Loading...
HomeMy WebLinkAbout19- Contract Documents - COP Construction, LLC - Bozeman Sourdough Water Transmission Main Executed Contract Documents Bozeman Sourdough Water Transmission Main - 2019 Bozeman, Montana . 01 .. nub � - a .:w i .• - •rye 1 er'■F r � r r ■ �•. '• • •� .7L 1 TABLE OF CONTENTS Bozeman Sourdough Water Transmission Main—2019 Project Executed Contract Documents&Construction Specifications ADDENDUM NO. 1 Addendum Pre-Bid Meeting Minutes Pre-Bid Sign-In Sheet Plan Holder's List SECTION I. BIDDING REQUIREMENTS AND INFORMATION Bidder's Checklist Invitation to Bid Instructions to Bidders SECTION II. BIDDING DOCUMENTS Bid Proposal Bid Bond(EJCDC C-430) Non-Discrimination Affirmation Form SECTION III. GENERAL CONDITIONS Standard General Conditions(EJCDC C-700) RPA Supplementary Conditions SECTION IV. SPECIAL PROVISIONS Contents listed at front of the Special Provisions. SECTION V. TECHNICAL SPECIFICATIONS Contents listed at front of the Technical Specifications. SECTION VI. PREVAILING WAGE RATES APPENDIX A. MISCELLANEOUS FORMS Notice of Award Agreement Performance Bond (EJCDC C-610) Payment Bond (EJCDC C-615) Insurance Forms Notice to Proceed Approval of Subcontractors Substitution Request Form Schedule of Values for Contract Payment Application and Certificate of Payment Work Directive Change Change Order Affidavit on Behalf of Contractor Contractor's Certificate of Completion Certificate of Substantial Completion Consent of Surety Company to Final Payment APPENDIX B.GEOTECHNICAL INVESTIGATION APPENDIX C.GALLATIN COUNTY PERMITS AND INSURANCE REQUIREMENTS CONSTRUCTION DRAWINGS Bound under separate cover. ADDENDUM NO. 1 BOZEMAN SOURDOUGH WATER TRANSMISSION MAIN - 2019 Date of Addendum: May 23rd, 2019 Date of Bid Opening: June 4th, 2019 CONTRACT DOCUMENTS AND SPECIFICATIONS SPECIAL PROVISIONS 1. Section 6,Additional Insureds, change Applicable Landowners: Sarah Nash Zimmer to "Nancy Lee Nash Trust." TECHNICAL SPECIFICATIONS 1. Section 15060-02, 2.1.A Pipe, change to "Centrifugally cast, Grade 60-42-10 iron, cement-lined and seal-coated, CL51, in accordance with AWWA C151, 250 psi working pressure and 350 psi surge pressure." 2. Section 15060-02, 2.8.B Corrosion Protection, add"Bonded joints at each pipeline joint/fitting shall be bronze wedge or welded bond strap or approved equal." 3. Section 15060-02, 2.8.0 Corrosion Protection, add"Cathodic protection shall be sacrificial magnesium anode. Selected anode shall be packaged 48-pound high potential magnesium anode spaced every 90-ft with a minimum anode life of 22-years, with 3 test stations, and with Erico Products, Inc. accessories or approved equal." 4. Section 15101, 2.5.B.g Butterfly Valves, change to "Butterfly valves shall be Mueller, M&H, ValMatic Series 2000 or Kennedy." CITY OF BOZEMAN MODIFICATIONS TO MPWSS Section 02660, 2.8.13 Butterfly Valves, change the first sentence to "Furnish Class 150B, 150 psi, rubber seated, butterfly valves for water distribution systems sized 24" and larger, meeting AWWA C504 requirements." City of Bozeman Standard Drawing,No. 02660-3, Thrust Blocking for Water Main Valves, add the following"30"valves, 1 Y2" anchor rod size, and"A"=4'-6", `B"=4'-6", "C"=4'-6". For 48"valves, 2" anchor rod size, and"A"= 6'-655, `B"=6'-65, "C"= 6'-6"." SHEET G-4 The waterline easement from 1917 across private property cannot be used for this project. Only the 30'-0"wide 1957 easement maybe used for this project. Any other easements obtained i BOZEMAN SOURDOUGH WATER TRANSMISSION MAIN-2019-ADDENDUM NO.1 PAGE 1 For the northern private property owned by Nancy Lee Trust Property, contact James Kommers, attorney representing the trust, 406-587-7717, kommerslawfirm,cusa.net. For the southern private property owned by Mike Nash, call 406-585-0251, mmnashQayahoo.com. SHEET C-5 Add to note 9, "Thrust block bearing area for 30"tee is 30 SF. Thrust block bearing area for 48" 22.5° bend is 49 SF." SHEET C-6 Tluust block bearing area for the 48" 22.5° bend and tee is 64 SF. ATTACHMENTS Prebid Meeting Minutes and Sign-In Sheet Current Planholder's List END OF ADDENDUM NO. 1 ROBERT PECCIA AND ASSOCIATES Chris Hayes, PE Project Manager Oc1TAA(I t{pY�S BOZEMAN SOURDOUGH WATER TRANSMISSION MAIN-2019-ADDENDUM NO.1 PAGE 2 _ MINUTES PREBID CONFERENCE Project: Bozeman Sourdough Water Transmission Main -2019 Date: May 22"d, 2019 Time: 11:00 am Location: 20 East Olive Street, Bozeman Montana Conducted by: Chris Hayes and Rick Bell with RPA and the City of Bozeman Owner Representatives: Bob Murray—City Protect Engineer, Eric Campbell—Water Plant Superintendent Attendees: (Sign in on sheet) Discussion 1. Scope and Goals— Discuss Project Requirements Answer Questions Tour Site 2. Introduction/Project Scope The proposed work consists of construction of a new 48" DI water transmission main off of Sourdough Road and Nash Road. This project includes construction of approximately 2,813 feet of 48"and 52 feet of 30"buried DI water piping, water valves, 2 blow offs and related improvements. 3. Instruction to Bidders Review - Bid Opening is Tuesday, June 4th, 2019 and will be publicly opened and real aloud. • Bids must be received by 2:00 pm by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230. • Bidders must purchase Official Bid Proposal for$50.00 to bid and in order to be placed on official bidder's list. • Review bid proposal and instruction to bidders - Bid Security 10% of the Total Bid, Must be Included in Bid - Official Bid Package—Acknowledge Receipt of Addendums - Non-Discrimination Affirmation Form, Must be Signed and Included in Bid - Addenda: None issued to date • Ductile Iron Pipe shall be CL51, Grade 60-42-10, AWWA C151, 250 psi working pressure, 350 psi surge pressure, encased with V-Bio Enhanced Polyethylene Encasement with bonded joints, and sacrificial magnesium anode cathodic protection. • Thrust block sizes for 30" and 48" butterfly valves • Bearing areas for 30"and 48"horizontal fittings not already shown on plans • Prebid Meeting Minutes • Any other items from Prebid Meeting - Method of Award • Lowest Responsible Bidder whose total base bid (within the funds available) is the lowest responsible Bidder. - Bid Items • Lump Sum for mobilization bonding and insurance • Lump Sum for Traffic Control • Liner Feet of each size of Pipe—30"or 48" FAADMIN\RPA STANDARDS\FORMS\PREBID AGENDA.doc Rev.9/22 • Each buried Valve—30"or 48" • Each Blow Off • Lump Sum for Dewatering • Lump Sum for Seeding, Fertilizer, and Mulch • Square Yard for Asphalt Removal and Replacement • Cubic Yard for Type 2 Bedding - Montana Contractor's Registration Number—List on Bid Proposal -Wage Rates—Current Montana Prevailing Wage Rates are required - Payment and Performance Bonds—both required -Gross Receipts Tax- 1%withheld from each payment request - Retainage-5% withheld from each progress payment 4. Contract Time • 75 calendar days • Construction Start Date: June/July 2019 5. Contract Requirements - Insurance Requirements—Additional Insureds—City of Bozeman, RPA, SKGeotechnical, and both Private Landowners - Project is City funded. No AIS or buy American requirements - Contractor's Supervision - Liquidated Damages-$500 per calendar day + Engineering Expenses - Permits and Fees Required by Contractor • Comply with County Permits and Insurance. Sign County Permits. • Dewatering of the site—Submit Dewatering Plan • Construction Stormwater Discharge Permit, SWPPP • Other MDT, state, local and federal as required. • City has applied for SPA 124 and Section 404 permits. - Utilities -Stay on public property or within easements shown on the drawings - City Water—Contact Eric Campbell -Safety Requirements—Contractor's responsibility - Field Office and Sanitary Facilities—No Field Office needed -Special Provisions—Review measurement and Payment items closely -Testing—Contractor's Responsibility -Chlorination, dechlorination, and test water disposal—Contractor's responsibility -2 Year Warranty Period -Technical Specifications - Prevailing Wage Rages Apply - Review Measurement and Payment items closely - Review Technical Specifications - Miscellaneous Forms in Appendix A -Geotechnical Investigation—See Appendix B— Review - City of Bozeman Discharge Permit—See Appendix C— Review 6. Project Overview A. Bozeman Sourdough Water Transmission Main a. All topsoil will need to be stripped from surface, stockpiled, and returned to existing depths. All areas need to be restored to original condition and elevations. FAADMINWA STANDARDSTORMSTREBID AGENDA.doc Rev.9122 b. No rocks larger than 1 '/2' left on the surface. Contractor required to reseed and provide weed control for 2-year warranty period. C. Fencing removal and replacement is required. d. Traffic Control needs to be approved by Gallatin County. e. Excavation/shoring/sheet piling/dewatering/creek bypass pumping for installation of piping, valves, and blow offs. f. Stay on public property or within 1957 easement(30'-0"wide) shown. The 1917 easement may not be used for this project. OSHA approved excavation is required. g. Existing 18"water mains shown are approximate in location. Any spoils or existing piping or valves exposed during excavation will need to be removed and disposed of by the contractor at no additional cost. There are two existing 18"lines in the field currently which are abandoned on two separate easements. One of them is on the same easement which the new 48"line will be placed, it is the contractor's responsibility to remove and dispose of any of the abandoned existing 18"which conflicts with the installation of the new line. The existing 30"will remain in service and it runs in Nash and Sourdough. Only the 1957 easement indicated on the plans for placement of the new line is available for use. It was brought up by one of the contractors that putting a 48"pipe in the middle of a 30'wide easement is un- constructible. The 30'easement is all that is available from the city and if additional work area is needed it is up to the contractor to work out his own deal with the individual land owners. h. Any bypass pumping of Nichols Creek around construction site is the contractor's responsibility. Pipe will be installed minimum of 5'-0" under creek. Line Nichols Creek with bentonite soil mixture 2'-0"thick xwidth of trench pertrench plug detail. i. Megalug or approved restrained joint systems are required on all fittings. Concrete thrust blocks shown must be installed in addition to restrained joints or megalugs. j. Type II bedding is shown from Nichols Creek to the Sourdough tie-in per the Geotech Report. Type I bedding is required under pipe to spring line. k. Insulation is required on all pipe with less than 6'-6" of cover. I. Trench plugs locations are shown on the drawings. M. Utility markers are required at bends and valve in field and creek crossing. City to supply markers and contractor will install. n. Piping tie-ins to existing water at Nash&Sourdough is 30"Cement Coated/Lined Steel Pipe. John Alston with the city shop said he has a pipe of the existing 30" cement coated pipe in the yard if anyone would like to inspect it for size. o. Maintenance of Flows, transmission main downtime without water, 8-hour max. Eric said depending on the time of yearmore orless time may be available. If done in the fall more time would probably be available. p. Haul and dispose of native spoil material from site. Follow Gallatin County requirements for hauling. Haul Roads - The Contractor must meet all City, County, MDT, and Federal Regulations and Load requirements. During spring thaw Nash Road and other county roads may not hold up to heavy haul trucks. The County may impose stricter load restrictions during spring thaw or may not allow any haul trucks to operate at all during the spring thaw time period. If Nash Road or any other County road used as a haul route begins to fail, the contractor will be responsible for all repair and project delay costs should they occur. Bidders F:IADMINIRPA STANDARDSTORMSTREBID AGENDA.doc Rev.9/22 shall contact the Gallatin County Road Department to satisfy themselves of any constraints that may be placed on them that would affect the progress and cost of the project. If needed the Contractor may apply for a project shut-down or later start for the spring thaw time period. Chris said Bill Brownell is the contact for the County. q. Asphalt will be replaced in two 2" lifts. 7. Engineer's Cost Estimate -$2.1 Million 8. City of Bozeman Comments—Eric nor Bob and any comments. 9. Questions and Discussion It was asked by one of the contractors—"Will flows be down in the fall, will that still be the case if Pear is under construction"? Eric said yes and Limon will be down as well. It was asked what cathodic protection we wanted? Chris said it will be answered in the addenda. It was asked about the bonded joints in the piping, Does it need to be strap jumpered or wedges? Chris said it either bonded straps or wedges could be used. It was asked if fabricated tees for the blow offs would be accepted. Chris said they would be allowed if done by an approved fitting supply company and they need to be submitted for approval in the normal submittal process. It was asked if the pipe was the same as that which was used on the last project by the treatment plant. Yes, the pipe is the same. It was asked if the new pipe could be offset in the easement to gain working room and Bob said no. It was asked if the property owners were easy to work with—Bob said their dealings had been good so far, the owner's major concern was to get the restoration done correctly with not rocks left lying around and no weeds. It was also asked if the spec for the reseeding was correct. Bob and Chris said yes, they had a consultant review the seed spec. It was asked if the hay would be cut before the project starts— Hay is normally cut in July and the lead time for the pipe may be out past that. The city is responsible to pay the crop damage only on the 30'wide easement. It was asked if there would be leniency on start time based on availability of materials—Yes. Chris said that if the contractor puts together a deal with the property owners to use land outside the easement they need to provide a copy of it in writing. Chris will provide contact information in the addenda for the land owners. Meeting was adjourned to the site for those who want to view it at 11:25. 10. Site Tour Tie-in was discussed pointing out locate paint on pavement, existing valve box and blow-off. One of the contractors asked if CDF(flowable fill)would be allowed for trench plugs. Flowable fill will not me allowed in leu of bentonite trench plugs. F:\ADMIN\RPA STANDARDS\FORMS\PREBID AGENDA.doc Rev.9/22 m z. CD z d0 CD 3 £: r m W r_ c iNp � c Jl P N -4 01 (p O ya G (� w p O o N c M r` P- R• O N O v ° CD CD o CD 1 y G CL cfl '0 n rn 1 o CD N cu (- V �- Cx�D p � C Qp ' c�'lJ 1 D o m 3 p ,r D c cr cs' N m n h O (OD C ON O CD te S � t" o o � b ="• � 3 0 0 a CD CD C � I I Ix En CD O m M .-1 W 4 CTi to W lD oo C (D Z ' cly A N m C -n o -1 n m LA CD yfi rN w °�° o CDGzj O Z s w ry Z n 0 m z x N3- cr ;u n nb f�J jz - � °v Q� m ° a Z CD tf s' V � 70 -0 171 ]IT cu Z `= C-- t Q ��� `VSS 0 -0 co `n 4 p "p1s 3q J (*. Bozeman Sourdoujzh Water Transmission Main—2019 PLAN HOLDERS LIST Bid Date: June 4,2019,2:00 p.m. Revised as of: May 22, 2019 The follolving have received or requested plans and specs for the Bozeman Sourdozrgli 11'ater Transmission plain- 2019. City of Bozeman Public Works White's Civil Contracting LLC Bob Murray Mitch White 20 East Olive 3071st Ave E Num 11 P.O. Box 1230 Kalispell, MT 59901 Bozeman, MT 59771 Ph:(406)270-1886 Ph: (406)582-2269 mitch(j�mtcivil.com City of Bozeman COP Construction Eric Campbell Ed Allen 7024 Sourdogh Canyon Road PO Box 20913 Bozeman, MT 59715 Billings MT 59104 Ph: (406)994-0501 Ph: (406)656-4632 Robert Peccia and Associates Western Municipal Chris Hayes Kirk Hogan 3147 Saddle Drive 2066 Stadium Dr Suite 103 P.O. Box 5653 Bozeman MT 59715 Helena, MT 59601 Ph:(406)600-4040 Ph:(406)447-5000 khoganRwmc-i.com Fax: (406)447-5036 chayes oOrpa-hIn.com Central Excavation Joe Dolan Robert Peccia and Associates 437 Floss Flats Rd Brad Koenig Belgrade MT 59714 3147 Saddle Drive (406)388-1000 P.O. Box 5653 Joe.dolanOcentralph.com Helena,MT 59601 Ph: (406)447-5000 Fax: (406)447-5036 bkoenig(o),roa-hln.com Robert Peccia and Associates Rick Bell 3147 Saddle Drive P.O. Box 5653 Helena, MT 59601 Ph: (406)447-5000 rbell@rpa-hln.com Core and Main Ben Tolley 5240 Jackrabbit Lane Belgrade, MT 59714 Ph:(406)388-5980 Ben.tolley cQcoreandmain.com ) Bozeman Sourdough Water Transmission Main - 2019 Bozeman, Montana Contract Documents and Specifications May, 2019 ) � Prepared by Chris Hayes, P.E. Project Manager Checked by p�0(7-, Gary Swarl)sson, P.E. I Senior Engineer QA/QC Approval rr , Rick Donaldson, P.E. Vice President Q Date Approved ) 1 ) ) ROBERT PECCIA &ASSOCIATES P.O Box 5653 P.O.Box 5100 3147 Saddle Drive 102 Cooperative Way,Suite 300 Helena,MT 59601 Kalispell,MT 59903 WA (406)447-5000 (406)752-5025 (406)447-5653 FAX (406)752-5024 FAX TABLE OF CONTENTS Contract Documents &Specifications SECTION I. BIDDING REQUIREMENTS AND INFORMATION Bidder's Checklist Invitation to Bid Instructions to Bidders SECTION II. BIDDING DOCUMENTS Bid Proposal Bid Bond (EJCDC C-430) Non-Discrimination Affirmation Form SECTION III. GENERAL CONDITIONS Standard General Conditions (EJCDC C-700) RPA Supplementary Conditions SECTION IV. SPECIAL PROVISIONS Contents listed at front of the Special Provisions. SECTION V. TECHNICAL SPECIFICATIONS Contents listed at front of the Technical Specifications. SECTION VI. PREVAILING WAGE RATES APPENDIX A. MISCELLANEOUS FORMS Notice of Award Agreement Performance Bond (EJCDC C-610) Payment Bond (EJCDC C-615) Notice to Proceed Approval of Subcontractors Substitution Request Form Schedule of Values for Contract Payment Application and Certificate of Payment Work Directive Change Change Order Affidavit on Behalf of Contractor Contractor's Certificate of Completion Certificate of Substantial Completion Consent of Surety Company to Final Payment APPENDIX B. GEOTECHNICAL INVESTIGATION APPENDIX C. GALLATIN COUNTY PERMITS AND INSURANCE REQUIREMENTS CONSTRUCTION DRAWINGS Bound under separate cover. Intentionally Left Blank SECTION I BIDDING REQUIREMENTS AND INFORMATION Intentionally Left Blank BIDDER'S CHECKLIST At the Bidder's option, the following Bidder's Checklist may be utilized in preparing your bid. 1) Original Bid Bond Enclosed? (Personal checks, business checks, and faxed copies are not acceptable.) 2) Bid Proposal: a. Arithmetic checked? b. Numerical Bid Prices agree with written Bid Prices? C. Addendums acknowledged on bid form? d. Signature portion completely filled out? e. Non-Discrimination Affirmation Form completed and signed? 3) Bid Envelope? a. Addressed Properly? b. Acknowledged Receipt of Addenda? C. Sealed? 4) Bid submitted prior to required time at specified location? ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. LEAVE ALL PROPOSAL SHEETS INTACT IN THE OFFICIAL BID PROPOSAL. Intentionally Left Blank 1 1 i CITY OF BOZEMAN,MONTANA i c CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman,Montana, is accepting sealed bids for: 1 Bozeman Sourdough Water Transmission Main —2019 Project r Separate sealed Bids for Construction of the Bozeman Sourdough Water Transmission Main i - 2019 Project will be received by the City Clerk at the office at City Hall, 121 North Rouse Avenue, P.O. Box 1230, Bozeman, Montana 59771-1230 until 2:00 p.m. (local time) on i Tuesday, June 411, 2019 and then publicly opened and read aloud. Original copies must be ( submitted- no faxed or electronic bids will be accepted. The physical address is: 1 City Clerk's Office,Room 200, City Hall, 121 No. Rouse Avenue, Bozeman, Montana. 1 The mailing address is: City Clerk's Office,Room 200, City Hall,P.O. Box 1230,Bozeman,Montana 59771. 1 ( The proposed work consists of construction of a new 48" DI water transmission main off of i Sourdough Road and Nash Road. This project includes construction of approximately 2,813 feet of 48" and 52 feet of 30" buried DI water piping, water valves, blow offs and related improvements. The Contract Documents may be examined at the office of the City of Bozeman Engineering Department, 20 East Olive Street, Bozeman, Montana, (406) 582-2280, and examined or I obtained at the office of Robert Peccia and Associates, 3147 Saddle Drive, Helena, Montana, in 1 accordance with the Instructions to Bidders. Required deposit is $50.00 per set, which is non- refundable. 1 Digital project bidding documents are available at Robert Peccia & Associates web site (wi;vw.rpa-hln.com). Click on the link titled "Current Projects Bidding". You may download and print the Contract Documents at no charge, however, all Prime Contractors that intend to offer a bid for this project must obtain and submit the Official Construction Specifications and Contract Documents booklet for the non-refundable deposit of $50.00. A printed set of Construction Drawings may also be obtained for a non-refundable deposit of $250.00, if the Contractor 1 chooses not to download and print their own Construction Drawings. There will be a Pre-Bid Conference at the office of the City of Bozeman Engineering l Department, 20 East Olive Street, Bozeman, Montana at 11:00 a.m. on Wednesday, May 22°d, 2019. 1 CONTRACTOR and any of the CONTRACTOR'S subcontractors bidding or doing work on this I project will be required to be registered with the Montana Department of Labor and Industry INVITATION TO BID Page I of 2 I (DLI). Forms for registration are available from the DLI, PO Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling (406) 444- 7734. CONTRACTOR is not required to have registered with the DLI prior to bidding on this project, but must have registered prior to execution of the Construction Agreement. All laborers and mechanics employed by CONTRACTOR or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of Gallatin County and the state of Montana. Discrimination in the performance of any contract awarded under this invitation on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity's employees and to all subcontracts. Every entity submitting under this invitation must sign and return the required affirmation. Each Bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than ten percent (10%) of the total amount of the Bid. Successful BIDDERS. shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. No Bid may be withdrawn after the scheduled time for the public opening of bids. The City of Bozeman reserves the right to reject any or all proposals received, to waive informalities to postpone the award of the contract for a period not to exceed sixty (60) days, and to accept the lowest responsive and responsible bid which is in the best interest of the City of Bozeman. The Contractor is required to be an Equal Opportunity Employer. DATED at Bozeman,Montana,this 12th day of May, 2019. Robin Crough, CMC Bozeman City Clerk Published Legal Ad,-Bozeman,Montana Sunday,May 12th,2019 Sunday,May 26th, 2019 INVITATION TO BID Page 2 of 2 I 1 INSTRUCTIONS TO BIDDERS I BIDS a. All bids must be submitted on an"official"Bid Proposal form supplied by the Owner or Engineer and shall be subject to all requirements of the Contract Documents including the Drawings and these Instructions to Bidders.All bids must be regular in every respect and no interlineations,alterations,or special conditions shall be made or included in the Bid Proposal by the Bidder. b. Complete sets of bidding documents shall be used in preparing Bids;neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from ( downloading,printing and using incomplete sets of Contract Documents. C. Each Bid Proposal shall include the following Bid Documents: (1)Bid Proposal,and(2) Bid Security,Nondiscrimination Affirmation form,all of which are included in the Contract Documents. The Bid Proposal shall be enclosed in an envelope which shall be sealed and clearly ( addressed as follows: Addressed to: City of Bozeman 121 North Rouse, P.O.Box 1230 Bozeman,Montana 59771 i Mark lower left-hand corner of your envelope as follows: 1 Project Name: Bozeman Sourdough Water Transmission Main-2019 � Bid Date\Time: 1 Contractor Name: Acknowledge Receipt of Addendum No(s): ( d. Bids will be written in ink and/or typewritten on bid forms furnished herewith.The blank spaces on the fonns must be filled in correctly for each item,and the bidder must state the price(written both in words and numerals)for which he proposes to do each item of work contemplated.All Bid Proposals must be totaled and, in the case of errors or discrepancies,the item prices written in words shall govern. e. Erasures or corrections must be initialed by the Bidder in ink. I f. Bids must be signed by a proper representative of the firm submitting the bid. Proper representatives are the principal of a singly owned firm,a principal of a partnership firm, and an officer or authorized agent of an incorporated firm. g. Any Bidder may modify his bid by faxed communication at any time prior to the scheduled closing time for receipt of bids.The communication should not reveal the bid 1 price but should provide the addition or subtraction from the original proposal.Bid INSTRUCTIONS TO BIDDERS Page 1 modifications must be verified by a signed document in writing, submitted by mail. This written confirmation is to be received within two working days following the bid opening or no consideration will be given to the modification. Oral proposals or modifications will not be considered.Proposals carrying riders or qualifications may be rejected as irregular. h. Contract Documents may be viewed at the following locations: Robert Peccia&Associates,Inc. City of Bozeman 3147 Saddle Drive 20 East Olive Helena,MT 59601 Bozeman,MT 59771 Phone: (406)447-5000 Phone: (406) 582-2200 Online at MontanaBid.com 2. BID SECURITY The Bid must be accompanied by a Bid Security which shall not be less than 10 percent of the amount of the bid. At the option of the Bidder, the security may be in the form of a cashier's check, certified check, bank money order, or bank draft drawn and issued by a national banking association located in the State of Montana or by any banking corporation incorporated under the laws of the State of Montana or Bid Bond (EJCDC C-430) executed by a surety corporation authorized to do business in the State of Montana.No bid will be considered unless it is accompanied by the required guaranty. Cashier's checks, certified checks,bank money orders, or bank drafts must be made payable to the City of Bozeman. The Bid Security shall insure the execution of the Agreement and the furnishing of the surety bond or bonds by the successful Bidder, all as required by the Contract Documents. Should the Bidder fail to furnish the properly executed Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and signed Agreement within the time specified, he/she shall forfeit this Bid Security to the Owner. The Bid Security (negotiable instruments other than bonds) will be returned to unsuccessful Bidders when the successful Bidder has signed the Agreement and furnished satisfactory Performance and Labor and Material Payment Bonds. At the option of the Owner,bid security with bids that are not competitive may be returned prior to signature of the Agreement. Revised Bids submitted before the opening of bids, if representing an increase in the original bid, must have the Bid Security adjusted accordingly; otherwise,the bid will not be accepted. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form (EJCDC C-430) bound herewith. 3. SUBSTITUTE AND"OR-EQUAL"ITEMS 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. INSTRUCTIONS TO BIDDERS Page 2 i i 4. INTERPRETATIONS AND/OR ADDENDA i All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. i Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the Engineer as having received the Bidding Documents. Questions received less than ten 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. It shall be the responsibility of the Bidder to obtain such Addenda prior to submitting his proposal, and to acknowledge receipt of all addenda issued in the Bid Proposal. 5. EXAMINATION OF CONTRACT DOCUMENTS AND CONDITIONS OF WORK SITE a. It is the responsibility of each Bidder before submitting a Bid,to (a) examine the Contract Documents thoroughly, (b)visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and ( local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d)study and carefully correlate Bidder's observations with the Contract Documents, and(e)notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 1. Each Bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there relating to construction and labor, and should fully ( inform himself as to the facilities involved, and the difficulties and restrictions ( attending the performance of the Contract. In submitting a bid for this project, the Bidder is thereby acknowledging that he is capable of performing the specified work ( on the site. The Bidder should thoroughly examine and familiarize himself with the Drawings, Technical Specifications, and all other Contract Documents, and shall verify the accuracy of the estimated quantities in the Bid Proposal. Failure to do so ( will not relieve the successful Bidder of his obligations to carry out the provisions of ( this Contract. 2. The submission of a Bid will constitute a representation of familiarization by the Bidder. There will be no subsequent financial adjustment for lack of such familiarization. l b. The Contractor may refer to the following for information regarding site conditions: ( 1. Those reports, if any, of explorations and tests of subsurface conditions at the site ( which have been prepared by the Owner and are included as part of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such reports but not upon the completeness thereof for the purposes of bidding or ( construction. 2. Those drawings of physical conditions in or relating to the existing surface and i subsurface conditions which are at or contiguous to the site (except Underground ( Facilities) which have been utilized by Engineer in preparation of the Contract 1, Documents. Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. INSTRUCTIONS TO BIDDERS r Page 3 r C. Information and data reflected in the Contract Documents with respect to 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 or others, and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. d. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.02 and 4.03 of the General Conditions. e. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress,performance or furnishing of the Work which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other items and conditions of the Contract Documents. f. On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. g. The lands upon which the Work is to be performed,rights-of-way and easements for access thereto are designated for use by Contractor in performing the Work. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. h. The submission of a Bid will constitute representation by Bidder that Bidder has com Ip ied with every requirement of this Article 4 that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods techniques sequences or procedures of construction as may be indicated in or required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. TIME FOR RECEIVING BIDS Bids received prior to the advertised time of opening will be securely kept sealed.The officer whose duty it is to open them will decide when the specified time has arrived, and no bid received thereafter will be considered. 7. OPENING OF BIDS At the time and place fixed for the opening of bids,the Owner will cause to be opened and publicly read aloud every bid received within the time set for receiving Bids, irrespective of any irregularities therein, INSTRUCTIONS TO BIDDERS Page 4 1 t except bids that do not contain either the bid bond or non-discrimination affirmation, which will not be read. Bidders and other persons properly interested may be present, in person or by representative. r 8. WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the scheduled closing time for the receipt of bids if through written confirmation or in person. The Bid Security of any Bidder withdrawing his bid in accordance with the foregoing conditions shall be returned promptly. No bids shall be withdrawn for a period of 60 t days after the scheduled closing time for receipt of bids. 9. METHOD OF AWARD a. Award of the contract shall be to the lowest"responsible"Bidder whose total base bid (if within the funds available)is the lowest"responsible"bid for the work. b. If such lowest bid exceeds the budget,the Owner may reject all bids. C. The Owner reserves the right to reject any or all bids or to waive any irregularity or informality in any bid received. The Owner reserves the right to determine what constitutes j material and/or immaterial informalities and/or irregularities. d. The Owner shall award such contract to the lowest"responsible" bidder (18-1-102 MCA). l The term "responsible" does not refer to pecuniary ability only, or the ability to tender i sufficient performance and payment bonds. The term "responsible" includes, but is not limited to: l 1. Having adequate financial resources to perform the contract or the ability to obtain them; I 2. Being able to comply with the required delivery, duration, and performance schedule; 3. Having a satisfactory record of integrity and business ethics; 4. Having the necessary production, construction, technical equipment, and facilities, and; 5. Having the technical skill, ability, capacity, integrity, performance, experience, lack of claims and disputes, lack of actions on bonds, lack of mediations, arbitrations and/or lawsuits related to construction work or performance, and such like. e. Unless otherwise stated in the Special Provisions, all contracts will be awarded in conformance with the laws of the State of Montana. Pursuant to Section 18-1-102, Montana Code Annotated,the Owner, in awarding public contracts for construction,repair, and public works of all kinds, shall award such contract to the lowest responsible Bidder without regard to residency. However, a resident bidder must be allowed a preference on a contract against the bid of any non-resident bidder from any state or country that enforces a preference for resident bidders. The preference given to resident bidders of this state must be equal to the preference given in the other state or country. INSTRUCTIONS TO BIDDERS Page 5 f. The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified and responsible to carry out the obligations of the Agreement and to complete the Work contemplated therein. 10. PRE-AWARD CONFERENCE The Bidder submitting what appears to be the lowest"responsible" bid may be required to meet with the Engineer prior to the award of the contract for the purpose of discussing pertinent details pertaining to the proposed Work. The following points will be considered in particular: a. The Contractor's organization and equipment available for work and the Contractor's proposed sources of materials or installed equipment. b. Contractor's financial status and capability to execute the contract. C. The Contractor's proposed schedule of operations. d. The interpretation of the Specifications. e. The Contractor's proposed wage rates for use on the project. f. Bidder status concerning"responsibility". g. Approval of subcontractors. h. Unbalanced bids, either in excess or below the reasonable cost analysis value. Should the conference indicate that the Contractor does not appear to be in a position to properly undertake the Work or that he has not properly familiarized himself with the Plans and Specifications, the Owner reserves the right to reject the bid of this Contractor and to consider the next Bidder. 