I I V) w S a w a Y o ('- o WO wC)w wW~ mdw J J ZON F-co 0d3 Zs= a N HO ;¢U))w �ro3 m= w v Lw Z ~wa ~oa d z� z� Kwzo Z O O Z w p .=a 0 CV�M Ki U) N' A a a o V) J > > w m W < O ut N O O woc Ii t1 w CL d OF OF 0 H = CSJ Fa- a m O tn N r v) w W 0 O w w 0 < o o w m a LLI m V) K O m m F- z F- N V) v) v) Ln ((n Iw//)) (xn W N W w a W a � w a x m 0 m 0 0 0 o O o 0 o m 0 Z z z z z z z N N O Z "j �1 an to iA 1Cl ji') 1t7 d La 0 La z r o r o F- O o F- O Z w z W U W w W z ax o (_ Du- 5 (� o - o d0 aF-U L) (L Q 3 3 3 3 ° 0w w a o w w 3 3 UZ 3 3 3 0w ow ow w w w w 0a a �Zvai x �Zvai 4j (.j w w w w w a Z a a 0- 0 a Z(L a (r m - a p J a' w K a O v) ~W u) O V) U U U U W w V O (n U O (Un U VU) 0 W0 (Un VU) VU) (U/) UO �S Uo.= V) V) V) V) Sw 23 a Q� a wo a a a Q 00� L Y �O� Q Q Q q w w �O� Q DOU U d a W ¢ a a C7 Z0 U U U U QV ¢U a Z U a z o Q.a o wX o Q L) w3w wow w3w av) a.V) W3w o =wJ p O �� O YW O O O O SWJ YUJ T W J O O O O LAJ TwJ ¢ a w Iw-04 m w UO F-O w w W w 1-Vp OWO WVO w w w w O(�jZ wZ Wuw = LLI YNW = m 2 �Oo) S V)0U T 2 S 2 Y(nw VIZW Y(nW T T 2 2 F-2 r= Y w x t-� X X W X X x x x U-U xOU Uh0 x X x x X OV pU OF U X 0wX x w � u0 w xow w w w w w 0wQy� wox Owx w w w w w Ja Ja Owx w Owx w 2 z m Z S 2 0 V7 S 2 S S 2 VI V)W S U W o V)W 2 2 S S 2 (n,�J2 N V)fn W T Vi Vf W = a ,J J J J J F- I-' FF-- "' a WOW O f~!) WOW (Oj N N ((n WOW N 0 IV)_ (n V1 (/1 V) O U7 O c O F- O Fw- H O F- O~ h h H 0~ F- O f- V) V) F- F- V) O Iw- V) 0 H x Ma Ma MQ Ma Ma (A Ma MQ V7 V) V7 MaJ V7 Maw V) N to V) U) MQ MQa a as as a-j as ¢a aJ a--( d, d a d' D. p o O O da aJ a < 4 M a a M 1'07 10+1 M I-s M rn M M MR F- Q ¢ Q a w wa) w � ¢ _j g w (J w w Ll w u- W V W w W w O W O O z w Z O z w W W W W O Z O O Z Z Z Z O F O F 7 O O 0 ~ 0 W 0 O O O F- O F- F- � 0 0 O (n (n U) z 3 z V) z m z N m N z z zs N to V' d' N tV a �� w w D o z Y z Y 2 O Y O U O U T Z OJ Y O Y OJ Y O x J 0J0 oJU w �Jo w W W w �o w �0 0 0 ro 5'o ro z z z O) O x w j N aW zO p z� O zJ Z Z Z Z zJ O z-' V1 Z Z Z Z O O O N O _x Z Z VI z Z Z Z O Z to ® a D FN N .- N N .- O O 3 Z :4 N z n.r vm =a4 ea+ W 1� E. =Kv rN N Z w w W N N Z Z m - J 2 O z° z z O � V �' n N t0 M N 7 O o v U o (` U U U U V z z Z Z z z Z z N Z Z z Z Z O � Z Q z z Z z z z z z z m M O O M ,d. M < a W .r M ;zO .- M O O (D t (D N to M OI N N NCD < ml I I N I I I I I I I I `rm r u `m .,, o nm O o u`,m San `�o v`m iv nv r`)e 3no nm Sm `ram (n Llj o z a o a ZN Ix 0 U W w WO F_ o Fo r m m Y o w (n z (n w w � a s > Q O S Lj 0 0 o w 0 0 0 (n 0 o L+-Z w0 F- FO w O Fa Oo O J w z J N O d..F-- J W x J w F < a 1' I o w _j O a w � w Oir 0 a a O > 0 w m m w ¢ as o 0 ~ U m a U r N CL d O O ~ r3 -y w Y OF Q O w W U N B.o m wU, d Q z O U O> K J H VI F- V) UI (, N O U, (,� (A W a' ]C W O W U w a' z O m a U W lij W kl .l j w w -1 z z w w `� 'n w V a U (�j cL tJi (n Q w Uw'1 a (- 1- O (n r F r F cr r ) W a F F z J w z U > F- ¢ J O w O O O J a w W W Ut J W �' U w W W W a a a d d a a a a a lJ1 d O 0 6 W W R' N � K H 41 Q J J J J J V) W J O J U w J J a U Ln W ¢ W w W W J a' a s a s a s m a "( F a w o a s U J ~ z a N N U (� m > > z 0 o c� p x ¢ m m 0 m N x c� a z J > r, z z z a w K a s K 2 a K =.( Z Z a a' K a U W W O O O � J J F_ Z_ 0 o C� O Z V) z N U a O O O O O w Vt O O O F, of u) (nn o O T a C� to VI !n O m m Z u) F- W F- F- (n FA w O z m w O O O O O x d O O X O O H x O O O O 7 W ? z W Z W O is Ia Ow- O w X w w a W 0 a w O d a X 0 x s (n 2 = x m m 0 � (n a (n ? )- k'j F ut (n m 2 m m m z 7- = c� c� x c� Z N N N N N a N m o m z Ld w w o r LIj WOQO r F¢ W wJ U030r�2` 0 N m�z ¢JMz wV Z > S Cl Cl Nz> J uZ�Ow rr Ur U HO w N U O owo�(n¢ ¢ -o to �(n o azw�r ww¢wrm _0- z N < �F Z�vri a cnz (nZ Vt� Z �O -W w=Uvl¢QZ zm F ¢U OOZ N Z(nomJ m '� zs Q JyFo�p (nroo�a P7 o oc�m- Qpw Ozp ooa m jwJ�= z ¢z-wa�Fzzr + f f T W�2mW II 0�0W Z r�`-' o OCU7C� O U �N�UJrrJ o !a JJ J J v a Z}X o I u0 a O m O L,w J¢ W r a W w o w 0 N w 3 N WU' z Z F¢-O O W Q J z(nr- caw Nwm�� N(/) wwo rm �wzmr oo��=wcnaaQ J w- ¢zm� w7 r Z a z Nw o = tn�i� OX2::) nrozm�o Q _ (N a �w(¢rr ¢a<a< U wa LLj a: ,, n z zr=rw= o ci U a. z mj��IWnZ muOi��o I Q wrw r3 r 3~r40cri) zo pt ¢ z Z ; o W<> zz �- -� rF-z oo w �`-'o�O� a� O a z W_ ¢¢ Z ¢ a v)a o- o z w ¢�zwap LLJ n Q Omw �� m cnzcWi�w� a za U a J o� uj Q0�2 .r U�Q �JQ ZU O m{n>>W� a(„ C7 ^O Ja(na Ld CD L)< Om w O?QW=Z W W� W J i. J o x¢ z 3 (n H Q m o J N z a)V)jC _ F O gLLJ cn ; �U -w I wW } F a0 I_ � j z N O w= Q m a Q O N Z V a r m = e o �¢?mmr ) =pZ VS)¢ O U O J W m Z) Z +° rZ0 _Z m jlnJ Wa.Z Z K¢ a0 F- J s ZQ�' zw 3 WZ O ¢o OSw �� uj o { N N N Oom Fm 0 omocc zNc,z �~'pZu (na O l P P P I Ywa WO J ZOpO� aWO VFW 2Ld 0 > > > Omp wLn Oro mm�mo �Qg¢, �� w mOOrp 7 rawwm M OSO OO 2 w9 WZZOZ Z� rLI s2aw WW N Zc1 r Q3(A r F- (r mm S a W W J-rpm J m 0cL 0„'J zJ0 W 22aa)W-r=w� WHO OW �•v SOH F¢m O zr�OWo WIS-zv) ¢mW Om too o°• ��Z �Ncrj z =aawpr="Wm~- J �mw¢w NLo S { W J m 7 o02 Qaw G N =��m Ld wF- aQOwU ,y�jZ i 1� I -wr a>w a U r �.• rU r wwX �(%i Ntn 0 LJU - �Sm OOIn 0 0 0 f; mpZ pop U wJW aw -o-a z¢ > > o - Jwn �_ cn x 2 ¢J o, m v wro w_aw w mmrUcr�' mw wJ g j+ La aUZ �o O7 aX WJS -¢ r0 .�O Wz7 O Zmz W W� m¢r ¢~ w cn Z �Ww N�3 MU1 v a u .r h v 0 � O m r Z _ 1,, m(n J w V) In cn O OS 5U1 I-M¢ w W * X H H Iw- o ,G U Wz> r r� WN ZU O OF O O O S 7 0o V Z wp,_,�to ww mr m m W K 0 0 0 Z Z Z a V v ¢ o�zJ? <z 0o c2i�ww N� am = _ _ _ Er to a V o O W a w Vl w m r co Z F-- ¢o (o ro 0 0 0 m owr2m� Wra3o ?F-JU w wm o Ow o m P M \ LL N M aZ oW M awp ZOJ= Y M >WwWm r r aowJ� U� a, wWZ WZ m wowmw w wu00 USa Z O w w w w to to M J W,n^ZO aom¢ r< =wm N 0. U=�OJo zh"EnW QU X2 r r r r r r r- P ¢ ��Na�� =0 o Z rU.r.UIW r a rJ ¢W Z m of = o = o � 7 =n m ~ 0 W P 00 r OWO wm rp OU_ Q m J ¢- O-r m Z Z Z Z Z Z zwmm>Wuz mO<�� v� WW�ao =F- m m��c�vriovirmr z aaw Mu 00 IW..wm Q OW Or�O� (.L _x ma`2H>ZdZli Q Z a(J N m M d' N < w4-p¢¢ W��(n0 ¢p W'"'41 F=-VW�p LLI c 0 (Oz=O pwZ U UZZ Ow Z N J rU)InO 00�m J dE a m¢mmmN W aN wp¢oSJw r0 OwOm r w J r�Q0J2 O w ¢0wo cnaJ3p QO ¢w V U U V U U S -m Jd~Q �' 0 0V)OZwm ZwOJ �W.wx 0 Na J UT JQ Z3 a zww<LlvwwmW �X ra o N oM �c�) -w I JZ rr ¢¢�- M>zr"= J_O am Er_ muzNow= m o?w WZOr 2 mW `a ° o ¢?mmr Qa N �z rzm 20 2 wa w t w of ww¢amUr zZ 0. mWW� 'n m (o v ._ - ¢ (n U r o—O W¢J Q J Q m~ N M (0 m o e / o O 1 S a U r z F N / • '. 10 0w Z'w Zof Z o W J W O mom 0 r 0 Z, a m w r w ° /o W m ¢z'O Q r m O > l �Z O w w w W Q X e o O >> ¢ Ow 0¢F 0!n u)mmU V I oo zwL�mm:E 3 Lj :0 Z �T} CD LL W r o w¢4 < z" O La�V _1 d N N m v (� LJ.J U W a > > > O I W O J C7 !o J O W = I m Q X I a 0.LLI 4inuYi —p- --- --- �' , i`yh o. p ZrO� 4.e -j ¢ Oamw „o v a O O W a. Lj 0ZraS^ `.D O r JZwm r 6 wcn s a(-nwoZ0 _Z r �¢�� aor 1-00�0 J wzLn Ofwr=r OrU m r w mxamrrm> zz rmz .J] X^ 0. Qw 0 z _ wz m F m=w � o mm0azw r � m �� m �wp�Qr wZ `� ~ wo pOffJ 3:afoaw �.O�ZQm Vo z a�� I-Y S3JmUz0r w0 YO>O O U2 mm ZJ= Ld ¢S p Wa UW)Z V mw (4 O m ZV to Q (n �JJU mm ZI- z0 Q aJr Om 1: m.� awz¢¢ 3Xm w 0z �Qr c=. <oLa in C9-U�pZw Z20 Q WOz pw �(j(wn<Um2< Zco Lu -F- Lj I'-Z (n w cn= N J��O�o H�a W¢ O_O W��3 wO cc zm m z2 w v aocnFa¢ wwo x w�¢r=opm a z>m w r=1 z<o ow o wwo w MOz3cn� N F-D,Ln LuOr¢W Q w Z a N a=o m m ¢a3u0(nZOr ,o• d. o• oD W W J J Q r i En z �mooa M w z oM o a r N r tO 0 z2w rjw mmz >m W O OU mm m m ¢ zM 4nz<cc aVO ¢ � Y QZ �O a NmO (r am US W w 0 m > m0rrw rwWUm �Q"1 O W 3- �m W 7w •�'v U13=Z5 mN 2 w m V amzQmfn i°°• ZOVQO UO qq 0 aZ rO wm wM w0 OOZD r JJtnZm w7 O Z v J WJ mw W W a O W O a �p>3U� <xUQ aw row Z Z J000 Q Ls cn j o X F-a000 m w a Z Z m a ¢D¢¢o a ¢ A8 31V0 NONdIaOS30 'ON ImZ' �fM NOSMOII m mmmkm AIoNlaa000V """'""""^" „ Loot oL 31ra STV130 ONV `Ndld 13h31 N3MOl 33rOs A31aow 9 SNOI S BLII-LBS(0V: d zseL-z>ti(spp) d NVId d0021 IdOINVH03W o S lZLO-CBS(90Y)�uo4d OSOC-zit(90Y)m4d H1B "� w �+ 1LL65 UDWRZOB Y0965!ri nugaH M3IA38 YO 'PM6 16o�0-W-1 lab -ninny...PH O16 i 3d LZ09 a 1 AuuSu P—ct-.'b� uY LOOZ ZL :3 SNOUVOIRION Z 'ON aRS3010 'q 'ONIM3 1 lVNI0Ia0 L I38OW %13N 3ONI5 �r717P7T NO HONI 3N0 S3an5r3W [ �NOS 1a390a FlHN1I�I� Wrayaddt/N'd1NOW MO139 3Nn '030003a � i< Sa3NNr1d `NVW3Z0939 AVW S1Nlad 3nH1 0/L n3a nlrls-sv [ •AB O,NHOsaoA3nans 'SLSUN310S C�TT��}{TT��}{TT 'AH NMVaOSNOIIV"013100W 1NVld 1N3W1'd3a1 2 R M31SU NdW3ZO8 ., SNOISIA38 Sa33NI0N3 NOSIUD� Br0 0 O�Q U` 10 >C.,~ Q O W a Q^N w � W�F Z U O Zl- N a O VzgaJw�ii lar0-�N?mQ„N¢�wmgao N}mzov0�FzO'-.'xzli�Jx�zwo Mc3pwm�d�i�Nza_aJg2uFw,�qaw¢ Dwwv<o~o��QaaJOzwU i>lin`ano{¢�zoFW dz-�xO NJmmwa Qdm oJ3zwmo¢�x�¢zoUQ�Z �Wa1\wU3 wN Iw�5~. O Qdo Q 1Z ZO R0 a� - Z oa0�¢wZnoo ,w O3w S ivSol Jvi\a Om � vopa Z- Z EX 2oz N Q o Zo 3 O WU �� W¢NOWOZ9 N , 0 >€WyoZO -20 OOOa W Vl iEO 0]0 � ON3mz c z Oo 0U oZ z p o nZ v ci Z z z zo 200 o Ow OW z wv o z =z zmS O Uz w Oo w 0 OwOz m c Z DUO O Q m F oOp /W OJ EU mgz ~ I=pmOn N' 0_0 o O � z.NV Q O UW 0 Q po U W�_z `az V1 0 03 o¢Oa a W� M3 w0 I Z �rawz w m000N o N3xwoor`n-V1 ow�a��~z W ¢31-Q aw oox �' � meC N viO W��� �pma Jamcwi No<tavo -z� Oo G I ? Wa W �- H�OZZJ3{�=W m�OZO N¢ �NowO ZW .0-�L O ay O� (n OUZO LL1U0. 0Q H� W u)00 U wZQrO VIA I m r¢U' Z�N N¢ D_ W J 3 M 0 N�H 2�W U1 ZD_ W 2pp O N 0 W Q N I I�XQFJ IW- Sm�f.'1 W• 000 OCj�� 5 ZXOM w m• 2 z" w .OZO z¢�C O¢�� U w pM 0� OO Z 0 a'wo o w F� m0z" o� U3 S�aOW �`n(W?N W OW Q�O � Vf 00 ml� Z I 0 Sip band n.o_ c�i`�owo!3�o. �i<,-- � o w5, via I c N9 L I N i3m LLI 1 J Y JQ W uj aW.JWWovQi W Wm'a m 0oz 0 aw w c amY o0 NQ a ow rw aU}}Zwk vi 3apwp Owz 0 oO z p° N wa JDm mN Z � No 030Mi Wd<J OZzW' Q 3N N WOm LLJ -Eo z o zozGo X p- VJj �Jz 3 0 O'L Ego Wpd O0 J y O N Zv O NNZ Oo ��OZ W NmQ aQ O aMQV/ !_ OJO �0U g NMY Fn O O> 'j/O�)y a Z O N ¢� \\ Z {a1 W v J O N p> N m F w O zy�0 ..�Xo J N= 9 Ncwiww 0ao9 3 z=rTLL a w a..� a�rp o ya0 n. 0 a w 3 vLw �0 w o w 0 m Z U MO...N d d ¢ 2 Gi w Ci s rMi J m z a a y i, R W LIMO zoom w a J N�au� w x5� I I m wa d �i m goy vWJ r3roo W QwM w p�9g9 Q �N M,, z� r c' Nw � o oom _ m a a± 3w uL. _ o_ W .I w Fa noMJ QY W z ON 0 0 J p 0 < J z�z= J N > Zw N J N^ Z J Z W �0 0' v W I-- Q z a Z ci )— W i_ UN �� G� "ZL W Z Z D z a NIW (� 0 z� wM .Z on O ,0 ?N dA1 dVO O O `J`Doow > (7 uro via .9 X'dW O o o x�NoQ W ��i JQ w x00 w QwQR' L — Z; Y IL�W O N~W F W "'• O:mWO Ut N FLzc Z �' w wU'W UWv J+a'Z�m ga Nmm IIyxy��mwHZ Z VU! F• vJiy io�` wwzz-�iW9 n. jl°oELM a�°'o� W a- z 0 +�~3 K U O 0 N p w w a ¢ N OOW� zQ 0 0'p N OzdK Z o o m8u,- Ewoo z"3 mW OmN WY�xUN anFV_.X zzOwQ,E ZO i= F ao�m I � ¢ 0� W?wzm w N "M�O o N a x w1017iz W bZ NVZ OZFa UO W WVZQ0 ZL: M wawU CV I 0 N0= 0Z� Z - 30W0:RQ NVI¢ FWOryM n O:.W Z zZZIOO.�iww r21 WS IwW L(-I 2?OUz00.0' Z Wa\ UmW Amyo NoJWONW =w = -re / \ \ �OQfA2 HZN(D N WzoN0 \ \ woZ oo30m x 1Z0a_W 0 a am � CLWZZ Np �Gvi $o fn � 0 `"az Mz °z t6 0 \ \\ LL g 0 o a -Q N Q ss ti _— � 1 0 N 0 w X L �+ A-.9 .0-.9 \ry of I 11 1 0 z 21: a W f6 `ClQ I I j I _ N w z j \\ r 1 J m= m m _ owCD c= II 11 I ��/ \\\\ U m� n: le mo �o�z _ 3 0 [z5 J \\ Z II ADZ �t5 Z¢ Z n \ z �( J \ Q . MyYy �m Nd3 \ \ Fal _ wuinc3 �CcNn w� <aoa �w 11 /� 0 W a �zw ai��¢ 1 m \\ \ •O�J uw�i / /� oo n MI zo O.m W< I`p ��� ' / 0.00 Z�u! O J w 4. I \ Vl O w V (C I \ Oz om ro z W 0 H J O aN oal z0 • \\\ Z-=� �w m sm�� _ �a>> Oa = NWz W0 mo �n 0Oz o �aowz £ a = n M aW CKO'N Y Z}41m Nand JW aWFN U �mp OmN Z lal Z; 3y m MWuWj❑G 0J N Q 0 O WN Zx ZO000 v & w �QNaa Mwo w jM 0LLW N o ONQ OMonte 0� YOZKZ Z ZZ N N m (�m Z U 0 LL0Z/4L/unr 6Mp,g-W-£\9ZSSSswp\oas\bul�uoMMd\:o '•""""""'••+. A9 3iva NOI1dIa0S30 'ON ImZ'0413W31YN N0SPL60N 00KN6Adm 31VOS0a000tl '" yp �p 100Z Ol '31tl0 - 31tl0s A3100W f.+''�-jti SNOiss rs 9LLL-LBS I94Y)a'Di Z9BL-z"(90t):gua ��A9 f .� uo-ces(sort 4a asoc-z»(ern 4d sev Hle STV130 (INV SN01103S sn03NV1130SIW W 2 0 �e uc6s ur'uouuzoe r0969 1VY o�ol,H M31n3a v o z a wD. 'PNO A6^lau4»1 106 -many nuohH 016 3d LZ09 n�. n..aawq�y.umo-..'Aole�uy ur L� :A.B �tl0 o �_ NO HOINItl3N0 S3anSV3W 9 NOSIaaOW d 5461 30NI5 'I� A �NT�-y�rT ddtl VNVINOW W M0139 3NI1 mon038 *•x} 'f'la3El0a Sa3NNYld ��l-l�jl `NVW3Z08 n 38 AtlW SWlad 353HL �'+ o/L 'n3a nine—sv Sa0A3/Slns T NH0 n o N g g� eN,1Na+ SiSLLN3I0S �I CCTT��}yTT{��}}TTLL tlaO SNOIlV013100W 1NVld 1N3W1V3?Jl a31VM31SVM NVW3ZOBSNOIStA3a 1113NION3 111 O 1J1LLLLo...................•e"" o Oy Wp �Z NO NF So �z w 00 NU m� WLL ZE w W 00 0� z (V oN m �z OR r o_ wow Wow N V1 V1 U O F H b J M 0 a Q w w w Z 1 U U) (n U W � ¢ U LN1. O cZ w I z 00 N w K 3� w 00 O Iwl 0 O N m z pW NVI C N ¢y:0 mm� O p mw4 3X ¢w� ww �> Nti w z � � w x_vl Gu w¢ wm mo pa w>w mw 3 z mn�maws6ZZF•�0�mI00Ngr-_�oz¢U-0O_, ooaNW0~�mtJwlI¢-y 0 w�op=I-�r qa w0 m�rli 3 aQ� �mMo<W2 mmaQ_g L> w zmZ �z �c z mw UOaW voa ¢0ZyyOI Wo: �dNmJ ZoO= ¢ wo s0N M 0 zw E S o M _ N : Q�wp a zS wm mm Z z� — HW wz �Z ¢ Zwm ! �N / 8N8 ¢zvW0 m ~mOgm w1, OZr OO N-W = 8-OH¢ mW - NUW, w- R>. S F3 2oN 20 P?R 00 znapQ� Mmwm ¢ OU� M Dfi �ZDm J ,N8 UOV L w 2 UZ W JWm ¢w mO O W O = -O ZZU JFm SN O U�m N p�F7ZWUW} Wpw0C O 0 xQ UKown m m0U O . 0 Z Nz 9 0MD M7a 0 0= aJ0 Z WZQN ¢z w ¢E 00 aNz � �o� SFwON � a ¢FjOW 1 o -wWwm ¢ U m v ¢ ad 4 m m w o � wa. C4xm0 rioa4m58 vi iW >� mm (wr I z 0 0 o= p *N N> F mw Oz O�WS Nz Nwl n� • O��O¢ wz ¢w0 m3 O¢ o rn I a 0� n w-mwa �zcd �w m oy zw W • wSOH �S W UN— VI t� N N p%W.6 O � o0w0 03 0 xz VI 0 a) NmQN3QN N>d •w Em ¢ Zn > z j mF F Z z L O Z m �. L Sdo �R QJ�O¢ 00 OWIZU ."m C W ZOW .. N0 O Fm C N o ocFix ¢ 3 m F O ;; cOi Z OR z . M m �' (E O m ?zo �= 0 I cn -0 o m ii o O 1a t X :z U Owa r �• w� :2 �N zd m M LLI a w wr� ,��i w: 00 P=0 m W Il x 0 'i o m F o a x \ �7d 0 �m Oz QN • M \\\ o a x �a L)w No I J o rn j \ o x o � I / - - lit^ - - - - - ••' 1 XII II \ v Z. � O� U W w .. Z 8 (n ZS I N rn NO �0 � ¢W W Nw a N a N a w N ¢N Ld m" O OJ ad i m ¢ U w LL rn�m� mZ 0 • O O 0w m IU--O (CiJ.I) ma a> p> p�OJp O.10 rA w NO £ MON 33S III • m wm �?zz w YW W_ -I O irti • m Xp —0 o N m-ww 3 z za 0�, ¢r; ¢¢C.I¢ �w • F, N ¢� o O� 0No 3� w�a ii wp Jo p7d m 0 . t z aa oI} �� WC ~ �x p0 WOW W� �Nv [CO Wy d m m¢w Uw U ZZ[LN WN 01 Z 00 0 w ¢Om xzOgF L),O� aw wr �IJiI m W� NN ZN Op0U PC S2 03 o G oO a a0 z zz w wW oO ¢ zN 0 LLOZ/4L/unr 6MP'OL-6-ws-f\9ZSSSswP\oas\6w>tyommd\:0 O w O W z 2 UN C.7 O N = §E r Z O 04 r U W W O O O 2¢ J z ¢ O 0 w F ¢ ao LLJa W N FV O J I �xm 0O o a o 00. M Z � a { lO X a J o -d to C)uj Z N WZO ¢ �r tr wm Wn .N..O 1 m0U ( x� O r U) w W F3 =Z �'.) MZ SON mzN Q z J w zo o z Z< v) C� Ja~morn i 1--20 ¢ F- U ¢o V)m a�:c�..p S _ �..1_ 0 J Q Q Jw ZV) z NN OWN 3 L+ � Q z Ld r c 0 XN OJ ?� �OQzwp H 5LJLJ Z ¢a J N a o '= a> Q :mwwo� Z 3 o W ¢ r W Jw�'�wm W X m Y� , Q ¢ o J c) z z wr 0 �¢mppm L�J 1 / I 1 Q -' `� vwi zw Oa r �d =W Wzzvwi2z 1 [L' ¢ ¢ � ¢ Qw zZ C) �00 �0 OwFxOO Q r�¢Uw� x O x w FZ-• W J ¢ 0 U 4 W V1 0 U C 2 N . W W w U J} U ¢ = O m O O O F 11 x o z x o Ox r �r UaJaUO x L r o0 �� rd = Q¢ >w Q z i5 a a O o Jm ¢W d �� Wo w >< m- m a oz V) o m Q oo t F a w r af m ¢ LLI m ra cam o �'� go Z = '0� O J r x W N �0 w¢ W ¢ Z rn c.) � L ¢ ¢d �m a o rw 1# o � � �o r a `'r iO W m Zv¢ �w L, rm s n L m<z< a. _ 7) wo w aw= a. w rr� J yss Z �W U N V)Iyj N r .-r.r N N J H LLJ U N� Nl >O �> y�I w o c� ¢ w �ciNw �N .� N aw ` lO V)NJF=--" O J Z O m W ©r O LLdl'- dr F C_=7Z cc n X 0 J U U O r m I x N¢r U)¢¢ ¢ = �o3Ln0 �� E7 o o a � W a~ z NwC) w^��� z3a� oo m m m p r Z O U M 0 r r- W W O C.D N = G N V) Z W m N J = QOFOZ mm ZQ to N 2 ¢ Q 'J0 O�U...N wW W o u QNU< ¢ w d'� p w U) Nm C7U a )-rO rOw W_J F_= Ox >�x�Xo o z< a3N� o Z o Jw o0 0 �z3� �Zrra� �r rr U _ ,��wo=z -� rW W Y r ¢o Jw z crO I Wo w , wz oN G 2 O U N x X V Vl 2 0 O w VYI Q Q U ? ��¢ W} ¢ _O Q m Q Q m o m I a- Z m v0 NZZ 4 W K¢ W V rr m¢ W �(.) 3r Z H- r —lf N Uo �O 11 m ¢N-¢3 x ¢ W I� I C� N r U w O ¢O x w¢O-�O v p Z V1 O v J m O O W ¢¢7 W J J OM �U r z W r O Oarmr W ZO w w 0 F- -j 2x W.VI 2' w W z F-0 WO ¢ -W a- NWT rZ -� 0� Q V)V) J Q N W O N¢ w N ix 0 CL LLJ J A W(LM�Z¢ �•-• W W �I =O W W�N J O N w J� OU' m QW¢� WWFM¢ `-'m ¢U O F FO W W W w O Q j O Q Q Q ( p U¢x r' N U¢d}_? Z N w U N ~ O V)>-- 00oO w Z Z a CL oI O� U �jZ0 O�maZ0 w, _X� _ F- N ('� d a 4N(n ¢ 5 WN ¢ 0La 0 d'LLINV)W w d NZ �O 7 w = ¢ oa ,JJy � O x zr =N =1N 0 05 N m r IX ¢� N m w ¢a rIr >, — — � - QO N O W w O �a — — , -p a z Ci Ni v ui a (6 r`> a6 V) 0 m '� G CIA3{ --Imo _.—£ L)w N U $� c Q U > m 9 m z N O w �" F O Jz X a a LU O O m V) J. g o ww x_w w xn O �N3ddn 8 13Va0 X:oz} „PZ-.1 L - w N' ® N011035 3eni 13Va0 m p¢ r `o a3MOl £-,SL I M r-F w I u N I W Y w M O Ow W I W 0 .N..En N �I� Z W \ 1 � � - N S i ------ ----- - -.------•- -•-• - •-�- * I w 04 m w m oz w� �I w Z awe 4 wW w zo 1 a �(D z Na< o ¢�W o� O J O mvo)m z Uww_ Wx F- s V. O N J I r E r> O m O-w > J O N �d w r X J 0 3 0 i O d N z a0 Om� `yrN r¢ F Jr'2 W J 1 W mow \ N d 0 J L0 J 0: Q Ld a rc W —W D O w 1 M W W r �` LLI >` I \ Rpa ¢�o Owa N� I I w. r�< I I Q ��O ? N I I J Jo H ', gyp, Ld 3=O N ¢ z- I I N Lu°i 7' wwF �w C7N I J zXOCC)wro I� I tnr �N _ 1p 1 a. V OX I I I I O� U W -1 II Z Q 1 �w 1 I �w \ Imo, I 'xoaddv i r — — — — — —— U L -----— --- --f Ln \ __ _ / -_ N mm m N M m J Z I s'-Fw- N'1 U ww 3 w _x W't 0mN Q Z r f6 Q OCo wO w v of in 3 0- a¢ Li i > �W= 0: 1 �o w 3m z X 0 3-ro �� m 'C z M 0 p 'INI•I•k it C u r O r o J Om �. fl O m O rw m w v, X f L CZ l �N O O O m O (� o> v- O` Q CV m O cr N Q000 X m O o ® j O rif If U U ++ Z J O W M V)Ln Jmwo E — OU W Za U-w avo � ® mov0 -C w W u- m( 10-wv i U z.1, �w c� Jp F-0 e W F-z 0� O (A x O J Z m }-O Z m a� m z fn -p a) v) =J F L�z W w z.{{ 0L, oo�� � � > Ux zr rz z J <Z i as �w03 m m 5; a0 3J 0mt- o� Dw U<O o< Y ¢¢ � ww J W w k 0 J ¢ J W U L) W U UY Wr �O ► 0 {i r LY M U)Ulm w W ¢m LY w V)Q H U .6. Z OU 3y9 m j U w 0 (a/1 w Q W -`a•�3 M Ol Q' Zyj}. O W O E Q si wO m 0 W~ 2 .r• J F-voz F¢ w�z 7„ '.n Q 0 1a ° 0 O O ¢m¢a �ww ajWLIJ 0- o F->F- DJm Z = ,i O ��- 0 0 ¢00 U In O / 0 O O 0 � o O 0 p wO XLAJ j 1 J F O ° 3 x (� ° m 0 0 Q o o O Um W a U o d } $ -j ai o O p O ¢ o � W Z W C• e <> I U)mJ a on w - 0 I VI Jwo w� V) zw pV 9mQ[n �w W Z U)Z N>OJ w> O W 0 0 aJ o o- a z (~/lU dV I U JO W((A Mx CM _ » V)~ IV W W z >Y W J V) U U >a O Z V)J I Q W LU � = o F<..z <Z �o F- o� of 3< zo "' L7w < U)Fr a w 3 0 F- w F_'� F_ L" 0 OZ J w �0. w� m0 In � Z L: Wmw< OMU ¢O 000 � m a. =1rN F-Zm � x z = m-z0 F-- > av I YHIY m F_ - ~ �U O OZF La1 3 OFw ) NZv a: 3 Cl) In W x U O >m W< ¢O = J L - N N H W J O W U W O W zm wIL 0 LUw wWw 3w _� L 2 - zwuO <O NO �zN mmZ zp r..., C .� 1- zpomz w vNVu~zM or0 ow (0 _ ¢ ¢io¢ oLr w� I � zw a- 'p �_ >Wwtr m� cn w 0.< ZZ 0a z 0m '- L- xW ?cr Z0=Z 00 `ro¢ LLJ0 N� mLLJ a< > O O <unioa3= s_ 'O o O — N -O a) ?° E a) 1 F .Q `�- x O I .0-,£ p N �. t? C W — U) p >+ w r a0 m J f0 E N CD ( o o Q cn � C I J z N (n O w. �— I U n Y (6 0 U z 0 w0 io Z 4 w O m LLJ V) O W N O N N.�.i Lyf N f _ W M z o lD X W 1 I� O^m O c Cw? r a `* 1 3p Np� a U O Z J J J O'n ¢ x W O W H H UJ) I �W I I W and my w < 0� w X N 1l4 a (.�N 1 1 I�la Zco W NW t0 3 WOd' o w W N G O to U L(1 a zo V) J J U x U W Or W v r Q J _Z I _ I N I eo. 1 N 1 I I —�1T----- - - -- NOL03810 _ _ ;--- -- - - --- --- V MOl3 �VNHON �T 0. a•� •s•e I •roa �.6 2' U W (n = Z0 F z o U no 3 03 �m ozU wa ¢ O cr -� v)aax U< -� F- w M S Z U mw �� mZWQ ma Wm WLLi o o W Q < J Ire O N p 0 > �w< < �a Wao �o N _< W a W o o a = 3c� x7)r 0 �wa0� X v� NO Oj uOi Qm JQ j0 XII0:2 �cn�= ? � ww Uov~z �� OOm \w�0>wOQw¢m w~ Zw Fm v-jm �� as OU Nw o"� 0 00N < owQ> aW. 0�i CL O J(n F- J Q.F- a J ZO ¢� U7�Ulax N>Z Z - w a w J w W J O C7 O < NO- U)m �U WZo Li LLI <F- xma0,� U1JUI<M 00- m OW �UO Z?X7>z m W ZO w.+ 3Uwa' OUZO �I N O Q<� N H wU w = W a= O J a¢�C�Qa om O- U3 U F< <m< < < CK wZ � m 0Qw¢W O 0W LY w LL Vl O O (� w Z F-< ¢¢w¢ r 0 2 Lo O N H O m<(n F- w 0. o o zm OWa6�Q Qm a'p !✓ <O�<Q w�JVL)0 �ww0 � �m�-.O am O �FON�r�a En w¢ O za- W, �¢Z_wW ¢L3oJwL` U O?�oF S� a W J O W W W W a V 1 0 Q m (Y J< W W O M Z L Li 3 F o< Q JO F_-Z rLn ZJ m Ntn OWOU ¢a -� wC�-ZU MOMWK 0-X<n - LrU~O 0.w J� ZwI- a(J/1 ram--• m<zUQ <W��O oO rO�Z mW >l1U WF_(� W O w JE<= a W N0.Z !na 3 w JF W[n jE Z li O x p m3<< U _ O r (n = J ��ll.iwU W W U Z r.., O U W�-W d.<Z x tom W O 3 W ¢0<ZS MS W O JOmm N ~_ M WO 1 g Z U z ¢Z O x O O Z W i V) J CCO J_nrm O F- W O OW Vl LY Ld0.. C U Fw-¢ =xw miaow voo v10.w Z O? Nx UZ 9 ° Li - I Z O7 w m U U W QD�J a¢ m ^ UwN)W wW Om mO Z OOW xz 00 d - V)= QZ04 Q OI-0 O U� O U m In N Za r, z�>�wJ O) ra N� il Q �000 ra O C- Z u~ Y U OZ= U ¢LL, UO DO�UQ? W O NCB W�p pU ¢ Wm� t- ~m ¢¢ cx)w- 0 U3 w w�LL mm e Um�mQw o> c�w3 mz N<m ar= r W F o wF o Nwo Ln Y3 I Jza~-1LLJ r !t rN NOm <N WOOZJN m t! N O 2 U F ! m w 0=0 x W (.� ~ I pU1wU W m � w 1=- CD Q I-Z Z Ln F-F- F-- W F Q FH w�� F �� W > wD w (A = i < 2 <� Q XO m h ZO'0�>Z w e� pF ~�� m W I w ''� p Z ww¢OOU fn � F- rr w� m O_O >- ( �F-�m� Q O: =N ~0F J '-Q J > IL w �� U wY uwim?� '0 Z J -i ? 3 x�J p N O WZZm 2taf � } Op i Z OI N J Z w 3 J —Z O w C7 Z a w X = P u� w _ 0 F o W > n p �U�3/1 s = I F- O Q\ z�� o 03 Q � Q -j z �:n:)^z a c o o Q 3� S Q Z < u l N Z V) U J O N N U 0O W z e > }i ww> mOwl- z a� XO - - - - - - Z Z 1- �! > e Fu J �a'Z J � �i a'S W N I7 O OtYQ l e 0U' > '¢Uua.a a �fjr1d w¢w 00 = } d iF a�U, 0>Z0 ON JO as y VI J =Ci Q Z Q <z w W t La ¢W I Y m m W Q _ Y W¢ w N W m Fo ZD NNSO F-U ~> mU1 O O W > �• c u ¢ 1 --J c�z �o zo N 3wx0 Z °t d7Y J 7 p Z O W Z 3 U 0 0 J > a J r p ooa za ZJz z o FAQ O G ND omQ a� > >-i F- -,z .. -wo rWJ� wz UU,U X0 3 �ww Ln Q F� v oo f D ZO N� �o n oxa o U T v >m z�mo 'z �mc~i wx > Zmm > ll�y. DA �u� YDj~ Z3 �JJ =� a O rW Uw- 00 <W F-3 Cy O =Y4 OJFOZ QUSi QOD �U Q Q J .L ~ LiJ w CDU~ U~la. < W U ZZa x F-'m Q W- 1-U 4J Z 0 (x/1 Q OQ J~3 W~0 a� I—. WO Jc7p g� \ Ow O ¢t0 W F�Z J 2F- WFQ m0C.1 c H G �uJ W Y H W Q �W<1- �W _T Z U U Q O U J E o m J D Z_ ~ 2N NO Q W ZV, a�OW Ww O OOx Yw J(n 0� aL)E �m wm~ <IzQ wQ QUU Um �_ ¢L Q Z V, Ix-3 N 0U?m MQ -�t Oa LOU O _ Y a r U LL- z w¢F < o ?m ,nn"z O < CD J W O J - ~ W zmN 0N �~Z QL.JW W OJp.Q W O >2 w e QFUfUJ NZH NaQ F_ m a 3J? O Z ¢J K U a h HZ� Q U a J J W a U ;F=- O Q O Z 0 V7. 0 �oaaa amp < r =ors spa ' == wwmJa aa3 = UI Cc - V)F��w wN K w W W _¢W x a w X U Q ~ x �0g(n oW~o K z v Q -,t W U W w U 0 F <z m w <a0 U-O ui w 0')w m }J O Y w X Z>F IY and W Y < wzZtL� Naw m - x w¢J w N a0 w N F U F-�. ¢7 (/1 Z Z, w Q U�(r Or a J Q 2w0 _ z m �zw ar ZW= GO Mw z Udz N Ll z m J L) �X Oa �' mU2 a N 8 ¢ p 0� N W E r o J V, z K a W Q 2 J Z < W & r CwJ3J H W mH W a0 8O��ir w000= WF�4 = 2 Q(n c3o W Q O Ul I O N a a. a r Z)J� L^i N-QII Ulw 0 oO0 En W ¢ zW w= 3 Z W=z m w 0 =m= Q0 r=-~ � r w ! ` r r w z r o 01- O z O W U- > Z w zf- > > Om M M nm < 3 W J Z 0 w W ZN =O� QZ 00 O <w V� zz r- =�Q Wi: 00� Lw,=I-=W o Lj aN z_Fo7 O ~�ar3 woorN� 0 Y W a a Ox QNC.� JQ mZ a Op r w 0 UO U,--,W OmWv Z J r Z c z Q O <<�N x ® z � n x a�x OU Q.-:WQ QQp Z ^W OYN Y� Z>~UX~� _ I-- N Z w0Z rip.._. O JD au0 Z�W O C F-W O ti W w Q!r j w z LU=U~ m ¢H N Q p O=D cr W Fam�N �i00 JD 0<�0� 0 M W U)W WUQF--w~L,.1Zx UJHTo �a pW W S HtrZaO U > > `` < 3U poou ~(NCB Q oz r W OW o w Z m o o O r U Oo -a z a�JzF rw O 0a mZ< m0 > �p <Jrvwim`''� a JU1W o � J 3Wp -� q�� rt W�m Z U3 o zF=a of n Z �NYQw x0 o=aa�Jm 0 V)F-OxF- J W~W W0Q m U EI LZL) ma'O FSaXO Z�wj, a FuU 0O (W/1 C7.7~ O F<-K WwH< L� U, ZNN� Z N ¢ a QXHl2- Q= _a 3z \ NZ wor < � -za~0w V~ N Q Z 3 Q w ~W N z W IwN O J W D OJ0 m / / W -�U�,�J r JF-m O WF 00m00 U UF-- W N -�UN-� w W 2w ~Z <L W a t0 Z O ^ �- UIU= r.Qp w QN N �r r' M W �A <a- ua �� J m^ w I 1 > m Z> N J W J r U' N M F F 7 O Y Q W J} Z Z W Un (7 J O F 0 J-W O m Z-� i Za �rz--wU,W 0" O LLJN F 2�m < a j CD L'i � 3 0 Q O� x U¢ m U W QU1ZpW LJ Z_x < zo_wUa -vim uj�oOOZ U�F U �- Z¢Ll~� W~WWJa H r~ Z0 IE O z�WFx � t oZ Uw<UYZN O3¢ w U ~ xn af w �O = Q ¢>wQNOQFwzZ W mJ ja o UQo Q u =02zOUUZa L'iF HOZa fflll� U W O2 H <, Fm, ¢ moo OF :� z � mN � � a w�¢ wa mo F < n- Zw� � Z Zu o a WOwrWWUP 0 D o > mU a U)zF Q xQ < JOw a0a OU wx Lf) _o N O M ¢ N (rn J a W cr Of W WQ ¢ w QQ� W x � ma¢ z� m ? mwV o s m g >F_ ti p Q p J d W W U �-J O . . J >k-'m41 Q E9 WO N Zino a Z>r �'a zom w ui rain J z Fc~iQi J ;g O W D C7 Z-1 O W QQ O m UU> a <pcn X om3 g`E p YZL,mj O 0 �~ w noo 8 � N F Z Orw W Zm0 Z O -j 3 > W Olim w N 6cn(n in Ocn Q W +fi� 0 w a J 0 JwW 5 m ° ¢w0> a o o F oza a 0 3 c�-LJ aF m #y o41 SFo o A o cn w� uoivo » a Z in gY� o wv�i --- — O aNa a m m O vYwz v cr JO F owmo r l� a mMoa L� ma J� oa0 rn > w r w o�wo wW � . C� Wt— z d aIS Qx > W m x away °o a`o a F 0 O0� z W w Wv�io3 �r t9 Q m va N "N J Q J U a o LLI w vl m ZW x o r W Ewa m >' o z Xaavoi k'o q �. buil U' ~o w v W .2. o m <0 w " W o -. f (� mQm o a �x ~ u m w o W w o 3 7' Om- a O m UWww 5. f-pp - ---- SZ m } Q m N>j W cNn » �ZOZ OZ O w~Z �o Z� Ww U twwo O Z Mtn to y h- W w WJ �pa� FO C ZZQ N W 9 W U 0 pww p w m a w (A~U= ou .>~ pZiw W� 2 W m � >mm c- w J J W3 w3zc� W u m m w F maa Q mo mw�F mz v or �—j vi ij N F' m Q LLJ "� wm o o JJ amz mz f L)0. WU. z x �' "~ a V jR XIWO PF o w w �� wmac J j� p. ov=i� J O W m o ir 0 of Co p as a ¢ c=i cxi �o Uw2O o5 \ wo LL fV M1 d J �co CV rM 4 6 t0Z I�mJU ZO O VZ Q w C7 li 0 cr Q U >,z OaW U UJm Z \O m F W m 3 O�O m V] offQ`(' m vi 0 Ja X m a Ll �a wm rJ W vxi m Nm Q U. O� aQ Wa U p0> a K U Z W W W _ J W - O m O W m w m V=1 0 (A(n w Z mw O a� to) ?Nw O O O o O O Z OQ �aW �w wm to) Jz_m 0 i �3 J tot s o O O � o- a 0 © r p O > m z J3� Za >wo W>_ wanm oZ O p oz W Z _j� WWN Q QJm W � Of LLI d j J w Jw w U? Ow0 0 0o z wm w_j MIX fnxQ NmW H J m wQ w ' aw asR �am x 0 oo ma J �cn a�� cox OWm zz3 O JMW OOwOJ Z F aF z c` Dr 0 0 U J w _Z OZ O iE U O §y _o w� aO a� O0 of � c9 J z m p U 000 " ir Ja �Z mJ z O'S55`O+ VI U W ma in mFn awm W W X U 2 �Q O U Z N J_ O O ® ® w W Z _X �4. c } W} Lr) 04 W w Wa x¢ < E 3 3 = 3 r0 dw zr W w : Y W Q lil U A n U U U j U w J N w w J N N to (n uF =m 20 O < < W < O U U wZ W U or Q Ur ¢ a Up ¢ Jo S Ov7 UW w W N<) w r m w x x a�w w �� cn cS x x x¢ x z it 2 2 SW 2 0 >¢ W Z Ora Y } oa m0 F- L) a I�W n w IV 2 J Z Z p U O v=i r w FS a� a- o ,0)0 Z0� LLIwzm 3Q �� N z� a a < M ¢ O 0 0 W rm an= O r�. a () Q z t = W=> >2 .. ao m LiC ~O r� zoJ Sz 0 r r r r U) >: N a. u)< z ¢ ¢ a a �Q F- Lxoz �Sa ww n � 0 i8 w w W w w XU)F- nW0 wOx mJ W W p m w m a o = UJ Ful v) W�Q ��� awmo �> �p 3 a Z�00 waw c<i^I` m� w U)� m ¢ 3 j Z �Nz WZW o< Z L� a N N o v c� N OWW(n wm= ~ co� J� O f; ca 0 I < = <0 ¢oz Ww m zY zx w w 00 WQF-~ w -w mUr Wm J J a E oU OU N = = N Z W O mv) o wz N J �s Zo Zo F o o O W_J �mW Qm� z¢ o ; n (n vri F_ ern ¢ o x i z (nQWQ w�o �5i W� a Z � M �> W )r.-r N=< Oda Z-Z <r o Iw N t E ^C w w °' d O Wm orw op� wiz m m ' } O z W w 1 S O m Q 1 N N V) Z d N F 0 LwQ� NOr NOS N 0 L) 0 0� WWI wQp m¢Z O rdw c) U oo c) L) �O FF-� Zoo Qmo 00r Zwz m C z z za z z 0 � ¢ w aF z o_W z .. 04 o < o o LL'� a=a (nwo rod mom � r~I a"i a O w m Z w W= ¢ a W 1 0O ZO WOm in< mew ¢ O C<ncnw u, r z LLJ x� F-� `NW w03 Om2 V,j d O (n W J v) =z p J o O E..� r r LL_Z ��w rzx a�0 z a a 0 M p F- m o c� o-� ri v) \ a a < _l .� r o m wQ O z o p Z z r O w p a r 0 p x r rc F- J r. ai V m �' o w r Ln o W z w c� r N < o a v' o w LLj W u) a mo o < j o o 0 0 0 0 0 0 ao x r m m r z r vi w ww vw w (n T or w T m a > > > > > > > O w W a r ¢ r F_ F- F_ F_ F- r a 0 w a x m o m o 0 0 0 o o 0 O �m0 1 z z z z z z z N N y r w O I— U W Z o oW z o w a �= z o z n - 0 o iZ 0 � o �_ 0 4- 3 3 cai� 3 3 3 3 arU c) arU 3 3 3 3 a.r_0 3 ary 3 w w Z w w w w ow pw Ow W w W W ow i,,) ow w o m m oW m m m m aza r¢a aza m m m m o o aza m aza m U U U U U U U O. V) <W V) O (n U U U U w w = V) U L) V) U u xo N wo v) v) u) m UOM Jz2 00 In m cn 0 23 23 oox cn poz m m a Sw a a a m nr w r o r a a a a w W Or. a or m a <(D ¢ W a m < < O Y O < a a ¢ zm zm O U a O C� < v cl¢ U wx U U U U w3W wpw W3W U U U U aN aN w3W U W3w U n O Y W o O o o S w J Y N J S W J o O O O S W J O S W J o < wN 6 U o a ¢ a < Um m < < < < nW oW m ¢ Q: Q w r.m w OrW w w w w rUp OWp rUo w w w w wZ wz )'--UO w rVo W m z Nv)d' S cn Ol+- 2 S 2 2 x LLj (nrW Win r- W(nW S WV)W = <O1 zU Y W Zw Y w rz rz Y w Y w x r x x W x x x x x U r U x O U U r U x x x x x 00 O U U r U x U r U x W nu0 w wOa. w w W w w OWx )..w0x OWx W w w w w Ja J< OWx W Owx w 2 ZZZ S Sov) _ ®2 2 S 2 u)VJ1w :c 0w Vi VIW 2 2 z M 2 V)M NM V)V)w 2 VIWW 2 p < O o O o V) O O VI N Vl O N O V) V) N VI Vl O VI O r W N W N W n W r W o W N w n W N W o W I)W S O r O r O r O r O r r O r O r r r r O r r O r r r r r F- ") O r r O = a M< M< M< M< V) M¢ t)< N V) VI '.. M< V) rM a (A N 0 V1 V) M< V) 'n< aJ <_A <J <.J QJ aJ <J aJ <J <J <J M m lo a a a a a o a a o 0 o a 0 a 0 0 0 0 0 a 0 a 3 < M M M M M M M to M rl) _ < < < a r r r r 0 < < < a a < < < 4 0 V9 W w LL W w J J J J w W LJi. W ti w W U W W W w i w w w W _ o o O n O zU a o Z Z z Z W O W O O z W z n z o o r O r r O O O r p r u, (A z cn uri ul am. z z z m m w z 3 z N z L 3 v) Q ^ N •C d 7 t� ^ M) M N c0 V® N - N 0 w 7U z z w z z z w U Z z z w N w = o o z Y O Y Y Y Y Z Y Y Y J U U 2 UU OJU JOU = OU pU OU 2 �O Z �O Z n }O Z Z Z Z �O z �O o 0 }0 5- TO Z Z Z n (n j VI w i Z O Z O ( Z O O O O Z O Z (A Z Z z z Z z m 0 Z z Z z z z Z Z Z N N 0 O ^ O 3 z ih W N •- N '.- N W i+r wso :sv w :- Z , 'A Zp z z m N Z z z 0 0 ^ N d d d I, M v) ko n d M ^ d N w ^ M N 7 o V u L) W c� U U U U W 0 w c) U u Q) 0 W U w p F- Z< Z Z z z z Z Z Z Z z Z Z Z z Z Z z N z z z z Z O a m ^ .- N .- M O O tD N O N ^ ca r'1 m tD MI1 N N M N M Q <� I _I 1 I _I i ! .I I I I I I I I of _I 1 I _I _I .I 0 L0 van ;rm r`.� um :•av %�r iae :aa :m 5m :so Nn ®.Sxo 4q Ly O U)N Y 0) F- LLI Z 0 U r O } x m Y O m (n Z N o z m < > a > Q0 F O O O 2 O O O In o O W Z O Ix x Or r0 a z 0 w z r M O r d F- z w O O w� w r ai a r p w _j 0 ¢ w r w O Q' > a a O > n K m o S m Y W vf) vv)i c=n r 3 w Y ¢ x w x 0 3 m w a F n x O W ¢ ¢ U) CL m 0 V) O c� c� V) W w m Y U v) n U --) < z o U > U m J U W w w w Z W J z z w w U v) > O < O M w < z U J a r M W z p m a W < < d < < Q ¢ Q w < Q Q (z—n W O U (,� ¢ a w W a m m m r U r w a r W Uw) 0 m 11 ¢ J m V)i m m x m < tJi. o fW/) U 0 w 0 W U) W r O O o a s a s a s m a s a w o a a < c) u) w < w w z J w w m ¢ < a a a z_ m ¢ d m U m N = U U U Z J m V z Z Z a N N U 0 O m O O a Z U o W U n x ¢ m a: a: m m m m z a: m m J _z _z m m m ¢ U W W O_ O O_ a' _J J r Z U U U p z K N Z tY N U O O 0 O O w ul O m O O pp V) N O O = a O V) UT 0 m m 7_ V) I_ n: i�J cn 1-- <n t- tL r r r r r X a O r X r r a X O O r r U r l O z Z Z Z z r < < W O J j� J J 5 z O <Y- w U n: m Ld x O O O O O a O O O O F- 0 0 O O W :; m W W O r r a O W W W ¢ W O ¢ m O ¢ ¢ a x ul M = x M o cn a in ? r I- to m ut 2 m m m z r x U ca 2 U S ti� I W Q LO LJ 04 r 0 W W J N O� p0 �VOJ UY ra 0 rN F a ZND< ZZQ Q in ON OLL J3 w0 =W FZ-L N woNa 2## {8¢N W � W O wr o mo (L zQ ateN Z z ao N z aN O 4 dmX C O a 0� ~m m N N WZ jW¢ m #3 ff 3Z Zp QO r I N �0Q wawa I V � I ��Z r E J s I U dAft <_K ozvi i1 co zrx It ay zmvoi W�UZ Q w 3. o_ o OUW fl7JO Ld 0 z'o m J U V) O yI Opp OQ Q N Sg ti N x L� C m 0 + IQ LO tNi s9 Vi W Q W x W W �/ IN ?: mx= gym- Lip �Sr J W X ° o Z30 ~� W"E a< 3 rw0 UO0 .Tl � d AM W 2Wz F- O N �..: N .Uwe ?o=r 3..� ♦j�i'�.... 3jcxi�3� of Q LL ¢Zw 3 '� # ``1 LLJw o [3 mm3mz 0r �wm =wO > r f: m F W tU/1=j W W W WLn wW~=rzm maQ -z g Ei o�JrWpro - ----- m0 Y w ZNv�w�� F ® Wma ¢O� C F W z PoD n rq0 �Hw 1u�.1 ► W -ZOWz 0 W= CcWa 1"0 =H,_,p Z FM-W G x = T r-W <z<. N zxm a<F n m �m�a=F W 3rw a�z 1 -o p zym NzF PCX, WLo to �' a'NQaJ zdQN0I�+- Oz �oLLOao �m,a. zoo � NzjWt=llOW00 maim v0-iao rn QWC/1 Nx =CC mNW Cr �p,0 Z O2n=w 4-= \ 0.ar 3r=-WOX � z�rao wc=i�r _ _ r ¢ zo= f— Z u0 J U a'�e ~ ma D U w a=LLoaa"�Q WZ XrM O ZOzO~O%O QN N `j LuCNNz �°°_ z r J m za�mWW��a W r rmm� 4cwi0 N Q ¢dwatix-D0z -N 2 MOM NQQ7 x 0 CL zwr_jd0W~r- �''j x 3X N m m N W�OOOwH0 { ? cD JO LL 3 p pLLw�zaw FJ a IpwO -ujwi- _Ld zx W z F-W=-W Z m e a Fy-m m 4 r LL, W OW z WzooNO J O U—JI -0 oJpWzJ= z M NQ U !- �zxoiC Z:E C r Ln Crux 6rQm xr ] 3 0 00 >~ b m0 w }� s w3 a x En<a ( Y LL LL N(n LL to o r �J 00 U /J I N I co Lo co N L, / Ld F / C O O u- z Z LL� Q) ` LLJ tLi o F m I U z0 WOLLO �ii z !- N t { M Z Q o Lito a0 CO x S� ) W W 4 a (jgJ m w N to to m W a n 26, __. o m n m I I If M �i— LL ICI t0 iV� ( 0 m X J LL O � J p p 0 m 0 I Q \ LJ N o `` V) to 04 -,v m _ m Q p w o a LLI x °o Q I Q o ELM OV)Z) boo m ( O Q Ow IWi ' O i Z F N W O O Qzzo "aoa N �¢q� o�w 6 wapWO JF>Y N = ww J a }04 Ja ¢oa CD > I owo� z Q O I F J� W W W LLJ W—= U Z \� ' CAUTION °W ii X �- J m 0 �� ! DO NOT OPERATE ` �� w ¢3 v=i r WITHOUT w cwi< . K of a. y. GUARDS 0 ova > U U7 Q J \ ; r z 0 z Ow w Z e�- ¢ Ln '- 0 zQ o N Wowwz Ira N a K )w N j z r =z oQ a w w>rwZ OZoo o -Nv�� Or W 0� I-Ow OONw U N N = N Z> J rvri mN o ozo r JWaoF�NL O� _z N 0x Q OOZ~U7 Nz NN Z OW V) W�Ow<<Z zK x F {7{ ttO to Q0(_�mZ COZM 03 a Q�awc Q N zp0-j O��W 00 • 2E U So 0 w Z O00 UQ U1 >UJ�e z V?-�rJ¢ZZF- f I p� W� aW w ,�J r r oUJ- O Ln InN<J<QW 0 am az =0 WzLnO - wW J w� ¢ w�rOow w3vrio�F¢xirw cWa 7 �e LnN JZUJ-N UW �OJ<J W ¢�� r� a �W z2W'FN 30�c�WwfrnddN + _o J Z1 Zm ¢ �z Z �w rn c� << Ox00xgz��¢ ¢¢ N 0- Q U 0 Z W UI N J N m N r----U < F W N rr aOLJ LLI< w0 Z Z�wr m� 0 NO Zm�u Li M:U)Z Q<rUZ QX WFW r2-3 3~~a ON zC7 s7 �•w 0 W¢> ZZ N ¢OwWL'- r_z F-q w OUOLnZZL�-i a? Imo- of �N Q• jNa6< U 0 OW Z W3Z �Iw-i 0 NZwpF= 0 z F w Fw wz Wp-In rl-La m Q oaW mF V) OE Ww < Za U o � asao�= W�wcr MUJ � Z Z' 7Q L-Wi o mvl>>w ° aw W w rl =^K Jaf<-a oaz�w W cria w>- w DwMTQ w Lrz W U C11 OfMMwo W- wwz wm zmnrrZ o �o N 6 _ is o"¢?mm� --I{I -� WmQ =¢ cn z u ar m x , I 0 z (n q J W w_ = Z t o �zo z zN-L�z z mQ ° o H J o- xlr N m N I oO of Orm O�O�WZYVIO 3. xrOZH Na ~ O 7�7� > > > YLJ IL w� J ZOZ)zZox"wO NW� -W SO b+ 0 o wln WO 0r0 Mm �L= �<M�`m w `� E n C Ouj W x W ZOZZM z Z VI Ir-O=a Ei qa N Z`1r Q3 r Mu-YW =awW JZr0uj Ja e7 z� Li W zoo vi w 22¢awrxw� wr0�jU- am M Wo 0<0 N -F l0-ZN27 En(A W D (° �r� F O a o �z6 a�wZm N a. U z CD w W W O 0 L opaz 000 Z 301x0-Z,.i�Wm= .Mcr_n Umz FN U) w j ..•Q Or awJ 3 =<aOWm tJ wJ�aD o. zw mQW cn�_ m z in- aQOw U OO IS- < 0 u6 MWLSn W W m S NU B OON 0 0 ~Z y QO? JOJ Q (n0 mw=—a W _LDca Z< U7 xIz--O WQW Sw 1Mmr04~�^OW wJ w a 0 Z LL O r p 0 0 <x w J < u a f I I- wO Z- O zmZww?�mQF l6-.ti .116 .4 Z �w U- c\iM ritwn a? U Ci 1 uu F-a _ a w In 0 In N - qq a N = >V)*M< w w W �F p p O Z Z Z o� O U m N J N ¢� Uinz> r F y' wN zO o N� aX _ = x - X Q 20uLN-Z Qw OXJ Scr �F" <� LD M O 0 0 Q! 0- OFZJ- w- WO UaWW o� ¢U�Ow W r =W ; m OL OUmLY p=¢mm OWZ LL'z _ mol tD CL N QUO wr r- 0 cr Z�QU w w a' Z W W W W N N V! __21 CCr rn Z Ow r"1 aw Z02 Y > WL`'�m r ,^^_• o JN QU x r r r F-LLJ W W G a0 r 3xm m a0W WU a'Z m ow 2w z m a2=¢�. Op 0 0 O � ?, U1N JZNr-i0q Oa�mZ WQ w MF-I-- wW U a' z z z =_ O J WM<<W wOO Q zr �WOlnw d O S�O-�w 0rUr)m W� n'J i z z Z Q Z N �wN �r Sr 00 W Ur0U ~¢rJ0 Qw20 aW m0 in 0 a'�WOO F- ZFw-z U W F..0 0 m Y J <- O F-- Z QU In m r) N V' N > W�>xUZ Z O- w Z 0 N O a^ W (n< 04 uU r O q w o Q 0 J N VI w w Q 3 W J w m¢W Z K z 7 m E W =` \ W O W¢j ZZ rWM0 F<- cr w) DfSa'0S x mMrr1-aO r ¢ J " �N Q w�pQQ W7m7�NN Qp 0 O W>- x�wLnm r �W 1_-O mtDQSOwcr 50 OF UZZ 00o Z 2 �KQOOoM a QU Qck: U U U U - � ��<0¢� _� w ¢Zj=mmwd�3 In VI X � n o v o o x -0JaF < z o n0o0wm_zwow aw JO as o m J vo~�zw I `tU ¢Q�¢ >Nv7�i�= o _� wa w W W w soE N F- u Cr M c>• O uQ Zmmlx- O0 Q N uuZ�W 000OU !rO Q m� N r) co W 0 - - a m U ° - ¢ UW¢�x�7UrZ<? ao Q NC LN'. ° \° Z ><a'Jz w L<-Jw< �0 > > > ° \° W J O J O r O�x<U ZF�Ln mZ r • •• I° C'Iw UN3�¢LY NO ° I ° W J Wq m m0 uVUI z °'` • r o z mL=-ZO a OW~W W Z Q?a Z¢r m r o w O =U z p w w w w Q _ Q ow ° mo O¢FJwwwm�� ai Z O Z w U m 2 2 N 0 0 L W mF- cnSrOamoomoz m W 0 uj<< ¢ �z O �wL -r- JU W < m U W wwa > > > I ' cr O 1 o Q -jo W S axr U = M: o U D Q w25 W W M (nwY J ___ LLJ <o U) w o5:< � Za<�W i e s w0 0qW O Sa o: ozF"a=� Jzmr w3Ln �WOZ 0 I7— Zz ¢¢FO--of CEL L S4 a bi L'-r '. Z (n V) O N O J r z a OF--.En :i Z-"Ln<W=a CkfQ W z K m J 7-r � J <w o U J m z M w m oOo.Z' w? I m w00 xF- �a3~a~-o uO0zQw _� U0 U1 OZ >UU) wO Z OJMU 0E- woNONz " oo Z-o oo Ow, r> Uo z= o a'UIw W m Z J W a'w <U W J Y F_} o .N U w Sr a x � r� < = oCD F O ¢wr<¢U x 3wa ZL= 0w� NOM ZO ¢ �Jr=Q7(n m� U-wwZW w WX0 W a W r0 ov 01--wz=FWZ NO� zoo ¢ Uzo wX "�" o ~NN<( =a wm om4rF W -0:2 ¢ I 3Lwn ozO L-nwo2Q= Zcv < W=o0 rm u-o Map w4 m Zx r3 J0000Z W w0 aUN1--QQ M ow wwz d01 ~¢o Zm �Wa'N OF�Z� a � U W 0 r Q O J o zSw ratio wUxoz3Nr rw UOo N r0N WOr<LLI wZQN&�=Oa'� ,Q Q<?,—ONzgr •o Li a. e,o .s•o e°• .b .,D• Li W J Ln x r J O� Y z m Li LM 0 z Z V) F- M w CD Cif mma�vi '� r OmMLnm Xzo U Lai 0 wpm wm zr2�r 0Om 3 w K J zQ N ¢F r m 0 Q J Z a o r ZJ 0= wF0 m 0<<0 0 ¢�¢��. a Z 0 U�-' O �Nrw1- JOYO 0 r o0 < wJ OY mOr F—M <wUSW OlTl ow 3 p) p7 W W 0w ..•a F-W U� O dx z`r r awZ4L�Iln moo. U^3=z� � o OW '< 30 0300E-I=- •D �DU¢O U`° r m L� Li00 zv rO2 Z J Ulzaw w d v J cr W W ¢0 w w 0 a wO� O� zZQ=� aw ow Zzw000 w¢�Ua O J J r w Q rf m m r r I" X w W O r a 0 0 0 Linz z ir L1 Qo<a0 a a SECTION 01060 SPECIAL CONDITIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Conference. b. Project signs. c. Contractor's Superintendent's Field Office. d. Drawings and Contract Documents for Contractor use. e. Testing. f. Schedule of Values. g. Order of Construction and Construction Schedule. h. Project meetings. i. Special considerations related to adjacent properties and facilities. j. Historical and archaeological finds. k. Permits and City Required Specific Inspections. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 PRECONSTRUCTION CONFERENCE A. A preconstruction conference shall be held at the Water Reclamation Facility,255 Moss Bridge Road after award of Contract: 1. Engineer will notify the Contractor as to the date and time of the conference two(2)weeks in advance of the proposed date. 2. Contractor's Project Manager and Project Superintendent and Contractor's Subcontractor Representatives shall attend. 1.3 PROJECT SIGNS A. Furnish and install one(1)of each of the following signs: 1. Contractor's standard sign approved by Owner. B. Install in location approved by Owner. C. Signs not listed in this Specification permitted only upon approval of Owner. 1.4 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE A. Establish at site of Project. B. Equipment: Telephone,telecopy,mailing address,and sanitary facilities. C. Assure attendance at this office during the normal working day. D. At this office,maintain complete field file of Shop Drawings,posted Contract Drawings and Specifications,and other files of field operations including provisions for maintaining"As Recorded Drawings." E. Remove field office from site upon acceptance of the entire work by the Owner. 1.5 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE A. Refer to General Conditions. 10059730 City of Bozeman Small Works Project No. 1- SPECIAL CONDITIONS 01060- 1 B. Contractor shall pickup all"no-charge" documents within 10 days from date of Notice to Proceed. C. Additional documents after"no-charge" documents will be furnished to Contractor at cost. 1.6 TESTING A. Payment Concrete and Other Testing: i. Concrete testing: a. The Owner will provide and pay for"Passing" soils, "Passing" concrete and"Passing" asphalt concrete tests on the Project as identified in the associated technical specifications. b. Provision and costs of corrective action,costs of"Failing" soils,concrete and asphalt concrete tests,and cost of testing associated with establishment of mix designs are the sole responsibility of the Contractor. 2. Other testing: Coordination of required testing,testing procedures,reports,certificates,and costs associated with all phases of securing required satisfactory test information which may be required by individual sections of Specifications or Drawings are the full responsibility of the Contractor. 1.7 SCHEDULE OF VALUES A. Where a Contract is awarded on a lump sum basis,the Contractor shall file with the Engineer a balanced price segregation of his lump sum bid into items similar to the various subdivisions of the general and detailed specifications,the sum of which shall equal the lump sum bid. 1. The cost of various materials shall be furnished upon request of the Engineer,and such data will then be used as a basis for making progress estimates. 2. Breakdown cost itemized Specification Section and trade,and distribute cost to individual applicable units and structures. 3. Where structures,units,equipment or other components are identified by a specific series or,identification number,utilize said designation throughout cost breakdown. 4. Provide detailed breakdown for individual yard piping or conduit runs and identify approximate quantities involved to satisfaction of the Engineer. 5. Provide separate breakdown for change order items requested. 6. Provide an additional breakdown sheet,equivalent to AIA document G703,showing the tabulation format for stored materials. 7. Submit this sheet each month with Contractor's pay request breakdown. 8. The detail and format of cost breakdown and stored materials tabulation sheet shall be fully approved by Engineer. B. A reasonable allocation of the Contract Price to the component parts of the Work will be approved if component parts of the Work have values assigned to them that are well-balanced with respect to relative values for similar work established by published estimating guides. 1. Unless otherwise agreed to at the Preconstruction Conference,Means Estimator Guide or other similar nationally recognized estimating guide shall be used for resolving differences between Engineer's and Contractor's opinions of allocation of values. 2. Consent of Surety: If Contractor and Engineer cannot mutually agree on a Schedule of Values,Engineer will approve a Schedule of Values approved by the Surety providing the Performance Bond. C. Contractor's costs shall not govern the allocation of values when application of Contractor's costs to a component part of the Work results in any other component part or combination of component parts being under-valued in relation to conventional estimating guides. D. Schedule of Values shall be agreed upon prior to first Application for Payment. E. See additional requirements in Specification Section 01370. 10059730 City of Bozeman Small Works Project No. 1- SPECIAL CONDITIONS 01060-2 1.8 ORDER OF CONSTRUCTION AND CONSTRUCTION SCHEDULE A. Construction operations will be scheduled to allow the Owner uninterrupted operation of existing adjacent facilities. 1. Coordinate connections with existing work to ensure timely completion of interfaced items. B. At no time shall Contractor or his employees modify operation of the existing facilities or start construction modifications without approval of the Owner except in emergency to prevent or minimize damage. C. Within 10 days after award of Contract,submit for approval a critical path type schedule. 1. Account for schedule of Subcontracts. a. Include proper sequence of construction,various crafts,purchasing time, Shop Drawing approval,material delivery,equipment fabrication,start-up, demonstration,and similar time consuming factors. 2. Show on schedule as a minimum,earliest starting,earliest completion,latest starting,latest finish, and free and total float for each task or item. D. Evaluate schedule no less than monthly. 1. Update,correct,and rerun schedule and submit to Engineer in triplicate with pay application to show rescheduling necessary to reflect true job conditions. 2. When shortening of various time intervals is necessary to correct for behind schedule conditions, indicate actions to implement to accomplish work in shorter duration. 3. Information shall be submitted to Engineer in writing with revised schedule. E. If Contractor does not take necessary action to accomplish work according to schedule, Contractor may be ordered by Owner in writing to take necessary and timely action to improve work progress. 1. Owner may require increased work forces,extra equipment,extra shifts or other action as necessary. 2. Should Contractor refuse or neglect to take such action authorized,under provisions of this contract,Owner may take necessary actions including,but not necessarily limited to, withholding of payment and termination of Contract. F. Upon receipt of approved"Work Schedule," within 10 days,submit to Engineer an estimated payment schedule by each month of project duration. 1. Include a composite curve to show estimated value of work complete and stored materials less specified retainage. 2. Establish key months when work will be 50, 80,90,and 100 percent complete. 3. During the course of work,update with new composite curves at key months or whenever variation is expected to be more than plus or minus 10 percent. 4. Retain original or previous composite curves as dashed curves on all updates. 5. Include a heavy plotted curve to show ACTUAL payment curve on all updates. 1.9 PROJECT MEETINGS A. Construction Meetings: 1. The Engineer will conduct construction meetings involving: a. Contractor's project manager. b. Contractor's project superintendent. c. Owner's designated representative(s). d. Engineer's designated representative(s). e. Contractor's subcontractors as appropriate to the Work in progress. f. Owner's Construction Quality Control Consultant. 2. Meetings will be conducted as needed,atleast monthly. 3. The Contractor shall have available at each meeting up-to-date record drawings. 10059730 City of Bozeman Small Works Project No. 1- SPECIAL CONDITIONS 01060-3 1.10 SPECIAL CONSIDERATIONS RELATED TO ADJACENT PROPERTIES AND FACILITIES A. Contractor shall be responsible for negotiations of any waivers or alternate arrangements required to enable transportation of materials to the site. B. Maintain conditions of access road to site such that access is not hindered as the result of construction related deterioration. 1. Provide daily sweeping of hard-surface roadways to remove soils tracked onto roadway. 1.11 HISTORICAL AND ARCHAEOLOGICAL A. If during the course of construction,evidence of deposits of historical or archeological interest is found,the Contractor shall cease operations affecting the find and shall notify Owner. 1. No further disturbance of the deposits shall ensue until the Contractor has been notified by Owner that Contractor may proceed. 2. Owner will issue a notice to proceed after appropriate authorities have surveyed the find and made a determination to Owner. 3. Compensation to the Contractor,if any,for lost time or changes in construction resulting from the find,shall be determined in accordance with changed or extra work provisions of the Contract Documents. 4. The site has been previously investigated and has no known history of historical or archaeological finds. 1.12 MAINTENANCE OF ROADWAYS AND DRAINAGES A. Contractor is required to maintain existing roadways in usable condition during construction to allow city personnel access to all parts of the Water Reclamation Facility. B. Contractor is required to maintain existing drainages and not allow stormwater flooding due to any construction activity. 1.13 BUILDING PERMITS A. Contractor is required to obtain all local building permits and to notify local authorities of the need for building permit inspections. B. Contractor shall obtain and be responsible for a City Building Permit for the Work. The Owner will apply for and pay for the building permit and plan check fees.A demolition permit will be required. C. The Contractor or their subcontractors shall obtain and pay for a City of Bozeman Electrical permit. Before a permit is issued,the Contractor or their subcontractors must have a valid State of Montana Electrical Contractor's License. D. The Contractor of their subcontractors shall obtain and pay for a City of Bozeman Mechanical Permit issued by the City Building Official. If the Work includes fuel gas system(s),the Contractor or their subcontractors must have a valid State of Montana Gas Installer's License and Work must be performed by a gas fitter licensed by the State of Montana. E. The Contractor or their subcontractor shall obtain and pay for a City of Bozeman Plumbing permit issued by the City Building Official. Before a permit is issued,the Contractor or their subcontractors must have a valid Plumbing Contractor's License issued by the State of Montana. F. The Contractor shall obtain and pay for the City of Bozeman Sign Permits for any signs used at the Contractor's office areas. G. Contractor will be responsible for acquiring all permits necessary and to pay charges for such, unless otherwise specified. 10059730 City of Bozeman Small Works Project No. I- SPECIAL CONDITIONS 01060-4 1.14 CITY REQUIRED SPECIAL INSPECTIONS A. Special Inspections,as defined by the 2006 International Building Code,will be required for the project as a stipulation of the City Building Permit. B. The Contractor shall be responsible for coordination of all required inspections performed. The Owner's Engineer will be responsible for completing the required inspections and submittal of special inspection certifications unless noted otherwise.The Contractor shall be responsible for assistance to the Engineer in coordinating special inspection schedules and ensuring the facilities are made available for inspection. 1.15 TEMPORARY FACILITIES A. Contractor shall be responsible for temporary facilities in the staging area. The Contractor shall coordinate and work with the following: 1. City of Bozeman for sanitary sewer and water facilities. 2. Northwestern Energy for electrical power. 3. Qwest for telecommunications. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - SPECIAL CONDITIONS 01060-5 SECTION 01150 MEASUREMENT AND PAYMENT PART 1 - APPLICATIONS FOR PAYMENT 1.1 GENERAL A. Submit applications for payment to Owner in accordance with the schedule established by Conditions of the Contract and Agreement between Owner and Contractor. B. Additional requirements specified elsewhere: 1. Lump Sum Price:Agreement. 2. Progress Payments,Retainages,and Final Payment: Conditions of the Contract and Agreement. 3. Unit Price Payments. 4. Schedule of Values: Section 01370. 1.2 FORMAT AND DATA REQUIRED A. Submit applications typed on attached Contractor's Application and Certificate of Payment,or a similar form,with itemized data typed on 8-1/2 IN x 11 IN white paper continuation sheets. B. Provide itemized data on continuation sheet: 1. Format, schedules,line items,and values:Those of the Schedule of Values. 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application form: 1. Fill in required information,including that for Change Orders executed prior to the date of submittal application. 2. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. 3. Execute certification with the signature of a responsible officer of the Contractor's firm. B. Continuation sheets: 1. Fill in total list of all scheduled component items of Work,with item number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored,rounding off values to nearest dollar. 3. List each Change Order executed prior to the date of submission at the end of the continuation sheets. a. List by Change Order number and description, as for an original component item of work. 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When Owner requires substantiating data,Contractor shall submit suitable information,with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products: a. Item number and identification as shown on application. b. Description of specific material stored at the site(upon verification of payment from supplier). 10059730 City of Bozeman Small Works Project No. 1- MEASUREMENT AND PAYMENT 01150-1 B. Submit one copy of data and cover letter for each copy of application. 1.5 UNIT PRICE PAYMENTS A. Contractor shall submit documentation for volume of unit price payment material. B. Payment and documentation shall be reviewed by Engineer prior to approval. 1.6 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in application form as specified for progress payments. 1.7 SUBMITTAL PROCEDURE A. Applications for payment must be agreed upon by the Contractor and Owner and submitted to Owner on or before the first Monday of each month. If statement is not received in final form prior to this date,the application may not be processed until the following payment period. B. Number:Five(5)copies of each application. C. When Owner finds the application properly completed and correct,he will finalize a Certificate for Payment,with a copy to Contractor. PART 2 - PART 2 - PRODUCTS (NOT USED) PART 3 - PART 3 - EXECUTION (NOT USED) END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- MEASUREMENT AND PAYMENT 01150-2 SECTION 01340 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mechanics and administration of the submittal process for: a. Shop Drawings. b. Samples. c. Miscellaneous submittals. d. Operation and Maintenance Manuals. 2. General content requirements for Shop Drawings. 3. Content requirements for Operation and Maintenance Manuals. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division I -General Requirements. 3. Sections in Divisions 2 through 16 identifying required submittals. 1.2 DEFINITIONS A. Shop Drawings: 1. See General Conditions. 2. Product data and samples are Shop Drawing information. B. Operation and Maintenance(O&M)Manuals: 1. Data collected for the Owner's use. 2. Contain information related to the operation and maintenance of equipment and packaged systems. C. Miscellaneous Submittals: 1. Submittals other than Shop Drawings and O&M Manuals. 2. Representative types of miscellaneous submittal items include but are not limited to: a. Construction schedule. b. Concrete, soil compaction,and pressure test reports. c. HVAC test and balance reports. d. Installed equipment and systems performance test reports. e. Manufacturer's installation certification letters. f. Instrumentation and control commissioning reports. g. Warranties. h. Service agreements. i. Construction photographs. j. Survey data. k. Cost breakdown(Schedule of Values). 1.3 SUBMITTAL SCHEDULE A. Schedule of Shop Drawings: 1. Submitted and approved within 20 days of receipt of Notice to Proceed. 2. Account for multiple transmittals under any specification section where partial submittals will be transmitted. B. Shop Drawings: Submittal and approval of all submittals prior to 50 percent of project completion and prior to individual equipment and materials installation. C. Operation and Maintenance Manuals and Equipment Record Sheets: Initial submittal within 60 days after date Shop Drawings are approved. 10059730 City of Bozeman Small Works Project No. 1 - SUBMITTALS 01340-1 1.4 PREPARATION OF SUBMITTALS A. General: 1. All submittals and all pages of all copies of a submittal shall be completely legible. 2. Submittals which,in the Engineer's sole opinion,are illegible will be returned without review. B. Shop Drawings: 1. Scope of any submittal and letter of transmittal: a. Limited to one specification section. b. Do not submit under any specification section entitled(in part)"Basic Requirements" unless the product or material submitted is specified in a"Basic Requirements" section. 2. Numbering letter of transmittal: a. Include as prefix the specification section number followed by a series number, "-xx", beginning with"0 1" and increasing sequentially with each additional transmittal. b. If more than one submittal under any specification section,assign consecutive series numbers to subsequent transmittal letters. 3. Describing transmittal contents: a. Provide listing of each component or item in submittal capable of receiving an independent review action. b. Identify for each item: 1) Manufacturer and Manufacturer's drawing or data number. 2) Contract Document tag number(s). 3) Unique page numbers for each page of each separate item. c. When submitting"or-equal" items that are not the products of named manufacturers, include the words"or-equal" in the item description. 4. Contractor stamping: a. General: 1) Contractor's review and approval stamp shall be applied either to the letter of transmittal or a separate sheet preceding each independent item in the submittal: a) Contractor's signature and date shall be original ink signature. b) Shop Drawing submittal stamp shall read"(Contractor's Name)has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval as stipulated under General Conditions Paragraph 6.17D." c) Letters of transmittal may be stamped only when the scope of the submittal is one item. 2) Submittals containing multiple independent items shall be prepared with an index sheet for each item listing the discrete page numbers for each page of that item, which shall be stamped with the Contractor's review and approval stamp: a) Individual pages or sheets of independent items shall be numbered in a manner that permits Contractor's review and approval stamp to be associated with the entire contents of a particular item. b. Electronic stamps: 1) Contractor may electronically embed Contractor's review and approval stamp to either the letter of transmittal or a separate index sheet preceding each independent item in the submittal. 2) Contractor's signature and date on electronically applied stamps shall be original ink signature. 5. Resubmittals: a. Number with original root number and a suffix letter starting with"A" on a(new) duplicate transmittal form. b. Do not increase the scope of any prior transmittal. c. Account for all components of prior transmittal. 1) If items in prior transmittal received"A" or"B" Action code,list them and indicate "A" or"B" as appropriate: a) Do not include submittal information for items listed with prior"A" or"B" Action in resubmittal. 10059730 City of Bozeman Small Works Project No. 1- SUBMITTALS 01340-2 2) Indicate"Outstanding-To Be Resubmitted At a Later Date" for any prior"C"or "D" Action item not included in resubmittal: a) Obtain Engineer's approval to exclude items. 6. For 8-1/2 x 11 IN,8-1/2 x 14 IN,and 11 x 17 IN size sheets,provide five(5)copies of each page for Engineer plus the number required by the Contractor: a. The number of copies required by the Contractor will be defined at the Preconstruction Conference,but shall not exceed 5. b. All other size sheets: 1) Submit one(1)reproducible transparency or high resolution print and one(1) additional print of each drawing until approval is obtained. 2) Utilize mailing tube;do not fold. 3) The Engineer will mark and return the reproducible to the Contractor for his reproduction and distribution. 7. Provide clear space(3 IN SQ)for Engineer stamping of each component defined in PREPARATION OF SUBMITTALS—Contractor Stamping. 8. Contractor shall not use red color for marks on transmittals: a. Duplicate all marks on all copies transmitted,and ensure marks are photocopy reproducible. b. Outline Contractor marks on reproducible transparencies with a rectangular box. 9. Transmittal contents: a. Coordinate and identify Shop Drawing contents so that all items can be easily verified by the Engineer. b. Identify equipment or material use,tag number,drawing detail reference,weight, and other project specific information. c. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. d. Submit items such as equipment brochures,cuts of fixtures,product data sheets or catalog sheets on 8-1/2 x 11 IN pages: 1) Indicate exact item or model and all options proposed. e. When a Shop Drawing submittal is called for in any specification section,include as appropriate,scaled details,sizes,dimensions,performance characteristics,capacities, test data,anchoring details,installation instructions, storage and handling instructions, color charts,layout drawings,rough-in diagrams,wiring diagrams,controls,weights and other pertinent data in addition to information specifically stipulated in the specification section: 1) Arrange data and performance information in format similar to that provided in Contract Documents. 2) Provide,at minimum,the detail specified in the Contract Documents. f. If proposed equipment or materials deviate from the Contract Drawings or Specifications in any way,clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. 10. Samples: a. Identification: 1) Identify sample as to transmittal number,manufacturer,item,use,type,project designation,tag number,standard specification section or drawing detail reference, color,range,texture,finish and other pertinent data. 2) If identifying information cannot be marked directly on sample without defacing or adversely altering samples,provide a durable tag with identifying information securely attached to the sample. b. Include application specific brochures, and installation instructions. c. Provide Contractor's stamp of approval on samples or transmittal form as indication of Contractor's checking and verification of dimensions and coordination with interrelated work. d. Resubmit samples of rejected items. C. Miscellaneous Submittals: 10059730 City of Bozeman Small Works Project No. 1 - SUBMITTALS 01340-3 1. Prepare in the format and detail specified in specification requiring the miscellaneous submittal. D. Operation and Maintenance Manuals: 1. Owner's use of manufacturer's Operation and Maintenance materials: a. Manufacturer's Operation and Maintenance materials are provided for Owner's use, reproduction and distribution within Owner's organization. b. Manufacturer's standard copyright notices applied to either hard copy materials or electronic media shall have no affect in limiting the Owner's use of materials furnished under this Contract. 2. Number each Operation and Maintenance Manual transmittal with the original root number of the associated Shop Drawing: a. Identify resubmittals with the original number plus a suffix letter starting with"A." 3. Submittal format: a. Interim submittals: Submit two(2)paper copies until manual is approved. b. Final submittals: 1) Within 30 days of receipt of approval,submit one(1)additional paper copy and two(2)electronic PDF copies on CDs. a) CDs to be secured in jewel cases. 2) Electronic PDF copies will be reviewed for conformance with the approved paper copy and the requirements of this Specification. 3) Non-conforming CDs will be returned with comments: a) Provide final CDs within 30 days of receipt of comments. 4. Paper copy submittals: a. Submit Operation and Maintenance Manuals printed on 8-1/2 x 11 IN size heavy first quality paper with standard three-hole punching and bound in appropriately sized three- ring(or post) vinyl view binders with clear overlays front, spine and back: 1) Provide binders with titles inserted under clear overlay on front and on spine of each binder: a) As space allows,binder titles shall include,but not necessarily be limited to, Project Name,related Specification Number,Equipment Name(s)and Project Equipment Tag Numbers. 2) Provide a Cover Page for each manual with the following information: a) Manufacturer(s). b) Date. c) Project Owner and Project Name. d) Specification Section. e) Project Equipment Tag Numbers. f) Model Numbers. g) Engineer. h) Contractor. 3) Provide a Table of Contents or Index for each manual. 4) Use plastic-coated dividers to tab each section of each manual per the manual's Table of Contents/Index for easy reference. 5) Provide plastic sheet lifters prior to first page and following last page. b. Reduce Drawings or diagrams bound in manuals to an 8-1/2 x 11 IN or 11 x 17 IN size: 1) Where reduction is not practical to ensure readability,fold larger Drawings separately and place in vinyl envelopes which are bound into the binder. 2) Identify vinyl envelopes with Drawing numbers. c. Mark each sheet to clearly identify specific products and component parts and data applicable to the installation for the Project: 1) Delete or cross out information that does not specifically apply to the Project. 5. Electronic copy submittals: a. Electronic copies of the approved paper copy Operation and Maintenance Manuals are to be produced in Adobe Acrobat's PDF Version 7.0 or higher. b. Do not password protect and/or lock the PDF document. c. Create one(1)PDF document for each equipment O&M Manual. 10059730 City of Bozeman Small Works Project No. I- SUBMITTALS 01340-4 d. Drawings or other graphics must be converted to PDF format and made part of the one (1)PDF document: 1) Scanning to be used only where actual file conversion is not possible. e. Rotate pages that must be viewed in landscape to the appropriate position for easy reading. f. Images only shall be scanned at a resolution of 300 dpi or greater: 1) Perform Optical Character Recognition(OCR)capture on all images. 2) Achieve OCR with the"original image with hidden text" option. 3) Word searches of the PDF document must operate successfully to demonstrate OCR compliance. g. Create bookmarks in the navigation frame,for each entry in the Table of Contents/Index: 1) Normally three(3)levels deep(i.e.,"Chapter," "Section," "Sub-section"). h. Thumbnails must be generated for each PDF file. i. Set the opening view for PDF files as follows: 1) Initial view: Bookmarks and Page. 2) Magnification: Fit in Window. 3) Page layout: Single page. 4) Set the file to open to the cover page of the manual with bookmarks to the left,and the first bookmark linked to the cover page. j. All PDF documents shall be set with the option"Fast Web View"to open the first pages of the document for the viewer while the rest of the document continues to load. k. File naming conventions: 1) File names shall use a"ten dot three" convention(XXXXX-YY-Z.PDF)where XXXXX is the Specification Section number,YY is the Shop Drawing Root number and Z is an ID number used to designate the associated volume: a) Example 1: (1) Two(2)pumps submitted as separate Shop Drawings under the same Specification Section: (a) Pump 1 = 11061-01-1.pdf. (b) Pump 2= 11061-02-1.pdf b) Example 2: (1) Control system submitted as one(1) Shop Drawing but separated into two (2)O&M volumes: (a) Volume 1 = 13440-01-1.pdf. (b) Volume 2= 13440-01-2.pdf. 1. Labeling: 1) As a minimum, include the following labeling on all CD-ROM discs and jewel cases: a) Project Name. b) Equipment Name and Project Tag Number. c) Project Specification Section. d) Manufacturer Name. e) Vendor Name. in. Binding: 1) Include labeled CD(s)in labeled jewel case(s): a) Bind jewel cases in standard three-ring binder Jewel Case Page(s),inserted at the front of the Final paper copy submittal. b) Jewel Case Page(s)to have means for securing Jewel Case(s)to prevent loss (e.g.,flap and strap). 6. Operation and Maintenance Manuals for Materials and Finishes: a. Building Products,Applied Materials and Finishes: 1) Include product data,with catalog number,size,composition and color and texture designations. 2) Provide information for re-ordering custom manufactured products. 10059730 City of Bozeman Small Works Project No. 1- SUBMITTALS 01340-5 b. Instructions for Care and Maintenance: 1) Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods and recommended schedule for cleaning and maintenance. c. Moisture Protection and Weather Exposed Products: 1) Include product data listing,applicable reference standards, chemical composition, and details of installation. 2) Provide recommendations for inspections,maintenance and repair. d. Additional requirements as specified in individual product specifications. 7. Operation and Maintenance Manuals for Equipment and Systems: a. Submission of Operation and Maintenance Manuals for equipment and systems is applicable but not necessarily limited to: 1) Major equipment. 2) Equipment powered by electrical,pneumatic or hydraulic systems. 3) Specialized equipment and systems including instrumentation and control systems and system components for HVAC process system control. 4) Valves and water control gates. b. Equipment and Systems Operation and Maintenance Manuals shall include,but not necessarily be limited to,the following completed forms and detailed information,as applicable: 1) Fully completed type-written copies of the associated Equipment Record(s), Exhibits C1,C2 and C3, shall be included under the first tab following the Table of Contents of each Operation and Maintenance Manual: a) Each section of the Equipment Record must be completed in detail: (1) Simply referencing the related manual for nameplate,maintenance, spare parts or lubricant information is not acceptable. b) For equipment items involving components or subunits,a fully completed Equipment Record Form is required for each operating component or subunit. c) Submittals that do not include the associated Equipment Record(s)will be rejected without further content review. d) Electronic copies of the Exhibits may be obtained by contacting the Project Manager. 2) Equipment function,normal operating characteristics,limiting operations. 3) Assembly,disassembly,installation,alignment, adjustment, and checking instructions. 4) Operating instructions for start-up,normal operation,control, shutdown,and emergency conditions. 5) Lubrication and maintenance instructions. 6) Troubleshooting guide. 7) Parts lists: a) Comprehensive parts and parts price lists. b) A list of recommended spare parts. c) List of spare parts provided as specified in the associated Specification Section. 8) Outline,cross-section,and assembly Drawings;engineering data;and electrical diagrams, including elementary diagrams,wiring diagrams,connection diagrams, word description of wiring diagrams and interconnection diagrams. 9) Test data and performance curves. 10) As-constructed fabrication or layout Drawings and wiring diagrams. 11) Instrumentation or tag numbers assigned to the equipment by the Contract Documents are to be used to identify equipment and system components. 12) Additional information as specified in the associated equipment or system Specification Section. 1.5 TRANSMITTAL OF SUBMITTALS A. Shop Drawings, Samples and Operation and Maintenance Manuals: 1. Transmit all submittals to: 10059730 City of Bozeman Small Works Project No. I- SUBMITTALS 01340-6 HDR 700 SW Higgins Ste 200 Missoula,Montana 59803 Attn: Coralynn Revis 2. Utilize two(2)copies of attached Exhibit"A"to transmit all Shop Drawings and samples. 3. Utilize two(2)copies of attached Exhibit"B"to transmit all Operation and Maintenance Manuals. 4. All submittals must be from Contractor: a. Submittals will not be received from or returned to subcontractors. b. Operation and Maintenance Manual submittal stamp may be Contractor's standard approval stamp. 5. Provide submittal information defining specific equipment or materials utilized on the project: a. Generalized product information,not clearly defining specific equipment or materials to be provided,will be rejected. B. Miscellaneous Submittals: 1. Transmit under Contractor's standard letter of transmittal or letterhead. 2. Submit in triplicate or as specified in individual specification section. 3. Transmit to: HDR 700 SW Higgins Ste 200 Missoula,Montana 59803 Attn: Coralynn Revis 4. Provide copy of letter of transmittal with a single copy of attachments to Engineer's Resident Project Representative: a. Exception for concrete, soils compaction and pressure test reports: 1) Transmit one copy of test reports to Resident Project Engineer. 2) Transmit one copy of test reports to location and individual indicated above for other miscellaneous submittals. C. Expedited Return Delivery: 1. Include prepaid express envelope or airbill in submittal transmittal package for any submittals Contractor expects or requires express return mail. 2. Inclusion of prepaid express envelope or airbill does not obligate Engineer to conduct expedited review of submittal. D. Electronic submittals will not be accepted except for approved Operation and Maintenance Manuals as required by this Specification. E. Fax Transmittals: 1. Permitted on a case-by-case basis to expedite review when approved by Engineer. 2. Requires hard copy transmittal to immediately follow: a. Engineer will proceed with review of fax transmittal. b. Engineer's approval or rejection comments will be recorded and returned on hard copy transmittal. 3. Provisions apply to both: a. Initial transmittal contents. b. Supplemental information required to make initial transmittal contents complete. 