11. EXECUTION OF AGREEMENT a. Subsequent to the award and within 10 days after the date of the Notice of Award, the successful Bidder shall execute and deliver to the Owner an Agreement, the Performance Bond, Labor and Material Payment Bond, Insurance Certificates, and an Approval of Subcontractors form in such number of copies as the Owner may require. The standard Agreement form as issued by the Owner shall be used as the contracting instrument. b. The Agreement form shall be signed in longhand by the proper representatives of the contracting firm as follows: 1. The principal of the single-owner firm. 2. A principal of the partnership firm. INSTRUCTIONS TO BIDDERS Page 6 l i 3. An officer of the incorporated firm, or an agent whose signature is accompanied by a certified copy of the resolution of the Board of Directors authorizing the agent to i sign. 4. Other persons signing for a single-owner firm or a partnership shall attach a Power of Attorney evidencing his authority to sign for that firm. C. The Owner within 30 days of receipt of acceptable Performance Bond, Labor and Material Payment Bond, required Insurance Certificates, and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Bidder may by written notice withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. 12. PERFORMANCE,LABOR AND MATERIAL PAYMENT BONDS AND INSURANCE a. The Owner will require the successful Contractor to furnish a Performance Bond (EJCDC C-610) in the amount of 100 percent of the contract price as security for the faithful performance of his Contract. b. The Owner will require the successful Contractor to furnish a Labor and Material Payment Bond(EJCDC C-615) in the amount of 100 percent of the contract price as security for the payment of all persons performing labor and furnishing materials in connection therewith. l C. The bonds will be signed by the Attorney-in-fact and countersigned by a Montana Resident Agent. V d. Prior to beginning work, Insurance Certificates as proof of insurance coverage shall be filed with the Owner. The specifications for the Workers' Compensation, Commercial General Liability, Separate Owner's and Contractor's Protective Policy, and other related insurance ( are listed in these Contract Documents. 13. POWER OF ATTORNEY a. Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. \ b. One original shall be furnished with each set of bonds. C. Additional copies furnished with a set of bonds may be copies of that original. r 14. LABOR AND WAGES ( a. For public projects in excess of $25,000 let, the Contractor(s) shall 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 in the county or locality in which the work is being performed(18-2-403,Montana Code Annotated). b. On any state construction project funded by state or federal funds, except a project partially funded with federal aid money from the United States Department of Transportation or when residency preference laws are specifically prohibited by federal law and to which the INSTRUCTIONS TO BIDDERS Page 7 state is a signatory to the construction contract, each Contractor shall ensure that at least 50 percent of the Contractor's workers performing labor on the project are bona fide Montana residents, as defined in 18-2-401,(18-2-409,MCA). C. Montana Prevailing Wage Rates. The Montana Commissioner of Labor and Industry has established the standard prevailing rate of wages in accordance with 18-2-401 and 18-2- 402, Montana Code Annotated. A copy of the wage rates are bound herein. It is the Contractor's responsibility to classify their workers in accordance with the craft of trade to be performed and pay the appropriate established prevailing wage rate. d. The Contractor shall classify all workers on the project in accordance with the Department of Labor Wage Rate Determinations. In the event the Contractor is unable to classify a worker in accordance with these rates,the Contractor shall contact the Department of Labor and Industry, Labor Standards Bureau, Wage and Hour Unit,Helena,Montana 59604, for a determination of the prevailing wage rate to be paid that particular worker. e. Should the prevailing rate of wages change during the life of the contract, the wage rates included in the Contract Documents at the time of the bid opening shall be the prevailing wage rate for the life of the contract. f. Section 18-2-406,Montana Code Annotated,provides that Contractors, subcontractors, and employers who are performing services under public works contracts as provided in this part shall post in a prominent and accessible site on the project or work area, not later than the first day of work, a legible statement of all wages and fringe benefits to be paid to employees on such site or work area. g. 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. h. Any notice of infraction of the labor laws of the State of Montana received by the Owner or Engineer will be forwarded to the State of Montana, Department of Labor and Industry, Wage and Hour Unit,Helena,Montana. i. Safety Training. Contractor shall comply with the Occupational Safety and Health Act (OSHA). 15. EQUAL EMPLOYMENT OPPORTUNITY 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.The Owner is an equal opportunity employer 16. MONTANA CONTRACTOR'S TAX(GROSS RECEIPTS TAX) All Bidders are reminded that a Gross Receipts Tax in the amount of 1 percent of the total bid will be withheld from all payments, for projects over $5,000.00, due to Contractor pursuant to Section 15-50- 205,MCA. INSTRUCTIONS TO BIDDERS Page 8 ( 17. PAYROLLS AND BASIC RECORDS- Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the f work and preserved for a period of three years thereafter for all laborers and mechanics working at the ( site of the work, or in the development of the project. Such records will contain the name and address of each employee, his correct classification, rates of pay, daily and weekly number of hours worked, deductions made,and actual wages paid. In addition, the Contractor will submit weekly a copy of all payrolls to the Owner and Engineer. The ( copy shall be accompanied by a certification signed by the employer or his agent indicating that the I payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Montana Department of Labor and Industry, and that the classifications set forth for each laborer or mechanic conform with the work he performed. The prime Contractor will make the ( record required under the labor standards clause of the Contract available for inspection by authorized ( representatives of the Owner and the Montana Department of Labor and Industry and will permit such ( representatives to interview employees during working hours on the job. ( Payroll reports and certificates of compliance shall be submitted to the Owner and Engineer prior to or with each Payment Request. The copies sent to the Owner and Engineer are for archive purposes only, because neither the Owner or Engineer are trained in the interpretation of payroll reports, and thus will ( rely on the Contractor's certification that all employees are being classified and paid appropriately. ( 18. MAINTENANCE OF RECORDS I ( Contractor shall maintain all required records for three years after the Owner makes final payment and all other pending matters are closed. 19. NOTICE TO PROCEED ( The Notice to Proceed will normally be issued within 30 days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period,the time ( may be extended by mutual written agreement between the Owner and Contractor. ( 20. CONTRACT TIME The Contract Time will be as set forth in the Special Provisions. I I ( 21. LIQUIDATED DAMAGES ( Liquidated damages will be as set forth in the Special Provisions. � I ( 22. MONTANA CONTRACTOR'S REGISTRATION f Each bidder will be required to be registered with the State of Montana, Department of Labor and ( Industry prior to execution of the contract. ( II li F:\ADMIN\SPECS\RPABOILR\INSTRUCTION TO BIDDERS.doc ( Revised:July 8,2013 INSTRUCTIONS TO BIDDERS Page 9 i Intentionally Left Blank SECTION II BIDDING DOCUMENTS Intentionally Left Blank t BID PROPOSAL City of Bozeman City Cleric's Office Suite 202, City Hall P.O. Box 1230 Bozeman,MT 59771 Gentlemen: The undersigned, having familiarized himself with the conditions of the work and the contract documents, agrees to furnish all labor, materials, equipment and services necessary to complete all general construction work, as bid herein,for a project entitled Bozeman Sourdough Water Transmission Main -2019 in accordance with the contract documents, including all Addenda. 'rJ The undersigned Bidder hereby agrees to commence work under this contract on the date to be specified in a written Notice to Proceed from the Owner and to fully complete the project within the following specified times thereafter as stipulated in the Specifications. Time is of the essence in completing this project. Bidder further agrees to pay liquidated damages for each consecutive day work continues•past the contract time. Liquidated damages will be the sum of$500 plus reimbursement for engineering services per consecutive calendar day the work continues past the contract time. The work shall be completed within the allotted contract times as specified in the Special Provisions. The undersigned Bidder hereby certifies that: 1) this Bid is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, firm, or corporation,and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; 2)he has not directly or "F indirectly induced or solicited any other Bidder to put in a false or sham Bid; 3)he has not solicited or induced any person, firm or corporation to refrain from bidding; and 4)he has not sought by collusion to 06 06 obtain for himself any advantage over any other Bidder or over the Owner. 0 Contractors must complete and submit all of the documents included in the bound Official Bid Proposal when submitting bids for this project. Only complete, bound sets will be considered. Contractors do not have to submit the entire set of Contract Documents and Specifications with their bid. Contractors are reminded that only bids submitted on the non-watermarked Official Bid Proposal Al documents will be considered. Bids submitted on forms with the"Not for Bidding"watermark will not 10 be considered. 000 The undersigned Bidder agrees to provide or perform as follows: 000 BID PROPOSAL Page l 1M w BID PROPOSAL BOZEMAN SOURDOUGH WATER TRANSMISSION MAIN-2019 BASE BID Item Estimated Unit Description Unit Price Total Price No. Quantity , 1 1 LS Mobilization,Bonding, & Submittals (May not exceed 5% of Total Bid) $ yd,°O° $ 1'%Jl"r1 y' S 1x 114,,IiAJl A-A (Unit Price Written in Words) 2 1 LS Traffic Control M $ $ 1 S,ow au, � (Unit Price Written in Words) >: 3 2,813 LF 48-Inch DI Pipe $ $ I, s z� !" VK 14mJ h"n AM) (Unit Price Written in Words) 4 52 LF 30-Inch DI Pipe d� (Unit Price Written in Words) 5 5 EA 48-Inch Buried Butterfly Valve $ 31, OQQ $ J S S. ou p 1 td1Tt.T i antr 1 14.aj Ld� A (Unit Price Written in Words) - r; 6 2 EA 30-Inch Buried Butterfly Valve { $ P4,oo o $ 2 19 t o as fawn>,C�r1 I tiaJy/1,,.t1'`j 1►..r,h (eOv i (Unit Price Written in Words) BID PROPOSAL Page 2 r l _ ( -- BID PROPOSAL BOZEMAN SOURDOUGH WATER TRANSMISSION MAIN-2019 BASE BID 7 2 EA Blow Off ( ao ( (Unit Price Written in Words) 8 1 LS Dewatering ( $ lJ, 00c, $ i/,uoo ( (Unit Price Written in Words) ( 9 1 LS Seeding, Fertilizer, and Mulch J - $ -70, OOo $ '7 0,Oop �\ Sasir,47 Y r aoj%A,•t� AejlJ (Unit Price Written in Words) ( 10 360 SY Asphalt Removal and Replacement $ /d.oa $ NTr s,x A j p� (Unit Price Written in Words) ( 11 450 _ CY� Type 2 Bedding oo� (Unit Price Written in Words) ( TOTAL BASE BID: $ ( 010rL l .LL,u,-J �r.�� to �N t3n/c1� rn.A Y 5 j-,c %r Fuvs,�J� ✓r. r t✓,.I n�1� �f Gt l i 0'J'r, AJn ao/tou (Total Base Bid Written in Words) BID PROPOSAL Page 3 � I BID PROPOSAL(coat.) 1 The foregoing unit bid prices shall include all labor, materials, equipment, overhead,profit, insurance, F and all incidentals required to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. 3 The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled opening time. Bidder hereby acknowledges receipt of the following Addenda, which have been considered in preparation of this Bid: Q f Addendum No. Dated 5`c3-�01 Addendum No. Dated Addendum No. Dated The undersigned Bidder acknowledges that this information, which was developed by the Engineer, is for design purposes only. The Contractor shall be solely responsible for information required to bid the project. By signing this Proposal,the Contractor acknowledges that he has adequate information independently verified by the Contractor,to prepare and offer this bid. n Firm Nanie: t� J fG t� D (Si nature) Title: 40 E Business Address; o77q� (11'_ LtjQ j� Jr5l10� Mont. Contractor's Regi&r tion No. All)) Telephone No.: Date; �l/"7 '1�� !► Bid Security Attached: Yes l� BID PROPOSAL ` Page 4 ��' PENAL SUM FORM BID BOND Any singular reference to Bidder,Surety,Owner or other party shall be considered plural where applicable. BIDDER(Name and Address): COP Construction LLC PO Box 20913, Billings, MT 59104 SURETY(Name card Address of Principal Place of Business): Fidelity and Deposit Company of Maryland 1299 Zurich Way, 5th Floor, Schaumburg, IL 60196-1056 OWNER(Arame and Address): City of Bozeman 121 N Rouse, Suite 200, PO Box 1230, Bozeman, MT 59771-1230 B1D BidDue Date: June 4, 2019 Description(Project Name and Include.Location): Bozeman Sourdough Water Transmission Main - 2019 Project, Bozeman, Montana BOND Bond Number. Bid Bond Date(Not earlier than Bid due date): June 4, 2019 Penal sum Ten Percent of Amount Bid $ 10% (Words) (Figures) Surety and Bidder,intending to be legally bound hereby,subject to the terms set forth below,do each cause this Bid Bond to be.duly executed by an authorized officer,agent,or representative. BID SURETY SURETY to ,,.....,.,.,� �onstructi C (Seal) Fidelity and Deposit Company of Maryland (Seal) f o to Seal Surety's Name and Corporate Seal f U: tore(Attach Power of Attorney) i Gerber ame �8st7 Namo kTiNw-TW4 /YIANAt. A rney-in-Fact Title ide Attest: mature Signature Danette Plourde 1 - Witness Tie Title Surety Phone No. Note.Above addresses are to be used forgiving any required notice, Provide execution by any additional parties,such asjoint venturers, ifrtecessary. MCDC C-430 Bid Bond(Penal Sum Form) Prcpgrtd by theEoglntm Joint ContractDocarnentt Committee. Page t ON PENAL SUM FORM 1. Bidder and Surety,jointly and severally, bind themselves, their heirs, executors,administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the temps of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. I 'This obligation shall be null and void if. 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 ,All Bids arc rciected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and,if applicable,consented to by Surety when required by Paragraph.5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and witrdn 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 thus 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. 7. Any suit or action under this Bond shall be commenced only in a court of competent,jurisdiction located in the state in which the Project is located. 8. Notices required hercundcr shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery,commercial courier,or by United States Registered or Certified Mail,return receipt requested,postage pre-paid,and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer,agent,or representative who executed this Bond on behalf of Surety to execute,seal,and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements.Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term"Bid"as used herein includes a Bid,offer,or proposal as applicable. FdCDC C430 Wd Dnnd(Penal Sum Form) Prepared by the Eu&cers Joint CoutrActmcuments Cormnittm Page 2 of Z NON-DISCRIMINATION AFFIRMATION FORM �V-6_ . .__ [name of entity submitting] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national N origin, or because of actual or perceived sexual orientation, gender identity or disability Et in the performance of work performed for the city of Bozeman, if a contract is awarded to �I 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 ` 3 i L%l7C1 [ ___ .[name of entity submitting] employees and to all subcontracts it enters into in performance of the agreement with the city of Bozem k. Signature of Bidder: 6-w5 Person authorized to sign on behalf of the bidder (l l P t (l (l /V (l l d 771 _.. Intentionally Left Blank SECTION III GENERAL CONDITIONS Intentionally Left Blank SECTION III INCORPORATION OF EJCDC STANDARD GENERAL CONDITIONS Incorporation of the Montana Public Works and Engineers Joint Contracts Documents Committee Standard General Conditions and Supplementary Conditions to the General Conditions. The following are hereby incorporated by reference and made a part of this Contract: 1. The Standard General Conditions of The Construction Contract as Prepared by the Engineers Joint Contract Documents Committee as found in the Montana Public Works Standard Specifications, Sixth Edition,April 2010. 2. The Supplementary Conditions to the General Conditions as found in the Montana Public Works Standard Specifications, Sixth Edition, April 2010. The following RPA Supplementary Conditions are modifications to Montana Public Works and Engineers Joint Contract Documents Cornmittee Standard General Conditions of the Construction Contract: Intentionally Left : . • • SECTION III RPA SUPPLEMENTARY CONDITIONS The intent of this Section is to supplement the conditions outlined in the Standard General Conditions. CONTENTS 1. Insurance 2. Bonding 3. Estimated Quantities 4. Unit Price Work 5. Project Meetings 6. Governing Standards and Regulatory Requirements 7. Submittals 8. Weed Control 9. Regular Hours and Weather Days 10. Contractor Reimbursed Engineering Costs 11. Construction Progress 12. Repair and Replacement Quality 13. Rejected Work 14. Traffic Control 15. General Equipment Stipulations 16. Blasting 17. Contract Document Discrepancies 18. Project Closeout 19. System Commissioning and Cleanup 20. Warranty 1. INSURANCE Without limiting any of the other obligations or liabilities of the CONTRACTOR, CONTRACTOR shall secure and maintain such insurance from an insurance company(or companies) authorized to write insurance in the State of Montana,with minimum"A.M.Best Rating"of A-,VI,as will protect the CONTRACTOR,the vicarious acts of subcontractors,the OWNER,the ENGINEER,the Engineer's Consultants,and the respective directors, officers,partners, agents, employees and other consultants and subcontractors of each and any of all such additional insured's from claims for bodily injury(including sickness, disease and mental anguish), death and property damage which may arise from operations and completed operations under this Agreement. CONTRACTOR shall not commence work under this Agreement until such insurance has been obtained and certificates of insurance,with binders, and certified copies of the insurance policy(s)shall have been filed with the OWNER and the ENGINEER. All insurance coverage shall remain in effect throughout the life of the Agreement, except that the CONTRACTOR shall maintain the Commercial General Liability Policy including product and completed operations coverage for a period of at least two years following the substantial completion date for property damage resulting from occurrences during the agreement period. A. Contractor's Liability Insurance Add the following new paragraphs immediately after Paragraph 5.04.B: RPA SUPPLEMENTARY CONDITIONS Page 1 C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Law or Regulations: 1. Workers' Compensation and related coverages under Paragraphs 5.04.A.I and 5.04.A.2 of the General Conditions. a. State Statutory b. Applicable Federal(e.g.Longshoremans) Statutory C. Employer's Liability $1,000,000 2. CONTRACTOR'S General Liability Insurance under Paragraphs 5.04.A.3 through 5,04.A.6 of the General Conditions which shall include a Commercial General Liability insurance policy based on Insurance Services Office(ISO)Form CG 00 01 12 07(or 12 04, or 10 01 edition dates). The coverage shall be based on an occurrence form and shall include, but not be limited to, coverage for Premises/Operations, Products/Completed Operations, Personal and Advertising Injury, Subcontractors, and Liability assumed under an insured contract. There shall be no endorsement or modification of the Commercial General Liability policy form that modifies the standard general liability policy arising from pollution, explosion, collapse, underground property damage, subsidence, or work performed by subcontractors. The General Aggregate Limit shall apply separately to each of the Contractor's projects per the latest edition of Form CG 25 01,CG 25 03, or equivalent. a. GENERAL AGGREGATE PER PROJECT $3,000,000 b. Products-Completed Operations Aggregate $3,000,000 C. Personal and Advertising $2,000,000 d. Bodily Injury and Property Damage (Each Occurrence) $2,000,000 C. Contractor's Liability Insurance under 5.04.A.3 through 5.04.A.6 may be satisfied by primary insurance or a combination of primary and excess or umbrella insurance. Primary occurrence limit cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per occurrence on property damage. f. In addition to other requirements in the General Conditions, Coverage will include at a minimum: 1. Premises-Operations 2. Operations of Independent Contractor 3. Contractual Liability RPA SUPPLEMENTARY CONDITIONS Page 2 4. Personal Injury 5. Products and Completed Operations 6. NO additional exclusions that modify the standard ISO Commercial General Liability policy form CG 00 01 12 07 (or 12 04, or 10 01 edition dates) in regard to pollution, explosion, collapse, underground property damage, subsidence, or work performed by subcontractors will be acceptable. 7. Per Project Aggregate Endorsement 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each Person $2,000,000 Each Accident $2,000,000 Property Damage: Each Accident $2,000,000 (or) i i b. Combined Single Limit $2,000,000 Coverage to be written with a symbol 1 (One)any auto basis to Include: 1. All Owned 2. Hired 3. Non-Owned 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 cannot be less than $1,000,000.00. The deductible, if any, may not exceed $5,000.00 per accident. 4. The Contractual Liability coverage required by Paragraph 5.04.B.3 of the General Conditions shall provide coverage for not less than the following amounts: Each Occurrence $2,000,000 Aggregate $3,000,000 a. Contractual Liability Insurance under 5.04.13. 3 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. 5. OWNERS and CONTRACTORS Protective Policy - Purchased By CONTRACTOR: RPA SUPPLEMENTARY CONDITIONS Page 3 i In addition to the insurance required to be provided by Contractor under I paragraph 5.04.A.1 through 5.04.A.6 inclusive, Contractor shall purchase and maintain a separate Owners and Contractors Protective Policy (OCP)to protect Owner against claims which may arise from operations under the Contract Documents,with limits of liability as specified below. The policy must be in the name of the Owner. 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 $2,000,000.00 b. Each Occurrence $1,000,000.00 (Bodily Injury and Property Damage) The OCP policy shall remain in effect until completion of the project and final payment is made to the Contractor and all times thereafter when the Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07 of the General Conditions. 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. AdditionalInsured's: N The CONTRACTOR'S insurance coverage shall name the OWNER, and ENGINEER and Engineer's Consultants and applicable landowners (if any) as an additional insured under Commercial General Liability, Automobile Liability and Excess or Umbrella policies. A list of the known additional insured's for this project is contained in the Special Provisions. a. With respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6, inclusive, include the following as additional insured's on a primary, non-contributory basis. Use the following Additional Insured Endorsements: ENTITY FORM Owner and Landowners- use Additional Insured Endorsements; CG 20 10 11 [See Special Provisions] 85 or combination of CG 20 10 10 01 &CG 20 37 1001 or CG 32 87 05 10&CG 32 90 05 10 Montana only—or subsequent editions; Additional insured must include On-going Operations as well as Completed Operations. Engineer—Robert Peccia use Additional Insured Endorsement; CG 20 32 and Associates Engineers'Consultants— use Additional Insured Endorsement; CG 20 32 [See Special Provisions RPA SUPPLEMENTARY CONDITIONS Page 4 b. With respect to the Owner's and Contractor's Protective Policy (OCP) insurance required by paragraph SC-5.04.C.5, include the following as additional insureds. Use the following Additional Insured Endorsement: ENTITY FORM Engineer—Robert Peccia use Additional Insured Endorsement;CG 20 31 and Associates Engineers'Consultants— use Additional Insured Endorsement;CG 20 31 [list by name] B. Cancellation Notice Amend paragraph 5.04.13.4 of the General Conditions by striking out the words "30 days" and replacing them with the words"45 days"and as so amended paragraph 5.04.B.4 remains in effect. C. ProRert- Insurance Delete Article 5.06.A of the General Conditions in its entirety and insert the following in its place: 1. CONTRACTOR shall purchase and maintain property insurance upon the work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: a. Include the interests of OWNER, CONTRACTOR, Subcontractors (All Tiers — Contractor to list Subcontractors), ENGINEER, ENGINEER'S Consultants, and any other persons or entities identified in the Special Provisions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; b. Deductible may not exceed $10,000 unless approved by an appropriate change order with the following exception: Deductible may be higher than $10,000 for Flood and Earthquake perils, but the contractor shall be responsible for paying the entire cost of the higher deductible should a claim be submitted against the policy for Flood or Earthquake perils. A letter from the Contractor stating what the deductible is and that they will cover the deductible amount is required as part of the insurance submittal. C. be written on a Builder's Risk special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, false work and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforceinent of Laws and Regulations, water damage, flood, and other perils as may be specifically required by the Supplementary Conditions; d. include expenses incurred in the repair or replacement of any insured property(including but not limited to the fees and charges of engineers and architects); RPA SUPPLEMENTARY CONDITIONS Page 5 e. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; f. be endorsed to allow occupancy and partial utilization of the Work by OWNER; g. include testing and start-up; and h. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR, and ENGINEER with forty-five days written notice to each other additional insured to whom a certificate of insurance has been issued. i. CONTRACTOR and subcontractors shall be responsible for any deductible or self-insured retention. j. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article LC shall comply with the requirements of Paragraph 5.06.0 of the General Conditions. k. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this Article 1.0 shall comply with the requirements of GC-5.06.C. The qualifications of the insurance company shall comply with the requirements of Article 1 of these Supplementary Conditions. 2. BONDING In addition to all bonding requirements indicated in Article 5 of the General Conditions, all Contractors shall be responsible for meeting the Montana Workers Surety Bond Requirements per MCA 18-2-201. Bonds shall remain effect during the two-year warranty period. 3. ESTIMATED QUANTITIES 3.1 Estimated Quantities. All estimated quantities stipulated in the Proposal and other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the work; and (b) for the purpose of comparing proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may vary substantially from such estimated quantities. The actual quantities will depend on the conditions encountered at the time the work is performed, and the unit prices apply,subject to the exceptions in Supplementary Condition 4-Unit Price Work. 4. UNIT PRICE WORK Paragraph 11.03 of the General Conditions is hereby deleted in its entirety and the following is substituted in its place: A. The unit price of an item of Unit Price Work shall be subject to reevaluation and adjustment under the following conditions: RPA SUPPLEMENTARY CONDITIONS Page 6 1. If the total cost of a particular item of Unit Price Work amounts to 10%or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25%from the estimated quantity of such item indicated in the Agreement; and 2. If there is no corresponding adjustment with respect to any other item of Work; and 3. If Contractor believes that Contractor has incurred additional expense as a result thereof; or if Owner believes that the quantity variation entitles Owner to an adjustment in the unit price, either Owner or Contractor may make a claim for an adjustment in the Contract Price in accordance with the General Conditions if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed." 5. PROJECT MEETINGS 5.1 Preconstruction Conference. After the Contract has been awarded, but before the start of construction, a preconstruction conference will be held at a time and place mutually agreed to by the parties. The conference shall be attended by the following: the Contractor and his superintendent; the principal subcontractors; representatives of principal suppliers and manu- facturers, as appropriate; the Engineer; Representatives of the Owner; and others as appropriate. Unless previously submitted, the Contractor shall bring the following submittals to the conference: list of proposed Subcontractors; proposed construction schedule; schedule for submitting shop drawings and other submittals; scheduled procurement dates; construction technique submittal forms (as applicable); preliminary payment schedule; and tentative schedule of values. Work shall not start prior to the Engineer's receipt of these submittals. 5.2 Progress Meetings.Progress meetings shall be held monthly to review progress and requests for payment, maintain coordination, update and modify scheduling requirements, and resolve any problems that might develop.The Engineer shall preside at the meeting. 6. GOVERNING STANDARDS AND REGULATORY REQUIREMENTS 6.1 Jurisdiction. The performance of this work shall be under the jurisdiction of the following agencies, departments, and standards and compliance with the requirements thereof is required: Federal Level: United States law;United States Corps of Engineers;Environmental Protection Agency. State Level: Montana Code Annotated; Montana Department of Environmental Quality; Dept. of Fish, Wildlife & Parks (SPA); Department of State Lands; the Department of Natural Resources and Conservation; the Montana Building Codes Division; Uniform Building Code, (latest edition); Uniform Plumbing Code, (latest edition); Uniform Mechanical Code, (latest edition);Uniform Fire Code(latest edition);National Electric Code,(latest edition). RPA SUPPLEMENTARY CONDITIONS Page 7 Permits. The Contractor must also comply with the requirements of any permits obtained for the project by the Owner. These permits may include stream bed crossing permits,flood plain permits, etc. Copies of any of these permits are available upon request from the Engineer. However,the Contractor shall be responsible for obtaining any permits regarding the discharge of any water related to the construction of this project(this includes a Montana Department of Enviromnental Quality 3A Permit). Local Level: City ordinances and regulations. 6.2 Contractor's Responsibility. The Contractor shall familiarize himself with the requirements of all regulatory agencies pertaining to the performance of the work on the project. The Contractor shall perform all work in accordance with the regulatory requirements. Any conflict between the Contract Documents and the regulatory requirements shall be brought to the immediate attention of the Engineer. 7. SUBMITTALS 7.1 Construction Schedule. The Contractor shall submit to the Engineer for review a schedule of the proposed construction operations. The construction schedule shall indicate the sequence of the Work, the time of starting and completion of each part, and at a minimum one entry for each bid item and trade involved therein. Whenever 10 percent or more of the schedule items are inconsistent with the original schedule, the Contractor shall prepare a revised schedule and narrative plan that indicates corrective action that will bring the progress of the work back to the original schedule completion dates. The revised schedule and narrative shall be submitted to the Engineer for review, approval, or comment before any further pay requests will be received or recommended for payment. The construction schedule shall be acceptable to the Engineer before the Notice to Proceed is issued. 7.2 Schedule of Values. The Contractor shall prepare and submit to the Engineer a schedule of values for each lump sum bid item on the Proposal. Each item shall be subdivided to show the portion of payment assigned to each work location and work item or trade involved. The schedule of values, showing the value of each kind of work at each site, shall be acceptable to the Engineer before any application for payment is prepared. The sum of the items listed in the schedule of values shall equal the lump sum price for the bid item. Items such as bond premium, temporary construction facilities, and office expense may be listed separately in the schedule of values, provided the amounts can be substantiated. Overhead and profit shall not be listed as separate items. An unbalanced schedule of values providing for overpayment of the Contractor on items of work which would be performed first will not be accepted. The schedule of values shall be revised and resubmitted until acceptable to the Engineer.Final acceptance by the Engineer shall indicate only consent to the schedule of values as a basis for preparation of applications for progress payments and shall not constitute an agreement as to the value of each indicated item. 7.3 Schedule of Payments. Within 10 days after the effective date of the Agreement,the Contractor shall furnish to the Engineer a schedule of estimated monthly payments. The schedule shall be RPA SUPPLEMENTARY CONDITIONS Page 8 revised and resubmitted each time an application for payment varies more than 10 percent from the estimated payment schedule. 7.4 Approval of Subcontractors. Contractor shall submit a list of Subcontractors to be used on the project and it shall be acceptable to the Owner prior to starting work. For each Subcontractor include name, address, phone, type of work, registration number, approximate contract value . and a list of projects completed within the last 5 years by the Subcontractor. 7.5 Shop Drawings and Engineering eering Data. In addition to the construction schedule, the Contractor shall submit to the Engineer a Shop Drawing Schedule indicating the title and appropriate date that all anticipated shop drawings will be submitted to the Engineer before the Engineer will proceed with the review of any submittals. All submittals, regardless of origin, shall be stamped with the approval of the Contractor indicating his review and identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the work. When catalog pages are submitted, applicable items shall be clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Substitutions will be considered through completion of a Substitution Request Form (bound into the Appendix of these documents). All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in the Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by the Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping diagrams. The Contractor shall accept full responsibility for the completeness of each submission and, in the case of a resubmission, shall verify that all exceptions previously noted by the Engineer have been taken into account. In the event that more than one resubmission is required because of failure of the Contractor to account for exceptions previously noted, the Contractor shall reimburse the Owner for the charges of the Engineer for review of additional resubmissions. The costs of additional review shall be deducted from the Contractor's progress payments. Any need for resubmission or any other delay in obtaining the Engineer's review of submittals will not entitle the Contractor to extension of the Contract Time unless delay of the work is directly caused by a change in the work authorized by a Change Order or by failure of the Engineer to return any submittal within three(3)weeks after its receipt in the Engineer's office. Five (5) copies of each drawing and necessary data or schedule shall be submitted to the Engineer. Improper format or illegible information shall be cause to return submittals without review. The Engineer will not accept submittals from anyone but the Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. Items resubmitted shall bear the number of the first submittal followed by a letter(A,B, etc.)to indicate the sequence of the resubmittal. RPA SUPPLEMENTARY CONDITIONS Page 9 When the schedules, drawings, and data are returned marked RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as indicated by the Engineer and corrected copies shall be resubmitted. When corrected copies are resubmitted, the Contractor shall in writing direct specific attention to all revisions and shall list separately any revisions made other than those called for by the Engineer on previous submissions. When the drawings and data are returned marked EXCEPTIONS NOTED, no additional submission is needed provided all exceptions marked are incorporated into the item. No re- ` submission is required for submittals marked NO EXCEPTIONS NOTED or RECORD COPY. Portions of the work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed and returned with no resubmission needed by the Engineer. A copy of each processed shop drawing and each processed sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. No materials-on-site payments will be approved in applications for partial payment for equipment or materials until shop drawings for same have been reviewed and returned by the Engineer without a requirement for resubmission. 7.6 Record Drawinyas and Survey Data.The Contractor shall prepare and maintain drawings record- ing the constructed characteristics of all aspects of the work.Record drawings shall be of suffi- cient detail and accuracy to permit ready identification and location of all component parts and hidden or buried facilities. This is especially important in the case of part time construction observation by the Engineer. The record drawings and survey data shall be made available to the Engineer at all times. This includes all field books, notes, and other data developed by the Contractor in performing surveys required as part of the work. Upon completion of the work, a paper copy of all record drawings and survey data shall be transmitted to the Engineer and Owner. 8. WEED CONTROL Prior to mobilizing equipment on the project site,the Contractor shall clean their equipment and vehicles to assure no weeds are imported. The Contractor shall be responsible for weed control for the duration of the contract, until landscaping is established, and for the two-year warranty period. The Contractor shall submit a weed control plan to the Engineer for the City review. All costs associated with weed control shall be incidental to other items of work, and no additional compensation will be allowed. 9. REGULAR FLOURS AND WEATHER DAYS 9.1 Regular Hours. The regular work week shall consist of five working days, Monday through Friday, with regular working hours of 8:00 a.m. to 5:00 p.m. Written requests to perform any work outside of the regular work week or normal working hours must be delivered to the Owner and Engineer no less than 48 hours prior to the planned start of the work. Contractor may not work other than regular hours without written approval from Owner and Engineer. RPA SUPPLEMENTARY CONDITIONS Page 10 9.2 Weather Days. In the event inclement weather or the aftermath of inclement weather prevents the Contractor from performing any compensable work for a minimum of 60% of the Regular day or other work period approved by the Owner, he may request a credit for that day. No credit for inclement weather will be allowed on non-working days. A request for a weather day must be submitted to the Engineer by the end of each calendar day being requested. 9.3 Winter Shutdown. In the event of the onset of winter weather, a winter shutdown will be granted upon written request and mutual agreement of the Contractor and Owner, provided the Contractor has complied with the contract documents and has adequately protected the site and adjacent property. Contract time will continue to run until the Contractor has satisfied these conditions and Contractor shall not be entitled to additional contract time if it fails to satisfy these conditions. Work will commence in the spring at the earliest possible date. 9.4 Standby Time. No separate payment will be made for standby time, inactive periods beyond Contractor control or inactive periods resulting from requirements of this Contract. Such time will be considered incidental to the required work. Standby time can be expected, but is not limited to waiting for completion of other related contractors work. 10. CONTRACTOR REIMBURSED ENGINEERING COSTS The Contractor shall reimburse the Owner the full cost of Engineering services in the event the Engineer incurs unscheduled employment necessitated by the Contractor. Examples of unscheduled employment of the Engineer are the following Contractor actions: 1) Working more than forty (40) hours per week, more than five (5) days per week and Saturdays, Sundays,and holidays. 2) Furnishing materials or equipment not in conformance with Contract Documents necessitating redesign by the Engineer. 3) Working beyond the time of completion established in the Notice to Proceed with Construction. 4) Retests by the Engineer of tests that have failed. 5) Retests by others for tests that require Engineer's presence. 6) Repeated review of submittals and shop drawings that have not been approved. 7) Additional inspection as a result of unacceptable work. 8) Failing to follow design or construction documents. 9) Submitting excessive or unreasonable claims requiring Engineer's review. 10) Failing to properly document pay requests. 11) Failing to provide or adhere to schedules. RPA SUPPLEMENTARY CONDITIONS Page 11 12) Other services that are within the Contractor's control to avoid. The Engineering fees to be reimbursed by the Contractor shall be according to the following schedule: 1) Labor: At the Engineer's current billable rates, including overhead, as referred to in the Agreement between the Owner and Engineer,plus 15%profit. 2) Other Consultant: At actual cost plus 10% 3) Mileage: 4X4 @$0.56/mi.;2WD @$0.51/mi. 4) Per Diem:IRS allowable rate 5) Other expenses and laboratory testing: Actual Cost+ 10% 6) Field Testing: Engineer's current billable rate for specific equipment utilized 7) Resident Project Representative's (RPR) billing rate is approximately $101.00/hr and Project Engineer's billing rate is approximately $133 to$165 per hour. This is subject to change due to changes in staffmg and annual salary adjustments. Contractor shall make payment of these Engineering services by deduction from the project progress payments or final payment or by invoice to the Contractor. The Engineering contract will be analyzed at the end of the project to determine whether any unscheduled employment of the Engineer, during the schedule contract time, resulted in a cost savings to the Owner. If, as a result of working more than 40 hours per week, five days per week, the Contractor completes the project within the scheduled time, and if the overtime results in a reduced contract time and cost savings to the Owner, no damages will be assessed for the unscheduled employment of the Engineer during the scheduled contract time. Damages will be assessed as stipulated for each day the work remains uncompleted beyond the scheduled contract time. 11. CONSTRUCTION PROGRESS 11.1 The Contractor shall maintain suitable progress on the job at all times. This shall include the presence of full crews with superintendents effectively operating with proper equipment and tools. In the event the Owner is dissatisfied with the progress, performance, or timing of the work, the Owner will give the Contractor written notice in which the Owner will specify in detail the cause of dissatisfaction. Should the Contractor fail or refuse to remedy the matters indicated and fail to submit a detailed schedule indicating how the Contractor shall complete the work in the Contract Time remaining within ten (10) days after the written notice is received by the Contractor,the Owner will have the right to take control of the work and either make good the deficiencies of the Contractor itself or direct the activities of the Contractor as the Owner deems advisable, or the Owner may terminate the Contract. In either event, the Owner will be entitled to collect from the Contractor all expenses in completing the work. 11.2 Should an unforeseen or changed site condition arise on a portion of the work, the Contractor shall immediately notify the Owner in writing. The Owner and Engineer will work with the Contractor to resolve such a condition in a fair and equitable manner as soon as possible. However, the Contractor shall continue work on any or all portions of the work that are not RPA SUPPLEMENTARY CONDITIONS Page 12 directly affected by the unforeseen or changed site conditions or, when directed by the Engineer, the Contractor shall continue work on the disputed portion of the work in confor- mance with the appropriate section of these General Requirements. No claim for additional Contract Price or Time for standby will be allowed. Failure or refusal of the Contractor to continue such work will be cause for the Owner to take control of the work or terminate the Contract as herein provided and to employ such additional help as the Owner deems advisable to maintain progress. The costs of any such work will be deducted from the Contractor's monthly progress payments. The Contractor shall be subject to liquidated damages for any overrun of the Contract Time resulting from his failure or refusal to continue work as described above. 12. REPAIR AND REPLACEMENT QUALITY 12.1 General. Items requiring repair or replacement due to damage or removal or otherwise necessitated in the course of pursuance of the work and which are not otherwise specified herein, shall be repaired or replaced to the following levels of quality. 12.2 Paved and Graveled Roads Curb and Gutter, Driveways, and Sidewalks.Repair or replacement shall be to a thickness and grade matching the existing condition. Quality of materials and methods shall comply with respective sections of the current edition of the Montana Public Works Standard Specifications. Any removed or damaged pavement markings shall be replaced to match the existing markings. This includes any public or private roads, parking areas etc. damaged by the Contractor's haul trucks or construction equipment. 12.3 Water and Sewer Mains and Services. Repair or replacement shall be in a manner consistent with the existing condition using materials conforming to the Uniform Plumbing Code, the current editions of the Montana Department of Environmental Quality Design Standards, and other requirements of the Montana Department of Environmental Quality. Construction shall also comply with the current edition of the Montana Public Works Standard Specifications. Repair or replacement will not be allowed with materials like the existing installation if they do not conform to the above-referenced standards. 12.4 Electrical Telephone Cable TV Natural Gas and Petroleum Lines. Repair or replacement shall be to the standards required by the utility owner and at the utility owner's option may be performed by the utility owner with the full cost assessed to the Contractor. 12.5 Lawn Restoration, Fertilizing, and Seeding. All areas disturbed by the Contractor's operations such as, but not limited to, haul roads, loading operations and disposal operations shall be restored by grading to the original contours, sodding, and/or fertilizing and seeding. This will include repair or replacement of all disturbed vegetation to pre-construction standards as required by the Owner and landowner. The seed mixture and fertilizer to be used will be submitted to the Engineer prior to application on the prepared seed bed. The Contractor shall include the cost of this work in the price bid for other items of work, and no separate compensation will be allowed. 12.6 Fences. All fences adjacent to any work site are to be maintained to the satisfaction of the abutting property owners.The Contractor shall notify the landowners of the need to temporarily remove or relocate fences for access to the work and shall coordinate such activities with the respective landowners in regards to removal, relocation, and restoration of fences prior to commencing work. RPA SUPPLEMENTARY CONDITIONS Page 13 Any fence removed or destroyed during the course of the Contract shall be reinstalled or reconstructed in like kind at no cost to the Owner or the landowner. The cost for this work shall be considered incidental and no additional compensation will be allowed. 12.7 Other Items. Repair or replacement of other items not covered by the preceding shall be to the standards required by the owner of the item and at the owner's option may be performed by the owner of the item with the full cost assessed to the Contractor. 12.8 Decisions Regarding Repair Versus Replacement. The decision of repair versus replacement of an affected item shall be at the discretion of the Engineer upon consultation with the owner of the item. The decision shall be based on a determination of whether repaired quality can equal the quality of a replacement installation.The Engineer's authority shall be final in this regard. 12.9 Limits of Repair or Replacement. The limits of areas to be repaired or replaced shall be determined by the Engineer in the field based on the extent of damage or removal sustained. The determination shall be based on insuring that all damaged or removed portions of the existing installation are fully restored. The authority of the Engineer in this regard shall be final. All work effects outside limits as described in these Contract Documents are subject to repair and replacement quality as described herein. 12.10 Repair by Party Owning or MaintainingItem.tem. The party owning or maintaining the item under consideration shall have the exclusive right to undertake repair or replacement themselves and charge the Contractor for full costs incurred or to direct and supervise the Contractor to repair or replace the item to their standard of quality. The authority of the owner of the item shall be final in this regard. 13. REJECTED WORK Any defective work or nonconforming materials or equipment that may be discovered at any time prior to the expiration of the warranty period, shall be removed and replaced by work which shall conform to the provisions of the Contract Documents. Any material condemned or rejected shall be removed at once from the project site. Failure on the part of the Engineer to condemn or reject bad or inferior work or to note nonconforming materials or equipment on Contractors submittals shall not be construed to imply acceptance of such work. The Owner shall reserve and retain all its rights and remedies at law against the Contractor and its Surety for correction of any and all latent defects discovered after the guarantee period. The Engineer will have the authority to reject work which does not conform to the Contract Documents and will provide the Owner with a list of defective work and nonconforming materials or equipment. The Owner will then promptly provide the Contractor with the list of defective work and nonconforming materials or equipment. 14. TRAFFIC CONTROL The Contractor shall schedule his construction operations in a manner which will assure that: 1) the safety and convenience of motorists and pedestrians, and the safety of construction workers, are RPA SUPPLEMENTARY CONDITIONS Page 14 adequately met at all times; and 2)the project is completed in a manner most beneficial to the project as a whole. All signing and striping shall conform to the standards set forth in the Manual of Uniform Traffic Control Devices(MUTCD). Traffic control shall be provided in full compliance with MUTCD during materials hauling and equipment operation or transport along public roadways. Control shall include necessary signing, flag- persons, barricades, and hazard markers. At least one-way traffic shall be maintained at all times with continuous passage for emergency vehicles from either direction. In special cases as noted in the Special Provisions, maintenance of two way traffic may be required. At the conclusion of daily construction activities, the Contractor shall insure that proper traffic control measures remain in effect overnight and through the weekend.This includes protecting any open excavations or other hazards. Prior to any construction, the Contractor shall prepare and submit a detailed traffic control plan in accordance with the Submittals Section.The plan shall include, at a minimum,the following: • Calendar time periods of proposed traffic interruptions and control. • Locations of all signs,markers,barricades,and other traffic control devices to be used. • Specifications for signs,markers, and barricades including references to MUTCD. • Locations for flag-persons where used,along with anticipated dates and hours of use. • Routing of any detours required. The traffic plan will be subject to review and approval by the Montana Department of Transportation for roads under their jurisdiction, by the local county for county roads, by the local municipalities for municipal roads, and by the U.S. Forest Service or Bureau of Land Management for roads under their control. These approvals will be in addition to that provided by the Engineer in accordance with the Submittals Section. No work may commence until all approvals of the traffic plan have been secured. The Traffic Control shall include all haul routes. All haul routes shall be identified in the Traffic Control Plan whether traffic control is needed or not. 15. GENERAL EQUIPMENT STIPULATIONS 15.1 General. All equipment furnished and installed under this contract shall conform to the general stipulations set forth in this section except as otherwise specified in other sections. 15.2 Coordination. Contractor shall coordinate all details of the equipment with other related parts of the Work, including verification that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations in the Work required to accommodate equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. 15.3 Manufacturer's Experience. Unless specifically named in the Specifications, a manufacturer shall have furnished equipment of the type and size specified which has been in successful operation for not less than the past five years. 15.4 Workmanship and Materials. A. Supplier shall guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage or other failure. Materials shall be suitable for service conditions. RPA SUPPLEMENTARY CONDITIONS Page 15 B. All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable Engineering and shop practice. Individual parts shall be manufactured to standard sizes and gauges so that repair parts,furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests. C. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4- inch thick. 15.5 Value Engineering. Manufacturer may submit for review and approval proposed modifications to the design, materials or arrangements specified. Request shall clearly state the advantages, cost savings or other reasons for the proposed change. Acceptance of any proposed changes will be the sole discretion of the Engineer as proscribed under the "or equal" and "substitute item" clauses of the General Conditions. 15.6 Seismic Loading Design Provisions. Machinery, equipment, and components such as tanks, piping, and electrical panels, including their supports and anchorages, designed by manufacturers or suppliers, shall be designed in accordance with the provisions of the latest edition of the Uniform Building Code to withstand seismic loads for the Seismic Zone appropriate for the project location in addition to other loads. Design shall be performed by a licensed Professional Engineer familiar with seismic design. Submittals shall be certified, by the Design Engineer,that equipment designs conform to all applicable Uniform Building Code requirements including provisions to withstand seismic loads. 15.7 Single Source. Like items of equipment shall be the end product of one manufacturer in order to achieve standardization. 15.8 Manufacturer's Representative. A. Where specified,manufacturer shall provide a Manufacturer's Representative as required to assist in the installation,adjustment, startup, certification and operational training. B. Manufacturer's Representative shall be an employee of manufacturer who is factory trained and knowledgeable in the technical aspects of the products and systems. C. When the services of the representative are specifically required for a listed time period, the days shall represent eight(8)hours straight time exclusive of Saturdays, Sundays and holidays. Travel time is considered incidental to the work and will not apply to the required listed time. D. If listed time is not required, or is modified, an appropriate adjustment in payment shall be made. E. If the provided Manufacturer's Representative is found deficient in training or experience by the Owner or Engineer, the manufacturer shall furnish another acceptable representative. RPA SUPPLEMENTARY CONDITIONS Page 16 15.9 Certification of Compliance. A. Where specified, furnish certification of compliance for products specified to a recognized standard or code prior to the use of such products in the work. 1) Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by a certification of compliance. 2) Certifications shall be signed by the manufacturer of the product; state that the components involved comply in all respects with the requirements of the Specifications. 3) Furnish certification of compliance with each lot delivered to the job site and clearly identify the lot so certified. B. Products used on the basis of a certification of compliance may be sampled and tested at any time. The fact that a product is used on the basis of a certification of compliance shall not relieve Contractor of responsibility for incorporating products in the work which conforms to requirements of the Contract Documents. Products not conforming to such requirements will be subject to rejection whether in place or not. C. Engineer reserves the right to refuse permission for use of products on the basis of a certification of compliance. 15.10 Manufacturer's Certification of Proper Installation. Where manufacturer's certification is required in the Specifications, the manufacturer shall provide certification stating the following: A. The product or system has been installed in accordance with the manufacturer's recoimnendations. B. The product or system has been inspected by a manufacturer's authorized representative. C. The product or system has been serviced with the proper lubricants. D. Applicable safety equipment has been properly installed. E. Proper electrical and mechanical connections have been made. F. Proper adjustments have been made and the product or system is ready for functional testing,plant startup, and operation. 15.11 Functional Test Certification. Where a certification of functional testing is specified for certain equipment, Contractor(as applicable to the equipment furnished) shall state in writing that: A. Necessary hydraulic structures,pumps,valves, etc. have been successfully tested. B. Necessary equipment systems and subsystems have been checked for proper installation, started, and successfully tested to indicate they are operational. RPA SUPPLEMENTARY CONDITIONS Page 17 C. Adjustments and calibrations have been made. D. The systems and subsystems are capable of performing their intended functions. E. The facilities are ready for performance testing, or for startup and intended operation, as applicable. 15.12 Performance Test Reports. Prepare and submit performance test reports where specified for equipment systems. 15.13 Accessories. All equipment shall be provided with the following accessories as applicable. A. Safety Guards: All belt or chain drives, fan blades, couplings, and other moving or rotating parts shall be covered on all sides by a safety guard in complete accordance with the requirements of OSHA. Safety guards shall be fabricated from 16 USS gauge or heavier galvanized or aluminum-clad sheet steel or 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor. locations shall be designed to prevent the entrance of rain and dripping water. B. Anchor Bolts: Equipment manufacturers shall provide anchor bolt size, location and loads, including seismic loading. Anchor bolts will be provided by others, unless noted to be supplied by the equipment manufacturer in the Equipment Specifications. C. Lifting Lugs: Equipment weighing over 100 pounds shall be provided with lifting lugs. D. Identification Plates: A 16-gauge stainless steel piece of equipment identification plate shall be securely mounted on each in a readily visible location. The plate shall bear the 1/4-inch die-stamped equipment identification number indicated in this Specification and/or shown on the Drawings. E. Special Tools: Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. F. Spare Parts: 1) Furnish all spare parts specified or purchased prior to requesting the issuance of a Certificate of Completion and/or operation of the equipment by the Owner. 2) Spare parts and special tools shall be properly packaged to avoid damage, in their original cartons insofar as possible, and shall be stored in a location as determined by the Engineer. Any spare parts found to be damaged or otherwise inoperable at the time of delivery shall be replaced or, if approved by the Engineer,satisfactorily repaired. RPA SUPPLEMENTARY CONDITIONS Page 18 3) Spare parts and special tools shall be labeled with a minimum 3-inch by 6-inch manila spare parts tag with such information as the part description, the manufacturer's part number, the applicable equipment description and manufacturer, the quantity of parts delivered in each package, the applicable specification section, and the Contractor's and Project's name. This tag shall be firmly affixed to,and prominently displayed on the outside of each package. 15.14 Lubrication. A. Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants. B. Lubricants of the type recommended by the equipment manufacturer shall be provided in sufficient quantity to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Unless otherwise specified or permitted,the use of synthetic lubricants will not be acceptable. C. Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. i 16. BLASTING If explosives are necessary for excavation purposes,the Contractor must comply with all local, state and federal regulations governing the use of explosives and shall be responsible for obtaining any necessary blasting permits. The Contractor's use, transportation, handling, and storage of explosives for construction blasting shall be under the supervision and direction of a construction blaster licensed by the Montana Division of Workers' Compensation. A copy of the blasting license and the blaster's experience shall be submitted to the Engineer before any explosives are brought to the project area. It will be the blaster's responsibility to design and initiate blasting. The Contractor is responsible for ensuring compliance with all laws and regulations concerning explosives. The Contractor shall submit a copy of the blasting plan to the Engineer. This plan is for record and con- struction purposes and shall not relieve the Contractor from using proper blasting procedures. The plan shall include, at a minimum,the following items: • Methods and equipment for transporting explosives and detonators. • Type and location of storage facilities. • Type and quantity of explosives. • Primer assembly procedure and location. • Employee training programs. • Provisions for protecting persons,structures,private, and public property. RPA SUPPLEMENTARY CONDITIONS Page 19 i • Provisions for developing and distributing a daily blasting schedule. • Provisions for disposal of explosives,blasting agents, and associated materials. • Hours of proposed blasting. Additionally, the Contractor shall be bound by and adhere to the blasting requirements included in Section 203.03.1 in the 2006 Edition of the Montana Department of Transportation Standard Specifications for Road and Bridge Construction, and all supplements thereto. Following blasting, the Contractor shall, at no additional cost to the Owner, regrade any surface damage or subsidence and repair any other damage that may have occurred due to the blasting including damage claimed by outside parties. The Contractor shall be required to obtain insurance required for the use of explosives and shall not commence work until such insurance has been submitted and approved by the Owner and the Engineer. The Contractor shall also submit written confirmation that all landowners and any other potentially-affected parties have been notified of the proposed blasting. No additional payment will be allowed for blasting or repair of any resultant damage. The Contractor assumes complete and absolute liability for any damage or injury caused by blasting, including any re- pairs needed or compensation awarded. The Contractor also agrees to hold harmless the Owner, the Engineer, and the landowner from any claims resulting from his blasting operations. 17. CONTRACT DOCUMENT DISCREPANCIES 17.1 In the event that any provision of one Contract Document conflicts with the provision of another Contract Document, the provision in that Contract Document first listed below shall govern, except as otherwise specifically stated: • Agreement • Addenda to Contract Documents • Performance and Labor&Materials Bonds • Bid Proposal • Bid Security • Special Provisions • Invitation to Bid • Instructions to Bidders • Drawings Technical Specifications • RPA Supplementary Conditions • General Conditions 18. PROJECT CLOSE-OUT 18.1 Once the Contractor has completed construction, a substantial completion inspection is held to assess any remaining or corrective work and permit close-out of the Contract. The following conditions must be met before the substantial completion inspection is scheduled: • Work must be substantially complete and fit for its intended purpose. RPA SUPPLEMENTARY CONDITIONS Page 20 • Contractor must file a Contractor's Certificate of Completion (form found under Miscellaneous Forms in Appendix A) requesting a substantial completion inspection by the Owner and Engineer. 18.2 Following the inspection, the Engineer prepares and signs a Certificate of Substantial Comple- tion and attaches a list of any remaining or corrective work needed based on the inspection.The Certificate is sent to the Contractor, who must complete the listed work. After the Engineer verifies its completion,the construction is considered fully complete. The Owner may also wish to field-verify proper completion. 18.3 Prior to final payment including release of retainage,the Contractor must furnish these items to the Engineer: • Completed Affidavit on Behalf of Contractor (lien release) using the form provided in the Contract Documents under Miscellaneous Forms. • Executed copies of any pending Change Orders or claims. • The final Change Order shall reconcile bid quantities to reflect actual quantities for projects containing unit price items. • Completed,revised and annotated record drawings and survey notes. • Additional Copies of O&M manuals and warranties as specified. • Final Payment Request for balance of Contract Price due. • Completed Consent of Surety Company to Final Payment using the form provided in the Contract Documents under Miscellaneous Forms. • Certification of Payment of Prevailing Wage Rates as/if required by agencies providing funding for the project. Upon receipt and approval of these items, the Engineer will recommend final payment. The retainage will be released with the final payment. 19. SYSTEM COMMISSIONING AND CLEANUP 19.1 Scope. This section covers the final preparations required to place the various components into operation. 19.2 Final Conditioning. Before final acceptance is made, the entire work shall be cleaned and conditioned. This shall consist of the following: A. Grease, oil, grit, dirt,grime, debris, and other foreign materials shall be removed; B. Nicks, scratches, voids, holidays, and other imperfections in painted surfaces shall be touch-up painted with matching paint; RPA SUPPLEMENTARY CONDITIONS Page 21 C. Chips, voids, cracks, and other imperfections in exposed concrete shall be repaired with methods and materials approved by the Engineer; D. Threaded fasteners shall be checked for tightness; E. Doors, windows, hatches, and other mating surfaces shall be adjusted to fit square in their respective framework; F. Driveways and parking areas shall be fine-graded; and G. Landscaping shall be fine-graded and re-established where necessary. 19.3 System Demonstrations. A. The Contractor and his major manufacturers shall demonstrate the operation of each and every piece of equipment to the Engineer, Owner, and the Owner's operator. The Contractor shall demonstrate all maintenance requirements and reference the require- ments of the Operations and Maintenance Manual for each piece of equipment. B. A plan for system start-up shall be submitted to the Engineer for approval, before the start-up will be allowed. 19.4 Removal of Construction Equipment, Tools, and Supplies. At the completion of this Contract, before acceptance of the work by the Owner,the Contractor shall remove all of his equipment, tools, and supplies from the property of the Owner. Should the Contractor fail to remove such equipment, tools, and supplies, the Owner shall have the right to remove them at the Contractor's expense. 