1.6 ENGINEER'S REVIEW ACTION A. Shop Drawings and Samples: 1. Items within transmittals will be reviewed for overall design intent and will receive one of the following actions: a. A-FURNISH AS SUBMITTED. 10059730 City of Bozeman Small Works Project No. I - SUBMITTALS 01340-7 b. B-FURNISH AS NOTED(BY ENGINEER). c. C-REVISE AND RESUBMIT. d. D-REJECTED. e. E-ENGINEER'S REVIEW NOT REQUIRED. 2. Submittals received will be initially reviewed to ascertain inclusion of Contractor's approval stamp: a. Submittals not stamped by the Contractor or stamped with a stamp containing language other than that specified herein will not be reviewed for technical content and will be returned without any action. 3. In relying on the representation on the Contractor's review and approval stamp,Owner and Engineer reserve the right to review and process poorly organized and poorly described submittals as follows: a. Submittals transmitted with a description identifying a single item and found to contain multiple independent items: 1) Review and approval will be limited to the single item described on the transmittal letter. 2) Other items identified in the submittal will: a) Not be logged as received by the Engineer. b) Be removed from the submittal package and returned without review and comment to the Contractor for coordination,description and stamping. c) Be submitted by the Contractor as a new series number,not as a re-submittal number. b. Engineer,at Engineer's discretion,may revise the transmittal letter item list and descriptions, and conduct review: 1) Unless Contractor notifies Engineer in writing that the Engineer's revision of the transmittal letter item list and descriptions was in error,Contractor's review and approval stamp will be deemed to have applied to the entire contents of the submittal package. 4. Submittals returned with Action"A" or"B" are considered ready for fabrication and installation: a. If for any reason a submittal that has an"A" or"B" Action is resubmitted,it must be accompanied by a letter defining the changes that have been made and the reason for the resubmittal. b. Destroy or conspicuously mark"SUPERSEDED" all documents having previously received"A" or"B"Action that are superseded by a resubmittal. 5. Submittals with Action"A" or"B" combined with Action"C" (Revise and Resubmit)or "D" (Rejected)will be individually analyzed giving consideration as follows: a. The portion of the submittal given"C" or"D" will not be distributed(unless previously agreed to otherwise at the Preconstruction Conference): 1) One copy or the one transparency of the "C" or"D" drawings will be marked up and returned to the Contractor: a) Correct and resubmit items so marked. b. Items marked"A" or"B"will be fully distributed. c. If a portion of the items or system proposed are acceptable,however,the major part of the individual drawings or documents are incomplete or require revision,the entire submittal may be given"C" or"D"Action: 1) This is at the sole discretion of the Engineer. 2) In this case, some drawings may contain relatively few or no comments or the statement, "Resubmit to maintain a complete package." 3) Distribution to the Owner and field will not be made(unless previously agreed to otherwise). 6. Failure to include any specific information specified under the submittal paragraphs of the Specifications will result in the submittal being returned to the Contractor with"C" or"D" Action. 10059730 City of Bozeman Small Works Project No. I - SUBMITTALS 01340-8 7. Calculations required in individual specification sections will be received for information purposes only,as evidence calculations have been performed by individuals meeting ( specified qualifications, and will be returned stamped"E.Engineer's Review Not Required" to acknowledge receipt. 8. Transmittals of submittals which the Engineer considers as"Not Required" submittal information,which is supplemental to but not essential to prior submitted information,or items of information in a transmittal which have been reviewed and received"A" or"B" Action in a prior submittal,will be returned with Action"E.Engineer's Review Not Required." 9. Samples may be retained for comparison purposes: a. Remove samples when directed.Include in bid all costs of furnishing and removing samples. 10. Approved samples submitted or constructed,constitute criteria for judging completed work: a. Finished work or items not equal to samples will be rejected. B. Operation and Maintenance Manuals: 1. Engineer will review and indicate one of the following review actions: a. ACCEPTABLE. b. FURNISH AS NOTED. c. REVISE AND RESUBMIT. d. REJECTED. 2. Acceptable submittals will be retained with the transmittal form returned with a request for five additional copies. 3. Deficient submittals will be returned along with the transmittal form which will be marked to indicate deficient areas. PART 2 - SCHEDULES 2.1 OPERATION AND MAINTENANCE MANUALS SECTION DESCRIPTION NO. 09905 PAINTING AND PROTECTIVE COATINGS 11074 PUMPING EQUIPMENT: POSITIVE DISPLACEMENT(LOBE) 11336 SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES 13235 SECONDARY CLARIFIER LAUNDER COVERS 13442 PRIMARY ELEMENTS AND TRANSMITTERS 15102 PLUG VALVES 16265 VARIABLE FREQUENCY DRIVES—LOW VOLTAGE PART 3 - PRODUCTS - NOT USED END OF SECTION i 10059730 City of Bozeman Small Works Project No. I- SUBMITTALS 01340-9 alEXHIBIT A MORMSON Shop Drawing Transmittal No. - KMERLE,INC. (Spec Section) (Series) Project Name: Bozeman WRF Small Works Project No. 1 Date Received: Project Owner: City of Bozeman Checked By: Contractor: Owner:City of Bozeman Log Page: Address: Address:700 SW Higgins Ste C HDR No.: Missoula,MT 59803 Spec Section: Drawing/Detail No.: Attn: Attn: Dan Harmon 1st.Sub ReSub. Date Transmitted: Previous Transmittal Date: Item No. Description Manufacturer MfrNendor Dwg or Data No. Action Taken* No. Copies Remarks: *The Action Designated Above is in Accordance with the Following Legend: A-Furnish as Submitted D-Rejected B-Furnish as Noted E-Engineer's review not required 1. Submittal not required. C-Revise and Submit 2. Supplemental Information. Submittal retained for 1. Not enough information for review. informational purposes only. 2. No reproducibles submitted. 3. Information reviewed and approved on prior 3. Copies illegible. submittal. 4. Not enough copies submitted. 4. See comments. 5. Wrong sequence number. 6. Wrong resubmittal number. 7. Wrong spec.section. 8. Wrong form used. 9. See comments. Comments: By Date Distribution: Contractor Li File U Field U Owner Li Other Li 10059730 City of Bozeman Small Works Project No. 1- SUBMITTALS 01340- 10 EXHIBIT B iMORMSON O&M Manual Transmittal No. - -A-.� MAIERLE,iNc. (Spec Section) (Series) Project Name: Bozeman WRF Small Works Project No. 1 Date Received: Project Owner: City of Bozeman Checked By: Contractor: Owner: City of Bozeman Log Page: Address: Address: 700 SW Higgins Ste C HDR No.: Missoula,MT 59803 Attn: Attn: Dan Harmon 1st.Sub. ReSub. Date Transmitted: Previous Transmittal Date: No. Description of Item Manufacturer Dwg.or Data No. Action Taken' Copies Remarks: To: From: Morrison Maierle, Inc. Date: The Action designated above is in accordance with the following legend: A-Acceptable, provide two additional copies and final electronic copy 5. Lubrication&maintenance instructions. 6. Troubleshooting guide. B-Furnish as Noted 7. Parts list and ordering instructions. 8. Organization(index and tabbing). C-Revise and Resubmit 9. Wiring diagrams&schematics specific to installation. This Operation and Maintenance Manual Submittal is deficient in 10. Outline,cross section&assembly diagrams. the following area: 11. Test data&performance curves. 1. Equipment record sheets. 12. Tag or equipment identification numbers. 2. Functional description. 13. Other-see comments. 3. Assembly,disassembly, installation,alignment, adjustment&checkout instructions. D-Rejected 4 Operating instructions Comments: By Date Distribution: Contractor U File U Field U Owner U Other U 10059730 City of Bozeman Small Works Project No. l- SUBMITTALS 01340-11 MORMSON EXHIBIT C1 Equipment Record _..A MAIERLE,INC. Page 1 of 2 Equipment Maintenance Data Summary Project Name: Bozeman W RF Page of Small Works Project No. I Equip.Description Date Installed Date Started Equip.Location Cost Estimated Life Project Equip.Tag No. Shop Dwg.Trans.No. Spec.Sec. Equip.Manuf. Manuf.Address Phone Local Vendor Vendor Address Phone BREAK-IN MAINTENANCE REQUIREMENTS(INITIAL OIL CHANGES,ETC.) D W M Q S A Hours PREVENTIVE MAINTENANCE REQUIREMENTS D W M Q S A Hours RECOMMENDED SPARE PARTS ELECTRICAL NAMEPLATE DATA Part No. Part Name Quantity Equip. Make Serial No. ID No. Model No. Frame No. HP V. m . HZ PH RPM SF Duty Code Ins.CI. Des. Type Nema C Amb. em .Rise Rating Misc. MECHANICAL NAMEPLATE DATA Equip. Make Serial No. ID No. Model No. Frame No. HP RPM Cap. ISize DH JIMP.Sz. Des. JCFM PSI [Ass .No. Case No. Misc. Lubricant information on following page 10059730 City of Bozeman Small Works Project No. 1- SUBMITTALS 01340- 12 19-i'l EXHIBIT C2 Equipment Record I MORRISON Page 2 of 2 "A MAIERLE,INC Lubrication Summary Equipment Description Project Equip.Tag No. Pa a of Lubricant Point Manufacturer Product AGMA# SAE# ISO Q 1 T c 2 (0 .n` 3 4 5 Lubricant Point Manufacturer Product AGMA# SAE# ISO C 1 T C Z c0 0 3 J 4 5 Lubricant Point Manufacturer Product AGMA# SAE# ISO T H c 2 (U 0 3 -J q 5 Lubricant Point Manufacturer Product AGMA# SAE# ISO a 1 c z m 0 3 a E, -J q 5 Lubricant Point Manufacturer Product AGMA# SAE# ISO d 1 a F- c z m 0 3 -J q 5 Lubricant Point Manufacturer Product AGMA# SAE# ISO m 1 a C z c0 `—' a 3 � 4 5 10059730 City of Bozeman Small Works Project No. I - SUBMITTALS 01340-13 SECTION 01370 SCHEDULE OF VALUES PART 1 - GENERAL 1.1 DESCRIPTION A. Submit to Owner a Schedule of Values allocated to the various portions of the Work within 10 days after Effective Date of Agreement. B. Upon request of Owner, support the values with data that will substantiate correctness. C. An unbalanced Schedule of Values providing overpayment of Contractor on items of the Work that will be performed early will not be accepted. D. Revise and resubmit the Schedule of Values until acceptable to Owner. No Applications for Payment shall be submitted until Schedule of Values is accepted. E. The Schedule of Values,when accepted by Owner, shall be used only as the basis for the Contractor's Applications for Payment. F. Additional requirements specified elsewhere: 1. Section 01060: Special Conditions. 2. Section 01150: Measurement and Payment. 1.2 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2 IN by 11 IN white paper in a format indicated to page 2 of 3 of Contractor's Application and Certificate of Payment;Contractor's standard forms and automated printout will be considered for approval by Engineer upon Contractor's request. Identify schedule with: 1. Title of Project and location. 2. Engineer and Project number. 3. Name and address of Contractor. 4. Contract designation. 5. Date of submission. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Follow the Table of Contents of this Project Manual as the format for listing component items: 1. Breakdown shall be by specification section. 2. Identify each line item with the number and title of the respective major section of the Specifications. D. For each major line item list subvalues of major products or operations under the item. E. Such items as bond and insurance premiums,temporary construction facilities,and job mobilization and demobilization shall be listed separately: 1. Bonds and insurance premiums will be paid in the first application for payment. Contractor shall submit invoice from surety and insurance company(ies). 2. If Contractor elects to be paid for temporary construction facilities,this will be paid on a monthly basis based upon the monthly lease or rent payments. 3. If the Contractor elects to be paid for mobilization he shall also enter a cost for demobilization: a. Mobilization/demobilization cost shall not exceed 2 percent of the bid. b. Demobilization costs shall not be less than 50 percent of mobilization costs. 10059730 City of Bozeman Small Works Project No. 1 - SCHEDULE OF VALUES 01370-1 4. Mobilization,Bonds and Insurance and temporary facilities may be included in first pay application provided Contractor is on-site and performing work and actual incurred costs can be appropriately verified and justified by the Contractor. 5. Demobilization shall only be paid after all work is complete,punch list and warranty items are resolved,and all items listed in Section 01010 for substantial and final completion are completed. F. For the various portions of the Work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials,break down the value into: a. The cost of the materials delivered and unloaded. b. The total value of labor for installing the material,including Contractor's overhead and profit. 3. Cost of preparing and submitting Shop Drawings shall be included in each item. Shop Drawings will not be a separate payment item. G. The sum of all values listed in the schedule shall equal the total Contract Price. 1.3 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Submit a subschedule of unit costs and quantities for: 1. Products on which progress payments will be requested for stored products. B. The form of submittal shall parallel that of the Schedule of Values,with each item identified the same as the line item in the Schedule of Values. C. The unit quantity for bulk materials shall include an allowance for normal waste. D. The unit values for the materials shall be broken down into: 1. Cost of the material,delivered and unloaded at the site,with taxes paid. 2. Installation costs,including Contractor's overhead and profit. END OF SECTION 10059730 City of Bozeman Small Works Project No. I - SCHEDULE OF VALUES 01370-2 SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.1 GENERAL A. Contractor will coordinate with the manufacturer's representative for provision of manufacturer's field services. 1.2 CONTRACTOR'S RESPONSIBILITIES A. Control the quality of work produced and verify that the work performed meets the standards of quality established in the Contract Documents: 1. Inspect the work performed by the Contractor, subcontractors and suppliers. Correct defective work. 2. Inspect products to be incorporated into the project. Provide only those products that comply with the Contract Documents. 3. Verify conformance of the work and products with the Contract Documents before notifying the Engineer of need for testing. 4. Provide consumable construction materials of adequate quality to provide a finished product that complies with the Contract Documents. 5. Provide and pay for the services of an approved professional materials testing laboratory to insure that products proposed for use fully comply with the Contract Documents. Owner will provide materials testing for concrete strength,soil compaction and gradation/classification on work.in place. Contractor to pay for interim testing required to provide guidance during the performance of the work so that the finished work in place will meet specified requirements. 6. Perform tests as indicated in this and other sections of the specifications. Schedule the time and sequence of testing with the Engineer.Testing is to be observed by the Engineer. 7. Provide labor,materials,tools,equipment,and related items for testing by the Engineer including,but not limited to temporary construction required for testing and operation of new and existing utilities. B. Provide Certified Test Reports on products or constructed works to be incorporated into the project as required by Section 01340-Submittals. Reports are to indicate that products or constructed works are in compliance with the Contract Documents. C. Designate Quality Control personnel per Section 1.3 at the start of the project. These personnel shall have the authority to monitor the work effectively and to implement and enforce the Quality Control Program. D. Provide and implement a written Quality Control Program that establishes the methods of assuring compliance with the Contract Documents per Section 1.4. E. Remove and replace defective work. Submit a corrective action plan if defective work is not corrected immediately. Address the following in the corrective action plan: 1. Describe in detail how the defective work is to be corrected including materials to be used and actions to be taken. 2. Provide a schedule of when defective work is to be corrected. 3. Describe the impact that implementation of the corrective action plan will have on the project schedule,including impacts on related work. F. Assist the Engineer's testing organization to perform quality assurance activities: 1. Provide access to the work and to the Manufacturer's operations at all times work is in progress. 10059730 City of Bozeman Small Works Project No. 1 - QUALITY CONTROL 01400- 1 2. Cooperate fully in the performance of sampling,inspection and testing. 3. Furnish labor and facilities to: a. Provide access to the work to be tested. b. Obtain and handle samples for testing at the project site or at the source of the product to be tested. c. Facilitate inspections and tests. d. Store and cure test samples. 4. Furnish copies of the tests performed on products. 5. Provide adequate quantities of representative product to be tested to the laboratory at the designated location. 6. Give the Engineer adequate notice before proceeding with work that would interfere with testing. 7. Notify the Engineer and the testing laboratory prior to the time that testing is required. 8. Do not proceed with any work until testing services have been performed and results of tests indicate that the work is acceptable. 9. Provide complete access to the site and make Contract Documents available. 10. Provide personnel and equipment needed to perform sampling or to assist in making the field tests. 11. Initial testing performed on concrete strength and soils compaction by the Engineer will be paid for by the Owner. G. Provide a recognized testing laboratory capable of performing a full range of testing procedures complying with the standards or testing procedures specified. Obtain Engineer's approval for the testing laboratory before testing is performed. H. Provide personnel certified to perform the test required. I. Should requirements of this Section of the specification conflict with the requirements of the technical specifications,the technical specifications shall govern. 1.3 QUALITY ASSURANCE ACTIVITIES BY THE ENGINEER A. Quality assurance activities of the Engineer through their own forces or through contracts with materials testing laboratories and survey crews are for the purpose of monitoring the results of the Contractor's work to see that it is in compliance with the requirements of the Contract Documents: 1. Quality assurance activities of the Engineer in no way relieve the Contractor of the obligation to perform work and furnish products and constructed work conforming to the Contract Documents. 2. Failure on the part of the Engineer to perform or test products or constructed works in no way relieves the Contractor of the obligation to perform work and furnish materials conforming to the Contract Documents. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01340-Submittals and shall include: 1. The name of the proposed testing laboratory along with documentation of qualifications,a list of tests that can be performed,and a list of recent projects for which testing has been performed with references from those projects. 2. Test reports per Paragraph 1.10,Test Reports of this specification. 1.5 STANDARDS A. Provide a testing laboratory that complies with the ACIL(American Council of Independent Laboratories)"Recommended Requirements for Independent Laboratory Qualifications." 10059730 City of Bozeman Small Works Project No. 1 - QUALITY CONTROL 01400-2 B. Perform testing per recognized test procedures as listed in the various sections of the specification,standards of the State Department of Highways and Public Transportation, American Society of Testing Materials(ASTM),or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.6 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the construction site in accordance with recognized test procedures. 1.7 VERIFICATION TESTING A. Provide verification testing when tests indicate that materials or the results of construction activities are not in conformance with Contract Documents. B. Verification testing is to be provided at the Contractor's expense to verify products or constructed works are in compliance after corrections have been made. C. Tests must comply with recognized methods or with methods recommended by the Engineer's testing laboratory and approved by the Engineer. 1.8 TEST REPORTS A. Test reports are to be prepared for all tests: 1. Tests performed by testing laboratories may be submitted on their standard test report forms. These reports must include the following: a. Name of the Owner,project title and number,equipment installer and general contractor. b. Name of the laboratory address,and telephone number. c. Name and signature of the laboratory personnel performing the test. d. Description of the product being sampled or tested. e. Date and time of sampling,inspection,and testing. £ Date the report was issued. g. Description of the test performed. h. Weather conditions and temperature at time of test or sampling. i. Location at the site or structure where the test was taken. j. Standard or test procedure used in making the test. k. A description of the results. 1. Statement of compliance or non-compliance with the Contract Documents. in. Interpretations of test results,if appropriate. 2. Submit reports on tests performed by Contractor or Contractor's suppliers or vendors on the forms provided in Section 00810-Supplementary General Conditions to the General Conditions. B. Distribute copies of the test reports to: 1. Owner:Two(2)copies. 2. Resident Project Representative: One(1)copy. 3. Engineer: One(1)copy. 4. Contractor: One(1)copy. 1.9 NON-CONFORMING WORK A. Immediately correct any work that is not in compliance with the Contract Documents or submit a corrective action plan explaining why the work is not to be corrected immediately and when the corrective work will be performed. B. Payment for non-conforming work shall be withheld until work is brought into compliance with the Contract Documents. 10059730 City of Bozeman Small Works Project No. 1- QUALITY CONTROL 01400-3 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing consultation on the test performed and in an advisory capacity. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents 2. Accept or reject any portion of the work. 3. Perform any of the duties of the Contractor. 4. Modify the Contract Documents. 5. Stop the work. PART 2 - MANUFACTURER'S FIELD SERVICES 2.1 GENERAL A. Contractor shall pay for the services of manufacturer's representatives to perform the specified services,or identified in the associated technical specifications. B. Contractor shall schedule manufacturer's field services to avoid conflicting with other field work. C. Related requirements specified elsewhere: 1. Inspections and testing required by laws,ordinances,rules,regulations,orders,or approvals of public authorities: Conditions of the Contract. 2.2 QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE A. Authorized representative of the manufacturer. B. Experienced in the application and installation of the subject equipment and capable of providing a quality training program to Owner staff. 2.3 SERVICES PROVIDED BY REPRESENTATIVE A. Manufacturer's representative to perform installation and pre-operation check: 1. Inspect,check,and adjust equipment as required and approve installation. 2. Be present when equipment is placed in operation. 3. Check for proper operation. 4. Check for motor overloads by measuring amperage and voltage on each phase. 5. Revisit the site as often as required to correct all problems and until equipment installation and operation are acceptable to Engineer. B. Instruct Owner's personnel in the operation and maintenance of the equipment. C. Furnish five(5)copies of completed Manufacturer's Field Service Report(enclosed at end of this Section)to Engineer,through Contractor,certifying that: 1. Equipment is properly installed and lubricated. 2. Equipment is in accurate alignment. 3. Equipment is free from any undue stress imposed by connecting piping and anchor bolts. 4. Equipment has operated satisfactorily under design conditions. D. Instructions of Owner's Personnel: 1. Prior to final inspection or acceptance,fully instruct Owner's designated operating and maintenance personnel in the operation,adjustment and maintenance of all products, equipment and systems. 2. Operation and maintenance information shall constitute the basis of instruction. Review contents of information with personnel in full detail to explain all aspects of operations and maintenance. 10059730 City of Bozeman Small Works Project No. 1- QUALITY CONTROL 01400-4 3. Training must be scheduled minimum thirty(30)days in advance with the Owner. Prior to scheduling training,an agenda that lists the topics to be covered and time that will be spent on each topic must be submitted and approved by Engineer. Trainer shall be available to Owner for a minimum period of eight(8)consecutive hours between 7:00 a.m. and 5:00 p.m. local time. PART 3 - FIELD TESTING 3.1 GENERAL A. Contractor shall schedule all field testing to avoid conflicting with other manufacturer's field services and other field testing. B. Related requirements specified elsewhere: 1. Inspection and testing required by laws,ordinances,rules,regulations,orders,or approvals of public authorities: Conditions of the Contract. 3.2 TESTING A. Provide all required materials, labor,equipment,water,and power required for testing: 1. Owner shall provide water required for testing water reservoir for water tightness and piping leakage testing. B. Perform all tests in presence of Engineer. C. Prepare and submit to Engineer five(5)copies of Manufacturer's Field Service Report detailing the results of the tests and identifying corrective action for materials and equipment that fail to pass field tests. D. Repair all materials and equipment that fail during testing with no additional compensation. PART 4 - SCHEDULES 4.1 MANUFACTURER'S FIELD SERVICES A. Manufacturer's field services shall be provided for the following Contractor supplied equipment: SECTION DESCRIPTION 11074 PUMPING EQUIPMENT: POSITIVE DISPLACEMENT(LOBE) 11336 SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES 13235 CLARIFIER LAUNDER COVER SYSTEM 16265 VARIABLE FREQUENCY DRIVES—LOW VOLTAGE PART 5 - PRODUCTS 5.1 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. 10059730 City of Bozeman Small Works Project No. 1 - QUALITY CONTROL 01400-5 PART 6 - EXECUTION 6.1 PROTECTIVE COATINGS A. Test protective coatings per Section 09905 -Painting and Protective Coatings. 6.2 PIPING SYSTEMS A. Test Requirements: 1. Perform test on piping systems including piping installed between or connected to existing pipe. 2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely backfilled. If field conditions permit and if approved by the Engineer,partially backfill the trench and leave the joints open for inspection and for conducting the initial service leak test. Do not conduct the acceptance test until backfilling is complete. 3. Pneumatically test the buried piping and expose joints of the buried piping for the acceptance test. 4. Conduct the test on exposed piping after the piping is completely installed,including supports,hangers,and anchors,but prior to insulation and coating application. 5. Do not perform testing on pipe with concrete thrust blocking until the concrete has cured at least five(5)days. 6. Determine and remedy the cause of the excessive leakage for any pipe failing to meet the specified requirements for water tightness. 7. Tests must be successfully completed and reports filled before piping is accepted. File test reports on forms provided by the Engineer. 8. Submit a comprehensive plan and schedule for testing to the Engineer for review at least 10 days prior to starting each type of testing. 9. Remove and dispose of temporary blocking material and equipment after completion and acceptance of the piping test. 10. Repair any damage to the pipe coating. 11. Clean pipelines so they are totally free flowing prior to final acceptance. 12. Test piping independently from tests on structures. 13. Test method and test pressure depend upon the application of the piping: a. Pressure pipe is defined as piping that is part of a pumped or pressurized system. Perform test for pressure pipe per the procedures indicated in Paragraph B of the section. b. Gravity pipe is defined as piping that depends upon the force of gravity for flow through the pipe,with the exception of process piping described in paragraph d. Perform test for gravity pipe per the procedures indicated in Paragraph C,D or E of this section. c. Chemical pipelines are to be tested as pressure pipe regardless of the operating conditions. The test pressure is to be 1.5 times the pressure rating of the pipe. d. Process piping between hydraulic structures is to be considered as pressure pipe. Perform the test for this pipe per Paragraph B of this section. The test pressure is to be the maximum hydrostatic head plus 10 FT. The maximum hydrostatic head is the difference in elevation of the pipe at its lowest point and the maximum top of the wall. B. Pressure and Leakage Tests of Pressure Piping: 1. Perform hydrostatic pressure and leakage tests using methods and per performance requirements of Section 4 of AWWA C-600(regardless of pipe material tested): a. The pressure required for hydrostatic pressure test shall be 50 percent above the normal working pressure. The working pressure for all pipes except the High Service Pump discharge shall be 75 psi. The working pressure of the High Service Pump Discharge shall be 150 psi. If the normal working pressure cannot be determined,use the pipe pressure rating as the normal working pressure. 10059730 City of Bozeman Small Works Project No. 1- QUALITY CONTROL 01400-6 b. Provide temporary plugs and blocking necessary to maintain the required test pressure. Where piping is cast in the walls for a structure,brace the walls prior to testing as required to prevent load of test pressure from being imposed upon the structure. c. Provide corporation cocks at least'/4 IN DIA,pipe riser, and angle globe valves at each pipe dead-end in order to bleed air from the line. d. Duration of pressure test shall be at least 24 hours. 2. Perform a separate leakage test after the pressure test: a. Perform test at maximum operating pressure as determined by the Engineer for a duration of not less than two(2)hours. b. Repair any visible leaks regardless of the total leakage shown by the test. c. Repair pipelines which fail to meet the test and retest as necessary until the results conform to the test requirements. d. Remove and replace defective materials,pipes,valves, and accessories. e. Test the pipelines in sections by shutting valves or installing temporary plugs as necessary. f. Fill the pipeline with water and remove the air. g. Maintain the test pressure in the pipe for the entire test period by means of a force PUMP. h. Accurately measure the water required to maintain the pressure.The amount of water required is a measure of the leakage. 3. The maximum allowable leakage is determined by the following formula: L=SDP 133,200 L is the allowable leakage in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches;and P is the test pressure in pounds per square inch gauge. Leakage is defined as the volume of water provided to maintain the test pressure after the pipe has been filled with water,the air expelled and the pipe brought to test pressure. 4. Pipe with visible leaks or leakage exceeding the maximum allowable leakage is considered defective and must be corrected. C. Hydrostatic Leak Test: 1. Perform hydrostatic leak tests after backfilling. 2. The length of the pipe to be tested shall be such that the head over the crown of the upstream end is not less than 2 FT or 2 FT above the ground water level,whichever is higher,and the head over the downstream crown is not more than 6 FT. 3. Plug the pipe by pneumatic bags or mechanical plugs so the air can be released from the pipe while it is being filled with water. 4. Continue the test for one(1)hour and make provisions for measuring the amount of water required to maintain the water at a constant level during this period. 5. Remove the jointing material,and remake the joint if any joint shows any visible leakage or infiltration. 6. Remove and replace any defective or broken pipes. 7. Determine the maximum allowable leakage or infiltration by the following formula: L=C DS 126,720 L is the allowable leakage in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches;C is infiltration/exfiltration rate. Use 50 for C outside of 25 year floodplain, and 10 for C within 25 year floodplain. 8. Determine the rates of infiltration by means of V-Notch weirs,pipe spigot,or plugs in the end of the pipe.Methods,times,and locations are subject to the Engineer's approval. 9. Pipe with visible leaks or infiltration or exceeds the maximum allowable leakage or infiltration is considered defective and must be corrected. D. Low Pressure Air Test: 1. Use air test in lieu of the hydrostatic test if desired,or if pipeline grades do not allow filling the entire pipeline segment or manhole to the indicated depth. 10059730 City of Bozeman Small Works Project No. 1 - QUALITY CONTROL 01400-7 2. Perform low-pressure air tests,using equipment specifically designed and manufactured for the purpose of testing sewer pipelines using low pressure air. Test is to conform to procedure described in ASTM F-1417 except for testing times. The following test times are required: Pipe Minimum Time Length for Minimum Time for Long Length Diameter (SEC) Time (SEC) (IN) (FT) 6 340 398 0.855(L) 8 454 298 1.520(L) 10 567 239 2.374(L) 12 680 199 3.419(L) 15 850 159 5.342(L) 18 1020 133 7.693(L) 21 1190 114 10.471 (L) 24 1360 100 13.676(L) 27 1530 88 17.309(L) 30 1700 80 21.369(L) 33 1870 72 25.856(L) a. Provide the equipment with an air regulator valve or air safety valve set to an internal air pressure in the pipeline that cannot exceed 6 psig. b. Pass air through a single control panel. c. Provide pneumatic plugs that have a sealing length equal to or greater than the circumference of the pipe to be tested. d. Provide pneumatic plugs that resist internal test pressures without requiring external bracing or blocking. e. Provide an air compressor of adequate capacity for charging the system. 3. Perform air test only on lines less than 36 IN DIA. Air tests for pipes larger than 36 IN may be air tested at each joint. 4. Check connections for leakage with a soap solution. If leaks are found,release the air pressure,repair the leak,and retest with soap solution until results are satisfactory,before resuming air test. 5. Determine the shortest allowable time for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch. T=0.0850 DK/Q T is the time for the pressure to drop 1.0 pound per square inch gauge in seconds;K is 0.000419DL,but not less than 1.0;D is the average inside diameter in inches;L is the length of line of the same pipe size in feet;Q rate of loss,shall be 0.0015 cubic feet per minute per square foot of internal surface. E. Air Test for Individual Joints: 1. Lines 36 IN and larger maybe tested at individual joints. 2. The shortest allowable time for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge is 10 seconds for all pipe sizes. F. Deflection Testing for Pipe: 1. Perform deflection tests on flexible and semi-rigid pipe in accordance with ASTM 3034: a. The maximum allowable deflection of pipe measured as the reduction in vertical inside diameter is 5.0 percent unless specified otherwise. b. Conduct test after the final backfill has been in place a minimum of 30 days. c. Thoroughly clear the lines before testing. 2. Perform test by pulling a properly sized mandrel through the line. 3. Excavate and repair pipe with deflections in excess of the maximum allowable deflection. G. Tests for Plumbing Drainage and Vent Systems: 1. Plug openings as necessary. 10059730 City of Bozeman Small Works Project No. l- QUALITY CONTROL 01400-8 2. Test drainage and venting systems by filling piping with water to the level of the highest vent stack for 30 minutes. 3. Make the examination for leakage at joints and connections. 4. There shall be no drop in water level. 6.3 ELECTRICAL TESTING A. Qualifications: 1. Unless otherwise specified,testing shall be performed by qualified personnel with a minimum of five(5)years experience installing and testing electrical equipment and machinery. 2. Except as permitted by the Engineer,the firm and individuals performing the tests shall be "third party,"not providing other services or materials,or otherwise related or affiliated with other contractors or suppliers for this project. B. Report Forms: 1. Complete appropriate test report neatly and in ink for the items being tested. Listed data that is not applicable or cannot be obtained shall be noted"N/A"or documented with an explanation for the omission. Incomplete test forms will not be witnessed by the Engineer or his representative and the test shall be required to be repeated before acceptance is granted. Substitute forms,when provided by the Engineer,shall require recording similar data and test equipment as that specified. C. Test Equipment: 1. The testing firm or individuals shall provide and test equipment and materials necessary to perform the requested tests. 2. Test equipment and apparatus shall be appropriate for the full range and duration of the test to be performed. 3. The test operator shall demonstrate to the Engineer or the Engineer's representative that the test equipment is functioning properly,prior to the commencement of the test. If a failure of the test equipment should occur during any portion of a test,the test shall be suspended and the equipment repaired or replaced. The test shall then be repeated in its entirety or as otherwise required by the Engineer or his representative. 4. A copy of the test equipment calibration certificate shall be provided to the Engineer prior to the commencement of the test. Most recent test equipment calibration dates shall not exceed six(6)months prior to the date of the test,and accuracy shall be traceable to the National Institute of Standards and Technology. D. Execution: 1. If the circuit,equipment or machinery being tested does not pass,appropriate repairs or replacements shall be made and the test shall be repeated as directed by the Engineer or his representative. 2. The general provisions of Section 01400.1.0 and other applicable sections of these specifications and plans regarding testing, shall apply to all tests. If test procedures or equipment conflicts occur between the various sections and/or Manufacturer's recommendations,the more rigid requirement shall prevail. E. Electrical Cable: 1. Communication Cable and Conductors: a. Test forms shall be provided by the Contractor and shall be submitted for the Engineer's approval prior to performing the following tests: 1) Shielded pair,telephone,paging,signaling and computer cables shall be tested for continuity,short circuits and grounds with a low voltage source,not to exceed the insulation rating of the conductors or jacket. 2) Fiber-optic cable shall be tested,per the Manufacturer's recommendation,between terminating ends for each circuit. Cables, splices(where permitted),and connectors shall be tested for continuity,band width(maximum),and attenuation losses. b. 600 Volt Cable and Conductors: 10059730 City of Bozeman Small Works Project No. 1 - QUALITY CONTROL 01400-9 1) Power and control conductors rated at 600 bolts shall be tested with an insulation resistance tester at 1,000 volts,with respect to ground,and at 1.000 volts with respect to all other conductors in each circuit. Suitable ground connections shall be verified and maintained throughout the test. The test shall be performed and recorded as required by the"600 Volt Cable Test Report"or form provided by the Engineer. Each circuit shall be tested and recorded for continuity between terminating ends,with a low voltage source. F. Switchgear: 1. Electrical switchgear and electrical devices and controls mounted on or in the switchgear shall be tested in accordance with the"Switchgear Test Report"or form provided by the Engineer. 2. Record the following information and attach to the test report: a. Resistance reading across joints of each horizontal and vertical bus. b. Verify proper operation of electrical,mechanical and keyed interlocking systems. c. Operate devices to both their open and close states. Operate stored energy devices mechanically and electrically as applicable. Operate remotely controlled devices from their remote location. d. Verify proper operation of draw-out circuit breakers and switches. Remove and re- install each unit. Verify proper operation of shutters and barriers. e. Disconnect electrical and electronic sensing and protective devices not rated to withstand insulation resistance test potentials. Reconnect the devices before energizing the switchgear. f. Perform insulation resistance tests at the test voltages shown below for the following equipment. In no case shall the Manufacturer's recommended maximum test values or procedures be exceeded. EQUIPMENT RATING TEST VOLTAGE 0-250 BOLTS 500 VOLTS 251-600 VOLTS 1,000 VOLTS 601-5,000 VOLTS 2,500 VOLTS 5,001-15,000 VOLTS 2,500 VOLTS 15,001-39,000 VOLTS 5,000 VOLTS g. Provide additional tests and checks as recommended by the Manufacturer before energizing. h. Energize Switchgear. Measure and record instrument indications for no load and connected load conditions. G. Motors: 1. Electric motors shall be tested in accordance with the"Motor Start-up Report"or form provided by the Engineer. 2. With a low voltage source,check and record motor winding continuity phase to phase. 3. Check and record motor winding insulation resistance,each phase with respect to ground,at the test values shown below for A.C. induction motors per REF.IEEE Standard 43. 4. In no case shall the Manufacturer's recommended maximum test values or procedures be exceeded. MOTOR VOLTAGE TEST VOLTAGE RATING(volts) 250 V and below 500 Above 250 V 1,000 2,360 Volt—3 Phase Per Manufacturer's start-up instructions or as otherwise directed by the Engineer. 4,160 Volt—3 Phase Per Manufacturer's start-up instructions or as otherwise 10059730 City of Bozeman Small Works Project No. 1 - QUALITY CONTROL 01400-10 directed by the Engineer. 5. Check and record motor circuit voltage before starting motor. 6. Verify operation of motor space heater if applicable. 7. Provide additional tests and checks as recommended by the Manufacturer before energizing. 8. Start motor and verify immediately correct shaft rotation. 9. Check and record motor running volts and amps. 10. Verify correct operation of all interlocking and protective devices. 10059730 City of Bozeman Small Works Project No. I - QUALITY CONTROL 01400-11 MANUFACTURER FIELD SERVICE REPORT CONTRACT: Bozeman WRF Small Works Project No. 1 I. Description A. Specification Section Number: B. Manufacturer: C. Representative: D. Type of Service: Initial_ Interim Final II. General Review A. The above referenced equipment/material/supplies have been inspected,checked,and adjusted. Yes No (please explain) B. The above referenced equipment/material/supplies were placed upon properly prepared or suitable substrate. DNA Yes No (please explain) C. The above referenced equipment/material/supplies are free from any undue stress imposed by any connected piping,anchor bolts or any other load. DNA_ Yes_ No_ (please explain) D. The above referenced equipment/material/supplies have operated under design conditions. DNA Yes No (please explain) E. The above referenced equipment/material/supplies have been installed per the manufacturer's recommendations and the Procurement Documents,are approved,and require no corrective work. YesNo (please explain) 10059730 City of Bozeman Small Works Project No. 1 - QUALITY CONTROL 01400-12 F. The above referenced equipment/material/supplies are acceptable to the manufacturer as installed providing the following corrective action is performed(please list): 1. 2. 3. 4. 5. III. Inspection Checklist Item OK Readings or Comments A. Bearings B. Belts C. Lubrication Levels D. Vibration(Report attached) E. AMPS F. Volts G. Rotation H. Alignment I. Anchor Bolts J. Grout K. Substrate Approval L. Other 1. Motor Megger Test See attached Motor Insulation Resistance Test 2. 3. IV. O&M Manuals The O&M manual as presented contains all information required for proper operation, maintenance, and instruction of this system. DNA Yes_ No_ (please explain) V. Preventive Maintenance The preventive maintenance summary outlined in the O&M manual is acceptable for operation of the system throughout the warranty period. DNA Yes_ No 10059730 City of Bozeman Small Works Project No. 1- QUALITY CONTROL 01400- 13 (please explain) VI. Spare Parts All spare parts specified with the system are in new condition and are available on-site for transfer to the Owner. DNA Yes No (please explain) VII. Operator Training/Classroom Instruction Operator training and classroom instruction has been performed per the requirements of the Procurement Documents. DNA Yes No (please explain) VIII. Remarks: 10059730 City of Bozeman Small Works Project No. 1- QUALITY CONTROL 01400-14 IX. Certification I hereby certify,that I, am a duly authorized representative of the manufacturer,that I am empowered by the manufacturer to inspect,approve,and operate his equipment. That I am authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational,except as modified herein. I also certify that all information contained herein is true and accurate. By: Authorized Representative For: Date: X. Acknowledgements By: For: (Contractor) Date: By: For: HDR Engineering,Inc./Morrison Maierle,Inc. (Engineer) Date: END OF SECTION 10059730 City of Bozeman Small Works Project No. I - QUALITY CONTROL 01400- 15 SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Addresses: 1. Minimizing the pollution of air,water,or land;control of noise,the disposal of solid waste materials, and protection of deposits of historical or archaeological interest. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Prior to the start of any construction activities submit: a. A detailed proposal of all methods of control and preventive measures to be utilized for environmental protection. b. A drawing of the work area,haul routes, storage areas,access routes and current land conditions including trees and vegetation. c. A copy of the NPDES Construction General Permit(CGP)for storm water discharges from construction activities. d. A copy of the approved pollution prevention plan. See USEPA Region 8 guidelines. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.1 INSTALLATION A. Employ and utilize environmental protection methods,obtain all necessary permits,and fully observe all local,state,and federal regulations. B. Land Protection: 1. Except for any work or storage area and access routes specifically assigned for the use of the Contractor,the land areas outside the limits of construction shall be preserved in their present condition. Contractor shall confine his construction activities to areas defined for work within the Contract Documents. 2. Manage and control all borrow areas,work or storage areas,access routes and embankments to prevent sediment from entering nearby water or land adjacent to the work site. 3. Restore all disturbed areas including borrow and haul areas and establish permanent type of locally adaptable vegetative cover. 4. Except for areas designated by the Contract Documents to be cleared and grubbed,the Contractor shall not deface,injure or destroy trees and vegetation,nor remove,cut,or disturb them without approval of the Engineer.Any damage caused by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition at the Contractor's expense. C. Surface Water Protection: 10059730 City of Bozeman Small Works Project No. 1 - ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01560- 1 I. Discharges from the construction site shall not contain pollutants at concentrations that produce objectionable films,colors,turbidity,deposits or noxious odors in the receiving stream or waterway. The Contractor shall formally request to the City of Bozeman for dewatering wastewater disposal to the City Water Reclamation Facility. All reasonable requests will be considered. Plant site groundwater has in the past tested positive for coliform,especially in the area of the primary effluent pipelines. The Contractor is advised that the NPW and groundwater discharges may have wastewater bacterial contamination and will require disinfection prior to discharge to state waters. D. Solid Waste Disposal: 1. Collect solid waste on a daily basis. 2. Provide disposal of degradable solid waste to an approved solid waste disposal site. 3. Provide disposal of nondegradable solid waste to an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. 4. No building materials wastes or unused building materials shall be buried,dumped,or disposed of on the site. E. Fuel and Chemical Handling: 1. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 2. Take special measures to prevent chemicals,fuels,oils,greases,herbicides,and insecticides from entering drainage ways. 3. Do not allow water used in onsite material processing,concrete curing,cleanup,and other waste waters to enter a drainage way(s)or stream. 4. The Contractor shall provide containment around fueling and chemical storage areas to ensure that spills in these areas do not reach waters of the state. F. Control of Dust: 1. The control of dust shall mean that no construction activity shall take place without applying all such reasonable measures as may be required to prevent particulate matter from becoming airborne so that it remains visible beyond the limits of construction.Reasonable measures may include paving,frequent road cleaning,planting vegetative groundcover, application of water or application of chemical dust suppressants.The use of chemical agents such as calcium chloride must be approved by the State of Montana DOT. 2. Utilize methods and practices of construction to eliminate dust in full observance of agency regulations. 3. The Engineer will determine the effectiveness of the dust control program and may request the Contractor to provide additional measures,at no additional cost to Owner. G. Burning: 1. Do not burn material on the site. If the Contractor elects to dispose of waste materials by burning,make arrangements for an off-site burning area and conform to all agency regulations. H. Control of Noise: 1. Control noise by fitting equipment with appropriate mufflers. 1. Completion of Work: 1. Upon completion of work,leave area in a clean,natural looking condition. 2. Ensure all signs of temporary construction and activities incidental to construction of required permanent work are removed. J. Historical Protection: 1. If during the course of construction,evidence of deposits of historical or archaeological interests is found,cease work affecting find and notify Engineer. Do not disturb deposits until written notice from Engineer is given to proceed. 2. The Contractor will be compensated for lost time or changes in construction to avoid the find based upon normal change order procedures. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01560-2 SECTION 01600 PRODUCT DELIVERY, STORAGE AND HANDLING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery. 2. Packaging of products for delivery. 3. Protection of products against damage from: a. Handling. b. Exposure to elements or harsh environments. 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. C. Payment: 1. No payment will be made to Contractor for equipment or materials not properly stored and insured or without approved shop drawings: a. Previous payments for items will be deducted from subsequent progress estimate(s)if proper storage procedures are not observed. 1.2 DELIVERY A. Scheduling: 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. B. Packaging: 1. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. C. Identification: 1. Clearly and fully mark and identify as to manufacturer,item, and installation location. D. Protection and Handling: 1. Provide manufacturer's instructions for storage and handling. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.1 PROTECTION,STORAGE AND HANDLING A. Manufacturer's Instruction: 1. Protect all products or equipment in accordance with manufacturer's written directions: a. Store products or equipment in location to avoid physical damage to items while in storage. b. Handle products or equipment in accordance with manufacturer's recommendations and instructions. 2. Protect equipment from exposure to elements and keep thoroughly dry. 10059730 City of Bozeman Small Works Project No. 1- PRODUCT DELIVERY,STORAGE AND HANDLING 01600- 1 3. When space heaters are provided in equipment,connect and operate heaters during storage until equipment is placed in service. 3.2 FIELD QUALITY CONTROL A. Inspect Deliveries: 1. Inspect all products or equipment delivered to the site prior to unloading.Reject all products or equipment that are damaged,used,or in any other way unsatisfactory for use on Project. B. Monitor Storage Area: 1. Monitor storage area to ensure suitable temperature and moisture conditions are maintained. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- PRODUCT DELIVERY,STORAGE AND HANDLING 01600-2 SECTION 01640 PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting substitution approval for a product which is specified by descriptive or performance criteria or defined by reference to one or more of the following: a. Name of manufacturer. b. Name of vendor. c. Trade name. d. Catalog number. 2. This Section also addresses substitutions for major equipment. See Specification Section 00100,Article11. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. C. Requests for Substitution-General: 1. Base all bids on materials,equipment,and procedures specified. 2. Certain types of equipment and kinds of material are described in specifications by means of references to names of manufacturers and vendors,trade names,or catalog numbers. When this method of specifying is used,it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names,trade names,or catalog numbers, provided said products are capable of accomplishing the same tasks as the products specifically indicated. 3. Other types of equipment and kinds of material may be acceptable. 1.2 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,Contractor represents: 1. He has investigated proposed product,and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended. 2. He will provide same guarantee for substitute item as for product specified. 3. He will coordinate installation of accepted substitution into work,to include building modifications if necessary,making such changes as may be required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution which subsequently arise. 1.3 DEFINITIONS A. Product: Manufactured material or equipment. 1.4 PROCEDURE FOR REQUESTING SUBSTITUTION A. Considered after award of Contract: 1. Considered only if: a. Or-equals are unavailable due to strike,discontinued production of products meeting specified requirements, or other factors beyond control of Contractor;or, b. Contractor proposes a cost reduction incentive to the Owner. B. Written requests through Contractor only. C. Transmittal Mechanics: 10059730 City of Bozeman Small Works Project No. 1 - PRODUCT SUBSTITUTIONS 01640-1 1. Follow the transmittal mechanics prescribed for Shop Drawings in Section 01340. Product substitution will be treated in a manner similar to"deviations," as described in Paragraph 1.4A.9.f. of Section 01340.List the letter describing the deviation and justifications on the transmittal form in the space provided under the column with the heading "DESCRIPTION." Include in the transmittal letter,either directly or as a clearly marked attachment,the items listed in Paragraph D below. D. Transmittal Contents: 1. Product identification: a. Manufacturer's name. b. Telephone number and representative contact name. c. Specification section or drawing reference of originally specified product,including discrete name or tag number assigned to original product in the Contract Documents. 2. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents. 3. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to: a. Size. b. Composition or materials of construction. c. Weight. d. Electrical or mechanical requirements. 4. Product experience: a. Location of past projects utilizing product. b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c. Available field data and reports associated with proposed product. 5. Data relating to changes in construction schedule. 6. Data relating to changes in cost. 7. Samples: a. At request of Engineer. b. Full size if requested by Engineer. c. Held until substantial completion. d. Engineer not responsible for loss or damage to samples. 1.5 APPROVAL OR REJECTION A. Written approval or rejection of substitution given by the Engineer. B. Engineer reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. C. In event substitution results in a change of Contract price or time,provisions in General Conditions will be applied for adjustment. D. Substitutions will be rejected if: 1. Submittal is not through the Contractor with his stamp of approval. 2. Requests are not made in accordance with this Section. 3. In the Engineer's opinion,acceptance will require substantial revision of the original design. 4. In the Engineer's opinion, substitution will not perform adequately the function consistent with the design intent. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION - (NOT APPLICABLE TO THIS SECTION) END OF SECTION 10059730 City of Bozeman Small Works Project No. I - PRODUCT SUBSTITUTIONS 01640-2 SECTION 01650 FACILITY START-UP PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: l. Procedures and actions,required of the Contractor,which are necessary to achieve and demonstrate Substantial Completion. 2. Requirements for Substantial Completion Submittals. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 11005 -Equipment: Basic Requirements. 4. Section 13440-Instrumentation for Process Control: Basic Requirements. 1.2 DEFINITIONS A. Project Classified System(PCS): A defined part of the Project,consisting of an arrangement of items,such as equipment, structures,components,piping,wiring,materials,or incidentals, so related or connected to form an identifiable,unified,functional,operational,safe,and independent system. B. Pre-Demonstration Period: The period of time, of unspecified duration after initial construction and installation activities during which Contractor,with assistance from manufacturer's representatives,performs in the following sequence: 1. Finishing type construction work to ensure the Project each PCS has reached a state of Substantial Completion. 2. Equipment start-up. 3. Personnel training. C. Demonstration Period: A period of time,of specified duration,following the Pre-Demonstration Period,during which the Contractor initiates process flow through the Project Classified System and starts up and operates the Project Classified System,without exceeding specified downtime limitations,to prove the functional integrity of the mechanical and electrical equipment and components and the control interfaces of the respective equipment and components comprising the Project Classified System as evidence of Substantial Completion. D. Substantial Completion: See Division 0,General Conditions. 1.3 SUBMITTALS A. See Section 01340 for requirements for the mechanics and administration of the submittal process. B. Submit in the chronological order listed below prior to the completion of the Pre-Demonstration Period. 1. Master operation and maintenance training schedule: a. Submit 14 days(minimum)prior to first training session for Owner's personnel. b. Schedule to include: 1) Target date and time for Owner witnessing of each system initial start-up. 2) Target date and time for Operation and Maintenance training for each system,both field and classroom. 3) Target date for initiation of Demonstration Period. c. Submit for review and approval by Owner. d. Include holidays observed by Owner. 10059730 City of Bozeman Small Works Project No. 1 - FACILITY START-UP 01650-1 e. Owner reserves the right to insist on a minimum 7 calendar days'notice of rescheduled training session not conducted on master schedule target date for any reason. 2. Substantial Completion Submittal: a. File Contractor's Notice of Substantial Completion and Request for Inspection. b. Approved Operation and Maintenance manuals received by Engineer minimum 1 week prior to scheduled training. c. Written request for Owner to witness each system pre-demonstration start-up.Request to be received by Owner minimum 1 week before scheduled training of Owner's personnel on that system. d. Equipment installation and pre-demonstration start-up certifications. 1.4 SEQUENCING AND SCHEDULING A. Project Classified Systems(PCS's)shall be considered as completion of the following items of Work. Items shown are not necessarily all inclusive but are intended to represent a complete and operational system. 1. PCS#1:Digester Mixers and Roofing Rehabilitation. 2. PCS#2: Secondary Clarifier Launder Covers,Weirs and Baffles. 3. PCS#3:Digester Piping. 4. PCS#4:Hot Water Supply and Return Piping. B. Phased Construction: See Section 01010. C. Schedule of Events: See Section 01010. 1.5 COST OF START-UP A. Contractor to pay all costs associated with Facility start-up. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) PART 3 - EXECUTION 3.1 GENERAL A. Facility Start-up Divided into Two Periods: 1. Pre-Demonstration Period including: a. Completion of construction work to bring Project to a state of Substantial Completion. b. Start-up of Equipment. c. Training of Personnel. d. Completion of the filing of all required submittals. e. Filing of Contractor's Notice of Substantial Completion and Request for Inspection. 2. Demonstration Period including: a. Demonstration of functional integrity of facility or PCS. 3.2 PRE-DEMONSTRATION PERIOD A. Completion of Construction Work: 1. Complete the work to bring the Project to a state of substantial completion. B. Equipment Start-up: 1. Requirements for individual items of equipment are included in Divisions 2 through 16 of these Specifications. 2. Prepare the equipment so it will operate properly and safely and be ready to demonstrate functional integrity during the Demonstration Period. 3. Perform Equipment Start-up,to extent possible,without introducing product flow. 4. Procedures include but are not necessarily limited to the following: a. Test or check and correct deficiencies of: 10059730 City of Bozeman Small Works Project No. 1- FACILITY START-UP 01650-2 1) Power,control,and monitoring circuits for continuity prior to connection to power source. 2) Voltage of all circuits. 3) Phase sequence. 4) Cleanliness of connecting piping systems. 5) Alignment of connected machinery. 6) Vacuum and pressure of all closed systems. 7) Lubrication. 8) Valve orientation and position status for manual operating mode. 9) Tankage for integrity using clean water. 10) Pumping equipment using clean water from City NPW system. 11) Instrumentation and control signal generation,transmission,reception, and response. See Section 13440. 12) Tagging and identification systems. 13) All equipment: Proper connections,alignment, calibration and adjustment. b. Calibrate all safety equipment. c. Manually rotate or move moving parts to assure freedom of movement. d. "Bump" start electric motors to verify proper rotation. e. Perform other tests,checks,and activities required to make the equipment ready for Demonstration Period. f. Documentation: 1) Prepare a log showing each equipment item subject to this paragraph and listing what is to be accomplished during Equipment Start-up. Provide a place for the Contractor to record date and person accomplishing required work. Submit completed document before requesting inspection for Substantial Completion certification. 5. Obtain certifications,without restrictions or qualifications,and deliver to Engineer: a. Manufacturer's equipment installation check letters. b. Instrumentation Supplier's Instrumentation Installation Certificate. C. Personnel Training: 1. See individual equipment specification sections. 2. Conduct all personnel training after completion of Equipment Start-up for the equipment for which training is being conducted. a. Personnel training on individual equipment or systems will not be considered completed unless: 1) All pretraining deliverables are received and approved before commencement of training on the individual equipment or system. 2) No system malfunctions occur during training. 3) All provisions of field and classroom training specifications are met. b. Training not in compliance with the above will be performed again in its entirety by the manufacturer at no additional cost to Owner. 3. Field and classroom training requirements: a. Hold classroom training on-site. b. Training instructor: Factory trained and familiar with giving both classroom and "hands-on" instructions. c. In the on-site training sessions,cover the information required in the Operation and Maintenance manuals submitted according to Section 01340 and the following areas as applicable to PCS's. 1) Operation of equipment. 2) Lubrication of equipment. 3) Maintenance and repair of equipment. 4) Troubleshooting of equipment. 5) Preventive maintenance procedures. 6) Adjustments to equipment. 7) Inventory of spare parts. 8) Optimizing equipment performance. 10059730 City of Bozeman Small Works Project No. I- FACILITY START-UP 01650-3 9) Capabilities. 10) Operational safety. 11) Emergency situation response. 12) Takedown procedures(disassembly and assembly). . d. Address above Paragraphs 1),2),8),9), 10),and 11)in the operation sessions. Address above Paragraphs 3),4),5),6), 7),and 12)in the maintenance sessions. e. Maintain a log of classroom training provided including: Instructors,topics, dates, time,and attendance. D. Complete the filing of all required submittals: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. Training material. E. Filing of Contractor's Notice of Substantial Completion and Request for Inspection of Project or PCs: 1. File the notice when the following have been completed: a. Construction work(brought to state of Substantial Completion). b. Equipment Start-up. c. Personnel Training. d. Submittal of required documents. 2. Engineer will review required submittals for completeness within 5 calendar days of Contractor's notice. If complete,Engineer will complete inspection of the Work,within 10 calendar days of Contractor's notice. 3. Engineer will inform Contractor in writing of the status of the Work reviewed,within 14 calendar days of Contractor's notice. a. Work determined not meeting state of Substantial Completion: 1) Contractor: Correct deficiencies noted or submit plan of action for correction within 10 calendar days of Engineer's determination. 2) Engineer: Reinspect work within 10 calendar days of Contractor's notice of correction of deficiencies. 3) Reinspection costs incurred by Engineer will be billed to Owner who will deduct them from final payment due Contractor. b. Work determined to be in state of tentative Substantial Completion: Engineer to prepare tentative"Engineer's Certificate of Substantial Completion." c. Engineer's Certificate of Substantial Completion: 1) Certificate tentatively issued subject to successful Demonstration of functional integrity. 2) Issued for Project as a whole or for one or more PCs. 3) Issued subject to completion or correction of items cited in the certificate(punch list). 4) Issued with responsibilities of Owner and Contractor cited. 5) Executed by Engineer. 6) Accepted by Owner. 7) Accepted by Contractor. d. Upon successful completion of Demonstration Period,Engineer will endorse certificate attesting to the successful demonstration,and citing the hour and date of ending the successful Demonstration Period of functional integrity as the effective date of Substantial Completion. 3.3 COMMISSIONING A. After completion of the Operational Test Phase and certification by the Project Representative that System and Operational tests meet performance requirements,the City will begin operating the Facility during the Commissioning period. B. Prior to start of Commissioning,remove temporary piping that may have been in use during the operational tests. 10059730 City of Bozeman Small Works Project No. I- FACILITY START-UP 01650-4 C. Provide required labor to support City in order that the Facility attains its fully operational mode. D. The City's operations and maintenance personnel will be responsible for operation of the Facility or portion therof. The Facility shall be fully operational, capable of accepting design flows,and performing functions as designed. E. The City is responsible for normal operational and routine maintenance cost including,but not limited to,electricity, lubricants and screenings disposal fees. F. Be responsible for all costs for necessary repairs or replacements required to keep the Facility operational. G. Be available to provide immediate assistance 24 hours per day, seven days per week, in case of failure of a portion of the System being operated. H. The Commissioning period is 30 continuous days for all Systems for the Facility. 3.4 DEMONSTRATION PERIOD A. General: I. Demonstrate the functional integrity of the mechanical,electrical,and control interfaces of the respective equipment and components comprising the PCS as evidence of Substantial Completion. 2. Duration of Demonstration Period: 120 consecutive hours. 3. If,during the Demonstration Period,the aggregate amount of time used for repair, alteration,or unscheduled adjustments to any equipment or systems that renders the affected equipment or system inoperative exceed 10 percent of the Demonstration Period,the demonstration of functional integrity will be deemed to have failed. In the event of failure, a new Demonstration Period will recommence after correction of the cause of failure.The new Demonstration Period shall have the same requirements and duration as the Demonstration Period previously conducted. 4. Conduct the demonstration of functional integrity under full operational conditions. 5. Owner will provide operational personnel to provide process decisions affecting plant performance. Owner's assistance will be available only for process decisions. Contractor will perform all other functions including but not limited to equipment operation and maintenance until successful completion of the Demonstration Period. 6. Owner reserves the right to simulate operational variables,equipment failures,routine maintenance scenarios,etc.,to verify the functional integrity of automatic and manual backup systems and alternate operating modes. 7. Time of beginning and ending any Demonstration Period shall be agreed upon by Contractor,Owner,and Engineer in advance of initiating Demonstration Period. 8. Provide all labor,supervision,utilities,chemicals,maintenance,equipment,vehicles or any other item necessary to operate and demonstrate all systems being demonstrated. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - FACILITY START-UP 01650-5 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Description of procedures to be followed and related work required to accomplish an orderly transfer of Project deliverables from the Contractor to the City. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 DEFINITIONS A. Punch List: The stated qualification accompanying the Owner's Certificate of Substantial Completion or any list of construction items found to be deficient or incomplete through review of the Work by Owner and communicated in writing to Contractor at any time during the Contract Period. 1.3 SUBMITTALS A. Final Completion: 1. After compliance with Substantial Completion and Punchlist,Contractor to notify Owner that the Contractor considers the entire Work to have progressed to Final Completion and provide the following: a. Lien waivers; b. Evidence of payments,if required by City; c. Warranties. PART 2 - PRODUCTS 2.1 CONSTRUCTION PRODUCTS A. All construction products not used must be removed from the site in their entirety or, arrangements shall be made with City for final disposition on site. PART 3 - EXECUTION 3.1 INSPECTION FOR FINAL ACCEPTANCE AND PAYMENT A. When the items of Work on the Punch List(s)have been completed,and Owner considers the Work of the entire Project is complete, Contractor shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected by Owner for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Work has received Final Cleaning: Section 01710. 5. Work is completed and ready for final inspection. B. Owner will make an inspection with the Contractor to verify the status of completion within 10 working days after receipt of such certification. C. Should Owner consider that the Work is incomplete or defective: 10059730 City of Bozeman Small Works Project No. I - CONTRACT CLOSEOUT 01700-1 1. Owner: Notify the Contractor in writing within 5 working days,listing the incomplete or defective work. 2. Contractor: Remedy the stated deficiencies within 10 working days,and send a second written certification to Owner that the Work is complete. 3. Owner will reinspect the Work after he has been notified by Contractor. D. When Owner finds the Work acceptable in accordance with the Contract Documents: Owner requests Contractor to make closeout submittals. E. Reinspection costs incurred by the Owner related to reinspection or rework will be billed and deducted by the Owner from the final payment to the Contractor not limited to Owner, architects,attorney and other professional costs. 3.2 FINAL APPLICATION FOR PAYMENT A. Complete demobilization prior to submitting final application for payment. B. Submit final application for payment in accordance with procedures and requirements stated in the Conditions of the Contract. C. Prior to the acceptance of the Work and final payment,the City will require from the Contractor a certificate in form substantially as follows: "I(We)hereby certify that all Work has been performed and materials supplied in accordance with the Contract Documents for the above Work,and that: 1. There have been no unauthorized substitutions of subcontractors;nor have any subcontracts been entered into without the names of the subcontractors having been submitted to the City prior to the start of such subcontracted Work; 2. No subcontract was assigned or transferred or performed by any subcontractor other than the original subcontractor,without prior notice having been submitted to the City together with the names of all subcontractors; 3. All claims for material and labor and other services performed in connection with these specifications have been paid." D. See Section 00500 for additional requirements. Submit lien releases from all subcontractors and suppliers. Submit consent of surety for final payment. E. Owner will review application and recommend final payment within 10 working days of receipt of application. END OF SECTION 10059730 City of Bozeman Small Works Project No. I - CONTRACT CLOSEOUT 01700-2 SECTION 01710 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning of Work not including special cleaning of closed systems specified elsewhere. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 STORAGE AND HANDLING A. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.3 SCHEDULING A. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: 1. Compatible with surface being cleaned. 2. New and uncontaminated. 3. For Manufactured Surfaces: Material recommended by manufacturer. PART 3 - EXECUTION 3.1 CLEANING-GENERAL A. Prevent accumulation of wastes that create hazardous conditions. B. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. C. Do not dispose of volatile wastes such as mineral spirits,oil,or paint thinner in storm or sanitary drains or sewers. D. Dispose of degradable debris at an approved solid waste disposal site. E. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. F. Handle materials in a controlled manner with as few handlings as possible. G. Do not drop or throw materials from heights greater than 4 FT or less than 4 FT if conditions warrant greater care. H. On completion of work,leave area in a clean,natural looking condition. 10059730 City of Bozeman Small Works Project No. 1- CLEANING 01710-1 1. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. I. Do not burn on-site. 3.2 INTERIOR CLEANING A. Cleaning During Construction: 1. Keep work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals,dispose of waste materials,debris,and rubbish. 3. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until substantial completion. B. Final Cleaning: 1. Complete immediately prior to Demonstration Period. 2. Remove grease,mastic,adhesives,dust,dirt,stains,fingerprints,labels,and other foreign materials from sight-exposed surfaces. 3. Wipe all lighting fixture reflectors,lenses,lamps and trims clean. 4. Wash and shine glazing and mirrors. 5. Polish glossy surfaces to a clear shine. 6. Ventilating systems: a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts,blowers and coils if units were operated without filters during construction. 7. Replace all burned out lamps. 8. Broom clean process area floors. 9. Mop office and control room floors. 3.3 EXTERIOR(SITE)CLEANING A. Cleaning During Construction: 1. Construction debris: a. Confine in strategically located container(s): 1) Cover to prevent blowing by wind. 2) Haul from site minimum once a week. b. Remove from work area to container daily. 2. Vegetation: Keep weeds and other vegetation trimmed to 3 IN maximum height. 3. Soils, sand,and gravel deposited on paved areas and walks: a. Remove as required to prevent muddy or dusty conditions. b. Do not flush into storm sewer system. B. Final Cleaning: 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers. 2. Clean paved roadways. 3.4 FIELD QUALITY CONTROL A. Immediately prior to Demonstration Period,conduct an inspection with Engineer to verify condition of all work areas. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- CLEANING 01710-2 SECTION 01800 OPENINGS AND PENETRATIONS IN CONSTRUCTON PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. All openings and penetrations in construction. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07840-Frrestopping. 4. Section 07600-Flashing and Sheet Metal. 5. Section 07900-Joint Sealants. 6. Section 09905 -Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. 318,Building Code Requirements for Structural Concrete. 2. ASTM International(ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A53, Standard Specification for Pipe, Steel, Black and Hot-Dipped,Zinc-Coated, Welded and Seamless. 3. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC). b. 90A, Standard for Installation of Air Conditioning and Ventilating Systems. 4. Sheet Metal and Air Conditioning Contractors'National Association(SMACNA). B. Assure all firestopping materials are in full compliance with Section 07840. C. Obtain prior approval from Engineer when any opening larger than 100 SQ IN must be made in existing or newly completed construction. 1.3 DEFINITIONS A. Hazardous Areas: Areas shown in the Contract Documents as having Class I or Class II area classifications. B. Washdown Areas: Areas having floor drains or hose bibs. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. For each structure provide dimensioned or scaled(minimum 1/8 IN= 1 FT)plan view drawings containing the following information: a. Vertical and horizontal location of all required openings and penetrations. b. Size of all openings and penetrations. c. Opening type. d. Seal type. 3. Manufacturer's installation instructions for standard manufactured products. 10059730 City of Bozeman Small Works Project No. 1- OPENINGS AND PENETRATIONS IN CONSTRUCTON 01800-1 1.5 CONDITIONS A. For purposes of this Project,water table level is 4 to 6 feet below ground surface. PART 2 - PRODUCTS 2.1 MATERIALS A. Pipe Sleeves: Steel,ASTM A53, Schedule 40,black. B. Pipe Sleeves Penetrating into Corrosive Areas: Stainless steel, 1/4 IN minimum thickness. C. Backing Rod and Sealant: See Section 07900. D. Modular Mechanical Seals: 1. Acceptable manufacturers: a. Link-Seal. 2. 316 stainless steel bolts,nuts and washers. E. Firestopping Material: See Section 07840. F. Sheet Metal Sleeves: Steel,ASTM A36, 12 GA. G. Commercial Wall Castings: 1. For unclassified areas both sides of penetration: a. Ductile iron,class equal to connecting piping system. 2. For wet/corrosive areas either side of penetration: a. Stainless steel, 304L. PART 3 - EXECUTION 3.1 INSTALLATION AND APPLICATION A. Perform HVAC penetrations in accordance with NFPA 90A. B. Perform electrical penetrations in accordance with NFPA 70,Article 501. C. Install sleeves and castings in accordance with ACI 318,Chapter#6. D. Hot dip galvanize(or paint in accordance with Section 09905)all steel sleeves installed. E. When mechanical or electrical work cannot be installed as structure is being erected,provide and arrange for building-in of boxes,sleeves,insets, fixtures or devices necessary to permit installation later.Lay out chases,holes or other openings which must be provided in masonry, concrete or other work. F. Where pipes, conduits or ducts pass through floors in washdown areas,install sleeves with top 3 IN above finish floors. In non-washdown areas,install sleeves with ends flush with finished surfaces. G. Size sleeves,blockouts and cutouts which will receive sealant seal such that free area to receive sealant is minimized and seal integrity may be obtained. H. For insulated piping and ducts, size sleeves,blockouts and cutouts large enough to accommodate full thickness of insulation. I. Do not cut into or core drill any beams,joists,or columns. J. Do not install sleeves in beams,joists,or columns. K. Do not install recesses in beams,joists,columns, or slabs. L. Field Cutting and Coring: 10059730 City of Bozeman Small Works Project No. 1 - OPENINGS AND PENETRATIONS IN CONSTRUCTON 01800-2 1. Saw or core drill with non-impact type equipment. 2. Mark opening and drill small 3/4 IN or less holes through structure following opening outline. 3. Sawcut opening outline on both surfaces. Knock out within sawcuts using impact type equipment. Do not chip or spall face of surface to remain intact. Do not allow any overcut with saw kerf. M. Precast-Prestressed Concrete Construction: 1. Do not cut openings nor core drill vertically or horizontally through stems of members. 2. Do not locate or install sleeves or recess sleeves vertically or horizontally through or in stems of members. 3. Cast openings and sleeves into flanges of units. 4. Cast openings larger than 6 IN in diameter or 6 IN maximum dimension in units at time of manufacture. 5. Cast openings smaller than 6 IN in diameter or 6 IN maximum dimensions in flanges of units at time of manufacture or field cut. N. Where alterations are necessary or where new and old work join,restore adjacent surfaces to their condition existing prior to start of work. O. Provide waterstop plate/anchor flange for piping,ducts,castings and sleeves cast-in-place in concrete: 1. For fabricated units,weld plate to sleeve,pipe,or ductwork. 2. For commercial castings,cast water stop/anchor with wall pipe. 3. Plate is to be same thickness as sleeve,pipe,casting or ductwork. 4. For fabricated units,diameter of plate or flange to be 4 IN larger than outside diameter of sleeve,pipe or ductwork. 5. For commercial castings,waterstop/anchor size to be manufacturer standard. 6. Provide continuous around entire circumference of sleeve,pipe, or ductwork. P. Where area is blocked out to receive sheet metal sleeve at later date: 1. If blockout size is sufficient to allow placement,utilize dowels for interface of initially placed concrete and sleeve encasement concrete which is placed later: a. Size blockout based on sleeve size required plus 4 to 6 IN each side of sleeve for concrete encasement. b. Provide#4 dowels at 12 IN spacing along each side of blockout with minimum of two dowels required per side. 2. If blockout size is not sufficient to allow placement of dowels,provide keyway along all sides of blockout: a. Size blockout based on sleeve size required plus 2 to 4 IN each side of sleeve for concrete encasement. Q. For interior wall applications where backer rod and sealant are specified,provide backer rod and sealant at each side of wall. R. Refer to Drawings for location of fire-rated walls,floors, and ceilings.Utilize firestopping materials and procedures specified in Section 07840 in conjunction with scheduled opening type to produce the required fire rating. S. Use full depth expanding foam sealant for seal applications into hazardous areas and applications where multiple pipes, conduits,etc.pass through single sleeve. Use full depth compressible sealant for applications involving single components passing through sleeves and for penetrations into non hazardous area. T. Do not make duct or conduit penetrations below high water levels when entering or leaving tankage,wet wells,or other water holding structures. U. Modular Mechanical Seals: 1. Utilize one seal for concrete thickness less than 8 IN and two seals for concrete, 8 IN thick or greater. 10059730 City of Bozeman Small Works Project No. 1- OPENINGS AND PENETRATIONS IN CONSTRUCTON 01800-3 2. Utilize two seals for piping 16 IN diameter and larger if concrete thickness permits. 3. Install seals such that bolt heads are located on the most accessible side of the penetration. V. Backer Rod and Sealant: 1. Install in accordance with Section 07900. 2. Provide backer rod and sealant for modular mechanical seal applications.Apply on top side of slab penetrations and on interior,dry side wall penetrations. 3.2 SCHEDULES A. General Schedule of Penetrations through Floors, Roofs,Foundation Base Slabs,Foundation Walls,Foundation Footings,Partitions and Walls for Ductwork,Piping,and Conduit: 1. Provide the following opening and penetration types: a. Type A-Block out 2 IN larger than outside dimensions of duct,pipe,or conduits. b. Type B -Saw cut or line-drill opening. Place new concrete with integrally cast sheet metal or pipe sleeve. c. Type C-Fabricated sheet metal sleeve or pipe sleeve cast-in-place.Provide pipe sleeve with water ring for wet and/or washdown areas. d. Type D-Commercial type casting or fabrication. e. Type E-Saw cut or line-drill opening. Place new concrete with integrally cast pipe, duct or conduit spools. f. Type F-Integrally cast pipe,duct or conduit. g. Type G-Saw cut or line-drill and remove area 1 IN larger than outside dimensions of duct,pipe or conduit. h. Type H-Core drill. i. Type I-Block out area.At later date,place new concrete with integrally cast sheet metal or pipe sleeve. 2. Provide seals of material and method described as follows: a. Category 1 -Modular Mechanical Seal. b. Category 2-Roof curb and flashing according to SMACNA specifications unless otherwise noted on Drawings. Refer to Section 07600 and roofing specification sections for additional requirements. c. Category 3 - 12 GA sheet metal drip sleeve set in bed of silicon sealant with backing rod and sealant used in sleeve annullus. d. Category 4-Backer rod and sealant. e. Category 5 -Full depth compressible sealant with escutcheons on both sides of opening. f. Category 6-Full depth compressible sealant and flanges on both sides of opening. Flanges constructed of same material as duct,fastened to duct and minimum 1/2 IN larger than opening. g. Category 7-Full depth compressible sealant and finish sealant or full depth expanding foam sealant depending on application. 3. Furnish openings and sealing materials through new floors,roofs,partitions and walls in accordance with Schedule A,Openings and Penetrations for New Construction. 4. Furnish openings and sealing materials through existing floors,roofs,partitions and walls in accordance with Schedule B,Openings and Penetrations for Existing Construction. 10059730 City of Bozeman Small Works Project No. I- OPENINGS AND PENETRATIONS IN CONSTRUCTON 01800-4 SCHEDULE A.OPENINGS AND PENETRATIONS SCHEDULE ( FOR NEW CONSTRUCTION i DUCTS PIPING CONDUIT APPLICATIONS OPENING SEAL OPENING SEAL OPENING SEAL TYPE CATEGORY TYPE CATEGORY TYPE CATEGORY Through floors with C 7 D Not Req C 7 bottom side a F Not Req F Not Req F Not Req hazardous location I 7 I(1) 7 Through floors on C 4 C 7 C 4 grade above water F Not Req F Not Req F Not Req table I 4 I(1) 7 I(1) 7 Through slab on F Not Req F Not Req F Not Req grade below water table Through floors in C 4 C 4 F Not Req washdown areas I 4 H(2) 3 H(2) 3 I��> 4 I 7 Through walls where C 7 D Not Req C 7 one side is a F Not Req F Not Req F Not Req hazardous area I 7 I(1) 7 Through exterior wall C 7 C 1 F Not Req below grade above F Not Req D Not Req 7 water table I 7 F Not Req / I(1) 1 Through wall from C 7 C 1 C 7 tankage or wet well F Not Req D Not Req F Not Req (above high water I 7 F Not Req H(2) 7 level)to dry well or H(2) 7 dry area Through wall from F Not Req F Not Req F Not Req tankage or wet well (below high water level)to dry well or dry area Through exterior wall A 6 A 5 C 5 above grade B 6 B 5 H(2) 4 C 6 D Not Req H(2) 5 Roof penetrations A 2 A 2 A 2 Through interior A 4 A 4 A 4 walls and slabs not C 4 C 4 C 4 covered by the above F Not Req applications C 10059730 City of Bozeman Small Works Project No. I- OPENINGS AND PENETRATIONS IN CONSTRUCTON 01800-5 SCHEDULE B.OPENINGS AND PENETRATIONS SCHEDULE FOR EXISTING CONSTRUCTION DUCTS PIPING CONDUIT APPLICATIONS OPENING SEAL OPENING SEAL OPENING SEAL TYPE CATEGORY TYPE CATEGORY TYPE CATEGORY Through floors with B 7 B I11 7 B(1) 7 bottom side a E Not Req E(3) Not Req E(3) Not Req hazardous location H(2) 7 H(2) 7 Through floors on B 7 B 7 B 7 grade above water table Through slab on E Not Req E Not Req E Not Req grade below water table Through floors in G 3 G 3 G 3 washdown areas H(2) 3 H(2) 3 Through walls where B 7 B(1) 7 B(1)(3) 7 one side is a E Not Req B(3)— 1 E Not Req hazardous area E Not Req H(2) 7 H(2) 7 Through exterior wall B 7 B(1) 7 B t1>(3) 7 below grade above B(3) 1 H(2) 7 water table H(2) 7 Through wall from B 7 B 1 B(1)(3) 7 tankage or wet well E Not Req E Not Req E Not Req (above high water H(2) 1 H(2) 7 level)to dry well or dry area Through wall from E Not Req E Not Req E Not Req tankage or wet well (below high water level)to dry well or dry area Through exterior wall G 6 G Ill(3) 5 G(1)(3) 5 above grade H(2) 5 H I2I 7 Roof penetrations G 2 G(1)(3) 2 G 2 H(2) Through interior G 4 G(1)(3) 4 G(1)(3) 4 walls and slabs not H(2) 4 H(2) 4 covered by the above applications 0) Multiple piping 3 IN and smaller or multiple conduits. (2) Single pipe 3 IN and smaller or single conduit. (3) Single pipe or conduit larger than 3 IN. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- OPENINGS AND PENETRATIONS IN CONSTRUCTON 01800-6 DIVISION 03 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. I I6R,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. 10059730 City of Bozeman Small Works Project No. 1 - 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. See Section 01340 for the requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 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. 3. If requested,submit structural analysis and concrete strength data used in planning and implementing form removal and shoring. B. Samples: 1. A 12 IN SQ sample of each of the following form finishes: PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Void forms: a. SureVoid Products, Inc. b. Deslauriers,Inc. 2. Stay-in-place forms: a. Alabama Metal Industries Corporation. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Forms for Surfaces Exposed to View: 1. Wood forms: a. New 5/8 or 3/4 IN 5-ply structural plywood of concrete form grade. b. Built-in-place or prefabricated type panel. c. 4 x 8 FT sheets for built-in-place type except where smaller pieces will cover entire area. d. When approved,plywood may be reused. 2. Metal forms: a. Metal forms excluding aluminum may be used. b. Forms to be tight to prevent leakage,free of rust and straight without dents to provide members of uniform thickness. B. Forms for Surfaces Not Exposed to View: 10059730 City of Bozeman Small Works Project No. I- FORMWORK 03108-2 1. Wood or metal sufficiently tight to prevent leakage. 2. Do not use aluminum forms. 2.3 ACCESSORIES A. Form Ties: 1. Commercially fabricated for use in form construction: a. Do not use wire ties. 2. Constructed so that ends or end fasteners can be removed without causing spalling at surfaces of the concrete. 3. 3/4 IN minimum to 1 IN maximum diameter cones on both ends. 4. Embedded portion of ties to be not less than 1-1/2 IN from face of concrete after ends have been removed. 5. Provide ties with built-in waterstops in all walls that will be in contact with process liquid during plant operation. 6. Through-wall ties that are designed to be entirely removed are not allowed in all walls that will be in contact with process liquid during plant operation. B. Void Forms: 1. Continuous void forms. 2. Specially designed and manufactured for the purpose of creating a void area directly under concrete members which will allow a space for soil vertical upward movement. 3. Able to support the weight of concrete and construction loads to be placed thereon with no decrease in required void form depth. 4. Constructed from double faced corrugated cardboard or fiberboard which is wax impregnated and laminated with moisture-resistant adhesive. 5. Capable of resisting moisture with no loss of load carrying strength or change in depth or configuration. C. Stay-In-Place Forms: 1. Ribbed expanded metal leave-in-place concrete forms commercially fabricated to provide an intentionally rougher surface. 2. Hot-dipped galvanized. 3. Similar to"Stay-Form"by Alabama Metal Industries Corporation. PART 3 - EXECUTION 3.1 PREPARATION A. Form Surface Treatment: 1. Before placing of either reinforcing steel or concrete,cover surfaces of forms with an approved coating material that will effectively prevent absorption of moisture and prevent bond with concrete, will not stain concrete or prevent bonding of future 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. 10059730 City of Bozeman Small Works Project No. I- FORMWORK 03108-3 3.2 ERECTION A. Install products in accordance with manufacturer's instructions. 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: -1/2 IN,+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. 10059730 City of Bozeman Small Works Project No. 1 - FORMWORK 03108-4 D. Place 3/4 IN chamfer strips in exposed to view corners of forms to produce 3/4 IN wide beveled edges. 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. 10059730 City of Bozeman Small Works Project No. I- FORMWORK 03108-5 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. 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 10059730 City of Bozeman Small Works Project No. 1- 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. D I 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. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Mill certificates for all reinforcing. d. Manufacture and type of proprietary rebar mechanical splices. e. Manufacturer and type of rebar adhesive anchor including installation instructions. 3. Qualifications of welding operators,welding processes and procedures. 4. Rebar number, sizes,spacing, dimensions,configurations,locations,mark numbers,lap splice lengths and locations,concrete cover and rebar supports. 5. Sufficient rebar details to permit installation of reinforcing. 6. Rebar details in accordance with ACI SP-66. 7. Locations where proprietary rebar mechanical splices are required or proposed for use. 10059730 City of Bozeman Small Works Project No. 1 - REINFORCEMENT 03208- 1 8. Shop Drawings shall be in sufficient detail to permit installation of reinforcing without reference to Contract Drawings: a. Shop Drawings shall not be prepared by reproducing the plans and details indicated on the Contract Drawings but shall consist of completely redrawn plans and details as necessary to indicate complete fabrication and installation of all reinforcing steel. 1.4 DELIVERY,STORAGE,AND 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 of AW S D I A. 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. 10059730 City of Bozeman Small Works Project No. 1- REINFORCEMENT 03208-2 2. Overall dimensions of stirrups,ties and spirals:+1/2 IN. 3. All other bends:+0 IN,-1/2 IN. 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 I 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: I. 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 D I A. 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: 10059730 City of Bozeman Small Works Project No. 1 - REINFORCEMENT 03208-3 a. Uncoated rebar: 1) Support rebars and fasten together to prevent displacement by construction loads or placing of concrete. 2) On ground,provide supporting concrete blocks or metal bar supports with bottom plate. a) Do not use concrete blocks to support slab-on-grade reinforcing. 3) Over formwork,provide plastic-coated metal chairs,runners,bolsters,spacers, hangers and other rebar support. Only tips in contact with the forms need to be plastic coated. 4. Support rebars over cardboard void forms by means of concrete supports which will not puncture or damage the void forms during construction nor impair the strength of the concrete members in any way. 5. Where parallel horizontal reinforcement in beams is indicated to be placed in two or more layers,rebars in the upper layers shall be placed directly above rebars in the bottom layer with clear distance between layers to be 1 IN.Place spacer rebars at 3 FT maximum centers to maintain the required 1 IN clear distance between layers. 6. Extend reinforcement to within 2 IN of concrete perimeter edges. If perimeter edge is formed by earth,extend reinforcement to within 3 IN of the edge. 7. To assure proper placement,furnish templates for all column vertical bars and dowels. 8. Do not bend reinforcement after embedding in hardened concrete unless approved by Engineer.Do not bend reinforcing by means of heat. 9. Do not tack weld reinforcing. 10. Embed rebars into hardened concrete utilizing adhesive anchor system specifically manufactured for such installation: a. Drill hole in concrete with diameter and depth as required to develop 125 percent of the yield strength of the bar according to manufacturer's requirements. b. Place adhesive in drilled hole. 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 D1.4. 3. Test three samples of each bar size and each type of weld in accord with AWS D1.4.The tensile strength of each test shall be not less than 125 percent of the required yield strength of the rebar tested. 4. Conduct nondestructive field tests(radiographic or magnetic particle)on not less than one random sample for each 10 welds. In addition if any welds are found defective,test five previous welds performed by same welder. 5. Visually inspect each weld for presence of cracks, undercuts, inadequate size and other visible defects. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- 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 1 -General Requirements. 3. Section 03431 -Precast and Prestressed Concrete. 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. 212.3R,Chemical Admixtures for Concrete. d. 318,Building Code Requirements for Structural Concrete. e. 350,Code Requirements for Environmental Engineering Concrete Structures. 2. ASTM International(ASTM): a. C33,Standard Specification for Concrete Aggregates. b. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. c. C94,Standard Specification for Ready-Mixed Concrete. d. C150, Standard Specification for Portland Cement. e. C157, Standard Test Method for Length Change of Hardened Hydraulic-Cement, Mortar, and Concrete. f. C192, Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. g. C260, Standard Specification for Air-Entraining Admixtures for Concrete. h. C494, Standard Specification for Chemical Admixtures for Concrete. i. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 3. Corps of Engineers(COE): a. CRD-C621, Standard Specification for Packaged, Dry,Hydraulic-Cement Grout (NonShrink). 1.3 DEFINITIONS A. Words and terms used in these Specifications are defined in ACI 116R. 1.4 SUBMITTALS A. Shop Drawings: 10059730 City of Bozeman Small Works Project No. 1- CONCRETE,MATERIALS AND PROPORTIONING 03308- 1 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's 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. 3. Certifications: a. Certification of standard deviation value in psi for ready mix plant supplying the concrete. b. Certification that the fly ash meets the quality requirements stated in this Section,and fly ash supplier's certified test reports for each shipment of fly ash delivered to concrete supplier. c. Certification that the class of coarse aggregate meets the requirements of ASTM C33 for type and location of concrete construction. d. Certification of aggregate gradation. 4. Test reports: Cement mill reports for all cement to be supplied. 1.5 DELIVERY,STORAGE AND HANDLING A. Storage of Materials: I. 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. f. L&M Construction Chemicals, Inc. g. Sika Corporation 2. Epoxy grout: a. Ceilcote. b. Exxon Chemical Company. c. Sika Corporation. d. U. S. Grout. e. Euclid Chemical Company. B. Submit request for substitution in accordance with Specification Section 01640. 10059730 City of Bozeman Small Works Project No. I- CONCRETE,MATERIALS AND PROPORTIONING 03308-2 2.2 MATERIALS A. Cement: 1. ASTM C150,Type IL 2. Cement type used shall correspond to that upon which selection of concrete proportions was based in the mix design. B. Fly Ash: 1. ASTM C618,Class F or Class C. 2. Non-staining. 3. Suited to provide hardened concrete of uniform light gray color. 4. Maximum loss on ignition: 4 percent. 5. Compatible with other concrete ingredients and having no deleterious effects on the hardened concrete. 6. Produced by source approved by the Montana Department of Transportation for use in concrete for bridges. 7. Cement and fly ash type used shall correspond to that upon which selection of concrete proportions was based in the mix design. C. Admixtures: 1. Air entraining: ASTM C260. 2. Water reducing,retarding, and accelerating: Conform to ASTM C494,Types A through E, and provisions of ACI 212.3R. 3. High range water reducers(superplasticizers): Conform to ASTM C494,Types F or G. 4. Pozzolanic: ASTM C618. 5. Admixtures to be chloride free: a. Do not use calcium chloride. 6. Provide admixtures of same type,manufacturer and quantity as used in establishing required concrete proportions in the mix design. D. Water: 1. Potable. 2. Clean and free from deleterious substances. 3. Free of oils,acids and organic matter. E. Aggregates for Normal Weight Concrete: 1. ASTM C33. 2. Fine and coarse aggregates to be regarded as separate ingredients. 3. Fine aggregates to be natural,not manufactured. 4. Coarse aggregate sieve analysis: a. For lean concrete,concrete topping,and integral wearing course: ASTM C33,size number 7(maximum 1/2 IN). b. For all other concrete: ASTM C33, size number 57(maximum 1 IN). 5. Provide aggregates approved for bridge construction by the State Highway Department in the State where the Project is located. 6. Pozzolan or other additives shall not be used to compensate for alkali reactivity of aggregates. F. Maximum total chloride ion content for concrete mix including all ingredients measured as a weight percent of cement: l. 0.06 for prestressed concrete. 2. 0.10 for all other concrete. G. Sand Cement Grout: 1. Approximately three(3)parts sand,one(1)part portland cement,6±1 percent entrained air and water to produce a slump which allows grout to completely fill required areas and surround adjacent reinforcing: a. Provide sand in accordance with requirements for fine aggregate for concrete. 2. Minimum 28 day compressive strength: 3000 psi. 10059730 City of Bozeman Small Works Project No.1- CONCRETE,MATERIALS AND PROPORTIONING 03308-3 H. Non-shrink Grout: 1. Non-shrink,non-metallic,non-corrosive,and non-staining. 2. Premixed with only water to be added in accordance with manufacturer's instructions at j obsite. 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 7-100 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. I. Epoxy Grout: 1. Three-component epoxy resin system: a. Two(2)liquid epoxy components. b. One(1)inert aggregate filler component. 2. Adhesive: a. BASF"Masterflow 648 CP". b. Exxon Chemical Company"Escoweld 2505." c. Sika"Sikadur Hi-Mod." d. U. S.Grout"Five Start Epoxy Grout." e. Euclid Chemical"E3-G." f. Or equal. 3. Aggregate: a. BASF"Masterflow 648 CP". b. Exxon Chemical Company"Escoweld 2510." a. Sika aggregate. d. U. S.Grout aggregate. e. Euclid Chemical"Euclid aggregate." f. Or equal. 4. Aggregate manufacturer shall be the same as the adhesive manufacturer. 5. The aggregate shall be compatible with the adhesive. 6. Each component furnished in separate package for mixing at jobsite. 2.3 MIXES A. General: 1. Provide concrete capable of being placed without aggregate segregation and,when cured,of developing all properties specified. 2. Ready-mixed concrete shall conform to ASTM C94. 3. All concrete to be normal weight concrete,weighing approximately 145 to 150 LBS per cubic foot at 28 days after placement. B. Minimum 28 Day Compressive Strengths: 1. Flowable concrete fill 1,000 psi 2. Normal weight concrete fill 3000 psi 3. Normal weight concrete topping 4000 psi 4. Normal weight all other concrete 4000 psi 5. Normal weight precast concrete 5000 psi C. Air Entrainment: 1. Provide air entrainment in all concrete resulting in a total air content percent by volume as follows: a. 1-1/2 IN maximum aggregate size: 4-1/2 to 6-1/2 percent total air content. b. 1 IN maximum aggregate size: 5 to 7 percent total air content. c. 3/4 IN maximum aggregate size: 5 to 7 percent total air content. 10059730 City of Bozeman Small Works Project No. I- CONCRETE,MATERIALS AND PROPORTIONING 03308-4 d. 1/2 IN maximum aggregate size: 5-1/2 to.8 percent total air content. te. Interior slabs and mats with power trowel finish: Maximum 3 percent total air content. D. Slump: 1. 4 IN maximum, 1 IN minimum measured at point of discharge into the concrete construction member. 2. Concrete of lower than minimum slump 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: SPECIFIED MINIMUM CEMENT MINIMUM MAXIMUM WATER STRENGTH CONTENT CEMENT CEMENT RATIO BY (PSI) (SACKS/CY) (LBS/CY) WEIGHT 3000 517* 0.45 4000 6-1/2 611* 0.45 5000 7 658* 0.45 * If fly ash is proposed for use,the weight of fly ash plus weight of portland cement shall equal these values. 3. Fly ash: a. For cast-in-place concrete only,a maximum of 25 percent by weight of portland cement content per cubic yard may be replaced with fly ash at a rate of 1 LB fly ash for 1 LB cement. b. If fly ash is used,the water to fly ash plus cement ratio not to exceed the maximum water cement ratio specified in this Section. c. Concrete containing fly ash shall not be used in the construction of the precast concrete units specified in Section 03431. 4. Water reducing,retarding,and accelerating admixtures: a. Use in accordance with manufacturer's instructions. b. Do not use unless required by these specifications or approved for use by Engineer. 5. High range water reducers(superplasticizers): a. Use in accordance with manufacturer's instructions. b. Do not use unless required by these Specifications or approved for use by Engineer. c. Maximum concrete slump before addition of admixture to be 3 IN. 1) Maximum slump after addition to be 8 IN. d. Maximum water-cement ratio of the concrete mix containing a high range water reducer to be 0.40. 6. Concrete mix proportioning methods for normal weight concrete: a. Method 1: 1) Used when combination of materials proposed is to be evaluated and proportions selected to be on a basis of trial mixes. 10059730 City of Bozeman Small Works Project No.1- CONCRETE,MATERIALS AND PROPORTIONING 03308-5 I 2) Produce mixes having suitable proportions and consistencies based on ACI 211.1, using at least three(3)different water cement ratios or cement contents which will produce a range of compressive strengths encompassing the required average strength. 3) Design trial mixes to produce a slump within 0.75 IN of maximum specified,and for air entrained concrete,air content within 0.5 percent specified. 4) For each water cement ratio or cement content,make at least three(3)compression test cylinders for specified test age,and cure in accordance with ASTM C192. a) Test for strength at 28 days in accordance with ASTM C39. 5) From results of these tests,plot a curve showing relationship between water cement ratio or cement content and compressive strength. 6) From this curve select water cement ratio or cement content to be used to produce required average strength. 7) Use cement content and mixture proportions such that maximum water cement ratio is not exceeded when slump is maximum specified. 8) Base field control on maintenance of proper cement content, slump,air content and water cement ratio. 9) See paragraph hereafter for definition of required average strength. b. Method 2: 1) In lieu of trial mixes,field test records for concrete made with similar ingredients may be used. 2) Use of proposed concrete mix proportions based on field test records subject to approval by Engineer based on information contained in field test records and demonstrated ability to provide the required average strength. 3) Field test records to represent materials,proportions and conditions similar to those specified: a) Changes in the materials,proportions and conditions within the test records shall have not been more restricted than those for the proposed concrete mix. 4) Field test records to consist of less than 30 but not less than 10 consecutive tests provided the tests encompass a period of not less than 45 consecutive days. 5) Required concrete proportions may be established by interpolation between the strengths and proportions of two or more test records each of which meets the requirements of this Section. 7. Required average strength to exceed the specified 28 day compressive strength by the amount determined or calculated in accordance with Paragraph 5.3 of ACI 318 using the standard deviation of the proposed concrete production facility as described in Paragraphs 5.3.1 and 2 of ACI 318. F. Allowable Shrinkage: 0.048 percent per ASTM C 157. 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 10059730 City of Bozeman Small Works Project No. I - 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 03348-Concrete Finishing and Repair of Surface Defects. 7. Section 07900-Joint Sealants. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. 116R,Cement and Concrete Terminology. b. 304R,Guide for Measuring,Mixing,Transporting and Placing Concrete. c. 304.2R,Placing Concrete by Pumping Methods. d. 305R, Hot Weather Concreting. e. 306R,Cold Weather Concreting. f. 308, Standard Practice for Curing Concrete. g. 309R,Guide for Consolidation of Concrete. 2. ASTM International(ASTM): a. C94, Standard Specification for Ready-Mixed Concrete. b. C171, Standard Specification for Sheet Materials for Curing Concrete. c. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. d. D994, Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). e. 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: 10059730 City of Bozeman Small Works Project No. I- CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311 - 1 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions: 1) Procedure for adding high-range water reducer at the jobsite. c. Scaled(minimum 1/8 IN per foot)drawings showing proposed locations of construction joints and joint keyway dimensions. d. Manufacturers and types: 1) Joint fillers. 2) Curing agents. 3) Construction joint bonding adhesive. 4) Pressure relief valves. 5) Waterstops. 3. Certifications: a. Ready mix concrete plant certification. b. Waterstops: Products shipped meet or exceed the physical properties specified. B. Miscellaneous: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Copies of concrete delivery tickets. 1.5 DELIVERY,STORAGE AND HANDLING A. Delivery: 1. Concrete: a. Prepare a delivery ticket for each load of ready mixed concrete. b. Truck operator shall hand ticket to Contractor at the time of delivery. c. Ticket to show: 1) Mix identification. 2) Quantity delivered. 3) Amount of material in each batch. 4) Outdoor temperature in the shade. 5) Time at which cement was added 6) Time of delivery. 7) Time of discharge. 8) Amount of water added. PART 2 - PRODUCTS 2.1 COMPONENTS A. Neoprene Expansion Joint Fillers: 1. Manufacturers: a. Permaglaze. b. Rubatex. c. Williams Products. 2. Materials: a. Closed cell neoprene. b. ASTM D1056, Class SC,2 to 5 psi compression deflection, Grade SCE-41. B. Asphalt Expansion Joint Fillers: 1. Manufacturers: a. W R Meadows. b. J and P Petroleum Products. 2. Materials: ASTM D994. 10059730 City of Bozeman Small Works Project No. I - CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311 -2 C. Fiber Expansion Joint Fillers: 1. Materials: ASTM D 1751. D. Waterstops,Bulb Type: 1. Manufacturers: a. Greenstreak Plastics Products. b. W R Meadows. 2. Materials: a. Virgin polyvinyl chloride compound not containing any scrap or reclaimed materials or pigment. b. Standard: COE CRD-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. G. Submit request for substitution in accordance with Specification Section 01640. PART 3 - EXECUTION 3.1 PREPARATION A. General: 1. Complete formwork: a. See Section 03108. 2. Remove earth,snow,ice,water,and other foreign materials from areas that will receive concrete. 3. Secure reinforcement in place: a. See Section 03208. 4. Position expansion joint material, anchors and other embedded items. 5. Obtain approval of reinforcement erection and placement prior to placing concrete. 6. Do not place concrete during rain, sleet, or snow,unless adequate protection is provided and approval is obtained: a. Plan size of crews with due regard for effects of concrete temperature and atmospheric conditions on rate of hardening of concrete as required to obtain good surfaces and avoid unplanned cold joints. b. Do not allow rainwater to increase mixing water nor to damage surface finish. 7. Coat all construction joints with an approved bonding material,before new concrete is placed: 10059730 City of Bozeman Small Works Project No. 1- CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311 -3 a. Apply proprietary bonding adhesive in accordance with manufacturer's instructions. 8. Remove hardened concrete and foreign materials from inner surfaces of conveying equipment and formwork. 9. Provide slabs and beams of minimum indicated required depth when sloping structural foundation base slabs and elevated slabs to drains: a. For floor slabs on grade,slope top of subgrade to provide slab of required uniform thickness. B. Preparation of Subgrade for Slabs on Ground: 1. Subgrade drained and of adequate and uniform load-bearing nature. 2. Obtain approval of subgrade compaction density prior to placing slabs on ground. 3. Maintain subgrade at a temperature above 32 DegF before concrete placing begins for a sufficient amount of time to remove frost. 4. Moisten subgrade to eliminate absorption: a. Keep subgrade moist at time of concreting. b. Allow no free-standing water on subgrade or soft or muddy spots when concrete is placed. C. Edge Forms and Screeds: 1. Set accurately to produce designated elevations and contours of 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: 10059730 City of Bozeman Small Works Project No. 1 - CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-4 1. Comply with ACI 304R and ACI 304.2R. 2. Deposit concrete: a. Continuously to avoid cold joints. b. In layers of 12 to 18 IN. 3. Locate construction joints at locations approved by Engineer: a. Plan size of crews with due regard for effects of concrete temperature and atmosphere conditions to avoid unplanned cold joints. 4. Place concrete at such a rate that concrete,which is being integrated with fresh concrete,is still workable. 5. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 6. Spreaders: a. Temporary: Remove as soon as concrete placing renders their function unnecessary. b. Embedded: 1) Obtain approval of Engineer. 2) Materials: Concrete or metal. 3) Ends of metal spreaders coated with plastic coating 2 IN from each end. 7. Do not begin placing of concrete in supported elements until concrete previously placed in supporting members is no longer plastic and has been in place at least a minimum of 2 HRS. 8. Deposit concrete as nearly as practicable in its 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 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. 10059730 City of Bozeman Small Works Project No.1- CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-5 6. Combine water with aggregate in mixer before cement is added,if water or aggregate is heated above 90 DegF. 7. Do not mix cement with water or with mixtures of water and aggregate having a temperature greater than 90 DegF. 8. Do not place slabs on ground if temperature is below 40 DegF or if temperature surrounding the slab will be below 40 DegF before structure is enclosed and heated. D. Hot Weather Concrete Placement: 1. Comply with ACI 305R. 2. Cool ingredients before mixing,or add flake ice or well crushed ice of a size that will melt completely during mixing for all or part of mixing water if high temperature,low slump, flash set,cold joints,or shrinkage cracks are encountered. 3. Temperature of concrete when placed: a. Not to exceed 90 DegF. b. Not so high as to cause: 1) Shrinkage cracks. 2) Difficulty in placement due to loss of slump. 3) Flash set. 4. Temperature of forms and reinforcing when placing concrete: a. Not to exceed 90 DegF. b. 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: 10059730 City of Bozeman Small Works Project No. 1- CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-6 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 1 vertical to 3 horizontal. b. Chutes more than 20 FT long and chutes not meeting slope requirements may be used provided they discharge into a hopper before distribution. c. Provide end of each chute with a device to prevent segregation. 4. Pumping or pneumatic conveying equipment: a. Designed for concrete application and having adequate pumping capacity. b. Control pneumatic placement so segregation is avoided in discharged concrete. c. Loss of slump in pumping or pneumatic conveying equipment shall not exceed 1-1/2 IN. d. Do not convey concrete through pipe made of aluminum or aluminum alloy. e. Provide pumping equipment without Y sections. G. Placing of Concrete on Metal Deck: 1. Prior to concrete placement,the metal deck shall be free of soil,debris, standing water, loose mill scale,and all other foreign matter. 2. Care shall be exercised when placing concrete so that the deck will not be subject to construction loads or impact that exceed the design capacity of the deck. 3. Concrete shall be placed in a uniform manner and spread 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: 10059730 City of Bozeman Small Works Project No. 1 - CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-7 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: 1) Keyway width,not less than 1/3 and not more than 1/2 the wall thickness measured perpendicular to wall faces. 2) Keyway depth to be not less than 1-1/2 IN. 3) Place keyway in wall center unless shown otherwise on Drawings. c. Construction joint keyways in footings, foundations,base slabs,and structural or elevated slabs: 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. 10059730 City of Bozeman Small Works Project No. I - CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311 -8 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. 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. 10059730 City of Bozeman Small Works Project No. 1 - CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311-9 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. 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. 10059730 City of Bozeman Small Works Project No. I - CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311 - 10 4. Continuous application of steam(not exceeding 150 DegF)or mist spray. 5. Application of waterproof sheet materials,conforming to ASTM Cl 71. 6. Application of other moisture retaining covering as approved. 7. Application of a curing compound conforming to ASTM C309: a. Apply curing compound in accordance with manufacturer's recommendations immediately after any water sheen which may develop after 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: 1. Follow recommendations of ACI 306R. 2. Maintain temperature of concrete between 50 and 70 DegF for required curing period,when outdoor temperature is 40 DegF,or less. 3. Use heating,covering,insulating,or housing of the concrete work to maintain required temperature without injury due to concentration of heat. 4. Do not use combustion heaters unless precautions are taken to prevent exposure of concrete to exhaust gases which contain carbon dioxide. 5. Interior slabs in areas intended to be heated shall be adequately protected so that frost does not develop in the supporting subgrade. F. Hot Weather: 1. Follow recommendations of ACI 305R. 2. Make provision for cooling forms,reinforcement and concrete,windbreaks, shading,fog spraying,sprinkling,ponding,or wet covering with a light colored material. 3. Provide protective measures as quickly as concrete hardening and 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 1 HR or 50 DegF in any 24 HR period. 10059730 City of Bozeman Small Works Project No. I - CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311 -11 H. Protection from Mechanical Injury: 1. Protect concrete from damaging mechanical disturbances,such as load stresses,heavy shock,and excessive vibration. 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. 3.8 FIELD QUALITY CONTROL A. Tests in accordance with Section 03350: 1. Perform a strength test on all concrete to which water or superplasticizer,in addition to the amount stated in the concrete mix design,has been added at the jobsite: a. Perform strength test after water or superplasticizer has been added and additional mixing has been performed. B. Field samples of fabricated waterstop fittings(crosses,tees,etc.)will be selected at random by the Engineer for testing by a laboratory at the Owner's expense: 1. When tested,they shall have a tensile strength across the joints equal to at least 600 psi. END OF SECTION 10059730 City of Bozeman Small Works Project No. i- CONCRETE MIXING,PLACING,JOINTING,AND CURING 03311 - I2 SECTION 03348 CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete finishing and repair of surface defects. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03108-Formwork. 4. Section 03311 -Concrete Mixing,Placing,Jointing and Curing. 5. Section 09905-Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. 116R, Cement and Concrete Terminology. 2. ASTM International(ASTM): a. C 150, Standard Specification for Portland Cement. b. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. c. C1315, Standard Specification for Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing Concrete. 1.3 DEFINITIONS A. Vertical Surface Defects: 1. Any void in the face of the concrete deeper than 1/8 IN,such as: a. Tie holes. b. Air pockets(bug holes). c. Honeycombs. d. Rock holes. 2. Scabbing: a. Scabbing is defect in which parts of the form face,including release agent,adhere to concrete. 3. Foreign material embedded in face of concrete. 4. Fins 1/16 IN or more in height. B. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. C. Other words and terms used in these Specifications are defined in ACI 116R. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. 10059730 City of Bozeman Small Works Project No. I- CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03348- 1 b. Manufacturer's installation instructions. 3. Certifications: a. Certification of aggregate gradation. b. Certification that products being used will not interfere with bonding of future floor or wall finishes. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 1.5 DELIVERY,STORAGE,AND HANDLING A. Comply with manufacturer's recommendations and requirements for materials used. 1.6 WARRANTY A. Provide warranty equal to specified manufacturer's standard warranty for all products used. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Chemical sealer: a. L&M Construction Chemicals,Inc. b. Euclid Chemical Co. c. Dayton Superior. 2. Bonding agents: a. Euclid Chemical Co. b. BASF Admixtures,Inc. c. L&M Construction Chemicals,Inc. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Chemical Floor Sealer,Hardener,Densifier: 1. Colorless,no VOC,odorless chemical solution containing alkaline siliconates. 2. Will not support bacteria growth. 3. 10-year manufacturer's warranty. 4. Similar to L&M Construction Chemicals Inc. "Seal Hard". B. Bonding Agent: 1. For use only on concrete surfaces not receiving liquid water repellent coating: a. High solids acrylic latex base liquid for interior or exterior application as a bonding agent to improve adhesion and mechanical properties of concrete patching mortars. b. Euclid Chemical Co. "Flex-Con." c. BASF Admixtures,Inc. "Acryl-Set." d. L&M Construction Chemicals,Inc. "Everbond." e. Thoro System Products"Acryl 60." 2. For use only on concrete surface receiving liquid water repellent: a. Non-acrylic base liquid for interior or exterior application as a bonding agent to improve adhesion and mechanical properties of concrete patching mortars. C. Cement: 1. ASTM C150,Type I1 portland for areas exposed to sewage. 2. ASTM C150,Type I Portland elsewhere. D. Aggregate: 10059730 City of Bozeman Small Works Project No. 1 - CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03348-2 1. Sand: Maximum size#30 mesh sieve. 2. For exposed aggregate finish surfaces: Same as surrounding wall. E. Water: Potable. F. Non-Shrink Grout: See Section 03311. 2.3 MIXES A. Bonding Grout: I. One(1)part cement to one(1)part aggregate. 2. Mix cement and aggregate. 3. Mix bonding agent and water together in separate container in accordance with manufacturer's instructions. 4. Add bonding agent/water mixture to cement/aggregate mixture. 5. Mix to consistency of thick cream. 6. Bonding agent itself may be used as bonding grout if approved by manufacturer and Engineer. B. Patching Mortar: 1. One(1)part cement to two and one-half(2-1/2)parts aggregate by damp loose volume: a. Substitute white portland cement for a part of gray portland cement to produce color matching surrounding concrete. 2. Mix cement and aggregate. 3. Mix bonding agent and water together in separate container in accordance with manufacturer's instructions. 4. Add only enough bonding agent/water mixture to cement/aggregate mixture to allow handling and placing. 5. Let stand with frequent manipulation with a trowel,until mix has reached stiffest consistency to allow placement. PART 3 - EXECUTION 3.1 PREPARATION A. For methods of curing, see Section 03311. B. Repair surface defects within 24 HRS after removal of forms: 1. Chip,wire brush or abrasive blast to completely open defects down to sound concrete: a. If chipping is necessary,make edges perpendicular to surface or slightly undercut. b. No featheredges will be permitted. C. Repairing Surface Defects: 1. Fill and repair using patching mortar mix specified in Article 2.3 or use non-shrink grout as outlined in this Specification Section. 2. Clean surfaces to remove dust,dirt,laitance,form oil,grease,or other contaminants: a. If required by bonding agent manufacturer,etch surfaces with a muriatic acid solution followed by a thorough rinse with clean water. b. Test concrete to determine pH level and continue flushing with clean water until surface pH is within acceptable limits. 3. Dampen area to be patched and an area at least 6 IN wide surrounding it prior to application of bonding grout. 4. Brush bonding grout into the surface after the surface water has evaporated. 5. Allow bonding grout to set for period of time required by bonding agent manufacturer before applying premixed patching mortar. 6. Fill tie holes and areas where honeycombed or defective concrete has been removed: a. Fill tie holes and defects deeper than 3/4 IN or larger than 3/4 IN with non-shrink non- metallic grout. 10059730 City of Bozeman Small Works Project No. 1- CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03348-3 b. Fill all other defects with patching mortar. 1) Do not use acrylic bonding agent in patching mortar for filling defects in surfaces to be treated with liquid water repellent. c. Consolidate grout or mortar into place and strike off so as to leave patch slightly higher than surrounding surface. 7. Leave undisturbed for at least 60 minutes before finishing level with surrounding surface: a. Do not use metal tools in finishing a patch in a formed wall which will be exposed or coated with other materials. 8. Keep areas damp for 7 days or in accordance with bonding agent manufacturer's directions. 3.2 INSTALLATION AND APPLICATION A. Do not repair surface defects or apply wall or floor finishes when temperature is or is expected to be below 50 DegF: 1. If necessary,enclose and heat area to between 50 and 70 DegF during repair of surface defects and curing of patching material. B. Chemical Floor Sealer,Hardener,Densifier(Type `2'): 1. Apply to floor areas indicated on the Drawings in accordance with manufacturer's recommendations. 2. Apply at rate recommended by manufacturer. 3. After final coat of material is applied,remove surplus in accordance with manufacturer's recommendations. C. Concrete Finishes for Vertical Wall Surfaces: 1. General: Give concrete surfaces finish as specified below after removal of formwork and repair of surface defects. 2. Finish#1 -As cast rough form finish: a. Selected forming materials are not required. b. Prepare surface in accordance with Article 3.1 and repair the following surface defects: 1) Tie holes. 2) Honeycombs deeper than 1/4 IN. 3) Air pockets deeper than 1/4 IN. 4) Rock holes deeper than 1/4 IN. c. Chip or rub off fins exceeding 1/4 IN in height. d. Use at unexposed surfaces such as foundations and backfilled surfaces of walls not to be waterproofed. 3. Finish#2-As cast form finish: a. Form facing material shall produce a smooth,hard,uniform texture. 1) Use forms specified for surfaces exposed to view in accordance with Section 03108. b. Prepare surface in accordance with Article 3.1 and repair the following surface defects: 1) Tie holes. 2) Honeycombs deeper than 1/8 IN or larger than 1/8 IN DIA. 3) Air pockets deeper than 1/8 IN or larger than 1/8 IN DIA. 4) Rock holes deeper than 1/8 IN or larger than 1/8 IN DIA. 5) Scabbing. c. Chip or rub off fins exceeding 1/8 IN in height. d. Provide finish for: 1) Exposed surfaces not specified to receive another finish. 4. Finish#3 -Smooth rubbed finish: a. Form facing material shall produce a smooth,hard,uniform texture: 1) Use forms specified for surfaces exposed to view in accordance with Section 03108. b. Prepare surface in accordance with Article 3.1 and repair all surface defects. c. Begin finish operation one(1)day after form removal. 10059730 City of Bozeman Small Works Project No. I - CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03348-4 d. Wet surface and rub with carborundum brick or other abrasive until uniform color and texture is achieved. e. No cement grout shall be used other than the cement paste drawn from concrete wall itself by the rubbing procedure. f. Provide this finish on all exposed to view exterior surfaces unless noted otherwise. g. Construct mock-up per Article 1.2. 5. Finish#5 -Smooth form finish: a. Form facing material shall produce a smooth, hard,uniform texture. 1) Use forms specified for surfaces exposed to view in accordance with Section 03108. b. Prepare surface in accordance with Article 3.1 and repair the following surface defects: 1) Tie holes. 2) Honeycombs,air pockets,rock holes and other holes deeper than 1/16 IN or larger than 1/16 IN DIA. 3) Scabbing. c. Chip or rub off fins exceeding 1/16 IN in height. d. Provide this finish on all surfaces which are to be painted,are to receive tank linings or are to remain exposed to view. e. Construct mock-up per Article 1.2. D. Related Unformed Surfaces(Except Slabs): 1. Strike smooth tops of walls or buttresses,horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces after concrete is placed. 2. Float surface to a texture consistent with that of formed surfaces: a. If more than one(1)finish occurs immediately adjacent to unformed surface,provide surface with most stringent formed surface requirement. 3. Continue treatment uniformly across unformed surfaces. E. Concrete Finishes for Horizontal Slab Surfaces: 1. General: a. Tamp concrete to force coarse aggregate down from surface. b. Screed with straightedge,eliminate high and low places,bring surface to required finish elevations;slope uniformly to drains. c. Dusting of surface with dry cement or sand during finishing processes not permitted. 2. Unspecified slab finish: When type of finish is not indicated,use following finishes as applicable: a. Surfaces intended to receive bonded applied cementitious applications: Scratched finish. b. Surfaces intended to receive roofing or waterproofing membranes: Floated finish. c. Floors: Troweled finish. d. Garage floors and ramps: Broom or belt finish. e. Exterior slabs, sidewalks,platforms, steps and landings,and ramps,not covered by other finish materials: Broom or belt finish. f. All slabs to receive a floated finish before final finishing. 3. Scratched slab finish: After concrete has been placed,consolidated, struck off, and leveled to a Class B tolerance,roughen surface with stiff brushes or rakes before final set. 4. Floated finish: a. After concrete has been placed,consolidated, struck off,and leveled,do no further work until ready for floating. b. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit operations: 1) Use wood or cork float. c. During or after first floating,check planeness of entire surface with a 10 FT straightedge applied at not less than two(2)different angles. d. Cut down all high spots and fill all low spots to produce a surface with Class B tolerance throughout. e. Refloat slab immediately to a uniform texture. 10059730 City of Bozeman Small Works Project No. i- CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03348-5 5. Troweled finish: a. Float finish surface to true,even plane. b. Power trowel,and finally hand trowel. c. First troweling after power troweling shall produce a smooth surface which is relatively free of defects,but which may still show some trowel marks. d. Perform additional trowelings by hand after surface has hardened sufficiently. e. Final trowel when a ringing sound is produced as trowel is moved over surface. f. Thoroughly consolidate surface by hand troweling. g. Leave finished surface essentially free of trowel marks,uniform in texture and appearance and plane to a Class A tolerance. h. On surfaces intended to support floor coverings,remove any defects that would show through floor covering by grinding. 6. Broom or belt finish: Immediately after concrete has received a float finish as specified, give it a transverse scored texture by drawing a broom or burlap belt across surface. 7. Underside of concrete slab finish: Match finish as specified for adjacent vertical surfaces. a. If more than one(1)finish occurs immediately adjacent to underside of slab surface, provide surface with most stringent formed surface requirement. 3.3 FIELD QUALITY CONTROL A. Horizontal slab finishes will be accepted provided: 1. Applicable specification requirements are satisfied. 2. Water does not pond in areas sloped to drain. 3. Gap between a 10 FT straightedge placed anywhere and the finished surface does not exceed: a. Class A tolerance: 1/8 IN. b. Class B tolerance: 1/4 IN. c. Class C tolerance: 1/2 IN. 4. Accumulated deviation from intended true plane of finished surface does not exceed 1/2 IN. 5. Accuracy of floor finish does not adversely affect installation and operation of movable equipment,floor supported items,or items fitted to floor(doors,tracks,etc.). B. Unacceptable finishes shall be replaced or,if approved in writing by Engineer,may be corrected provided strength and appearance are not adversely affected. 1. High spots to be removed by grinding and/or low spots filled with a patching compound or other remedial measures to match adjacent surfaces. 3.4 PROTECTION A. All horizontal slab surfaces receiving applied toppings or sealer compound shall be kept free of traffic and loads for minimum of 10 days following installation of topping or compound. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- CONCRETE FINISHING AND REPAIR OF SURFACE DEFECTS 03348-6 F)l DIVISION 05 SECTION 05505 METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Anchor bolts. 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. 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). 2. ASTM International(ASTM): a. F467, Specification for Nonferrous Nuts for General Use. b. F468, Specification for Nonferrous Bolts,Hex Cap Screws,and Studs for General Use. c. F593, Specification for Stainless Steel Bolts,Hex Cap Screws,and Studs. B. Qualifications: 1. Qualify welding procedures and welding operators in accordance with AWS. 2. Fabricator shall have minimum of 10 years experience in fabrication of metal items specified. 3. Engineer for contractor-designed systems and components: Professional structural engineer licensed in the State of Montana. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. B. Hardware: As defined in ASTM A153. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings and details: a. Submit drawings for all fabrications and assemblies: 1) Include erection drawings,plans,sections,details and connection details. b. Identify materials of construction, shop coatings and third party accessories. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Provide manufacturer's standard allowable load tables for the following: 1) Grating and checkered plate. 2) Expansion anchor bolts. 10059730 City of Bozeman Small Works Project No. I- METAL FABRICATIONS 05505- 1 3) Adhesive anchor bolts. 4) Castings,trench covers and accessories. 4. Contractor designed systems and components,including but not limited to,stairs,landings and ladders: Certification that manufactured units meet all design loads specified: a. Shop Drawings and engineering design calculations: 1) Indicate design live loads. 2) Sealed by a professional structural engineer. 3) Engineer will review for general compliance with Contract Documents. B. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certification of welders and welding processes: a. Indicate compliance with AWS. 1.5 DELIVERY,STORAGE AND HANDLING A. Deliver and handle fabrications to avoid damage. B. Store above ground on skids or other supports to keep items free of dirt and other foreign debris and to protect against corrosion. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Expansion anchor bolts: a. Hilti Inc. b. ITW Ramset/Red Head. c. Powers Rawl. d. Simpson Strongtie. 2. Epoxy adhesive anchor bolts: a. Hilti Inc. b. ITW Ramset/Red Head. c. Powers Rawl. d. Simpson Strongtie. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Embedded Anchor Bolts: 1. Type 304 or 316 stainless steel with matching nut and washer. B. Expansion Anchor Bolts and Adhesive Anchor Bolts: 1. Stainless steel,Type 304, 314 or 316. 2. Provide minimum edge distance cover and spacing as recommended by manufacturer, or as indicated on Drawings whichever is larger: a. Minimum embedment as recommended by manufacturer or eight(8)diameters of bolt, whichever is larger. b. Notify Engineer if required depth of embedment cannot be achieved at a particular anchor bolt location. C. Dissimilar Materials Protection: See Section 09905. 2.3 FABRICATION A. Verify field conditions and dimensions prior to fabrication. 10059730 City of Bozeman Small Works Project No. l- METAL FABRICATIONS 05505-2 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. Conceal fastenings where practicable. 2.4 SOURCE QUALITY CONTROL A. Surface Preparation: 1. Refer to Section 09905 for surface preparation requirements. B. Shop Applied Paint Coating Application: 1. Refer to Section 09905 for painting requirements. 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. Bolt Field Connections: Where practicable,conceal fastenings. C. Grind welds smooth where field welding is required. D. Field cutting grating or checkered plate to correct fabrication errors is not acceptable: 1. Replace entire section. E. Remove all burrs and radius all sharp edges and corners of miscellaneous plates,angles, framing system elements,etc. F. Unless noted or specified otherwise: 1. Connect aluminum and steel members to concrete and masonry using stainless steel expansion anchor bolts or adhesive anchor bolts unless shown otherwise: a. Provide dissimilar materials protection. 2. Provide washers for all bolted connections. 3. Where exposed,bolts shall extend a maximum of 3/4 IN and a minimum of 1/2 IN above the top nut: a. If bolts are cut off to required maximum height,threads must be dressed to allow nuts to be removed without damage to the bolt or the nuts. G. Install and tighten ASTM A325 high-strength bolts in accordance with the AISC Manual of Steel Construction-Allowable Stress Design(ASD): 1. Provide hardened washers for all ASTM A325 bolts: a. Provide the hardened washer under the element(nut or bolt head)turned in tightening. 