20. WARRANTY The contractor shall warranty all materials and equipment furnished and work performed for a period of two years from the date of substantial completion. The contractor warrants and guarantees for a period of two years from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. hi the event the contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects,the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the two-year warranty period. In addition, the Contractor shall be required to attend a warranty inspection, approximately 23 months after substantial completion. The Owner and Engineer will also be present at this inspection. All components of the project will be inspected for defects in materials or workmanship. Any defects found shall be repaired by the Contractor as set forth in the previous paragraph. RPA SUPPLEMENTARY CONDITIONS Page 22 SECTION IV SPECIAL PROVISIONS Intentionally Left Blank I SECTION IV I SPECIAL PROVISIONS i CONTENTS 1. Project Description 2. Site Inspection and Prebid Conference 3. Project Related Contacts i 4. Contract Time and Liquidated Damages 5. Certificates of Insurance 6. Additional Insureds 7. Safety Standards I 8. Payments to Contractor 9. General Construction Requirements 10. Engineering Interpretations 11. Continuing Performance 12. Engineering,Inspections, and Testing I 13. Construction Surveys by Contractor 14. Utilities 15. Site Access i 16. Construction Facilities and Controls 17. Disposal of Used Water 18. Site Dewatering 19. Smoke and Dust Control 20. Water Pollution/Sediment Control 21. Sanitary Facilities 22. Use of Completed Portions 23. Record Drawings I 24. OSHA Regulations 25. Shoring 26. Permitting 27. Spoils Disposal 28. Construction Schedule and Sequencing I 29. City Water 30. Maintenance of Flows 31. Traffic Control 32. Haul Roads i 33. Soils Information 34. Measurement and Payment f i f I l SPECIAL PROVISIONS r Page 1 1. PROJECT DESCRIPTION The proposed work consists of construction of a new 48" DI water transmission main off of Sourdough Road and Nash Road. This project includes construction of approximately 2,813 feet of 48" and 52 feet of 30" buried DI water piping, water valves, blow offs and related improvements. 2. SITE INSPECTION AND PREBID CONFERENCE All Bidders should satisfy themselves as to the construction conditions by personal examination of the site of the proposed work and any other examination and investigation that they may desire to make as to the nature of the construction and the difficulties to be encountered. A prebid conference will be held on site. See Invitation to Bid in these Contract Documents for time and location. Those interested in bidding the project are encouraged to attend this meeting. 3. PROJECT RELATED CONTACTS Wherever in these Documents the word "Owner" appears, it shall be understood to mean the City of Bozeman. Owner: City of Bozeman 121 North Rouse P.O.Box 1230 Bozeman,MT 59771-1230 Shawn Kohtz, City Engineer Telephone: (406) 582-2300 Wherever in these Documents the word "Engineer" appears, it shall be understood to mean Robert Peccia & Associates, Inc. The firm of Robert Peccia & Associates, Inc. has been duly authorized by the Owner as the Engineer for the engineering design, submittal review, and construction observation and will serve as the "Engineer" for those functions as related to this project. En ig neer: Robert Peccia&Associates 3147 Saddle Drive,P.O. Box 5653 Helena, MT 59601 Contact Person: Chris Hayes Telephone: (406) 439-3108 4. CONTRACT TIME AND LIQUIDATED DAMAGES 4.1 Contract Time: Contract time for the entire project is 75 Calendar Days. 4.2 Liquidated Damages: Subject to the provisions of the Contract Documents, the Owner shall be entitled to liquidated damages for failure of the Contractor to SPECIAL PROVISIONS Page 2 I complete the work within the specified contract time. Work will be considered complete once substantial completion has been accomplished and all subsequent punchlist items have been satisfactorily completed. A. The Bidder further agrees to pay liquidated damages for failure to complete the work within the specified contract time and for expenses incurred by the Owner for unscheduled employment of the Engineer during the contract time overrun. B. As compensation for non-use, the Contractor shall be assessed a liquidated damage of$500 per calendar day for each day that the work remains uncompleted beyond the i contract period for that particular Schedule. As compensation for expenses incurred for unscheduled employment of the Engineer, the Contractor shall be i assessed an additional liquidated damage as outlined in the Supplementary Conditions. 5. CERTIFICATES OF INSURANCE i i The Contractor is responsible for providing the Owner with copies of Certificates of Insurance as discussed in Paragraph 5.03.A of the General Conditions. 5.1 Failure of Owner to demand such certificates or other evidence of full compliance i with the insurance requirements outlined in the General Conditions and RPA i Supplementary Conditions, or failure of Owner to identify a deficiency from evidence provided, shall not be construed as a waiver of Contractor's obligations to maintain such insurance. 5.2 By requiring the insurance and insurance limits specified, Owner does not represent that coverage and limits will necessarily be adequate to protect ! Contractor, and such coverage and limits shall not be deemed as a limitation on i Contractor's liability under the indemnities granted to Owner in the Contract i Documents. 6. ADDITIONAL INSUREDS In accordance with the insurance requirements outlined in the General Conditions and RPA Supplementary Conditions the following entities shall be included as additional insureds: OWNER: City of Bozeman ENGINEER: Robert Peccia and Associates ENGINEER'S CONSULTANTS: SK Geotechnical APPLICABLE LANDOWNERS: Michael M.Nash APPLICABLE LANDOWNERS: Sarah Nash Zimmer APPLICABLE LANDOWNERS: Gallatin County SPECIAL PROVISIONS Page 3 Use the Additional Insured Endorsement CG 20,32 or equivalent acceptable to the Owner and Engineer. 7. SAFETY STANDARDS The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons (including employees) and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, and regulations. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. The Contractor shall develop and maintain for the duration of this contract a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of the work does not include review or approval of the adequacy of the Contractor's safety program, safety supervisor, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the jobsites, safety equipment applicable to the work as prescribed by the aforementioned authorities, all articles necessary for giving first-aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees)who may be injured on the jobsite. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. In addition, the Contractor must promptly report in writing to the Owner and the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to,the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any Subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Owner and the Engineer, giving full details of the claim. The Contractor shall take all necessary provisions for safe handling of chemical amendments and potentially hazardous wastes, including apprising himself of hazards, developing safety plans, providing emergency and decontamination services, and developing spill containment procedures. SPECIAL PROVISIONS Page 4 8. PAYMENTS TO CONTRACTOR 8.1 Scope. This section supersedes the sections of the General Conditions pertaining to payments to the Contractor, to be in compliance with MCA 28-2-2103 as amended on October 1, 2003. If an alternate billing, approval, and/or payment cycle is required for this project those provisions are discussed in the"Instructions to Bidders" section of these Contract Documents and shall supersede this section on Payments to the Contractor. 8.2 Application for Partial and Final Pa ment. The Contractor shall prepare and submit four (4) copies of the Application for Payment on a monthly billing cycle. i At the preconstruction conference it will be agreed upon which day of the month this application should be submitted so that it coincides with the Owner's billing approval and payment schedule. After the first partial payment request is submitted the Contractor shall submit their subsequent applications on the same i date each month for the duration of the project. After the Contractor submits their Application for Payment the Owner will have twenty-one (21) calendar days to review and approve payment for the entire ! amount of the request, or the undisputed portion of the request. During this same time period the Engineer will review the payment request and make recommendations to the Owner on the items which the Engineer feels are ( approved for payment, and which items are in dispute. Items which are in dispute will be documented in writing and provided to the Contractor for correction and i resubmission on subsequent payment requests. The undisputed portion will be approved for payment and will be paid within seven (7) calendar days after approval. Five percent (5%) retainage of all partial payments will be withheld from payment until the completion of the project as discussed in the Measurement &Payment section of these Special Provisions. The Final Application for Payment, including release of the five percent (5%) retainage, may only be submitted after the Engineer has signed the Certificate of Substantial Completion and all punchlist items have been addressed as described in Supplementary Condition 18. 9. GENERAL CONSTRUCTION REQUIREMENTS 9.1 Quality Assurance. The Engineer will monitor the construction of work covered by this section to determine if the work is being performed in accordance with the contract requirements. The Engineer does not have the authority or the means to control the Contractor's methods of construction. It is,therefore,the Contractor's responsibility to utilize all methods, equipment, manpower, and other means necessary to assure that the work is installed in compliance with the Drawings and Specifications, and laws and regulations applicable to the work.All buried work items shall be installed in the presence of the Engineer or may not be considered for payment. SPECIAL PROVISIONS Page 5 9.2 Grade and Alignment. The Engineer will provide benchmark elevations throughout the entire project area as necessary. The Contractor shall provide,with his own equipment,tools,material, and labor, all intermediate line and grade control necessary to install the work within the tolerances specified. The Contractor shall calibrate and maintain all line and grade control equipment, including transits, levels, lasers, and other equipment,periodically to assure their accuracy. 9.3 Tolerances. Construction tolerances for the work, shall be as outlined in the Technical Specifications. 9.4 Construction Limits. Construction easements across private property are shown on the drawings. Where construction limits, or property lines, are not specifically called out on the Drawings,the limit shall be 20 feet,when measured from the centerline of the new pipe, or to the adjacent property line,whichever is less. Disturbance and equipment access beyond this limit is not allowed without the written approval of both the Engineer and the owner of the affected property. If so approved, disturbance beyond construction limits shall meet all requirements imposed by the landowner and shall be performed by the Contractor at no additional cost to the Owner. 9.5 Areas of Disturbances. Approved areas of disturbance are those areas disturbed by construction activities within the construction limits and along designated or approved access routes. Such areas shall require reclamation and revegetation operations, including grading to the original contours,topsoiling with salvaged or imported topsoil, seeding, fertilizing,and mulching as specified herein. Other areas that are disturbed by the Contractor's activities outside of the limits noted above will be considered as site damage or unapproved areas of disturbance subject to the repair and replacement quality as specified herein. Such areas will also require the reclamation and revegetation operations noted above and as specified herein,but costs of such work shall be borne by the Contractor. This includes areas selected by the Contractor outside the defined construction limits for mobilization, offices, equipment, or material storage. The Contractor shall order sufficient materials to perform the required work for all areas of disturbance. The Owner will pay for the required revegetation work in all approved areas of disturbance. The Contractor will pay for the required revegetation work in all unapproved areas of disturbance. 10. ENGINEERING INTERPRETATIONS 10.1 Engineering Decisions: It is realized that timely engineering decisions on construction activities or results have an important bearing on the Contractor's schedule. On this project the Engineer will make every effort to have a Resident Project Representative (RPR)readily available to the project during the SPECIAL PROVISIONS Page 6 construction period,who has the authority to make judgment calls on matters dealing with interpretation of the plans and specifications,with the one qualification; that he shall have the right to take twenty-four(24)hours to confer with other Engineers before giving said decision. 10.2 When the decision affects a plan design or specification change, it should be ' realized that more time may be required than twenty-four(24)hours to gain the necessary Owner and funding source participation in the decision process i including time for formal change order preparation as required. 11. CONTINUING PERFORMANCE i 11.1 Scope. This section supplements the procedures set forth in the General Conditions to be followed in the event any part of the work or any change thereto becomes disputed.Resolution of unresolved disputes is discussed in the General Conditions. 11.2 Maintenance of Progress. Time is of the essence in completion of this project. The Contractor shall continue to actively execute all work.Failure of the Contractor to actively and effectively pursue the work shall be sufficient grounds i for the Owner to terminate the services of the Contractor as provided in Section 15.02 of the General Conditions except,however,that a 10-day notice of termina- tion shall be given only once.Resumption of work by the contractor, after receiving notice of termination,will not reinstate the 10-day notice period; and the Owner may at any time after the 10-day period immediately take whatever action the Owner deems necessary to maintain the construction schedule, at the Contrac- tor's expense. 12. ENGINEERING,INSPECTIONS,AND TESTING All work will be tested and inspected to insure compliance with the Contract Documents. ` Complete payment will not be made until the Contractor has demonstrated that the work is complete and has been performed as required. If the Engineer detects a discrepancy between the i work and the requirements of the Contract Documents at any time,up to and including final in- spection, such work will not be completely paid for until the Contractor has corrected the deficiency. The Engineer will monitor the construction of work to determine if the work is being performed in accordance with the contract requirements. The Engineer does not have the authority or means to control the Contractor's methods of construction. It is,therefore, the Contractor's responsibility to utilize all methods, equipment,manpower, and other means necessary to assure that the work is installed in compliance with the Drawings and Specifications, and laws and regulations applicable to the work. Any discrepancies noted shall be brought to the Contractor's attention, who shall immediately correct the discrepancy. Failure of the Engineer to detect a discrepancy will not relieve the Contractor of his ultimate responsibility to perform the work as required. ` SPECIAL PROVISIONS Page 7 The Contractor shall inspect the work as it is being performed.Any deviation from the Contract requirements shall be immediately corrected. Prior to any scheduled inspection by the Engineer, the Contractor shall again inspect the work and certify to the Engineer that he has inspected the work and it meets the requirements of the Contract Documents.All buried work items shall be inspected by the Engineer prior to backfilling or may not be considered for payment. The work will be subject to review by the Owner,whose findings shall be as valid as those of the Engineer. The results of all such observations shall be directed to the Contractor through the Engineer. 12.1 Testing and Inspection Services Provided by the Contractor. The Contractor shall provide the following services: a. Preparation and certification of all required shop drawings and submittals as described in the Supplementary Conditions. b. Tests as required by the Contract Documents which include, but are not limited to compaction testing,material gradations,fine soil analysis, pressure tests, leakage tests, bacteria tests,and chlorine residual testing. All tests requiring the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent commercial testing laboratory acceptable to the Engineer. The laboratory shall be staffed with experienced technicians properly equipped, and fully qualified to perform the tests in accordance with the specified standards. C. Moisture-density curves of the different types of backfill and bedding material encountered or supplied. d. The Contractor shall arrange for and pay for an independent laboratory to take and break concrete test cylinders, slump, and air testing as called out in the Technical Specifications. e. The Contractor shall provide the Engineer with a written schedule indicating dates for specific testing and inspection services to be performed. The schedule shall be updated as required to give the Engineer at least one week's advance notice. The Contractor shall notify the Engineer immediately of any change or shall be subject to pay engineering fees as herein defined. f. Maintenance of project record drawings. g. The Contractor shall arrange for and pay for all tests required not specifically identified below as being performed by the Engineer. SPECIAL PROVISIONS Page 8 i i 13. CONSTRUCTION SURVEYS BY CONTRACTOR The Contractor will be responsible for all layout and construction staking utilizing the Engineer's existing control and coordinate data for street, sidewalks, monuments, manholes, and any other i construction which requires surveying. Dimensions and elevations indicated in layout of work shall be verified by the Contractor. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the Engineer for adjustment before work is performed. Existing Engineer Control: The Engineer has set survey control (horizontal and vertical) for use in the design and ultimately the construction of these improvements. A listing of the coordinates and vertical elevation for each of these control points is included in the Plans. From these control points the Contractor shall layout the work by establishing all lines and grades at the site necessary to construct the work and shall be responsible for all measurements that may be i required for the execution of the work to the location and limit marks prescribed in the specifications or on the Contract Documents. i Several of the Engineer's control points may have been disturbed or accidentally removed before contractor layout begins. The Contractor will be responsible for verifying the accuracy of all control points and laying out all critical project points with the remaining control points. The Contractor will be responsible for preserving and protecting the survey control until proper referencing by the Contractor has been completed. Any survey control obliterated, removed, or i otherwise lost during construction will be replaced at the Contractor's expense. Any claims relating to survey location or construction staking accuracy must be supported by original control point data and verified in the field to the satisfaction of the Engineer. The Contractor will utilize the services of a Professional Land Surveyor, currently licensed in the State of Montana, for the construction staking for this project. Minimum project staking { frequencies are as follows: a. Utility Mains: All utility mains shall be staked with offset hubs every 50 feet with cut/fill and station information clearly identified. hi addition, all services, laterals, valves, hydrants, curb stops, manholes, drain inlets, area drains and caps (for both services and mains) shall be staked with offset hubs with cut/fill and station information clearly identified. The Contractor will field verify the vertical elevation of all system manholes. The Contractor will not order manholes until the field verification of rim elevations and also exploratory excavations where specified, are complete and furnished to the Engineer for verification. Contractor shall be aware of property pins. Damage to these pins will require replacement of such by a registered land surveyor at no cost to the owner. The Contractor is responsible for the location and elevation of all the construction contemplated by the Contract Documents. The Contractor is responsible for documenting the location, color, and type of any pavement markings so markings can be reinstalled in existing locations. SPECIAL PROVISIONS Page 9 Prior to commencing work, the Contractor shall carefully compare and check all drawings, each with the other that in any way affects the location or elevation of the work to be executed by him, and should any discrepancy be found, he shall immediately report the same to the Engineer for verification and adjustment. Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at his sole expense. For surveys necessary to determine the amount of progress payments, the Contractor will be required to furnish all personnel, equipment and material required to make such surveys as are necessary to determine the quantities of work performed or placed during the period covered by the progress payment. All original field notes, computations and other records taken by the Contractor for the purpose of quantity and progress surveys shall be furnished promptly to the Engineer and shall be used to the extent necessary in determining the proper amount of payment due to the Contractor. These field notes, computations and other records shall be neat and orderly. Field notes shall be complete and in a standard format approved by the Engineer. Unless waived, all quantity surveys made by the Contractor may be reviewed by the Engineer. No separate payment will be made for the work covered under this section of the Specifications and all costs in connection therewith shall be included in the price bid for related work items. 14. UTILITIES The exact locations of existing underground utilities that may conflict with the work are not precisely known. It shall be the Contractor's responsibility to contact the owners of the respective utilities and arrange for field location services. The Contractor alone is responsible for coordinating the work with the utility owners.Any delay resulting from the utilities is the Contractor's responsibility and shall not be cause for an increase in contract time. 14.1 Notification. The Contractor shall contact, in writing, all public and private utility companies that may have utilities that may be encountered during excavation. The notification shall include the following information: * The nature of the work that the Contractor will be performing. * The time, date and location that the Contractor will be performing work that may conflict with the utility. * The nature of work that the utility will be required to perform such as moving a power pole, supporting a pole or underground cable, etc. * Requests for field location and identification of utilities. A copy of the letter of notification shall be provided to the Engineer. During the course of construction,the Contractor shall keep the utility companies notified of any change in schedule or nature of work that differs from the original notification. 14.2 Identification. All utilities that may conflict with the work shall be the Contractor's responsibility to locate before any excavation is performed.Field markings provided by the utilities shall be preserved by the Contractor until actual excavation commences.All utility locations on the Drawings should be SPECIAL PROVISIONS Page 10 considered approximate and should be verified in the field by the Contractor. The Contractor shall also be responsible for locating all utilities that are not located on the Drawings. 14.3 Removal or Relocation of Utilities. This section applies to electric power, gas, telephone and television utilities. Whenever there is a direct conflict between the work being performed and the utility,the Contractor shall be responsible to remove, relocate or temporarily support the utility during the course of construc- tion.Any charges by the utility for removing, relocation or temporarily supporting the utility shall be paid for by the Contractor. 14.4 Public Utilities. Water, sewer, storm drainage, street lighting and other utilities owned and operated by the public entities shall, unless otherwise specifically requested by the utility owner,be removed, relocated, supported or adjusted as required by the Contractor at the Contractor's expense. All such work shall be in accordance with these Specifications, or the Owner's Standard Specifications or written instructions when the work involved is not covered by these Specif- ications. 14.5 Other Utilities.Utilities owned and operated by private individuals,railroads, ( school districts, associations, or other entities not covered in these Special Provisions shall,unless otherwise specifically requested by the utility owner, be removed,relocated, supported or adjusted by the Contractor at the Contractor's ex- pense.All work shall be in accordance with the utility owner's directions, or by methods recognized as being the standard of the industry when directions are not Q given by the owner of the utility. ' 14.6 Damage to Utilities and Private Property. The Contractor shall protect all utilities and private property and shall be solely responsible for any damage resulting from his construction activities. The Contractor shall hold the Owner and Engineer harmless from all actions resulting from his failure to properly protect utilities and private property. All damage to utilities shall be repaired at the Contractor's expense to the full satisfaction of the owner of the damaged utility or property. The Contractor shall provide the Owner with a letter from the owner of the damaged utility or property stating that it has been repaired to the utility owner's full satisfaction. 14.7 Water Mains and Services. All water mains and services exposed during construction shall be adequately supported and protected from freezing at all times. Sections of water mains shall not be valved off without first giving the Owner sufficient notification and receiving authorization from the Engineer. Unless otherwise permitted in writing by the Owner,water mains and services shall not be shut off for more than 8 hours.All affected water service customers shall be notified by the Contractor in advance of any interruption of service. SPECIAL PROVISIONS Page 11 Whenever a water main or service is damaged as a result of the Contractor's operations,the Contractor shall take immediate steps to repair the damage and disinfect all water mains and services contaminated as a result of the damage. Existing water services from the mains to private property which interferes with trenching operations may be cut and replaced at the Contractor's option and expense provided the requirements for notification, length of interruption, and disinfection specified above are adhered to. 14.8 Maintenance of Flows.Adequate provisions shall be made for maintaining the flow of sewers, drains, and water courses encountered during construction. Culverts, ditches,fences, crosswalks, and structures which are disturbed by this construction shall be satisfactorily restored to their original condition upon com- pletion of the work. 14.9 Structures. The Contractor shall exercise every precaution to prevent damage to existing buildings or structures in the vicinity of his work. Contractor is responsible for determining whether work will potentially affect existing buildings or structures. In the event of such damages,he shall repair them to the satisfaction of the owner of the damaged structure at no cost to the Owner. 14.10 Overhead Utilities.The Contractor shall use extreme caution to avoid a conflict, contact, or damage to overhead utilities, such as power lines, street lights, telephone lines,television lines,poles, or other appurtenances during the course of construction of this project. 14.11 Buried Gas and Petroleum Lines. The Contractor shall provide some means of overhead support for buried gas and petroleum lines exposed during trenching to prevent rupture in case of trench caving. 14.12 Pavement Removal. Where trench excavation or structure excavation requires the removal of curb and gutter, concrete sidewalks, or asphaltic or concrete pavement, the pavement or concrete shall be cut in a straight line parallel to the edge of the excavation by use of a spade-bitted air hammer, concrete saw, colter wheel, or similar approved equipment to obtain a straight, square clean break.Pavement cuts shall be 2 feet wider than the actual trench opening as indicated in the Drawings. 14.13 Survey Markers and Monuments. The Contractor shall use every care and pre- caution to protect and not disturb any survey marker or monuments, such as those that might be located at lot or block corners,property pins, intersection of street monuments or addition line demarcation. Such protection shall include markings with flagged high lath and close supervision.No monuments shall be disturbed without prior approval of the Engineer.Any survey marker or monument that is disturbed by the Contractor during the construction of the project shall be replaced at no cost to the Owner by a licensed professional land surveyor. SPECIAL PROVISIONS Page 12 1 i 15. SITE ACCESS ` Site access is shown on the Construction Drawings. The Contractor shall only work within approved easements on private property. The Contractor shall not unreasonably encumber the site or public rights-of-way with his materials and construction equipment. The Contractor shall comply with all reasonable instructions of the Owner's representative and the ordinances and t codes of government agencies regarding signs,traffic, fires, explosives, danger signals and barricades. - 16. CONSTRUCTION FACILITIES AND CONTROLS 16.1 Temporary Utilities. The Contractor shall provide all temporary electrical, lighting,telephone,heating, cooling,ventilating,water, sanitary,first aid,fire protection,and other utilities and services necessary for the performance of the work. All fees, charges, and other costs associated therewith shall be paid for by the Contractor. 16.2 Barriers. * The Contractor shall temporarily remove all signs,fences, barricades, minor structures, and other obstructions that interfere with the prosecution of the work. Removal shall not extend beyond designated construction limits or rights-of-way without first obtaining written authorization from the owner of the barrier. Fences and barricades used for the confinement or exclusion of livestock, animals, or persons shall be replaced at the end of each work day to the extent necessary to perform the restrictive intent of the barrier. * Unless otherwise directed by the Engineer or indicated on the Drawings, all barriers so removed shall be replaced following the completion of the work to as good or better condition than existed prior to the start of work. This requirement applies to small trees and decorative shrubs as well as signs,fences, barricades, and minor structures. The Contractor shall replace at his own expense all barriers damaged or destroyed. 16.3 SecurAy. The Contractor shall provide all security measures necessary to assure the protection of his plant and equipment,products and materials in storage, completed work, and the project in general. 16.4 Temporary Controls. The Contractor is reminded state,federal, and local laws and regulations require the Contractor to provide controls to limit or prevent nuisance and pollutive work methods and procedures. SPECIAL PROVISIONS Page 13 17. DISPOSAL OF USED WATER The Contractor can use City water from the treatment plant to fill the water main for testing and chlorination. Disposal of used water and any permits associated with work shall be the responsibility of the Contractor. The approximate volume of the 48-inch main is 260,000 gallons. Discharge of chlorinated water is the responsibility of the Contractor. It is the Contractor's cost and responsibility to dispose of the test water and chlorination water per the City of Bozeman requirements. The Contractor is required to have landowner permission for disposal of any water on private property including in the City utility easement. Discharges to the surface are subject to permit and regulatory requirements and are the Contractor's responsibility. Discharge to sewer or storm drains must be coordinated with the Owner. 18. SITE DEWATERING Site dewatering, if required, shall consist of that dewatering necessary to construct the work as specified, including all excavation and embankment. The Contractor shall submit a plan for dewatering to the Engineer,but this plan is for informational purposes only. The Contractor is responsible for determining the appropriate method of dewatering and analyzing whether any dewatering will affect existing utilities, structures or buildings. The Contractor shall also be responsible for obtaining the necessary permits for discharge of the dewatering operations. 19. SMOKE AND DUST CONTROL The Contractor shall have informed himself of all applicable State Board of Health requirements and similar state or federal requirements pertaining to control of or abatement of air pollution.He shall have provided or be prepared to provide such air pollution control measures as are required to comply with the minimum standards established by such agencies. Hauling of material and transport of equipment along public roadways or through the towns and adjacent other structures and dwellings shall require effective dust abatement procedures. This also applies to the unloading and placement of spoils material at deposition sites. The Contractor shall utilize environmentally sound methods for watering and/or otherwise chemically treating dust generating surfaces to comply with all applicable legal standards for airborne particulates. Prior to any work,the Contractor shall submit a written plan for dust abatement procedures identifying at a minimum the following: * Times and nature of dust generating activity on public roads and at deposition sites. * Nature and chemical characterization of dust abatement materials to be used. * Method of application of dust abatement materials to be used. * Time schedule for application of dust abatement materials to be used. * Availability of equipment and operators for emergency application of dust abatement materials at other than scheduled times. Watering for dust control is considered incidental to the Contract and shall be performed at no additional cost to the Owner. SPECIAL PROVISIONS Page 14 20. WATER POLLUTION/SEDIMENT CONTROL i r The Contractor shall comply with all laws and regulations of the Montana Department of Environmental Quality and with all other federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes,ponds, and reservoirs with fuels, oils,bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. Sediment control provisions shall be used whenever work is conducted adjacent to drainages or watercourses to control silt in runoff. Adequate silt barriers or sediment traps shall be used to comply with statutory requirements for all stream-side work,both during and after working hours. Measures used may include staked straw bales, sediment ponds, and/or staked silt fence (Mirafi "Enviro-Fence", or equal). Sediment control measures shall be considered incidental to the Work, and no separate payment for them will be allowed. The Contractor will be solely responsible for the selection and implementation of sediment control measures to assure permit and statutory compliance. 