10059730 City of Bozeman Small Works Project No. 1 - METAL FABRICATIONS 05505-3 H. After bolts are tightened,upset threads of ASTM A307 unfinished bolts or anchor bolts to prevent nuts from backing off. I. Secure metal to wood with lag screws of adequate size with appropriate washers. J. Do not field splice fabricated items unless said items exceed standard shipping length or change of direction requires splicing. 1. Provide full penetration welded splices where continuity is required. K. Provide each fabricated item complete with attachment devices as indicated or required to install. L. Anchor such that work will not be distorted nor fasteners overstressed from expansion and contraction. M. Tie anchor bolts in position to embedded reinforcing steel using wire: 1. Tack welding prohibited: a. Coat bolt threads and nuts with heavy coat of clean grease. 2. Anchor bolt location tolerance: a. 1/16 IN. b. Provide steel templates for all column anchor bolts. 3.3 CLEANING A. After erection,installation or application,clean all miscellaneous metal fabrication surfaces of all dirt,weld slag and other foreign matter. B. Provide surface acceptable to receive field applied paint coatings specified in Section 09905. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - METAL FABRICATIONS 05505-4 DIVISION 07 THERMAL AND MOISTURE PROTECTION SECTION 07534 ADHERED ELASTOMERIC (EPDM) SHEET ROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Adhered elastomeric(EPDM)member roofing for: a. Digester No. 1 and No.2 and attached Control Building Replacement. 2. Roof insulation. 3. Vapor retarder. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 06100-Rough Carpentry. 4. Section 07600-Flashing and Sheet Metal. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International(ASTM): a. C578, Standard Specification for Rigid,Cellular Polystyrene Thermal Insulation. b. D4637, Standard Specification for EPDM Sheet Used in Single-Ply Roof Membrane. c. E96, Standard Test Methods for Water Vapor Transmission of Materials. 2. FM Global(FM): a. Approval Guide: 1) 1-28,Design Wind Loads. 2) Fire Resistance Ratings of Building Materials. 3. Underwriters Laboratories, Inc. (UL): a. Building Materials Directory. B. Qualifications: 1. Applicator factory trained and approved in writing by roofing manufacturer. 2. Applicator shall have a minimum of 10 years experience installing roof membrane systems similar to system specified: a. Minimum of five(5)years of the 10 years experience shall have been spent installing roof systems manufactured by the company proposed for use. 1.3 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Scaled outline of roof showing slopes,walkway pad layout, edge details,penetrations and details,and any special condition not covered on the Drawings: 1) Minimum plan scale: 1/8 IN= 1 FT. 10059730 City of Bozeman Small Works Project No.i- ADHERED ELASTOMERIC(EPDM)SHEET ROOFING 07534-1 2) Minimum detail scale: 1-1/2 IN= 1 FT. b. Provide tapered insulation shop drawings illustrating installation patterns and dimensions for each tapered module. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Product data sheet on all components of roof system. B. Maintenance Information: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. C. Miscellaneous Submittals: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Certifications Prior to Installation: a. Certification of applicator qualifications. b. Certificates showing testing agency approval of assembly for ratings indicated. c. Letter from roofing manufacturer and insulation manufacturer stating that roof insulation being used is compatible with roofing system and will perform properly for intended use. d. Letter from mechanical fastener manufacturer stating that fasteners being used are compatible with roofing system and will perform properly for intended use. e. Letter from roofing manufacturer and insulation manufacturer stating that treated wood specified is compatible with roofing system and is acceptable for intended use. f. Letter from adhesive manufacturer and insulation manufacture stating that adhesive being used is compatible with roof insulation and will perform properly for intended use. 3. Certifications for final closeout: a. Certification by roofing manufacturer's representative that roof has been installed properly. b. Warranty. 1.5 WARRANTY A. Manufacturer's 15 year labor and materials watertight warranty signed by roofing material's manufacturer and applicator: 1. Warranty to cover all materials provided by roofing manufacturer. 2. Warranty to include provision to allow Owner to make emergency repairs. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. TPO single ply sheet roofing system: a. GAF Materials Corporation. b. Firestone Building Products Co. c. JP Stevens Corporation. d. Gen Corp. 2. Vapor retarder: a. As recommended by roofing manufacturer. 3. Treated wood blocking: a. See Section 06100. 4. Adhesive: a. As recommended by roofing manufacturer and approved by insulation manufacturer. 10059730 City of Bozeman Small Works Project No. 1- ADHERED ELASTOMERIC(EPDM)SHEET ROOFING 07534-2 5. Polystyrene insulation: a. Amoco Foam Products. b. Dow Chemical Company. c. UC Industries. 6. Polyisocyanurate insulation: a. Firestone Building Products Co. b. GAF Materials Corporation. c. Apache Products Co. d. Atlas Roofing Corporation. e. Celotex Corp. 7. Other materials: a. Manufacturers as noted. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 DESIGN CRITERIA A. Roof Assembly Design Criteria: 1. Fire resistance: a. UL Class A roof covering. 2. Hail and wind uplift resistance: a. FM 1-28: Class 1A-90. B. Roofing System: TPO sheet.Uniform,flexible sheet formed from a scrim reinforced thermoplastic polyolefin polymer, complying with ASTM D 4637,Type 1,over sheathing, where required over vapor retarder. 2.3 SYSTEM COMPONENTS A. Use only materials approved by roofing materials manufacturer. B. Roofing Membrane: 1. EPDM rubber sheet with non-woven polyester fleece backing. 2. 60 Mils thick. 3. Color: Gray. 4. ASTM D4637. C. Roof Insulation: 1. Rigid polyisocyanurate foam boards. 2. Meets ASTM C1289,Class 1,Type II. 3. Foil facers. 4. Compressive strength: ASTM D1621,minimum 20 psi. 5. Density: ASTM D 1622,2 pcf. 6. Water absorption,ASTM C209,less than 1.0 percent. 7. Water vapor transmission: ASTM E96,less than 1.0 percent perm. 8. Thermal resistance (R-Value): Minimum 6.5 IN. 9. Thickness: Minimum 3 IN: a. Provide a minimum average R-Value of R-38 for entire assembly. 10. Taper to provide slope of 1.4 IN/FT or as noted on Drawings. 11. Similar to Apache"ISOFOIL". D. Vapor Retarder: 1. Maximum perm rating: 0.10 gms H2O/100 SQ IN/24 HRS,ASTM E96 Procedure A. 2. Acceptable to roof membrane manufacturer and insulation manufacturer. 3. Compatible with adhesives being used. 4. Sheathing: Minimum 1.2 IN thick fire-rated material approved by the roofing manufacturer, UL and FM. E. Flashing: 60 Mil thick EPDM. 10059730 City of Bozeman Small Works Project No. 1 - ADHERED ELASTOMERIC(EPDM)SHEET ROOFING 07534-3 F. Adhesives,Tapes,Cements and Sealants: Roofing manufacturer's standard. G. Roofing Accessories: 1. Use manufacturer's standard prefab rubber accessories where available. 2. Provide: a. Nailing strips: As detailed and required by manufacturer. b. Pipe flashings: Provide for each pipe penetration;include all clamps and adhesive. c. Walkway pads: 1) Manufacturer's standard molded rubber pad with slip resistant surface. 2) Minimum 24 x 24 x 3/16 IN. 3) Rolled walkway pad minimum 24 IN wide x 3/16 IN thick may be used at contractor option. 3. Roof Curbs: a. Minimum 18 GA steel galvanized per ASTM A924. b. Insulated: Minimum 1-1/2 IN rigid polystyrene with sheet metal liner. c. Factory installed fire-retardant treated wood nailer. d. Minimum 12 IN high. e. Fabricated to conform to roof pitch indicated. f. Similar to ThyCurb Model TC-3. H. Provide all miscellaneous accessories as required. I. Mechanical fasteners as recommended by component manufacturer and FM. 2.4 MAINTENANCE MATERIALS A. Provide Owner with patch repair kit containing as a minimum: 1. Lap sealant. 2. Piece of roofing membrane 2 x 2 FT. 3. Adhesive and primer. B. Instruct Owner's personnel on making emergency patch and repairs to roof. C. Owner to notify roofing manufacturer within three(3)working days if emergency repairs are made by Owner personnel. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install all treated wood nailers not indicated,but required;nailers indicated are part of work of Section 06100: 1. Refer to Section 06100 for treated wood requirements. C. Installation of Vapor Retarder: 1. Install vapor retarder over decking,using adhesive recommended by roofing manufacturer: a. Extend up face of parapet wall to top of insulation. 2. Lap side joints 4 IN,lap ends 6 IN and seal all laps with adhesive. 3. Repair all damage and tears in accordance with vapor retarder manufacturer's recommendations. D. Installation of Sheathing: 1. Lay sheathing tightly butted and cut to fit around all penetrations. 2. Attach sheathing to deck using mechanical fasteners in accordance with manufacturer and FM recommendations. 3. Calk around all penetrations with sealant acceptable to sheathing,roof membrane,and insulation manufacturer. 10059730 City of Bozeman Small Works Project No. I - ADHERED ELASTOMERIC(EPDM)SHEET ROOFING 07534-4 E. Installation of Insulation: 1. Cut insulation neatly to fit around all roof penetrations and projections. 2. Butt joints tightly. 3. Attach insulation using mechanical fasteners in accordance with manufacturer's recommendations for uplift rating required. 4. Provide tapered insulation where shown or required. 5. Provide cricket behind all roof penetrations larger than 12 IN. F. Installation of Roofing: 1. Install roofing using adhesive recommended by roofing manufacturer. 2. Seal seams with lap sealant same day they are laid: a. Extend roofing or flashing up face of parapet,over top of wood blocking and down face of wall to bottom of wood blocking: 1) Provide in one(1)piece with no horizontal joints. 3. Install flashing at all vertical surfaces,roof interruptions and penetrations: a. Flash all roof penetrations in accordance with roofing manufacturer's standard details. 4. Install walking surfaces where indicated. 3.2 FIELD QUALITY CONTROL A. Provide services of manufacturer's field service representative as required. B. Protect installed insulation from water using water cut-offs in bad weather and at end of work period. C. Remove and replace wet insulation and sheathing. END OF SECTION 10059730 City of Bozeman Small Works Project No. I - ADHERED ELASTOMERIC(EPDM)SHEET ROOFING 07534-5 SECTION 07900 JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sealant work. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 07840-Frrestopping. C. Work included consists of but is not necessarily limited to: 1. Sealing all joints which will permit penetration of dust,air or moisture,unless sealing work is specifically required under other sections: a. Work may include the following: 1) Flashing reglets and retainers. 2) Exterior wall joints. 3) Masonry control joints,exterior and interior and between masonry and other materials. 4) Flooring joints. 5) Isolation joints. 6) Joints between paving or sidewalks and building. 7) Concrete construction,control and expansion joints,exterior and interior. 8) Sawed joints in interior concrete slabs. 9) Joints between precast roof units,between precast roof units and walls,and all exterior and interior joints between precast wall panels. 10) Joints at penetrations of walls, floors and decks by piping and other services and equipment. 11) Exterior and interior perimeters of exterior and interior door and window frames, louvers, grilles,etc. 12) Thresholds at exterior doors. 13) Sealing of plumbing fixtures to floor or wall. 14) Sealing around piping,duct or conduit penetrations through roof,floors,interior and exterior walls. a) See Section 07840 for firestopping these penetrations. 15) Sealing perimeter and penetrations of sound insulated walls. 16) Other joints where calking, sealant,expanding foam sealant or compressible sealant is indicated. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute(ACI): a. 3 02.1 R,Guide for Concrete Floor and Slab Construction. 2. ASTM International(ASTM): a. C834, Standard Specification for Latex Sealants. b. C920, Standard Specification for Elastomeric Joint Sealants. c. C1521, Standard Practice for Evaluating Adhesion of Installed Weatherproofing Sealant Joints. 3. National Sanitation Foundation International(NSF). 4. Underwriters Laboratories, Inc.,(UL). 10059730 City of Bozeman Small Works Project No. I - JOINT SEALANTS 07900-1 B. Qualifications: Sealant applicator shall have minimum five(5)years experience using products specified on projects with similar scope. C. Mock-Ups: 1. Before calking work is started,a mock-up of each type of joint shall be calked where directed by the Engineer: a. The approved mock-ups shall show the workmanship,bond,and color of calking materials as specified or selected for the work and shall be the minimum standard of quality on the entire project. b. Each sample shall cure for a minimum of seven(7)days at which time the sealant manufacturer's authorized factory representative shall perform adhesion tests on each sample joint: 1) Perform adhesion tests per ASMT C1521. 2) If mock-up is not acceptable or if adhesion test fails,provide additional mock-up as required until acceptable to Engineer. 1.3 DEFINITIONS A. "Caulk(ing)," "calk(ing)," and"sealant": Joint sealant work. B. "Interior wet areas": Toilets, showers,laboratories,wet wells and similar areas. C. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. D. Finish sealant: Sealant material per this specification applied over face of compressible sealant or expanding foam sealant specified,to provide a finished, colored sealant joint. E. Defect(ive): Failure of watertightness or airtightness. F. Corrosive Areas Include: 1. Headworks. 2. Digester Control Building. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturer's recommendations for joint cleaner,primer,backer rod,tooling and bond breaker. 3. Warranty. 4. Certification from sealant manufacturer stating product being used is recommended for and is best suited for joint in which it is being applied. 5. Certification of applicator qualification. B. Samples: 1. Cured sample of each color for Engineer's color selection. 2. Color chart not acceptable. C. Miscellaneous Submittals: See Section 01340 for requirements for the mechanics and administration of the submittal process. D. Test Results: 1. Provide adhesion test results for each sealant sample providing adhesion results compared to adhesion requirements. 10059730 City of Bozeman Small Works Project No. 1- JOINT SEALANTS 07900-2 2. Manufacturer's authorized factory representative recommended remedial measure for all failing tests. 1.5 DELIVERY,STORAGE,AND HANDLING A. Deliver material in manufacturer's original unopened containers with labels intact: Labels shall indicate contents and expiration date on material. 1.6 WARRANTY A. Material and Labor Warranty: 1. Sealant work free of defects for a period of three(3)years from date of final acceptance. 2. Remove any defective work or materials and replace with new work and materials. 3. Warranty signed jointly by Applicator and sealant manufacturer. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Polyurethane sealants: a. Pecora. b. Sika Chemical Corp. c. Sonnebom-Rexnord. d. Tremco. 2. Silicone sealants: a. General Electric. b. Dow Corning Corp. c. Tremco. 3. Compressible sealant: a. Polytite Manufacturing Corporation. b. Emseal. c. Norton. d. Sandell. 4. Fire-resistant sealant: See Section 07840. 5. Acoustical sealant: a. Pecora. b. Sonnebom. c. Tremco. 6. Polysulfide rubber sealant: a. Pecora. b. Sonnebom. c. Morton Polymer Systems. 7. Expanding foam sealant: a. Macklanburg Duncan. b. Convenience Products. c. FAI International,Inc. d. Power Fasteners. 8. Polyurea joint filler: a. Dayton Superior Specialty Chemical Corporation. b. Euclid Chemical Co. c. L&M Construction Chemicals, Inc. d. Sonnebom. 9. Backer rod,compressible filler,primer,joint cleaners,bond breaker: As recommended by sealant manufacturer. 10059730 City of Bozeman Small Works Project No. I- JOINT SEALANTS 07900-3 B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Sealants-General: 1. Provide colors matching materials being sealed. 2. Where compound is not exposed to view in finished work,provide manufacturer's color which has best performance. 3. Nonsagging sealant for vertical and overhead horizontal joints. 4. Sealants for horizontal joints: Self-leveling pedestrian/traffic grade. B. Polyurethane Sealant: 1. One(1)or two(2)components. 2. Paintable. 3. Meet ASTM C920 Type S or Type M,Grade NS or P,Class 25,Use NT,T,M,A and O: a. Pecora Dynatrol-IXL,Dynatrol II,Urexpan NR-200,NR-201. b. Sika Chemical Corporation Sikaflex-la, Sikaflex-2C NS/SL. c. Sonneborn Sonolastic NP-1,NP-II, SL-1 SL-2. d. Tremco Dymonic or Dymeric,Vulkem 116,227,45,245. C. Silicone Sealant: 1. One(1)component. 2. Meet ASTM C920,Type S,Grade NS,Class 25,Use NT,G,A,O: a. General Electric: Silpruf, Silglaze 11. b. General Electric: Sanitary 1700 sealant for sealing around plumbing fixtures. c. Dow Corning: 786 for sealing around plumbing fixtures. d. Dow Corning: 790,795. e. Tremco: Spectrem 1, Spectrem 3,Tremsil 600. 3. Mildew resistant for sealing around plumbing fixtures. D. Compressible Sealant: 1. Size so that width of material is twice joint width. 2. Foamed polyurethane strip saturated with polymerized polyeutylene waterproofing coated on front face with nonreactive release agent that will act as bond breaker for applied sealant: a. Polytite Manufacturing Corp. "Polytite-B." 3. Fire rated where required. E. Joint Cleaner,Primer,Bond Breaker: As recommended by sealant manufacturer. F. Sealant Backer Rod and/or Compressible Filler: 1. Closed cell polyethylene,polyethylene jacketed polyurethane foam,or other flexible, nonabsorbent,nonbituminous material recommended by sealant manufacturer to: a. Control joint depth. b. Break bond of sealant at bottom of joint. c. Provide proper shape of sealant bead. d. Serve as expansion joint filler. G. Adhesive, Compressible Sealant: As recommended by sealant manufacturer. H. Fire-Resistant Sealant: See Section 07840. I. Expanding Foam Sealant: 1. One(1)or two(2)component fire rated moisture cured expanding urethane. 2. Shall not contain formaldehyde. 3. Density: Minimum 1.5 pcf. 4. Minimum 70 percent closed cell content. 5. R-value minimum 5.0/IN. 6. Flame spread: Less than 25. 7. Smoke developed: Less than 25. 10059730 City of Bozeman Small Works Project No. 1- JOINT SEALANTS 07900-4 J. Acoustical Sealant: 1. One(1)component siliconized acrylic latex sealant. 2. Non-staining, non-bleeding. 3. Compatible with paints specified for adjoining materials: a. See Section 09905. 4. Meet ASTM C834: a. Pecora-AC20+. b. Sonnebom-Sonolac. c. Tremco-Tremflex 834. K. Polysulfide Rubber Sealant: 1. One(1)or two(2)component. 2. Meet ASTM C920: a. Pecora Synthacalk GC2+. b. Sonneborn-Sonolastic-two-part polysulfide sealant. c. Morton Polymer Systems-Thiokol Sealants. L. Polyurea Joint Filler: 1. Two(2)component, semi-rigid material for filling control, sawcut and construction joints in interior concrete floors: a. Dayton Superior Specialty Chemical Corp. "Joint Fill,Joint Seal,Joint Saver II" as required for condition and recommended by manufacturer. b. Euclid Chemical Co. "EUCO QWIK"joint. c. L&M Construction Chemicals,Inc. "Joint Tite 750". d. Sonneborn"TF-100" control joint filler. 2. Comply with ACI 302.1 R performance recommendations regarding control and construction joints. 3. Color: Gray. PART 3 - EXECUTION 3.1 PREPARATION A. Before use of any sealant,investigate its compatibility with joint surfaces,fillers and other materials in joint system. B. Use only compatible materials. C. Where required by manufacturer,prime joint surfaces: 1. Limit application to surfaces to receive calking. 2. Mask off adjacent surfaces. D. Provide joint depth for joints receiving polyurea joint filler in accordance with manufacturer's recommendations. 3.2 INSTALLATION A. Install products in accordance with manufacturer's instructions and UL requirements. B. Clean all joints. C. Make all joints water and airtight. D. Make depth of sealing compounds,except expanding foam and polyurea sealant,not more than one-half width of joint,but in no case less than 1/4 IN nor more than 1/2 IN unless recommended otherwise by the manufacturer. E. Provide correctly sized backer rod,compressible filler or compressible sealant in all joints to depth recommended by manufacturer: 1. Take care to not puncture backer rod and compressible filler. 10059730 City of Bozeman Small Works Project No. 1 - JOINT SEALANTS 07900-5 2. Provide joint backer rod as recommended by the manufacturer for polyurea joint filler. F. Apply bond breaker where required. G. Tool sealants using sufficient pressure to fill all voids. H. Upon completion,leave calking with smooth,even,neat finish. I. Where piping,conduit,ductwork,etc.,penetrate wall, seal each side of wall opening. J. Install compressible sealant to position at indicated depth: 1. Take care to avoid contamination of sides of joint. 2. Protect side walls of joint(to depth of finish sealant). 3. Install with adhesive faces in contact with joint sides. 4. Install finish sealant where indicated. K. Install expanding foam sealant to minimum 4 IN depth or thickness of wall being penetrated if less than 4 IN or as indicated on Drawings: 1. Provide adequate fire rated backing material as required. 2. Hold material back from exposed face of wall as required to provide backer rod and finish sealant: a. Allow expanding foam sealant to completely cure prior to installing backer rod and finish sealant. 3. Material shall be minimum of 70 DegF prior to and during installation. 4. Trim off excess material flush with surface of the wall if not providing finished sealant. 5. Prior to using expanding foam sealant in openings occurring in the veneer wythe of cavity wall construction,install backer rod to a depth that will provide sufficient foam sealant depth, per the manufacturer,and will also prevent the foam from expanding into and filling the cavity. 3.3 FIELD QUALITY CONTROL A. Adhesion Testing: 1. Perform adhesion tests in accordance with ASTM C1521 per the following criteria: a. Water bearing structures: One(1)test per every 1000 LF of joint sealed. b. Exterior precast concrete wall panels: One(1)test per every 2000 LF of joint sealed. c. Chemical containment areas: One(1)test per every 1000 LF of joint sealed. d. Building expansion joints: One(1)test per every 500 LF of joint sealed. e. All other type of joints except butt glazing joints: One(1)test per every 3000 LF of joint sealed. f. Manufacturer's authorized factory representative shall recommend, in writing,remedial measures for all failing tests. 3.4 SCHEDULE A. Furnish sealant as indicated for the following areas: 1. Exterior areas: Polyurethane or Silicone. 2. Interior wet areas: Polyurethane or Silicone. 3. Interior wet,corrosive areas: Polyurethane or Polysulfide. 4. Interior nonwet,corrosive areas: Polyurethane or Silicone. 5. Interior nonwet,noncorrosive areas: Polyurethane or Silicone. 6. Fire-rated construction: See Section 07840. 7. Sound insulated construction: a. Acoustical sealant. 8. Compressible sealant: Where indicated. 9. Sealant which will be subject to prolonged contact with or submersion in water(except wastewater and sewage): a. Polysulfide or polyurethane: NSF approved for use in potable water tanks. 10. Penetrations exterior wall above grade: 10059730 City of Bozeman Small Works Project No. I - JOINT SEALANTS 07900-6 a. For non-corrosive areas,provide expanding urethane foam,with polyurethane finish sealant. b. For corrosive areas,provide expanding urethane foam,bond breaker and polysulfide finish sealant on corrosive side with polyurethane finish sealant on non-corrosive side. 11. Sealant which will be immersed in wastewater or sewage: Polysulfide. 12. Interior concrete floor control joints or sawed joints: Polyurea joint filler. 13. Sealing around plumbing fixtures: Silicone. 14. Plastic laminate casework,plastic laminate countertops and solid surface materials: Silicone. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - JOINT SEALANTS 07900-7 DIVISION 09 SECTION 09905 PAINTING AND PROTECTIVE COATINGS PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Painting and protective coatings. 2. Minimum surface preparation requirements. B. Related Sections include but are not necessarily limited to: 1. Section 01340—Submittals. 2. Section 01640—Product Substitutions. 3. Section 11336—Secondary Clarifier Effluent Weirs and Scum Baffles 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International(ASTM): a. D4258,Practice for Surface Cleaning Concrete for Coating. b. D4259,Practice for Abrading Concrete. c. D4261,Practice for Surface Cleaning Concrete Unit Masonry for Coating. d. D4262,Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces. e. D4263,Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method. f. E84,Test Method for Surface Burning Characteristics of Building Materials. 2. American Water Works Association(AWWA). 3. National Association of Corrosion Engineers(NACE): a. Surface Preparation of Concrete. 4. National Bureau of Standards(NBS): a. Certified Coating Thickness Calibration Standards. 5. National Fire Protection Association(NFPA): a. 101,Life Safety Code. 6. National Sanitation Foundation International(NSF): a. 61,Drinking Water System Components-Health Effects. B. Qualifications: 1. Contractor and applicators shall have minimum of ten years experience in application of specified products to surfaces of steel and concrete surfaces. Provide references for mini- mum of five different projects completed in last five years with similar scope of work. Include name and address of project,size of project in value(painting)and contact person. a. Submit Painting Subcontractor's qualifications including in the following information: 1) References for a minimum of five different projects completed in the last five years. Include name and address of project,size of project in value(painting),name of NACE inspector(if available),and Owner's contact person. 2) Name and resume for painting subcontractor's on-site superintendent. 3) Name and resume for painting subcontractor's office project manager. 4) Letter from proposed coating products manufacturer stating that the applicator has been instructed in the use of the proposed products and has successfully applied them on projects of similar size and scope. Include a list of projects and Owner's contact name. 5) Documentation that painting Subcontractors meet the qualification requirements listed herein. 2. The Contractor shall submit a written statement by the coatings manufacturer stating that the Contractor is familiar with the materials specified and has workers that have been factory trained and are capable of performing the work specified herein. 10059730 City of Bozeman Small Works Project No. I- PAINTING AND PROTECTIVE COATINGS 09905- 1 3. The personnel performing the work shall be knowledgeable and have the required experience and skill to adequately perform the work for this project,in accordance with SSPC-PA1,"Shop,Field and Maintenance Painting". C. General: 1. Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation,application and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards and are approved by the Engineer. Provide daily field log of coatings application during all work performed. D. Pre-painting Activities Conference: 1. Contractor shall arrange a pre-painting conference at the project site to ensure that all parties involved,including paint supplier,and painting subcontractor,are familiar with the entire Work and all specifications,safety codes,jobsite conditions,and equipment requirements. 2. At the meeting,Contractor shall review the project schedule including the starting date,du- ration,and completion dates for painting each major component. E. Surface Preparation: 1. Surface preparation will be based upon comparison with:NACE Standard SSPC-SP 13 No.6 "Surface Preparation of Concrete",Joint Surface Preparation Standards and ICRI Technical Guidelines;in all cases the written standard shall take precedence over the visual standard. F. Application: 1. No coating or paint shall be applied when: a. The surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein. b. Rain,snow,fog or mist is present. c. The temperature is less than 5 FT above the dew point. d. The air temperature is expected to drop below the minimum temperature for the products specified within six hours after application of coating. e. Dewpoint shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S.Department of Commerce Weather Bureau Psychometric Tables. 2. If any of the above conditions are prevalent,coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. G. Thickness Checking: 1. Thickness of coatings and paint shall be checked with a non-destructive,magnetic-type thickness gauge,as per SSPC-PA 2"Measurement of Dry Film Thickness with Magnetic Gages". References in PA 2 that allow 80 percent of the minimum thickness specified are not acceptable. 2. Inspection Devices: 3. The contractor shall furnish,until final acceptance of coating and painting is accepted, inspection devices in good working condition for measurement of dry film thickness of coating and paint. The Contractor also shall furnish U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates and/or plastic shims, depending upon the thickness gauge used,to test the accuracy of dry film thickness gauges. Dry film shall be made available for the Engineer's use at all times until final acceptance of application. H. Inspection: 1. Inspection for this project shall consist of`hold point' inspections.The Owner's Inspector shall inspect the surface prior to abrasive blasting,after abrasive blasting but prior to application of coating materials,and between subsequent coats of material. Final inspection shall take place after all coatings are applied,but prior to placing the item in service. Contractor will provide sufficient OSHA rigging so that the Engineer, Owner or their representative shall be able to conduct the follow-up spot inspections. All inspections shall be conducted in accordance with SSPC,NACE,and the contract specifications. 10059730 City of Bozeman Small Works Project No. I- PAINTING AND PROTECTIVE COATINGS 09905-2 2. For shop priming,the shop operation shall be inspected by the inspector after surface preparation and prior to prime coat application. I. Miscellaneous: 1. Furnish paint through one manufacturer unless noted otherwise. 2. Coatings in contact with water should be compliant with NSF 61 standards. J. Deviation from specified mil thickness or product type is not allowed without written authorization of Engineer. K. Material may not be thinned unless approved, in writing,by paint manufacturer's authorized representative. 1.3 SAFETY AND HEALTH REQUIREMENTS A. General: 1. In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals,the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site. Contractor is responsible for the health and safety of all his employees. B. Temporary Ladders and Scaffolding: 1. All temporary ladders and scaffolding shall conform to applicable safety requirements. 2. They shall be erected where requested by the Engineer to facilitate inspection and be moved by the Contractor to locations requested by the Engineer. 1.4 DEFINITIONS A. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. B. Approved Factory Finish: Finish on a product in compliance with the finish specified in the section where the product or approved equal is specified. C. Corrosive Environment: Immersion in,or not more than 6 IN above,or subject to frequent condensation,spillage or splash of a corrosive material such as water,wastewater,or chemical solution;or chronic exposure to corrosive,caustic or acidic agent,chemicals,chemical fumes, chemical mixture, or solutions with pH range of 5 -9.All water/wastewater containing tanks, channels and/or structures are included in this category. D. Highly Corrosive Environment: Immersion in,or not more than 6 IN above, or subject to frequent condensation,spillage or splash of a corrosive material such as water,wastewater,or chemical solution; or chronic exposure to corrosive,caustic or acidic agent,chemicals,chemical fumes,chemical mixture,or solutions with pH range below 5 or above 9.All chemical tanks and containment areas are included in this category. E. Exposed Exterior Surface: Surface which is exposed to weather but not necessarily exposed to view as well as surface exposed to view. Exterior surfaces are considered corrosive environment. F. Finished Area: One that has the finish called for on Room Finish Schedule or is indicated,on Drawings,to be painted. G. Paint includes fillers,primers, sealers,emulsions, oils, alkyds,latex,enamels,thinners,stains, epoxies,vinyls,chlorinated rubbers,urethanes,shellacs,varnishes,and any other applied coating specified within this Section. H. Surface Hidden from View: Surfaces such as those within pipe chases,and between top side of ceilings(including drop-in the ceilings)and underside of floor or roof structure above. I. VOC: Volatile Organic Compounds. J. Water level for purposes of painting is: See Drawings. 10059730 City of Bozeman Small Works Project No. 1 - PAINTING AND PROTECTIVE COATINGS 09905-3 1.5 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's application instructions. c. Manufacturer's surface preparation instructions. d. If products being used are manufactured by Company other than listed in Article 2.2, provide complete individual data sheet comparison of proposed products with specified products including application procedure,coverage rates and verification that product is designed for intended use. e. Contractor's written plan of action for containing airborne particles created by blasting operation and location of disposal of spent contaminated blasting media. f. Coating manufacturer's recommendation on abrasive blasting. g. Manufacturer's recommendation for universal barrier coat. 3. Manufacturer's statement regarding Applicator instruction on product use. 4. Contractor and applicator experience qualifications: a. No submittal information will be reviewed until Engineer has received and approved Contractor and Applicator qualifications. 5. Certification that coating systems proposed for use have been reviewed and approved by 6. Senior Corrosion Specification Specialist employed by the coating manufacturer. B. Samples: 1. Manufacturer's full line of colors for Engineer's color selection. 2. After initial color selection by Engineer provide two 3 x 5 IN samples of each color selected. C. Submittal of proof that chemicals and materials meet NSF 60 and 61 D. Miscellaneous Submittals: 1. See Section 01340. 2. Approval of application equipment. 3. Applicator's daily record: a. Submit daily record at end of each week in which painting work is performed. 1.6 DELIVERY,STORAGE,AND HANDLING A. Deliver in original containers,labeled as follows: 1. Name or type number of material. 2. Manufacturer's name and item stock number. 3. Contents,by volume,of major constituents. 4. Warning labels. 5. VOC content. PART 2 - PRODUCTS A. ACCEPTABLE MANUFACTURERS B. Subject to compliance with the Contract Documents,only the following manufacturers are acceptable: 1. Tnemec. 2. Sherwin Williams. 3. Or equal. C. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. For unspecified materials such as thinner,provide manufacturer's recommended products. B. Paint Systems-General: 10059730 City of Bozeman Small Works Project No. I - PAINTING AND PROTECTIVE COATINGS 09905-4 I. P=prime coat. F1,F2 . . . Fri=first finish coat,second finish coat.nth finish coat,color as selected by Engineer. 2. If two finish coats of same material are required,Contractor may,at his option and by writ- ten approval from paint manufacturer,apply one coat equal to mil thickness of two coats specified. B. Products specified are manufactured by Tnemec.D. Paint Systems(Systems not shown are not used): 1. SYSTEM#2-Aromatic Polyurethane with Polyamidoamine Epoxy or Aliphatic Acrylic Polyurethane Enamel Finish Coat(s): a. Prime coat: 1) P1=1 coat,2.5 mils, Series 1 Omnithane(Modified Aromatic Polyurethane), VOC=2.79 b. Finish coat(s): 1) Interior: a) F1=1 coat, 5 mils,Series N69 Epoxoline(Polyamidoamine Epoxy), VOC=2.11 2) Exterior: a) F1=1 coat, 3 mils,Series N69 Epoxoline(Polyamidoamine Epoxy) b) F2=1 coat,2.5 mils, Series 1074 EnduraShield(Aliphatic Acrylic Polyurethane Enamel),VOC=2.45 2. SYSTEM#32—Epoxy Mortar Surfacer Filler/Moisture Cured Urethane,Lt. Gray a. Surfacer Filler: 1) P1 = 1 coat, 1/161h IN and fill all surface voids,Series 218 Mortar-Clad(Epoxy Mortar Surfacer Filler) b. Finish coat(s): 1) F1=1 coat,8 mils,Series 446 PermaShieldA4(Moisture Cured Urethane,Lt.Gray) 2) F2=1 coat,8 mils,Series 446 PermaShieldA4(Moisture Cured Urethane,Lt. Gray)Note:All Concrete surfaces to be inspected per RP-01-88. PART 3 - EXECUTION 3.1 SCHEDULE OF ITEMS TO BE PAINTED AND PAINTING SYSTEMS A. Concrete: 1. Secondary Clarifiers No. 1,No.2 and No.3: System#32: a. Interior concrete surfaces from 1 FT below normal operating level(EL.4609.75)and up to top of walls. B. Surfaces in Areas Not Considered Finished: System#2: 1. Paint following surfaces in areas not considered as finished area: a. Piping,valves,fittings,and hydrants except when covered by pipe jacketing and supports. b. Structural steel. c. Miscellaneous ferrous metal surfaces. d. Steel lintels and steel components of concrete lintels(plain or galvanized). 1) Steel components shall be completely painted(with both prime and finish coats) prior to installing in the wall. 3.2 PREPARATION A. General: 1. Prepare surfaces to be painted in accordance with coating manufacturer's instructions and this Section unless noted otherwise in the Specification. 2. Remove all dust,grease,oil,compounds,dirt and other foreign matter which would prevent bonding of coating to surface. B. Protection: 10059730 City of Bozeman Small Works Project No. 1- PAINTING AND PROTECTIVE COATINGS 09905-5 I. Protect surrounding surfaces not to be coated. 2. Remove and protect hardware,accessories,plates,fixtures,finished work,and similar items; or provide ample in-place protection. C. Prepare and Paint Before Assembly: Where component is subject to corrosive or highly corrosive environment,prepare and paint,before assembly,all surfaces which may be subject to environment which are inaccessible after assembly. D. Concrete: 1. Cure for minimum of 28 days. Verify that concrete surfaces have been cleaned and that voids have been filled in accordance with Section 03348: a. Concrete surfaces shall be cleaned in accordance with ASTM D4258. 2. Mechanically abrade concrete surfaces in accordance ASTM D4259 as recommended by coating manufacturer. 3. Abrasive blast concrete surfaces in accordance with SSPC SP-IYNACE No. 6 to provide profile recommended by coatings manufacturer. 4. Test pH of surface to be painted in accordance with ASTM D4262: a. If surface pH is not within coating manufacturer's required acceptable range,use methods acceptable to coating manufacturer as required to bring pH within acceptable range. b. Retest pH until acceptable results are obtained. 5. Verify that moisture content of surface to be painted is within coating manufacturer's recommended acceptable limits: a. Test moisture content of surface to be coated in accordance with ASTM D4263. b. After remedial measures have been taken to lower or raise moisture content,retest sur- face until acceptable results are obtained. 6. Coatings not terminating at a bottom, side or top of wall,require termination strip cut into the concrete surface. E. Ferrous Metal: 1. Prepare ductile iron pipe in accordance with pipe manufacturer's recommendations and AWWA. 2. Complete fabrication,welding or burning before beginning surface preparation. a. Chip or grind off flux,spatter, slag or other laminations left from welding. b. Remove mill scale. c. Grind smooth rough welds and other sharp projections. 3. Solvent clean in accordance with SSPC SP-1 all surfaces scheduled to receive additional SSPC surface preparation. 4. Surfaces subject to corrosive or highly corrosive environment exterior surfaces and all surfaces subject to immersion service: a. Near-white blast clean in accordance with SSPC SP-5/NACE No. 1. 5. All interior: a. Minimum commercial blast clean in accordance with SSPC SP-6/NACE No. 3. 6. Surfaces subject to high temperatures. a. SSPC-SP10/NACE 2. b. Heat in excess of 200 DegF: SSPC SP-6/NACE No. 3. 7. Surfaces of steel joists and steel trusses: a. Commercial blast clean the major portion of the truss in accordance with SSPC SP- 6/NACE No. 3. b. Power tool or hand clean tight connection areas and other difficult to access areas in accordance with SSPC SP-2 or SP-3. 8. Steel surfaces scheduled to receive paint system No. 24: a. White metal blast in accordance with SSPC SP-5/NACE No. 1. 9. Restore surface of field welds and adjacent areas to original surface preparation. 10. All surfaces of steel lintels and steel components of concrete lintels used in wall construction shall be completely painted with both prime and finish coats prior to placing in wall. 10059730 City of Bozeman Small Works Project No. I - PAINTING AND PROTECTIVE COATINGS 09905-6 F. Hollow Metal: 1. Solvent clean in accordance with SSPC SP-1. G. Galvanized Metal: 1. Solvent clean in accordance with SSPC SP-1 followed by abrasive brush blast in accordance with SSPC SP-7/NACE No.4 to provide 1 mil profile. H. Preparation by Abrasive Blasting: 1. Schedule the abrasive blasting operation so blasted surfaces will not be wet after blasting and before painting. 2. Perform additional blasting and cleaning as required to achieve surface preparation required. 3. Prior to painting,re-blast surfaces allowed to set overnight and surfaces that show rust bloom: a. Surfaces allowed to set overnight or surfaces which show rust bloom prior to painting shall be re-inspected prior to paint application. 4. Profile depth of blasted surface:Not less than 1 mil or greater than 2 mils unless required otherwise by coating manufacturer. 5. Provide compressed air for blasting that is free of water and oil. Provide accessible separa- tors and traps. 6. Confine blast abrasives to area being blasted: a. Provide shields of polyethylene sheeting or other such barriers to confine blast material. b. Plug pipes,holes,or openings before blasting and keep plugged until blast operation is complete and residue is removed. 7. Protect nameplates,valve stems,rotating equipment,motors and other items that may be damaged from blasting. 8. Re-blast surfaces not meeting requirements of these Specifications. 9. Abrasive blasting media may be recovered,cleaned and reused providing Contractor submits,for Engineer's review,a comprehensive recovery plan outlining all procedures and equipment proposed in reclamation process. 10. Properly dispose of blasting material contaminated with debris from blasting operation not scheduled to be reused. 3.2 APPLICATION A. General: 1. Thin,mix and apply coatings by brush,roller,or spray in accordance with manufacturer's installation instructions: a. Application equipment must be inspected and approved in writing by coating manufacturer. 2. Temperature and weather conditions: a. Do not paint surfaces when surface temperature is below 50 DegF unless product has been formulated specifically for low temperature application and application is approved in writing by Engineer and paint manufacturer's authorized representative. b. Avoid painting surfaces exposed to hot sun. Do not paint on damp surfaces. 3. Provide complete coverage to mil thickness specified: a. Thickness specified is dry mil thickness. b. All paint systems are"to cover." In situations of discrepancy between manufacturer's square footage coverage rates and mil thickness,mil thickness requirements govern. c. When color or undercoats show through,apply additional coats until paint film is of uniform finish and color. 4. If so directed by Engineer,do not apply consecutive coats until Engineer has had an opportunity to observe and approve previous coats. 5. Apply materials under adequate illumination. 6. Evenly spread to provide full,smooth coverage. 7. Work each application of material into corners,crevices,joints,and other difficult to work areas. Avoid degradation and contamination of blasted surfaces and avoid intercoat contamination: a. Clean contaminated surfaces before applying next coat. 8. Smooth out runs or sags immediately,or remove and recoat entire surface. 10059730 City of Bozeman Small Works Project No. I- PAINTING AND PROTECTIVE COATINGS 09905-7 9. Allow preceding coats to dry before recoating: a. Recoat within time limits specified by coating manufacturer. b. If recoat time limits have expired reprepare surface in accordance with coating manufacturer's printed recommendations. 10. Allow coated surfaces to cure prior to allowing traffic or other work to proceed. 11. When coating rough surfaces which cannot be backrolled sufficiently,hand brush coating to work into all recesses. 12. Backroll concrete surfaces with a roller if paint coatings are spray applied. B. Prime Coat Application: 1. Prime all surfaces indicated to be painted.Apply prime coat in accordance with coating manufacturer's written instructions and as written in this Section. 2. Ensure field-applied coatings are compatible with factory-applied coatings: a. Employ services of coating manufacturer's qualified technical representative: 1) Certify through material data sheets. 2) Perform test patch. b. If field-applied coating is found to be not compatible,require the coating manufacturer's technical representative to recommend,in writing,product to be used as barrier coat, thickness to be applied,surface preparation and method of application. c. At Contractor's option,coatings may be removed,surface reprepared,and new coating applied using appropriate paint system listed in paragraph 2.2 E: 1) All damage to surface as result of coating removal shall be repaired to original condition or better by Contractor at no additional cost to Owner. 3. Prime ferrous metals embedded in concrete to minimum of 1 IN below exposed surfaces.. 4. Ensure abrasive blasting operation does not result in embedment of abrasive particles in paint film. 5. Touch up damaged primer coats prior to applying finish coats.Restore primed surface equal to surface before damage. 6. Surface profile of concrete surfaces receiving Series 2.8 as a surfacer filler shall be no greater than'/the mil thickness of the next coat. C. Finish Coat Application: 1. Apply finish coats in accordance with coating manufacturer's written instructions and in accordance with this Section. 2. Touch up damaged finish coats using same application method and same material specified for finish coat.Prepare damaged area in accordance with Article 3.4. 3.3 COLOR CODING A. Color and band piping in accordance with Owner color scheme. 1. Band piping using maximum of three different colors at 20 FT maximum centers. 2. Place bands: a. Along continuous lines. b. At changes in direction. c. At changes of elevation. d. On both sides of an obstruction(e.g.,wall,ceiling)that painted item passes through. 3. Band width for individual colors(pipe diameter measured to outside of insulation,if applicable): a. Piping up to 8 IN DIA: 2 IN minimum. b. Piping greater than 8 IN up to 24 IN DIA: 4 IN minimum. c. Piping greater than 24 IN up to 48 IN DIA: 6 IN minimum. d. Piping greater than 48 IN DIA: 8 IN minimum. 3.4 FIELD QUALITY CONTROL A. Maintain Daily Record: 1. Provide the following information for each coat of paint applied: a. Date,starting time,end time,and all breaks taken by painters. b. For exterior painting: 1) 1Sky condition. 10059730 City of Bozeman Small Works Project No. 1- PAINTING AND PROTECTIVE COATINGS 09905-8 2) Wind speed and direction. c. Air temperature. d. Relative humidity. e. Moisture content of substrate prior to each coat. f. Provisions utilized to maintain work area within manufacturers recommended application parameters. g. Surface temperature of substrate to which paint is being applied. 2. Format for daily record to be computer generated or use attached Form 09905A. B. Measure wet coating with wet film thickness gages. B. Measure coating dry film thickness in accordance with SSPC PA-2 using Mikrotest gage calibrated against NBS"Certified Coating Thickness Calibration Standards": 1. Engineer may measure coating thickness at anytime during project to assure conformance with Specifications. C. Measure surface temperature of items to be painted with surface temperature gage specifically designed for such. D. Measure substrate humidity with humidity gage specifically designed for such. E. Provide wet paint signs. F. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in good working condition. Compressors shall have suitable traps and filters to remove water and oils from the air.Contractor's equipment shall be subject to approval of the Engineer. 3.5 CLEANING A. Clean paint spattered surfaces. Use care not to damage finished surfaces. B. Upon completion of painting,replace hardware,accessories,plates,fixtures,and similar items C. Remove surplus materials, scaffolding, and debris. Leave areas broom clean. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- PAINTING AND PROTECTIVE COATINGS 09905-9 DIVISION 11 EQUIPMENT SECTION 11000 OWNER FURNISHED EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY A. General work included in this section: 1. Work,materials and equipment necessary to install the digester mixers and associated appurtenances as shown on the Drawings and as specified in the Contract Documents. 2. Contractor shall complete the installation of the equipment as identified in Bid Item No. 1. B. Contractor is responsible for demolishing,dismantling,cleaning,moving,and fitting-up existing equipment. C. Contractor is responsible for safe unloading,storage and handling of the owner furnished equipment.Contractor is responsible for any damage to equipment during installation. D. The Contractor shall unload,unpack,assemble,and install equipment items furnished by the Owner as shown on the Drawings and as specified herein. In addition,the Contractor shall furnish and install additional equipment items,interconnecting piping,valves,fasteners,pipe supports,instruments,and all other appurtenances required to provide a complete and operable system,with the exception of the electrical and instrumentation provided by the Owner and outlined below. E. Contractor shall coordinate with the Owner regarding maintaining existing equipment function while performing construction operations.Also, see Specification Section 01010-Summary of Work. F. The contractor shall be responsible for purchasing all new appurtenances,as noted. G. 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 PROJECT CONDITIONS A. A copy of the draft shop drawing submitted by the Manufacturer is provided at the end of this section. A full installation manual is available in electronic form upon request.Contractor is strongly urged to review all available documents. 1.3 DELIVERY A. The Owner furnished equipment has been delivered to the project site. 1. Contractor,Owner,and Engineer shall inspect all goods associated with the equipment upon delivery. 1.4 WARRANTY A. The Contractor is responsible for start-up and support and warranty of Contractor provided work. PART 2 - PRODUCTS 2.1 OWNER FURNISHED DIGESTER MIXERS A. Equipment Manufacturer: Ovivo 10059730 City of Bozeman Small Works Project No. 1- OWNER FURNISHED EQUIPMENT 11000- 1 B. Owner has pre-purchased four(4)digester mixers. 1. The Contractor shall view the press Manufacturer's shop drawings for equipment dimensions and weight. C. Description: 1. Digester No.1 Mixer 1 and 2. a. Type: Draft Tube Mixer 2. Digester No.2 Mixer 1 and 2: a. Type: Draft Tube Mixer D. Process piping work required by Contractor: 1. Contractor shall furnish and install mixer and appurtenances as shown on the Drawings. PART 3 - EXECUTIONS 3.1 TRANSFER AND STORAGE A. Upon initiation of transfer of the Owner furnished equipment,the Owner and Contractor will inspect equipment to assure compliance with the Contract Documents and accepted submittals, and that products are properly protected and undamaged. B. Contractor shall provide short-term storage and protection for all parts and equipment in accordance with the requirements of Section 01600 and this Section following transfer. 3.2 INSTALLATION A. Contractor shall install all equipment and parts in accordance with the contract documents and the equipment manufacturer's installation instructions. 1. Draft shop drawings for equipment covered by this Section are included at the end of this section. 2. Contractor to install per approved shop drawings. B. Owner-furnished equipment shall be installed and commencement of Manufacturer's field services shall be at a time that has been coordinated with the Owner: 3.3 FIELD QUALITY CONTROL A. Contractor's Responsibilities: 1. Representative of Contractor to be present during all visits by Manufacturer's representative. 2. Contractor shall notify Engineer seven(7)days prior to date when Manufacturers' services are required. Manufacturers' services will include: 1) Installation Check. 2) Equipment Startup. 3) Equipment Performance Testing 4) Equipment Training. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- OWNER FURNISHED EQUIPMENT 11000-2 OWNER FURNISHED DIGESTER MIXERS DRAFT SHOP DRAWING 10059730 City of Bozeman Small Works Project No. I - OWNER FURNISHED EQUIPMENT 11000-3 N $ Q Z L! ' 'a W O c t7 9Z O N yZj .~9 3 z Z = O Q �. Ln W Q y� N W Z w X W N Q cr F U 10 W >i Z CC w a-i tLo uQ' m L�z L� UJ M c N 3 `x a o r 6 W I~-1 =o V QQ W K U F N ~O a LU U Z Lfi c Z o a r �o W O Om W `= Z 0 O O 0 , n rn o `ao O 11 Z F Q O �Ja) n� V z to a Ln O n<i. H Q W O z :/: 0- o w Z W d' ( W M. N m CD V Z 2: O r) LL p� W O N p w wLLL3�+•� O m Z Q 0 z m � aQ / of Lu o o W o Q ¢ 'A LliWWW ° ° = cew zG u f s zSoo � Q� ° Ln Oe Z O IN u o0Q a s um �° O oN s M o a Q Lf) J Z U' U C o O M O O o a d a O o o W �° ° RfB1 4�1 W W Ln J O Z Z H Ln O ° ° -- O Q a U_ W O - - N Q O O H _j z O a S o r3 a m LLJ p V)) a Q ~ 1714 ° a O m p JO U = �' O W to Q l7 U o Q Ln ~ J J Z LL O m J I< Z �' t- L�LJ Jam- I j L W a Q W p = Li z a c J z 3 w a O ¢ ? W Q z Lrpo w > G � Q a New> Lli LL n- _ �W a ~O > J O J 2 2 0 w J O � 2 �_w O Q W Q F- F 0 � Q �i Ln In o f 20 w ZOO w 0:Nw C7 �W Z 7 O ad cc z W m Dw ng O z v �S O(J .. z Z Vj Zz N j g� O v U) N (ll v w X nw • w Z L Ln � W r Vtn7 • q O •m LLJ L O • � � � �'-"� i I � mil. 60 2 / (W/j� L O O I V 0 mm I ; L LL ❑ U, O XZW W sF Y W N W ix is O O J3> wZ NZ Zc O 5 W z ti 2 Y U O o: O U Va- (� } z W a J v ~W m 4~_1 J7Z O LL Z O N>O m W ~ O N Z O W U v W m O} N O d n. X W> }}m m0 X J W Q J m p W Z O O~m W 4 c WO Nlnv vW�- O lO NOv W \ II 1 i; �..v o� X \II S �O I I �_ � vi LTV I - - - - - • - - I I Z • ••\O j I of � II I \ L.L1 � wI I z W J W wzb U Q O W WI ID cr0N < d< OZ1 W Z O O Z W •. 2 w d w �oz in o N r U OI^ Ww wn m 0W wo a 8z �Ow w� �2 O S j< I W � " gW 3 m j w 3 w w O ®O w 2 3 6 vl 4 X '+ X 7 a, O = ,y d x o > o z ¢ O s Z _ J Ln ~ N (Ei �L�� N u� �_ z ¢ v�i ¢ �' m ¢ O a ¢ J LLr) m = f f o f LL J O arLn LIJ e it n m 00 ® d� H Quj N t� W O OIN O V W 22 O z aQ' CC W N� o o z oa o 0 o 0 � Q o OEZZ 0 O 4 qy c Z W m ¢ £ ? N z � O ry dadao £ £ �W W "Z"' w 0 z O Q Q H n o 0 f- LL � Z V 03 � " sx ^ V) p w � n O Q z H L� w w z� z~ mi � s i O'QO .4 = Q wo� vwza� a ` coiln � ab 1 a Ln d~U' ��yy = Q � - HsgZw �w J 0 0 R Z V U p 0 0 3 0 0 I mo+ d J � U z �FOUO � J 3w� � a w0 Om � Of Q " O ZU.J cn , F- zpmr nLij o ao' x = J Q W ~ F r03= o ¢ g �OrwNQ W jp� � O m (n 99r OUZ ZZmw = m m Ujo = oao �� _ = ZX � Z � F- WIYa�= ooQo� �nw,o Y (/� tJj) ut 0 p 0 cn Y O UOOjr � 3� Xz � a W o 8 w Q W � W J z J Z W I- W O a Z ¢ O Z U ¢ N tJi N Fa- U N O in ~Q = C N- Iw- O a Z .i N M Lo o � z U 2 o z 2 0 3 � @ � sw °° ° ° � o W sLo m � � m ° o I Z J ° Wcm w':2 oamm am Z I -- O-p m - r, Zz¢' J� ONW Um z O Z r Q M �Z,_w moo 0v :E oO Of InQ I oho N U w W w noo o5w x r o m m m n m tz wr 3 0 w w zp Ei N U m0 D 0 r o IO a 0 m H1ON31 13VHS _t,/l Z_yl (H1ON31 ONisnOH)„l-,Ol I z W J W 0o� J m of m x CJ tln O - J - - _ _ _ _ Lu - O G W i w N U U w w Z o>_ xag "o zzo wow o 0X o mov �w a �aa �w¢ x-- o o zw¢ wVO -_^ C.�p wog Om _a- ��a cri aJ NJ0W wpm Z�v, zo Qu'\ c�N zo wom o�z� av`njpz� m3N wo oo� z �w.,z o= w ? _ o5�5w wWo zX NLn ui W C) wx 7) , =d o o vcai� CL- w�� w �W Zo Jr 'jLn u 3 Z_ ZJN aU Uj oN wm mi V) O Eaw X0w z O =N U r J O W Wz _ZW\ X(A na o inn w maa wrmo0 a a o �a OW XNo m J QO w�Z NU G� v o3g X O v v J m o z O r- o3i M�N amp u w fail n(nU 1 m � " 'r' w V O z = ° N. 3 ®� Z - 4 `p O W p /m w t0 rl zen 3 >_ OLD u C W t`N 3 Z ®m V °C 3 z Z Z O o o I z c z a v m r f d w o W ww U Q Z z � o o Y 4 p a O to C ZZ� C0 w Y z `i o i f9 �z tso Q O o fY 4 W z a o 000 ° Q a 0 COJ C� g Z Z l7 s O O 1 Z 0 Z o O ° Q g go 50 lei ir 0 00 -LA wz n W W Q W�w o o ° ° N4 1VG p Q VI Z Z �' K G O O ° ''u^j Q ■Y Q W a' it N O d Z E - N ° O O O O � Y ° _ 8 W O E z v r 0 n N n a J m Z I M N W Q to n N a In W X 0 f " � p —1 W Z N M L W m �W Z Q Q N. 0 C� c�Z Z F=Z z O 0 o XO o n w� a \ � w r a j W g I � I ! N I Sz w ! W W U U O Z Z >Z Z U O O C y ° O Z m z 0 1W, UI O Z p T>p > r O wOU� wmp Xw> o�ym Wm0 r w Q —¢w r o W Z - r 1 LU \o j of LU Z W J O WI a (A WI Q NIN WIN W) P d P m z O �w aw cl of O n O'D a m oW i I i N ,p rz � Z Q ®w 1 L� O f OO w Q Q O Z 0 V)Z ® W� LLq m m �+�0. (G y.: �.y Q� d' wU p0� -07 {y�� —3 S W c O r1 p Q Q w U Q U n H eYf S U ONJ Q O z z z W q ��m 2 N c� W W (n to I— w " F- 0 ti U M O O z O O n OO O W W p (n °� V z �O�-++ vo iv vJ p fzo z g 3 d W U W LU W O Z = O h'- , Z W ZF- J �— Z `aJ" ° o O z G z F p O W M O UJ m EE0Gb � < n � o Z a m VN O m O CC L ° O Q O O> W W N = n O Q p d' z J Z �' (�^ d LL_ p W u20aa0um O Z M z r N tD z Ln w (11 QO Lr, o o m Z Q �nmLn W ¢ Q o_ o o 0 0 °J Q 0 0 O W o o —Q OOLn W m C Q b � M g wav ° o o U W O " oL ° 0 LLJ U p p < O O zW Oz ~Lu w ° o m ~ o O p O Li m 2 � C7 Zzce Q-j m�n _ o � O z w O p U Q z s >5 - WLi Li 0 U-H J W U) z Cn CL U OC y N Q z Q w = J OU Z O W p _ F- Q O ~CL w O U Or W Q x@ Jz� pj? J J m d' N F-- ►Z-: I"' N O tY W W O E a t'S a O Un a .. � Q JO XOCL 9wN 1�LS ce 0 o x a zz to z o C7 Qa C7 O v w V w =o J m J Q O O O Z C] Q z�r p Y m 2 o p jOr 3 �' J W of LJi. b y (n (n C z LO to '® 7d. CY M °C N O ¢ Q a = uj ¢ U az m IW- 0 Q y y (n O Q a ¢ � p Y ti z to O w 2 $ W J W W Z �7 Q Y Oa ~ O Q F- F- O p -j Q O O w z Z Q v O Q CA U1 U') p Q Q E ¢�a w w Ln m O\ O; m \ D m v 0 w^ z N z z y FZ �vXci� U) d 107 W� _ O v X y N Z w 2u2 " JL- 0 t—u i f 0 ° 2 j LLJ ®m Z LL Q. 0 w Ix Ix O a U O Oz\ }z o S - z O O y Z �t U. m z \ Z W O Z v z y m Y O U O _ wgIx U y Z O wow w O 2 o w QOm W O wS m X W ~ O�� DKW W a ' v �... Z c; O X m 3 o' p ..� O W v .. N y v v O w O J o ° o.` V 3 N /o I off \ N /o \ W X \I \ I io 1 p1 W a I ; BE —\ �D of W Z 7 J Li OI C J p U. yla? z ID n v N Z O y Od O Z W ® ® W o: yHV CL M CO 41 m N V: O oz IL Olga, 0 W W 0 =O W X_ lJ 3 o F-- -+M o A m M o .-r09 O e•f ,y W .y ,.. Q .-�M � O ll�l M M r`j•p ({/�/�� O o O N m N�D CC tltl�. O u. Cz�Vy} l♦pp Om � ® 0 0 0 0 y o ° u G�] d 3 vi W s _ ,...,.....— LU O I II II Q � z � ff a�� _u ymi C l.. P P CC 0 0 Ic .. ga o Pill I $� 5� xsopd� o�� 8 aLD =�wac9i•�i Via�uv0`1gw o � tL .�� = wT� = m 1- t9ww ww60 � O ¢ i i to O MrnM Q °n � U x o OLLr N U O 6� co I°n > m0� �� p W ... MP in.oA mrnm •• Nrl P ui�A m� Amp. w � 1¢i.Q 00= O G $$w l[ W=o YWY l 0 O i m LL I m 6 ¢ Q m Q S Fw ry LU V{/17 Z a d' __ ?i d (J > Z 0 O • w 2 ti Z{{O}.. LLmJ f Z. W?6 O,Z0 �j2 z 0 LL�Gv µ,l z���a� Q OpQ ��mN p ...v....,.�.�.,�� - F�FO=GO I-azmZ l7 tJ� �w�jt/1` W3i wwf �aa= Q IDmasfo zc�s£��� f°aS aw=mma oG ww w 7 O�a OWn�� v� ON3030V321H1 ��� � mz�,nmP two mz¢« o ulb/TT N) o�NN � GrPicP ap wvWi ril rn rn q ml 0j�fi fEtE �W nzzzz O 1 1 Q 1 1 1 alIcu 1 1 O 1 ml i i I u!b/T 09T=Hi!)N31.UVHS i i (!)NINIHDVW b3.UV) ul 8/£RI=H19N31 ONISf)OH u!EZT=H1d30 213113d02id XIWI3 ul WE LT ) ul 901=.V.W10 P ,•9/T ST=.•9,.WIO ul LT J ul 9S=.0.WIG=H19N3113SSno — —{ I m o LU LO 1 I Q LU i i I � � I W M w ...1 ZIJp3 rIn Z. a f a f o Z W 6 U W N S K J to O In ,O t, =~Op O a oQa=teaQ m p W C u!8/9 IS=ul B/E b-.,J•,WIC)= H19N31 002i llTld -m z w Q Q o] U I i lJ O Q .-a H O t. ! s , LU LU CL 0 1 III -J �a X e1�¢ ^ � > 0 > c0jm 1 xU F M M , o;in U w iv u O x VO m a a `�'µ~zw� 'wQ U (A H z w a w w W �Ny vi G 0 K ¢ lJ FO > -�^c30 tom xa �v, m OOOj — W a N 2 O a G �O J Qc� tjgg� I rl i III i I �Il III Il I � I I �IIL`�0111 fIII � Ill (�N N til f w > w � I ��_Ilillllll f I i � X I IIINIIII I N � I IIIIIIII I I IIIINIIII I I I IIIINIIII I I I uuilllu I n I INlpllil I IIII z o WIN I IIINIIII I II II $ w p a I IumlNll I �NlNulll la- I IIIIII I � a I I ,illilll � I II I II IIIII01 I II N—_ I I I I IIIIIillll N ���=_— i hNN I I IIu II IIII I II � �1 o f !�IINNII i i II (I I I - I II II I ii o � I u "In I I II 1 I I II I II 3 w II z o LD M I �I II II o J N Z W SECTION 11005 EQUIPMENT: BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements of this Specification Section apply to all equipment provided on the Project including that found in Divisions 11, 12, 13, 14, 15,and 16,even if not specifically referenced in individual"Equipment" articles of those Specification Sections. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 03308-Concrete,Materials and Proportioning. 4. Section 05505-Metal Fabrications. 5. Section 07900-Joint Sealants. 6. Section 09905-Painting and Protective Coatings. 7. Section 10400-Identification Devices. 8. Division 11 -Equipment. 9. Division 12-Furnishings. 10, Section 13442-Primary Elements and Transmitters. 11. Division 14-Conveying Systems. 12. Section 15060-Pipe and Pipe Fittings: Basic Requirements. 13. Division 16-Electrical. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Bearing Manufacturers Association(ABMA). 2. American Gear Manufacturers Association(AGMA). 3. ASTM International(ASTM): a. E1934, Standard Guide for Examining Electrical and Mechanical Equipment with Infrared Thermography. b. F593, Standard Specification for Stainless Steel Bolts,Hex Cap Screws,and Studs. 4. Hydraulic Institute(HI): a. 9.6.4,Centrifugal and Vertical Pumps for Vibration Measurements and Allowable Valves. 5. International Electrotechnical Commission(IEC). 6. Institute of Electrical and Electronics Engineers(IEEE). 7. International Organization for Standardization(ISO): a. 1940,Mechanical Vibration-Balance Quality Requirements for Rotors in a Constant (Rigid) State-Part 1: Specification and Verification of Balance Tolerances. 8. National Electrical Manufacturers Association(NEMA): a. 250,Enclosures for Electrical Equipment. b. ICS 6,Enclosures for Industrial Control and System. c. MG 1,Motors and Generators. 9. InterNational Electrical Testing Association(NETA): a. ATS,Acceptance Testing Specification for Electrical Power Distribution Equipment and Systems. 10. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC): 1) Article 430,Motors. 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-1 11. National Institute for Certification in Engineering Technologies(NICET). 12. National Institute of Standards and Technology(NIST). 13. Occupational Safety and Health Administration(OSHA): a. 29 CFR 1910,Occupational Safety and Health Standards,referred to herein as OSHA Standards. 14. Underwriters Laboratories,Inc. (UL). a. 508, Standard for Safety Industrial Control Equipment. b. 508A, Standard for Safety Industrial Control Panels. 15. Vibration Institute. B. Vibration Testing Program: 1. Testing firm: a. An independent firm performing,as the sole or principal part of its business for a minimum of 10 years,the inspection,testing,calibration,and adjusting of systems. b. Must have an established monitoring and testing equipment calibration program with accuracy traceable in an unbroken chain,according to NIST. 2. Field personnel: a. Minimum of one(1)year field experience covering all phases of field vibration testing and data gathering. b. Qualified Vibration Category I certification from the Vibration Institute. 3. Analysis personnel: a. Minimum three(3)years combined field testing and data analysis experience. b. Qualified Vibration Category II certification from the Vibration Institute. C. Infrared Thermography Testing Program: 1. Testing firm: a. An independent firm performing,as the sole or principal part of its business for a minimum of 10 years,the inspection,testing,calibration,and adjusting of systems. b. Must have an established monitoring and testing equipment calibration program with accuracy traceable in an unbroken chain,according to NIST. 2. Field personnel: a. Minimum of one(1)year field experience covering all phases of field thermography testing and data gathering. b. Supervisor certified by NETA or NICET. 3. Analysis personnel: a. Minimum three(3)years combined field testing and data analysis experience. b. Supervisor certified by NETA or NICET. D. Miscellaneous: 1. A single manufacturer of a"product"to be selected and utilized uniformly throughout Project even though: a. More than one(1)manufacturer is listed for a given"product" in Specifications. b. No manufacturer is listed. 2. Equipment,electrical assemblies,related electrical wiring,instrumentation,controls,and system components shall fully comply with specific NEC requirements related to area classification and to NEMA 250 and NEMA ICS 6 designations shown on Electrical Power and Instrumentation Drawings and defined in Division 16. 3. Variable speed equipment applications: The driven equipment manufacturer shall have single source responsibility for coordination of the equipment and VFD system and sure their compatibility. 1.3 DEFINITIONS A. Product: Manufactured materials and equipment. B. Major Equipment Supports-Supports for Equipment: 1. Located on or suspended from elevated slabs with supported equipment weighing 2000 LBS or greater,or; 10059730 City of Bozeman Small Works Project No. 1 - EQUIPMENT: BASIC REQUIREMENTS 11005-2 2. Located on or suspended from roofs with supported equipment weighing 500 LBS or greater,or; 3. Located on slab-on-grade or earth with supported equipment weighing 5000 LBS or more. C. Equipment: 1. One(1)or more assemblies capable of performing a complete function. 2. Mechanical,electrical,instrumentation or other devices requiring an electrical,pneumatic, electronic or hydraulic connection. 3. Not limited to items specifically referenced in"Equipment" articles within individual Specifications. D. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. General for all equipment: a. See Section 01340 for requirements for the mechanics and administration of the submittal process. b. Data sheets that include manufacturer's name and complete product model number: 1) Clearly identify all optional accessories that are included. c. Acknowledgement that products submitted comply with the requirements of the standards referenced. d. Manufacturer's delivery, storage,handling,and installation instructions. e. Equipment identification utilizing numbering system and name utilized in Drawings. f. Equipment installation details: 1) Location of anchorage. 2) Type, size,and materials of construction of anchorage. 3) Anchorage setting templates. 4) Manufacturer's installation instructions. g. Equipment area classification rating. h. Shipping and operating weight. i. Equipment physical characteristics: 1) Dimensions(both horizontal and vertical). 2) Materials of construction and construction details. j. Equipment factory primer and paint data. k. Manufacturer's recommended spare parts list. 1. Equipment lining and coatings. in. Equipment utility requirements include air,natural gas,electricity,and water. n. Ladders and platforms provided with equipment: 1) Certification that all components comply fully with OSHA requirements. 2) Full details of construction/fabrication. 3) Scaled plan and sections showing relationship to equipment. 2. Mechanical and process equipment: a. Operating characteristics: 1) Technical information including applicable performance curves showing specified equipment capacity,rangeability,and efficiencies. 2) Brake horsepower requirements. 3) NPSHR requiremets. 4) Copies of equipment data plates. b. Piping and duct connection size,type and location. c. Equipment bearing life certification. d. Equipment foundation data: 1) Equipment center of gravity. 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-3 2) Criteria for designing vibration,special or unbalanced forces resulting from equipment operation. 3. Electrical and control equipment: a. Electric motor information: 1) Documentation that motors provided are manufacturer's energy efficient type and not standard efficiency motors: a) When standard efficiency motors are submitted,provide documentation why energy efficient motors are not available. 2) Nameplate data as required by the NEC: a) Manufacturer's name. b) Rated voltage. c) Full load current. d) Rated frequency. e) Number of phases. f) Rated full load speed. g) Insulation system class and rated ambient temperature or rated temperature rise. h) Time rating: 5, 15, 30 or 60 minutes or continuous. i) Rated HP. j) Code letter or locked rotor current. k) NEMA design letter. 1) Marked"Thermally Protected"where applicable. 3) Motor service factor. 4) Motor enclosure type. 5) NEMA frame size. 6) NEMA design code. 7) Insulation type and temperature rise. 8) Motor locked rotor current. 9) Current,efficiency and power factor at 1/2,3/4 and full load. b. Electrical gear: 1) Equipment ratings: Voltage,continuous current,kVa,watts, short circuit with stand,etc.,as applicable. c. Control panels: 1) Panel construction. 2) Point-to-point ladder diagrams. 3) Scaled panel face and subpanel layout. 4) Technical product data on panel components. 5) Panel and subpanel dimensions and weights. 6) Panel access openings. 7) Nameplate schedule. 8) Panel anchorage. 4. Systems schematics and data: a. Provide system schematics where required in system specifications: 1) Acknowledge all system components being supplied as part of the system. 2) Utilize equipment,instrument and valving tag numbers defined in the Contract Documents for all components. 3) Provide technical data for each system component showing compliance with the Contract Document requirements. 4) For piping components,identify all utility connections,vents and drains which will be included as part of the system. 5. For factory painted equipment,provide paint submittals in accordance with Section 09905. 6. Qualifications for: a. Vibration testing firm and personnel. b. Infrared thermography testing firm and personnel. 7. Testing plans, in accordance with PART 3 of this Specification Section: a. Vibration testing. 10059730 City of Bozeman Small Works Project No. I - EQUIPMENT: BASIC REQUIREMENTS 11005-4 b. Thermography testing. B. Operation and Maintenance Manuals: 1. See Specification Section 01340 for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 2. Equipment shall not be started until a manufacturer Operation and Maintenance manual has been submitted and approved. C. Miscellaneous Submittals: 1. Sample form letter for equipment field certification. 2. Certification that equipment has been installed properly,has been initially started up,has been calibrated and/or adjusted as required,and is ready for operation. 3. Certification for major equipment supports that equipment foundation design loads shown on the Drawings or specified have been compared to actual loads exhibited by equipment provided for this Project and that said design loadings are equal to or greater than the loads produced by the equipment provided. 4. Field noise testing reports if such testing is specified in narrow-scope Specification Sections. 5. Field vibration testing reports if vibration testing is specified in narrow scope sections. 6. Notification,at least one(1)week in advance,that motor testing will be conducted at factory. 7. Certification from equipment manufacturer that all manufacturer-supplied control panels that interface in any way with other controls or panels have been submitted to and coordinated with the supplier/installer of those interfacing systems. 8. Motor test reports. 9. Certification prior to Project closeout that electrical panel drawings for manufacturer- supplied control panels truly represent panel wiring including any field-made modifications. 10. Provide three(3)bound final written reports documenting vibration monitoring and testing for specified equipment: a. Include the acceptance criteria of all equipment tested. b. Provide individual tabbed sections for information associated with each piece of tested equipment. 11. Preliminary field quality control testing format to be used as a basis for final field quality control reporting. 12. Testing and monitoring reports in accordance with PART 3 of this Specification Section. 13. Certification that driven equipment and VFD are compatible. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Motors: a. Baldor. b. General Electric. c. Marathon Electric. d. Reliance Electric. e. Siemens. f. Teco-Westinghouse. g. U.S. Motors. B. Submit request for substitution in accordance with Specification Section 01640. 10059730 City of Bozeman Small Works Project No. I- EQUIPMENT: BASIC REQUIREMENTS 11005-5 2.2 MANUFACTURED UNITS A. General: 1. Furnished equipment manufacturer's field quality control services and testing as specified in the individual equipment Specifications. 2. Execute pre-demonstration requirements in accordance with Specification Section 01650. 3. Perform and report on all tests required by the equipment manufacturer's Operation and Maintenance Manual. 4. Provide testing of electrical equipment and connections in accordance with Division 16. 5. Equip testing and analysis personnel with all appropriate project related reference material required to perform tests,analyze results,and provide documentation including,but not limited to: a. Contract Drawings and Specifications. b. Related construction change documentation. c. Approved Shop Drawings. d. Approved Operation and Maintenance Manuals. e. Other pertinent information as required. B. Equipment Monitoring and Testing Plans: 1. Approved in accordance with Shop Drawing submittal schedule. 2. Included as a minimum: a. Qualifications of firm,field personnel,and analysis personnel doing the Work. b. List and description of testing and analysis equipment to be utilized. c. List of all equipment to be testing,including: 1) Name and tag numbers identified in the Contract Documents. 2) Manufacturer's serial numbers. 3) Other pertinent manufacturer identification, C. Instruments Used in Equipment and Connections Quality Control Testing: 1. Minimum calibration frequency: a. Field analog instruments: Not more than 6 months. b. Field digital instruments: Not more than 12 months. c. Laboratory instruments: Not more than 12 months. d. If instrument manufacturer's calibration requirements are more stringent,those requirements shall govern. 2. Carry current calibration status and labels on all testing instruments. 3. See individual testing programs for additional instrumentation compliance requirements. D. Testing and Monitoring Program Documentation: 1. Provide reports with tabbed sections for each piece of equipment tested. 2. Include all testing results associated with each piece of equipment under that equipment's tabbed section: a. Include legible copies of all forms used to record field test information. 3. Prior to start of testing,submit one(1)copy of preliminary report format for Engineer review and comment: a. Include data gathering and sample test report forms that will be utilized. 4. In the final report,include as a minimum,the following information for all equipment tested: a. Equipment identification, including: 1) Name and tag numbers identified in the Contract Documents. 2) Manufacturer's serial numbers. 3) Other pertinent manufacturer identification. b. Date and time of each test. c. Ambient conditions including temperature,humidity,and precipitation. d. Visual inspection report. e. Description of test and referenced standards,if any, followed while conducting tests. f. Results of initial and all retesting. 10059730 City of Bozeman Small Works Project No. 1 - EQUIPMENT: BASIC REQUIREMENTS 11005-6 g. Acceptance criteria. h. "As found"and"as left"conditions. i. Corrective action,if required,taken to meet acceptance. j. Verification of corrective action signed by the Contractor,equipment supplier, and Owner's representative. k. Instrument calibration dates of all instruments used in testing. 5. Provide three(3)bound final reports prior to Project final completion. E. Vibration Monitoring and Testing Program: 1. Perform vibration monitoring and testing for equipment specified in Divisions 11, 12, 13, 14, and 15 during the Equipment Demonstration Period. 2. Provide vibration testing on rotating and reciprocating equipment as specified in Section 3. 3. Additional requirements for vibration monitoring and testing equipment: a. Frequency response: 0.18 Hz to 25 kHz. b. Resolution: 6400lines. c. Amplitude range: 18 bit for 96 dB dynamic range. d. Supports measurements of acceleration,velocity,displacement,envelope demodulation for bearing defect detection. e. Capable of two-place computer balancing. f. Requirements for vibration sensor: 1) Sensitivity: +/-5 percent at 25 DegC= 100 mV/g. 2) Acceleration range: 80 g peak. 3) Amplitude nonlinearity: 1 percent. 4) Frequency response: a) +/-5 percent=3-5000 Hz. b) +/- 10 percent= 1-9000 Hz. 5) Permanently attach vibration test and monitoring mounting pads to mechanical equipment at location recommended by the equipment manufacturer or as recommended by the testing firm. 6) Acceptability of equipment conditions,except pumps,based on ISO 1940-1 Balance Quality Grade G2.5 criteria. 7) Acceptability of pumping equipment to be based on HI 9.6.4 criteria. 8) Repair or replace equipment shown to be out of range of the acceptable tolerance until the equipment meets or exceeds acceptability standards. F. Infrared Thermography Testing Program: 1. Perform infrared thermography testing for equipment specified in Divisions 11, 12, 13, 14, and 15 during the Equipment Demonstration Period: a. Perform on electrical equipment and connections: See Specification Section 16080. 2. Additional requirements for infrared thermography monitoring and testing equipment: a. Temperature range: -10 to 350 DegC. b. Accuracy: +/-2 percent or 2 DegC,whichever is greater. c. Repeatability: +/-1 percent or 1 DegC,whichever is greater. d. Temperature indication resolution: 0.1 DegC. e. Minimum focus distance: 0.3 meters. f. Output in color palettes: JPEG,BMP,or other digital format compatible with Windows. 3. Perform inspection per ASTM E1934. 4. Acceptability of electrical connections and components based on temperature comparison between components and ambient air temperatures not greater than 10 DegC per ASTM E 1934. 5. Acceptability of motors and equipment bearings based on temperature rise not greater than 5 DegC above the equipment and/or bearing manufacturers published criteria. 6. Repair or replace equipment shown to be out of range of the acceptable tolerance until the equipment meets or exceeds acceptability standards. G. Other Testing: 10059730 City of Bozeman Small Works Project No. I - EQUIPMENT: BASIC REQUIREMENTS 11005-7 I. Perform tests and inspections not specifically listed but required to assure equipment is safe to energize and operate. 2. Subbase that supports the equipment base and that is made in the form of a cast iron or steel structure that has supporting beams,legs,and cross members that are cast,welded,or bolted shall be tested for a natural frequency of vibration after equipment is mounted. a. The ratio of the natural frequency of the structure to the frequency of the disturbing force shall not be between 0.5 and 1.5. H. Electric Motors: 1. Where used in conjunction with adjustable speed AC or DC drives,provide motors that are fully compatible with the speed controllers. 2. Design for frequent starting duty equivalent to duty service required by driven equipment. 3. Design for full voltage starting. 4. Design bearing life based upon actual operating load conditions imposed by driven equipment. 5. Size for altitude of Project. 6. Furnish with stainless steel nameplates which include all data required by NEC Article 430. 7. Use of manufacturer's standard motor will be permitted on integrally constructed motor driven equipment specified by model number in which a redesign of the complete unit would be required in order to provide a motor with features specified. 8. AC electric motors less than 1/3 HP: a. Single phase,60 Hz,designed for the supply voltage shown on the Drawings. b. Permanently lubricated sealed bearings conforming to ABMA standards. c. Built-in manual reset thermal protector or integrally mounted manual motor starter with thermal overload element with stainless steel enclosure. 9. AC electric motors 1/3 to 1 HP: a. Single or 3 PH,60 Hz,designed for the supply voltage shown on the Drawings. b. Permanently lubricated sealed bearings conforming to ABMA standards: 1) For single phase motors,provide built-in manual reset thermal protector or integrally mounted manual motor starter with thermal overload element. 10. AC electric motors 1-1/2 to 10 HP: a. Single or 3 PH,60 Hz,designed for the supply voltage shown on the Drawings. b. Permanently lubricated sealed bearings conforming to ABMA standards. c. For vertical motors provide 15 year,average-life thrust bearings conforming to ABMA standards. 11. AC electric motors greater than 10 HP: a. Single or 3 PH,60 Hz,designed for the supply voltage shown on the Drawings. b. Oil or grease lubricated antifriction bearings conforming to ABMA standards: 1) Design bearing life for 90 percent survival rating at 50,000 HRS of operation for motors up to and including 100 HP. 2) For motors greater than 100 HP,design bearing life for 90 percent survival rating at 100,000 HRS of operation. c. For vertical motors provide 15 year,average-life thrust bearings conforming to ABMA standards. d. Thermal protection: 1) For motors 50 HP and above controlled from a variable frequency drive and for all other motors 100 HP and above,provide integral thermal detectors with normally closed contacts that will open on overtemperature: a) One(1)thermal sensing device per phase in each phase hot-spot location. 12. Severe duty motor to have the following minimum features: a. All cast iron construction. b. Gasketed conduit box. c. Epoxy finish for corrosion protection. d. Hydroscopic varnish'on windings for corrosion protection. e. Drain plug and breather. I. NEMA Design Squirrel Cage Induction Motors: 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-8 1. Provide motors designed and applied in compliance with NEMA and IEEE for the specific 1 duty imposed by the driven equipment. 2. Motors to meet NEMA MG 1 (NEMA Premium)efficiencies. 3. Do not provide motors having a locked rotor kVA per HP exceeding the NEMA standard for the assigned NEMA code letter. 4. For use on variable frequency type adjustable speed drives,provide induction motors that are in compliance with NEMA MG 1,Part 31. 5. Design motor insulation in accordance with NEMA standards for Class F insulation with Class B temperature rise above a 40 DegC ambient. 6. Design motors for continuous duty. 7. Size motors having a 1.0 service factor so that nameplate HP is a minimum of 15 percent greater than the maximum HP requirements of the driven equipment over its entire operating range: a. As an alternative,furnish motors with a 1.15 service factor and size so that nameplate HP is at least equal to the maximum HP requirements of the driven equipment over its entire operating range. 8. Motor enclosure and winding insulation application: a. The following shall apply unless modified by specific specification sections: MOTOR LOCATION MOTOR ENCLOSURE/WINDING INSULATION Unclassified Indoor Areas TEFC, Standard Insulation Wet indoor Areas TEFC, Standard Insulation Wet outdoor Areas WP-II(for vertical motors),Encapsulated Windings Corrosive Areas TEFC, Severe/Chemical Duty Class I,Division 1 Areas Explosion Proof,Approved for Class I Division 1 Locations Class II,Division 1 Areas Explosion Proof,Approved for Class II Division 1 Locations Class I or Class II,Division 2 Areas Explosion Proof,Approved for Division I Locations or TEFC with maximum external frame temperature compatible with the gas or dust in the area,Encapsulated Windings NOTE: Provide TENV motors in the smaller horsepower ratings where TEFC is not available. 9. Provide oversize conduit box complete with clamp type grounding terminals inside the conduit box. J. Submersible Motors: Refer to individual narrow-scope Specification Sections for submersible motor requirements. K. V-Belt Drive: 1. Provide each V-belt drive with sliding base or other suitable tension adjustment. 2. Provide V-belt drives with a service factor of at least 1.6 at maximum speed. 3. Provide staticproof belts. 2.3 COMPONENTS A. Gear Drives and Drive Components: 1. Size drive equipment capable of supporting full load including losses in speed reducers and power transmission. 2. Provide nominal input horsepower rating of each gear or speed reducer at least equal to nameplate horsepower of drive motor. 3. Design drive units for 24 HR continuous service,constructed so oil leakage around shafts is precluded. 4. Utilize gears,gear lubrication systems,gear drives,speed reducers,speed increasers and flexible couplings meeting applicable standards of AGMA. 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-9 5. Gear reducers: a. Provide gear reducer totally enclosed and oil lubricated. b. Utilize antifriction bearings throughout. c. Provide worm gear reducers having a service factor of at least 1.20. d. Furnish other helical,spiral bevel,and combination bevel-helical gear reducers with a service factor of at least 1.50. 2.4 ACCESSORIES A. Guards: 1. Provide each piece of equipment having exposed moving parts with full length,easily removable guards,meeting OSHA requirements. 2. Interior applications: a. Construct from expanded galvanized steel rolled to conform to shaft or coupling surface. b. Utilize non-flattened type 16 GA galvanized steel with nominal 1/2 IN spacing. c. Connect to equipment frame with hot-dip galvanized bolts and wing nuts. 3. Exterior applications: a. Construct from 16 GA stainless steel or aluminum. b. Construct to preclude entrance of rain,snow,or moisture. c. Roll to conform to shaft or coupling surface. d. Connect to equipment frame with stainless steel bolts and wing nuts. B. Anchorage: 1. Cast-in-place anchorage: a. Provide ASTM F593,Type 316 stainless steel anchorage for all equipment. b. Configuration and number of anchor bolts shall be per manufacturer's recommendations. c. Provide two(2)nuts for each bolt. 2. Drilled anchorage: a. Adhesive anchors per Specification Section 05505. b. Epoxy grout per Specification Section 03308. c. Threaded rods same as cast-in-place. C. Data Plate: 1. Attach a stainless steel data plate to each piece of rotary or reciprocating equipment. 2. Permanently stamp information on data plate including manufacturer's name,equipment operating parameters,serial number and speed. D. Gages: 1. Provide gages in accordance with Specification Section 13442. 2. Provide at the following locations: a. Inlet and outlet of all reciprocating,centrifugal and positive displacement mechanical and process equipment. b. At locations identified on Drawings. 3. Utilize tapping sleeves for mounting per Specification Section 15060. E. Lifting Eye Bolts or Lugs: 1. Provide on all equipment 50 LBS or greater. 2. Provide on other equipment or products as specified in the narrow-scope Specification Sections. F. Platforms and Ladders: 1. Design and fabricate in accordance with OSHA standards. 2. Fabricate components from aluminum. 3. Provide platform surface:Non-skid grating,unless specified in narrow scope specification. 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-10 2.5 FABRICATION A. Design, fabricate, and assemble equipment in accordance with modern engineering and shop practices. B. Manufacture individual parts to standard sizes and gages so that repair parts,furnished at any time,can be installed in field. C. Furnish like parts of duplicate units to be interchangeable. D. Ensure that equipment has not been in service at any time prior to delivery,except as required by tests. E. Furnish equipment which requires periodic internal inspection or adjustment with access panels which will not require disassembly of guards,dismantling of piping or equipment or similar major efforts: 1. Quick opening but sound, securable access ports or windows shall be provided for inspection of chains,belts,or similar items. F. Provide common,lipped base plate mounting for equipment and equipment motor where said mounting is a manufacturer's standard option: 1. Provide drain connection for 3/4 IN PVC tubing. 71 G. Machine the mounting feet of rotating equipment. H. Fabricate equipment which will be subject to Corrosive Environment in such a way as to avoid back to back placement of surfaces that can not be properly prepared and painted: 1. When such back to back fabrication can not be avoided,provide continuous welds to seal such surfaces from contact with corrosive environment. 2. Where continuous welds are not practical,after painting seal the back to back surfaces from the environment in accordance with Specification Section 07900. I. Critical Speed: 1. All rotating parts accurately machined and in as near perfect rotational balance as practicable. 2. Excessive vibration is sufficient cause for equipment rejection. 3. Ratio of all rotative speeds to critical speed of a unit or components: Greater than 1.2. J. Control Panels Engineered and Provided with the Equipment by the Manufacturer: 1. Manufacturer's standard design for components and control logic unless specific requirements are specified in the specific equipment Specification Section. 2. NEMA or IEC rated components are acceptable,whichever is used in the manufacturer's standard engineered design,unless specific requirements are required in the specific equipment Specification Section. 3. Affix entire assembly with a UL 508A label"Listed Enclosed Industrial Control Panel prior to delivery: a. Control panels without an affixed UL 508A label shall be rejected. 2.6 SHOP OR FACTORY PAINT FINISHES A. Electrical Equipment: 1. Provide factory-applied paint coating system(s)for all electrical equipment components except those specified in Specification Section 09905 to receive field painting. B. Field paint other equipment in accordance with Specification Section 09905. 2.7 SOURCE QUALITY CONTROL A. Motor Tests: 1. Test motors in accordance with NEMA and IEEE standards. Include the following: a. Route test: 1) Running no-load amperes. 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-I1 2) Locked rotor amperes. 3) Winding resistance,DC. 4) High-potential test at twice rated voltage plus 1000 V,with a minimum of 2200 V for one minute,winding to ground. 5) Vibration check. 6) Wound-rotor motor,secondary volts at collector rings. b. Complete test: 1) Rated load temperature rise. 2) Slip in percent. 3) Locked rotor amperes(3 PH,full voltage). 4) Locked rotor torque. 5) Breakdown torque. 6) High potential test; see Paragraph 4)above. 7) Efficiencies tabulated at 100,75,and 50 percent of full load. 8) Power factor tabulated at 100,75,and 50 percent of full load. 9) Wound—rotor motor,secondary volts at collector rings. 2. Provide routine test for motors 5 through 75 HP.Test all motors. 3. Provide routine and complete test for motors 100 HP and larger.Test all motors. Commercial test will be acceptable if test results can be compared to results from identical motors and projected to the results for a complete test. 4. The Owner reserves the right to,at any time,select and have tested any motor included within the project.If motor passes testing requirements,Owner will be responsible for any shipping and testing costs incurred. Costs shall be determined by current freight rates and manufacturer's published rates at the time of the test. If motor fails test,Contractor shall be responsible for all costs incurred. If two successive motors fail the test,the Owner has the right to reject any or all motors from that manufacturer.The Owner also reserves the right to witness any routine or complete tests at Owner's expense. PART 3 - EXECUTION 3.1 INSTALLATION A. Install equipment as shown on Drawings and in accordance with manufacturer's directions. B. Utilize templates for anchorage placement for slab-mounted equipment. C. For equipment having drainage requirements such as seal water,provide 3/4 IN PVC or clear plastic tubing from equipment base to nearest floor or equipment drain: 1. Route clear of major traffic areas and as approved by Engineer. D. DO NOT construct foundations until major equipment supports are approved. E. Extend all non-accessible grease fittings using stainless steel tubing to a location which allows easy access of fittings from closest operating floor level. F. Equipment Base: 1. Construct level in both directions. 2. Take particular care at anchor bolt locations so these areas are flat and level. G. Machine Base: 1. Mount machine base of rotating equipment on equipment base: a. Level in both directions,using a machinist level,according to machined surfaces on base. 2. Level machine base on equipment base and align couplings between driver and driven unit using steel blocks and shims: a. Size blocks and shims to provide solid support at each mounting bolt location: 1) Provide area size of blocks and shims approximately 1-1/2 times area support surface at each mounting bolt point. 10059730 City of Bozeman Small Works Project No. i- EQUIPMENT: BASIC REQUIREMENTS 11005- 12 b. Provide blocks and shims at each mounting bolt: 1) Furnish blocks and shims that are square shape with"U" cut out to allow blocks and shims to be centered on mounting bolts. c. After all leveling and alignment has been completed and before grouting,tighten mounting bolts to proper torque value. H. Couplings: 1. Align in the annular and parallel positions: a. For equipment rotating at 1200 rpm or less,align both annular and parallel within 0.001 IN tolerance for couplings 4 IN size and smaller: 1) Couplings larger than 4 IN size: Increase tolerance 0.0005 IN per inches of coupling diameter,i.e.,allow 6 IN coupling 0.002 IN tolerance,and allow a 10 IN coupling 0.004 IN tolerance. b. For equipment rotating at speeds greater than 1200 rpm allow both annular and parallel positions within a tolerance rate of 0.00025 IN per inch coupling diameter. 2. If equipment is delivered as a mounted unit from factory,verify factory alignment on site after installation and realigned if necessary. 3. Check surfaces for runout before attempting to trim or align units. I. Grouting: 1. After machine base has been shimmed,leveled onto equipment base,couplings aligned and mounting bolts tightened to correct torque value,place a dam or formwork around base to contain grouting between equipment base and equipment support pad: a. Extend dam or formwork to cover leveling shims and blocks. b. Do not use nuts below the machine base to level the unit. 2. Saturate top of roughened concrete subbase with water before grouting: a. Add grout until entire space under machine base is filled to the top of the base underside. b. Puddle grout by working a stiff wire through the grout and vent holes to work grout in place and release any entrained air in the grout or base cavity. 3. When the grout has sufficiently hardened,remove dam or formwork and finish the exposed grout surface to fine, smooth surface: a. Cover exposed grout surfaces with wet burlap and keep covering sufficiently wet to prevent too rapid evaporation of water from the grout. b. When the grout has fully hardened(after a minimum of seven(7)days)tighten all anchor bolts to engage equipment base to grout,shims,and equipment support pad. c. Recheck driver-driven unit for proper alignment. 3.2 INSTALLATION CHECKS A. For all equipment specifically required in detailed specifications, secure services of experienced, competent,and authorized representative(s)of equipment manufacturer to visit site of work and inspect,check,adjust and approve equipment installation: 1. In each case,representative(s)shall be present during placement and start-up of equipment and as often as necessary to resolve any operational issues which may arise. B. Secure from equipment manufacturer's representative(s)a written report certifying that equipment: 1. Has been properly installed and lubricated. 2. Is in accurate alignment. 3. Is free from any undue stress imposed by connecting piping or anchor bolts. 4. Has been operated under full load conditions and that it operated satisfactorily: a. Secure and deliver afield written report to Owner immediately prior to leaving jobsite. C. No separate payment shall be made for installation checks: 1. All or any time expended during installation check does not qualify as Operation and Maintenance training or instruction time when specified. 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-13 3.3 IDENTIFICATION OF EQUIPMENT AND HAZARD WARNING SIGNS A. Identify equipment and install hazard warning signs in accordance with Section 10400. 3.4 FIELD PAINTING AND PROTECTIVE COATINGS A. For required field painting and protective coatings,comply with Section 09905. 3.5 WIRING CONNECTIONS AND TERMINATION A. Clean wires before installing lugs and connectors. B. Coat connection with oxidation eliminating compound for aluminum wire. C. Terminate motor circuit conductors with copper lugs bolted to motor leads. D. Tape stripped ends of conductors and associated connectors with electrical tape. 1. Wrapping thickness shall be 150 percent of the conductor insulation thickness. E. Connections to carry full ampacity of conductors without temperature rise. F. Terminate spare conductors with electrical tape. 3.6 FIELD QUALITY CONTROL A. Furnish equipment manufacturer services as specified in the individual equipment Specifications. B. Inspect wire and connections for physical damage and proper connection. C. After installation and prior to energizing the motor,provide insulation resistance test of all motors 2 HP and above: 1. Conduct test with 500 or 1000 Vdc megger. 2. Test each phase separately. 3. Disconnect all extraneous leads to the motor. 4. Comply with NEMA MG 1 safety requirements and test procedures. D. Bump motor to check for correct rotation: 1. Ensure motor has been lubricated. 2. Check prior to connection to driven equipment. E. Subbase that supports the equipment base and that is made in the form of a cast iron or steel structure that has supporting beams,legs and cross member that are cast welded or bolted,shall be tested for a natural frequency of vibration after equipment is mounted: 1. Keep the ratio of the natural frequency of the structure to the frequency of the disturbing force out of the range from 0.5 to 1.5. F. Equipment Vibration Monitoring and Testing: 1. Utilize an Engineer approved testing agency to perform vibration monitoring and testing on equipment defined in the schedule at the end of this Section. 2. Permanently attach vibration test and monitoring mounting pads to the equipment at locations recommended by the equipment manufacturer or as recommended by the vibration testing agency. 3. Utilize mounting pads suitable for permanent installation and for incorporation into a predictable maintenance program. 4. For variable speed equipment provide vibration testing at 1 Hz increments throughout entire operating range. 5. Diagnosis to include,but is not limited to the following: a. Unbalance. b. Misalignment. c. Bent shaft. d. Journal bearing related problems. e. Rolling contract bearing problems. 10059730 City of Bozeman Small Works Project No. 1- EQUIPMENT: BASIC REQUIREMENTS 11005-14 £ Mechanical looseness. g. Resonance. h. Foundation flexibility. i. Electrically induced problems. j. Pump problems. k. Fan problems. 1. Coupling problems. in. Drive belt problems. n. Gear problems. o. Centrifugal compressor problems. p. Electric motor induced vibration from VFD or VFD carrier frequency. 6. Provide machinery condition diagnosis based on an acceptable machinery vibration severity guide or machinery fault guide analysis provided by the testing agency, ISO 1940 Balance Quality Grade 6.3 as a minimum. 7. Tolerances for pumping equipment shall be per HI published standards at any point on the pump curve. 8. Repair or replace equipment shown to be out of range of the specified tolerance until the equipment meets the specified normal operation range required in the machinery fault guide analysis. 9. Document testing with written report: a. Report to include initial testing results,acceptance criteria, corrective action taken to meet acceptance,verification of corrective action and acceptance report and baseline. 3.7 DEMONSTRATION A. Demonstrate equipment in accordance with Section 01650. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - EQUIPMENT: BASIC REQUIREMENTS 11005- l5 SECTION 11060 PUMPING EQUIPMENT: BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Pumping 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 09905-Painting and Protective Coatings. 4. Section 11005 -Equipment: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Hydraulic Institute(HI): a. Standards for Centrifugal,Rotary and Reciprocating Pumps. B. Fully coordinate all mechanical seal systems specified to ensure pump and seal compatibility. C. For variable speed pumping applications,the pump manufacturer is designated to have single source responsibility for coordination of the pump and VFD drive system. 1.3 DEFINITIONS A. The abbreviations are defined as follows: 1. IPS: Iron Pipe Size. 2. NPSHR: Net Positive Suction Head Required. 3. TDH: Total Differential Head. 4. TEFC: Totally Enclosed Fan Cooled. 5. WPI: Weather Protected Type I. 6. VFD: Variable Frequency Drive. B. Pump Service Category: Pump or pumps having identical names(not tag numbers)used for specific pumping service. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. See Section 11005. 3. Product technical data including: a. Performance data and curves with flow(gpm), head(FT),horsepower,efficiency, NPSH requirements,submergence requirement. b. Pump accessory data. c. Bearing supports, shafting details and lubrication provisions. d. Solids passage information. 4. Certifications: a. Certified pump performance curves as described in Article 2.5 when specifically required in individual pump specifications. 10059730 City of Bozeman Small Works Project No. 1- PUMPING EQUIPMENT: BASIC REQUIREMENTS 11060-1 b. For variable speed motor driven pumps,manufacturer to provide letter of certification from VFD and motor manufacturers that the specific application has been reviewed and that the motor and drive combination will satisfy the requirements under all conditions of operation without adverse impacts on the motor or VFD. 5. Test reports: a. Factory hydrostatic test where specified in individual pump specifications. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. C. Miscellaneous: 1. Certifications: a. Statement relative to installation and start-up per Paragraph 3.2A.4. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Pumps: a. See individual pump Specification Sections. 2. Mechanical seals: a. Chesterton. b. Garlock. c. Or equal. 3. Drive Couplings: a. TB Woods"Dura-Flex." b. Or equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 CENTRIFUGAL PUMP DESIGN A. Provide units with increasing head characteristics from the end run out portion of the curve to shutoff condition. 2.3 ACCESSORIES A. See Section 11005. B. Each Unit: 1. Lifting eye bolts or lugs. 2. Plugged gage cock connection at suction and discharge nozzles. 3. Tapped and plugged openings for casing and bearing housing vents and drains. 4. Fittings for properly adding flushing lubricant. 5. Pressure relief fittings for grease lubrication. C. Packing Seal: 1. Provide packing unless mechanical seal is specified in narrow-scope pump sections. 2. Minimum of five rings graphite impregnated synthetic packing. 3. Provide minimum 1/4 IN DIA supply tap and 1/2 IN DIA minimum drain tap. 4. Provide split Teflon or bronze water seal ring. 5. Adjustable split follower cast iron or bronze gland. D. Mechanical Seals: 1. Provide as specified in the narrow-scope pump sections. 10059730 City of Bozeman Small Works Project No. I- PUMPING EQUIPMENT: BASIC REQUIREMENTS 11060-2 2. Provide split stationary balanced 0-ring type. 3. Provide water lubrication-cooling. 4. Materials: a. Metal parts except springs: 316 stainless steel or Hastelloy C. b. Springs: Hastelloy C. c. Seal faces:Unfilled carbon graphite versus silica-free Grade 99.5 ceramic. d. Elastomers: Viton. 2.4 FABRICATION A. Pump Support: 1. Design base to support weight of drive, shafting and pump. 2. Comply with HI vibration limitations. 3. Mount horizontal pump,motor and coupling on single piece drip lip type baseplate. 4. Mount vertical pumps on single piece pedestal baseplate. 5. Fabricate to withstand all operating loads transmitted from the pump and drive. 2.5 SOURCE QUALITY CONTROL A. If specifically required in the individual pump specification sections,provide factory tests: 1. All units: a. Hydrostatic test at 150 percent of shutoff head for a minimum of 5 minutes. 2. Adjustable speed units: a. Head(FT)verses flow(gpm)pump curves: 1) Maximum,minimum and two equally spaced intermittent speeds. 2) Efficiencies along each curve. 3) Brake horsepower along each curve. 3. Constant speed units: a. Head(FT)versus flow(gpm)pump curves: 1) Efficiencies along curve. 2) Brake horsepower along each curve. 4. Results certified by a registered professional engineer. B. Statically and dynamically balance each pump per HI standards. PART 3 - EXECUTION 3.1 INSTALLATION A. See Section 11005. B. Floor or Pad-Mounted Units(Non-Submersible): 1. Align vertically and horizontally level,wedge and plumb units to match piping interfaces. 2. Assure no unnecessary stresses are transmitted to equipment flanges. 3. Tighten flange bolts at uniform rate and manufacturer's recommended torque for uniform gasket compression. 4. Support and match flange faces to uniform contact over entire face area prior to bolting pipe flange and equipment. 5. Permit piping connecting to equipment to freely move in directions parallel to longitudinal centerline when and while bolts in connection flange are tightened. 6. Grout equipment into place prior to final bolting of piping but not before initial fitting and alignment. 7. Assemble connecting piping with gaskets in place and minimum of four bolts per joint installed and tightened.Test alignment by loosening flange bolts to see if there is any change in relationship of piping flange with equipment connecting flange. Realign as necessary,install flange bolts and make equipment connection. 8. Field paint units as defined in Section 09905. 10059730 City of Bozeman Small Works Project No. I- PUMPING EQUIPMENT: BASIC REQUIREMENTS 11060-3 9. Provide pressure gage as specified in Section 13224 on discharge of all pumps and on suction and discharge of all non-submersible units. C. Submersible Units: 1. Comply with requirements defined in paragraphs 3.1-13.7, 8,and 9. 3.2 FIELD QUALITY CONTROL A. Provide services of equipment manufacturer's field service representative(s)to: 1. Inspect equipment covered by these Specifications. 2. Supervise pre-start adjustments and installation checks. 3. Conduct initial startup of equipment and perform operational checks. 4. Provide a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. 5. Instruct Owner's personnel for the specified minimum number of hours at jobsite per Section 01060 on operation and maintenance of each of following pumping equipment: END OF SECTION 10059730 City of Bozeman Small Works Project No. I- PUMPING EQUIPMENT: BASIC REQUIREMENTS 11060-4 SECTION 11074 PUMPING EQUIPMENT: POSITIVE DISPLACEMENT (LOBE) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Positive displacement rotary lobe pumps with convoluted rotor. Pumps shall be specifically designed for pumping municipal scum and sludges containing organic solids,small inorganic particles,and grit. B. Equipment Numbers: 1. WAS Pump Lift Station No. 1:400-WASP-01. 2. WAS Pump Lift Station No. 1:400-WASP-02. 3. WAS Pump Lift Station No. 2: 601-WASP-04. C. 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 11060-Pumping Equipment: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Bearing Manufacturers Association(ABMA). 2. American Iron and Steel Institute(AISI): a. Steel Products Manual. 3. ASTM International(ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. 4. Society of Automotive Engineers(SAE). 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. See Section 11060. B. Operating 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. 2. Equipment shall not be started until a manufacturer Operation and Maintenance manual has been submitted and approved. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Pumps: a. Vogelsang. b. Or approved equal. 10059730 City of Bozeman Small Works Project No. 1 - PUMPING EQUIPMENT: POSITIVE DISPLACEMENT(LOBE) 11074-1 B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Sludge Pumps: 1. Rotor case: a. Ductile iron, ASTM A536;cast iron,ASTM A48 grade 40,264 Brinell. b. Brinell hardness 220 or coated with 0.004-0.006 IN tungsten carbide. 2. Wear plates(if applicable): a. Steel,replaceable,550 Brinell. 3. End cover: a. SAE 285 C steel,hardened both sides to 55 Rockwell C. 4. Bearings: a. Rolleriball,ABMA L-10 life 100,000 HRS. 5. Rotor: a. Ductile iron ASTM A536 covered with urethane with durometer 80-90 hardness. 6. Shaft: a. Steel,AISI 4140 or AISI 4340. 7. Shaft sleeve: a. Stainless steel-440 C hardened to 45 Rockwell C. 8. Gears: a. Steel,AISI 8620. 9. Gear case: a. Cast iron ASTM A48. 10. Pump seal: a. Single acting. b. Oil lubricated. 2.3 EQUIPMENT A. Provide sludge pumps meeting the following parameters: 1. Waste Activated Sludge Pumps-(400-WASP-01,400-WASP-02,601-WASP-04): a. Delivery capability: 1) 35 gpm maximum. 2) 8 gpm minimum. b. Total differential head: 1) 100 FT maximum. 2) 50 FT minimum. c. Pump speed: 370 rpm maximum. d. Driver: 5 HP. e. Electric variable speed. f. Belt drive. g. Suction and discharge:4 M DIA. h. Material pumps: Waste secondary sludge containing grit,wood particles,metal, industrial solvents,greases,detergents,petroleum products,and organic particles at 3 percent solids. 2.4 ACCESSORIES A. See Section 11060. B. Provide stainless steel belt guards. 2.5 FABRICATION A. General: 1. Pumps shall be capable of operation with lobe rotation in either direction. 2. Pumps shall be capable to run dry for a period of 30 minutes without damage. 10059730 City of Bozeman Small Works Project No. I - PUMPING EQUIPMENT: POSITIVE DISPLACEMENT(LOBE) 11074-2 B. Rotor Case: 1. Provide removable end cover which allows removal and replacement of rotors and wear plates without disturbing shaft seals or packing,bearings or suction and discharge connections. 2. End cover shall have no intrusions inside case. a. Seal end cover with a Buna-N 0-ring. 3. Tap and plug suction and discharge connections for minimum 1 IN DIA IPS connection. C. Rotors: 1. Rotors to be tri-lobe form. 2. Rotors to be positioned on drive shafts using spline and locking assembly or keyed to the shaft to provide precise and lasting rotor timing and allow rotor replacement without shaft re-timing. 3. Rotors shall be held in place on the shaft with locking rings with the ends sealed to prevent contact with the pumped liquid. 4. Stacking of lobes is not acceptable. D. Rotor Shaft: 1. Each rotor shaft shall be supported by a minimum of two(2)inboard bearings without bearings or guides in the end plate. 2. Shaft for sludge and scum pump shall have replaceable shaft sleeves passing through the gland area. E. Gears: 1. Shaft shall be timed by straight cut or helical gears with zero backlash. a. Gears shall be keyed to the shafts. 2. Gears shall run in an oil filled gear and bearing housing. a. Provide fittings for adding and draining oil or other lubricants. 3. Provide oil seals on the shaft at the gear box. 4. Provide an oil reservoir(s)with level sight glass of adequate capacity and configuration to insave bearing lubrication at all pump speeds. F. Shaft Seals: 1. Provide pumps that require only one(1)seal per shaft in the rotor case. 2. Mechanical seals shall be tungsten carbide or silicon carbide faced,replaceable through the front cover. G. Baseplate: 1. Provide common cast iron or fabricated steel base plate for pump and drive train with drain piped to floor. H. Drive Train: 1. All pumps shall include a factory-installed electric motor,gear reducer,V-belt connection or flexible coupling between the drive and pump. 2. The horsepower,torque and speed characteristics of each motor and drive shall be suitable for continuous operation for all loading conditions described without exceeding motor nameplate current or temperature rise. a. Gear boxes shall have a service factor of 2.0 minimum. 3. Locally manually adjustable speed drives shall be mechanical sliding sheave belt drive type. I. Motor: 1. Each unit shall consist of a pump/geared motor configuration and shall be supplied with an in-line reducer complete with electric motor. See Specification Section 11005. 2.6 SOURCE QUALITY CONTROL A. See Section 11060: 1. Hydrostatic test unit at 150 percent of maximum specified discharge pressure or at 150 psig, whichever is greater. 10059730 City of Bozeman Small Works Project No. 1 - PUMPING EQUIPMENT: POSITIVE DISPLACEMENT(LOBE) 11074-3 B. Each pump shall have factory run-in test prior to shipment. 2.7 MAINTENANCE MATERIALS A. Provide the following spare parts per each pump size specified: 1. One(1)drive shaft,one(1)driven shaft. 2. Two(2)sets of rotors and gears. 3. Two(2)sets of mechanical seals. 4. Two(2)sets of bearing. 5. Two(2)sets of seals. 6. Two(2)sets of drive belts(if applicable). 7. One(1)set of replaceable liners(if applicable). 8. Four(4)wear plates. PART 3 - EXECUTION 3.1 INSTALLATION A. See Section 11060. B. Install products in accordance with manufacturer's instructions. 3.2 FIELD QUALITY CONTROL A. See Section 11060. END OF SECTION 10059730 City of Bozeman Small Works Project No. i- PUMPING EQUIPMENT: POSITIVE DISPLACEMENT(LOBE) 11074-4 SECTION 11336 SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Secondary clarifier effluent weirs and scum baffles for Secondary Clarifiers#],#2 and#3. B. Related Sections include but are not necessarily limited to: 1. Section 01340-Submittals. 2. Section 01640-Product Substitutions. 3. Section 09905—Painting and Protective Coatings 1.2 QUALITY ASSURANCE A. Provide the following: 1. Manufacturer's Certificate of Compliance. 2. Special shipping, storage and protection and handling instructions. 3. Manufacturer's written/printed installation instructions. 4. Certified test reports of the physical and mechanical properties of the product. Each panel shall have the following minimum physical properties: WEIRS Property Minimum Value Test Tensile Strength 14,000psi ASTM D-638 Flexural Strength 25,000psi ASTM D-790 Flexural Modulus 1 x 106psi ASTM D-790 Barcol Hardness 40 ASTM D-2583 Water Absorption 0.2% ASTM D-570 SCUM BAFFLES Pro e Minimum Value Test Tensile Strength 12,000psi ASTM D-638 Flexural Strength 20,000psi ASTM D-790 Flexural Modulus 1 x 106psi ASTM D-790 Notched Izod 12 ASTM D-256 Water Absorption 0.2% ASTM D-570 1.3 SUBMITTALS A. Shop Drawings and Product Data: See Section 01340 for requirements for the mechanics and administration of the submittal process. 1. Manufacturer's catalog information,descriptive literature,specifications and identification of material of construction,including resins and glass fiber content and layout for FRP constructions. 10059730 City of Bozeman Small Works Project No. 1- SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES l 1336-1 2. Detailed drawings that show equipment fabrication,dimensional layouts,bill of materials,bolt and anchor locations,method of attachment including number,locations and size of fasteners and weight of fabrication,and shall be based on field measurements by the Contractor to ensure proper installation. 3. Manufacturer's installation instructions. 4. Manufacturer's recommended baffle dimensions,deflection angle and location for each application. 1.4 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the contract documents,the following manufacturers are acceptable: 1. NEFCO,Incorporated. 2. Warminster Fiberglass. 3. Or approved equal. 1.5 DESIGN B. The effluent weir and scum baffle system are designed to facilitate effluent clarification. C. The secondary clarifiers have the following dimensions: Clarifier Wall Clarifier Wall Launder Trough Weir Wall Weir Wall Inside Diameter Width Dimension Width Width Inside Diameter SC#1 70'-4" 8" 2'-0" 8" 65'-0" SC#2 70'4" 8" 2'-0" 8" 65'-0" SC#3 70'4" 8" 2'-0" 8" 65'-0" D. Contractor to field verify dimensions prior to developing detailed drawings. 1.5 MATERIALS A. Weir: 1. Except for bolts and hardware specified herein,the weirs and supports shall be polyester plastic resin,reinforced with glass fiber.All weir plates,weir washers,weir splice plates and support brackets shall be fiberglass reinforced plastic molded to produce uniform smooth surfaces.The surface shall be resin rich,fee of voids and porosity,without dry spots,crazes or unreinforced areas and shall provide for increased corrosion resistance and UV protection. 2. The weirs shall be green in color. 3. The weir plates,splice plates and weir washers shall be i/4 IN thick plastic laminate. Weir plates shall not exceed 12 FT in length unless otherwise noted.The weir plates shall be 12 IN high with 3 IN deep,90'V-notches on 6 IN centers. Oversized mounting holes in the weir plates shall be provided for vertical and horizontal alignment of at least 2 IN with 5 IN diameter FRP weir washers to cover the holes.The weirs shall be mounted with x 4-1/4" stainless steel expansion anchors 2 FT on center. Cut ends of non-standard lengths shall be sealed with resin. B. Baffle: 1. The Scum Baffle System shall consist of a series of baffle panels that are attached to the trough face of the inboard launder to form an inclined, shelf-like surface around the entire inner periphery of the tank. Each panel shall be molded of corrosion-resistant,UV-treated fiberglass. The panel shall be a maximum of 6 FT in length.The baffle shall be '/4 IN thick x 24 IN high. The width,inclination angle and mounting location of the baffle shall be determined based upon the clarifier configuration in order to provide optimum baffle performance.The panels shall be designed such that adjacent panels fit together without overlapping or cutting,and the completed baffle when installed,have a well-engineered and professional appearance. 10059730 City of Bozeman Small Works Project No. 1- SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES 11336-2 2. Provisions shall be made to attach the panels to the trough face of the inboard launder and support them at the proper angle using a triangular panel bracket.A specially formed"free- end"bracket shall be provide to support the free end of the last panel where the run of panels is interrupted by and obstruction.Panels may be cut as required to fit around obstructions. 3. A method of interconnecting adjacent panels shall be provided such that the entire assembly forms a rigid structure capable of supporting its own weight plus snow and wind loads in the event the tank is out of service.The baffle shall also be designed to withstand a buoyant force load equal to the weight of the water displace from the volume beneath the baffle. The angled working surface of each baffle shall be sufficient in pitch and width to divert the flow and to create a self-cleaning actin of the baffle itself.Provision shall also be made to vent gases which may form beneath the baffle through 2 IN radius half round openings molded into the panel at its highest point. C. Material: 1. Each baffle panel shall be molded of fiberglass-reinforced plastic.The resins and fiberglass reinforcing material shall be consistent with the environmental conditions and structural requirements. 2. The resin shall be an isophthalic polyester resin with corrosion-resistant properties,Corezyn COR75-AQ-010 or equivalent, suitable for use in submerged waste treatment applications.The resin shall not contain fillers except as required the viscosity control.For viscosity control a thixotropic agent up to 5%by weight may be added to the resin.The resin shall be treated to provide UV suppression. 3. Glass reinforcement shall consist of chemically bonded surfacing mat and chopped strand roving. Surfacing mat shall be Type C veil.The glass reinforcement shall be 357-211 PLN CTC chopped roving or equivalent.The glass content of the finished laminate shall not be less than 30%by weight.The nominal thickness of each baffle panel shall be '/4",t1/16",thick with resin rich surfaces and edges to prevent migration of moisture and fiber"blooming."The baffle shall be green in color. 4. The upper surface of each panel shall be molded smooth and no glass fibers shall be exposed. Laminations shall be dense and free of voids,dry spots,cracks or crazes.The upper surface of the baffle shall be reinforced with one layer of surfacing veil followed by 2 ounces or more of chopped strand roving.In addition,the vertical mounting flange(return flange on launder mount applications)shall be reinforced with one layer of 24 oz woven roving.No other glass product is permitted between these layers.All factory-trimmed edges shall be"hot coated"with resin to prevent wicking. D. Fasteners and brackets shall be 304 or 316 stainless steel. 1.7 WARRANTY A. Manufacturer shall expressly warrant the Weirs to be free of defects in materials and workmanship for a period of one year from the date of Substantial Completion,exclusive of misuse,negligence or accident on the part of the installation contractors or owner. B. Manufacturer shall expressly warrant the Baffles to be free of defects in materials and workmanship for a period of one year from the date of Substantial Completion,exclusive of misuse,negligence or accident on the part of the installation contractors or owner. 1.6 COORDINATION A. Manufacturer shall coordinate the Weirs and Baffle design and installation requirements with the clarifier mechanism,scum box and launder effluent channel configurations. 10059730 City of Bozeman Small Works Project No. 1- SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES 11336-3 PART 2 - EXECUTION 2.1 INSTALLATION A. Install all equipment in accordance with Manufacturer's recommendations. B. Weirs 1. The installation Contractor shall field verify existing dimensions and install the weirs in accordance with the Contract Drawings,approved shop drawings and manufacturer's recommendations. Field cutting of panels will be allowed to complete the structure.All field cut or drilled edges shall be sealed per the manufacturer's recommendations. 2. The installation Contractor shall field verify existing dimensions and install the weirs in accordance with the Contract Drawings,approved shop drawings and manufacturer's recommendations.Field cutting of panels will be allowed to complete the structure.All field cut or drilled edges shall be sealed per the manufacturer's recommendations. 3. Weirs shall be carefully aligned and leveled to the elevations sown on the drawings. In the completed installation,no variation greater than 1/8 IN shall exist between any two notches of the weir plate in any one tank. In addition,the average deviation from one quadrant of the weir to any other shall not exceed 1/16 IN.the installation Contractor shall apply a suitable sealant between the weir and the wall to prevent the flow of liquid between the weir and the tank wall. C. Baffles 1. The installation Contractor shall field verify existing dimensions and install the baffle in accordance with the contract drawings,approved shop drawings and manufacturer's recommendations.Mounting holes shall be factory drilled. Field cutting of baffle panels will be allowed to complete the structure and accommodate in-tank obstructions.All field cut or drilled edges shall be coated per the manufacturer's recommendations to prevent fiber blooming or fraying.All of the fasteners required for installation shall be supplied by the baffle manufacturer.The baffle panels shall be attached to the wall using 3/8"x 3-3/4" concrete expansion anchors with oversized 1/8"x 2-1/4"stainless steel washers,and hex nuts. Adjacent baffle panels are fastened together using 14 IN bolts,2 flat washers,lock washer,and hex nut.All of the installation fasteners shall be 316 stainless steel. 2.2 FIELD QUALITY CONTROL A. Inspect equipment covered by these Specifications. B. Supervise pre-startup adjustments and installation checks. C. Conduct initial startup of equipment and perform operational checks. D. Provide Owner written statement that manufacturer's equipment has been installed properly, started up, and is ready for operation by Owner's personnel. END OF SECTION 10059730 City of Bozeman 7/3/2017 Small Works Project No. I - SECONDARY CLARIFIER EFFLUENT WEIRS AND SCUM BAFFLES 11336-4 F)l DIVISION 13 SPECIAL CONSTRUCTION SECTION 13235 CLARIFIER LAUNDER COVER SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Clarifier launder covers with integral scum trough cover for Secondary Clarifiers#1,#2, #3 and#4. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract form and conditions of the contract. 2. Division 1 —General Requirement. 3. Section 11005-Equipment,Basic Requirements. 1.2 QUALITY ASSURANCE A. Provide the following: 1. Manufacturer's Certificate of Compliance. 2. Special shipping,storage and protection and handling instructions. 3. Manufacturer's written/printed installation instructions. 4. Certified test reports of the physical and mechanical properties of the product.Each panel shall have the following minimum physical properties: Property Minimum Value Test Tensile Strength 10,000psi ASTM D-638 Flexural Strength 16,000psi ASTM D-790 Flexural Modulus 1 x 106psi ASTM D-790 Barcol Hardness 60 ASTM D-2583 Notched Izod Impact 13 ft.lbs/in ASTM D-256 Water Absorption 0.2% ASTM D-570 1.3 SUBMITTALS A. Shop Drawings: See section 01340 for requirements for the mechanics and administration of the submittal process: 1. See Section 11005. 2. Fabrication Drawings. 3. Manufacturer's installation instructions. 4. Manufacturer's statement of proper installation. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of operation and maintenance manuals. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the contract documents,the following manufacturers are acceptable: 10059730 City of Bozeman Small Works Project No. I - CLARIFIER LAUNDER COVER SYSTEM 13235-1 1. NEFCO,Incorporated. 2. Warminster Fiberglass. 3. Or approved equal. 2.2 SHOP DRAWINGS A. See Section 01340 and also provide the following specific information: 1. Manufacturer's catalog information,descriptive literature,specifications and identification of materials of construction,including resins and glass fiber content and layout for FRP constructions. 2. Detailed drawings showing equipment fabrication,dimensions,method of attachment including number,locations and size of fasteners and weights of fabrications. 3. Manufacturer's recommended cover dimensions,mounting configuration and location for each application. 2.3 DESIGN A. The launder cover shall be designed to inhibit the growth of algae on the clarifier launder troughs and weir surfaces by minimizing incident sunlight reaching the trough surface.The cover shall be outward opening and provided for the four existing secondary clarifiers(#1,#2,#3 and#4). B. The clarifiers have the following dimensions: Clarifier Wall Clarifier Wall Launder Trough Weir Wall Weir Wall Inside Diameter Width Dimension Width Width Inside Diameter SC#1 70'-4" 8" 2'-0" 8" 65'-0" SC#2 70'-4" 8" 2'-0" 8" 65'-0" SC#3 7014" 8" 2'-0" 8" 65'-0" SC#4 65'-0" 12" 2'-0" 8" 59'-8" B. The launder cover shall consist of a system of molded fiberglass panels that are attached together to form a continuous cover over the launder trough and weir of each clarifier. The Cover shall be designed and manufactured to inhibit incident sunlight from striking the surfaces of the launder trough and weir.Each cover section shall be molded of UV-protected fiberglass and shall be opaque to sunlight.Individual sections shall be a minimum of four feet in length and molded to the curvature of the tank.The cover shall extend over the launder trough and weir to a point immediately inboard of the clarifier weir. Care must be taken to insure that the cover does not interfere with the clarifier scum skimmer sweep arm.The cover shall be designed such that adjacent panels fit together properly and the completed cover,when installed, forms a rigid structure and has a well-engineered and professional appearance: 1. The cover shall be designed to attach to the concrete clarifier tank wall with 3/8 IN x 3-3/4 IN 316 stainless steel expansion anchors,washers and nut. Slotted mounting holes in the cover shall be provided for vertical adjustment.In addition,a molded overlapping tab at one end of each cover section fastens over the adjacent section to insure that the alignment of the cover structure is maintained. 2. The cover system shall be designed to withstand 90 mph wind load and 36 psf snow load and temperatures ranging from-40'F to+120'F. 3. The Cover System shall be designed to open to the outside of the tank with the Mounting Section fastened directly to the outer clarifier wall.The Cover Sections extend inward toward the center of the tank and swing open for inspection and maintenance of the launder and weir. C. Contractor to field verify dimensions prior to developing detailed drawings. 2.4 MATERIALS A. Each cover panel shall be molded of fiberglass,reinforced plastics.The resins and fiberglass reinforcing materials shall be consistent with the environmental conditions and structural requirements of the application. t0059730 City of Bozeman Small Works Project No. t- CLARIFIER LAUNDER COVER SYSTEM 13235-2 B. The resin shall be an industrial quality,isophthalic polyester resin with UV suppression additives,Corezyn COR75-AQ-010,or equivalent.The resin shall be pigmented to ensure that the resulting part is opaque.The glass reinforcement shall be chopped strand roving,357-211 PLN CTC,or equivalent,with a minimum'/2 IN strand length. Additional reinforcement in the form of stiffening ribs shall be added when necessary.The glass content of the finished laminate shall be not less than 30%by weight. The nominal thickness of each panel shall be '/4 IN.The laminate shall consist of a 20 mil outer layer of marine quality white gelcoat,followed by chopped strand roving.The laminations shall be dense and free of voids,dry spots,cracks or crazes.All factory-trimmed edges shall be sanded and sealed.The finished laminate shall have a smooth,even appearance. C. Anchors shall be 316 stainless steel. D. Fasteners and brackets shall be 304 or 316 stainless steel. 2.5 WARRANTY A. Manufacturer shall expressly warrant the launder cover to be free of defects in materials and workmanship for a period of one year from the date of installation,exclusive of misuse, negligence or accident on the part of the installation contractors or owner. 2.6 COORDINATION A. Manufacturer shall coordinate the launder cover design and installation requirements with the clarifier mechanism,scum box and launder effluent channel configurations. PART 3 - EXECUTION 3.1 INSTALLATION A. The Contractor shall install the cover in accordance with the contract Drawings,manufacturing drawings and Manufacturer's recommendations.Field cutting of panels shall be allowed to complete the structure and accommodate in-tank obstructions. All cut ends shall be dressed as per the Manufacturer's recommendations. B. All of the fasteners and brackets required for the installation shall be 304 or 316 stainless steel and shall be supplied by the cover Manufacturer. The support flange and weir wall brackets shall be installed using 3/8 IN x 3-3/4 IN 316 stainless steel expansion anchors with flat washers,lock washers and hex nuts. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- CLARIFIER LAUNDER COVER SYSTEM 13235-3 SECTION 13442 PRIMARY ELEMENTS AND TRANSMITTERS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Pressure components. 2. Analytical components. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 11005 -Equipment: General Requirements. 4. Section 15060-Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Gas Association(AGA): a. Gas Measurement Committee Report#3. 2. American Iron and Steel Institute(AISI). 3. American National Standards Institute(ANSI). 4. American Society of Mechanical Engineers(ASME): a. B 16.5,Pipe Flanges and Flanged Fittings. b. B31.1,Power Piping. c. PTC 19.3, Instruments and Apparatus, Part 3 Temperature Measurement. d. PTC 19.5,Application of Fluid Meters, Part 2. e. Section II,A SA-182, Standard Specification for Forged or Rolled Alloy Steel Pipe Flanges,Forged Fittings,and Valves and Parts for High-Temperature. f Section II, A SA-479, Standard Specification for Stainless and Heat-Resisting Steel Bars and Shapes for Use in Boilers and Other Pressure Vessels. 5. ASTM International(ASTM): a. A106, Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service. b. A126, Standard Specification for Gray Iron Castings for Valves,Flanges,and Pipe Fittings. c. Al82, Standard Specification for Forged or Rolled Alloy-Steel Pipe Flanges,Forged Fittings and Valves and Parts for High Temperature Service. d. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. e. A276, Standard Specification for Stainless Steel Bars and Shapes. f. A479, Standard Specification for Stainless Steel Bars and Shapes for Use in Boilers and Other Pressure Vessels. g. B 16, Standard Specification for Free-Cutting Brass Rod,Bar and Shapes for Use in Screw Machines. h. B75, Standard Specification for Seamless Copper Tube. i. B 124, Standard Specification for Copper and Copper Alloy Forging Rod, Bar,and Shapes. j. B283, Standard Specification for Copper and Copper-Alloy Die Forgings(Hot- Pressed). k. B453, Standard Specification for Copper-Zinc-Lead Alloy(Leaded-Brass) Rod,Bar, and Shapes. 10059730 City of Bozeman Small Works Project No. I- PRIMARY ELEMENTS AND TRANSMITTERS 13442- 1 6. Instrumentation, Systems,and Automation Society(ISA): a. MC96.1,Temperature Measurement Thermocouples. 7. National Electrical Manufacturers Association(NEMA): a. 250,Enclosures for Electrical Equipment(1000 Volts Maximum). 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 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 Manufacturers listed in the articles describing the elements are acceptable. B. Submit request for substitutions in accordance with Specification Section 01640. 2.2 FLOW COMPONENTS 2.3 PRESSURE COMPONENTS A. Pressure Switches: 1. Acceptable manufacturers: a. Ashcroft b. Or equal. 2. Materials: a. Wetted switch elements: 316 stainless steel. b. Diaphragm seal housing: 316 stainless steel. c. Pressure snubber: 1) Filter disc: 316 stainless steel. 2) Housing: 316 stainless steel. 3. Accessories: a. Provide ball valve to isolate pressure switch from source. b. Utilize pressure snubbers with porous metal discs to provide pulsation dampening on pressure switch as shown on schedule. c. On applications where a pressure switch and a pressure gage are used at the same location,it is permissible to utilize one(1)pulsation dampener and diaphragm seal to isolate both elements from the process fluid. 4. Design and fabrication: a. Type: switch assembly with diaphragm piston actuator for sensing gauge, differential pressure, or vacuum as required by process. b. Performance Specification: 1) Adjustable operating range: as required. 2) Setpoint accuracy: 1 percent of span. 3) Actuating setpoint: as noted. 4) Switch and reset(dead-band)action: fixed,unless otherwise noted. c. Switch: 1) Type: snap action,hermetically sealed. 2) Contacts: SPDT rated not less than 5 amp resistive at 125 VAC and 1/2 amp resistive at 125 VDC. 10059730 City of Bozeman Small Works Project No. 1- PRIMARY ELEMENTS AND TRANSMITTERS 13442-2 3) Options: Provide DPDT contacts and other optional switch configurations when { required. d. Process connection: 1/2 IN NPT or 1/4 IN NPT. e. Housing requirements: 1) Non-hazardous rated locations:watertight,NEMA 4X rated enclosure. 2) Hazardous rated location:explosion-proof,NEMA 7 and NEMA 9 rated enclosure. f. Switch set points: 1) Set points between 30 and 70 percent of switch rated working range. 2) Operating pressure not to exceed 75 percent of switch rated working range. g. Accuracy: Better than 1 percent of full scale. h. Electrical Connection: 3/4 IN NPT. 5. Schedule: TAG APPLICATION TRIP DIAPHRAGM SNUBBER NUMBER SETTIN SEAL REQ'D REQ'D G 200-PSH-01 LS1 WAS Pump No. 1 55 PSI Yes Yes 200-PSH-02 LS 1 WAS Pump No.2 55 PSI Yes Yes 601-PSH-04 LS2 WAS Pump No. 1 55 PSI Yes Yes 601-PSH-05 LS2 WAS Pump No.2 55 PSI Yes Yes B. Pressure Gage: 1. Acceptable manufacturers: a. Ashcroft—Duraguage. b. Ametek. c. Robert Shaw Acragage. d. Or equal. 2. Materials: a. Element: 316 stainless steel. b. Case: Phenolic or phenol plastic,unless otherwise noted. c. Diaphragm seal housing: 316 stainless steel. d. Pressure snubber: 1) Filter disc: 316 stainless steel. 2) Housing: 316 stainless steel. 3. Accessories: a. Provide valve at point of connection to equipment and at panel if panel mounted. b. Utilize pressure snubbers with porous metal discs to provide pulsation dampening on gage applications as shown on schedule. 4. Design and fabrication: a. Element type: 1) Direct reading bellows for ranges below 10 psig or compound gauges 2) Bourdon tube actuated for ranges 10 psig and above. b. Movement: stainless steel,rotary geared. c. Range:as noted.Compound scale when noted. d. Accuracy:plus or minus 1.6 percent of span. e. Mounting;Lower stem,unless otherwise noted. f. Dial:4.5 IN diameter. g. Pointer:Micrometer pointer with self-locking adjustment h. Dampening:Pulsation dampener for all pump or blower discharge applications,and as shown in the schedule. i. Process Connection: 1/4 IN NPT,unless otherwise noted. j. Calibrate gages at jobsite for pressure and temperature in accordance with manufacturer's instructions. k. Unless otherwise required by codes,provide stem mounted or flush mounted,as required,with 4.5 IN diameter dial. 1. Equip with white faces,black numerals and black pointers. 10059730 City of Bozeman Small Works Project No. 1- PRIMARY ELEMENTS AND TRANSMITTERS 13442-3 in. Gage tapping position to be clear of equipment functions and movements,and protected from maintenance and operation of equipment. 1) Gage to be readable from an accessible standing position. n. Gage accuracy: 1 percent of full range. o. Select gage range so that: 1) The normal operating value is in the middle third of the dial. 2) Maximum operating pressure does not exceed 75 percent of the full scale range. p. Schedule: TAG APPLICATION RANGE DIAPHRAG SNUBBER NUMBER (PSIG) M SEAL REQ'D REQ'D 200-PI-01 WAS Pump No. 1 Discharge 0-60 Yes Yes 200-PI-02 WAS Pump No. 1 Discharge 0-60 Yes Yes 601-PI-08 WAS Pump No. 3 Discharge 0-60 Yes Yes 601-PI-09 WAS Pump No.4 Discharge 0-60 Yes Yes C. Diaphragm Seal: 1. Acceptable manufacturers: a. Ashcroft. b. Or equal. 2. Materials: a. Lower housing to match process pipe material. b. Stainless Steel upper housing. c. Diaphragm material shall be compatible with process fluid and measured process pressures. 1) SST diaphragms shall be used for sludge applications. 2) Teflon diaphragms shall be used for chemical applications. 3) Viton diaphragms shall be used for inches of water range applications. d. The space between the top of the diaphragm and the pressure element is filled with suitable liquid. Fill fluid shall be compatible with process fluid: 1) Ethylene glycol/water(50/50 mixture)fill standard. 2) Halocarbon(chlorotrifluoroethylene-CTFE)fill for pressure service in presence of strong oxidizing agents such as sodium hypochlorite. e. In-Line Flanged body(for sludge applications)shall be constructed from 304SST. f. Components used to assemble pressure sensing instruments to diaphragm seals shall be constructed of 304SST. These components include but are not limited to valves, snubbers,nipples,and pipe fittings. 3. Design and fabrication: a. Device which is attached to the inlet connection of a pressure sensing instrument to isolate its measuring element from process fluids which are corrosive,contains solids, or may freeze and damage the element. b. Continuous duty design which prevents damage to the diaphragm or leakage of the process fluid should the pressure instrument fail or be removed. c. Diaphragm capsule is welded(or bonded)to the top housing,which is then clamped to the bottom housing. d. Top housing and pressure instrument are removable from the bottom housing without loss of fill fluid to allow cleaning of the diaphragm capsule and bottom housing without refilling or recalibrating the protected instrument. e. Upper housing with fill/bleed screw to permit filling the seal and instrument simultaneously after evacuation and allowing the fill to flow into the completed unit. f. Provide with flushing connection except with saddle-type or socket-weld lower housings. g. Connections: 1) Instrument port: 0.25 or 0.5 IN female NPT. 2) Process port: 10059730 City of Bozeman Small Works Project No. 1- PRIMARY ELEMENTS AND TRANSMITTERS 13442-4 a) Where PVC process pipe is used,use a 0.5 IN female socket-weld connection. b) For applications where the process fluid contains solids(sludge applications) furnish diaphragm seals with In-Line Flanged spool piece. See Ashcroft Types 106 and 206 In-Line Flanged Diaphragm Seals. c) Other applications shall use a 0.5 IN female NPT connection. 