21. SANITARY FACILITIES The Contractor shall furnish, install, and maintain ample sanitary facilities for all workmen.As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of state and local governments.All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. Costs for furnishing, installing, and maintaining sanitary facilities shall be considered incidental to other items of work, and no additional compensation will be allowed. 22. USE OF COMPLETED PORTIONS The Owner shall have the right to take possession of and use any completed or partially completed portions of the work,notwithstanding that the time for completing the entire work or such portions may not have expired;but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use causes refinishing of completed work,the Contractor shall be entitled to such extra compensation or extension of time or both, as agreed by the Owner. 23. RECORD DRAWINGS 23.1 The Contractor's Superintendent shall maintain at the project site, a"Record Set of Drawings" showing field changes, as-built elevations, unusual conditions encountered during construction, and such other data as required to provide the Owner with an accurate"as constructed" set of record drawings. The Contractor shall furnish the"Record Set"to the Engineer following the Final Inspection of the Project. 23.2. The Contractor's final estimate and final payment will not be processed until the "Record Set"of drawings are received and approved by the Engineer. SPECIAL PROVISIONS Page 15 24. OSHA REGULATIONS The Contractor will be required to comply with current Occupational Safety and Health Administration Construction Standards for Excavations. Any conflicting information between OSHA documents and these Contract Documents shall be revised so that the OSHA document requirements supersede and take precedence over all other conflicting information. The Contractor shall be required to obtain copies of the OSHA document and to complete a review of the same to avoid misinterpretation of their regulations. Hazardous Atmospheres: The Contractor shall prevent employee exposure to potentially harmful levels of contaminants and assure acceptable OSHA worker safety procedures are implemented. 25. SHORING The Contractor is responsible for providing all shoring or sheet piling during construction. Most of the underground utilities are located next to private property and shoring is anticipated. It is the Contractor's responsibility to provide adequate shoring to ensure that construction does not enter on to adjacent private properties or outside easements during construction. In lieu of shoring, the Contractor may negotiate the infringement onto these properties with the appropriate owners,however,these negotiations will not be included as part of this project or contract. 26. PERMITTING The Contractor is responsible for acquiring all permits necessary for construction of the Project. The list of permits below includes some of the permits required but may not be all inclusive. * All permits required for dewatering of the site * All permits required for storm water discharge/erosion control The City of Bozeman has Gallatin County Encroachment permits for Sourdough and Nash Roads. The Contractor is required to sign the Gallatin County Encroachment Permits P19-008 for Nash Road and P19-009 for Sourdough Road prior to starting work. Contactor must adhere to the Gallatin County Insurance Requirements. See Appendix C for Gallatin County Permits and Insurance Requirements. The City of Bozeman has applied for a SPA 124 Permit and Section 404 permit. 27. SPOILS DISPOSAL Contractor is required to dispose of all excess fill materials at an approved disposal area. 28. CONSTRUCTION SCHEDULING AND SEQUENCING Due to the existing water main needing to stay in operation,the following scheduling/sequencing requirements shall be adhered to: SPECIAL PROVISIONS Page 16 1. The existing 30"water main to town is cement coated/lined steel pipe. The contractor shall verify diameter and material of existing 30"pipe to verify transition coupling requirements. Cement coating will have to be removed to expose steel core for attachment of coupling. Coat all exposed steel with bitumastic coating before re-burying. Contractor to provide all temporary shoring, thrust restraint/thrust blocks and supports needed for tie-in work and to keep the 30-inch transmission main to town in service while the concrete thrust blocks cure. The static pressure at the tie-in points are approximately 18 psi. ` 2. Any connections and piping that cannot be isolated with new water valves must be visually inspected by the engineer prior to backfilling. Contractor is required to install temporary thrust restraint for the piping during inspection while the pipe is filled and tested with water. 3. The water main to Bozeman shall not be closed for longer than 8 hours at any time. Timing of any tie-in must be coordinated and approved by Water Treatment Plant Superintendent. 29. CITY WATER The City of Bozeman will allow the Contractor to use potable water from the water treatment plant. Contact Eric Campbell, City of Bozeman Superintendent at the Water Treatment Plant, ° (406) 582-2300. 30. MAINTENANCE OF FLOWS Water main to Bozeman from the Water Treatment Plant must remain fully operable during construction. Existing piping will need to remain operational during construction except during final tie-ins. Fittings that cannot be isolated by new valves will need to be restrained and visually f inspected for leaks by the Engineer before backfilling. r 31. TRAFFIC CONTROL r Traffic control shall be provided by the Contractor, so vehicle traffic is detoured safely and efficiently through the County and around the worksite. Access must be allowed residences at all times during construction. The Contractor is reminded that the traffic control plan must be submitted and approved by the County and Engineer prior to any construction activity. All traffic control shall be provided in full compliance with the Manual of Uniform Traffic Control Devices (MUTCD). The Contractor shall schedule his construction operations in a manner which will assure that: 1) the safety and convenience of motorists and pedestrians, and the safety of construction workers, are adequately met at all times; and 2)the project is completed in a manner most beneficial to the project as a whole. All signing and striping shall conform to the standards set forth in the Manual of Uniform Traffic Control Devices (MUTCD). SPECIAL PROVISIONS Page 17 Traffic control shall be provided in full compliance with MUTCD during materials hauling and equipment operation or transport along public roadways. Control shall include necessary signing, flag-persons, barricades, and hazard markers. At least one-way traffic shall be maintained at all times with continuous passage for emergency vehicles from either direction. In special cases as noted in the Special Provisions, maintenance of two-way traffic may be required. At the conclusion of daily construction activities, the Contractor shall insure that proper traffic control measures remain in effect overnight and through the weekend. This includes protecting any open excavations or other hazards. Prior to any construction, the Contractor shall prepare and submit a detailed traffic control plan in accordance with the Submittals Section. The plan shall include, at a minimum,the following: • Calendar time periods of proposed traffic interruptions and control. • Locations of all signs, markers, barricades, and other traffic control devices to be used. • Specifications for signs,markers, and barricades including references to MUTCD. • Locations for flag-persons where used, along with anticipated dates and hours of use. • Routing of any detours required. The traffic plan will be subject to review and approval by Montana Department of Transportation for roads under their jurisdiction, by the local county for county roads, by the local municipalities for municipal roads, and by the U.S. Forest Service or Bureau of Land Management for roads under their control. These approvals will be in addition to that provided by the Engineer in accordance with the Submittals Section. No work may commence until all approvals of the traffic plan have been secured. All haul routes shall be identified and shown in the Traffic Control Plan. 33. HAUL ROADS The Contractor must meet all City, County,MDT, and Federal Regulations and Load requirements. During spring thaw Nash Road, Sourdough Road, and other county roads may not hold up to heavy haul trucks. The County may impose stricter load restrictions during spring thaw or may not allow any haul trucks to operate at all during the spring thaw time period. If Nash Road, Sourdough Road or any other County road used as a haul route begins to fail,the contractor will be responsible for all repair and project delay costs should they occur. Bidders shall contact the Gallatin County Road Department to satisfy themselves of any constraints that may be placed on them that would affect the progress and cost of the project. If needed the Contractor may apply for a project shut-down for the spring thaw time period. 34. SOILS INFORMATION Soils information for this project was obtained by SK Geotechnical on October 2018. The soil boring locations are shown on the Construction Drawings and their laboratory test results are included in Appendix B. This information is provided for informational purposes only. Contractor remains responsible for analyzing site conditions when preparing their bid. SPECIAL PROVISIONS Page 18 35. MEASUREMENT &PAYMENT 1. Scope. This section describes the method of measurements and basis of payment for all work covered by the Contract Documents. For the purposes of this Contract,this Measurement and Payment Section shall govern and take precedence over all other references to measurement and payment(with exception to any addenda) referenced in these specifications. 2. Bid Prices. A. The bid price for each item of the Contract in the Bid Proposal shall cover all work shown on the Drawings and required by the specifications and other Contract Documents. All costs in connection with the work, including furnishing all materials, equipment, supplies and appurtenances;providing all required construction support plants, equipment, and tools; constructing and maintaining dewatering systems; and performing all necessary labor and supervision to fully complete the work, shall be included in the unit and/or lump sum prices bid in the Bid Proposal. The amounts shown on the Bid Proposal shall be the contract price. 1 B. No item that is required by the Contract Documents for the proper and successful completion of the work will be paid for outside of or in addition to the prices submitted in the Bid Proposal. All work not specifically set forth as a pay item in the Bid Proposal shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid. 3. Retainage. Retainage in the amount of 5%will be withheld from each progress payment. 4. Estimated Quantities. Any estimated quantities stipulated in the Bid Proposal or other Contract Documents are approximate and are to be used; (1) only as a basis for estimating the probable cost of the work and(2)for the purpose of comparing the bids submitted for the work. 5. Incidentals. The following measurement and payment sections do not necessarily name all the incidental items required by the Contract Documents to complete the work. The cost of all such incidentals shall be included in the various related bid items. Final payment will not be made until the work is complete and accepted by the Owner. 6. Method of Measurement. A. No measurement of items contained in this Contract will be made on items representing a lump sum bid. SPECIAL PROVISIONS Page 19 B. Measurement of items contained in this Contract will be made on the number of items represented by each unit installed and described in further detail in the payment section. 7. Basis of Payment. A. Mobilization,Bonding& Submittals (May Not Exceed 5% of Total Base Bid): * General: This bid item shall include mobilization, bonding, insurance, & permitting. * Work Included: • All labor, tools, equipment, materials, and incidentals necessary to complete the work as specified; • Transport and set up all equipment, materials and other items needed to complete the project; • All permits, coordination and compliance inspections required for work; • Bonding and Insurance; • Provide all submittals, the construction schedule, and other paperwork required prior to construction start up. * Measurement: Measurement for mobilization, bonding & submittals shall be one lump sum (LS) item. * Payment: Payment shall be by the lump sum (LS) item listed on the Proposal. Payment of this bid item will be allowed once the Contractor is fully mobilized, all submittals are received, and bond and insurance certificates have been submitted and approved; thereon 100% payment will be allowed. This bid item may not exceed five percent(5%) of the total base bid. B. Traffic Control: * General: This bid item shall include providing traffic control personnel and devices for all construction activities. * Work Included: • All labor, tools, equipment, materials, royalties, and incidentals necessary to complete the work as specified; • Prepare and provide a traffic control plan; • Obtain all required agency approvals and provide an approved traffic control plan; • Provide all traffic control devices and markers including devices for detours and flagging activities; • Provide all advanced notice traffic display boards or signs required by the County or City; • Provide all set up and take down of traffic control devices; • Provide personnel for flagging and other traffic control tasks as needed; SPECIAL PROVISIONS Page 20 i • Provide all other materials and services required to control traffic in the manner approved; and ' • Designation of a Traffic Control Manager who will be onsite during all construction activities. i * Measurement: Measurement for the traffic control shall be one lump sum (LS) item. * Patent: Payment shall be by the lump sum (LS) item listed on the proposal. Partial payments will be made on the basis of the percentage of the traffic control provided and removed from the project site. i C. Pipe: * General: This bid item shall include the installation of new pipes for each size shown in the Bid Proposal. i * Work Included: i • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • Provide all utility locates, surveys, intermediates stakes and grade control necessary; • All permitting required; • All utility crossings, repairs and slowdown associated with this work; • Exploratory excavation required to determine location, depth, and size of '. existing utilities that will be crossed or connected too; • Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; • Removal and replacement of barriers, such as fences, signs, guy wires, or culverts along the trench alignment; • Provide support for utility poles, light poles, etc. as required to facilitate t installation of pipe; • Trench excavation and native backfill, including clearing and grubbing, tree and bush removal, topsoil stripping and replacement, removing rocks larger than 1.5" from surface, trench support by shoring, and all material testing including gradation and compaction tests specified herein; i • All work and materials associated with the creek crossing including any by-pass pumping, any detour of creek flow, stream repair and bentonite r creek liner; • Remove and dispose of or salvage any existing piping, valves, valve boxes, hydrants, fittings, blow offs, or other specified obstructions abandoned or in service that are exposed during pipe installation; • Furnish and install all Type 1 bedding; • Fine grading of trenching outside the curb lines; • All work and materials for removing concrete coating from steel pipe and coating all exposed steel with asphaltic coating; SPECIAL PROVISIONS i Page 21 i • Furnish and install all main line pipe including couplings, transitions, reducers, tracer wire, corrosion protection, cathodic protection, lubricants, V-bio polyethylene encasement, bonded joints, thrust blocking, pipe restraints, gaskets, and appurtenances not included in other bid items; • City will provide utility markers and the Contractor will be required to install utility markers per plans; • Provide and install rigid foam insulation where required; • Provide all work and materials needed to furnish and install trench plugs including material testing; • All chlorination, dechlorination, bac-t tests, pipe acceptance testing, and disposal of chlorinated water; • Remove and dispose of any excess material generated by trenching operations; • Provide and install non-shrink backfill where required; • Provide all equipment, tools, fittings and materials for acceptance testing and making tie-ins as required including cleaning and disinfection of pipe and fittings; • Associated fittings not shown on the plans; • Utility relocations as required to facilitate pipe installation and as indicated on the plans; • Restoration of any gravel surfacing disturbed during trenching or backfilling operations; • All weed control for the duration of the warranty period; and • Site cleanup and demobilization; * Measurement: Measurement for new pipe will be by the linear foot (LF) of new pipe installed, including the length of all in-line valves and fittings. Measurement will be made from centerline to centerline between connections to existing or different sizes or classes of pipe or to the end cap where applicable. The measurement shall be along the centerline of the new pipe and shall be rounded to the nearest one foot. (This does not include branch lines for blow off piping). * Pam: Payment shall be made at the contract unit price bid per linear foot (LF) of each size of new pipe installed and approved. Payment for new pipe will be made only after all work in this section is complete including testing and disinfection. D. Buried Valves: * General: This bid item shall include the installation of buried valves for each size and type as shown in the proposal. Some valves may be incidental to other bid items. * Work Included: • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; SPECIAL PROVISIONS Page 22 • Trench excavation, including clearing and grubbing, topsoil stripping and replacement, dewatering, tracer wire, trench support by shoring, bracing and etc., final grading and cleanup, and gradation and compaction tests as specified herein; • Furnish and install all Type 1 bedding; i • Furnish and install all valves (that are not included with the blow offs), including thrust restraint, thrust blocks, coated rebar, V-bio polyethylene encasement, bonded joints, valve boxes, valve box lid, corrosion protection, cathodic protection, and lubricants; • Removal and disposal of any excess material generated by installing valves; and • Testing, cleaning and disinfection of the valve. * Measurement: Valves will be measured by the number of each (EACH) size and type of valve installed. (This does not include valves on branch lines for blow off piping). * Pa ment: Payment for valves shall be made at the contract unit price bid per each (EACH) valve installed. Payment for this item will only be made after the work covered by this section has been completed; the valve has passed all testing and has been disinfected and approved by the Engineer. F. Blow Off * General. This bid item shall include construction and installation of the blow off as detailed in the construction drawings. i * Work Included. • All labor, tools equipment,materials,royalties and incidentals necessary to complete the work as specified; • Provide all utility locates, surveys, intermediate stakes and grade control necessary; • Excavation and backfill; i • Clearing and grubbing,topsoil stripping and replacement; • Trench support, shoring(if necessary); c • All utility crossings,repairs and slowdown associated with this work; • Exploratory excavation required to determine location, depth, and size of existing utilities that will be crossed or connected too; • Exploratory excavation to locate existing water lines, services, sewers, storm drains, or any other utility or unknown items; • Removal and replacement of barriers, such as fences, signs, guy wires, or culverts along the trench alignment; • Provide support for utility poles, light poles, etc. as required to facilitate installation of pipe; • Removal and dispose of any excess material generated by excavation; • Exploratory excavation to locate existing water lines, services, sewers, I SPECIAL PROVISIONS Page 23 storm drains, or any other utility or unknown items; • Furnish and install all branch pipe in all sizes from the main, fittings, valves, valve box, air quik coupler, saddles, vent piping, tracer wire, bedding, thrust block,pipe restraints, and gravel surfacing as shown in the construction drawings; • All testing including pressure and bac-t tests; • Backfill, compaction, and material testing including gradation and compaction; and • Site cleanup and demobilization. * Measurement. Blow offs will be measured by the number of each (EACH) blow off assembly installed. * Payment. Payment for blow offs shall be made at the contract unit price bid per each (EACH) blow off installed. Payment for this item will only be made after the work covered by this section has been completed; the blow off has passed all testing and has been disinfected and approved by the Engineer. G. Dewaterin� * General. This bid item shall include all work necessary to dewater any location where groundwater is encountered, or where water is hindering the proper installation of any component of this project * Work Included. • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • All equipment, materials, labor, and appurtenances necessary for performing the work in accordance with the drawings; • All work necessary to develop a dewatering plan for submission; • Any hydrogeologic evaluation necessary to provide adequate dewatering on this project; • Dewatering on all aspects of the project; • All dewatering for installation of all piping, valves, tie-ins, blow offs and appurtenances; • Precondition survey of the site including photos and existing surface and structure elevations; • All permitting, coordination, and licensing required for project dewatering; • Site cleanup and demobilization. * Measurement. Measurement shall be on a lump sum basis. * Payment. Payment shall be made at the contract unit price bid for the lump sum bid item in the Proposal. Partial payment will be made on the basis of percentage of the project completed. SPECIAL PROVISIONS Page 24 H. Seeding Fertilizing and Mulching * General. This bid item shall include seeding, fertilizing and mulching of all areas disturbed by construction except those areas calling for gravel, concrete or pavement. ' * Work Included. • All labor,tools equipment, materials,royalties and incidentals necessary to complete the work as specified; • Clean all equipment and vehicles of weeds prior to arriving onsite; • Provide a weed control plan for review and acceptance; Remove all rocks larger than 1 %"from surface; • Provide weed control as required per the RPA Supplementary Conditions; • Provide topsoil, seedbed preparation, and furnish and apply fertilizer, seed, and mulch; • Maintain landscaping for the duration of the warranty period; and • Contractor is responsible for weed control for the duration of warranty i period. * Measurement. Measurement shall be on a lump sum basis. * Payment. Payment shall be made at the contract unit price bid for the lump sum bid item in the Proposal. Partial payment will be made on the basis of percentage of the project completed. I. Pavement Removal&Replacement i * General. This bid item shall include the removal and replacement of pavement within the allowable disturbance limits specified on the Drawings or in the Specifications. Any disturbed pavement beyond that area will be paid for at the contractor's expense. * Work Included. • All labor, tools, equipment, materials, royalties and incidentals necessary I to complete the work as specified; • Notification of homeowners of construction and access changes; • Provide all surveys, intermediate stakes and grade control necessary • Sawcut existing pavement for the trench widths disturbed along a neat vertical line and applying asphalt tack coat; • Removal and disposal of asphalt; • All pavement disposal fees; • Furnish and install 6" of crushed base course surfacing, including watering, compaction,and acceptance testing; • Coordinate all utility locates; • Fine grade compacted base course to the smoothness required; • Furnish and apply tack coat to edges of existing pavement and concrete; SPECIAL PROVISIONS i Page 25 • Install asphalt in two 2" lifts (4" of asphalt total) and apply tack oil between lifts; and • Furnish and apply plant mix surfacing including compaction, testing and all paving operations. * Measurement. Measurement shall be by the square yard of pavement replaced. Measurement shall include only that pavement within 5'-0" on either side of the pipe. Contractor is required to replace all damaged or removed pavement regardless of its proximity to the pipe trench. * Payment. Payment shall be made at the contract unit price bid for each square yard of pavement acceptably replaced. J. Type 2 Bedding * General. This bid item shall include the hauling off unsuitable trench excavation and providing imported Type 2 Bedding, as indicated to complete work as noted in the specifications and drawings, or as directed by the Engineer. * Work Included. • All labor, tools, equipment, materials, royalties and incidentals necessary to complete the work as specified; • Speculation of material sources off-site; • Haul off, or export, and dispose of all unsuitable trench excavation material being replaced by imported trench backfill; • Paying all costs for material, including rents and royalties to the material site(s) landowner; • Excavation, screening and all other work necessary to meet material specifications; • Loading, haul or other transportation required to place the material onsite to construct the project; and • Furnish moisture-density proctors and gradations of imported material to the Engineer for approval. * Measurement. Measurement shall be by the cubic yard (CY) and will be calculated based on an 18" thickness multiplied by the length and the trench width, with a maximum trench width of 9-feet, complete and accepted in- place as shown in the drawings or directed by the Engineer. * Payment. Payment shall be made for complete, measured, and accepted quantities at the contract unit price bid per the Cubic Yard (CY) installed and approved by the Engineer. SPECIAL PROVISIONS Page 26 SECTION V TECHNICAL SPECIFICATIONS Intentionally Left Blank TECHNICAL SPECIFICATIONS CONTENTS Incorporation of Montana Public Works Technical Specifications: The Technical Specifications contained in Divisions 2 and 3 in the Montana Public Works Standard Specifications (MPWSS), Sixth Edition, April 2010, and all subsequent Addendum, are hereby incorporated by reference and made a part of this Contract. In the event of a discrepancy between the MPWSS Technical Specifications and the following Technical Specifications contained within this bound document, the following bound versions shall take precedence. NOTE: Measurement and Payment (M&P) provisions included in the MPWSS Technical Specifications do not apply and are superseded by the Special Provisions of this Contract. Technical Specifications Bound Within this Document: Division 1 — General Requirements 01400 Contractor Quality Control and Owner Quality Assurance 01720 Project Record Documents Division 2— Sitework 02100 Site Preparation 02221 Trench Excavation and Backfill 02237 Pavement Removal and Replacement 02240 Water Pollution and Erosion Control 02519 Gravel Surfacing and Base Course 02930 Cover Soil 02931 Fertilizing and Seeding 02932 Mulch Division 9— Finishes 09900 Painting Division 15— Mechanical 15060 Piping- General 15060-02 Cement Lined Ductile Iron Pipe and Fittings 15101 Valves Intentionally Left Blank SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE PART I: GENERAL 1.1 DESCRIPTION A. This section describes the Contractor quality control testing requirements and Owner's quality assurance program. B. All work will be tested and inspected to insure compliance with the Contract Documents. Complete payment will not be made until the Contractor has demonstrated that the work is complete and will perform as intended. 1.2 REFERENCES A. The following ASTM publication is a part of this specification. ASTM E 329 Evaluation of Testing and Inspection, Agencies as Used in Construction PART 2: MATERIALS ---NOT USED PART 3: EXECUTION 3.1 GENERAL A. The Contractor shall be responsible for quality control tests and inspections to control production and construction processes. Include in the Contractor quality control system an internal organization, plans, and procedures to produce the specified end product. Assure the system covers all construction operations, both on-site and off-site, and is keyed to the construction sequence. Quality control testing frequency is at the Contractor's discretion, except where test frequencies are specifically required elsewhere in these Specifications for individual products. If quality control testing is specifically required by these Specifications, the results of those tests shall be shared simultaneously with the Contractor, Owner and Engineer. Some testing requires the hiring of an independent testing firm as specified. B. Sampling and testing to assure specification conformance are performed by the Owner or the Owner's testing agency as quality assurance testing. C. The Owner may select a testing agency to perform quality assurance testing. If so, the Owner will pay for (or provide) the quality assurance testing. Quality Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 1 of 6 assurance testing frequency is at the Owner's discretion for individual products. The Owner may not elect to provide quality assurance testing if a reputable independent testing firm is providing the quality control testing for the Contractor, and the results are shared simultaneously with the Contractor, Owner and Engineer. D. Quality control tests required of the contractor include, but are not limited to, the following tests. Costs associated with these tests shall be paid by the Contractor. All tests requiring the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent professional testing laboratory, acceptable to the Engineer, and paid for by the Contractor. 1. Initial aggregate quality tests including: stripping tests, volume swell tests, fracture tests, wear tests, sand equivalency and soundness tests on proposed aggregate sources if not taken from a previously-accepted source (with evidence that the aggregate meets these specifications and can be provided to the Engineer). 2. Moisture-density curves of the different types of subgrade, subbase, base courses, and trench backfill material encountered or supplied. 3. Nuclear Densometer compaction testing, performed by a qualified independent testing agency, of the subgrade, subbase, base course, asphalt pavement, and trench backfill materials to establish and maintain the compactive effort required to meet the compaction specifications. Quality control testing is performed following the standards and frequency in the technical specifications for individual products, or as follows: The following minimum compaction testing procedures shall apply to all utility and roadway construction projects. A professional engineer, or his designated representative, at Contractor's expense, shall be retained to provide the following tests and frequency. Random longitudinal test locations are required. The following are minimum compaction test requirements. For project areas containing less than 300 linear feet of improvements, a minimum of one compaction test for each improvement shall be required for the improvements listed below. Utility Trenches and Underground Structures: Density test shall be taken upon the first lift of the trench backfill material above the pipe and at every two (2') feet vertically through the trench and at the surface. A test series consists of the multiple tests, beginning at eighteen (18") inches above the pipe, every two feet vertically through the trench and at the surface as required. Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 2 of 6 Horizontal Frequency: Utility Main—At least one field density test series for every 200 lineal feet of utility main and at every road crossing. Service Lines—At least one field density test series for every service line per utility type. Open Pit—At least one field density test series for every manhole, water valve, storm inlet, curb inlet,vault, etc.) Each test location shall be separated horizontally from a prior test location. ` Road sub ade: Gradation test and proctor submitted to Engineer for each existing material type encountered. At least one field density test series for every 200 lineal feet of roadway. A test series consists of three compaction tests at various locations and depths throughout the subgrade. Subbase Course: One gradation test for every 200 cubic yards of material placed. Proctor submitted to Engineer for each material type. At least one field density test series for every 200 cubic yards placed. A test series consists of three compaction tests at various locations and depths throughout the subbase. Base Course: One gradation test for every 200 cubic yards of material placed. Proctor submitted to Engineer, for each material type. At least one field density test series for every 200 cubic yards placed. A test series consists of three compaction tests at various locations and depths throughout the base. Asphalt Pavement: Asphalt mix design submitted to Engineer. Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 3 of 6 Gradation test shall be required for all projects planned to exceed 500 tons of asphalt. Gradation test shall be conducted for each 1,000 tons or days production, whichever is less. The Contractor shall arrange for and pay for an independent laboratory to prepare a bituminous surfacing job-mix formula and to test for compaction and job-mix compliance during the paving operations. At least one field density test series for every 1,000 tons of asphalt or days production, whichever is less. A test series consists of three cores in various, random locations upon the asphalt to determine thickness and density. Concrete: Portland Cement Concrete job-mix formula for any concrete work on the project including,but not limited to thrust blocks, sidewalks, slabs and foundations. The Contractor shall arrange for and pay for an independent laboratory to take and break concrete test cylinders, slump, and air testing as called out in the plans or technical specifications. A minimum of 4 concrete cylinders shall be made and tested for each 20 CY of concrete placed. One cylinder shall be , tested at 7-days,two at 28-days, and one retained in reserve for later testing if required. E. Testing Results: Results obtained from the Contractor's certified testing lab shall be provided within 2 working days, plus the time normally required to perform the test, and shall be delivered in writing simultaneously to the Contractor, Owner and Engineer. Any delay, in the receipt of these tests shall cause the work to be stopped until results are obtained and analyzed by the Contractor, Owner and Engineer. No concrete or asphalt may be installed until all test results for underlying material have been received and are in accordance with specifications. F. Performance of Tests and Inspections: The Contractor, Owner, Engineer, and representatives of funding and regulatory agencies may perform periodic inspections and tests to determine compliance with the Contract Documents. The Contractor shall provide qualified manufacturer's representation during tests of equipment and special procedures as required by the Contract Documents. G. Acceptance and Rejection of Materials: Acceptance and rejection will generally be determined from tests made of the various subbase, and base courses complete and in-place in the field. While the Owner and Engineer may, during the course of construction, make tests at the source or point of production; it is the responsibility of the Contractor to conduct, control and test his production operations in such a manner that the material produced will meet the Specification requirements. Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 4 of 6 r H. Use of Nuclear Densometer for Acceptance Testing: In lieu of the sand cone method of field density determination, acceptance testing of the subgrade, subbase, base course, and trench backfill materials will be accomplished using a nuclear gage in accordance with ASTM-D-2922. I. Inspection: 1. The Contractor shall inspect the work as it is being performed. Any deviation from the requirements shall be immediately corrected. Prior to any scheduled inspection by the Owner or Engineer, the Contractor shall again inspect the work and certify to the Owner and Engineer that he has inspected the work and it meets the requirements of the Contract Documents. 2. The Engineer's representative will observe work and compare the quality of the work with the requirements of the Contract Documents. Any discrepancies noted shall be brought to the Contractor's attention, who shall immediately correct the discrepancy. Failure of the Engineer to detect a discrepancy will not relieve the Contractor of his ultimate responsibility to perform the work as required. 3. Should the Engineer incur additional costs to make additional observations as a result of unacceptable work, the Contractor shall reimburse the Owner for additional Engineering fees at the Engineer's billable rates at the time of subsequent inspections. 4. Observation by the Engineer's representative shall not be considered as authorization to proceed with the work. Work progress and the performance of quality work are the Contractor's responsibility. The Engineer's observation is for the purpose of determining what work will be paid for and what work will not be paid for. If the Engineer detects a discrepancy between the work and the requirements of the Contract Documents at any time, up to and including final inspection, such work will not be completely paid for until the Contractor has corrected the deficiency. 5. The work will be subject to review by the Owner, and regulatory agencies, whose findings shall be as valid as those of the Engineer. The results of all such observations shall be directed to the Contractor through the Engineer. J. Independent Services provided by the Contractor: The Contractor shall provide the following services at no additional cost to the Owner: 1. Field location of existing utilities involved in the work. 2. Preparation and certification of all required shop drawings and submittals. 3. Maintenance of project drawings which shall be accurately marked up with changes and conveyed to the Engineer at the completion of construction. 3.2 CONTRACTOR COOPERATION WITH QUALITY ASSURANCE AGENCY Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 5 of 6 A. Assure the Owner's personnel and quality assurance agency personnel have access to all work areas at all times work is in progress. Provide any special facilities or equipment to access work areas at Contractor's expense. B. Notify the Engineer of the work ready for quality assurance testing. Establish and update the construction schedule to provide the Engineer estimated sampling/testing dates and times. 3.3 PAYMENT FOR TESTING A. The Contractor shall arrange and pay for all quality control testing required in these specifications, including the cost of hiring an independent testing laboratory as necessary. B. The Owner will pay for any/all quality assurance testing costs, if required. END OF SECTION 01400 Section 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE Page 6 of 6 SECTION 01720 PROJECT RECORD DOCUMENTS PART I: GENERAL 1.1 SCOPE A. Throughout progress of the work, Contractor shall maintain an accurate record of changes in the Contract Documents, as described below. Upon completion of the work, submit all recorded changes over to the Engineer. 1.2 QUALITY ASSURANCE A. Contractor shall delegate the responsibility for maintenance of Record Documents to one person on the Contractor's staff. B. Accuracy of records shall be such that research in the future for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. PART 2: MATERIALS 2.1 RECORD DOCUMENTS A. Job Set. Promptly following receipt of the Engineer's Notice To Proceed, secure from the Engineer at no charge to the Contractor one complete set of all documents. PART 3: EXECUTION 3.1 CHANGES SUBSEQUENT TO ACCEPTANCE A. The Contractor is not responsible for recording changes in the work subsequent to final completion, except for changes resulting from work performed under warranty. END OF SECTION 01720 Section 01720 PROJECT RECORD DOCUMENTS Page 1 of 1 Intentionally Left Blank SECTION 02100 SITE PREPARATION PART I: GENERAL 1.1 DESCRIPTION A. This section covers the site development preparation as described on the Plans. The work shall consist of the following: 1. Clearing the site of all plant life and vegetation, except what is specifically indicated to remain. 2. Grubbing all stumps, roots and debris from the site. 3. Removing the remains of existing concrete foundations,pavement(asphalt or concrete), curbs, sidewalks,walls, etc. from the site. 4. Rough-grading the site to provide drainage from and access to the various elements of construction. 1.2 EXISTING UTILITIES A. The Contractor shall verify the locations of all underground and overhead utilities on and adjacent to the site and provide all means necessary to protect the utilities from damages due to construction activities. The owners of all utilities shall be notified prior to starting work in accordance with the General Requirements. 1.3 DISPOSAL A. All vegetation, debris, concrete, large boulders and other undesirable material shall be removed from the site and disposed of in an approved landfill. In the event that there is an excess of clean fill material, it may be disposed of on-site, at i a location acceptable to the Owner. PART 2: EXECUTION 2.1 CLEARING AND GRUBBING 1 A. The Contractor shall clear and grub all brush, roots, grass and other vegetation from the site and dispose of them as required. Topsoil shall be stripped and stockpiled onsite or at an approved offsite location if space becomes an issue. Stockpiled topsoil shall be put back in place during the final site grading process to a minimum depth of 6-inches. If necessary additional topsoil shall be imported to meet the 6-inch minimum depth requirement. The Contractor shall make special precautions to protect and preserve any existing trees onsite. Existing trees, shrubs and plants with-in the excavation foot prints of the pipeline or Section 02100 SITE PREPARATION Page 1 of 2 damaged by the construction process shall be removed and replaced. Trees, shrubs and plants that are removed may be re-used provided they are not damaged and are kept alive and healthy. The Owner and Engineer shall approve the re-use of existing trees, shrubs and plants prior to them being replanted. Burning will not be permitted. All concrete, boulders and other surface debris shall be removed and disposed of at a legal disposal site. All damage to the existing landscape irrigation system shall be repaired or replaced at the Contractor's expense. 2.2 REMOVAL OF EXISTING FEATURES A. The Contractor shall excavate, expose, demolish, remove, and dispose of the remains of existing concrete foundations, paving, piping, fencing, trees, and shrubs, along utility and transportation routes, and buildings to be constructed as identified on the Plans. 2.3 SITE GRADING A. After the site has been cleared and grubbed and foundations have been removed, the Contractor shall rough-grade the site to provide positive drainage away from all construction elements and away from the site in such a manner that no damage to adjacent property will result from runoff. B. The site shall be graded sufficiently smooth to provide access to the various elements of construction. 2.4 ASPHALT WASTE A. The Contractor shall excavate and remove unnecessary asphalt pavements as shown or where new roads, sidewalks or other facilities are proposed on the Drawings. Asphalt waste materials are to be disposed off-site. It is the Contractors responsibility to dispose of this material in an approved manner and location. Recycled/pulverized asphalt may be reused as base course material provided it meets the gradation specification. END OF SECTION 02100 Section 02100 SITE PREPARATION Page 2 of 2 SECTION 02221 TRENCH EXCAVATION AND BACKFILL PART 1: GENERAL 1.1 DESCRIPTION A. This section covers excavation, trenching and backfilling for pipelines, valves, fittings,manholes,and other appurtenances,complete.This item shall consist of all necessary clearing,grubbing and site preparation;removal of all material of whatever description that may be encountered; removal and disposal of debris; handling and storage of materials to be used for fill and backfill;all necessary bracing,shoring and protection; construction dewatering, as necessary; all bedding, backfill, subgrade preparation and final grading, dressing and cleanup of the site. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Type 1 Bedding material gradation and proctor. 2. Type 2 Bedding material gradation. 3. Backfill material proctor(s). 4. Manufacturer's Catalog Cuts for Pipe Warning Tape. 5. Manufacturer's Catalog Cuts for Locating Wire. 1.3 EXISTING UTILITIES AND PRIVATE PROPERTY A. Notification. The Contractor shall contact, in writing, all public and private utility companies that may have utilities that may be encountered during excavation. The notification shall include the following information: 1. The nature of the work that the Contractor will be performing. 2. The time,date and location that the Contractor will be performing work that may conflict with the utility. 3. The nature of work that the utility will be required to perform such as moving a power pole, supporting a pole or underground cable, etc. 4. Requests for field location and identification of utilities. 5. A copy of the letter of notification shall be provided to the Engineer.During the course of construction, the Contractor shall keep the utility companies notified of any change in schedule or nature of work that differs from the original notification. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 1 of 14 B. Identification. All utilities that may conflict with the work shall be the Contractor's responsibility to locate before any excavation is performed.Field markings provided by the utilities shall be preserved by the Contractor until actual excavation commences.All utility locations on the Drawings should be considered approximate and should be verified in the field by the Contractor.The Contractor shall also be re- sponsible for locating all utilities that are not located on the Drawings. C. Removal or Relocation of Utilities. This section applies to electric power, gas, communication and television utilities.Whenever there is a direct conflict between the work being performed and the utility, the Contractor shall be responsible to remove,relocate or temporarily support the utility during the course of construction. Any charges by the utility for removing, relocation or temporarily supporting the utility shall be paid for by the Contractor. D. City Utilities. Water,sewer,storm drainage,street lighting and other utilities owned and operated by the City (Owner) shall, unless otherwise specifically directed, be removed, relocated, supported or adjusted as required by the Contractor at the Contractor's expense.All such work shall be in accordance with these Specifications, or the Owner's Standard Specifications or written instructions when the work involved is not covered by these Specifications. E. Other Utilities. Utilities owned and operated by private individuals,railroads,school districts, associations, or other entities not covered in sections above shall, unless otherwise specifically directed, be removed, relocated, supported or adjusted as required by the Contractor at the Contractor's expense. All work shall be in accordance with the utility owner's directions,or by methods recognized as being the standard of the industry when directions are not given by the owner of the utility. F. Damage to Utilities and Private Property. The Contractor shall protect all utilities and private property and shall be solely responsible for any damage resulting from his construction activities. The Contractor shall hold the Owner and Engineer harmless from all actions resulting from his failure to properly protect utilities and private property. All damage to utilities shall be repaired at the Contractor's expense to the full satisfaction of the owner of the damaged utility or property. The Contractor shall provide the Engineer with a letter from the owner of the damaged utility or property stating that it has been repaired to the Owner's full satisfaction. 1. Whenever a water main or service is damaged as a result of the Contractor's operations, the Contractor shall take immediate steps to repair the damage and disinfect all water mains and services contaminated as a result of the damage. 2. Existing water services from the mains to private property which interferes with trenching operations may be cut and replaced at the Contractor's option Section 02221 TRENCH EXCAVATION AND BACKFILL Page 2 of 14 and expense provided the requirements for notification, length of interruption, and disinfection specified above are adhered to. 3. If construction requires the services to water customers to be shut down for more than 3 hours, the Contractor shall be required to provide temporary water service. 1.4 NATURE OF THE WORK A. As described in the General Conditions,it is mutually understood that the Contractor has conducted all field investigations necessary to satisfy himself of all soil conditions, construction constraints, requirements of the Drawings and Specifications, and all other aspects of the work prior to submitting his bid for the work. It is further understood and agreed that the Contractor has included in his bid price the cost of all labor, tools, materials, equipment and incidentals necessary to perform the work in the manner required by the Drawings and Specifications. 1.5 CLASSIFICATION OF EXCAVATION A. General. Trench excavation will be considered unclassified. There will be no distinction between common and rock excavation,wet or dry excavation,or open or supported excavation except as hereinafter provided. Excavation shall include the removal and subsequent handling of all earth, gravel, rock, or other material encountered, regardless of the type, character, composition or condition of the material. B. Type 3 Trench Excavation. All trench excavation performed shall be considered as Type 3 and shall consist of shored excavation as field conditions warrant. The Contractor shall determine which method of shoring is necessary to complete the work in accordance with the Drawings and Specifications and is reminded that he is subject to OSHA requirements governing work of this nature. C. Exploratory Excavation. Excavation performed for the purpose of locating and identifying underground utilities,structures or other facilities where called out on the Drawings shall be considered Exploratory Excavation. Exploratory Excavation shall be performed only with prior approval from the Engineer and the utility involved. Any excavation to locate underground utilities in the trench path shall be considered incidental to trenching operations. 1.6 CLASSIFICATION OF BACKFILL A. Type 1 Pipe Bedding material includes the material placed 6-inches below,around, and to 6-inches above pipelines for plastic pipe materials, or 6-inches below to the pipe springline for iron, steel and concrete pipe materials. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 3 of 14 B. Select Type 1 Pipe Bedding includes the material placed from the springline of iron, steel or concrete pipe to 6-inches above the pipe. Select Type 1 Pipe Bedding shall not be used with plastic pipe materials. C. Type 2 Pipe Bedding shall be used to replace soft,spongy,or other unstable material encountered in the trench bottom to the depth necessary to support the pipe. D. Type A Backfill refers to compacted backfill in streets, paved areas, or other areas designated on the Drawings to receive Type A Backfill. 1. All backfill within right-of-ways shall be Type A or Flowable Fill as indicated on the Drawings. E. Type B Backfill is designated for fields,borrow pits,or other unsurfaced areas where special compaction is not required as designated on the Drawings. F. Flowable fill is designated for areas indicated on the Drawings. These areas include critical roadway crossings and areas with intersecting utilities that are difficult to properly compact. PART 2: MATERIALS 2.1 GENERAL A. Materials for trench excavation consist of Type 1 Pipe Bedding,Type 2 Bedding,and backfill material. 2.2 TYPE 1 PIPE BEDDING A. Type 1 Pipe Bedding material shall and consist of a well graded gravel and sand having a maximum 3/4-inch size of crushed base course (MPWSS Section 02235). The material shall have a maximum of 10 percent passing the#200 sieve provided the maximum plasticity index is 6 as determined by ASTM D4318 or AASHTO T89 and T90. The coefficients of uniformity (Cu) for gravel shall be 4 or greater and coefficient of curvature (Cc)between 1 and 3 and meeting the following gradation: Sieve Opening %Passing 3/4 Inch 100 No. 4 40-70 No. 10 25-55 No. 200 2-10 B. The Contractor shall determine and use the type of bedding material,within the limits Section 02221 TRENCH EXCAVATION AND BACKFILL Page 4 of 14 i specified,that will provide a stable foundation for the trench conditions encountered. C. Bedding material shall be free of loam,clay,excess fines,and deleterious materials. 2.3 SELECT TYPE 1 PIPE BEDDING A. Select Type 1 Pipe Bedding material shall be well graded and consist of soil,sand or fine gravel,free from clods,lumps or frozen material,or rock exceeding 1%2 inches in its greatest dimension. The material shall have a maximum plasticity index of 6 as determined by ASTM D4318 or AASHTO T89 and T90. B. Excavated trench material may be screened or stored for use as Select Type 1 Pipe Bedding subject to approval of the Engineer. C. Where trench excavation encounters wet or unstable material, well graded Select Type 1 Pipe Bedding must be free draining and non-plastic. 2.4 TYPE 2 PIPE BEDDING A. Type 2 Pipe Bedding shall be used as directed by the Engineer to replace unsuitable material encountered in the trench bottom. B. Place Type 2 Pipe Bedding from the bottom of the Type 1 Pipe Bedding material down to a depth required to adequately support the pipe or appurtenance. C. Type 2 Pipe Bedding shall be free of loam, clay, excess fines, and deleterious materials and shall consist of well graded gravel with sand,a 3/4"inch minus crushed base with granular material meeting the following gradation: Sieve Opening %Passim %Inch 100 i No. 4 40-70 No. 10 25-55 No. 200 2-10 2.5 SEPARATION GEOTEXTILE A. The plans may require,or the Engineer may direct,the use of a non-woven geotextile fabric intended to provide materials separation. The fabric will wrap all or part of the Type 1 Pipe Bedding to prevent materials migrating into the trench bottom and trench walls as shown on the plans or as directed by the Engineer. The fabric shall be AASHTO M288 Class 1,2 or 3 as specified or determined by the Engineer and shall Section 02221 TRENCH EXCAVATION AND BACKFILL Page 5 of 14 fully comply with Montana Public Works Standard Specifications Section 02110. 2.6 BACKFILL MATERIAL A. Materials from Trench Excavation 1. Backfill material obtained from trench excavation must be free of cinders, ash, refuse, organic or frozen material, boulders, or other deleterious materials that will prevent proper placement and compaction. Backfill material shall be free from rocks greater than 6 inches in diameter. Material within 6 inches of finish grade or the subgrade shall be free from rocks larger than 2 inches in diameter. Backfill materials and placement are further described in the Execution section of this specification. B. Imported Backfill Material 2. Imported backfill material is from borrow source(s)outside the proj ect limits and is used when, in the opinion of the Engineer, an adequate volume of suitable backfill material is not available within the project limits. Imported backfill material must comply with the requirements of the"Materials from Trench Excavation" above. 2.7 FLOWABLE FILL A. Flowable fill shall meet the requirements of Section 02225,Flowable Fill. 2.8 PIPE WARNING TAPE A. Pipe warning tape shall be installed above all new buried piping. Color shall be in conformance with the APWA/ULCC Color Code. Warning tape shall be 3 inches in width and shall be buried no more than 18 inches below finished surface grade unless specified otherwise. 2.9 PIPE WEDGES A. All ductile iron pipe shall have brass wedges inserted at all joints for continuity to allow surface tracing by pipe locator. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 6 of 14 PART 3: EXECUTION 3.1 GENERAL A. All utilities in the area of the work shall be identified and located before excavation starts. B. All equipment, materials, labor and tools necessary for the excavation, dewatering, trench support, bedding, bacicfill, compaction and other specified elements of the work shall be on site and operable before excavation starts. Once excavation has started,the various elements of work shall be continued without interruption until the bacicfill has been completed. C. All backfill and compaction shall be completed in all trenching and structural excavations within a maximum distance of 400-feet behind the end of the newly in- stalled pipe. The maximum distance between the newly installed pipe and the excavator shall be 100-feet. For each work group consisting of a trench excavator,a pipe laying crew, and a backfilling and compacting crew, the maximum allowable open trench shall be 500-feet. Base Course shall be completed within a maximum allowable distance of 600-feet from the excavator. D. Maintenance of Flows. Adequate provisions shall be made for maintaining the flow of sewers, water mains, drains and watercourses encountered during construction. Culverts, ditches, fences, crosswalks and structures which are disturbed by this construction shall be satisfactorily restored to their original condition upon completion of the work. E. Structures. The Contractor shall exercise every precaution to prevent damage to existing buildings or structures in the vicinity of his work. In the event of such damages, he shall repair them to the satisfaction of the owner of the damaged structure and at the Contractor's expense. F. Overhead Utilities. The Contractor shall use extreme caution to avoid a conflict, contact with, or damage to overhead utilities such as power lines, street lights, telephone lines, television lines,poles or other appurtenances during the course of construction of this project. Any damage to overhead utilities shall be immediately repaired at the Contractor's expense. G. Buried Gas Lines. The Contractor shall provide some means of overhead support for buried gas lines exposed during trenching to prevent rupture in case of trench caving. H. Pavement Removal. Where trench excavation or structure excavation requires the removal of curb and gutter, concrete sidewalks, or asphaltic or concrete pavement, the pavement or concrete shall be cut in a straight line parallel to the edge of the Section 02221 TRENCH EXCAVATION AND BACKFILL Page 7 of 14 excavation by use of a spade-bitted air hammer,concrete saw,colter wheel,or similar approved equipment to obtain a straight,square,clean break. Pavement cuts shall be 2 feet wider than the actual trench opening as indicated in the Drawings. I. Survey Markers and Monuments. The Contractor shall use every care and precaution to protect and not disturb survey markers or monuments such as those that might be located at lot or block corners,property pins,the intersection of street monuments or addition line demarcations. No monuments shall be disturbed without prior approval of the Owner and Engineer. Any survey marker or monument that is disturbed or destroyed by the Contractor without approval during the construction of this project shall be replaced at no cost to the Owner by a licensed land surveyor. J. Traffic Control & Warning Devices. The Contractor shall construct the Project in such a manner as to minimize the interruption of the use of roads,highways or streets involved and shall provide for emergency runs and fire hydrant access at all times. Access to any building or facility shall not be blocked for more than 8 consecutive hours or as otherwise noted on the Drawings. 1. The Contractor is responsible for providing adequate barricades of high visibility design,flares, lanterns, signs,flagmen and pre-warning devices to alert the public, motorists and pedestrians of hazardous conditions in accordance with the latest issue of the Manual on Uniform Traffic Control Devices for Streets and Hi hg Us,published by the Department of Trans- portation. 2. The Contractor shall formulate a traffic control plan for all work on Montana Department of Transportation's right-of-ways, and City and County roads. The Contractor shall submit the traffic control plan to the Engineer for approval by the Engineer and the Montana Department of Transportation. The Contractor shall not begin work in Montana Department of Transportation's right-of-ways until the traffic control plan has been approved by the Engineer and the Montana Department of Transportation. K. Any spoils left after the trench has been properly backfilled shall be properly disposed of at no additional expense to the Owner. 3.2 EXCAVATION A. Stripping. When crossing gravel streets or other developed surfaces, except paved surfaces,the Contractor shall strip the cover material to the full depth of the existing surfacing. This surfacing shall be stockpiled and placed back over the trench after backfilling to the extent that it is acceptable and usable for that purpose. Topsoil shall be removed to full depth of the topsoil, stockpiled, and replaced after backfilling has been completed. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 8 of 14 1. All established lawn areas cut by the trench or damaged during the course of the work shall be resodded to the complete satisfaction of the property owner. All other areas cut by the trench or damaged during the course of the work shall be topsoiled, seeded and fertilized. B. During excavation, materials suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave-ins. Excavated material shall be piled on one side of the trench only to permit ready access to existing fire hydrants, valves, manholes, and other appurtenances. Surface drainage of adjoining areas shall be unobstructed. C. All excavated materials not required or not suitable for backfill shall be removed from the site and wasted in an area approved by the Engineer. D. The bottom of the trenches shall be accurately graded to the line and grade shown on the Drawings. Bedding material shall provide uniform bearing and support for each section of the pipe at every point along its entire length. Bell holes and depressions for joints shall be dug after the trench bedding has been graded, and shall be only of such length,depth and width as required for properly making the particular type joint. Unauthorized overdepths shall be backfilled with bedding material at the Contractor's expense. E. Portable trench boxes or sliding trench shields may be used in lieu of a shoring system provided they are designed, constructed and maintained in a manner which will provide protection equal to or greater than the sheeting or shoring required for the trench. F. Blasting. Blasting for excavation will be permitted only after securing the approval of the Engineer, and the hours of blasting will be fixed by the Engineer. The Contractor shall use utmost care to protect life and property. All explosives shall be stored in compliance with local laws and ordinances,and all such storage places shall be clearly marked"Dangerous Explosives." No explosives shall be left unprotected where they could endanger persons or property. 1. When blasting rock in trenches,the Contractor shall cover the area to be shot with earth backfill or approved blasting mats that will prevent the scattering of rock fragments outside the excavation. Prior to blasting, the Contractor shall station men and provide signals of danger in suitable places to warn people and stop vehicles. The Contractor will be responsible for all damage to property and injury to persons resulting from blasting or accidental explosions that may occur in connection with his use of explosives. 2. The Contractor shall furnish the following information to the Owner and Engineer prior to commencing blasting operations:name of his powder man, powder man's experience, type of shot, type of explosives and detonator Section 02221 TRENCH EXCAVATION AND BACKFILL Page 9 of 14 being used, proof of insurance covering liability for such operation, traffic control plans and planned procedures for protecting the public. 3. The Contractor's blasting procedures shall conform to federal,state and local ordinances. The Contractor shall acquire all required permits prior to the start of blasting. G. All existing pipe,valves, fittings and appurtenances in the trench shall be removed and disposed of properly, or salvaged and delivered to the Owners pipe yard if requested by the Owner. H. Trench Width. The width of the trench shall be such to provide adequate working room for men to install and join the pipe in the specified manner. The width of that portion of the trench(a)from the existing ground surface to the bottom of the trench for shored, sheeted or braced excavation, or (b) from the bottom of the trench to a maximum of 5-feet above the bottom of the trench for unshored excavation,shall be as follows: 1. A minimum of 3-feet 6-inches for pipe sized 12-inches and under. 2. A minimum of 2-feet 6-inches plus the outside diameter for pipe sizes greater than 12-inches. I. Trench Depth. Trench depth shall be as required for the invert grade or pipe bury shown on the Drawings or specified elsewhere,plus an additional 6-inches below the pipe for Type 1 Pipe Bedding. Care shall be taken not to excavate below the required depth. 1. When soft of unstable material is encountered at the subgrade which will not uniformly support the pipe,such material shall be excavated to an additional depth as determined necessary by the contractor and backfilled with Type 2 Pipe Bedding. J. Equipment. The use of trench digging machinery will be permitted except in places where its operation will cause damage to existing structures or features;in which case hand methods shall be employed. 1. Any equipment operating on tracks which is to be used on pavement shall be equipped with suitable pads to prevent damage to the pavement. All pavement damaged during construction by the Contractor's equipment shall be restored to its original condition by the Contractor.No compensation will be allowed for pavement replacement other than as specified elsewhere. K. Dewatering. Where groundwater is encountered in excavation,it shall be removed to avoid interfering with pipe laying and other construction operations. The cost of dewatering operations will be considered incidental to the work item being installed. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 10 of 14 L. Excavation for Appurtenances. Excavations for manholes,hydrants,structures and other appurtenances shall be sufficient to leave 12-inches minimum and 24-inches maximum clearance on all sides. The depth,provisions for removing water and other applicable portions of these specifications shall apply to excavation for appurtenances. 3.3 BEDDING A. Type 2 Bedding shall be used whenever the condition of the trench bottom prohibits the pipe from being installed to the lines and grades,and in the manner specified for the pipe installation. The Contractor shall determine when and to what extent Type 2 Bedding is required. Failure to utilize Type 2 Bedding will not relieve the Contractor of his responsibility to meet the requirements for the pipe installation. B. Type 1 Bedding material under and around the pipe shall be placed by hand in maximum layers of 6-inches and thoroughly compacted by tamping. When moisture conditions prevent adequate compaction,a more granular bedding material with no fines shall be used at no additional cost to the Owner. Special care shall be taken to assure complete compaction under the haunches of the pipe. Backfill material shall be placed in the trench for its full width on each side simultaneously.Compaction of Type 1 Pipe Bedding shall be not less than 95 percent of the maximum density as determined by ASTM D698-91. 1. Water settling of this portion of the trench will not be allowed, and the addition of water shall be limited to that required for optimum moisture for maximum compaction of the material. 2. Failure of the Contractor to provide adequate dewatering equipment and methods will not relieve him of his responsibility to compact the bedding material as specified. 3.4 TRENCH BACKFILL A. General. After the select pipe bedding material has been placed and compacted as specified above,the remainder of the trench backfilling shall be done. All backfill material shall be free from cinders, ashes, refuse, organic and frozen material, boulders or other unsuitable materials. From 1-foot above the top of the pipe to 6- inches below the ground surface, or to the subgrade elevation for streets or paved surfaced,material containing stones up to 12-inches in the greatest dimension may be used. l. Trench backfill from the top of the pipe bedding material to ground surface or to the subgrade of street surfacing is separated into two classifications. Type Section 02221 TRENCH EXCAVATION AND BACKFILL Page 11 of 14 A Trench Backfill refers to compacted backfill in streets, Montana Department of Transportation right-of-ways, and paved areas. Type B Backfill is designated for fields,borrow pits,or other unsurfaced areas where special compaction of the trench backfill is not indicated. Locations of the types of backfill required shall be as shown on the Drawings. 2. Backfill material shall be placed and compacted in such a manner as not to disturb the alignment of the pipe or appurtenances. B. Type A Trench Backfill. Type A backfill shall be carefully deposited in 6" layers suitable to the equipment used for compaction, wetted to within 13% of optimum moisture content,and compacted to at least 95%of maximum density,as determined by ASTM D 698-91. 1. Compaction by flooding will not be permitted. Wherever the trenches have not been properly filled,or if settlement occurs,they shall be reopened to the depth required for proper compaction and refilled and re-compacted. 2. The Contractor shall provide excavation equipment to dig compaction test holes through each layer of backfill at 300-foot intervals where the layers exceed 6-inches in depth. Should the test fail, the deficiencies shall be corrected by the Contractor at his expense. 3. For graveled streets,the backfill shall be completed by blading the stripped gravel back over the trench. C. Type B Trench Backfill. Materials used for Type B Trench Backfill shall be placed in layers and compacted by wheel rolling to achieve a density approximately equal to the density of the existing soil. Type B trench backfill shall be within ±3% of optimum moisture content as determined by ASTM D 698-91. 1. The Contractor shall mound excess earth over the top of the trench so a depression will not be formed after the trench settles.In cultivated areas,the stripped topsoil shall be placed uniformly over the backfilled trench. The topsoil shall not be compacted, but shall be graded to provide a smooth surface conforming to the adjoining ground surfaces. D. Flowable Fill. Materials used for flowable fill shall be deposited in 18-inch layers. Each layer shall be thoroughly worked to insure all voids have been filled. Extra care shall be taken around utilities to insure they are not damaged,and no air pockets are left around them. E, Backfilling for Appurtenances. Backfill around appurtenances shall be deposited in such a manner as not to disturb the appurtenance from its proper alignment, and compacted to the finished grade. Backfill material, compaction and backfill procedures shall conform to the requirements of the related Type. Backfill under appurtenances and pipelines crossing trenches shall be compacted to 95 percent of maximum density per ASTM D 698-91. Section 02221 TRENCH EXCAVATION AND BACKFILL Page 12 of 14 i F. Backfill Above Original Ground for Minimum Cover Requirements. Where shown on the Drawings,the Contractor shall provide embankment over the pipe above the original ground surface to a height which will satisfy the minimum depth of cover requirements. Such embankment shall be constructed to the cross section shown on the Drawings. No additional compensation will be paid for embankment unless shown as a specific item on the proposal. G. Trench Maintenance. The Contractor shall, for a period of two years after completion and final acceptance of the work, maintain and repair any trench settlement which may occur and shall make suitable repairs to any pavement, sidewalks or other structures which may become damaged as a result of backfill settlement. 1. If the Contractor elects to perform such maintenance and repairs by subcontract with the Owner or with others,he shall furnish the Owner and the Engineer with a copy of such subcontract or authorization as evidence of his faithful intention to perform such work. 2. In any case,the Contractor shall furnish a written statement of the method of maintenance he proposes to use. Final acceptance and payment will not be made without such statement. 3.5 EXPLORATORY EXCAVATIOIN A. When authorized by the Engineer, the Contractor shall provide a backhoe with an experienced operator and a laborer to excavate and backfill for determination of grade and/or the exact location of buried utilities.The rated size of the backhoe shall be a minimum of 1/2 cubic yard based upon manufacturer's rated capacity ofthe unit. The Contractor shall be responsible for exercising the required care to avoid damaging the utility and any damage to the utility from this operation shall be repaired by the Contractor at his own expense. Compaction requirements following exploratory excavation shall meet those specified above for trench excavation. 3.6 CLEANUP A. As work progresses,that portion of the work completed shall be cleared of debris and brought to the finished grade. Upon completion of the work,the entire site shall be cleared of all debris and ground surfaces shall be finished to smooth,uniform slopes and shall present a neat and workmanlike appearance. All rocks brought to ground surface by excavation or backfilling operations shall be removed. All excess excavation shall be removed and disposed of in a manner approved by the Engineer. 3.7 TESTING A. The following tests will be performed by the Engineer for work covered by this Section 02221 TRENCH EXCAVATION AND BACKFILL Page 13 of 14 section: 1. Compaction at various levels of backfill. B. Should any test fail to meet the specifications,the Contractor shall pay for all retests conducted by the Engineer, or the Contractor is required to have a certified testing laboratory conduct retests at the Contractor's expense. C. The Contractor shall provide and pay for certified laboratory tests for the following: 1. Type 1 and Type 2 Bedding gradation tests and Proctors. 2. Proctors for each type of backfill material encountered. 3. Compaction Testing to ensure compliance with the minimum requirements as set forth in these documents. 3.8 PIPE WARNING TAPE A. Pipe warning tape shall be installed 18 inches below finished grade with the centerline of the tape above the centerline of the pipe. END OF SECTION 02221 Section 02221 TRENCH EXCAVATION AND BACKFILL Page 14.of 14 SECTION 02237 PAVEMENT REMOVAL AND REPLACEMENT PART 1: GENERAL 1.1. DESCRIPTION A. This section covers the removal of asphalt pavement and base courses for utility installations. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Laboratory gradation tests of base course and plant mix aggregates. 2. Laboratory plant mix design 3. Material sources. 1.3 REFERENCE SPECIFICATIONS A. Asphaltic and aggregate materials are referenced to the Montana Public Works Standard Specifications. The latest edition of the Montana Public Works Standard Specifications is hereby made a part of this Contract. 1.4 DAMAGE BY HAUL TRUCKS A. All pavement damaged by haul trucks or construction equipment on haul routes, parking areas or other paved surfaces in or outside of City of Bozeman property shall be repaired and/or replaced to the owner of the pavement's satisfaction. Base course and pavement shall be replaced at a minimum to the original thickness at no cost to the Owner. PART 2: MATERIALS 2.1 GENERAL A. In general, the materials replaced shall consist of the same types of materials removed,but must also meet the requirements of these specifications. Section 02237 PAVEMENT REMOVAL AND REPLACEMENT Page 1 of 3 2.2 CRUSHED BASE COURSE A. Crushed base course shall be installed as specified in Section 02519, GRAVEL SURFACING AND BASE COURSE, at the thickness specified in the contract documents. 2.3 SAND CHOKER COURSE A. When a sand choker course is indicated on the Drawings or present in the existing cross section,the sand shall consist of material meeting the following requirements: Gradation: Sieve Size Percent Passing No. 4 95 - 100 No. 10 50 - 80 No. 200 0 - 12 Liquid Limit: Less than 25 (material passing the No. 40 sieve). Plasticity Index: Shall not exceed 0 (zero) as determined by AASHTO T89, T90, and T91. Sand Equivalent: Not less than 25 as determined by AASHTO T176. 2.4 PLANT MIX PAVEMENT A. Unless otherwise noted in the Construction Drawings, a minimum of 3 inches of pavement shall be required in all locations. Type: Type B aggregate for plant mix surfacing per Montana Public Works Standard Specifications. Asphalt, Percent: PG 58 -28; Percent (by weight)per Plant Mix Design Tack: SS-lh PART 3: EXECUTION 3.1. PAVEMENT REMOVAL A. Pavement shall be cut in a straight line parallel to the edge of the excavation by use of a spade bitter air hammer, coulter wheel, concrete saw or similar approved equipment to obtain a straight,square cut. Pavement cuts shall extend 1 foot beyond each side of the actual trench opening as indicated in the Drawings. Section 02237 PAVEMENT REMOVAL AND REPLACEMENT Page 2 of 3 B. Several options are available to dispose of removed pavement. The options are as follow: 1. The pavement may be hauled to a landfill rated to handle this material. 2. The existing pavement may be milled,or removed and crushed. The millings will be accepted as a substitute for crushed base course if the resulting material is 1-1/2-inch minus. Millings cannot be used in pipe bedding,Type A backfill, or Type B backfill. 3.2 PAVEMENT REPLACEMENT A. Trenches in paved surfaces shall have Type A'Backfill or Flowable Fill backfill as indicated in the Drawings. B. Subgrade stabilization courses consisting of choker sand,subbase material or fabric shall be uniformly placed to the original thickness for each type of material. Subbase material shall be compacted to 95 percent per ASTM D 698-91. C. Crushed base course shall be uniformly placed in layers not to exceed 6 inches in loose thickness and compacted to 95 percent per ASTM D 698-91. The finished base course shall be given a tack coat of SS-lh liquid asphalt. In the event flowable fill for trench backfill is utilized,the crushed base course may be omitted. The primer coat would then be applied directly to the flowable fill material. D. Plant Mix Pavement. Apply a tack coat of SS-1 h asphalt emulsion to the underlying surface being paved. In addition,all edges of existing pavement shall be cut to a neat line and given a tack coat of SS-lh asphalt emulsion. Plant mix shall be applied by paving machine,motor grader,or hand methods and compacted in lifts not to exceed 3-inches to a density equal to or greater than 95 percent of laboratory maximum. Plant mix shall be placed only when the air temperature is at least 40'F and rising, and only when the plant mix is 160'F or above. 1. The finished surface shall be rolled smooth to match the surface of the existing pavement on both sides of the trench without depressions or humps exceeding 3/16-inch as measured with a 10-foot straightedge. 2. The Contractor shall, for a period of two years from the date of final acceptance,repair any settlement or failure of the pavement to the satisfaction of,and at no additional cost to,the Owner. END OF SECTION 02237 Section 02237 PAVEMENT REMOVAL AND REPLACEMENT Page 3 of 3 Intentionally SECTION 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL PART I: GENERAL I.I. WATER RESOURCES AND STORM WATER DISCHARGE A. The Contractor shall monitor construction activities to prevent pollution of surface and ground waters. Toxic or hazardous chemicals shall not be applied to soil or vegetation unless otherwise indicated. The Contractor shall monitor all water areas affected by construction activities. For construction activities immediately adjacent to impaired surface waters,the Contractor shall be capable of quantifying sediment or pollutant loading to that surface water when required by State or Federally issued Clean Water Act permits.For more specific guidelines and regulations the Contractor shall refer to the Erosion and Sediment Control Best Management Practices Field Manual (FM) as published by the Montana Department of Transportation. Contractor shall be responsible for obtaining and overseeing a Montana Department of Environmental Quality Stormwater discharge Permit for the project. 1.2 EROSION, SEDIMENT CONTROLS,AND WETLANDS A. Wetlands 1. The Contractor shall not enter, disturb, destroy, place fill into, or allow discharge of contaminants into any wetlands except as specifically authorized herein. The Contractor shall be responsible for the protection of wetlands within and surrounding the Project area. Authorization to enter specific wetlands identified shall not relieve the Contractor from any obligation to protect other wetlands within, adjacent to, or in the vicinity of the construction site and associated boundaries. B. Erosion and Sediment Control 1. The Contractor shall be responsible for providing erosion and sediment control measures in accordance with Federal, State, and local laws and regulations. The erosion and sediment controls selected and maintained by the Contractor shall be consistent with the following: a. Preservation of Existing Vegetation. The Contractor shall keep site disturbance to a minimum in order to reduce erosion; preserving natural vegetation on steep slopes and near critical areas such as wetlands. (Refer to FM SS-2) Section 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL Page 1 of 4 b. Straw Mulch. The Contractor shall place a uniform layer of straw (certified weed free) and incorporate it into the soil with a studded roller or anchor it with a tackifier. Straw will not be placed on the traveled way, sidewalks, lined drainage channels, or existing vegetation and will not be placed during or immediately after rainfall. (Refer to FM SS-6) C. Geotextiles,Plastic Covers,and Erosion Control Blankets/IVlats.The Contractor shall place protective coverings on steep slopes to prevent erosion and hold seed in place in order to re-establish vegetation. This BMP has particular application to on-site material Stockpiles left undisturbed for a period of more than 5 working days. (Refer to FM S S-7) d. Rock Lined Ditch. Once final grading is complete, but prior to placement of the paved surface,fractured rock shall be placed along the bottom of all ditches meeting the criteria as indicated in the ESC Plan Detail sheets, to reduce post-developed runoff velocities and channel scouring(Refer to FM SS-9) e. Temporary Outlet Protection/Velocity Dissipation Devices. The Contractor shall place outlet protection/velocity dissipation devices at pipe outlets to prevent scour and reduce the velocity and/or energy of existing storm water flows. (Refer to FM SS-10) f. Permanent Outlet Protection/Velocity Dissipation Devices. The Contractor shall place outlet protection/velocity dissipation devices at pipe outlets to prevent scour and reduce the velocity and/or energy of post-developed storm water flows as shown in the ESC Plan details. Native plantings shall also be incorporated as shown in these details. g. Silt Fence.The Contractor shall install silt fence at the base of all fill slopes and below the downstream end of culverts to filter sand and silt from low velocity overland flows, allowing water and fine sediment to pass through the fabric. Silt Fence must be inserted into the ground and placed into a trench that is then firmly compacted with backfill material. Silt fence will be a minimum of 30-inches high and 100%biodegradable. (Refer to FM SC-1) h. Check Dams.The Contractor shall install check dams in locations as indicated on the ESC Plans after road and utility construction is complete to reduce post-developed runoff velocities and channel scouring. Such facilities must be examined by the Contractor and necessary maintenance provided following larger rainfall events. (Refer to FM SC-4). i. Fiber Rolls. The Contractor shall install fiber rolls in all locations where the exposed length of constructed fill slopes exceeds 15-feetto intercept sediment from sheet flow. When the project is complete, the Contractor shall slit the tube and distribute the contents in place to Section 02240 WATER POLLUTION AND EROSION SEMIENTATION CONTROL Page 2 of 4 act as mulch. The erosion control blanket shall be removed and disposed of off-site. (Refer to FM SC-5) j. Street Sweeping and Vacuuming. If determined by the Engineer that Stabilized Construction Entrances/Exits are not adequate by themselves in preventing the tracking of mud and dirt onto public roads,the Contractor will be directed to provide street sweeping and vacuuming. Sweeping and vacuuming shall not occur when soil is wet or muddy, and kick brooms or sweeper attachments are not allowed. The Contractor should consider incorporating the removed sediment back into the Project if not mixed with debris or trash. (Refer to FM SC-7) k. Straw Bale Barriers. The Contractor shall place straw bale barriers across minor swales and ditches and around above grade temporary concrete washouts as described in Concrete Waste Management. Limit slope length draining to the straw bale barrier to 100-feet. Slopes of 50:1 or flatter are preferred, but if the slope exceeds 10:1 the length of slope upstream of the barrier must be less than 50-feet. Straw bale barriers may be removed from constructed ditches once either vegetation has been established or once rock check dams and rock lined ditches have been constructed. (Refer to FM SC-9) 1. Stabilized Construction Entrance/Exit. The Contractor shall install Stabilized Construction Entrances/Exits at all points where construction equipment is provided ingress/egress to the site thereby reducing the tracking of mud and dirt onto public roads.(Refer to FM TC-1) In. Stabilized Driving Surface. Once final grading is complete, all roadways not anticipated to receive a paved driving surface within 15 working days,the Contractor shall place 6-inches of 2"to 4"rock to prevent erosion. The Contractor shall remove this rock prior to placement of the roadway structural section to the extent as is practical. n. Vehicle and Equipment Fueling. The Contractor shall implement practices and procedures to minimize or eliminate the discharge of fuel spills and leaks into the storm drain system or to watercourses as consistent with the Erosion and Sediment Control Best Management Practices Field Manual as published by the Montana Department of Transportation. The Contractor shall designate an area(s)to be used, subject to the approval of the Engineer. (Refer to FM NS-9) o. Stockpile Management. The Contractor shall cover and or protect non-active stockpiles with soil stabilization measures and a temporary perimeter sediment barrier at all times. Such procedures reduce or eliminate pollution of storm water from stockpiles of soil and paving materials. Stockpiles shall be located away from concentrated flows Section 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL Page 3 of 4 of storm water, drainage courses and inlets. (Refer to FM WM-3) P. Concrete Waste Management. The Contractor shall designate an area(s)to be used, subject to the approval of the Engineer,as on-site temporary concrete washout facilities. Concrete waste management practices are implemented on construction projects where concrete is used as a construction material. Such procedures and practices are implemented to minirnize or eliminate the discharge of concrete waste materials to the storm drain system or to watercourses. (Refer to FM WM-8) q. Limited Equipment Size. The Contractor shall minimize the size of equipment that is used in critical areas as designated on the Plans. r. Construction Fencing. The Contractor shall fence all critical areas accessible from the project site to prevent disturbance from construction activity. S. Landscape Plan. The Contractor shall put in a place a post- development landscape plan as permanent erosion and sediment control in any disturbed areas. PART 2: PRODUCTS —NOT USED PART 3: EXECUTION—NOT USED END OF SECTION 02240 Section 02240 WATER POLLUTION AND EROSION SEDIMENTATION CONTROL Page 4 of 4 I SECTION 02519 GRAVEL SURFACING AND BASE COURSE PART 1: GENERAL 1.1 DESCRIPTION f A. This section covers the construction of gravel surfacing for graveled areas and base course and for paved areas disturbed by trenching operations. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements. 1. Gradations of crushed gravel aggregate. 2. Wear factor and Atterberg limits of crushed gravel aggregate. 3. Moisture density curves for crushed gravel aggregate. 4. Proctor for crushed gravel aggregate. PART 2: MATERIALS 2.1 CRUSHED GRAVEL AGGREGATE A. Crushed gravel aggregate for surfacing shall be 1-inch-minus crushed base course meeting the following gradation. Sieve Size %Passing(by weight) 1" 100 No. 4 40-70 No. 10 25-55 No. 200 2-10 B. That portion of fine aggregate passing the No. 200 sieve must be less than 60% of that portion passing the No. 40 sieve. C. The liquid limit for that portion of the fine aggregate passing a No. 40 sieve cannot exceed 25, nor the plasticity index exceed 6, as determined by AASHTO T89 and T90. D. Crushed gravel aggregate shall consist of both fine and coarse fragments of crushed stone or crushed gravel, and/or natural gravel, and when approved, blended with Section 02519 GRAVEL SURFACING AND BASE COURSE Page 1 of 3 sand, finely crushed stone, crusher screenings or other similar materials. PART 3: EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade shall be shaped,compacted,fine-graded,and approved prior to placing gravel surfacing. 3.2 PLACING GRAVEL SURFACING AND BASE COURSE A. A minimum of 6-inches of crushed gravel shall be required in all locations. All thicknesses are measured compacted in place. B. No material shall be placed upon a frozen, wet, muddy, or rutted subgrade. The material shall be deposited in a uniform manner,approved by the Engineer,insuring the ultimate planned thickness of the course being placed, following its final spreading and compacting. C. The aggregate material shall be watered to optimum moisture content and mixed by means of a motor grader to achieve a uniform consistency and gradation. Material shall not be mixed unless the material is at or within 2 percentage points of optimum moisture. D. The watered and mixed material shall be spread uniformly to provide the thickness and surface characteristics required after compaction. 3.3 COMPACTION A. Vibratory steel-wheeled compaction equipment shall be used to compact gravel surfacing and base course. B. Compaction shall not proceed unless the material is at or within 2 percentage points of optimum moisture. C. Compaction shall proceed by starting at the edges of the roadway and proceeding inward,overlapping each preceding pass by approximately 1/2 the width of the roller. D. Compaction shall continue until the entire roadway has been uniformly compacted to a density of 95 percent of maximum dry density as determined by AASHTO T99. 3.4 TESTING AND INSPECTION A. The surface smoothness shall not vary by more than 0.05 feet when a 10-foot Section 02519 GRAVEL SURFACING AND BASE COURSE Page 2 of 3 straightedge is used. B. The surface shall not vary above or below grade by more than 0.10 feet. C. The Engineer will perform in-place compaction tests and smoothness inspections. END OF SECTION 02519 Section 02519 GRAVEL SURFACING AND BASE COURSE Page 3 of 3 Intentionally Left Blank SECTION 02930 COVER SOIL PART I: GENERAL 1.1 DESCRIPTION A. Topsoil shall be called cover soil after it has been excavated and shall be used to cover all areas to be seeded. Actual thickness of salvaged soil is variable and will be field determined during construction. B. Salvage and Replace On-Site Cover Soil Source: This work consists of site development,excavating,stockpiling,hauling,depositing,spreading,and preparing for seeding all topsoil and subsoil material to be used as cover soil. All cover soil shall be salvaged during excavation and embankment and replaced on construction- disturbed areas prior to seedbed preparation. Stripped cover soil shall be stockpiled onsite or at an approved offsite location should space become an issue. 1. All construction disturbed areas shall be revegetated,including road right-of- ways. Slopes to receive salvaged soil will not exceed 3:1. Application rates shall be a minimum of 6 inches at all construction disturbed areas to be revegetated. PART 2: MATERIALS 2.1 COVER SOIL A. Topsoil and subsoil shall be excavated to a one-foot depth or as otherwise determined by the Engineer from areas to be disturbed by project construction. The suitable topsoil and subsoil used as cover soil shall be reasonably free of trash, rocks larger than 1 %",hard lumps of soil,stumps, or brush. Noxious weeds shall be pulled and disposed of properly before topsoil stripping. Suitable cover soil shall contain sod or soils with adequate amounts of humus and other organic materials to promote plant growth. Cover soil suitability will be determined by the Engineer. Suitable soil salvaged shall be stockpiled from unsuitable soil and shall be stored in a manner to prevent erosion or contamination. PART 3: EXECUTION 3.1 SITE DEVELOPMENT A. Site development performed by the Contractor will include clearing and grubbing as Section 02930 COVER SOIL Pagel of 3 necessary to prepare the soil borrow area for topsoil and subsoil salvage. Clearing and grubbing consists of removing and disposing of trees,stumps,brush,roots,rock, logs,timber, debris, and other non-soil material. 3.2 COVER SOIL,SALVAGE A. Where visible as distinct strata and greater than 6-inches in thickness, topsoil and subsoil shall be excavated and salvaged in separate operations. The first lift, comprised of existing topsoil, shall be stripped. The second lift, comprised of underlying subsoil,shall then be stripped separately. The exact depths of excavation shall be site specific as determined by visual classification. B. First lift topsoil and second lift subsoil shall be stockpiled in separate piles and shall be located where they will not impair drainage. Stockpiles shall be shaped and smoothed to facilitate measurement of the piles. Where possible,topsoil and subsoil shall be hauled directly to the prepared areas to be covered. C. Materials excavated and stockpiled as described herein shall be removed in an operation separate from other excavation. Care shall be exercised to avoid the incorporation of any deleterious subsoils during this work. 3.3 COVER SOIL,PLACEMENT A. Cover soil shall not be placed until the areas to be covered have been properly prepared and all construction work in the area has been completed. All slopes to receive cover soil shall have a rough surface. Smooth slopes to receive cover soil shall have a rough surface. Smooth slopes shall be scarified parallel to the contour to facilitate holding cover soil in place. B. Ordinary sod or soil containing grass roots shall be broken up before being placed. Broken up sod or soil shall be capable of passing a 1 1/2-inch sieve opening. C. Cover soil material shall be placed on areas to be covered as the soil occurred naturally,with subsoil(second lift) material placed first and underneath the topsoil (first lift)material. D. As determined by the field Engineer, excess coversoil shall be: 1. Placed in the on-site spoils deposition area; or 2. Used as non-critical embankment; or 3. Used to increase topsoil thicknesses where possible. E. After the cover soil has been spread, all large clods, hard lumps, rocks, large roots over 6 inches in diameter, litter, and other foreign material (exposed iron timbers, Section 02930 COVER SOIL Page 2 of 3 etc.) shall be raked up, removed from the seeding areas, and disposed of properly. i The cover soil shall be brought to a friable condition to an average depth of 4-inches. F. The finished elevation of the topsoil shall match the final grades shown on the Drawings or the original ground elevation over pipe trenches. 3.4 SEEDED PREPARATION A. Prior to executing the seeding,fertilizing,and mulching work items,the seedbed at all sites shall be prepared so these items can most effectively be completed in conformance with the Technical Specifications. The seeding, fertilizing, and mulching work items shall be executed only after the seedbed has been reviewed by the Engineer. 3.5 SEDIMENT CONTROL A. Sediment control provisions shall be used whenever work is conducted adjacent to, or in drainages or watercourses to control silt in runoff. Adequate silt barriers or sediment traps shall be used to comply with permit conditions and statutory requirements for all stream-side work, both during and after working hours. Measures used may include staked straw bales, sediment ponds, and/or staked silt fence (Mirafi "Enviro-Fence", or equal). Sediment control measures shall be considered incidental to the Work,and no separate payment for them will be allowed. END OF SECTION 02930 Section 02930 COVER SOIL Page 3 of 3 e • SECTION 02931 FERTILIZING AND SEEDING PART I: GENERAL 1.1 GENERAL A. This work shall consist of ground surface preparation; furnishing, applying and incorporating fertilizer into the soil;executing Summer Erosion Control Procedures; furnishing and planting seed; mowing; tracking; and cleanup. The work includes permanent seeding. Fertilizer and seed shall be applied to all project areas requiring revegetation. All construction disturbed areas (excluding paved, graveled, and sodded areas) shall be fertilized and seeded, including road right-of-ways. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with project submittal requirements as described in the Supplementary Conditions. 1. Fertilizing and Seeding Materials,Equipment and Methods. 1.3 SEED CERTIFICATION A. Seed certifications shall be submitted to the Engineer prior to any seeding. The Contractor shall also submit a copy of the bill or other documentation from the seed supplier showing actual bulk weights of the individual seed types combined in the mix. The required certifications and documentation shall be provided to the Engineer at least three days prior to seeding. 1.4 INDIGENOUS SEED CERTIFICATION A. Defined by MCA 80-5-101(4): "Indigenous seeds include the seeds of those plants that are naturally adapted to an area where the intended use is for the revegetation of disturbed sites. These species include grasses, forbes, shrubs and legumes." The Contractor must supply the Engineer with all seed bag tags and a certification from the supplier stating that the seed complies with the Federal Seed Act and the Montana Seed Laws (MCA 80-5-101 through 305). 1.5 FERTILIZER CERTIFICATION A. Fertilizer shall be delivered in standard size bags of the manufacturer showing weight analysis and manufacturer's name, or in bulk quantities accompanied with written Section 02931 FERTILIZING AND SEEDING Page 1 of 8 certifications from the manufacturer stating that the fertilizer supplied complies with applicable specifications. PART 2: MATERIALS 2.1 INDIGENOUS SEED A. All seed shall comply with and be labeled in accordance with the Montana Seed Law. MCA 80-5-104(2) states: "Indigenous seeds, as defined in 80-5-101, in amounts of 1 pound or more whether in package or bulk,must be labeled with the following information." (a) . . .the statement "labeled only for reclamation purposes"; (b) . . . lot number or other distinguishing mark; (c) . . . the common name, genus, species and subspecies,when applicable, including the name of each kind of seed present in excess of 5 percent. When two or more kinds of seed are named on the label,the label shall specify the percentage of each. When only one kind of seed is present in excess of 5 percent and no variety name or type designation is shown, the percentage must apply to seed of the kind named. If the name of the variety is given,the name may be associated with the name of the kind. The percentage in this case may be shown as "pure seed" and must apply only to seed of the variety named; (d) state or country of origin; (e) the approximate percentage of viable seed,together with the date of test. When labeling mixtures,the percentage viability of each kind shall be stated; (f) the approximate percentage by weight of pure seed,meaning the freedom of seed from inert matter and from other seeds; (g) the approximate percentage by weight of sand,dirt,broken seeds,sticks, chaff and other inert matter; (h) the approximate total percentage by weight of other seeds; (i) the name and approximate number of each kind of species of prohibited and restricted noxious weed seeds occurring per pound of seed; and 0) the full name and address of the person, firm or corporation selling the seed. B. As listed in the Montana Seed Law, seed shall contain no "PROHIBITED"noxious weed seed. The seed shall contain no "RESTRICTED"noxious weed seed in excess of the maximum numbers per pound as specified by MCA 80-50-105 or as specified by the appropriate County Weed Board,whichever is more stringent. The number of seed allowed per pound, for all other noxious weed seeds shown on the "restricted list" will be zero. C. Seed shall be grown in the North American continent above 41 degrees north latitude. Known varieties whose origin is above the 41st parallel but grown below Section 02931 FERTILIZING AND SEEDING Page 2 of 8 are acceptable. All seed shall be a standard grade adapted to Montana conditions. Seed which has become wet, moldy, or otherwise damaged will not be accepted. D. Calculations of pure"live seed"may be made on the basis of either a germination test or a tetrazolium test in addition to the purity analysis. Seed shall be applied on a pure "live seed"basis. The quantity of pure"live seed"in a 100-pound container shall be determined by the formula: 100 multiplied by germination percentage and this product multiplied by the purity percentage. (For example, if the seed is 85 percent pure and test 90 percent germination, then a 100 percent container would contain 76.5 pounds of pure "live seed.") 2.2 FERTILIZER A. Fertilizer shall be a soluble commercial carrier of available plant food element or combination thereof. The fertilizer shall be in uniform composition and in good condition for application by suitable equipment. It shall be labeled with the manufacturer's guaranteed analysis as governed by applicable fertilizer laws. Any fertilizer which becomes contaminated or damaged,making it unsuitable for use,will not be accepted. 