4. Schedule: TAG APPLICATION PROCESS NUMBER CONNECTION 200-PE-01 WAS Pump No. 1 Discharge In-Line Flanged-4 IN 200-PE-02 WAS Pump No.2 Discharge In-Line Flanged-4 IN 601-PE-08 WAS Pump No. 1 Discharge In-Line Flanged-4 IN 601-PE-09 WAS Pump No.2 Discharge In-Line Flanged-4 IN 2.4 ACCESSORIES A. Furnish all mounting brackets,hardware and appurtenances required for mounting primary elements and transmitters. 1. Materials,unless otherwise specified,shall be as follows: a. Bolts,nuts,washers,expansion anchors: 316 stainless steel. b. Mounting brackets: 1) Standard: 316 stainless steel. 2) Highly corrosive areas: Aluminum. c. Mounting plates,angles: 1) Standard: Carbon steel. 2) Corrosive areas: 316 stainless steel. d. Instrument pipe stands: 1) Standard: Hot-dip galvanized 2 IN schedule 40, ASTM A106,Grade B carbon j steel. l 2) Corrosive areas: 316 stainless steel. B. Electronic field equipment exposed to sunlight or rain shall be provided with an appropriately sized hood for protection. C. Electronic field equipment installed outdoors shall be installed with an appropriately sized enclosure with clear cover and with integrally mounted space heater and thermostat. D. All field instruments to be identified with 12 GA stainless steel tags secured to the device with stainless steel wire or screws: it 1. Tag size: 3/4 IN x 3 IN minimum. 2. Letter height: 3/16 IN minimum. 3. Marking: Tag number as identified in specifications. E. Cable lengths between sensors and transmitters shall be continuous and as required to accommodate locations as shown on drawings. F. Furnish one hand-held HART Communicator with carrying case for this project to be used to configure the Smart Instruments specified with HART Communications capabilities. 1. Acceptable manufacturers: a. Rosemount. 2. Design and Fabrication: a. User interface: b. Keypad with 25-keys including alphanumeric,shift,function,and action keys. c. LCD Display: 8-line by 21 characters(128 by 64 pixels)minimum. d. Software menu structure. e. Memory module:contains the operating system software and the application software for the HART compatible devices. Contains 8 MB of memory. f. Data pack: provide(2)for this project. Stores up to 100 device configurations in removable,nonvolatile memory. 10059730 City of Bozeman Small Works Project No.I- PRIMARY ELEMENTS AND TRANSMITTERS 13442-5 g. Rechargeable Ni-CAD Battery Pack with 110/120 VAC,60Hz,U.S.plug. h. Hazardous Location Certification: Intrinsically Safe for Class 1,Division 1,Groups A, B,C,and D. i. Furnish all necessary cables,lead-sets,connectors,and chargers for normal use. j. Operating temperature: 32 to 122 DegF. k. Weight: approximately 3-lb with Ni-CAD battery pack. G. Tubing Support Angles and Brackets: 1. Any of the following materials are acceptable: a. Aluminum support with dielectric material between support and tubing. b. Type 316 stainless steel. c. Fiberglass. H. Tubing Tray or Channel: Aluminum. 1. Provide dielectric material between tray or channel and tubing. 1. Provide handheld communicator compatible with all intelligent transmitters furnished. 1. Hand held communicator shall provide capability to check calibration,change transmitter range,and provide diagnostics. 2. If these features are provided with the intelligent transmitter,the hand held communicator is not required. J. Cable lengths between sensors and transmitters shall be continuous(without splices)and as required to accommodate locations as shown on Drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install instrument mounting pipe stands level and plumb. C. Instrument Valves: 1. Orient stems for proper operation. 2. Install arrays orderly and neat in appearance with true horizontal and vertical lines. 3. Provide a minimum of 2 IN clearance between valve handle turning radii where there are multiple valve handles appearing in a straight line. 4. Valves shall have bonnets and any soft seals removed during welding or soldering into the line. a. When cool,reassemble the valves. 5. Support each valve individually. a. The tubing system does not qualify as support for the valve. D. Locate instrument piping and tubing so as to be free of vibration and interference with other piping,conduit, or equipment. E. Keep foreign matter out of the system. F. Remove all oil on piping and tubing with solvent before piping and tubing installation. G. Plug all open ends and connections to keep out contaminants. H. Tubing Installation: 1. General: a. Install such that tube shows no sign of crumpling,bends of too short a radius, or flattening,etc. b. Make tube runs straight and parallel or perpendicular to the floor,equipment and piping runs. 10059730 City of Bozeman Small Works Project No. l - PRIMARY ELEMENTS AND TRANSMITTERS 13442-6 c. For liquid and steam applications,slope continuously from the process to the instrument with a minimum slope of 0.50 IN per foot. d. For gas and air applications,slope continuously from the instrument to the process with a minimum slope of 0.50 IN per foot. e. If the sensing line cannot be continuously sloped,install high point vents and low point drains. f. Keep instrument tubing clean during all phases of work. g. Blow out with clean,dry,oil-free air immediately before final assembly. h. Cut by sawing only and debur. 2. Bending: a. Make each bend with tube bender of the correct size for the tube. b. Make all bends smooth and continuous. c. Rebending is not permitted. d. Make bends true to angle and radius. e. Maintain a true circular cross section of tubing without buckling or undue stretch of tube wall. f. Allowable tolerance for flattening out of tubing bends: Maximum of 8 percent of the OD for stainless steel tubing. g. Minimum bending radius for stainless steel tubing: TUBE OD MINIMUM INCHES BENDING RADIUS,INCHES 1/4 9/16 3/8 15/16 1/2 1-1/2 h. Minimum bending radius for type L,hard(drawn)copper: TUBE OD INCHES MINIMUM BENDING 3/8 1-3/4 1/2 2-1/2 3. Tubing support: a. Intermittently support by clamping to support angle. b. Install supports to be self-draining,supported by hangers,or cantilevered from walls or structural beams. c. Support at 5 FT-0 IN maximum spans for horizontal or vertical runs. d. Use tubing trays in areas where spans between supports are greater than 5 FT and for all signal tubing support. e. Support each tubing tray at 10 FT maximum spans. f. Align tubing in orderly rows and retain in the tray by bolted clips. 1) The use of spring or speed clips is not acceptable. g. Maintain order of the tubing throughout the length of the tray. h. Locate angle,channel and tray installation to protect tubing from spills and mechanical damage. i. Locate support members to clear all piping,conduit,equipment,hatchways,monorails, and personnel access ways and allow access for equipment operation and maintenance. j. Support trays to prevent torsion,sway or sag. k. Permanently attach supports to building steel or other permanent structural members. 1. Arrange supports and trays so that they do not become a trough or trap. 4. Routing and orientation: a. Route to maintain a minimum headroom clearance of 8 FT. 10059730 City of Bozeman Small Works Project No. 1 - PRIMARY ELEMENTS AND TRANSMITTERS 13442-7 b. Locate and orient valves and specialties so that they are accessible for operation and maintenance from the operating floor. 1) Do not route through or over equipment removal areas,below monorails or cranes nor above or below hatches. 5. Expansion and vibration provisions: a. Provide horizontal expansion loops at the process connections. b. Route tubing parallel to relative motion through sleeved supports that allow linear tube movement. c. Cold springing of tubing to compensate for thermal expansion is prohibited. d. Utilize flexible hoses to connect pneumatic tubing to air users which may move or vibrate. I. Air Supply: 1. Connect all instruments requiring air to air supply piping and tubing. 2. Provide connections as follows: a. Terminate branch supply line not more than 36 IN from the device with a 1/2 IN isolation valve. b. For remaining line,use 1/4 IN or 3/8 IN tubing of a length to allow for normal equipment movement and vibration. c. Use flexible hoses to connect pneumatic tubing to air users which may experience significant movement or vibration. d. Make branch connections to individual instruments from the top of the supply header. e. Purge instrument air piping of extraneous material by blowing clean,dry,oil-free air through the system prior to final connection. J. Threaded Connection Seals: 1. Use Tite-Seal or acceptable alternate. 2. Use of lead base pipe dope or Teflon tape is not acceptable. 3. Do not apply Tite-Seal to tubing threads of compression fittings. K. Capillary Tubing: 1. Route capillary tubing in tubing tray. 2. Install capillary tubing with a 2 IN minimum bend radius which does not kink or pinch the capillaries. 3. Do not cut or disconnect at any point. 4. Coil excess capillary tubing and secure at the instrument. L. Temperature Elements: 1. Assemble in the following sequence: a. Remove temperature sensor sheaths and terminal blocks from the head and nipple assembly. b. Connect nipple and head to thermowells installed in the pipe. c. Insert sheath and terminal block until it seats in the thermowells. d. Connect to the head. M. Instrument Mounting: 1. Mount all instruments where they will be accessible from fixed ladders,platforms,or grade. 2. Mount all local indicating instruments with face forward toward the normal operating area, within reading distance,and in the line of sight. 3. Mount instruments level,plumb,and support rigidly. 4. Mount to provide: a. Protection from heat, shock,and vibrations. b. Accessibility for maintenance. c. Freedom from interference with piping,conduit and equipment. 3.2 TRAINING A. Provide on-site training in accordance with Section 01650. 10059730 City of Bozeman Small Works Project No. 1 - PRIMARY ELEMENTS AND TRANSMITTERS 13442-8 END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- PRIMARY ELEMENTS AND TRANSMITTERS 13442-9 F)l DIVISION 15 MECHANICAL. 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. 4. Section 09905-Painting and Protective Coatings. 5. Section 10400-Identification Devices. 6. Section 11005-Equipment: Basic Requirements. 7. Section 13440-Instrumentation for Process Control: Basic Requirements. 8. Section 13442-Primary Elements and Transmitters. 9. Section 15090-Pipe Support Systems. 10. Section 15100-Valves: Basic Requirements. 11. Section 15183-Pipe,Duct and Equipment Insulation. 12. Section 16125—Heat Tracing Cable. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials(AASHTO): a. M36,Corrugated Steel Culverts and Underdrains. b. M190, Standard Specification for Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches. c. M252, Standard Specification for Corrugated Polyethylene Drainage Tubing. d. M278, Standard Specification for Class PS 46 Polyvinyl Chloride(PVC)Pipe. e. M294, Interim Specification for Corrugated Polyethylene Pipe 12 to 24 Inch Diameter. 2. American Iron and Steel Institute(AISI). 3. American Society of Mechanical Engineers(ASME): a. B 16.3, Malleable Iron Threaded Fittings. b. B 16.5,Pipe Flanges and Flanged Fittings. c. B 16.9,Factory-Made Wrought Steel Butt-Welding Fittings. d. B 16.22,Wrought Copper and Bronze Solder-Joint Pressure Fittings. e. B 16.26,Cast Copper Alloy Fittings for Flared Copper Tubes. f B36.19, Stainless Steel Pipe. g. B40.100,Pressure Gauges and Gauge Attachments. 4. ASTM International(ASTM): a. A53, Standard Specification for Pipe, Steel,Black and Hot-Dipped,Zinc-Coated, Welded and Seamless. b. A74, Standard Specification for Cast Iron Soil Pipe and Fittings. c. A106, Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service. d. A126, Standard Specification for Gray Iron Castings for Valves,Flanges, and Pipe Fittings. 10059730 City of Bozeman Small Works Project No. I- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-1 e. Al 82, Standard Specification for Forged or Rolled Alloy-Steel Pipe Flanges, Forged Fittings,and Valves and Parts for High-Temperature Service. f. At97,Standard Specification for Cupola Malleable Iron. g. A234, Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. It. A269,Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. i. A312, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. j. A518,Standard Specification for Corrosion-Resistant High-Silicon Iron Castings. k. A536,Standard Specification for Ductile Iron Castings. 1. A587,Standard Specification for Electric-Resistance-Welded Low-Carbon Steel Pipe for the Chemical Industry. in. A774,Standard Specification for As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures. n. A778,Standard Specification for Welded,Unannealed Austenitic Stainless Steel Tubular Products. o. B88,Standard Specification for Seamless Copper Water Tube. p. C14, Standard Specification for Concrete Sewer, Storm Drain,and Culvert Pipe. q. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain,and Sewer Pipe. r. C425, Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings. s. C443, Standard Specification for Joints for Concrete Pipe and Manholes,Using Rubber Gaskets. t. C564, Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. u. C700, Standard Specification for Vitrified Clay Pipe,Extra Strength, Standard Strength and Perforated. v. D1785, Standard Specification for Poly(Vinyl Chloride)(PVC) Plastic Pipe, Schedules 40, 80,and 120. w. D2466, Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe Fittings, Schedule 40. x. D2467, Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe Fittings, Schedule 80. y. D2513, Standard Specification for Thermoplastic Gas Pressure Pipe,Tubing,and Fittings. z. D2683, Standard Specification for Socket-Tube Polyethylene Fittings for Outside Diameter-Controlled Polyethylene Pipe and Tubing. aa. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. bb. D3261, Standard Specification for Butt Heat Fusing Polyethylene(PE)Plastic Fittings for Polyethylene(PE)Plastic Pipe and Tubing. cc. D4101, Standard Specification for Polypropylene Plastic Injection and Extrusion Materials. dd. F439, Standard Specification for Chlorinated Poly(Vinyl Chloride)(CPVC)Plastic Pipe Fittings, Schedule 80. ee. F441,Standard Specification for Chlorinated Poly(Vinyl Chloride)(CPVC)Plastic Pipe, Schedules 40 and 80. f£ F491,Standard Specification for Poly(Vinylidene Fluoride)(PVDF)Plastic-Lined Ferrous Metal Pipe and Fittings. 5. 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. 10059730 City of Bozeman Small Works Project No. I - PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-2 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. 6. American Water Works Association/American National Standards Institute (AW WA/ANSI): a. C110/A21.10,Ductile-Iron and Gray-Iron Fittings,3 IN through 48 IN for Water and Other Liquids. b. CI I I/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. 7. Chlorine Institute,Inc. (Cl): a. Pamphlet 6,Piping Systems for Dry Chlorine. 8. Cast Iron Soil Pipe Institute(CISPI): a. 301, Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain,Waste, and Vent Piping Applications. 9. International Plumbing Code(IPC). 10. National Fire Protection Association(NFPA): a. 54,National Fuel Gas Code. b. 69, Standard on Explosion Prevention Systems. 11. Underwriters Laboratories, Inc. (UL). B. Coordinate flange dimensions and drillings between piping,valves,and equipment. 1.3 DEFINITIONS A. Hazardous Gas Systems: Digester gas,chlorine gas,lab gases. 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: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings: a. Exterior yard piping drawings(minimum scale 1 IN equals 10 FT)with information including: 1) Dimensions of piping lengths. 2) Invert or centerline elevations of piping crossings. 3) Acknowledgement of bury depth requirements. 4) Details of fittings,tapping locations,thrust blocks,restrained joint segments, harnessed joint segments, hydrants, and related appurtenances. 5) Acknowledge designated valve or gate tag numbers,manhole numbers, instrument tag numbers,pipe and line numbers. 6) Line slopes and vents. 10059730 City of Bozeman Small Works Project No. I - PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-3 b. Interior piping drawings(minimum scale 1/8 IN equals 1 FT)with information including: 1) Dimensions of piping from column lines or wall surfaces. 2) Centerline dimensions of piping. 3) Centerline elevation and size of intersecting ductwork,conduiticonduit racks,or other potential interferences requiring coordination. 4) Location and type of pipe supports and anchors. 5) Locations of valves and valve actuator type. 6) Details of fittings,tapping locations,equipment connections,flexible expansion joints,connections to equipment,and related appurtenances. 7) Acknowledgement of valve,equipment and instrument tag numbers. 8) Provisions for expansion and contraction. 9) Line slopes and air release vents. 10) Rough-in data for plumbing fixtures. c. Schedule of interconnections to existing piping and method of connection. 3. 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. B. Miscellaneous Submittals: 1. Qualifications of lab performing disinfection analysis on water systems. 2. Test reports: a. Copies of pressure test results on all piping systems. b. Reports defining results of dielectric testing and corrective action taken. c. Disinfection test report. d. Notification of time and date of piping pressure tests. C. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.6 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. Dry disconnect couplings: a. Kamlock. 3. Dielectric flange kit: 10059730 City of Bozeman Small Works Project No. 1 - PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-4 a. PSI. b. Maloney. c. Central Plastics. 4. Pipe saddles(for gage installation): a. Dresser Style 91 (steel and ductile iron systems). b. Dresser Style 194(non-metallic systems). 5. Dismanteling Joint(for dismanteling pipe): a. Romac Industries, Style DJ 400(Steel and Ductile Iron Systems) 1) Size 24 IN to 96 IN. b. Romac Industries, Style 501 Straight,Transition Coupling 1) Size 2 IN to 24 IN. 6. Steel Coupling(Style 400) a. Romac Industries, Style 400 Steel Coupling b. Or approved equal. 7. Steel Coupling(Style 501) a. Romac Industries, Style 501 Transition Coupling b. Or approved equal. 8. In-Line Flanged Diaphragm Seal a. Ashcroft,Type 106 In-Line Flanged b. Or approved equal. 9. 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. 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. 2. Field paint pipe in accordance with Section 09905. D. Pressure Gages: 1. See Section 13442. 10059730 City of Bozeman Small Works Project No. I- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-5 E. Dry Disconnect Couplings: 1. Adapters: a. Male adapters: Size shown on Drawings. b. Adapters: 1) Female NPT end connection for sludge and flush applications. 2) Male NPT end connection for chemical applications. c. Construct adapters for sludge applications from cast iron or steel. d. Construct adapters for chemical and PVC system applications 3 IN and below from polypropylene. 1) Above 3 IN size,provide stainless steel units. 2. Couplers: a. Built-in valve and spring loaded poppet which close automatically when disconnected. b. Designed to remain with only one(1)arm locked in closed position. c. Construct couplers for sludge applications fabricated from material utilized for adapters. d. Construct couplers for chemical and PVC system applications 3 IN and less from polypropylene with stainless steel arms and pins. 1) Above 3 IN,provide stainless steel units. e. Gasket: Compatible with conveyed liquid. 3. Dust caps: For all adapters. F. Valves: 1. See schematics and details for definition of manual valves used in each system under 4 IN in size. a. See Drawings for electric activated valves used in each system. 2. See Section 15100. G. Dismanteling Joint 1. Acceptable manufacturers: a. Romac Industries, Style DJ 400 b. Or approved equal. 2. Materials: a. Flange Spool:AWWA Class D Ring Flange,compatible with ANSI Class 125 and 150 bolt circles. For 3 IN-12 IN sizes,pipe is Schedule 40 ASTM A53. For 14 IN-72 IN sizes,ASTM A36 Carbon Steel. b. End Ring&Body: For 3 IN-12 IN sizes,body and end ring are ASTM A536 ductile iron meeting or exceeding Grade 65-45-12. For 14 IN-72 IN ASTM A36 Carbon Steel with AWWA C207 Class D Flanges. 3 IN-72 IN meet the dimensional requirements of ANSI Class 125 and 150 bolt circles. ANSI Class 125 and Class 150 bolt circles. c. Gaskets: Compounded for water and sewer service in accordance with ASTM D 2000 (ductile iron flange bodies,3 IN-12 IN have flange o-ring gaskets). d. Bolts&Nuts: High strength low alloy steel bolts and nuts. Steel meets ASTM A588. e. Coating: Fusion bonded epoxy,NSF 61 certified. £ Tie-Rods: High strength steel per ASTM At 93 B7. 3. Design Requirements: a. Size: According to Drawings. b. Rigid Joint. c. Size Range 3 IN to 72 IN. H. Steel Coupling(Style 400) 1. Acceptable manufacturers: a. Romac Industries, Style 400 Steel Coupling b. Or approved equal. 2. Materials: a. Center Ring: Beveled,flared or formed carbon steel with minimum yield of 30,000 psi. b. End Ring: Contoured rolled mill section carbon steel. End ring thickness determined by pipe O.D. and pressure rating. 10059730 City of Bozeman Small Works Project No. 1- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-6 c. Gaskets:NBR per AWWA C219,compounded for water and sewer service. d. Bolts and Nuts:Trackhead bolts,heavy hex nuts, 5/8 IN UNC rolled thread,high strength,low alloy corrosion-resistant steel per AWWA C111. Threads protected with plastic caps on each bolt end. e. Coating: Fusion bonded epoxy,20 MIL minimum. 3. Design Requirements: a. Size: According to Drawings. b. Flexible Coupling. c. Size Range 24 IN to 96 IN. 1. Steel Coupling(Style 501) 1. Acceptable manufacturers: a. Romac Industries, Style 501 Transition Coupling b. Or approved equal. 2. Materials: a. Center Rings: Ductile iron per ASTM A 536,Grade 65-45-12.Yellow shopcoat. b. End Rings: Ductile iron per ASTM A 536, Grade 65-45-12. Color coded RED for O.D. and Std. Stl.,BLACK for cast iron and YELLOW for A/C. c. Gaskets: SBR per ASTM D 2000 MBA 710,compounded for water and sewer service. d. Bolts and Nuts:Trackhead bolts,heavy hex nuts,UNC 5/8" rolled thread,high strength, low alloy,corrosion resistant steel per AWWA C111. 3. Design Requirements: a. Size: According to Drawings. b. Flexible Coupling. c. Size Range 2 IN to 24 IN. d. Coating: Fusion bonded epoxy,20 MIL minimum. J. In-Line Flanged Diaphragm Seal 1. Acceptable manufacturers: a. Ashcroft,Type 106 In-Line Flanged. b. Or approved equal. 2. Materials: a. Process Connection: '/z IN. b. Diaphragm Material: Hastelloy C276(Raw Sewage)or approved Diaphragm for Corrodent. c. Bottom Housing Material: 304L Stainless Steel or approved Housing for Corrodent. d. Instrument Connection: Y4 IN. e. Filling Fluid: Glycerin f. 150 lb Class Flanges g. Maximum Pressure/Temp: 200 psi/ 180 Deg F. 3. Design Requirements: a. Size: According to Plan. b. Size Range '/2 IN to 8 IN. K. Tapping Saddle 1. Acceptable manufacturers: a. Tyco International Ltd.,Type: Wang Saddle b. Or approved equal. 2. Materials: a. Skin: 316 Stainless Steel,ASTM A240M b. Locking Plate: 316 Stainless Steel,ASTM A240M c. Studs: 316 Stainless Steel—Molybond coated,ASTM A276 d. Nuts: 316 Stainless Steel—Molybond coated, ISO 4032,AS 1112.1 e. Washer: 316 Stainless Steel—ISO 887 f. Lugs: 316 Stainless Steel,ASTM A240M g. Flat Bars: 316 Stainless Steel,ASTM A240M It. Sealing Gasket: Full-Circle Nitrite(NBR)compound,AS 1646 and AS/NZS 4020 10059730 City of Bozeman Small Works Project No. I- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-7 i. BSP Offtake: 316 Stainless Steel,ASTM A312M, ISO 4144 or ANSI B 16.3,AS 1722.1 3. Design Requirements: a. Size: According to Plan. PART 3 - EXECUTION 3.1 INTERIOR AND EXPOSED EXTERIOR PIPING INSTALLATION A. Install piping in vertical and horizontal alignment as shown on Drawings. B. Alignment of piping smaller than 4 IN may not be shown;however,install according to Drawing intent and with clearance and allowance for: 1. Expansion and contraction. 2. Operation and access to equipment,doors,windows,hoists,moving equipment. 3. Headroom and walking space for working areas and aisles. 4. System drainage and air removal. C. Enter and exit through structure walls,floor and ceilings using penetrations and seals specified in Section 01800 and as shown on the Drawings. D. Install vertical piping runs plumb and horizontal piping runs parallel with structure walls. E. Pipe Support: 1. Use methods of piping support as shown on Drawings and/or as required in Section 15090. 2. Where pipes run parallel and at same elevation or grade,they may be grouped and supported from common trapeze-type hanger,provided hanger rods are increased in size as specified for total supported weight: a. The pipe in the group requiring the least maximum distance between supports shall set the distance between trapeze hangers. 3. Size pipe supports with consideration to specific gravity of liquid being piped. F. Locate and size sleeves and castings required for piping system. 1. Arrange for chases,recesses,inserts or anchors at proper elevation and location. G. Use reducing fittings throughout piping systems. 1. Bushings will not be allowed unless specifically approved. H. Equipment Drainage and Miscellaneous Piping: 1. Provide drip pans and piping at equipment where condensation may occur. 2. Hard pipe stuffing box leakage to nearest floor drain. 3. Avoid piping over electrical components such as motor control centers,panelboards,etc: a. If piping must be so routed,utilize 16 GA,316 stainless steel drip pan under piping and over full length of electrical equipment. b. Hard pipe drainage to nearest floor drain. 4. Collect system condensate at drip pockets,traps and blowoff valves. 5. Provide drainage for process piping at locations shown on Drawings in accordance with Drawing details. 6. For applications defined above and for other miscellaneous piping which is not addressed by a specific piping service category in PART 1,provide 304 stainless steel piping and fittings: a. Size to handle application with 3/4 IN being minimum size provided. 7. Provide vents for process piping at all high points. Vents shall include a 3/4 IN pipe with isolation valve and shall be routed to nearest drain. I. Unions: 1. Install in position which will permit valve or equipment to be removed without dismantling adjacent piping. 2. Mechanical type couplings may serve as unions. 3. Additional flange unions are not required at flanged connections. 10059730 City of Bozeman Small Works Project No. 1 - PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-8 J. Install expansion devices as necessary to allow expansion/contraction movement. K. Provide full face gaskets on all systems. L. Anchorage and Blocking: 1. Block,anchor,or harness exposed piping subjected to forces in which joints are installed to prevent separation of joints and transmission of stress into equipment or structural components not designed to resist those stresses. M. Equipment Pipe Connections: 1. Equipment-General: a. Exercise care in bolting flanged joints so that there is no restraint on the opposite end of pipe or fitting which would prevent uniform gasket pressure at connection or would cause unnecessary stresses to be transmitted to equipment flanges. b. Where push-on joints are used in conjunction with flanged joints,final positioning of push-on joints shall not be made until flange joints have been tightened without strain. c. Tighten flange bolts at uniform rate which will result in uniform gasket compression over entire area of joint. 1) Provide tightening torque in accordance with manufacturer's recommendations. d. Support and match flange faces to uniform contact over their entire face area prior to installation of any bolt between the piping flange and equipment connecting flange. e. Permit piping connected to equipment to freely move in directions parallel to longitudinal centerline when and while bolts in connection flange are tightened. f. Align,level, and wedge equipment into place during fitting and alignment of connecting piping. g. Grout equipment into place prior to final bolting of piping but not before initial fitting and alignment. h. To provide maximum flexibility and ease of alignment, assemble connecting piping with gaskets in place and minimum of four(4)bolts per joint installed and tightened: 1) Test alignment by loosening flange bolts to see if there is any change in relationship of piping flange with equipment connecting flange. 2) Realign as necessary,install flange bolts and make equipment connection. i. Provide utility connections to equipment shown on Drawings,scheduled or specified. 2. Plumbing and HVAC equipment: a. Make piping connections to plumbing and HVAC equipment,including but not limited to installation of fittings, strainers,pressure reducing valves,flow control valves and relief valves provided with or as integral part of equipment. b. Furnish and install sinks,fittings, strainers,pressure reducing valves, flow control valves,pressure relief valves,and shock absorbers which are not specified to be provided with or as integral part of equipment. c. For each water supply piping connection to equipment,furnish and install union and gate or angle valve: 1) Provide wheel handle stop valve at each laboratory sink water supply. 2) Minimum size to be 1/2 IN. d. Furnish and install"P"trap for each waste piping connection to equipment if waste is connected directly to building sewer system: 1) Size trap as required by IPC. e. Stub piping for equipment,sinks, lavatories,supply and drain fittings,key stops, "P" traps,miscellaneous traps and miscellaneous brass through wall or floor and cap and protect until such time when later installation is performed. N. Provide insulating components where dissimilar metals are joined together. O. Instrument Connections: 1. See drawing details. 10059730 City of Bozeman Small Works Project No. I - PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-9 3.2 CONNECTIONS WITH EXISTING PIPING A. Where connection between new work and existing work is made,use suitable and proper fittings to suit conditions encountered. B. Perform connections with existing piping at time and under conditions which will least interfere with service to customers affected by such operation. C. Undertake connections in fashion which will disturb system as little as possible. D. Provide suitable equipment and facilities to dewater, drain,and dispose of liquid removed without damage to adjacent property. E. Where connections to existing systems necessitate employment of past installation methods not currently part of trade practice,utilize necessary special piping components. F. Where connection involves potable water systems,provide disinfection methods as prescribed in these Specifications. G. Once tie-in to each existing system is initiated,continue work continuously until tie-in is made and tested. 3.3 ACCESS PROVISIONS A. Provide access doors or panels in walls,floors,and ceilings to permit access to valves,piping and piping appurtenances requiring service. B. Size of access panels to allow inspection and removal of items served,minimum 10 x 14 IN size. C. Fabricate door and frame of minimum 14 GA, stretcher leveled stock,cadmium plated or galvanized after fabrication and fitted with screw driver lock of cam type. D. Provide with key locks,keyed alike,in public use areas. E. Furnish panels with prime coat of paint. F. Style and type as required for material in which door installed. G. Where door is installed in fire-rated construction,provide door bearing UL label required for condition. 3.4 CATHODIC PROTECTION A. Isolate,dielectrically,all piping from all other metals including reinforcing bars in concrete slabs,other pipe lines,and miscellaneous metal. B. Make all connections from wire or cable by Thermit Cadwelding accomplished by operators experienced in this process. C. Install all cables with a loop and overhead knot around each pipe and slack equal to at least 50 percent of the straight line length. D. After cadwelding,coat all exposed metallic surfaces with hot applied tape. 3.5 HEAT TRACING A. See Section 16125 -Heat Tracing Cable. 3.6 PRESSURE GAGES A. Provide at locations shown on the Drawings and specified. B. See Section 11005. 3.7 FIELD QUALITY CONTROL A. Pipe Testing-General: 10059730 City of Bozeman Small Works Project No. 1- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-10 1. 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 b. Laboratory gases and natural gas systems: Cylinder nitrogen. c. Liquid systems: PIPE LINE SIZE(DIA) GRAVITY SPECIFIED TEST TESTING OR PUMPED PRESSURE MEDIUM Up to and including 48 IN Gravity 25 psig or less Air or water Above 48 IN Gravity 25 psig or less Water All sizes Pumped 250 psig or less 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. b. Hydrostatic exfiltration and infiltration for sanitary and stormwater sewers (groundwater level is below the top of pipe): 1) Leakage rate: 200 GAL per inch diameter per mile of pipe per day at average head on test section of 3 FT. 2) Average head is defined from groundwater elevation to average pipe crown. I 10059730 City of Bozeman Small Works Project No.1- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-11 3) Acceptable test head leakage rate for heads greater than 3 FT: Acceptable leakage rate(gallons per inch diameter per mile per day)= 115 x(actual test head to the 1/2 power). c. Hydrostatic infiltration test for sanitary and stormwater sewers(groundwater level is above the top of pipe): 1) Allowable leakage rate: 200 GAL per inch diameter per mile of pipe per day when depth of groundwater over top of pipe is 2 to 6 FT. 2) Leakage rate at heads greater than 6 FT: Allowable leakage rate(gallons per inch diameter per mile of pipe per day)=82 x(actual head to the 1/2 power). d. Large diameter(above 48 IN)gravity plant piping systems shall have a maximum exfiltration of 25 gpd per inch-mile. e. Non-hazardous gas and air systems which are tested with air shall have a maximum pressure drop of 5 percent of the specified test pressure throughout the duration of the test. f. For low pressure(less than 25 psig)air testing,the acceptable time for loss of 1 psig of air pressure shall be: PIPE SIZE(IN DIA) TIME,MINUTES/100 FT 4 0.3 6 0.7 8 1.2 10 1.5 12 1.8 15 2.1 18 2.4 21 3.0 24 3.6 27 4.2 30 4.8 33 5.4 36 6.0 42 7.3 48 7.6 3. Hydrostatic pressure testing methodology: a. General: 1) All joints,including welds,are to be left exposed for examination during the test. 2) Provide additional temporary supports for piping systems designed for vapor or gas to support the weight of the test water. 3) Provide temporary restraints for expansion joints for additional pressure load under test. 4) Isolate equipment in piping system with rated pressure lower than pipe test pressure. 5) Do not paint or insulate exposed piping until successful performance of pressure test. b. Soil,waste,drain and vent systems: 1) Test at completion of installation of each stack or section of piping by filling system with water and checking joints and fittings for leaks. 2) Eliminate leaks before proceeding with work or concealing piping. 3) Minimum test heights shall be 10 FT above highest stack inlet. c. Larger diameter(above 36 IN)gravity plant piping: 1) Plug downstream end of segment to be tested. a) Provide bracing as required. 2) Fill segment and upstream structure to normal operating level as per hydraulic profile. 10059730 City of Bozeman Small Works Project No. t- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-12 3) Allow 24 HRS for absorption losses. a) Refill to original level. 4) Provide reservoir to maintain constant head over duration of test. 5) Record reservoir water volume at beginning and end of test. 4. Natural gas systems-testing methodology: a. Maintain specified test pressure until each joint has been thoroughly examined for leaks by means of soap suds and glycerine. b. Wipe joints clean after test. 5. Air testing methodology: a. General: 1) Assure air is ambient temperature. b. Low pressure air testing: 1) Place plugs in line and inflate to 25 psig. 2) Check pneumatic plugs for proper sealing. 3) Introduce low pressure air into sealed line segment until air pressure reaches 4 psig greater than ground water that may be over the pipe. a) Use test gage conforming to ASME B40.100 with 0 to 15 psi scale and accuracy of 1 percent of full range. 4) Allow 2 minutes for air pressure to stabilize. 5) After stabilization period(3.5 psig minimum pressure in pipe)discontinue air supply to line segment. 6) Record pressure at beginning and end of test. C. Dielectric Testing Methods and Criteria: 1. Provide electrical check between metallic non-ferrous pipe or appurtenances and ferrous elements of construction to assure discontinuity has been maintained. 2. Wherever electrical contact is demonstrated by such test,locate the point or points of continuity and correct the condition. 3.8 CLEANING,DISINFECTION AND PURGING A. Cleaning: 1. Clean interior of piping systems thoroughly before installing. 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 Cl Pamphlet 6. B. Purging: Natural gas and digester gas. 1. Existing piping: a. Turn off gas supply. b. Vent line pressure outdoors. c. If section exceeds the following,then remaining gas shall be displaced with an inert gas. 10059730 City of Bozeman Small Works Project No. I - PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-13 1) 50 FT for 2-1/2 IN pipe. 2) 30 FT for 3 IN pipe. 3) 15 FT for 4 IN pipe. 4) 10 FT for 6 IN pipe. 5) Any length for 8 IN or larger pipe. 2. New piping: a. Including but not limited to: 1) All fuel gas piping. 2) Digesters. 3) Digester gas equipment. 4) Fuel gas trains. b. Purge air filled system with nitrogen or CO2,then fill with fuel gas: 1) Providing piping length is less than: a) 30 FT for 3 IN pipe. b) 15 FT for 4 IN pipe. c) 10 FT for 6 IN pipe. d) Any length for 8 IN and larger pipe. 2) Providing a moderately rapid and continuous flow of fuel gas is introduced. a) Introduce fuel gas at one(1)end. b) Vent air at opposite end. 3) Provided fuel gas flow is continuous without interruption until vented gas is free of air. 4) The point of discharge shall not be left unattended during purging. c. If the piping is 3 IN or larger and exceeds lengths stated above. 1) Purge air with inert gas in accordance with NFPA 54 and NFPA 69. 2) Purge inert gas with fuel gas. 3. Discharge of purged gases: a. Open end of piping shall not discharge into confined spaces or areas where there are sources of ignition. 3.9 SCHEDULES A. SPECIFICATION SCHEDULE-SYSTEM 3 1. General: a. Piping symbol and service: 1) DSL—Digested Sludge. 2) TDS-Thickened Digested Sludge 3) TPS-Thickened Primary Sludge 4) WAS—Waste Activated Sludge. b. Test requirements: 1) Test medium: Water. 2) Pressure: 125 psig. 3) Duration: 6 HRS. c. Gaskets: 1) Flanged,push-on and mechanical joints(ductile iron): Rubber, AWWA/ANSI CI I I/A21.11. 2) Grooved coupling joints(ductile and steel): Rubber,AWWA C606. 3) Flanged joints(steel): AWWA C207. 2. System components: a. Pipe size 3 IN through 24 IN: 1) Exposed service: a) Material: (1) Flanged: Ductile iron,Class 51. (2) Grooved type joint system: Use pipe thickness per AWWA C606. b) Reference: AWWA/ANSI CI 15/A21.15. c) Lining: Cement: DSL,WAS. 10059730 City of Bozeman Small Works Project No. 1- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060-14 d) Coating: Paint. e) Fittings: Either AWWA/ANSI C110/A21.10 ductile or gray iron. f) Joints: (1) Flanged or grooved type mechanical coupling(AWWA C606)joints. (2) With both systems,provide screwed-on flanges at equipment,valves and structure penetrations. B. SPECIFICATION SCHEDULE-SYSTEM 6 1. General: a. Piping symbol and service: 1) HWS—Hot Water Supply. b. Test requirements: 1) Test medium: Water. 2) Pressure: 125 prig. 3) Duration: 6 HRS. c. Gaskets and 0-rings: EPDM. 2. System components: a. Pipe size through 26 IN: 1) Exposed service: a) Material: (1) Threaded: Steel,Grade B,black, Schedule 40. (2) Grooved type joint system: Use pipe thickness per AWWA C606. b) Reference: ASTM A53. c) Lining: None. d) Coating: Paint. e) Fittings: Malleable iron or steel meeting ASME B 16.3 and ASTM A234. f) Joints: (1) Threaded or grooved type mechanical coupling(AWWA C606)joints. (2) With both systems,provide rigid flanges at equipment,valves and structure penetrations above 2 IN and unions at those locations 2 IN and below. C. SPECIFICATION SCHEDULE-SYSTEM 21 1. General: a. Piping symbol and service: 1) V—Vent. b. Test requirements: 1) Test medium: Water. 2) Pressure: See Article 3.8. 3) Duration: 6 HRS. c. Gaskets: Rubber,ASTM C564. 2. System components: a. Pipe size 1-1/4 IN and 1-1/2 IN: 1) Exposed service. a) Material: Galvanized steel, Schedule 40. b) Reference: ASTM A53. c) Lining: Galvanized. d) Coating: Paint. e) Fittings: Cast iron drainage. (1) ASTM A126,Class B. f) Joints: Threaded. END OF SECTION 10059730 City of Bozeman Small Works Project No. I- PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060- 15 SECTION 15062 PIPE: DUCTILE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile iron 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 15060-Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers(ASME): a. B1.1,Unified Inch Screw Threads(UN and UNR Thread Form). b. B 16.1, Cast Iron Pipe Flanges and Flanged Fittings-Classes 25, 125 and 250. 2. ASTM International(ASTM): a. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. 3. American Water Works Association(AWWA): a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines-Enamel and Tape-Hot Applied. b. C606,Grooved and Shouldered Joints. 4. American Water Works Association/American National Standards Institute (AW WA/ANSI): a. CI05/A21.5,Polyethylene Encasement for Gray and Ductile Cast-Iron Piping for Water and Other Liquids. b. C110/A21.10,Ductile Iron and Gray Iron Fittings, 3 IN through 48 IN for Water and Other Liquids. c. CI I I/A21.11,Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings. d. CI 15/A21.15,Flanged Ductile Iron Pipe with Threaded Flanges. e. CI50/A21.50,Thickness Design of Ductile Iron Pipe. f. C151/A21.51,Ductile Iron Pipe,Centrifugally Cast-In-Metal Molds or Sand-Lined Molds,for Water or Other Liquids. 5. Society of Automotive Engineers(SAE): a. AMS-QQ-P-416,Cadmium Plating-Electro-deposited. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. See Section 15060. 3. Certification of factory hydrostatic testing. 4. If mechanical coupling system is used, submit piping,fittings,and appurtenant items which will be utilized to meet system requirements. 10059730 City of Bozeman Small Works Project No. 1 - PIPE: DUCTILE 15062- 1 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents the following manufacturers are acceptable: 1. Flanged adaptors: a. Rockwell Style 912(cast). b. Dresser Style 127(cast). c. Or approved equal. 2. Compression sleeve coupling: a. Rockwell Style 431 (cast). b. Dresser Style 153 (cast). c. Or approved equal. 3. Mechanical coupling: a. Victaulic(07 Zero-Flex, Style 005 Firelock). b. Tyler. c. Or approved equal. 4. Glass lining: a. Ceramic Coating(Non-Stick Glass Lining). b. Permutit(SG-14 Glass Lining). c. Or approved equal. 5. Insulating couplings: a. Rockwell(Style 416). b. Dresser(Style 39). 6. Reducing couplings: a. Rockwell(Style 415). b. Dresser(Style 62). 7. Transition coupling: a. Rockwell(Style 413). b. Dresser(Style 62). c. Or approved equal. 8. Polyethylene encasement tape: a. Chase(Chasekote 750). b. Kendall(Polyken 900). c. 3 M(Scotchrap 50). d. Or approved equal. 9. Restrained joints: a. American(Lock Fast)- 12 IN and below. b. US Pipe(TR-Flex)-4 IN to 54 IN. c. American(Lock Fast)-Above 12 IN. d. Or approved equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MATERIALS A. Ductile Iron Pipe: 1. AWWA/ANSI C115/A21.15. 2. AWWA/ANSI C150/AC21.50. 3. AWWA/ANSI C151/A21.51. B. Fittings and Flanges: 1. AWWA/ANSI C110/A21.10. 2. AWWA/ANSI CI 15/A21.15. 3. Flanges drilled and faced per ASME B 16.1 for both 125 and 250 psi applications. C. Nuts and Bolts: 10059730 City of Bozeman Small Works Project No. I - PIPE: DUCTILE 15062-2 1. Buried: Cadmium-plated meeting SAE AMS-QQ-P-416,Type 1,Class 2(Cor-Ten)for buried application. 2. Exposed: Mechanical galvanized ASTM B695,Class 40. 3. Heads and dimensions per ASME B 1.1. 4. Threaded per ASME B1.1. 5. Project ends 1/4 to 1/2 IN beyond nuts. D. Gaskets: See individual piping system requirements in Section 15060. E. If mechanical coupling system is used,utilize pipe thickness and grade in accordance with AWWA C606. F. Polyethylene Encasement: See AWWA/ANSI C105/A21.5. G. See Piping Schedules in Section 15060. 2.3 MANUFACTURED UNITS A. Couplings: 1. Flanged adaptors: a. Unit consisting of steel or carbon steel body sleeve,flange,followers,Grade 30 rubber gaskets. b. Provide units equal to those specified in Article 2.1. c. Supply flanges meeting standards of adjoining flanges. d. Rate entire assembly for test pressure specified on piping schedule for each respective application. 2. Compression sleeve coupling: a. Unit consisting of steel sleeve,followers,Grade 30 rubber gaskets. b. Provide units equal to those specified in Article 2.1. c. Supply flanges meeting standards of adjoining flanges. d. Entire assembly to be rated for test pressure specified on piping schedule for each respective application. e. Provide field coating for buried couplings per AW WA C203. 3. Mechanical couplings: a. Use of mechanical couplings and fittings in lieu of flanged joints is acceptable where specifically specified in Section 15060. Utilize units defined in Article 2.1. 2.4 FABRICATION A. Furnish and install without outside coatings of bituminous material any exposed pipe scheduled to be painted. B. Furnish cast parts with lacquer finish compatible with finish coat. C. Glass Lining: 1. Minimum two-coat process. a. Base coat heated to solidly fuse glass to pipe surface. b. Subsequent coat(s)heated to form integral bond with preceding coat. 2. Final finish parameters: a. Thickness: 8-12 mils. b. Hardness: Above 5 on MOHS scale. c. Density: 2.5-3.0 grams per cubic centimeter. d. Metal to lining bonding: Capable of withstanding strain of 0.0001 IN/IN without damage to lining. 3. Complete compatibility between fittings and piping. 2.5 LININGS AND COATINGS A. Where specified in piping schedule,provide linings to a minimum thickness of 40 mils. 1. Polyethylene, "Polybond" by American Pipe. 2. Polyurethane, "Polythane" by U.S.Pipe. 10059730 City of Bozeman Small Works Project No. I- PIPE: DUCTILE 15062-3 3. Ceramic epoxy, "Protecto 401" by U.S.Pipe. 4. Calcium aluminate, "Sewper Coat"by Griffin Pipe. 2.6 SOURCE QUALITY CONTROL A. Factory Test: 1. Subject pipe to hydrostatic test of not less than 500 psi with the pipe under the full test pressure for at least 10 seconds. PART 3 - EXECUTION 3.1 INSTALLATION A. Joining Method-Push-On Mechanical(Gland-Type)Joints: 1. Install in accordance with AWWA/ANSI CI I I/A21.11. 2. Assemble mechanical joints carefully according to manufacturer's recommendations. 3. If effective sealing is not obtained,disassemble,thoroughly clean,and reassemble the joint. 4. Do not overstress bolts. 5. Where piping utilizes mechanical joints with tie rods,align joint holes to permit installation of harness bolts. B. Joining Method-Push-On Joints: 1. Install in accordance with AWWA/ANSI C151/A21.51. 2. Assemble push-on joints in accordance with manufacturer's directions. 3. Bevel and lubricate spigot end of pipe to facilitate assembly without damage to gasket. a. Use lubricant that is non-toxic,does not support the growth of bacteria,has no deteriorating effects on the gasket material,and imparts no taste or odor to water in pipe. 4. Assure the gasket groove is thoroughly clean. 5. For cold weather installation,warm gasket prior to placement in bell. 6. Taper of bevel shall be approximately 30 degrees with centerline of pipe and approximately 1/4 IN back. C. Joining Method-Flanged Joints: 1. Install in accordance with AWWA/ANSI CI 15/A21.15. 2. Extend pipe completely through screwed-on flanged and machine flange face and pipe in single operation. 3. Make flange faces flat and perpendicular to pipe centerline. 4. When bolting flange joints,exercise extreme care to ensure that there is no restraint on opposite end of pipe or fitting which would prevent uniform gasket compression or would cause unnecessary stress,bending or torsional strains to be applied to cast flanges or flanged fittings. 5. Allow one(1)flange free movement in any direction while bolts are being tightened. 6. Do not assemble adjoining flexible joints until flanged joints in piping system have been tightened. 7. Gradually tighten flange bolts uniformly to permit even gasket compression. D. Joining Method-Mechanical Coupling Joint: 1. Arrange piping so that pipe ends are in full contact. 2. Groove and shoulder ends of piping in accordance with manufacturer's recommendations. 3. Provide coupling and grooving technique assuring a connection which passes pressure testing requirements. E. Flange Adaptors 12 IN and Less: 1. Locate and drill holes for anchor studs after pipe is in place and bolted tight. 2. Drill holes not more than 1/8 IN larger than diameter of stud projection. F. Cutting: 10059730 City of Bozeman Small Works Project No. 1- PIPE: DUCTILE 15062-4 1. Do not damage interior lining material during cutting. 2. Use abrasive wheel cutters or saws. 3. Make square cuts. 4. Bevel and free cut ends of sharp edges after cutting. G. Support exposed pipe in accordance with Section 15060. H. Install buried piping in accordance with Section 15060. I. Install restrained joint systems where specified in Section 15060 under specific piping system. 3.2 FIELD QUALITY CONTROL A. Test piping systems in accordance with Section 15060. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - PIPE: DUCTILE 15062-5 SECTION 15090 PIPE SUPPORT SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe support and anchor 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 09905-Painting and Protective Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers(ASME): a. B31.1,Power Piping. b. B31.3,Process Piping. 2. ASTM International(ASTM): a. A36,Standard Specification for Carbon Structural Steel. b. A575,Standard Specification for Steel Bars,Carbon,Merchant Quality,M-Grades. c. A576,Standard Specification for Steel Bars,Carbon,Hot-Wrought,Special Quality. 3. American Welding Society(AWS): a. D1.1,Structural Welding Code-Steel. 4. Manufacturer's Standardization Society of the Valve and Fittings Industry,Inc.(MSS): a. SP-58,Pipe Hangers and Supports-Materials,Design and Manufacture. b. SP-69,Pipe Hangers and Supports-Selection and Application. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Itemized list of wall sleeves,anchors,support devices and all other items related to pipe support system. d. Scale drawings showing guides,hangers,supports,anchors, structural members and appurtenances to describe the pipe support system. e. Material locations proposed. PART 2 - PRODUCTS 2.1 MANUFACTURED UNITS A. Hanger Rods: 1. Continuously threaded. 2. Load limit: NOMINAL ROD DIAMETER MAXIMUM SAFE LOAD,(LBS) 3/8 IN DIA(min) 610 10059730 City of Bozeman Small Works Project No.1- PIPE SUPPORT SYSTEMS 15090-1 NOMINAL ROD DIAMETER MAXIMUM SAFE LOAD,(LBS) 1/2 IN DIA 1,130 5/8 IN DIA 1,810 3/4 IN DIA 2,710 7/8 IN DIA 3,770 1 IN DIA 4,960 B. Hangers: 1. Hanger type schedule: APPLICATION PIPE SIZE HANGER TYPE All except noted 4 IN and less ANVIL Figure 108 with Figure 114 All except noted Over 4 IN ANVIL Figure 590 Steam,condensate and hot water All ANVIL Figure 181 Figure 82 or equal C. Concrete Inserts for Hanger Rods: 1. Continuous slots: Unistrut#P1000. 2. Individual inserts: ANVIL Figure 281. 3. Self-drilling expansion anchors: Phillips flush-end or snap-off end type. D. Beam Clamps for Hanger Rods: 1. Standard duty-ANVIL Figure 133. 2. Heavy duty-ANVIL Figure 134. E. Trapeze Hangers for Suspended Piping: 1. Material: Steel. 2. Galvanized. 3. Angles,channels,or other structural shapes. 4. Curved roller surfaces at support point corresponding with type of hanger required. F. Vertical Pipe Supports: 1. At base of riser. 2. Lateral movement: a. Clamps or brackets: 1) ANVIL Figure 62. G. Expanding Pipe Supports: 1. Spring hanger type. 2. MSS SP-58. H. Pipe Support Saddle: 1. For pipe located 3 FT or less from floor elevation,except as otherwise indicated on Drawings. 2. ANVIL Figure 264. I. Pipe Support Risers: 1. Schedule 40 pipe. 2. As recommended by saddle manufacturer. J. Pipe Support Base Plate: 1. 4 IN larger than support. 2. Collar 3/16 IN thickness,circular in shape,and sleeve type connection to pipe. 3. Collar fitted over outside of support pipe and extended 2 IN from floor plate. 4. Collar welded to floor plate. 5. Edges ground smooth. K. Pipe Covering Protection Saddle: 1. For insulated pipe at point of support. 10059730 City of Bozeman Small Works Project No. 1- PIPE SUPPORT SYSTEMS 15090-2 2. ANVIL Figure 167,Type B. L. Wall Brackets: 1. For pipe located near walls and 8 FT or more above floor elevation or as otherwise indicated on the Drawings. 2. ANVIL Figure 199. M. Pipe Anchors: 1. For locations shown on the Drawings. 2. 1/4 IN steel plate construction. 3. Hot dipped galvanized after fabrication. 4. Designed to prevent movement of pipe at point of attachment. N. Pipe Guides: 1. For locations on both sides on each expansion joint or loop. 2. To ensure proper alignment of expanding or contracting pipe. 3. ANVIL Figure 256. O. Modular Framing Systems: 1. Materials: a. Exterior Exposed: 1) Type 316 stainless steel. 2) Use"L"grade stainless when material is welded. b. Inside tankage or sumps or above tankage: 1) Type 316 stainless steel or FRP minimum thickness: 0.20 IN. 2) Use"L"grade stainless when material is welded. c. Inside buildings that are not classified as"wet and corrosive"or"explosion proof', "Class 1 Division 1 or 2,Group C or D","NEMA 7 or 8": 1) Hot dipped galvanized after fabrication. d. Inside buildings which are classified as"wet and corrosive"or"explosion proof', "Class 1 Division 1 or 2,Group C or D","NEMA 7 or 8": 1) Type 316 stainless steel. 2) Use"L"grade stainless when material is welded. e. Minimum thickness: 12 gage. f. Maximum deflection: 1:24 of span. g. Minimum channel size: 1-5/8 IN x 1-5/8 IN. It. Provide end caps for all exposed channel terminations. P. Substitutions: 1. Submit request for substitutions in accordance with Specification Section 01640. 2.2 DESIGN REQUIREMENTS A. Supports capable of supporting the pipe for all service and testing conditions: 1. Provide 5 to 1 safety factor. B. Allow free expansion and contraction of the piping to prevent excessive stress resulting from service and testing conditions or from weight transferred from the piping or attached equipment. C. Design supports and hangers to allow for proper pitch of pipes. D. For chemical and waste piping, design, materials of construction and installation of pipe hangers, supports,guides,restraints,and anchors: 1. ASME B31.3. 2. MSS SP-58 and MSS SP-69. 3. Except where modified by this Specification. E. For steam and hot and cold water piping,design, materials of construction and installation of pipe hangers, supports,guides,restraints,and anchors: 1. ASME B31.1. 2. MSS SP-58 and MSS SP-69. 10059730 City of Bozeman Small Works Project No. I- PIPE SUPPORT SYSTEMS 15090-3 F. Check all physical clearances between piping,support system and structure. 1. Provide for vertical adjustment after erection. G. Support vertical pipe runs in pipe chases at base of riser. 1. Support pipes for lateral movement with clamps or brackets. H. Place hangers on outside of pipe insulation. 1. Use a pipe covering protection saddle for insulated pipe at support point. 2. Insulated piping 1-1/2 IN and less: Provide a 9 IN length of 9 LB density fiberglass insulation at saddle. 3. Insulated piping over 1-1/2 IN: Provide a 12 IN length of 9 LB density fiberglass insulation on saddle. I. Provide 20 GA steel pipe saddle for fiberglass and plastic support points to ensure minimum contact width of 4 IN. J. Pipe Support Spacing: 1. General: a. Factor loads by specific weight of liquid conveyed if specific weight is greater than water. b. Locate pipe supports at maximum spacing scheduled unless indicated otherwise on the Drawings. c. Provide at least one(1)support for each length of pipe at each change of direction and at each valve. 2. Steel,stainless steel,cast-iron pipe support schedule: PIPE SIZES-IN MAXIMUM SPAN-FT 1-1/2 and less 5 2 thru 4 10 5 thru 8 15 10 and greater 20 3. Copper pipe support schedule: PIPE SIZES-IN MAXIMUM SPAN-FT 2-1/2 and less 5 3 thru 6 10 8 and greater 15 4. PVC pipe support schedule: PIPE SIZES-IN MAXIMUM SPAN-FT 1-1/4 and less 3 1-1/2 thru 3 4 4 and greater 5 *Maximum fluid temperature of 120 DegF. 5. Support each length and every fitting: a. Bell and spigot piping: 1) At least one(1)hanger. 2) Applied at bell. b. Mechanical coupling joints: 1) Place hanger within 2 FT of each side of fittings to keep pipes in alignment. 6. Space supports for soil and waste pipe and other piping systems not included above every 5 FT. 7. Provide continuous support for nylon tubing. 8. Provide neoprene wrap for all pipe clamps supporting PVC or copper piping. 10059730 City of Bozeman Small Works Project No.1- PIPE SUPPORT SYSTEMS 15090-4 PART 3 - EXECUTION 3.1 INSTALLATION A. Provide piping systems exhibiting pulsation,vibration, swaying, or impact with suitable constraints to correct the condition. 1. Included in this requirement are movements from: a. Trap discharge. b. Water hammer. c. Similar internal forces. B. Weld Supports: 1. AWS D1.1. 2. Weld anchors to pipe in accordance with ASME 1331.3. C. Locate piping and pipe supports as to not interfere with open accesses,walkways,platforms,and with maintenance or disassembly of equipment. D. Inspect hangers for: 1. Design offset. 2. Adequacy of clearance for piping and supports in the hot and cold positions. 3. Guides to permit movement without binding. 4. Adequacy of anchors. E. Inspect hangers after erection of piping systems and prior to pipe testing and flushing. F. Install individual or continuous slot concrete inserts for use with hangers for piping and equipment. 1. Install concrete inserts as concrete forms are installed. G. Welding: 1. Welding rods: ASTM and AWS standards. 2. Integral attachments: a. Include welded-on ears, shoes,plates and angle clips. b. Ensure material for integral attachments is of good weldable quality. 3. Preheating,welding and postheat treating: ASME B31.3,Chapter V. H. Field Painting: 1. Comply with Section 09905. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- P1PE SUPPORT SYSTEMS 15090-5 SECTION 15102 PLUG VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plug 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 1 -General Requirements. 3. Section 15100-Valves: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers(ASME): a. B 16.1,Cast Iron Pipe Flanges and Flanged Fittings-Classes 25, 125 and 250. 2. ASTM International(ASTM): a. A126, Standard Specification for Gray Iron Castings for Valves,Flanges and Pipe Fittings. b. A536, Standard Specification for Ductile Iron Castings. c. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 3. American Water Works Association(AWWA): a. C504,Rubber Seated Butterfly Valves. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. See Section 15100. 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. 2. See Section 15100. 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. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 NON-LUBRICATED ECCENTRIC PLUG VALVES(SEWAGE,SLUDGE,SEWAGE GAS APPLICATIONS) A. Acceptable Manufacturer: 1. DeZurik. 2. Millikin. 10059730 City of Bozeman Small Works Project No. 1 - PLUG VALVES 15102-1 3. ValMatic. B. Materials: 1. Body: Cast-iron ASTM A126,Class B. 2. Plug: One-piece construction ductile iron,ASTM A536 65-45-12 or cast iron,ASTM A126 Class B. 3. Plug facing: Grease and/or petroleum-resistant resilient Neoprene or Buna-N compound,70 Type A durometer hardness per ASTM D2240. 4. Shaft bearing bushings: Permanently lubricated TFE or Delrin sleeve type stainless steel or bronze. 5. Valve seats: Welded-in overlay of 90 percent nickel,minimum Brinell hardness of 200, (minimum 1/8 IN thick). 6. Stem seal: Nitrile butadiene packing or Buna-N dual U-cups per Section 3.7 AWWA C504. 2.3 ACCESSORIES A. Refer to Drawings and valve schedule for type of actuator. 1. Furnish actuator integral with valve. B. Refer to Section 15100 for actuator requirements. 2.4 DESIGN REQUIREMENTS . A. Non-Lubricated Eccentric Plug Valves(Wastewater, Sludge): 1. Port area: a. Valves 4 IN through 20 IN: Equal to or exceed 80 percent of full pipe area. b. Valves greater than 20 IN: 100 percent equivalent full pipe area. 2. Valve body: Fitted with bolted bonnet. 3. End connections: See Section 15100. 4. Stem seal: Adjustable and replaceable without disassembling valve or bonnet. 5. Designed for seating drip tight in any flow direction. 6. Rating: a. 1/2 through 12 IN, 175 psi working pressure. b. 14 through 36 IN, 150 psi working pressure. c. Three-way valves, 125 psi working pressure. 7. Actuator: a. Actuator gearing in enclosure suitable for running in oil with seals on shaft to prevent entry of dirt or water. b. Positive identification on actuator indicating valve position. c. Adjustable stop to set closing torque. 2.5 FABRICATION A. See Section 15100. PART 3 - EXECUTION 3.1 INSTALLATION A. See Section 15100. B. Install valves with valve stem horizontal,plug seat on inlet side and with plug rotating up into the open position for valves in horizontal lines. C. Install valve with actuator above pipe or plug centerline. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - PLUG VALVES 15102-2 SECTION 15104 BALL VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ball 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 1 -General Requirements. 3. Section 15100-Valves: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International(ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A126,Standard Specification for Gray Iron Castings for Valves,Flanges,and Pipe Fittings. c. D1784,Standard Specification for Rigid Poly(Vinyl Chloride)(PVC)Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds. 2. American Water Works Association(AWWA): a. C507,Ball Valves 6 Inch through 48 Inch Diameter. 3. Federal Specification(FS): a. W-V-35C,Valve, Ball. 4. Manufacturers Standardization Society(MSS): a. SP-72,Ball Valves with Flanged or Butt-Welding Ends for General Service. b. SP-110,Ball Valves;Threaded, Socket-Welding, Solder Joint,Grooved and Flared Ends. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. See Section 15100. 3. Test results for AWWA valves. 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 manufacturers listed in the applicable articles below are acceptable. B. Submit request for substitution in accordance with Specification Section 01640. 10059730 City of Bozeman Small Works Project No. 1 - BALL VALVES 15104- l 2.2 METALLIC BALL VALVES 1/4 TO 3 IN DIA A. Comply with WW-V-35C Type Il,Class A. B. Acceptable Manufacturers: i. Apollo. 2. Jamesbury. 3. Watts. 4. Stockham. 5. Nibco. 6. Or equal. C. Materials: 1. Body: Bronze. 2. Stem,stem gland nut: Brass. 3. Ball: Brass,chrome plated. 4. Seats, stuffing box ring, and thrust washer: Reinforced Teflon. 5. Handle: Vinyl coated or zinc-or cadmium-plated steel. D. Design Requirements: 1. Rated for 400 psi and 250 DegF,WOG for threaded end applications and 285 psi WOG and 150 psi saturated steam service for flanged end applications. 2. Handles showing direction of opening. 3. Stuffing boxes capable of being repacked under pressure and adjustable for wear. 4. Stem with reinforced Teflon stuffing box ring and blowout-proof design. 5. Renewable reinforced Teflon seats. 6. Ball design which does not allow media contact with stem. 7. Balancing stop for all applications. 8. Bodies with mounting pad for applications requiring actuators. 2.3 ACCESSORIES A. Refer to Drawings and valve schedule for type of actuators. 1. Furnish actuator integral with valve. B. Refer to Section 15100 for actuator requirements. 2.4 SOURCE QUALITY CONTROL A. Shop test AWWA C507 ball valves in accordance with AWWA C507. B. Furnish record of test. PART 3 - EXECUTION 3.1 INSTALLATION A. See Section 15100. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - BALL VALVES 15104-2 SECTION 15106 CHECK VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Check 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 I -General Requirements. 3. Section 15100-Valves: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: l. American Society of Mechanical Engineers(ASME): a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 2. American Water Works Association(AWWA): a. C111,Rubber-Gasketed Joints for Ductile-Iron Pressure Pipe and Fittings. b. C508, Standard for Swing-Check Valves for Waterworks Service,2 IN through 24 IN NPS. 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-71,Cast Iron Swing Check Valves, Flanged and Threaded Ends. c. SP-80, Bronze Gate, Globe,Angle and Check Valves. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. See Section 15100. 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,manufacturers listed under the valve with types are acceptable. 2.2 SWING CHECK VALVES: 3 IN TO 24 IN A. Swing Check Valves(Water,Wastewater, Sludge): 1. Comply with AWWA C508. 2. Acceptable manufacturers: a. Clow. b. American Darling. c. Or approved equal. 10059730 City of Bozeman Small Works Project No. 1 - CHECK VALVES 15106-1 3. Materials: a. Body and cover: Cast iron. b. Seat ring,hinge: Bronze. c. Disc: 1) 3 to 4 IN: Bronze. 2) 6 to 24 IN: Cast iron with bronze face. 3) 6 to 24 IN: Cast iron with rubber face. d. Hinge shaft: Stainless steel. e. Bearings,connecting hardware: Bronze. 4. Design requirements: a. 175 psi working pressure(3 to 12 IN). b. 150 psi working pressure(14 to 24 IN). c. Furnish with outside weight and lever or lever and spring. B. Class 125 Iron Check Valves(Steam to 125 psi,Fuel Oil): 1. Comply with MSS SP-71. 2. Acceptable manufacturers: a. Nibco F-918B. b. Stockham 373 1/2. c. Or approved equal. 3. Materials: a. Iron body,bronze mounted. b. Seat ring,disc face: Bronze. c. Hinge pin: Bronze or stainless steel. d. Connecting hardware: Bronze or plated steel. 4. Design requirements: a. 125 psi steam to 450 DegF,200 psi WOG. b. Bolted cap. C. Class 250 Iron Check Valves(Steam 125 to 250 psi): 1. Comply with MSS SP-71,Type 1. 2. Acceptable manufacturers: a. Nibco F-968-13. b. Stockham F-947. c. Or approved equal. 3. Materials: a. Iron body,bronze mounted. b. Seat ring,disc face: Bronze. c. Hinge pin: Brass. d. Connecting hardware: Bronze. 4. Design requirements: a. 250 psi steam to 450 DegF,500 psi WOG. b. Bolted cap. PART 3 - EXECUTION 3.1 INSTALLATION A. See Section 15100. B. Install in accordance with manufacturer's instructions. END OF SECTION 10059730 City of Bozeman Small Works Project No. I- CHECK VALVES 15106-2 DIVISION 16 ELECTRICA1, SECTION 16010 ELECTRICAL: BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Basic requirements for electrical 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 05505-Metal Fabrications. 4. Section 10400-Identification Devices. 5. Section 11005-Equipment: Basic Requirements. Section 13440-Instrumentation for Process Control: Basic Requirements. 7. Section 15090-Pipe, Duct and Conduit Support Systems. 8. Section 16120-Wire and Cable 600 Volt and Below. 9. Section 16130-Raceways and Boxes. 10. Section 16132-Cable Tray. 11. Section 16711-Passive Telecommunication System. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association(AA). 2. ASTM International(ASTM): a. A123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware. 3. Institute of Electrical and Electronics Engineers/American National Standards Institute (IEEE/ANSI): a. C2,National Electrical Safety Code(NESC). 4. National Electrical Manufacturers Association(NEMA): a. 250,Enclosures for Electrical Equipment(1000 Volts Maximum). 5. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC). 6. Underwriters Laboratories,Inc. (UL). B. Where Underwriters Laboratories, Inc. (UL)test procedures have been established for the product type,use UL or ETL Testing Laboratories(ETL)approved electrical equipment and provide with the UL or ETL label. 1.3 DEFINITIONS A. For the purposes of providing materials and installing electrical work the following definitions shall be used. 1. Outdoor area: Exterior locations where the equipment is normally exposed to the weather and including below grade structures, such as vaults,manholes,handholes and in-ground pump stations. 2. Architecturally finished interior area: Offices,laboratories,conference rooms,restrooms, corridors and other similar occupied spaces. 3. Non-architecturally finished interior area: Pump,chemical,mechanical,electrical rooms and other similar process type rooms. 10059730 City of Bozeman Small Works Project No. 1- ELECTRICAL: BASIC REQUIREMENTS 16010-1 4. Highly corrosive and corrosive area: Areas identified on the Drawings where there is a varying degree of spillage or splashing of corrosive materials such as water,wastewater or chemical solutions;or chronic exposure to corrosive,caustic or acidic agents,chemicals, chemical fumes or chemical mixtures. 5. Hazardous areas: Class I,II or III areas as defined in NFPA 70(NEC). 6. Shop fabricated: Manufactured or assembled equipment for which a UL test procedure has not been established. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of submittal process. 2. See Section 11005 and individual specification sections for submittal requirements for products defined as equipment. 3. General requirements: a. Provide manufacturer's technical information on products to be used,including product descriptive bulletin. b. Include data sheets that include manufacturer's name and product model number. 1) Clearly identify all optional accessories. c. Acknowledgement that products are UL or ETL listed or are constructed utilizing UL or ETL recognized components. d. Manufacturer's delivery,storage,handling and installation instructions. e. Product installation details. f. See individual specification sections for any additional requirements. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content process of Operation and Maintenance Manuals. C. When a Specification Section includes products specified in another Specification Section,each Section shall have the required Shop Drawing transmittal form per Section 01340 and all Sections shall be submitted simultaneously. 1.5 SYSTEM DESCRIPTION A. Provide functioning systems in compliance with National Electric Code(NEC),manufacturer's instruction,performance requirements specified or shown in the contract Documents,and modifications resulting from reviewed shop drawings and field coordinated drawings. B. Provide complete wiring and control for HVAC equipment which meets the performance requirements in other specifications and electrical requirements within Division 16. The HVAC control system and control wiring system shall be designed by the Contractor for the Administration/Laboratory Building HVAC system. Coordinate,provide and install control wiring and raceways as required by the Contractor designed HVAC control system in the Administration/Laboratory Building. C. Provide complete 120/208, 120/240 and 480 volt power distribution systems including raceways, wiring,and power supply to all equipment shown: 1. Includes design of required raceways and wiring where only the electrical device is in the Contract Documents. D. Provide complete interior lighting system including all lighting equipment,raceways,wiring, and switching equipment: 1. Includes design of required raceways and wiring. 2. Only the fixtures,circuits,and switching schemes are shown in the Contract Documents. 3. Fixture locations are approximate and shall be field adjusted as practical to avoid interferences with piping,cable tray,HVAC equipment, ductwork,etc. 10059730 City of Bozeman Small Works Project No. 1 - ELECTRICAL: BASIC REQUIREMENTS 16010-2 4. In the Administration/Laboratory Building design,provide and install a low voltage lighting control system as specified in Section 16510. E. Provide complete exterior lighting system including all lights,building exterior lighting equipment,area lighting,buried raceways,and switching equipment: 1. Includes design of required raceways and wiring. 2. Only the fixtures,circuits,and switching schemes are shown in the Contract Documents. F. Provide complete design for the cable tray systems presented on the drawings. Detailed cable tray fittings,routing and support systems shall be designed,provided and installed by the contractor. The cable tray system presented on the drawings is diagrammatic to give the contractor the design intent. The Contractor shall be responsible for the detailed cable tray system design and coordinate with other construction disciplines such as piping and HVAC duct work to avoid interferences. Cable tray routing penetrates walls and floors in various locations on the Contract Drawings. Coordinate these penetrations with other construction disciplines and submit for review each penetration. Provide a sketch which details how reinforcing steel is proposed to be installed in the proximity of the penetration. Review of proposed penetrations shall be accomplished prior to construction. G. Site duct banks penetrate structure walls in various locations on the Contract Drawings. Coordinate these penetrations with other construction disciplines and submit a sketch for review of each duct bank penetration. Submit for review prior to construction. H. In the Administration/Laboratory Building design,provide and install a Fire Alarm System as specified in Section 13850: 1. Includes design of required raceways and wiring. I. Power system bus phase rotation is critical to remain the same as existing electrical equipment. The proposed transformer,proposed standby generator,proposed switchboard and existing switchboard shall all have the same power system bus phase rotation. The Contractor shall provide a written phase rotation testing plan,for review,prior to pulling in and terminating any major multiple conductor per phase feeder. Major feeders on this project consist of four or five large conductors per phase. Phase rotation confirmation shall be field verified prior to termination of major feeder conductors. J. Contract Drawing 1500Y01 delineates the Control System Network for this project. The Contractor shall design,furnish,and install fiber optic trunk cable,fiber optic drop cable and CAT 5e Ethernet cable network cabling as required to interconnect the Control System network as shown on Drawings 1500Y01. The Contractor shall design,furnish and install electrical duct bank raceways and general area raceways as required to accommodate the Control System fiber optic and CAT 5e Ethernet cabling. After the Contractor receives the Notice to Proceed,the Contractor shall determine through field investigation of the existing underground duct bank system and existing manhole system a useable existing pathway between the fiber patch panel in the Administration/Lab Building and the existing fiber patch panel in existing Digester Control Building No. 1. the Contractor shall also field determine a usable pathway between the fiber patch panel in the proposed Electrical Building and fiber patch panel being added to LCP300 in the existing Blower Building. If after field investigation on existing raceway pathway is not found for the two fiber optic pathways described above the Contractor shall design, furnish and install fiber optic raceway pathways as needed. The Contractor's final raceway path design conduit sizes and cabling system design shall be submitted for review prior to installation. K. Construction sequencing suggestions,as pertaining to the electrical system,are described in Specification Section 01010. L. A new Northwestern Energy(NWE)service feed with dedicated breaker at the NWE substation will need to be established. Coordinate with NWE, and pay for,new dedicated service breaker at the adjacent substation and all costs associated with the new service. M. Provide as-built drawings, upon Notice to Proceed,following electrical equipment: 1. Blower Building: MCC-AA Section 1 and Section 2. 10059730 City of Bozeman Small Works Project No. 1- ELECTRICAL: BASIC REQUIREMENTS 16010-3 2. Blower Building: MCC-AB. 3. Gravity Thickener: MCC-G. 4. Digester Control Building No.1: MCC-L. 5. Lift Station No. 1. 6. Morton Maintenance Building. N. There is currently a plant telephone system for which the central communication control box is located in the basement of the existing Digester Control Building No. 1 (see Sheet 0800D01 for telephone panel location). The Contractor is to design,coordinate,and pay for the installation of a new telephone system that will integrate the existing system with a new communication control box(to be located in the Server Room of the new Administration&Lab Building)as well as provide telephone sets at each new building and in the rooms of the Administration& Lab Building. The expanded phone system shall be complete,functional,and professionally installed.The system shall include a two year on-site warranty period,which begins after the system has been fully installed,tested,and accepted. The Contractor shall fully inspect the existing Plant Telephone System prior to bid to determine expansion requirements. Coordinate with local telephone service company for interconnection/service requirements. Coordinate with Owner for location of all telephone handsets. See Specification Section 16711 for details. 1.6 DELIVERY,STORAGE,AND HANDLING A. See Section 01600. B. Protect nameplates on electrical equipment to prevent defacing. 1.7 AREA DESIGNATIONS A. Designation of an area will determine the NEMA rating of the electrical equipment enclosures, types of conduits and installation methods to be used in that area. 1. Outdoor areas: a. Wet. b. Also,corrosive and/or hazardous when specifically designated on the Drawings or in the Specifications. 2. Indoor areas: a. Dry. b. Also,wet,corrosive and/or hazardous when specifically designated on the Drawings or in the Specifications. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Refer to specific Division 16 sections and specific material paragraphs below. B. Provide all components of a similar type by one(1)manufacturer. 2.2 MATERIALS A. Electrical Equipment Support Pedestals and/or Racks: 1. Approved manufacturers: a. Modular strut: 1) Unistrut Building Systems. 2) B-Line. 3) Globe Strut. 2. Material requirements: a. Modular strut: 1) Galvanized steel: ASTM A123 or ASTM A153. 2) Stainless steel: AISI Type 316. 10059730 City of Bozeman Small Works Project No. 1 - ELECTRICAL: BASIC REQUIREMENTS 16010-4 3) PVC coated galvanized steel: ASTM A123 or ASTM A153 and 20 mil PVC coating. b. Mounting hardware: 1) Galvanized steel. 2) Stainless steel. c. Anchorage per Section 05505. B. Field touch-up of galvanized surfaces. 1. Zinc-rich primer. a. One(1)coat, 3.0 mils,ZRC by ZRC Products. PART 3 - EXECUTION 3.1 INSTALLATION A. Install and wire all equipment, including prepurchased equipment,and perform all tests necessary to assure conformance to the Drawings and Specifications and ensure that equipment is ready and safe for energization. B. Install equipment in accordance with the requirements of. 1. NFPA 70(NEC). 2. IEEE/ANSI C2. 3. The manufacturer's instructions. C. In general,conduit routing is not shown on the Drawings. 1. The Contractor is responsible for routing all conduits including those shown on one-line and control block diagrams and home runs shown on floor plans. 2. Conduit routings and stub-up locations that are shown are approximate;exact routing to be as required for equipment furnished and field conditions. D. When complete branch circuiting is not shown on the Drawings: 1. A homerun indicating panelboard name and circuit number will be shown and the circuit number will be shown adjacent to the additional devices(e.g.,light fixture and receptacles) on the same circuit. 2. The Contractor is to furnish and install all conduit and conductors required for proper operation of the circuit. 3. The indicated home run conduit and conductor size shall be used for the entire branch circuit. 4. See Section 16120 for combining multiple branch circuits in a common conduit. E. Do not use equipment that exceed dimensions or reduce clearances indicated on the Drawings or as required by the NFPA 70(NEC). F. Install equipment plumb,square and true with construction features and securely fastened. G. Install electrical equipment, including pull and junction boxes,minimum of 6 IN from process, gas,air and water piping and equipment. H. Install equipment so it is readily accessible for operation and maintenance, is not blocked or concealed and does not interfere with normal operating and maintenance requirements of other equipment. 1. Device Mounting Schedule: 1. Unless indicated otherwise on the Drawings,mounting heights are as indicated below: a. Light switch(to center): 48 IN. b. Receptacle in architecturally finished areas(to center): 18 IN. c. Receptacle on exterior wall of building(to center): 18 IN. d. Receptacle in non-architecturally finished areas(to center): 48 IN. e. Telephone outlet in architecturally finished areas(to center): 18 IN. 10059730 City of Bozeman Small Works Project No. 1 - ELECTRICAL: BASIC REQUIREMENTS 16010-5 f. Telephone outlet for wall-mounted phone(to center): 54 IN. g. Safety switch(to center of operating handle): 54 IN. h. Separately mounted motor starter(to center of operating handle): 54 IN. i. Pushbutton or selector switch control station(to center): 48 IN. j. Panelboard(to top): 72 IN. J. Avoid interference of electrical equipment operation and maintenance with structural members, building features and equipment of other trades. 1. When it is necessary to adjust the intended location of electrical equipment,unless specifically dimensioned or detailed,the Contractor may make adjustments of up to36 IN in equipment location a. Changes in equipment location exceeding those defined above require the Engineer's approval. K. Provide electrical equipment support system per Section 15090. L. Provide all necessary anchoring devices and supports rated for the equipment load based on dimensions and weights verified from approved submittals, or as recommended by the manufacturer. 1. See Section 05505. 2. Do not cut,or weld to,building structural members. 3. Do not mount safety switches or other equipment to equipment enclosures,unless enclosure mounting surface is properly braced to accept mounting of external equipment. M. Provide corrosion resistant spacers to maintain 1/4 IN separation between metallic equipment and/or metallic equipment supports and mounting surface in wet areas,on below grade walls and on walls of liquid containment or processing areas such as Basins,Clarifiers,Digesters,etc. N. Do not place equipment fabricated from aluminum in direct contact with earth or concrete. O. Screen or seal all openings into equipment mounted outdoors to prevent the entrance of rodents and insects. P. Do not use materials that may cause the walls or roof of a building to discolor or rust. Q. Identify electrical equipment and components in accordance with Section 10400. 3.2 FIELD QUALITY CONTROL A. Verify exact rough-in location and dimensions for connection to electrified equipment,provided by others. 1. See Section 01800 for openings and penetrations in structures. B. Replace equipment and systems found inoperative or defective and re-test. C. Cleaning: 1. See Section 01710. D. The protective coating integrity of support structures and equipment enclosures shall be maintained. 1. Repair galvanized components utilizing a zinc rich paint. 2. Repair painted components utilizing touch up paint provided by or approved by the manufacturer. 3. Repair PVC coated components utilizing a patching compound, of the same material as the coating,provided by the manufacturer of the component. 4. Repair surfaces which will be inaccessible after installation prior to installation. 5. See Section 16130 for requirements for conduits and associated accessories. E. Replace nameplates damaged during installation. 3.3 DEMONSTRATION A. Demonstrate equipment in accordance with Section 01650. 10059730 City of Bozeman Small Works Project No. 1- ELECTRICAL: BASIC REQUIREMENTS 16010-6 END OF SECTION 10059730 City of Bozeman Small Works Project No. I - ELECTRICAL: BASIC REQUIREMENTS 16010-7 SECTION 16060 GROUNDING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for grounding system(s). 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 10400-Identification Devices. 4. Section 16010-Electrical: Basic Requirements. 5. Section 16080-Acceptance Testing. 6. Section 16120-Wire and Cable-600 Volt and Below. 7. Section 16130-Raceways and Boxes. 8. Section 16132—Cable Tray. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials(AASHTO): a. Standard Specification for Highway Bridges. 2. ASTM International(ASTM): a. B8, Standard Specification for Concentric-Lay-Stranded Copper Conductors,Hard, Medium-Hard,or Soft. 3. Institute of Electrical and Electronics Engineers(IEEE): a. 837,Qualifying Permanent Connections Used in Substation Grounding. 4. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC). 5. Underwriters Laboratories,Inc.(UL): a. 467, Standard for Safety Electrical Grounding and Bonding Equipment. B. Assure ground continuity is continuous throughout the entire Project. 1.3 SYSTEM DESCRIPTION A. A concrete-encased grounding electrode system and grounding electrode conductor shall be furnished and installed at each of the buildings and electrical equipment concrete pads listed below. The grounding electrode conductor shall be a minimum of 250 KCM bare copper conductor. This conductor shall form a loop in each building concrete foundation and be attach6 to encased reinforcing steel bar at a minimum of eight locations at equal intervals along the conductor loop. Also this conductor loop shall be connected in four locations by exotheric weld to a ground rod installed as specified below in paragraph 3.1 B.3. Two grounding electrode conductor ends shall exit the top of the concrete foundation and be terminated on a copper ground bus bar located in each building electrical room or within the electrical equipment. 1. Headworks: a. Concrete encased grounding electrode conductor loop minimum length: 200 FT. b. Connected to four ground rods minimum. 2. Primary Effluent Pumping Station: a. Concrete-encased grounding electrode conductor loop minimum length: 200 FT. b. Connected to eight ground rods minimum. 3. Blower Building: 10059730 City of Bozeman Small Works Project No. 1- GROUNDING 16060-1 a. Provide a linear grounding electrode conductor system along the ductbank feeding power to Blower Building for a minimum of 100 FT. b. Connected to four ground rods minimum. 4. UFAT Pump Station: a. Concrete-encased grounding electrode conductor loop minimum length: 100 FT. b. Connected to four ground rods minimum. 5. UV Disinfection: a. Concrete-encased grounding electrode conductor loop minimum length: 100 FT. b. Connected to four ground rods minimum. 6. Digester Control/Solids Dewatering Building: a. Concrete-encased grounding electrode conductor loop minimum length:400 FT. b. Connected to eight ground rods minimum. 7. Administration/Laboratory Building: a. Concrete-encased grounding electrode conductor loop minimum length:200 FT. b. Connected to four ground rods minimum. 8. Standby Generator Concrete Pad: a. Concrete-encased grounding electrode conductor loop minimum length:200 FT. b. Connected to four ground rods minimum. 9. Coordinated Electrical House Pad: a. Concrete-encased grounding electrode conductor loop minimum length:200 FT. b. Connected to four ground rods minimum. 10. Power Transformer Concrete Pad or Pre-cast Concrete Vault: a. Provide grounding electrode conductor loop around the perimeter of the pad or vault. The loop shall extend a minimum of five(5)FT from each side of the pad or vault. b. Connected to four ground rods minimum. 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. a. Provide submittal data for all products specified in PART 2 of this Specification except: 1) Grounding clamps,terminals and connectors. 2) Exothermic welding system. b. See Section 16010 for additional requirements. 3. Fabrication and/or layout sketches: a. Plan drawings(s)showing type,size and locations of all grounding system components. B. Operation and Maintenance Manuals: 1. See Section 10340 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. Ground rods and bars and grounding clamps,connectors and terminals: a. Bumdy. b. Harger Lightning Protection. c. Heary Brothers. d. Joslyn. e. Robbins Lightning Protection. 10059730 City of Bozeman Small Works Project No. 1- GROUNDING 16060-2 f. Thomas&Betts(Blackburn). g. Thompson. 2. Exothermic weld connections: a. Erico Products Inc., Cadweld. b. Harger Lightning Protection. c. Thermoweld. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 COMPONENTS A. Wire and Cable: 1. Bare conductors: Soft drawn stranded copper meeting ASTM B8. 2. Insulated conductors: Color coded green,per Section 16120. B. Conduit: As specified in Section 16130. C. Ground Bars: 1. Solid copper: a. 1/4 IN thick. b. 4 IN wide. c. 24 IN long minimum in main service entrance electrical room, 12 IN long in all other electrical rooms. 2. Predrilled grounding lug mounting holes. 3. Stainless steel or galvanized steel mounting brackets. 4. Insulated standoffs. D. Ground Rods: 1. 3/4 IN x 10 FT. 2. Copperclad: a. Heavy uniform coating of electrolytic copper molecularly bonded to a rigid steel core. b. Corrosion resistant bond between the copper and steel. c. Hard drawn for a scar-resistant surface. E. Grounding Clamps,Connectors and Terminals: 1. Mechanical type: a. Standards: UL 467. b. High copper alloy content. 2. Compression type for interior locations: a. Standards: UL 467. b. High copper alloy content. c. Non-reversible. d. Terminals for connection to bus bars shall have two bolt holes. 3. Compression type suitable for direct burial in earth or concrete: a. Standards: UL 467, IEEE 837. b. High copper alloy content. c. Non-reversible. F. Exothermic Weld Connections: 1. Copper oxide reduction by aluminum process. 2. Molds properly sized for each application. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Install products in accordance with manufacturer's instructions. 10059730 City of Bozeman Small Works Project No. 1- GROUNDING 16060-3 2. Size grounding conductors and bonding jumpers in accordance with NFPA 70 Article 250, except where larger sizes are indicated on the Drawings. 3. Remove paint,rust,or other nonconducting material from contact surfaces before making ground connections. 4. Where ground conductors pass through floor slabs or building walls provide non-metallic sleeves and install per Section 01800. 5. Do not splice grounding conductors except at ground rods. 6. Install ground rods and grounding conductors in undisturbed,firm soil. a. Provide excavation required for installation of ground rods and ground conductors. b. Use driving studs or other suitable means to prevent damage to threaded ends of sectional rods. c. Unless otherwise specified,connect conductors to ground rods with compressor type connectors or exothermic weld. d. Provide sufficient slack in grounding conductor to prevent conductor breakage during backfill or due to ground movement. e. Backfill excavation completely,thoroughly tamping to provide good contact between backfill materials and ground rods and conductors. 7. Do not use exothermic welding if it will damage the structure the grounding conductor is being welded to. B. Grounding Electrode System: 1. Provide a grounding electrode system in accordance with NFPA 70 Article 250 and as indicated on the Drawings. 2. Grounding conductor terminations: a. Ground bars mounted on wall,use compression type terminal and bolt it to the ground bar with two bolts. b. Ground bars in electrical equipment,use compression type terminal and bolt it to the ground bar. c. Piping systems,use mechanical type connections. d. Building steel,below grade and encased in concrete,use compression type connector or exothermic weld. e. At all above grade terminations,the conductors shall be labeled per Section 10400. 3. Concrete-encased grounding electrode system: a. Concrete-encased grounding electrode system consists of ground rods driven below foundation and a grounding conductor looped in the structure foundation. b. Place ground rods 2 FT-61N below grade. c. Bond grounding conductor to rebar every 50 FT. d. Provide ground rods connected to the grounding conductor at all 90 Deg corners in the foundation and at additional location so that the maximum distance between ground rods does not exceed 100 FT. e. Grounding conductor:Bare conductor,size as specified herein or as indicated on the Drawings. C. Supplemental Grounding Electrode: 1. Provide the following grounding in addition to the equipment ground conductor supplied with the feeder conductors whether or not shown on the Drawings. 2. Metal light poles: a. Connect metal pole to a ground rod. b. Grounding conductor: Bare#6 AWG minimum. 3. Equipment support rack and pedestals mounted outdoors: a. Connect metallic structure to a ground rod. b. Grounding conductor: #6 AWG minimum. 4. Engine generator: a. Connect generator frame to the concrete-encased grounding electrode at two locations. b. Grounding conductor: Bare conductor,size as specified herein or as indicated on the Drawings. 5. Ground cranes and hoists in accordance wit NEC 610. 10059730 City of Bozeman Small Works Project No. I - GROUNDING 16060-4 D. Other Bonding Requirements: 1. Other metal piping: Connect in a daisy chain or a radial fashion: interior hot and cold water piping system and process piping to the building ground but as indicated on the Drawings. E. Low Voltage Transformer Separately Derived Grounding System: 1. Ground step-down transformer mounted above motor control center to motor control center ground bus. F. Raceway Bonding/Grounding: 1. All metallic conduit shall be installed so that it is electrically continuous. 2. All conduits to contain a grounding conductor with insulation identical to the phase conductors,unless otherwise indicated on the Drawings. 3. NFPA 70 required grounding bushings shall be of the insulating type. 4. Provide double locknuts at all panels. 5. Bond all conduit at entrance and exit of equipment,to the equipment ground bus or lug. 6. Provide bonding jumpers if conduits are installed in concentric knockouts. 7. Make all metallic raceway fittings and grounding clamps tight to ensure equipment grounding system will operate continuously at ground potential to provide low impedance current path for proper operation of overcurrent devices during possible ground fault conditions. G. Equipment Grounding: 1. All utilization equipment shall be grounded with an equipment ground conductor. 2. Use generator manufacturer's provisions for grounding electric generators,or manufacturer's written instructions,except as shown on the Contract Drawings. H. Cable Tray Grounding: 1. Make metal cable tray electrically continuous using the following methods: a. Tray sections and fittings suitable for grounding purposes. b. Provide bonding jumpers at discontinuous joints. c. Lay a grounding conductor within the tray for boding of each individual tray section. 1) Provide a minimum of one ground lug per tray section. 2) Grounding conductor: Bare#2 AWG minimum. 3) Securely tie the grounding conductor to cable tray every 10 FT. Bond the grounding conductor to the cable tray run a minimum of every 50 FT with a UL listed connector. 2. Bond the tray or tray grounding conductor to every electrical equipment ground bus where conductors terminate. 3. Bond all conduits to the tray that extend the conductors to field equipment. I. Manhole and Handhole Grounding: 1. Provide a ground rod in each manhole and handhole with exposed metal parts. a. Expose a minimum of 4 IN of the rod above the floor for field connections to the rod. 2. Connect all exposed metal parts(e.g.,conduits and cable racks)to the ground rod. J. Pad Mounted Coordinated Electrical House(Integrated Power Assembly(IPA)Grounding: 1. Provide concrete-encased grounding electrode system consisting of a minimum of 8 ground rods driven below the concrete equipment pad and the ground rods exothermically connected to the grounding loop conductor. The grounding loop conductor shall be encased in the concrete equipment pad. 2. Connect the Coordinated Electrical House to the concrete-encased grounding electrode system in four locations. K. Pad Mounted Transformer Grounding: l. Provide a ground ring around transformer with: a. A minimum of four ground rods located at the corners. b. A ground rod connected to the ring and located in the conduit stub up area. 2. Connect medium voltage cable shields to the ground rod. 3. Connect surge arrestor to the ground rod. 10059730 City of Bozeman Small Works Project No. I - GROUNDING 16060-5 4. Connect the XO and ground pad to the ground rod. 5. Connect exposed metallic conduits to the ground rod. 3.2 FIELD QUALITY CONTROL A. Leave grounding system uncovered until observed by Owner/Engineer. B. Acceptance testing: 1. See Section 16080. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - GROUNDING 16060-6 SECTION 16120 WIRE AND CABLE: 600 VOLT AND BELOW PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Building wire. b. Power cable. c. Control cable. d. Shielded VFD cable. e. Instrumentation cable. f. Fiber optic cable. g. Wire connectors. h. Insulating tape. i. Pulling lubricant. 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 16010-Electrical: Basic Requirements. 4. Section 16080-Acceptance Testing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Canadian Standards Association(CSA): a. Test Methods for Electrical Wires and Cables(FT-4 Vertical Cable Tray Test). 2. Institute of Electrical and Electronic Engineers/American National Standards Institute (IEEE/ANSI): a. 1202, Standard for Flame Testing of Cables for Use in Cable Tray in Industrial and Commercial Occupancies. 3. National Electrical Manufacturers Association(NEMA): a. ICS 4, Industrial Control and Systems: Terminal Blocks. 4. National Electrical Manufacturers Association/Insulated Cable Engineers Association (NEMA/ICEA): a. WC 57/S-73-532, Standard for Control Cables. b. WC 70/S-95-658,Non-Shielded Power Cables Rated 2000 Volts or Less for the Distribution of Electrical Energy. 5. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC). 6. Underwriters Laboratories, Inc. (UL): a. 44, Standard for Safety Thermoset-Insulated Wires and Cables. b. 83, Standard for Safety Thermoplastic-Insulated Wires and Cables. c. 467, Standard for Safety Grounding and Bonding Equipment. d. 486A, Standard for Safety Wire Connectors and Soldering Lugs for use with Copper Conductors. e. 486C, Standard for Safety Splicing Wire Connections. f. 510,Standard for Safety Polyvinyl Chloride,Polyethylene and Rubber Insulating Tape. g. 910,Test for Cable Flame-Propagation and Smoke-Density Values for Electrical and Optical-Fiber Cables Used in Spaces Transporting Environmental Air. 10059730 City of Bozeman Small Works Project No. 1 - WIRE AND CABLE: 600 VOLT AND BELOW 16120-1 It. 1277, Standard for Safety Electrical Power and Control Tray Cables with Optional Optical-Fiber Members. i. 1581, Standard for Safety Reference Standard for Electrical Wires,Cables,and Flexible Cords. j. 2250, Standard for Safety Instrumentation Tray Cable. 1.3 DEFINITIONS A. Cable: Multi-conductor,insulated,with outer sheath containing either building wire or instrumentation wire. B. Instrumentation Cable: 1. Multiple conductor,insulated,twisted or untwisted,with outer sheath. 2. The following are specific types of instrumentation cables: a. Analog signal cable: 1) Used for the transmission of low current(e.g.,4-20mA DC)or low voltage(e.g.,0- 10 Vdc)signals,using No. 16 AWG and smaller conductors. 2) Commonly used types are defined in the following: a) TSP: Twisted shielded pair. b) TST: Twisted shielded triad. b. Digital signal cable: Used for the transmission of digital signals between computers, PLC's,RTU's,etc. C. Power Cable: Multi-conductor,insulated,with outer sheath containing building wire,No. 8 AWG and larger. D. Shielded VFD Cable: Multi-conductor,insulated,with shield,drain wire and building wires,No. 12 and larger. E. Control Cable: Multi-conductor,insulated,with outer sheath containing building wires, No. 14, No. 12 or No. 10 AWG. F. Building Wire: Single conductor,insulated,with or without outer jacket depending upon type. 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: a. Provide submittal data for all products specified in Part 2 of this specification except: 1) Wire connectors. 2) Insulating tape. 3) Cable lubricant. b. See Section 16010 for additional requirements. 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 Operations and Maintenance Manuals. 1.5 DELIVERY,STORAGE,AND HANDLING A. See Section 16010. 10059730 City of Bozeman Small Works Project No. 1- WIRE AND CABLE: 600 VOLT AND BELOW 16120-2 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Building wire,power and control cable: a. American Insulated Wire Corporation. b. General Cable. c. Manhattan/CDT. d. Southwire Company. 2. Shielded VFD cable: a. Belden CDT Inc. b. Olfex Wire and Cable, Inc. (#1 AWG and larger). 3. Instrumentation cable: a. Analog cable: 1) Alpha Wire Corporation. 2) American Insulated Wire Corporation. 3) Belden CDT Inc. 4) General Cable. 5) Manhattan/CDT. 4. Wire connectors: a. Burndy Corporation. b. Buchanan. c. Ideal. d. Ilsco. e. 3M Co. f. Teledyne Penn Union. g. Thomas and Betts. h. Phoenix Contact. 5. Insulating and color coding tape: a. 3M Co. b. Plymouth Bishop Tapes. c. Red Seal Electric Co. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 MANUFACTURED UNITS A. Building Wire: 1. Conductor shall be copper with 600 V rated insulation. 2. Conductors shall be stranded,except for conductors used in lighting and receptacle circuits which may be stranded or solid. 3. Surface mark with manufacturers name or trademark,conductor size,insulation type and UL label. 4. Conform to NEMAACEA WC 70/S-95-658 and UL 44 for type XHHW-2 insulation. 5. Conductors No. 1/0 and larger used in a cable tray shall have a UL CT rating and conform to IEEE/ANSI 1202 or CSA FT-4. B. Power Cable: 1. Conductor shall be copper with 600 V rated insulation. 2. Surface mark with manufacturers name or trademark,conductor size,insulation type and UL label. 3. Conform to NEMA/ICEA WC 70/S-95-658 and UL 44 and UL 1277 for type XHHW-2 insulation with an overall PVC jacket. 4. Number of conductors as required, including a bare ground conductor. 5. Individual conductor color coding: 10059730 City of Bozeman Small Works Project No. 1 - WIRE AND CABLE: 600 VOLT AND BELOW 16120-3 a. ICEA Method 4. b. See Part 3 of this specification for additional requirements. 6. Conform to NFPA 70 Type TC. C. Control Cable: 1. Conductor shall be copper with 600 V rated insulation. 2. Surface mark with manufacturer's name or trademark,conductor size,insulation type and UL label. 3. Conform to NEMA/ICEA WC 57/S-73-532 and UL 83 and UL 1277 for type XHHW-2 insulation with an overall PVC jacket. 4. Number of conductors as required,provided with or without bare ground conductor of the same AWG size. a. When a bare ground conductor is not provided,an additional insulated conductor shall be provided and used as the ground conductor(e.g.,6/c No. 14 w/g and 7/c No. 14 are equal). 5. Individual conductor color coding: a. NEMA/ICEA Method 1,Table E-2. b. See Part 3 of this Specification for additional requirements. 6. Conform to NFPA 70 Type TC {and IEEE/ANSI 1202,CSA FT-4 or UL 9101. D. Electrical Equipment Control Wire: 1. Conductor shall be copper with 600 V rated insulation. 2. Conductors shall be stranded. 3. Surface mark with manufacturers name or trademark,conductor size,insulation type and UL label. 4. Conform to UL 44 for Type SIS insulation. 5. Conform to UL 83 for Type MTW insulation. E. Shielded VFD Cable: 1. Conductor shall be copper,stranded with 600 V rated insulation. 2. Surface mark with manufacturers name or trademark,conductor size,insulation type and UL label. 3. Cables No. 12 AWG through 500 KCM. a. Conform to NEMA/ICEA WC 70/S-95-658 and UL 44 and UL 1277 for type RHW-2 or XHHW-2 insulation with an overall PVC jacket. b. Shielding: 85 percent tinned copper braid, full size tinned copper drain wire and 100 percent foil shield. c. Number of conductors: 3 PH and 1 ground conductor sized per cable manufacturer. 4. Individual conductor color coding: a. ICEA Method 4. b. See Part 3 of this specification for additional requirements. 5. Conform to NFPA 70,Type TC. F. Instrumentation Cable: 1. Surface mark with manufacturers name or trademark,conductor size,insulation type and UL label. 2. Analog cable: a. Tinned copper conductors. b. 600 V PVC insulation with PVC jacket. c. Twisted with 100 percent foil shield coverage with drain wire. d. Six(6)twists per foot minimum. e. Individual conductor color coding: ICEA Method 1,Table K-2. f. Conform to UL 2250,UL 1581 and NFPA 70 Type ITC. 3. Digital cable: a. As recommended by equipment(e.g.,PLC,RTU)manufacturer. b. Horizontal voice and data cable: 1) Category 6 per TIA/EIA/ANSI 568. 10059730 City of Bozeman Small Works Project No. 1- WIRE AND CABLE: 600 VOLT AND BELOW 16120-4 2) Cable shall be label-verified. 3) Cable jacket shall be factory marked at regular intervals indicating verifying organization and performance level. 4) Conductor:No. 24 AWG solid untinned copper. 5) Rated CMP per NFPA 70. c. Conform to UL 910 and NFPA 70 Type ITC. G. Fiber Optic Cable: 1. Design and fabrication: a. Type: 1) Indoor:Tight buffered or loose tube with a dry gel water blocking system. 2) Outdoor: Loose tube with a wet or dry gel water blocking system. b. Multi-mode. c. Number of fibers: As indicated on Drawings. d. Fiver size: 62.5/125 micrometer(core diameter/cladding diameter). e. Glass fiber core. f. Setp index: g. Maximum attenuation: 1) At 850 nm: 3.75 dB/km. 2) At 1300 nm: 1.5 dB/km. h. Minimum bandwidth: 1) At 850 nm: 160 MHz/km. 2) At 1300 nm: 500 MHz/km. i. Maximum tensile load: 1) Installation: 225 LBS. 2) Long term: 6 LBS. j. Cable jacket material: 1) In rigid steel conduit: PVC,or polyethylene. 2) In plenum or riser: Flame retardant material,PVC not allowed. a) Plenum applications: Cable materials shall pass UL 910 and NDPA 262 requirements. b) Riser applications: Cable materials shall pass UL 1666 requirements. 3) In cable tray: Polyethylene or equivalent;PVC not allowed. a) Meet vertical flame tray test requirements of UL 910. k. Cables shall be listed and marked in accordance with the requirements of NEC. 1. Optical fiber cable type utilized shall be in accordance with NEC. 2. Design and fabrication: a. Utilize ST type connectors: 1) Tip material: Ceramic or ceramic/glass composite. 2) Utilize connectors which do not require adhesive, epoxy,or polish. H. Wire Connectors: 1. Twist/screw on type: a. Insulated pressure or spring type solderless connector. b. 600 V rated. c. Ground conductors: Conform to UL 486C and/or UL 467 when required by local codes. d. Phase and neutral conductors: Conform to UL 486C. 2. Compression and mechanical screw type: a. 600 V rated. b. Ground conductors: Conform to UL 467. c. Phase and neutral conductors: Conform to UL 486A. 3. Terminal block type: a. High density,screw-post barrier-type with white center marker strip. b. 600 V and ampere rating as required,for power circuits. c. 600 V,20 ampere rated for control circuits. d. 600 V, 15 ampere rated for instrumentation circuits. 10059730 City of Bozeman Small Works Project No. 1 - WIRE AND CABLE: 600 VOLT AND BELOW 16120-5 e. Conform to NEMA ICS 4 and UL 486A. 1. Insulating and Color Coding Tape: 1. Pressure sensitive vinyl. 2. Premium grade. 3. Heat,cold,moisture,and sunlight resistant. 4. Thickness,depending on use conditions: 7, 8.5,or 10 mil. 5. For cold weather or outdoor location,tape must also be all-weather. 6. Color: a. Insulating tape: Black. b. Color coding tape: Fade-resistant color as specified herein. 7. Comply with UL 510. J. Electrical Equipment Enclosure and Cable Sealing Bushing: 1. Galvanized malleable or ductile iron. 2. Zinc electroplated locknut. 3. Neoprene sealing ring. K. Pulling Lubricant: Cable manufacturer's standard containing no petroleum or other products which will deteriorate insulation. PART 3 - EXECUTION 3.1 INSTALLATION A. Permitted Usage of Insulation Types: 1. Type XHHW-2: a. Building wire and power and control cable in architectural and non-architectural finished areas. b. Building wire and power and control cable in conduit below grade. 2. Type SIS and MTW: a. For the wiring of control equipment within control panels and field wiring of control equipment within switchgear,switchboards,motor control centers. 3. Shielded VFD Cable: a. For wiring between a VFD and motor. b. For wiring from source to VFD. B. Conductor Size Limitations: 1. Feeder and branch power conductors shall not be smaller than No. 12 AWG unless otherwise indicated on the Drawings. 2. Control conductors shall not be smaller than No. 14 AWG unless otherwise indicated on the Drawings. 3. Instrumentation conductors shall not be smaller than No. 18 AWG unless otherwise indicated on the Drawings. C. Color Code All Wiring as Follows: 1. Building wire: 240 V,208 V,240/120 V, 480 V, 208/120 V 480/277 V Phase 1 Black Brown Phase 2 Red* Orange Phase 3 Blue Yellow Neutral White White or Gray Ground Green Green *Orange when it is a high leg of a 120/240 V Delta system. 10059730 City of Bozeman Small Works Project No. 1- WIRE AND CABLE: 600 VOLT AND BELOW 16120-6 a. Conductors No. 6 AWG and smaller: Insulated phase,neutral and ground conductors shall be identified by a continuous colored outer finish along its entire length. b. Conductors larger than No. 6 AWG: 1) Insulated phase and neutral conductors shall be identified by one(1)of the following methods: a) Continuous colored outer finish along its entire length. b) 3 IN of colored tape applied at the termination. 2) Insulated grounding conductor shall be identified by one(1)of the following methods: a) Continuous green outer finish along its entire length. b) Stripping the insulation from the entire exposed length. c) Using green tape to cover the entire exposed length. 3) The color coding shall be applied at all accessible locations,including but not limited to: Junction and pull boxes,wireways,manholes and hndholes. 2. Power cables ICEA Method 4 with: a. Phase and neutral conductors identified with 3 IN of colored tape,per the Table herein, applied at the terminations. b. Ground conductor: Bare. 3. Shielded VFD cable ICEA Method 4 with: a. Phase conductors identified with 3 IN of colored tape,per the Table herein,applied at the terminations. b. Ground conductor: Green color insulation or bare. 4. Control cables NEMA/ICEA Method 1,Table E-2: a. When a bare ground is not provided,one(1)of the colored insulated conductors shall be re-identified by stripping the insulation from the entire exposed length or using green tape to cover the entire exposed length. b. When used in power applications the colored insulated conductors used as phase and neutral conductors may have to be re-identified with 3 IN of colored tape,per the Table herein,applied at the terminations. D. Install all wiring in raceway unless otherwise indicated on the Drawings. E. Feeder,branch,control and instrumentation circuits shall not be combined in a raceway,cable tray,junction or pull box,except as permitted in the following: 1. Where specifically indicated on the Drawings. 2. Where field conditions dictate and written permission is obtained from the Engineer. 3. Control circuits shall be isolated from feeder and branch power and instrumentation circuits but combining of control circuits is permitted. a. The combinations shall comply with the following: 1) 12 Vdc,24 Vdc and 48 Vdc may be combined. 2) 125 Vdc shall be isolated from all other AC and DC circuits. 3) AC control circuits shall be isolated from all DC circuits. 4. Instrumentation circuits shall be isolated from feeder and branch power and control circuits but combining of instrumentation circuits is permitted. a. The combinations shall comply with the following: 1) Analog signal circuits may be combined. 2) Digital signal circuits may be combined but isolated from analog signal circuits. 5. Multiple branch circuits for lighting,receptacle and other 120 Vac circuits are allowed to be combined into a common raceway. a. Contractor is responsible for making the required adjustments in conductor and raceway size,in accordance with all requirements of the NEC,including but not limited to: 1) Up sizing conductor size for required ampacity de-ratings for the number of current carrying conductors in the raceway. 2) The neutral conductors may not be shared. 3) Up sizing raceway size for the size and quantity of conductors. 10059730 City of Bozeman Small Works Project No. 1 - WIRE AND CABLE: 600 VOLT AND BELOW 16120-7 F. Ground the drain wire of shielded instrumentation cables at one(1)end only. 1. The preferred grounding location is at the load(e.g.,control panel),not at the source(e.g., field mounted instrument). G. Splices and terminations for the following circuit types shall be made in the indicated enclosure type using the indicated method. 1. Feeder and branch power circuits: a. Device outlet boxes: 1) Twist/screw on type connectors. b. Junction and pull boxes and wireways: 1) Twist/screw on type connectors for use on No. 8 and smaller wire. 2) Compression,mechanical screw or terminal block or terminal strip type connectors for use on No. 6 AWG and larger wire. c. Motor terminal boxes: 1) Twist/screw on type connectors for use on No. 10 AWG and smaller wire. 2) Mechanical screw type connectors for use on No. 8 AWG and larger wire. d. Manholes or handholes: 1) Twist/screw on type connectors pre-filled with epoxy for use on No. 8 AWG and smaller wire. 2) Watertight compression or mechanical screw type connectors for use on No. 6 AWG and larger wire. 2. Control circuits: a. Junction and pull boxes: Terminal block type connector. b. Manholes or handholes: Twist/screw on type connectors pre-filled with epoxy. c. Control panels and motor control centers: Terminal block or strips provided within the equipment or field installed within the equipment by the Contractor. 3. Instrumentation circuits can be spliced where field conditions dictate and written permission is obtained from the Engineer. a. Maintain electrical continuity of the shield when splicing twisted shielded conductors. b. Junction and pull boxes: Terminal block type connector. c. Control panels and motor control centers: Terminal block or strip provided within the equipment or field installed within the equipment by the Contractor. 4. Non-insulated compression and mechanical screw type connectors shall be insulated with tape or hot or cold shrink type insulation to the insulation level of the conductors. H. Provide electrical equipment enclosure and cable sealing bushing when exposed conductors or cables enter the enclosure from cable trays. I. Insulating Tape Usage: 1. For insulating connections of No. 8 AWG wire and smaller: 7 mil vinyl tape. 2. For insulating splices and taps of No. 6 AWG wire or larger: 10 mil vinyl tape. 3. For insulating connections made in cold weather or in outdoor locations: 8.5 mil, all weather vinyl tape. J. Color Coding Tape Usage: For color coding of conductors. K. Fiber Optic Cable: 1. Unless indicated otherwise,install all fiber optic cable in conduit. a. In cable trays,the cable(s)shall be installed in an interdict that is placed in the tray for protection of the cable. 2. Splicing: a. Optical fibers shall not be spliced. 3. Utilize dust tight wall-mounted interconnect center to provide the following: a. Interconnect fiber optic cable to jumper cable assemblies for connection to the opto- electronic interface. 4. Where exposed to contact with electric light or power conductors,then on current carrying metallic members(if applicable)of optical fiber cables entering buildings shall be grounded as close to the point of entrance as practicable in accordance with NEC. 10059730 City of Bozeman Small Works Project No. 1 WIRE AND CABLE: 600 VOLT AND BELOW 16120-8 5. Install cables in accordance with the requirements of NEC. 3.2 FIELD QUALITY CONTROL A. Acceptance Testing: 1. See Section 16080. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- WIRE AND CABLE: 600 VOLT AND BELOW 16120-9 SECTION 16130 RACEWAYS AND BOXES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Conduits. b. Conduit fittings. c. Conduit supports. d. Wireways. e. Underfloor duct.(Admin/Lab Building only) f. Outlet boxes. g. Pull and junction boxes. B. Related Sections include but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract. 2. Division 1 -General Requirements. 3. Section 05505—Metal Fabrications. 4. Section 09905—Painting and Protective Coatings. 5. Section 15090—Pipe,Duct and Conduit Support Systems. 6. Section 16010-Electrical: Basic Requirements. 7. Section 16135 -Electrical: Exterior Underground. 8. Section 16140-Wiring Devices. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Iron and Steel Institute(AISI). 2. ASTM International(ASTM): a. A123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware. c. D2564, Standard Specification for Solvent Cements for Poly(Vinyl Chloride)(PVC) Plastic Piping Systems. 3. National Electrical Manufacturers Association(NEMA): a. 250, Enclosures for Electrical Equipment(1000 Volts Maximum). b. OS 1, Sheet-Steel Outlet Boxes,Device Boxes, Covers, and Box Supports. c. RN 1,Polyvinyl-Chloride(PVC)Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. d. TC 2,Electrical Plastic Tubing(EPT)and Conduit(EPC-40 and EPC-80). e. TC 3,PVC Fittings for Use with Rigid PVC Conduit and Tubing. 4. National Electrical Manufacturers Association/American National Standards Institute (NEMA/ANSI): a. C80.1, Rigid Steel Conduit-Zinc-Coated. b. C80.3,Electrical Metallic Tubing-Zinc-Coated. 5. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC). 6. Underwriters Laboratories, Inc. (UL): a. 1, Standard for Safety Flexible Metal Conduit. b. 6, Standard for Safety Rigid Metal Conduit. c. 50, Standard for Safety Enclosures for Electrical Equipment. 10059730 City of Bozeman Small Works Project No. I- RACEWAYS AND BOXES 16130- 1 d. 360, Standard for Safety Liquid-Tight Flexible Steel Conduit. e. 467, Standard for Safety Grounding and Bonding Equipment. f. 514A, Standard for Safety Metallic Outlet Boxes. g. 514B, Standard for Safety Fittings for Cable and Conduit. h. 651, Standard for Safety Schedule 40 and 80 Rigid PVC Conduit. i. 797, Standard for Safety Electrical Metallic Tubing. j. 870, Standard for Safety Wireways,Auxiliary Gutters,and Associated Fittings. k. 886, Standard for Safety Outlet Boxes and Fittings for Use in Hazardous(Classified) Locations. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification except: 1) Support systems. b. See Section 16010 for additional requirements. 3. Fabrication and/or layout drawings: a. Proposed routing of raceways buried under concrete floors and embedded in concrete walls. b. Identify dimensional size of pull and junction boxes to be used. B. Operation and Maintenance Manuals: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.4 DELIVERY,STORAGE,AND HANDLING A. See Section 16010. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Rigid metallic conduits: a. Allied Tube and Conduit Corporation. b. Triangle PWC Inc. c. Western Tube and Conduit Corporation. d. Wheatland Tube Company. e. LTV Steel Company. 2. PVC coated rigid metallic conduits and repair kits: a. Occidental Coating Company. b. Perma-Cote. c. Rob-Roy Ind. d. Raychem"Ge1Tek"tape. 3. Rigid non-metallic conduit: a. Carlon. b. Cantex. c. Osburn Associates. 4. Flexible conduit: a. AFC Cable Systems. b. Anamet, Inc. 10059730 City of Bozeman Small Works Project No. 1- RACEWAYS AND BOXES 16130-2 c. Electri-Flex. d. Flexible Metal Hose Company. e. International Metal Hose Company. f. Triangle PWC Inc. g. LTV Steel Company. 5. Wireway: a. Hoffman Engineering Company. b. Wiegmann. c. Square D. 6. Underfloor raceways.(Admin/Lab Building Only) a. Walker. b. Square D. 7. Conduit fittings and accessories: a. Appleton. b. Carlon. c. Cantex. d. Crouse-Hinds. e. Killark. f. Osburn Associates. g. OZ Gedney Company. h. RACO. i. Steel City. j. Thomas and Betts. 8. Support systems: a. Unistrut Building Systems. b. B-Line Systems Inc. c. Kindorf. d. Minerallac Fastening Systems. e. Caddy. 9. Outlet,pull and junction boxes: a. Appleton Electric Co. b. Crouse-Hinds. c. Killark. d. O-Z/Gedney. e. Steel City. f. Raco. g. Bell. It. Hoffman Engineering Co. i. Wiegmann. j. B-Line Circle AW. k. Adalet. 1. Rittal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 RIGID METALLIC CONDUITS A. Rigid Galvanized Steel Conduit(RGS): 1. Mild steel with continuous welded seam. 2. Metallic zinc applied by hot-dip galvanizing or electro-galvanizing. 3. Threads galvanized after cutting. 4. Internal coating: Baked lacquer,varnish or enamel for a smooth surface. 5. Standards: NEMA/ANSI C80.1,UL 6. B. PVC-Coated Rigid Steel Conduit(PVC-RGS): 1. Nominal 40 mil Polyvinyl Chloride Exterior Coating: 10059730 City of Bozeman Small Works Project No. 1 - RACEWAYS AND BOXES 16130-3 a. Coating: Bonded to hot-dipped galvanized rigid steel conduit conforming to NEMA/ANSI C80.1. b. The bond between the PVC coating and the conduit surface: Greater than the tensile strength of the coating. 2. Nominal 2 mil,minimum,urethane interior coating. 3. Urethane coating on threads. 4. Conduit: Epoxy prime coated prior to application of PVC and urethane coatings. 5. Female Ends: a. Have a plastic sleeve extending a minimum of 1 pipe diameter or 2 IN,whichever is less beyond the opening. b. The inside diameter of the sleeve shall be the same as the outside diameter of the conduit to be used with it. 6. Standards: NEMA/ANSI C80.1,UL 6,NEMA RN 1. C. Electrical Metallic Tubing(EMT);(Admin/Lab Building only): 1. Mild steel with continuous welded seam. 2. Metallic zinc applied by hot-dip galvanizing or electro-galvanizing. 3. Internal coating: Baked lacquer,varnish,or enamel for a smooth surface. 4. Standards: NEMA/ANSI C80.3,UL 797. 2.3 RIGID NON-METALLIC CONDUIT A. Schedules 40(PVC-40): 1. Polyvinyl-chloride(PVC)plastic compound which includes inert modifiers to improve weatherability and heat distribution. 2. Rated for direct sunlight exposure. 3. Fire retardant and low smoke emission. 4. Shall be suitable for use with 90 DegC wire and shall be marked"maximum 90 DegC". 5. Standards: NEMA TC 2,UL 651. 2.4 FLEXIBLE CONDUIT A. Flexible Galvanized Steel Conduit(FLEX): (Admin/Lab Building only): 1. Formed of continuous,spiral wound,hot-dip galvanized steel strip with successive convolutions securely interlocked. 2. Standard: UL 1. B. PVC-Coated Flexible Galvanized Steel(liquid-tight)Conduit(FLEX-LT): 1. Core formed of continuous,spiral wound,hot-dip galvanized steel strip with successive convolutions securely interlocked. 2. Extruded PVC outer jacket positively locked to the steel core. 3. Liquid and vaportight. 4. Standard: UL 360. 2.5 WIREWAY A. General: 1. Suitable for lay-in conductors. 2. Designed for continuous grounding. 3. Covers: a. Hinged or removable in accessible areas. b. Non-removable when passing through partitions. 4. Finish: Rust inhibiting primer and manufacturers standard paint inside and out except for stainless steel type. 5. Standards: UL 870,NEMA 250. B. Watertight(NEMA 4X rated)Wireway: 1. 14 GA Type 304 or 316 stainless steel bodies and covers without knockouts and 10 GA stainless steel flanges. 10059730 City of Bozeman Small Works Project No. 1 - RACEWAYS AND BOXES 16130-4 2. Cover: Fully gasketed and held in place with captive clamp type latches. 3. Flanges: Fully gasketed and bolted. C. Dusttight(NEMA 12 rated)Wireway: 1. 14 GA steel bodies and covers without knockouts and 10 GA steel flanges. 2. Cover: Fully gasketed and held in place with captive clamp type latches. 3. Flanges: Fully gasketed and bolted. 2.6 UNDERFLOOR RACEWAYS A. Underfloor Duct: (Admin/Lab Building only): 1. Enclosure: Steel,Minimum 14 GA. 2. Inserts: Per Drawings requirements. 3. Minimum width: 3 IN 4. Maximum width 6 IN. 5. Minimum depth: 1 IN. 6. Junction boxes: Square covers and trims and adjustable before and after concrete has been poured. 7. Standard:UL 884. 2.7 CONDUIT FITTINGS AND ACCESSORIES A. Fittings for Use with RGS: 1. General: a. In hazardous locations listed for use in Class I,Groups C and D locations. 2. Locknuts: a. Threaded steel or malleable iron. b. Gasketed or non-gasketed. c. Grounding or non-grounding type. 3. Bushings: a. Threaded,insulated metallic. b. Grounding or non-grounding type. 4. Hubs: Threaded, insulated and gasketed metallic for raintight connection. 5. Couplings: a. Threaded straight type: Same material and finish as the conduit with which they are used on. b. Threadless type: Gland compression or self-threading type, concrete tight. 6. Unions: Threaded galvanized steel or zinc plated malleable iron. 7. Conduit bodies(ells and tees): a. Body: Zinc plated cast iron or cast copper free aluminum with threaded hubs. b. Standard and mogul size. c. Cover: 1) Clip-on type with stainless steel screws. 2) Gasketed or non-gasketed galvanized steel,zinc plated cast iron or cast copper free aluminum. 8. Conduit bodies(round): a. Body: Zinc plated cast iron or cast copper free aluminum with threaded hubs. b. Cover: Threaded screw on type,gasketed,galvanized steel,zinc plated cast iron or cast copper free aluminum. 9. Sealing fittings: a. Body: Zinc plated cast iron or cast copper free aluminum with threaded hubs. b. Standard and mogul size. c. With or without drain and breather. d. Fiber and sealing compound: UL listed for use with the sealing fitting. 10. Hazardous location flexible coupling(HAZ-FLEX): a. Liquid tight and are resistant. b. Electrically conductive so no bonding jumper is required. 10059730 City of Bozeman Small Works Project No. 1 - RACEWAYS AND BOXES 16130-5 c. Dry and wet areas: 1) Bronze braided covering over flexible brass core. 2) Bronze end fittings. 3) Zinc-plated steel or malleable iron unions and nipples. d. Corrosive areas: 1) Stainless steel braided covering over flexible stainless steel core. 2) Stainless steel end fittings. 3) Aluminum unions and nipples. 11. Expansion couplings: a. 2 IN nominal straight-line conduit movement in either direction. b. Galvanized steel with insulated bushing. c. Gasketed for wet locations. d. Internally or externally grounded. 12. Expansion/deflection couplings: a. 3/4 IN nominal straight-line conduit movement in either direction. b. 30-degree nominal deflection from the normal in all directions. c. Metallic hubs,neoprene outer jacket and stainless steel jacket clamps. d. Internally or externally grounded. e. Watertight,raintight and concrete tight. 13. Standards: UL 467,UL 51413,UL 886. B. Fittings for Use with PVC-RGS: 1. The same material and construction as those fittings listed under paragraph"Fittings for Use with RGS " and coated as defined under paragraph"PVC Coated Rigid Steel Conduit(PVC- RGS)." C. Fittings for Use with EMT: 1. Connectors: a. Straight,angle and offset types furnished with locknuts. b. Zinc plated steel. c. Insulated gland compression type. d. Concrete and raintight. 2. Couplings: a. Zinc plated steel. b. Gland compression type. c. Concrete and raintight. 3. Conduit bodies(ells and tees): a. Body: Copper free aluminum with threaded hubs. b. Standard and mogul size. c. Cover: 1) Screw down type with steel screws. 2) Gasketed or non-gasketed galvanized steel or copper free aluminum. 4. Standard: UL 514B. D. Fittings for Use with FLEX: 1. Connector: a. Zinc plated malleable iron. b. Squeeze or clamp-type. 2. Standard: UL 514B. E. Fittings for Use with FLEX-LT: 1. Connector: a. Straight or angle type. b. Metal construction,insulated and gasketed. c. Composed of locknut,grounding ferrule and gland compression nut. d. Liquid tight. 2. Standards: UL 467,UL 514B. 10059730 City of Bozeman Small Works Project No. I - RACEWAYS AND BOXES 16130-6 F. Fittings for Use with Rigid Non-Metallic PVC Conduit: 1. Coupling,adapters and conduit bodies: a. Same material,thickness,and construction as the conduits with which they are used. b. Homogeneous plastic free from visible cracks,holes or foreign inclusions. c. Bore smooth and free of blisters,nicks or other imperfections which could damage the conductor. 2. Solvent cement for welding fittings shall be supplied by the same manufacturer as the conduit and fittings. 3. Standards: ASTM D2564,NEMA TC 3,UL 651,UL 514B. G. Weather and Corrosion Protection Tape: 1. PVC based tape, 10 mils thick. 2. Protection against moisture,acids,alkalis,salts and sewage and suitable for direct bury. 3. Used with appropriate pipe primer. 2.8 ALL RACEWAY AND FITTINGS A. Mark Products: 1. Identify the nominal trade size on the product. 2. Stamp with the name or trademark of the manufacturer. 2.9 OUTLET BOXES A. Metallic Outlet Boxes,(Admin/Lab Building only): 1. Hot-dip galvanized steel. 2. Conduit knockouts and grounding pigtail. 3. Styles: a. 2 IN x 3 IN rectangle. b. 4 IN square. c. 4 IN octagon. d. Masonry/tile. 4. Accessories: a. Flat blank cover plates. b. Barriers. c. Extension,plaster or tile rings. d. Box supporting brackets in stud walls. e. Adjustable bar hangers. 5. Standards: NEMA OS 1,UL 514A. B. Cast Outlet Boxes: 1. Zinc plated cast iron or die-cast copper free aluminum with manufacturers standard finish. 2. Threaded hubs and grounding screw. 3. Styles: a. "FS"or"FD". b. 'Bell'. c. Single or multiple gang and tandem. d. "EDS" or"EFS" for hazardous locations. 4. Accessories: 40 mil PVC exterior coating and 2 mil urethane interior coating. 5. Standards: UL 514A,UL 886. C. See Section 16140 for wiring devices,wallplates and coverplates. 2.10 PULL AND JUNCTION BOXES A. NEMA 1 Rated,(Admin/Lab Building only): 1. Body and cover: 14 GA minimum,galvanized steel or 14 GA minimum, steel finished with rust inhibiting primer and manufacturers standard paint inside and out. 2. With or without concentric knockouts on four(4)sides. 3. Flat cover fastened with screws. 10059730 City of Bozeman Small Works Project No. I - RACEWAYS AND BOXES 16130-7 B. NEMA 4 Rated: 1. Body and cover: 14 GA steel finished with rust inhibiting primer and manufacturers standard paint inside and out. 2. Seams continuously welded and ground smooth. 3. No knockouts. 4. External mounting flanges. 5. Hinged or non-hinged cover held closed with stainless steel screws and clamps. 6. Cover with oil resistant gasket. C. NEMA 4X Rated(metallic): 1. Body and cover: 14 GA Type 304 or 316 stainless steel. 2. Seams continuously welded and ground smooth. 3. No knockouts. 4. External mounting flanges. 5. Hinged door and stainless steel screws and clamps. 6. Door with oil-resistant gasket. D. NEMA 4X Rated(non-metallic): 1. Body and cover: Ultraviolet light protected fiberglass-reinforced polyester boxes. 2. No knockouts. 3. External mounting flanges. 4. Hinged door with quick release latches and padlocking hasp. 5. Door with oil resistant gasket. E. NEMA 7 Rated: 1. Cast gray iron alloy or copper-free aluminum with manufacturers standard finish. 2. Drilled and tapped openings or tapered threaded hub. 3. Cover bolted-down with stainless steel bolts or threaded cover with neoprene gasket. 4. External mounting flanges. 5. Grounding lug. 6. Accessories: 40 mil PVC exterior coating and 2 mil urethane interior coating. F. NEMA 12 Rated: 1. Body and cover: a. 14 GA steel finished with rust inhibiting primer and manufacturers standard paint inside and out. b. Type 5052 H-32 aluminum,unpainted. 2. Seams continuously welded and ground smooth. 3. No knockouts. 4. External mounting flanges. 5. Non-hinged cover held closed with captivated cover screws threaded into sealed wells or hinged cover held closed with stainless steel screws and clamps. 6. Flat door with oil resistant gasket. G. Miscellaneous Accessories: 1. Rigid handles for covers larger than 9 SF or heavier than 25 LBS. 2. Split covers when heavier than 25 LBS. 3. Weldnuts for mounting optional panels and terminal kits. 4. Terminal blocks: Screw-post barrier-type,rated 600 volt and 20 ampere minimum. H. Standards: NEMA 250,UL 50. I. Special Purpose Boxes: 1. Flush in Floor Duplex Receptacles,(Admin/Lab Building only): a. Dual level,fully adjustable box with power fitting and brass carpet flange. 2.11 SUPPORT SYSTEMS A. Single or Multi-conduit surface trapeze type support and pull box or junction box support. 1. Section 15090. 10059730 City of Bozeman Small Works Project No. 1- RACEWAYS AND BOXES 16130-8 2.12 OPENINGS AND PENETRATONS IN WALLS AND FLOORS A. Sleeves,smoke and fire stop fitting through walls and floors: 1. See Section 01800. PART 3 - EXECUTION 3.1 RACEWAY INSTALLATION-GENERAL A. Shall be in accordance with the requirements of: 1. NFPA 70. 2. Manufacturer instructions. B. Size of Raceways: 1. Raceway sizes are shown on the Drawings,if not shown on the Drawings,then size in accordance with NFPA 70. 2. Unless specifically indicated otherwise,the minimum raceway size shall be: a. Conduit: 3/4IN. b. Wireway: 2-1/2 IN x 2-1/2 IN. c. Underfloor raceway,(Admin/Lab Building only):6 SQ IN. C. Field Bending and Cutting of Conduits: 1. Utilize tools and equipment recommended by the manufacturer of the conduit,designed for the purpose and the conduit material to make all field bends and cuts. 2. Do not reduce the internal diameter of the conduit when making conduit bends. 3. Prepare tools and equipment to prevent damage to the PVC coating. 4. Degrease threads after threading and apply a zinc rich paint. 5. Debur interior and exterior after cutting. D. Male threads of conduit systems shall be coated with an electrically conductive anti-seize compound. E. The protective coating integrity of conduits,fittings,outlet,pull and junction boxes and accessories shall be maintained. 1. Repair galvanized components utilizing a zinc rich paint. 2. Repair painted components utilizing touch up paint provided by or approved by the manufacturer. 3. Repair PVC coated components utilizing a patching compound,of the same material as the coating,provided by the manufacturer of the conduit;or a self-adhesive,highly conformable,cross-linked silicone composition strip,followed by a protective coating of vinyl tape. a. Total nominal thickness: 40 mil. 4. Repair surfaces which will be inaccessible after installation prior to installation. F. Remove moisture and debris from conduit before wire is pulled into place. 1. Pull mandrel with diameter nominally 1/4 IN smaller than the interior of the conduit,to remove obstructions. 2. Swab conduit by pulling a clean,tight-fitting rag through the conduit. 3. Tightly plug ends of conduit with tapered wood plugs or plastic inserts until wire is pulled. G. Only nylon or polyethylene rope shall be used to pull wire and cable in conduit systems. H. Where portions of a raceway are subject to different temperatures and where condensation is known to be a problem,as in cold storage areas of buildings or where passing from the interior to the exterior of a building,the raceway shall be sealed to prevent circulation of warm air to colder section of the raceway. I. Fill openings in walls,floors,and ceilings and finish flush with surface. 1. See Section 01800. 10059730 City of Bozeman Small Works Project No. 1- RACEWAYS AND BOXES 16130-9 3.2 RACEWAY ROUTING A. Raceways shall be routed in the field unless otherwise indicated. 1. Conduit and fittings shall be installed,as required,for a complete system that has a neat appearance and is in compliance with all applicable codes. 2. Run in straight lines parallel to or at right angles to building lines. 3. Do not route conduits: a. Through areas of high ambient temperature or radiant heat. b. In suspended concrete slabs. 4. Conduit shall not interfere with,or prevent access to,piping,valves,ductwork,or other equipment for operation,maintenance and repair. 5. Provide pull boxes or conduit bodies as needed so that there is a maximum of 360 degrees of bends in the conduit run or in long straight runs to limit pulling tensions. B. All rigid conduits within a structure shall be installed exposed except as follows: 1. As indicated on the Drawings. 2. Concealed above gypsum wall board or acoustical tile suspended ceilings,(Admin/Lab Building only). 3. Concealed within stud frame,concrete block and brick walls of an architecturally finished area,(Admin/Lab Building only). C. Maintain minimum spacing between parallel conduit and piping runs in accordance with the following when the runs are greater than 30 FT: 1. Between instrumentation and telecommunication: 1 IN. 2. Between instrumentation and 125 V,48 V and 24 Vdc,2 IN. 3. Between instrumentation and 600 V and less AC power or control: 6 IN. 4. Between instrumentation and greater than 600 Vac power: 12 IN. 5. Between telecommunication and 125 V,48 V and 24 Vdc,2 IN. 6. Between telecommunication and 600 V and less AC power or control: 6 IN. 7. Between telecommunication and greater than 600 Vac power: 12 IN. 8. Between 125 V,48 V and 24 Vdc and 600 V and less AC power or control: 2 IN. 9. Between 125 V,48 V and 24 Vdc and greater than 600 Vac power: 2 IN. 10. Between 600 V and less AC and greater than 600 Vac: 2 IN. 11. Between process,gas,air and water pipes: 6 IN. D. Conduits shall be installed to eliminate moisture pockets. 1. Where water cannot drain to openings,provide drain fittings in the low spots of the conduit run. E. Conduit shall not be routed on the exterior of structures except as specifically indicated on the Drawings. F. Where sufficient room exists within the housing of roof-mounted equipment,the conduit shall be stubbed up inside the housing. G. Provide all required openings in walls,floors,and ceilings for conduit penetration. 1. See Section 01800. H. Contractor may ask for prior approval from the Engineer to embed specific conduit runs in floor slabs where practical. Engineer shall evaluate proposed conduit being embedded in floor slabs on a case by case basis. 3.3 RACEWAY APPLICATIONS A. Permitted Raceway Types Per Wire or Cable Types: 1. Power wire or cables: All raceway types. 2. Control wire or cables: All raceway types. 3. Instrumentation cables: Metallic raceway. 4. Motor leads from a VFD: RGS conduit and where shielded VFD cable is used this cable can be routed in cable tray. 10059730 City of Bozeman Small Works Project No. 1 - RACEWAYS AND BOXES 16130-10 5. Telecommunication cables: All raceway types. B. Permitted Raceway Types Per Area Designations: 1. Dry areas: a. RGS. b. EMT,(Admin/Lab Building only). 2. Wet areas: a. RGS. b. PVC-RGS. 3. Corrosive areas: a. PVC-RGS. 4. Highly corrosive areas: a. PVC-RGS. 5. NFPA 70 hazardous areas: a. RGS. b. PVC-RGS when required by other area designations. C. Permitted Raceway Types Per Routing Locations: 1. In stud framed walls: a. EMT,(Admin/Lab Building only). 2. In concrete block or brick walls: a. PVC-40,(Admin/Lab Building only). b. EMT,(Admin/Lab Building only). 3. Above acoustical tile ceilings: a. EMT,(Admin/Lab Building only). b. NEMA 1 rated wireway. 4. Embedded in poured concrete walls and floors: a. PVC-40. b. RGS c. PVC-RGS when emerging from concrete into areas designated as wet,corrosive or highly corrosive. 5. Beneath floor slab-on-grade: a. PVC-40. b. RGS. 6. Through floor penetrations,see Section 01800: a. PVC-RGS in areas designated as dry,wet,corrosive or highly corrosive. 7. Concrete encased ductbanks: a. PVC-40. b. RGS for Instrumentation Cables. c. 90 degree elbows for transitions to above grade: 1) PVC-RGS. d. Long sweeping bends greater than 15 degrees for horizontal ductbank direction changes: 1) RGS for sizes 1 IN and larger. D. FLEX conduits shall be installed for connections to light fixtures,HVAC equipment and other similar devices above the ceilings, (Admin/Lab Building only). 1. The maximum length shall not exceed: a. 6 FT to light fixtures. b. 3 FT to all other equipment. E. FLEX-LT conduits shall be install as the final conduit connection to light fixtures,dry type transformers,motors,electrically operated valves,instrumentation primary elements,and other electrical equipment that is liable to vibrate. 1. The maximum length shall not exceed: a. 6 FT to light fixtures. b. 3 FT to motors. 10059730 City of Bozeman Small Works Project No. 1- RACEWAYS AND BOXES 16130- 1 l c. 2 FT to all other equipment. F. HAZ-FLEX coupling shall be installed as the final conduit to motors,electrically operated valves,instrumentation primary elements and electrical equipment that is liable to vibrate. 1. The maximum length shall not exceed: a. 3 FT to motors. b. 2 FT to all other equipment. G. NEMA 3R Wiring Trough: 1. Surface mounted in exterior locations. H. NEMA 4X Rated Wireway: 1. Surface mounted in areas designated as wet and or corrosive. I. NEMA 12 Rated Wireway: 1. Surface mounted in areas designated as dry in architecturally and non-architecturally finished areas. J. Underground Conduit: See Section 16135. K. Underfloor raceway as indicated on the Drawings,(Admin/Lab Building only). 3.4 CONDUIT FITTINGS AND ACCESSORIES A. Conduit Seals: 1. Installed in conduit systems located in hazardous areas as required by the NFPA 70. B. Rigid non-metallic conduit and fittings shall be joined utilizing solvent cement. 1. Immediately after installation of conduit and fitting,the fitting or conduit shall be rotated 1/4 turn to provide uniform contact. C. Install Expansion Fittings: 1. Where conduits are exposed to the sun and conduit run is greater than 200 FT. 2. Elsewhere as identified on the Drawings. D. Install Expansion/Deflection Fittings: 1. Where conduits enter a structure. a. Except electrical manholes and hndholes. b. Except where the ductbank is tied to the structure with rebar. 2. Where conduits span structural expansions joints. 3. Elsewhere as identified on the Drawings. E. Threaded connections shall be made wrench-tight. F. Conduit joints shall be watertight: 1. Where subjected to possible submersion. 2. In areas classified as wet. 3. Underground. G. Terminate Conduits: 1. In metallic outlet boxes,(Admin/Lab Building only). a. RGS: 1) Conduit hub and locknut. 2) Insulated bushing and two(2)locknuts. 3) Use grounding type locknut or bushing when required by NFPA 70. b. EMT: Compression type connector and locknut. 2. In NEMA 1 rated enclosures,(Admin/Lab Building only). a. EMT: Compression type connector and locknut. 3. In NEMA 12 rated enclosures: a. Watertight,insulated and gasketed hub and locknut. b. Use grounding type locknut or bushing when required by NFPA 70. 4. In NEMA 4 and 4X rated enclosures: 10059730 City of Bozeman Small Works Project No. 1- RACEWAYS AND BOXES 16130-12 a. Watertight,insulated and gasketed hub and locknut. 5. In NEMA 7 rated enclosures: a. Into an integral threaded hub. 6. When stubbed up through the floor into floor mount equipment: a. With an insulated grounding bushing on metallic conduits. b. With end bells on non-metallic conduits. H. Threadless couplings shall only be used to join new conduit to existing conduit when the existing conduit end is not threaded and it is not practical or possible to cut threads on the existing conduit with a pipe threader. 3.5 CONDUIT SUPPORT A. In seismic locations provide required supports and/or sway bracing per local Building Codes. B. Conduit Support General Requirements: 1. Maximum spacing between conduit supports per NFPA 70. 2. Support conduit from the building structure. 3. Do not support conduit from process,gas,air or water piping;or from other conduits. 4. Provide hangers and brackets to limit the maximum uniform load on a single support to 25 LBS or to the maximum uniform load recommended by the manufacturer if the support is rated less than 25 LBS. a. Do not exceed maximum concentrated load recommended by the manufacturer on any support. b. Conduit hangers: Continuous threaded rods combined with struts or conduit clamps: Do not use perforated strap hangers and iron bailing wire. c. Do not use suspended ceiling support systems to support raceways. d. Hangers in metal roof decks: 1) Utilize fender washers. 2) Not extend above top of ribs. 3) Not interfere with vapor barrier,insulation,or roofing. 5. Conduit support system fasteners: a. Use sleeve-type expansion anchors as fasteners in masonry wall construction. b. Do not use concrete nails and powder-driven fasteners. 3.6 OUTLET,PULL AND JUNCTION BOX INSTALLATION A. General: 1. Install products in accordance with manufacturer's instructions. 2. See Section 16010 and the Drawings for area classifications. 3. Fill unused punched-out,tapped,or threaded hub openings with insert plugs. 4. Size boxes to accommodate quantity of conductors enclosed and quantity of conduits connected to the box. B. Outlet Boxes: 1. Permitted uses of metallic outlet boxes,(Admin/Lab Building only). a. Housing of wiring devices: 1) Recessed in all stud framed walls and ceilings. 2) Recessed in poured concrete,concrete block and brick walls of architecturally finished areas and exterior building walls. b. Pull or junction box,(Admin/Lab Building only). 1) Above gypsum wall board or acoustical tile ceilings. 2) Above 10 FT in an architecturally finished area where there is no ceiling. 2. Permitted uses of cast outlet boxes: a. Housing of wiring devices surface mounted in non-architecturally finished dry,wet corrosive,highly corrosive and hazardous areas. b. Pull and junction box surface mounted in non-architecturally finished dry,wet corrosive and highly corrosive areas. 10059730 City of Bozeman Small Works Project No. 1- RACEWAYS AND BOXES 16130- 13 3. Mount device outlet boxes where indicated on the Drawings and at heights as scheduled in Section 16010. 4. Set device outlet boxes plumb and vertical to the floor. 5. Outlet boxes recessed in walls: a. Install with appropriate stud wall support brackets or adjustable bar hangers so that they are flush with the face of the wall. b. Locate in ungrouted cell of concrete block with bottom edge of box flush with bottom edge of block and flush with the face of the block. 6. Place barriers between switches in boxes with 277 V switches on opposite phases. 7. Back-to-back are not permitted. 8. When an outlet box is connected to a PVC coated conduit,the box shall also be PVC coated. C. Pull and Junction Boxes: 1. Install pull or junction boxes in conduit runs where indicated or required to facilitate pulling of wires or making connections. a. Make covers of boxes accessible. 2. Permitted uses of NEMA 1 enclosure,(Admin/Lab Building only): a. Pull or junction box surface mounted above removable ceiling tiles of an architecturally finished area. 3. Permitted uses of NEMA 4 enclosure: a. Pull or junction box surface mounted in areas designated as wet. 4. Permitted uses of NEMA 4X metallic enclosure: a. Pull or junction box surface mounted in areas designated as wet and/or corrosive. 5. Permitted uses of NEMA 7 enclosure: a. Pull or junction box surface mounted in areas designated as Class I hazardous. 1) Provide PVC coating in corrosive and highly corrosive areas when PVC coated conduit is used. 6. Permitted uses of NEMA 12 enclosure: a. Pull or junction box surface mounted in areas designated as dry. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1- RACEWAYS AND BOXES 16130-14 SECTION 16140 WIRING DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Light switches. b. Receptacles. c. Device wallplates and coverplates. d. Plug-in strips. e. Occupancy sensors. 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 16010-Electrical: Basic Requirements. 4. Section 16130-Raceways and Boxes. 5. Section 16442-Motor Control Equipment. 6. Section 16500—Interior and Exterior Lighting. 7. Section 16510—Low Voltage Lighting Control. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Electrical Manufacturers Association(NEMA): a. 250,Enclosures for Electrical Equipment(1000 Volts Maximum). b. WD 1,General Color Requirements for Wiring Devices. c. WD 6,Wiring Devices-Dimensional Requirements. 2. Underwriters Laboratories, Inc. (UL): a. 20, Standard for Safety General Use Snap Switches. b. 498, Standard for Safety Attachment Plugs and Receptacles. c. 514A, Standard for Safety Metallic Outlet Boxes. d. 894, Standard for Safety Switches for Use in Hazardous(Classified)Locations. e. 943, Standard for Safety Ground-Fault Circuit-Interrupters. f. 1010, Standard for Safety Receptacle-Plug Combinations for Use in Hazardous (Classified) Locations. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirement for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification. b. See Section 16010 for additional requirements. 3. Fabrication and/or layout drawings,(Admin/Lab Building only): a. Floor plan showing occupancy sensor location and coverage. b. Wiring diagram of occupancy sensor system. 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. 10059730 City of Bozeman Small Works Project No. I- WIRING DEVICES 16140- 1 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Light switches and receptacles: a. Bryant. b. Cooper Wiring Devices. c. Hubbell. d. Leviton. e. Pass&Seymour. f. Crouse-Hinds. g. Appleton Electric Co. It. Killark. 2. Plug-in strip: a. Wiremold. b. Walker. 3. Occupancy sensors: a. Wattstopper or approved equal. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 LIGHT SWITCHES A. General requirements unless modified in specific requirements paragraph of switches per designated areas or types: 1. Toggle type,quiet action,Industrial Specification Grade. 2. Self grounding with grounding terminal. 3. Back and side wired. 4. Solid silver cadmium oxide contacts. 5. Rugged urea housing and one-piece switch arm. 6. Rated 20 A, 120/277 Vac. 7. Switch handle color: Black. 8. Types as indicated on the Drawings: a. Single pole. b. Double pole. c. 3-way. d. 4-way. e. Momentary contact. 9. Standards: UL 20,UL 514A,NEMA WD 6. B. Architecturally Finished Areas: 1. Wallplate: a. Type 302 stainless steel. b. Single or multiple gang as required. C. Dry Non-architecturally Finished Areas: 1. Coverplate: a. Zinc plated malleable iron or galvanized steel. b. Single or multiple gang as required. D. Wet Non-architecturally Finished Areas: 1. Coverplate: a. Gasketed zinc plated malleable iron or aluminum with stainless steel screws utilizing rocker,front mounted toggle or pull type switch. b. Single or multiple gang as required. E. Corrosive Areas: 10059730 City of Bozeman Small Works Project No. I - WIRING DEVICES 16140-2 1. Corrosion resistant nickel plated metal parts. 2. Coverplate: a. Gasketed zinc plated malleable iron or copper free aluminum with stainless steel screws utilizing rocker,front mounted toggle or pull type switch. b. Single or multiple gang as required. F. Highly Corrosive Areas: 1. Corrosion resistant nickel plated metal parts. 2. Coverplate: a. PVC-RGS conduit system: 1) PVC coated zinc plated malleable iron or copper free aluminum with stainless steel screws utilizing rocker,front mounted toggle or pull type switch. 2) Single or multiple gang as required. G. Hazardous Areas: 1. Rated for Class I,Division 1 and 2,Groups B,C, and D. 2. Switch enclosed in separate sealing chamber. a. Sealing chamber has prewired factory sealed pigtail leads. 3. Coverplate: a. Zinc plated malleable iron or copper free aluminum with stainless steel screws utilizing rocker or front mounted toggle type switch. b. Single or multiple gang as required. 4. Standards: UL 894. H. Door Switches: 1. Pressure sensitive switch,complete with galvanized box and cover and wire leads. 2. Rated 5 A, 120 Vac. 3. Mode of operation: Door open-switch contact closed. I. Narrow Switches for Hollow Metal Jamb Posts: 1. Rated: 15 A, 120/277 Vac. 2. Wallplate: Type 2=302 stainless steel. 2.3 RECEPTACLES A. General requirements unless modified in specific requirements paragraph of receptacles per designated areas: 1. Straight blade, Industrial Specification Grade. 2. Brass triple wipe line contacts. 3. One-piece grounding system with double wipe brass grounding contacts and self grounding strap. 4. Back and side wired. 5. Rated 20 A, 125 Vac. 6. High impact nylon body. 7. Receptacle body color: a. Normal power: Black. 8. Types as indicated on the Drawings: a. Normal: Self grounding with grounding terminal. b. Ground fault circuit interrupter: Feed-through type with test and reset buttons. 9. Duplex or simplex as indicated on the Drawings. 10. Configuration: NEMA 5-20R. 11. Standards: UL 498,UL 514A,UL 943,NEMA WD 1,NEMA WD 6. B. Architecturally Finished Areas: 1. Wallplate:Type 302 stainless steel. C. Dry Non-architecturally Finished Areas: 1. Coverplate: a. Zinc plated malleable iron or galvanized steel. 10059730 City of Bozeman Small Works Project No. 1 - WIRING DEVICES 16140-3 b. Single or multiple gang as required. D. Wet Non-architecturally Finished Areas: 1. Coverplate: Weatherproof(NEMA 3R)while in use,gasketed,copper-free aluminum,2.5 IN minimum cover depth. E. Exterior Locations: 1. Coverplate: Weatherproof(NEMA 3R)while in use,gasketed,copper-free aluminum,2.5 IN minimum cover depth. F. Corrosive Areas: 1. Corrosion resistant nickel plated metal parts. 2. Receptacle body color: Yellow. 3. Coverplate: a. Zinc plated malleable iron. b. Single or multiple gang as required. G. Highly Corrosive Areas: 1. Corrosion resistant nickel plated metal parts. 2. Receptacle body color: Yellow. 3. Coverplate: a. PVC-RGS conduit system: 1) PVC coated zinc plated malleable iron or copper free aluminum. 2) Single or multiple gang as required. H. Hazardous Areas: 1. Rated for Class I,Division 1 and 2,Groups B,C,and D;and Class II,Division 1 and 2, Groups F and G. 2. Factory-sealed receptacle/switch/coverplate. a. Zinc plated malleable iron or copper free aluminum with stainless steel screws and gasketed spring-loaded cover. 3. "Dead-front" construction requiring plug to be inserted and rotated to activate receptacle. a. Ordinary non-hazardous plug shall not activate the receptacle. 4. Standard: UL 1010. I. Special Purpose Receptacles: 1. NEMA configuration as indicated on the Drawings. 2. Coverplate: See requirements per area designations herein. 2.4 MISCELLANEOUS WIRING DEVICES A. Manual Motor Starters: Horsepower rated with or without thermal overloads,see Section 16442. B. Plug-In Strip: 1. Surface aluminum raceway plug-in strip with duplex 15 A, 125 V,3 wire grounding-type receptacles spaced 12 IN on center. 2. Prewired with four(4) #12 TW and two(2)#12 TW green insulated ground. a. Alternate each power circuit to every other duplex receptacle. 3. Minimum 3 IN wide x 2 1/4 IN deep. 4. Suitable fittings and snap-in cover. 5. Finish: Black. 2.5 OCCUPANCY SENSORS A. Passive Infrared Ceiling Sensor: 1. Detection of changes in the infrared energy: The sensor to respond only to those signals caused by human motion. 2. Analog and digital processing to provide immunity to RFI and EMI. 10059730 City of Bozeman Small Works Project No. 1- WIRING DEVICES 16140-4 3. Temperature compensated,dual element sensor and a multi-element Fresnel lens with a field of view of 110 degrees. 4. Cover up to 300 SF at normal mounting heights. a. Sensing is directly under and slightly behind sensor when mounted on ceiling. 5. Adjustable time delay from 30 seconds to 30 minutes with user-adjustable sensitivity setting. 6. Bypass pin which,when removed,will override sensor to On and which requires no rewiring or modification to unit. a. Adjustments and mounting hardware under a removable cover. 7. Parallel wiring of multiple sensors to allow coverage of large areas. B. Passive Infrared Wall Switch: 1. Self contained control system that replaces a standard toggle switch. a. Latching air gap relay switching mechanism,compatible with electronic ballasts, compact fluorescent and inductive loads. 2. Detection of changes in the infrared energy: The sensor to respond only to those signals caused by human motion. 3. Analog and digital processing to provide immunity to RFI and EMI. 4. Temperature compensated,dual element sensor and a multi-element Fresnel lens. 5. Cover up to 300 SF for walking motion,with a field of view of 180 degrees. 6. System voltage: 120 Vac or 277 Vac. 7. No minimum load. a. 0 to 500 watts incandescent 0 to 800 watts fluorescent or 1/6 HP at 120 Vac,60 Hz. b. 0 to 1200 watts fluorescent or 1/3 HP at 277 Vac,60 Hz. 8. DIP switch to control the following functions: a. Built-in light level feature adjustable from 8 to 180 foot candles. b. Automatic-ON or manual-ON operation. c. Time delay adjustable from 30 seconds to 30 minutes. d. High/low sensitivity adjustments. 9. adjustments and mounting hardware under a removable,tamper resistant cover. 10. Normal operation: OFF and AUTO. C. Ultrasonic Ceiling Sensor: 1. Detection of Doppler shifts in transmitted ultrasound. 2. Ultrasonic sensing is volumetric in coverage with a frequency of 32 kHz and automatically adjust the detection threshold dynamically to compensate for constantly changing levels of activity and air flow throughout controlled areas. 3. Temperature and humidity resistant,32 kHz tuned ultrasonic receivers. a. Receivers have less than a 6dB Shift in the humidity range of 10 percent to 90 percent and less than a 10 dB shift in the temperature range of-20 to 60 DegC. 4. DIP switch to control the following functions: a. Override-ON function for use in the event of failure. b. Time delay adjustable from 15 seconds to 30 minutes. c. High/low sensitivity adjustments. 5. Cover 360 degrees and hallway and corridor sensors shall cover up to 90 linear feet. 6. Additional single-pole,double-throw isolated relay with normally open,normally closed, and common outputs rated at 1 amp for 24 Vdc. a. The isolated relay is for use with HVAC control,data logging and other control options. D. Power Pack: 1. Self contained transformer and relay module. 2. Dry contacts capable of switching: a. 20 amp ballast load, 13 amp incandescent, 1 HP at 120 Vac,60 Hz. b. 20 amp ballast at 277 Vac,60 Hz. 3. 24 Vdc, 100 mA output. 4. Capable of parallel wiring without regard to AC phases on primary. 5. Used as a stand alone,low voltage switch or wired to sensor for auto control. 10059730 City of Bozeman Small Works Project No. 1 - WIRING DEVICES 16140-5 6. Low voltage Teflon coated leads,rated for 300 V, suitable for use in plenum applications. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Mount devices where indicated on the Drawings and as scheduled in Section 16010. C. See Section 16130 for device outlet box requirements. D. Provide blank plates for empty outlets. E. Occupancy Sensors: 1. The locations and quantity of sensors shown on the Drawings are diagrammatic and indicated only the rooms and spaces to be provided with sensors. 2. Verify sensor type,quantity;location,aiming and sensitivity with manufacturer's recommendations. 3. All controlled spaces shall be tested to insure 90 to 100 percent coverage of the controlled space. a. If test fails,adjust sensitivity,re-aim,relocate, and/or add sensor(s)as required at no cost to Owner. 4. Power supplies and slave units if required shall be located above accessible ceilings. END OF SECTION 10059730 City of Bozeman Small Works Project No. I - WIRING DEVICES 16140-6 SECTION 16265 VARIABLE FREQUENCY DRIVES - LOW VOLTAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Variable frequency drives(VFDs)for operation of inverter duty motors. 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 10400-Identification Devices. 4. Section 11005 -Equipment:basic Requirements. 5. Section 13441 -Control Loop Descriptions. 6. Section 13448-Control Panels and Enclosures. 7. Section 15970-Instrumentation and control for HVAC Systems. 8. Section 16010-Electrical: Basic Requirements. 9. Section 16442-Motor Control Equipment. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute(ANSI): a. C62.41,Guide for Surge Voltages in Low Voltage AC Power Circuits. 2. ETL Testing Laboratories(ETL). 3. Institute of Electrical and Electronic Engineers(IEEE): a. 399,Recommended Practice for Power System Analysis. b. 519, Recommended Practices and Requirements for Harmonic Control in Electrical Power Systems. 4. National Electrical Manufacturer's Association(NEMA): a. 250,Enclosures for Electrical Equipment(1000 Volts Maximum). b. MG 1,Motors and Generators. 5. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC). 6. Underwriter's Laboratory(UL): a. 508,Industrial Control Equipment. b. 508A, Standard for Safety Industrial Control Panels. B. Qualifications: 1. Provide drives that are listed and labeled by Underwriter's Laboratories, Inc.(UL), Electrical Testing Laboratories(ETL),or other Nationally Recognized Testing Laboratory (NRTL)as defined by Occupational Safety and Health Act(OSHA)regulations,or that have been inspected and subsequent field-labeled by such NRTL. 2. Where listed drives and other components are installed in a common enclosure,the assembly shall be listed and labeled per UL 508 and UL 508A or equivalent NRTL standard. a. Entire assembly shall be affixed with a UL 508A label"Listed Enclosed Industrial Control Panel" or equivalent NRTL label prior to shipment to the jobsite. 3. VFD Supplier shall maintain an authorized service organization within 800 miles of the Project Site. C. Coordination: 10059730 City of Bozeman Small Works Project No. 1- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265- 1 I. The intent of this Specification is to allow the VFD manufacturer to provide the best solution for the harmonic and motor protection outlined herein. a. This solution shall include,but not be limited to,all aspects of the distribution system including standby generation,motor feeder cable type and available floor space. 2. VFD manufacturer shall verify with the driven equipment manufacturer that the VFD and the drive motor are compatible and that the VFD will operate the driven equipment motor over its required operating range and will do so without exceeding the motor or VFD safety factors. 3. VFD shall be supplied complete with all required control components. a. Provide control as indicated: 1) On the electrical drawings. 2) As specified in this Specification Section. 3) As specified in the process control system loop descriptions: a) See Section 13441. 4) As specified in the HVAC control system sequences of operation: a) See Section 15970. b. VFD manufacturer shall review the application and provide,at no additional cost to the Owner,the hardware and software necessary to allow the VFD to control the driven equipment motor over its required operating range: 1) These may include,but are not limited to,analog and digital interface modules, communication interface modules,switches,lights and other devices. c. Coordinate control devices with devices furnished with driven equipment such as vibration switches,thermal sensors,leak detectors,etc. 4. Verify plan dimensions with equipment space requirements as indicated on the Drawings: a. Equipment which exceeds the allotted maximum dimensions may not be acceptable. b. Equipment which reduces clear work space below the minimums established by the NEC will not be acceptable. D. Electrical Power System Ratings: 1. Primary Effluent Pumping Station 480-volt MCC bus: a. Rating: 1,500 kVA, 12.47 kV-480V. b. Impedance: 5.75 percent. c. Assumption: 250 MVA short circuit capacity upstream of transformer. d. Assumption: At the point of common coupling,there is 20 horsepower of operating linear load. e. Assumption: At the point of common coupling,there is 300 horsepower of operating non-linear load. 2. Blower Building 480—volt MCC bus: a. Rating: 1,500 kVA, 12.47 kV-480V. b. Impedance: 5.75 percent. c. Assumption: 250 MVA short circuit capacity upstream of transformer. d. Assumption: At the point of common coupling,there is 40 horsepower of operating linear load. e. Assumption: At the point of common coupling,there is 700 horsepower of operating non-linear load. 3. Bioreactors 480-volt MCC bus: a. Rating: 1,500 kVA, 12.47 kV-480V. b. Impedance: 5.75 percent. c. Assumption: 250 MVA short circuit capacity upstream of transformer. d. Assumption: At the point of common coupling,there is 20 horsepower of operating linear load. e. Assumption: At the point of common coupling,there is 30 horsepower of operating non-linear load. 4. Digester Control Building 480-volt MCC bus: a. Rating: 1,500 kVA, 12.47 kV-480V. b. Impedance: 5.75 percent. 10059730 City of Bozeman Small Works Project No. I- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-2 c. Assumption: 250 MVA short circuit capacity upstream of transformer. d. Assumption: At the point of common coupling,there is 50 horsepower of operating linear load. e. Assumption: At the point of common coupling,there is 20 horsepower of operating non-linear load. 1.3 DEFINITIONS A. Variable Torque(VT): 1. Defines a load characteristic in which the torque delivered from the motor to the load is reduced as speed is reduced below full rated. 2. This type of load permits the VFD and the motor to operate at reduced output current at reduced speed. B. Constant Torque(CT): 1. Defines a load characteristic in which the torque delivered from the motor to the load remains constant as speed is varied. 2. This type of load requires the VFD to be able to continuously deliver rated output current over the entire speed range. C. Constant Horsepower: 1. Defines a load characteristic in which the torque delivered from the motor to the load is reduced as the speed is increased. 2. This characteristic is required for operation of the VFD and motor above rated frequency to maintain output current within the rated value. D. Inverter Duty Motor: An AC induction motor complying with all requirements of NEMA MG 1 Part 31 for definite-purpose inverter-fed motors. E. Standard Motor: An AC induction motor that fails to comply with one(1)or more requirements of NEMA MG 1 Part 31. F. Low Voltage: 600 Vac or less. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Provide a schedule for each VFD including the following information: a. Equipment Tag Number. b. VFD Complete Catalog Number. c. VFD Amp Frame Size. d. Variable or Constant Torque Rating Basis. e. Rated Input Current. f. Rated Continuous Output Current. g. Rated Short Circuit Current. h. VFD cable type specified shielded. i. VFD Maximum Motor Lead Length. j. Motor Manufacturer. k. Motor Frame Size. 1. Motor Full Load Amps. in. Motor Service Factor. n. As installed motor Lead Length. o. VFD options provided to meet harmonic or motor protection specifications. 3. Submit VFD Shop Drawings concurrently with driven equipment and motor Shop Drawings. 4. Product technical data: 10059730 City of Bozeman Small Works Project No. 1 - VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-3 a. Complete electrical ratings and performance specifications confirming compliance with specified ratings and performance. b. Maximum rate of heat rejection from VFD and all related components and associated cooling requirements. c. Manufacturer's installation instructions. d. Manufacturer's programming and operating instructions. e. See Section 16010 for additional requirements. 5. Fabrication and/or layout drawings for individually mounted VFDs: a. Top,front and side exterior views,with details showing maximum overall dimensions of enclosure,mounting provisions and conduit/cable entry provisions. b. Identify minimum clearances from other VFDs or electrical equipment required for proper cooling at top,bottom,side and back of enclosure. c. Three-line diagrams showing AC schematic of VFD,input line reactor or input eighteen-pulse phase shifting transformer including device ratings. d. Interior layout drawings showing location of all components within enclosure,field wiring terminal boards,and power and grounding connections. e. Field wiring diagrams showing locations and sizes of all electrical connections,ground terminations,and requirements for shielded wire usage or any other special installation considerations. 6. Fabrication and/or layout drawings for VFDs integrally mounted within motor control centers: a. All requirements listed above in 5.,except as applies to integral mounting of VFDs in motor control centers. 7. Certifications: a. Submit with Shop Drawings: 1) Letter from the VFD manufacturer stating that the specific application has been reviewed and that the VFD will satisfy the drive duties required with the actual motor furnished. 2) Identification and location of closest authorized service organization. 3) Harmonic analysis at each PCC per Harmonic Protection Requirements Article. b. Submit prior to shipment: 1) Certified factory test reports confirming compliance with specified requirements. c. Submit after installation: 1) Certified field service reports showing: a) Each VFD is operational. b) Each VFD and its driven equipment motor are compatible. c) Each VFD responds correctly to the input control signals. d) Critical frequencies of the drive system and that the VFD has been set to lockout these frequencies e) Measured harmonic levels per Harmonic Protection Requirements Article. f) Measured motor terminal peak voltages per Motor Protection Requirements Article. B. Operations 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. 2. Approved copy of VFD schedule per Submittals Article. 3. Manufacturer's instruction manuals. 4. Troubleshooting procedures with a cross-reference between symptoms and corrective recommendations. 5. Connection data to permit removal and installation of recommended smallest field- replaceable parts. 6. Recommended spare parts list. 7. Commissioning sheets showing"as-left"values of all user-programmable or adjustable drive parameters. 10059730 City of Bozeman Small Works Project No. 1- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-4 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Toshiba 2. Allen Bradley 3. Siemens Robicon LDA. 4. GE/Fuji. a. Three horsepower or less only. b. Admin/Lab building MCC only. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 GENERAL A. VFDs shall consist of a rectifier-DC bus-inverter combination producing a sine-coded pulse- width-modulated(PWM)output voltage waveform. B. VFDs,whether installed in motor control center(MCC)construction or separately-mounted, shall constitute a complete combination motor controller per NEC Article 430 and shall provide the following per the requirements of that article without the addition of any external components or devices. 1. Motor control. 2. Motor overload protection. 3. Motor and motor branch circuit short circuit and ground fault protection. 4. Motor and controller disconnecting means. C. It is the intent of this Specification that VFDs shall be an"engineered"or"configured"drive package in which the VFD chassis,all input,line reactor or input eighteen-pulse phase shifting transformer power devices, VFD accessories,ancillary switches,contactors,relays,and related control devices are selected,furnished,factory-assembled and-tested by the VFD manufacturer in a single enclosure requiring only connection of the power supply circuit,motor branch circuit, and external control wiring in the field. D. Variable frequency drive ratings: 1. Variable frequency drives for Primary Effluent Pumps: a. Driven equipment: 1) Vertical turbine pump. 2) Maximum motor speed: 600 rpm. b. Torque requirement: 1) Variable. c. Minimum rating: 1) 162 amperes continuous. 2) 460 volts. d. Quantity of VFDs: Three. e. Input eighteen-pulse phase shifting transformer. f. Stand-alone free-standing enclosure. 2. Variable frequency drives for Bioreactor Basin Mixed Liquor Pumps: a. Driven equipment: 1) Submersible propeller pump 2) Maximum motor speed: 600 rpm. b. Torque requirement: 1) Variable. c. Minimum rating: 1) 34 amperes continuous. 2) 460 volts. 10059730 City of Bozeman Small Works Project No. 1 - VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-5 d. Quantity of VFDs: Six. e. Input line reactor. f. Integrally mounted in motor control center. 3. Variable Frequency drives for High Speed Turbo Aeration Blowers: a. These variable frequency drives shall be provided with the aeration blower package control system. See Specification Section 11081. 4. Variable frequency drives for Primary Sludge Pumps: a. Driven equipment: 1) Vortex(Torque-Flow)pump: 2) Maximum motor speed: 3,600 rpm. b. Torque requirement: 1) Variable. c. Minimum rating: 1) 21 amperes continuous. 2) 460 volts. d. Quantity of VFDs: Three. e. Input line reactor. f. Integrally mounted in motor control center. 5. Variable frequency drives for WAS Pumps: a. Driven equipment: 1) Rotary lobe pump. 2) Maximum motor speed: 280 rpm. b. Torque requirement: 1) Constant. c. Minimum rating: 1) 34 amperes continuous. 2) 460 volts. d. Quantity of VFDs: Two. e. Input line reactor. £ Integrally mounted in motor control center. 6. Variable frequency drive for Screw Press: a. Driven equipment: 1) Dewatering screw press. 2) Maximum motor speed: 1,800 rpm. b. Torque requirement: 1) Constant. c. Minimum rating: 1) 21 amperes continuous. 2) 460 volts. d. Quantity of VFDs: One. e. Input line reactor. f. Integrally mounted in motor control center. 7. Variable frequency drives for Thickened sludge Pumps: a. Driven equipment: 1) Rotary love pump. 2) Maximum motor speed: 900 rpm. b. Torque requirement: 1) Constant. c. Minimum rating: 1) 27 amperes continuous. 2) 460 volts. d. Quantity of VFDs: Four. e. Input line reactor. Integrally mounted in motor control center. 8. Variable frequency drives for Heating Loop Pumps(GE/Fuji Drive): a. GE/Fiji Catalog No.FRN003C I S-4U. b. Driven equipment: 10059730 City of Bozeman Small Works Project No. 1- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE i 6265-6 1) Centrifugal pump. 2) Maximum motor speed: 1,800 rpm. c. Torque requirement: 1) Variable. d. Minimum rating: 1) 4.8 amperes continuous. 2) 460 volts. e. Quantity of VFDs: Two. f. Input line reactor. g. Integrally mounted in motor control center. 9. Variable frequrency Upblast, Fume Hood and Canopy Hood Fans(GE/Fuji Drive): a. GE/Fuji Catalog No. FRN0031 Cl S-4U. b. Driven equipment: 1) Centrifugal fans. c. Torque requirement: 1) Variable. d. Minimum ratying: 1) 4.8 amperes continuous. 2) 460 volts. e. Quantity of VFDs: Four. f. Input line reactor. g. Integrally mounted in motor control center. 2.3 PERFORMANCE AND DESIGN REQUIREMENTS A. Application: 1. VFD(s)shall be of sufficient capacity and shall provide a quality of output waveform for stepless motor control from 10 to 100 percent of base speed of the driven equipment. 2. VFDs shall be compatible with: a. Inverter duty induction motors. b. Special purposes submersible induction motor/pump. 3. VFDs shall be suitable for Constant Torque(CT)or Variable Torque(VT)applications. a. VFD manufacturer shall coordinate with the manufacturer of the driven equipment to confirm CT and VT applications. 4. VFDs shall be designed to operate successfully under the following site conditions: a. Ambient: 1) Temperature: 0-40 DegC. 2) 95 percent non-condensing relative humidity. b. Elevation: 4816 FT above MSL. c. Power supply characteristics: 1) 480Vac, 3 PH,60 Hz,3 wire,(+/- 10 percent). 2) Effectively grounded. B. Ratings and Performance Specifications: 1. Voltage rating: a. Nominal: 480 Vac,3 PH,60 Hz. b. Range for continuous full load operation: +/-10 percent of nominal. c. Voltage imbalance tolerance for full load operation: 3 percent minimum. 2. Current ratings: a. Continuous: 1) As required in the VFD ratings listed above. b. Short-term overload: 1) VT: 110 percent for 1 minute. 2) CT: 150 percent for 1 minute. 3) Permissible for 1 minute every 10 minutes continuously. c. Short circuit: 10059730 City of Bozeman Small Works Project No. I- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-7 1) 42 kA RMS SYM,minimum. 2) Where a short circuit rating is not indicated or specified for individual VFDs,each VFD shall have a rating not less than indicated on the Drawings for the MCC, switchboard or panelboard the VFD is supplied from. 3) Where specified short circuit rating indicates additional input impedance is required to protect semiconductors,provide input AC line reactors,whether required to meet harmonic performance specifications or not. 3. Efficiency: a. 97 percent,minimum,at full speed and full load. b. 93 percent,minimum at 1/2 speed and full load. 4. Displacement power factor: a. 95 percent,minimum from 50 percent to 100 percent speed and load. 5. Efficiency and power factor criteria apply from the input terminals to the output terminals of the VFD alone,excluding losses of input and output power circuit accessories. 6. Frequency drift: a. +0.5 percent of set frequency. 7. Speed regulation(motor dependent): 3 percent. 8. Speed range: 10:1 9. Volts/Hertz ratio;constant over the entire operating range of the VFD except: a. When operating under voltage boost. b. At frequencies over 60 Hz. C. Operational Features: 1. Insensitive to input phase sequence. 2. Continued operation with momentary voltage dips of 25 percent of rated voltage,or single phase condition: 4 second,minimum. 3. Controls power loss ride-through: 500 msec,minimum. 4. Electronic reversing. 5. DC injection braking. 6. Anti-windmilling: Synchronization of VFD starting frequency with spinning or coasting load,forward or reverse 7. Critical frequency band lockout: a. Minimum of three(3)settings b. Adjustable bandwidth, 1 -5 Hz. 8. Capable of operating without the motor connected for start-up and troubleshooting. D. The VFD shall be provided with the following minimum user-programmable parameters: 1. Carrier frequency. 2. Independent maximum and minimum speeds for forward and reverse operation. 3. Start frequency and hold time. 4. Independent linear acceleration and deceleration time. 5. Preset"jog"speed. 6. Three(3)critical frequency bands. 7. One(1)preset speed selectable by logic input. 8. Volts/Hertz ratio. 9. Voltage boost,magnitude and frequency range. 10. Process controller gain,offset and bias. 11. Current limit. 12. Overcurrent pickup. 13. Overcurrent delay. 14. Ground fault pickup. 15. DC injection level and time. E. The VFD shall be designed such that the power circuit components are fully protected from line side disturbances and load side faults: 1. General: 10059730 City of Bozeman Small Works Project No. 1- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-8 a. Shutdown conditions associated with supply circuit conditions which can be corrected external to the VFD-motor system shall be provided with automatic reset,with shutdown cause logged in memory: 1) Input under voltage. 2) Input over voltage. 3) Input under frequency. 4) Input over frequency. 5) Input Phase loss. 6) DC Bus under voltage. b. Shutdown conditions which indicate overload or fault within the VFD,the output circuit,or the motor shall require local manual reset at the VFD,requiring operator intervention. 1) Over temperature. 2) Blown fuse. 3) Component failure. 4) Overload. 5) Short circuit. 6) Ground fault. 7) DC Bus over voltage. 8) External safety input(e.g.,motor thermal protection). 9) Logic fault. c. When automatic shutdown occurs,VFD shall restart immediately upon reset,whether automatic or manual. d. VFD shall hold cause of trip data for a minimum of four(4)shutdowns in memory. 1) Data to be accessible through the keypad,local communication link and remotely. 2. Input protection: a. Input circuit breaker or current-limiting fuses with externally operable disconnect. 1) Fault current interrupting rating equal to or greater than the specified withstand rating of the VFD. 2) Handle padlockable in the OFF position. b. Provide full protection for semiconductors integral to the VFD;units requiring current- limiting fuses or circuit breakers in the supply circuit are not acceptable. c. Incoming line transient suppression. 1) 6000V peak per ANSI C62.41. 2) Phase-to-phase and phase-to-ground protection. d. Sustained over voltage trip. 3. Internal protection: a. Surge suppression and power device snubbers. b. Power devices rated at 2.5 times line voltage. c. Instantaneous over current trip. d. DC bus over voltage trip. e. Power device over temperature trip. f. Control logic circuit malfunction trip. 4. Output protection: a. Inverse-time overload trip: 1) UL Class 10 characteristic. b. Over voltage trip. c. Over frequency trip. d. Short circuit trip. 1) Line to line and line to ground. e. Ground fault trip. 2.4 OPERATOR AND REMOTE CONTROL INTERFACE A. Drive controls shall be microprocessor-based with on-board human machine interface and both local and remote digital communications capability. 10059730 City of Bozeman Small Works Project No. 1- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-9 1. All monitoring and control functions,other than those shutdowns specified to be manual reset only,shall be available both locally and remotely. B. Control circuits shall be 120 Vac or 24 Vac or 24 Vdc: 1. 120 Vac supplied by CPT in the VFD. a. CPT shall have minimum additional capacity of 60 VA greater than that required by control devices. CPT for Primary Effluent Pump VFDs shall be rated 750 VA to allow powering of motor space heater in addition to VFD control circuit loads. b. CPT shall have two(2)fuses on the primary side and one(1)fuse on the secondary side. c. CPT shall have surge protection on the primary side independent of any other surge protection in the VFD. 2. 24 Vac or 24 Vdc supplied by Class 2 power supply in the VFD. a. Power supply shall have minimum additional capacity of 33 percent greater than that required by control devices. b. Provide two(2)current-limiting fuses on the AC supply to the power supply. c. Power supply shall have surge protection on the primary side independent of any other surge protection in the VFD. C. Operator interface: 1. Door mounted sealed keypad,membrane type with LED or LCD display. a. Messages shall be in English and engineering units. b. Drive operating parameters shall be programmable. c. Menu driven. d. Password security. e. Display fault and diagnostic data. f. Operating parameters,fault and diagnostic data maintained in non-volatile memory with historic log of fault and diagnostic data. g. Gold plated plug-in contacts. 2. Provide indication and control interface,integral in the keypad,as required in the sequence of operation and Drawings. a. Minimum indications: 1) Run. 2) Stop. 3) Ready. 4) Alarm. 5) Fault 6) Local control. 7) Remote control. 8) Control source local. 9) Control source remote. 10) Speed indication. b. Minimum control functions: 1) Local/Remote switch. 2) Stop button. 3) Start button. 4) Reset button. 5) Speed control buttons. 3. Diagnostic indicators located externally on the face of the drive shall show the type of fault responsible for drive warning,shutdown or failure. a. On occurrence of more than one(1)condition, each shall be recorded or indicated by the diagnostics. D. Remote Control Interface: 1. Local portable computer interface via RS232/RS242 serial communications port: a. Capability to: 1) Start-Stop VFD. 10059730 City of Bozeman Small Works Project No. 1 - VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-10 2) 'Control VFD Speed. 3) Access fault and diagnostic data. 2. Analog inputs: a. Speed reference(setpoint)signal 4-20 mA DC. 3. Analog and discrete outputs: a. 4-20 mA DC output for remote speed indication,as a function of frequency,calibrated 0 to 100 percent. b. Drive FAULT contacts. c. Drive RUNNING contacts. d. Drive selector switch in REMOTE status contacts. 4. Contacts: a. Contacts shall be rated 2 A inductive at 120 Vac. b. All contacts shall be wired to field wiring terminal boards. 5. Drive shutdown on external fault input: a. Provide isolated input for dry contact from external motor or system safety devices to cause immediate shutdown of VFD. b. Safety shutdown to be operable in all operating modes of drive,including local operation from keypad. c. For submersible pump/motors incorporate the temperature/leak detection monitor and shut down. d. Local safety switch,to driven equipment,auxiliary contact to lock-out VFD from running when safety switch is open. 6. Network communications capability: a. Provide VFD with communication card,protocol and required programming for digital communication of all VFD program and operational parameters to plant control system via: 1) Ethernet IP. b. Refer to Division 13 for additional requirements. 2.5 HARMONIC PROTECTION REQUIREMENTS A. All VFDs shall be capable of satisfactory operation from a source having voltage distortion and notch characteristics identified as acceptable for a"dedicated system"in IEEE 519 Table 10.2. B. With all VFDs operating under loading conditions dexcrived in 1.2 D. above,and the facility supplied from the standby generators the VFDs shall not produce harmonic effects in excess of the following limits at any point of common coupling(PCC). 1. Voltage distortion and notch characteristics: IEEE 519 Table 10.2 for General System. 2. Current distortion: IEEE 519 Table 10.3 based on ISC/IL<20. C. The Engineer has performed preliminary calculations based on typical VFD data which indicate that the minimum mitigation measures required to meet the specified harmonic criteria are one(1)of the following topologies: 1. 6-pulse rectifier topology with input line reactors or DC link reactors,minimum impedance 5 percent on drive kVA base. 2. 18-pulse rectifier topology for each VFD with input current ratings in excess of 120 A. D. VFD manufacturer shall determine,for their proposed equipment,uncorrected harmonic distortion levels and mitigation techniques required to meet the specified limits and shall furnish the VFD types and all accessory items and equipment necessary to do so,whether specified herein or not. E. VFD manufacturer shall provide a harmonic analysis of the distribution system based on their proposed specific equipment characteristics and mitigation techniques confirming that the specified levels are not exceeded. 1. Analysis shall be based on the methodology of IEEE 519 and IEEE 399. 2. Power system data for analysis shall be taken from assumptions listed in 1.2 D. above. 10059730 City of Bozeman Small Works Project No. 1 - VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265- I 1 F. Following start-up,with facility at full load operation,provide measurement of harmonic voltage,current and notch characteristics at each PCC according to the requirements of IEEE 519 Section 9. 1. Values in excess of specified limits require correction by contractor and re-measurement. 2. Provide certification of compliant measurements as part of Field Service Engineer's final report. 2.6 MOTOR PROTECTION REQUIREMENTS A. The VFD shall produce a quality of output waveform adequate to allow the motor to produce rated torque at rated RPM continuously without exceeding the temperature rise given in NEMA MG 1 Table 31-2. B. Provide motor overload, short circuit and ground fault protection integral to drive electronics. C. The VFD shall not produce voltage spikes in excess of the following values at the motor terminals when operated with the feeder types shown on the drawings and the actual installed feeder lengths. 1. If unmitigated voltage peaks exceed the specified limits,provide output line reactors,filters, or other devices as required to meet the specified limits: a. Inverter duty motors: 1280 V b. Rise time shall be greater than or equal to 0.1 microsecond c. Motor lead length and data shall be determined by the Contractor. 2.7 EQUIPMENT CONSTRUCTION A. Fabrication and Assembly: 1. Each VFD system shall be factory-assembled for installation in an MCC or in an enclosure for remote mounting,and shall utilize interchangeable plug-in printed circuit boards and power conversion components wherever possible. a. Factory assembly shall be performed by the VFD manufacturer or authorized agent. b. Systems fabricated or assembled in whole or in part by parties other than the VFD manufacturer or authorized agent will not be acceptable. c. The VFDs shall be mounted within standard motor control center sections,and included as part of the overall motor control center where shown on the drawings or specified for MCC mounting. 2. Reactors and/or filters,where required, shall be mounted within the drive enclosure. 3. Cooling fans,as required,shall be provided to run when drive is running. 4. Enclosures for separately mounted VFD's: a. NEMA Type 1 for installation in Electrical Rooms. 1) Provide enclosure cooling required to not exceed drive temperature ratings. B. Wiring: 1. The wiring in the VFD shall be neatly installed in wire ways or with wire ties where wire ways are not practical. a. Where wire ties are used,the wire bundles are to be held at the back panel with a screw-mounted wire tie mounting base. b. Bases with a self-sticking back will not be allowed. 2. All plug-in contacts shall be gold-plated. 3. Provide terminal boards for all field wiring and inter-unit connections,including analog signals. a. Provide terminals for shield continuity where required. 4. Terminal blocks shall be complete with marking strip,covers and pressure connectors. a. Non-brittle,interlocking,track-mounted type. b. Screw terminals will not be allowed. c. A terminal for each conductor of external circuits plus one(1)ground for each shielded cable. 10059730 City of Bozeman Small Works Project No. I - VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-12 d. For free-standing panels, 8 IN of clearance shall be provided between terminals and the panel base for conduit and wiring space. e. Not less than 25 percent spare terminals shall be provided. f. Terminals shall be labeled to agree with identification indicated on the suppliers submittal drawings. g. Individually fuse each control loop or system and all fuses or circuit breakers shall be clearly labeled and located for easy maintenance. 5. All grounding wires shall be attached to the enclosure sheet metal with a ring tongue terminal. a. The surface of the sheet metal shall be prepared to assure good conductivity and corrosion protection. 6. Wiring shall not be kinked or spliced and shall have markings on both ends or be color coded. a. Markings or color code shall match the manufacturer's drawings. 7. With the exception of electronic circuits, all interconnecting wiring and wiring to terminals for external connection shall be stranded copper,type MTW or SIS,insulated for not less than 600 V,with a moisture-resistant and flame-retardant covering rated for not less than 90 DegC. C. Nameplates: 1. All devices mounted on the face of the drive shall be provided with a suitable nameplate as specified in Section 10400. 2. Push buttons,selector switches,and pilot lights shall have the device manufacturer's standard legend plate. 3. Relays,terminals and special devices inside the control enclosure shall have permanent markings to match identification used on manufacturer's wiring diagrams. D. Painting: Enclosure,after being phosphate washed,shall be thoroughly cleaned and given at least one(1)coat of rust-inhibiting primer on all inner surfaces prior to fabrication. 2.8 COMPONENTS AND ACCESSORIES A. Reactors 1. Impedance: 5 percent. 2. Continuous current: Not less than drive rating. 3. Current overload: 150 percent for 1 minute. 4. Insulation temperature rating: 180 DegC. 5. Copper windings. 6. Saturation current rating: 3.5 to 5 times rated current. 7. Hi-potential rating: 2500 Vac line to ground and line to line,for 1 minute. 8. Noise reduction features: a. Epoxy over cast coil. b. Extra dips and bakes of varnish over continuous wound coil. 2.9 SOURCE QUALITY CONTROL A. Factory Tests: 1. Conduct all standard tests in accordance with NEMA and ANSI standards to ensure conformance to Specification requirements. 2. Prior to final assembly: a. Inspect incoming components. b. Test and inspect power devices. c. Circuit cards: 1) Component and functional tests: 2) Burn-in chamber or temperature cycling test. 3) System test after burn-in or temperature cycling. 3. After final assembly: a. Continuity and insulation test of 480 power control circuits. 10059730 City of Bozeman Small Works Project No. 1- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-13 b. Drive tests: 1) Burn-in complete drive at full load for 24 HRS. 2) Verify all auxiliary circuits operation. 3) Monitor output variables. c. Systems test: 1) Provide inputs to field connections and simulate on-site operation. 2) Test all auxiliary equipment. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions and as indicated on the Drawings. B. Verify the installed motor nameplate electrical requirements do not exceed the VFD capacity. C. Provide services of manufacturer's representative to perform start-up services. D. The selection of input and output harmonic and voltage spike protection shall also be made on the available physical space. 1. The space available on the Drawings shall not be exceeded. 3.2 START UP A. Pre-start-up Services: 1. Shall be completed a minimum of 30 days prior to the start-up and demonstration period described in Section 01650. 2. Shall consist of: a. Physical and electrical installation check. b. Final adjustments and calibration of drive parameters. c. VFD operation from simulated input signals. 3. Shall be complete when VFD(s)are fully operational. B. Field Quality Control: 1. Perform field measurement of harmonics at each PCC per Harmonic Protection Requirements Article. a. For each individual VFD. b. For the maximum number of VFDs that will be operational at the same time. c. When all loads are at 75 percent load minimum. d. Duration: 1 HR minimum. 2. Perform field measurement of the maximum voltage peak at the terminals of each motor fed from a VFD per Motor Protection Requirements Article. a. Use a high speed oscilloscope to produce a plot of Voltage(Y axis)versus Time(X axis). 1) Time shall be measured in microseconds. b. Tests shall be performed at full: 1) Full voltage and speed. 2) Loaded to 75 percent minimum. 3) Duration: 1 HR minimum. 3. Record all data necessary for the preparation of required test reports. C. Start-up and Demonstration Services: 1. Supervise start-up of all units including recheck of settings made during the pre-start-up tests. a. Perform all work in the presence of the Owner's designated representatives. 2. Setup all VFDs with carrier frequency at minimum value consistent with proper operation; inform Engineer of carrier frequencies set in excess of 5 kHz and reason for setting. 10059730 City of Bozeman Small Works Project No. I- VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-14 3. Simulate operation of the VFD and its associated control and instrumentation system in both the manual and automatic modes. a. Ensure compatibility of VFD with associated control and instrumentation signals. 4. Simulate VFD failures and demonstrate troubleshooting aids. D. Instruct Owner's designated personnel: 1. Minimum of 8 HRS at the jobsite. 2. Include both field and classroom instruction. 3. Instructions shall include proper operation and maintenance procedures including,but not limited to: a. Lubrication. b. Troubleshooting. c. Repair and replacement. d. Parts inventory. e. Maintenance records. 3.3 MAINTENANCE MATERIALS A. Provide manufacturer's recommended renewable spare parts(e.g.,power and control fuses). B. Spare parts utilized during pre-start-up or start-up and demonstration testing shall be immediately restocked,at no cost to the Owner. END OF SECTION 10059730 City of Bozeman Small Works Project No. I - VARIABLE FREQUENCY DRIVES-LOW VOLTAGE 16265-15 SECTION 16410 SAFETY SWITCHES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Safety switches. 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 16010-Electrical: Basic Requirements. 4. Section 16490-Overcurrent and Short Circuit Protective Devices. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Electrical Manufacturers Association(NEMA): a. 250,Enclosures for Electrical Equipment(1000 Volts Maximum). b. KS 1, Enclosed and Miscellaneous Distribution Equipment Switches(600 Volts Maximum). 2. Underwriters Laboratories, Inc. (UL): a. 98, Standard for Safety Enclosed and Dead-Front Switches. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification. b. Provide a table that associates safety switch model number with connected equipment tag number. c. See Section 16010 for additional requirements. 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 safety switch manufacturers are acceptable: 1. Cutler-Hammer. 2. General Electric Company. 3. Square D Company. 4. Siemens. 5. Appleton Electric Company. 6. Crouse-Hinds. 7. Killark. 10059730 City of Bozeman Small Works Project No. 1- SAFETY SWITCHES 16410-1 B. Submit request for substitution in accordance with Specification Section 01640. 2.2 SAFETY SWITCHES A. General: 1. Non-fusible or fusible as indicated on the Drawings. 2. Suitable for service entrance when required. 3. NEMA Type HD heavy-duty construction. 4. Switch blades will be fully visible in the OFF position with the enclosure door open. 5. Quick-make/quick-break operating mechanism. 6. Deionizating arc chutes. 7. Double-break rotary action shaft and switchblade shall be manufactured as one(1)common component. 8. Clear line shields to prevent accidental contact with line terminals. 9. Operating handle(except NEMA 7 rated enclosures): a. Red and easily recognizable. b. Padlockable in the OFF position c. Interlocked to prevent door from opening when the switch is in the ON position with a defeater mechanism. B. Ratings: 1. Horsepower rated of connected motor. 2. Voltage and amperage: As indicated on Drawings. 3. Short circuit withstand: a. Non-fused: 10,000A. b. Fused: 200,000A. C. Accessories,when indicated in PART 3 or on the Drawings: 1. Neutral kits. 2. Ground lug kits. 3. Auxiliary contact kits with 1 N.O.and 1 N.C.contact. D. Enclosures: 1. NEMA 3R rated: a. Body and cover: Sheet steel finished with rust inhibiting primer and manufacturers standard paint inside and out. b. With or without knockouts,hinged and lockable door. 2. NEMA 4 rated: a. Body and cover: Sheet steel finished with rust inhibiting primer and manufacturers standard paint inside and out. b. No knockouts,external mounting flanges,hinged,gasketed and lockable door. 3. NEMA 4X rated(metallic): a. Body and cover: Type 304 or 316 stainless steel. b. No knockouts, external mounting flanges,hinged and gasketed door. 4. NEMA 4X rated(non-metallic): a. Body and cover: Ultraviolet light protected fiberglass-reinforced polyester boxes. b. No knockouts,external mounting flanges,hinged,gasketed and lockable door. 5. NEMA 7 rated: a. Cast gray iron alloy or copper-free aluminum with manufacturers standard finish. b. Drilled and tapped openings or tapered threaded hub. c. Gasketed cover bolted-down with stainless steel bolts. d. External mounting flanges. e. Operating handle padlockable in the OFF position. 6. NEMA 12 rated: a. Body and cover: Sheet steel finished with rust inhibiting primer and manufacturers standard paint inside and out. b. No knockouts,external mounting flanges,hinged and gasketed door. 10059730 City of Bozeman Small Works Project No. 1- SAFETY SWITCHES 16410-2 E. Overcurrent and short circuit protective devices: 1. Fuses. 2. See Section 16490 for overcurrent and short circuit protective device requirements. F. Standards: NEMA KS 1,UL 98. PART 3 - EXECUTION 3.1 INSTALLATION A. Install as indicated and in accordance with manufacturer's instructions and recommendations. B. Switches shall be installed adjacent to the equipment they are intended to serve unless otherwise indicated on the Drawings. C. Provide auxiliary contact kit on local safety switches for motors being controlled by a variable frequency drive. 1. The VFD is to be disabled with the switch is in the open position. a. Provide and install a warning nameplate at each safety switch which is fed from a VFD which reads;"WARNING-DO NOT OPEN DISCONNECT WHILE VFD IS OPERATING". D. Permitted uses of NEMA 3R enclosure: 1. Surface mounted in exterior location for HVAC equipment only. E. Permitted uses of NEMA 4 enclosure: 1. Surface mounted in areas designated as wet. F. Permitted uses of NEMA 4X metallic enclosure: 1. Surface mounted in areas designated as wet and/or corrosive. G. Permitted uses of NEMA 4X non-metallic enclosure: 1. Pull or junction box surfaced mounted in areas designated as highly corrosive. H. Permitted uses of NEMA 7 enclosure: 1. Surface mounted in areas designated as Class I hazardous. I. Permitted uses of NEMA 12 enclosure: 1. Surface mounted in areas designated as dry in architecturally and non-architecturally finished areas. END OF SECTION 10059730 City of Bozeman Small Works Project No. 1 - SAFETY SWITCHES 16410-3 SECTION 16490 OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Low voltage circuit breakers. 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 16010-Electrical: Basic Requirements. 4. Section 16080-Acceptance Testing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. 242, Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems(Buff Book). b. 399,Recommended Practice for Industrial and Commercial Power Systems Analysis (Brown Book). 2. Institute of Electrical and Electronics Engineers, Inc./American National Standards Institute (IEEE/ANSI): a. C37.13, Standard for Low-Voltage AC Power Circuit Breakers Used in Enclosures. b. C37.16,Low-Voltage Power Circuit Breakers and AC Power Circuit Protectors- Preferred Ratings,Related Requirements,and Application Recommendations. c. C37.17,Trip Devices for AC and General Purpose DC Low Voltage Power Circuit Breakers. 3. National Electrical Manufacturers Association(NEMA): a. AB 1,Molded-Case Circuit Breakers,Molded Case Switches,and Circuit-Breaker Enclosures. 4. National Fire Protection Association(NFPA): a. 70,National Electrical Code(NEC). 5. Underwriters Laboratories,Inc.(UL): a. 489, Standard for Safety Molded-Case Circuit Breakers,Molded-Case Switches, and Circuit-Breaker Enclosures. b. 943, Standard for Safety for Ground-Fault Circuit-Interrupters. c. 1053, Standard for Ground-Fault Sensing and Relaying Equipment. d. 1066, Standard for Low-Voltage AC and DC Power Circuit Breakers Used in Enclosures. 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. Provide submittal data for all products specified in PART 2 of this Specification: b. See Section 16010 for additional requirements. B. Operation and Maintenance Manual: 1. See Section 01340 for requirements for: a. The mechanics and administration of the submittal process. 10059730 City of Bozeman Small Works Project No. I- OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16490-1 b. The content of Operation and Maintenance Manuals. C. Miscellaneous: 1. See Section 01340 for requirements for the mechanics and administration of the submittal process. 2. Ground fault protection system test reports signed by the projects supervising electrical foreman. 3. Reports: a. Short circuit study report. b. Protective coordination study report. c. As-left condition of all circuit breakers that have adjustable settings. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents,the following manufacturers are acceptable: 1. Circuit breakers: a. Cutler-Hammer. b. General Electric Company. c. Square D Company. d. Siemens. B. Submit request for substitution in accordance with Specification Section 01640. 2.2 CIRCUIT BREAKERS A. Molded Case Type: 1. General: a. Standards: NEMA AB 1,UL 489. b. Unit construction. c. Over-center,toggle handle operated. d. Quick-make,quick-break,independent of toggle handle operation. e. Manual and automatic operation. f. All poles open and close simultaneously. g. Three(3)position handle: On,off and tripped. h. Molded-in ON and OFF markings on breaker cover. i. One-,two-or three-pole as indicated on the Drawings. j. Current and interrupting ratings as indicated on the Drawings. k. Bolt on type. 2. Thermal magnetic type: a. Inverse time overload and instantaneous short circuit protection by means of a thermal magnetic element. b. Frame size 150 amp and below: 1) Non-interchangeable,non-adjustable thermal magnetic trip units. c. Frame sizes 225 to 250 amp: 1) Interchangeable and adjustable instantaneous thermal magnetic trip units. d. Ground Fault Circuit Interrupter(GFCI)Listed: 1) Standard: UL 943. 2) One-or two-pole as indicated on the Drawings. 3) Class A ground fault circuit. 4) Trip on 5 mA ground fault(4-6 mA range). e. Ground Fault Equipment Protective Circuit Interrupter(GDEPCI)Listed: 1) Standard: UL 1053. 2) Trip on 30 mA ground fault(6-50 mA range). 3. Solid state trip type: 10059730 City of Bozeman Small Works Project No. I - OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16490-2 a. Inverse time overload,instantaneous short circuit and ground fault protection by means of a solid state trip element,associated current monitors and flux shunt trip mechanism. b. Frame size 400 amp to 1200 amp: 1) Standard rating. 2) Interchangeable current sensor or rating plug. 3) Adjustable long time pick-up setting. a) Adjustable from 50 to 100 percent of the current sensor or rating plug. 4) Adjustable short time pick-up setting. 5) Adjustable instantaneous pick-up. 6) Fixed ground fault pick-up,when indicated on the Drawings. c. Frame size 1600 amp and above: 1) 100 percent rated. 2) Interchangeable current sensor or rating plug. 3) Adjustable long time pick-up setting. a) Adjustable from 50 to 100 percent of the current sensor or rating plug. 4) Adjustable long time delay setting. 5) Adjustable short time pick-up setting. 6) Adjustable instantaneous pick-up setting. 7) Adjustable ground fault pick-up setting,when indicated on the Drawings. 8) Adjustable ground fault delay setting,when indicated on the Drawings. 4. Motor circuit protector: a. Adjustable instantaneous short circuit protection by means of a magnetic or solid state trip element. b. Sized for the connected motor. B. Insulated Case Type: 1. Inverse time overload,instantaneous short circuit and ground fault protection by means of a solid state trip element,associated current monitors and two-step stored energy trip mechanism. 2. Standards: NEMA AB 1,LTL 489. 3. 100 percent rated. 4. Electrically operated(EO)is indicated on the Drawings. 5. Electrically operated breakers: a. 120 Vac operators. b. Close/open pushbuttons. c. Red and green indicators to indicate breaker position. d. AC source: Control power transformer internal to the switchboard. 6. Motor driven operator for charging mechanism with open,close and charge push button. 7. Draw out construction: a. Roll out type operated by removable crank handle and interlocked with the door. b. Four(4)positions: Connected,test,disconnected and removed. c. Cell switches to short out ground fault relay when main or tie breaker is drawn out. 8. Current and interrupting ratings as indicated on the Drawings. 9. Selective override circuit on breakers with short time settings and without instantaneous settings that allow selectivity up to the breakers RMS symmetrical short time rating. a. The selective override circuit shall allow the breaker to ride through a fully offset (asymmetrical)fault equal to its RMS symmetrical short time rating in a system having an X/R ration of 6.6 with a maximum single phase peak current of 2.3 times the RMS symmetrical short time range. 10. Frame size 400 amp and above: a. Interchangeable current sensor or rating plug: b. Adjustable long time pick-up setting. 1) Adjustable from 50 to 100 percent of the current sensor or rating plug. c. Adjustable long time delay setting. d. Adjustable short time pick-up setting. e. Adjustable instantaneous pick-up setting. 10059730 City of Bozeman Small Works Project No. I- OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16490-3 f. Adjustable ground fault pick-up setting,when indicated on the Drawings. g. Adjustable ground fault delay setting,when indicated on the Drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. Current and interrupting ratings as indicated on the Drawings. B. Series rated systems not acceptable. C. Devices shall be ambient temperature compensated. D. Circuit Breakers: 1. Molded case circuit breakers shall incorporate the following,unless indicated otherwise on the Drawings: a. Frame sizes 250 amp and less shall be thermal magnetic type. b. Frame sizes 400 amp and larger shall be solid state trip type. c. Frame sizes 1000 amp and above shall include integral ground fault protection,when indicated on the Drawings. d. Motor circuit protectors sized for the connected motor. 2. Insulated case circuit breakers shall incorporate the following,unless indicated otherwise on the Drawings: a. Current sensor or rating plugs long time pick-up setting shall be set so that the indicated trip level is near the 75 percent trip point. b. Frame sizes 1000 amp and above shall include integral ground fault protection,when indicated on the Drawings. 3.2 FIELD QUALITY CONTROL A. Coordinated Power System Protection: 1. A study shall be prepared to demonstrate that the equipment and system constructed within the scope of these Contract Documents,meet the specified requirements for equipment ratings,coordination and protection. 2. The studies shall be performed in accordance with IEEE 242 and IEEE 399. 3. Computer generated studies shall include the information about the software: name of the developer and software package and version number. 4. System short circuit study report: a. The study shall begin at the main service switchboard and extend down the system through all new and existing MCC buses. 1) A balanced three-phase fault,bolted line-to-line fault and line-to-ground fault study shall be performed. b. A one-line diagram shall be prepared to show the electrical system buses,transformers and all sources of fault current including generators and motors. c. Manufacturer's data for the actual proposed equipment shall be utilized(e.g., transformer impedance). d. The available utility fault current shall be coordinated with the power utility company. e. Input data shall be shown in tabular form in the report and/or on the one-line diagram. 1) Input data shall include but is not limited to: a) Utility fault current or MVA and X/R ratio. b) Bus voltages. c) Conductor sizes and type of conduit. d) Generator and motor sizes and contributions. e) Transformer sizes and impedances. f. Available fault current at each bus shall be shown in tabular form in the report and/or on the one-line diagram. g. Perform studies for both normal power and switchboard standby power scenarios. 10059730 City of Bozeman Small Works Project No. 1- OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16490-4 5. System protective coordination study report: a. The study shall begin at the main service switchboard and extend down the system through all buses as required to ensure a coordinated power system. b. The study shall demonstrate that the maximum possible degree of selectivity has been obtained between devices specified for the protection of equipment and conductors from damage from overloads and fault conditions. 1) Where necessary an appropriate compromise shall be made between system protection and service continuity. 2) System protection and service continuity shall be considered to be of equal importance. c. A one-line diagram shall be prepared to show the electrical system buses,transformers and protective devices. d. Manufacturer's data for the actual proposed protective devices shall be utilized. e. Summarize the coordination study,conclusions and recommendations. 1) As a minimum,include the following: a) The manufacturer's information used to prepare the study. b) Assumptions made during the study. c) Recommended taps and settings of all adjustable devices in tabulated form. d) Composite coordination time-current curves on log-log paper showing: (1) That the settings for each protective device will provide protection and selectivity. (2) Identify each curve. (3) Cable and equipment damage points. (4) Circuit interrupting device operating and interrupting times. (5) One-line sketch of the part of the system being investigated. (6) Include as many curves as possible on a graph while maintaining readability. e) Position time-current curves for each device to provide for maximum selectivity to minimize system disturbances during fault clearing. f) Advise the Engineer of potential coordination problems discovered during the study and include recommendations to resolve the problem. g) Submit the report for approval 90 days prior to equipment energization. B. Adjustable Circuit Breakers: 1. Set all circuit breaker adjustable taps as defined in the coordination study,except motor circuit protectors shall be adjusted per the motor nameplate and NFPA 70 requirements. C. Ground Fault Protection System: 1. Dual source system: a. Main-Tie-Main breaker system using the differential sensing method coordinated with individual feeder breakers using the residual sensing method. b. The main,tie and feeder breakers shall be coordinated via time delays,so that, feeder breakers will clear down stream ground faults before the Main-Tie-Main system. D. Testing: 1. Acceptance testing: See Section 16080. END OF SECTION F 10059730 City of Bozeman Small Works Project No. 1- OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 16490-5