2.3 WATER A. Water used for seeding shall be of irrigation quality and free of impurities that would be detrimental to plant growth. Any water required for seeding or mulching shall be at no additional cost to the Owner. PART 3: EXECUTION 3.1 GENERAL A. Areas to be seeded and fertilized shall be completed, in reasonable conformity, to specified line and grade prior to seeding and fertilizing and approved by the Engineer. B. Slopes and areas finished during the period of October 15 through May 31 shall be top soiled and permanently seeded within this time period. The Contractor must obtain Engineer permission to commence topsoil placement and seeding operations. Slopes and areas finished during the period June 1 through October 14 shall be top soiled in accordance with the Cover Soil Specifications, and mulched or otherwise treated in accordance with the Summer Erosion Control Procedure as specified herein. The permanent seeding of these areas shall then commence during the fall at a time approved by the Engineer. The Contractor shall be required to either mulch or otherwise treat in accordance with the Summer Erosion Control Procedure or permanently seed any topsoil area within 15 days of topsoil placement. Application Section 02931 FERTILIZING AND SEEDING Page 3 of 8 rates for permanent seeding are shown in this Specification under Seed Rate. C. Seeding of the finished slopes shall require repeated seeding operations until approved by the Owner, and shall not be construed to mean that the required finishing,top soiling,fertilizing,mulching,Summer Erosion Control Procedure,and seeding may be done only once at the convenience of the Contractor. Any additional move-in required will not be paid for separately. D. It is necessary,insofar as it is practical and feasible,that the seedbed surface, at the time of application of seeds,not be excessively wet,snow-covered,or frozen and be reasonably free of large lumps,clods,and impervious crusts of dirt;that there be no appreciable areas of loose soils which can feasibly be compacted;that the surface,to a depth of approximately 4 inches,not be so tightly compacted that seed cannot begin growth. The Contractor shall treat such areas, to attain, as nearly as practical, the condition described. E. If seeding is hampered due to standing vegetation, the vegetation shall then be mowed and left lay after seeding. Mowing shall be done,where terrain permits,with equipment using a cutting blade which rotates in a plane parallel to the ground. Whether alive or dead,the vegetation shall be removed if it will prevent good seeding practice. F. Excessively tight or compacted soils shall be loosened to the minimum depth of 4 inches. Discing,harrowing, or tilling of the soil shall be done at right angles to the natural flow of water on the slopes, unless otherwise approved by the Engineer. Compaction of the soil when required shall be performed by equipment which will produce a uniform rough textured surface ready for seeding and mulching. Compacting of loose soils may be required by the Engineer. 3.2 SEED RATE A. The following application rates for seed are based on the drill seeding method and intended for seeding areas not to be used as lawn. When the broadcast seeding method or the hydraulic seeding method is used,the application rates listed below must be doubled at no additional cost to the Owner: Section 02931 FERTILIZING AND SEEDING Page 4 of 8 Common Scientific Variety Seed Mix lb. PLS/acre , Bluebunch wheatgrass Agropyron s icatum Secar 4.0 Thicks ike wheatgrass Agro yron dasystahyum Critana 3.0 Streambank wheatgrass Agropyron riparian Sodar 4.0 Basin wildrye Elymus cinereus Magnar 3.0 Sheep fescue Festuca ovina Covar 5.0 Total 19.0 *Pounds "pure live seed"per acre. Section 02931 FERTILIZING AND SEEDING Page 5 of 8 3.3 APPLICATION OF FERTILIZER A. Fertilizer Rate: Fertilizer shall be applied at the rates specified below. Fertilizer shall be applied to the prepared seedbed prior to seeding or mulching and shall be blended with the cover soil as called for herein,or concurrently with the seed(as"no- till" drills allow). 1. All areas shall be fertilized with an inorganic chemical fertilizer with the following nutrients: a. Nitrogen(Elemental) 401bs/acre b. Phosphorus (P205) 60 lbs/acre C. Potassium (K20) 30 lbs/acre 2. All required fertilizer certificates shall be provided to the Engineer a minimum of three days prior to fertilizing. The certification shall include the guaranteed analysis of the fertilizer(s) stated in terms of the percentages of nitrogen(1), available phosphorus (P205) and potash (K20) in that order. B. Mechanical or hydraulic methods of application are acceptable so long as a uniform application at the specified rate is accomplished. Fertilizer shall be applied prior to seeding. The application method is subject to the submittal review process. C. The fertilizer shall be incorporated into the soil by discing, raking, or shallow plowing to the full depth of the topsoil or to a maximum depth of 6 inches,whichever is less. Exceptions will be made for seed drills that are capable of incorporating the fertilizer and seed directly into the seedbed. In no instance shall subsoil be incorporated into the seedbed as a result of this operation. Fertilizer shall be incorporated with equipment operated at right angles to the slope of the land. D. If the Contractor is required to perform the Summer Erosion Control Procedure, fertilization will be completed at the time of permanent seeding. The application methods and methods for incorporating the fertilizer into the seedbed shall be specified herein. 3.4 SEED DISTRIBUTION A. Seed shall be applied to the conditioned seedbed no longer than 48 hours after the seedbed has been conditioned.Broadcast or hydraulic seeding methods shall not be used during adverse weather as determined by the Engineer. The applied seed, regardless of the method of application, shall not be covered by a soil thickness greater than 1/2-inch in depth. B. Seeding by Drill. Seeding equipment used for applying grass seed must be designed, modified or equipped to regulate the application rate and planting depth of grass seed. If equipment for sowing cover crop seed is not equipped with press wheels,the Section 02931 FERTILIZING AND SEEDING Page 6 of 8 seed shall be compacted with a cultipacker immediately after the ground has been drilled. Seed must be uniformly distributed in the drill hopper during the drilling operation. Acceptable drills are: custom seeders,furrow drills,disc drills,or no till drills. All grass establishment equipment shall be operated normal to the slope drainage. 1. Planting depth shall be regulated by depth bands or coulters. The drill box shall be partitioned by dividers no more than 24 inches apart, in order to provide for more even distribution on sloping areas. A drill shall be no wider than the width of the area over which it is to operate. 2. The rows of planted seed shall be a maximum of 8 inches apart and shall be at right angles to the natural slopes. C. Broadcast Seeding. Seeding by hand or mechanical broadcasting will be pennitted on areas inaccessible to drills or impractical to seed by other prescribed methods. Broadcast seeding requires the approval of the Engineer. D. Hydraulic Seeding. Hydraulic seeding equipment may be used. Seed and mulch will be applied in separate and distinct operations except for the following: I. When using the hydraulic seeding method, the Contractor must provide I pound of wood fiber or organic mulch per each 3 gallons of water in the hydraulic seeder as a cushion against seed damage. The mulch used as a cushion may be part of the total required mulch with the remainder applied after the seed is in place. 2. When hydraulically applying mulch in a separate operation, the Contractor may mix the seed with the fertilizer if his hydraulic seeding equipment is capable of uniformly mixing water, fertilizer, and seed--in that order--and power blowing or spraying the mixture uniformly over the seedbed. THIS OPTION OF MIXING FERTILIZER AND SEED WITH MULCH MAY ONLY BE APPLIED ON SLOPES STEEPER THAN 2:1. After blending, the slurry shall be applied to the seedbed within 45 minutes after the seed has been added to the water/fertilizer mixture. If the slurry cannot be applied within the specified 45 minutes,it shall be fortified,at no cost to the Owner, with the correct ratio of seed to the remaining slurry and a new 45-minute time frame established for applying the fortified mixture. 3. The Contractor will be required to use extension hoses to reach the extremities of slopes. 4. The Contractor shall remove any equipment tracks on the seedbed prior to final mulching. The Contractor shall use a rake, small harrow, or other acceptable means to remove the tracks. Section 02931 FERTILIZING AND SEEDING Page 7 of 8 3.5 TRACKING A. Tracking will be required on hydroseeded or broadcast areas where mulch crimping cannot be accomplished and where hydromulching will be accomplished. Exceptions will be allowed for small areas (0.1 ac.)not accessible to hydroseeding equipment. B. Tracking shall be accomplished using a tracked vehicle equipped with grousers sufficient to groove the surface to at least 1/2-inch. The tracking vehicle shall be operated so as to completely cover the surface with grouser marks. All grousers marks shall run perpendicular to the natural slopes. The tracking vehicle shall be operated alternately between forward and reverse on each pass to eliminate damage to the seedbed resulting from 180 degree skid turns. C. If the area is seeded by hydraulic methods, tracking of the slopes shall be done at such time when the surface has had sufficient time to dry. The length of time established will be at the discretion of the Engineer. 3.6 SEEDING DATES A. Seeding shall be permitted from October 15 through April 30. 3.7 SUMMER EROSION CONTROL PROCEDURE A. In the event the construction is completed after April 30 but before October 15, cover-soiled areas shall then be either mulched immediately with a vegetative mulch of straw or hay,applied at a rate of 2,000 pounds per acre or a soil stabilizer applied at the manufacturer's recommendation with a hydroseeder. The mulch shall be anchored into the seedbed. A "no-till" drill with "no-till" coulters may be used to seed and fertilize directly into the mulched areas during permanent seeding after the October 15 date. If a"no-till"drill(Brillion seeder,or equal)will not be utilized for permanent seeding,the seedbed preparation,fertilizing,seeding and mulching must be conducted in addition to and after Summer Erosion Control Procedure mulch application. Areas treated with a soil stabilizer must also follow the provisions,after the October 15 date, for permanent seeding. B. Cost for all summer erosion control installations will be considered incidental. No additional compensation will be allowed for this work item. END OF SECTION 02931 Section 02931 FERTILIZING AND SEEDING Page 8 of 8 SECTION 02932 MULCH PART 1: GENERAL 1.1 DESCRIPTION A. This work shall consist of covering and processing specified seeded areas with a mulch of the stipulated materials. Mulch shall be applied to all project areas requiring revegetation. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Manufacturer's specifications and material content for mulch products. 2. Manufacturer's recommended application methods and rate. 3. Vegetative mulch source and weed-free certification. 1.3 MULCH TYPE AND RATE A. The Contractor shall use Vegetative Mulch, or Wood Fiber Mulch and Tackifier. B. Vegetative Mulch. A grass hay or straw mulch shall be applied at a rate of 2,000 pounds per acre in those areas which are to be seeded with the Seed Mix. Grass hay or straw mulch shall be anchored by a mulch tiller(crimper). C. Wood Fiber Mulch shall be applied at a rate of 2,000 pounds per acre in those areas which are to be seeded. D. Tackifier shall be applied with all hydromulched areas at the manufacturer's recommended rate of 40 pounds per acre for slopes flatter than 2:1 and 80 pounds per acre for slopes 2:1 or steeper. PART 2: MATERIALS 2.1 VEGETATIVE MULCH A. This type of mulch material shall be composed of grass hay,wheat straw,rye straw, or barley straw, in that order of preference. Section 02932 MULCH Page 1 of 5 B. Grass Hay. This type of mulch material shall be composed primarily of perennial grasses at least 10 inches. The grass hay mulch shall contain greater than 70 percent grass by weight and shall not contain greater than 10 percent alfalfa, crested wheatgrass or yellow sweet clover. Grass hay is subject to the submittal review process and must be"Montana Noxious Weed Seed Free Hay"provided by a certified supplier. C. Straw. This type of mulch material shall be clean grain straw,at least 10 inches,shall be "Montana Noxious Weed Seed Free" straw and shall not contain greater than 5 percent cereal seed by weight, (i.e., seed heads). Written confirmation from a certified supplier will be required. D. Chopped or ground material is not acceptable. The mulch material is not acceptable if it is musty,moldy or rotted,or if it contains seed bearing stalks of noxious weeds. It shall be free of stones, dirt,roots, stumps or other foreign material. 2.2 WOOD FIBER MULCH A. Wood fiber mulch shall consist of specially prepared wood fibers and shall be processed in such a manner that it will not contain any growth or germination inhibiting factors. Fiber shall not be produced from recycled material such as sawdust,paper,cardboard,or residue from pulp and paper plants. The fiber shall be dyed an appropriate color to facilitate visual metering during application. The mulch shall be of such a consistency that after being combined in a slurry tank with water and other approved additives,the fibers in the material will be uniformly suspended to form a homogeneous slurry. During application the material shall produce a mat- like net covering the grass seed. Wood fiber shall be supplied in packages. Each package shall be marked by the manufacturer to show the air-dry weight content. If requested by the Owner,the Contractor shall submit a signed statement certifying that the material furnished has been laboratory and field tested and that it meets requirements and intents specified. Wood fiber mulch shall be as manufactured by Weyerhaeuser Company, or approved equal. 2.3 TACKIFIER A. Tackifier shall be a biodegradable organic formulation processed specifically for the adhesive binding of mulch. The tackifier shall uniformly disperse when mixed with water and not be detrimental to the homogeneous properties of the mulch slurry. Any tackifier which has been moisture damaged or damaged by other means will not be acceptable. Tackifier may be added either during the manufacturing of the mulch or incorporated during mulch application. B. Organic soil and mulch tackifier for use in hydraulically planting of grass seeds, flowers,or woody tree seeds,or stolen,either alone or in combination with fertilizer, Section 02932 MULCH Page 2 of 5 wood fiber mulch and other approved additives,shall consist of specifically blended compatible hydrocolloids. Starch-based tackifiers are unacceptable. C. The soil and mulch tackifier shall be supplied in easily disposable packages containing 5, 20, or 40 pounds of material having an equilibrium air-dry moisture content at time of manufacture of 8 percent,plus or minus 2 percent,with a minimum water-holding capacity of 6-1/2 times by weight of dry material. D. The organic soil and mulch tackifier shall have the additional characteristics of hydrating and dispersing in circulating water to form a homogeneous slurry and remain in such a state in the hydraulic mulching unit, or adequate equal, with the specified, or other approved materials. E. Soil and mulch tackifier shall be applied at a minimum rate of 40 pounds per acre on slopes 2:1 or flatter, or at 80 pounds per acre,or more on slopes steeper than 2:1,or at submitted manufacturer's recommendations. F. When applied, the organic soil and mulch tackifier shall form a loose chain-like protective film, but not a plant inhibiting membrane, which will allow moisture to percolate into the underlying soil, while helping "stick" seeds, fertilizer and other specified materials to the soil surface during germination and initial seedling growth, after which the organic soil and mulch tackifier shall break down by microbial action. PART 3: EXECUTION 3.1 GENERAL CONSTRUCTION A. Mulch,when required,must be applied to seeded areas not more than 24 hours after seeding regardless of the type used. If the Contractor does not mulch within 24 hours after seeding,the Contractor may be required to re-seed the project at no additional cost to the Owner. Mulch shall not be applied in the presence of free surface water, but may be applied upon damp ground. Mulch shall not be applied to snow-covered ground surfaces. B. Mulch shall not be applied to areas having a substantial vegetative growth, such as grasses, weeds and grains. Mulching shall not be done during adverse weather conditions or when wind prevents uniform distribution. Application,if after seeding, shall be in a manner to not seriously disturb the seedbed surface. All roadway structures and facilities shall be protected and kept undamaged from application of bituminous material and other operations. Any such material deposited on such structures or facilities shall be removed, at the expense of the Contractor. C. Additional mulching may be required in accordance with summer erosion control procedures as noted in Section 02931,FERTILIZING AND SEEDING. Section 02932 MULCH Page 3 of 5 D. The Contractor shall remove any equipment tracks on the seedbed prior to final mulching. The Contractor shall use a rake, small harrow or other acceptable means to remove the tracks. 3.2 APPLICATION OF VEGETATIVE MULCH A. Vegetative mulch shall be applied after seeding and fertilizing is completed. The mulch shall be applied in a uniform manner by a mulch spreader,at the rate specified. The mulch spreader shall be designed specifically for this type of work. The vegetative material shall be fed into the mechanical mulch spreader at an even, uniform rate. B. When asphalt or a tackifying agent is used as a binder for vegetative mulch, it shall be applied at the rate specified. It shall be evenly distributed over the vegetative material as it emerges from the blower discharge or it may be hydraulically applied directly following mulch application. Uneven distribution, caused by inadequate power or improperly adjusted equipment,poor workmanship,erratic material feed or discharge, or similar causes within the Contractor's control,shall be corrected. The quantity of asphalt or tackifying agent specified is subject to increase or decrease as determined in the field by the Engineer. C. Straw or native hay shall be uniformly spread at the rate specified. Unless otherwise authorized by the Engineer,straw or hay shall be anchored into the seedbed by using a mulch crimper. Straw or hay shall have a minimum length of 10 inches and shall be pliable. If straw breaks during crimping, it shall be sprinkled with water, not i soaked, to facilitate placement. D. The mulch crimper,specifically designed for this type of work,shall have round,flat (not angled),notched blades of these approximate dimensions: 1/4-inch thick by 18 inches in diameter and spaced 8 inches apart. The crimper shall have sufficient weight to force the vegetative mulch a minimum of 3 inches into the soil and shall be equipped with disc scrapers. Mulch crimping shall be done on all slopes capable of being safely traversed by a tracked vehicle. All mulch crimping shall be done perpendicular to the flowline of the slope. 3.3 APPLICATION OF WOOD FIBER MULCH A. Wood fiber mulch or organic mulch shall be applied by means of hydraulic equipment which utilizes water as the carrying agent. A continuous agitator action, that keeps the mulching material and approved additives in uniform suspension,must be maintained throughout the distribution cycle. The pump pressure shall be capable of maintaining a continuous non-fluctuating stream of slurry. The slurry distribution lines shall be large enough to prevent stoppage. Section 02932 MULCH Page 4 of 5 B. The discharge line shall be equipped with a set of hydraulic spray nozzles which will provide an even distribution of the mulch slurry to the seedbed. Mulching shall not be done in the presence of free surface water resulting from rains,melting snow, or other causes. C. The Contractor shall start at the top of the slope and work downward. If necessary, he may be required to use extension hoses to reach the extremities of slopes. END OF SECTION 02932 Section 02932 MULCH Page 5 of 5 Intentionally Left Blank SECTION 09900 PAINTING PART I: GENERAL 1.1 DESCRIPTION A. This section covers surface preparation, furnishing, and application of paint and special protective coatings, complete. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements as described in the Supplementary Conditions. 1. Product Data Sheets. For each paint system used herein, furnish a Paint System Data Sheet(PSDS),Technical Data Sheets,and paint colors available for each product used in the paint system, except for products applied by equipment manufacturers. A sample PSDS is appended to the end of this section. This information shall be submitted on a system-by-system basis. Also provide copies of paint system submittals to the coating applicator. 2. Manufacturer's Written Instructions for applying each type of paint or protective coating prior to application. 3. Color Reference Panel. Before painting work is started, prepare an 8- by 10-inch sample for every color and coating application specified on substrate similar to which the coating is to be applied. a. Furnish additional samples as required until colors, finishes, and textures are approved. b. Retain approved samples to be used as the quality standard for final finishes. 4. Quality Control Submittals. Furnish the following: a. Applicator's Experience: List of references substantiating the experience requirement specified. b. Factory Applied Coatings: Manufacturer's certification stating factory applied coating system meets or exceeds requirements specified herein. 1.3 ABBREVIATIONS Section 09900 PAINTING Page 1 of 14 ANSI American National Standards Institute AWWA American Water Works Association MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness Per Coat mil Thousandths of an Inch MIL-P Military Specification-Paint NACE National Association of Corrosion Engineers NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PSDS Paint System Data Sheet SFPG Square Feet Per Gallon SFPGPC Square Feet Per Gallon Per Coat SP Surface Preparation SSPC Steel Structures Painting Council 1.4 PAINT DELIVERY, STORAGE AND HANDLING A. Deliver paint to project site in unopened containers that plainly show,at time of use, the designated name, date of manufacture, color, and name of manufacturer. B. Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by paint manufacturer. C. Shipping: 1. Where precoated items are to be shipped to the job site,protect coating from damage. 2. Use nonmetallic or padded slings and straps in handling. 3. Items will be rejected for excessive damage. 1.5 WARRANTY A. The Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the work under this section against defective workmanship and materials for a period of 3 years commencing on the date of final acceptance of the work. PART 2: MATERIALS 2.1 PAINT AND COATING MANUFACTURERS Section 09900 PAINTING Page 2 of 14 A. Below is a list of manufacturers that may be able to supply the materials outlined in these Specifications. Contact the manufacturer's offices shown below for information regarding the location of representative nearest the project site. 1. Tnemec Coatings,Kansas City,MO. (1-800-TNEMECI) 2. Sherwin Williams, Cleveland, OH. 3. Columbia Paints & Coatings, Spokane, WA. 4. Rustoleum Corp.,Evanston, IL. 5. Master Builders,Inc., Cleveland, OR 6. DuPont Chemical Co., Wilmington,DE. 7. Valspar Corp.,Azusa, CA. 8. Benjamin Moore Paints,New York,NY. 9. Fuller/O'Brien Paint Co., San Francisco, CA. 10. Pittsburgh Paints,Pittsburgh, PA. 11. Pratt and Lambert, Inc.,Buffalo,NY 2.2 PAINT MATERIALS A. Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer.Paint or color additives that contain lead will not be allowed. B. Each Paint System specified herein shall include products from only one manufacturer. C. Thinners, Cleaners,Driers, and Other Additives shall be provided as recommended by the coating manufacturer. D. Paint products specified in the COATING SYSTEMS section of this specification are listed in the following table: Generic Product Name Description Manufacturers &Products Polyamide Epoxy Polyamide epoxy coating 1. Tnemec Series 66 Hi- Build Epoxoline 2. Sherwin-Williams Macropoxy 646 3. Or equal Section 09900 PAINTING Page 3 of 14 Generic Product Name Description Manufacturers &Products Polyamidoamine Corrosion-resistant primer for steel 1. Tnemec Series N68 Epoxy Primer substrates PoxiPrimell 2. Sherwin-Williams Recoatable Epoxy Primer 3. Or equal Polyurethane Enamel Two-component, aliphatic acrylic 1. Tnemec Series 1074 based polyurethane; gloss finish Endura-Shield II 2. Sherwin-Williams Hi- Solids Polyurethane 3. Or equal Coal Tar Epoxy High-build, corrosion resistant 1. Tnemec 46H-413 Hi- polyamide epoxy coal tar coating Build Theme-Tar 2. Sherwin-Williams Targuard 3. Or equal Wash Primer Low VOC,water-based wash 1. Sherwin-Williams primer free of heavy metals and DTM Wash Primer mineral acids 2. Or equal Alkyd Undercoater Primer/sealer for wood surfaces to 1. Tnemec Series 36 be topcoated with alkyd, latex or Undercoater acrylic finish coats 2. Or equal Acrylic Polymer Finish Water-based, acrylic polymer 1. Tnemec Series 29 coating(semi-gloss) Tufcryl 2. Sherwin-Williams Sher-Cryl HP,4 3. Or equal Latex Enamel Interior water-based latex primer, 1. Columbia 02-735 Undercoater sealer and enamel undercoater. Premium Pro 2. Or equal Section 09900 PAINTING Page 4 of 14 Generic Product Name Description Manufacturers &Products Gloss Enamel Finish Interior styrene-acrylic latex gloss 1. Columbia 05-260 Hi- Coat enamel Performance 2. Or equal Concrete Sealer Clear,penetrating,water-based 1. Tnemec/Chemprobe sealer for horizontal concrete Series 629 CT surfaces Denser 201 2. Or equal PART 3: EXECUTION 3.1 SURFACE PREPARATION A. Inspect and provide substrate surfaces prepared in accordance with these Specifications and the printed directions and recommendations of paint manufacturer whose product is to be applied. B. Provide Engineer minimum 3 days notice prior to start of surface preparation work and coating application work. C. Do not perform abrasive blast cleaning whenever relative humidity exceeds 85 percent, or whenever surface temperature is less than 5E F above dewpoint of ambient air. D Prepare surfaces in accordance with these specifications and the manufacturer's printed directions and recommendations. In the event that these specifications are not in agreement with the manufacturer's recommendations, the manufacturers recommendations shall govern. E. Protection of materials not to be painted. 1. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. 2. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. 3. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. 4. Mask openings in motors to prevent paint and other materials from entering Section 09900 PAINTING Page 5 of 14 the motors. F. Application Safety. 1. Perform surface preparation and painting in accordance with recommendations of the following: a. Paint manufacturer's instructions. b. NACE, contained in the publication,Manual for Painter Safety. C. Federal, state, and local agencies having jurisdiction. 2. Contractor will be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions will conform to U.S. Department of Labor, Occupational Safety and Health Act, any equivalent state law,and all other applicable federal,state,county,and local laws, ordinances, and codes. G. Workmanship for metal surface preparation as specified shall meet current SSPC Specifications as follows: 1. SP1: Solvent Cleaning 2. SP2: Hand Tool Cleaning 3. SP3: Power Tool Cleaning 4. SP5: White Metal Blast Cleaning 5. SP6: Commercial Blast Cleaning 6. SP7: Brush-Off Blast Cleaning 7. SP8: Pickling 8. SP10: Near-White Metal Blast Cleaning 9. SP11: Power Tool Cleaning to Bare Metal 10. SP12: Surface Preparation by Water Jetting H. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning,"or similar words of equal intent are used in these Specifications or in paint manufacturer's specifications,they shall be understood to refer to the applicable SSPC Specifications listed above. I. Where OSHA or EPA regulations preclude standard abrasive blast cleaning,wet or vacu-blast methods may be required. Coating manufacturers'recommendations for wet blast additives and first coat application shall apply. J. Hand tool clean areas that cannot be cleaned by power tool cleaning. Section 09900 PAINTING Page 6 of 14 3.2 SOLVENT CLEANING A. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by using solvents, emulsions, cleaning compounds,steam cleaning,or similar materials and methods which involve a solvent or cleaning action. B. Method meets SSPC-SP 1. 3.3 APPLICATION OF PAINT A. Inspection. Schedule with Engineer in advance for cleaned surfaces and all coats prior to succeeding coat. B. Apply coatings in accordance with paint manufacturer's recommendations. Allow sufficient time between coats to assure thorough drying of previously applied paint. C. Fusion Bonded Coatings Method Application. Electrostatic, fluidized bed, or flocking. D. Paint units to be bolted together and to structures prior to assembly or installation. E. Mixing Multiple Component Coatings. 1. Prepare using all the contents of the container for each component as packaged by the manufacturer. 2. No partial batches will be permitted. 3. Do not use multiple-component coatings that have been mixed beyond their pot life. 4. Provide small quantity kits for touch up painting and for painting other small areas. 5. Mix only components specified and furnished by paint manufacturer. 6. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. F. Keep paint materials sealed when not in use. G. Where more than one coat of a material is applied within a given system, alternate i color to provide a visual reference that the required number of coats have been applied. Section 09900 PAINTING Page 7 of 14 H. For coatings subject to immersion, obtain full cure for completed system. Consult coating manufacturer's written instructions for these requirements. Do not immerse coating for any purpose until completion of curing cycle. I. Do not apply paint in temperatures exceeding manufacturer's recommended maximum or minimum allowable, or in dust, smoke-laden atmosphere, damp or humid weather. J. Apply paint in accordance with these specifications and the manufacturer's printed directions and recommendations. In the event that these specifications are not in agreement with the manufacturer's recommendations, the manufacturer's recommendations shall govern. - 3.4 TIE AND BARRIER COATS A. Paint Compatibility. The Contractor, working with his coatings supplier, shall be responsible for verifying compatibility of newly applied coatings with existing paint substrates The Contractor shall conduct such investigations and testing as necessary to assure compatibility between new and existing paint products. B. Tie Coats. The Contractor,working with his coatings supplier,shall apply a suitable tie coat(s)as recommended by the coating manufacturer,where new coatings will not develop suitable adhesion with existing, in-place coatings. The cost of tie coats, where used,shall be considered incidental to the Work,and will not be allowed as a basis for a change to the Contract Price. The Contractor shall conduct such investigations as he/she deems necessary prior to proceeding with the work. C. Barrier Coats. The Contractor, working with his coatings supplier, shall apply a suitable barrier coat(s) as recommended by the coating manufacturer, where new coatings are not compatible with existing, in-place coatings. The cost of barrier coats, where used, shall be considered incidental to the Work, and will not be allowed as a basis for a change to the Contract Price. The Contractor shall conduct such investigations as he/she deems necessary prior to submitting a Bid for the Work to satisfy himself/herself where barrier coats may be necessary. 3.5 SHOP PRIMED OR FACTORY FINISHED SURFACES A. Inspection: Schedule with Engineer in advance for shop primed or factory fmished items delivered to job site for compliance with Specifications. Section 09900 PAINTING Page 8 of 14 B. Hand or power sand areas of chipped, peeled, or abraded coating, feathering the edges. Follow with a spot primer using specified primer. C. For two-package or converted coatings, consult coatings manufacturer for specific procedures as they relate to manufacturer's products. D. Prior to application of finish coats, clean shop primed surfaces free of dirt, oil, and grease and apply mist coat of specified primer, 1-mil dry film thickness. E. After welding, prepare and prime holdback areas as required for specified paint system. Apply primer in accordance with manufacturer's instructions. 3.6 MANUFACTURER APPLIED PAINT SYSTEMS A. Repair abraded areas on factory finished items in accordance with the equipment manufacturer's directions. B. Carefully blend repaired areas into original finish. 3.7 FILM THICKNESS A. Coverage is listed as either total minimum dry film thickness in mils(MDFT)or the spreading rate in square feet per gallon(SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. B. Minimum number of coats shall be as specified in the PROTECTIVE COATING SYSTEMS sub-section, irrespective of coating thickness. Additional coats may be required to obtain minimum required paint thickness, depending on method of application, differences in manufacturers'products, and atmospheric conditions. C. Maximum film build per coat shall not exceed coating manufacturer's recommendations. D. Film Thickness Measurements and Electrical Inspection of Coated Surfaces. 1. Perform with properly calibrated instruments. 2. Recoat and repair as necessary for compliance with the Specifications. 3. All coats will be subject to inspection by Engineer and coating manufacturer's representative. 4. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to Section 09900 PAINTING Page 9 of 14 ensure proper and complete coverage has been attained. 5. Give particular attention to edges, angles, flanges, and other similar areas, where insufficient film thicknesses are likely to be present,and ensure proper millage in these areas. 6. Thickness Testing: a. After repaired and recoated areas have dried sufficiently, final tests will be conducted by the Engineer. b. Measure coating thickness specified in mils with a magnetic type dry film thickness gauge as specified. C. Test finish coat, except zinc primer, galvanizing, and elastomeric coatings in excess of 25 mils dry, for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type as specified. d. Holiday detect coatings in excess of 25 mils dry with high voltage units recommended by the coating manufacturer. e. Check each coat for correct millage. Do not make measurement before a minimum of 8 hours after application of coating. 3.8 DAMAGED COATING, PINHOLES, AND HOLIDAYS A. Feather edges and repair in accordance with recommendations of paint manufacturer. B. Repair fusion bonded coatings as recommended by original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by coating manufacturer. C. Apply finish coats, including touch up and damage-repair coats in a manner which will present a uniform texture and color-matched appearance. 3.9 UNSATISFACTORY APPLICATION A. If item has an improper finish color,or insufficient film thickness,clean and top coat surface with specified paint material to obtain specified color and coverage. Obtain specific surface preparation information from coating manufacturer. B. Hand or power sand visible areas of chipped,peeled,or abraded paint,and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on extent of repair and appearance, a finish sanding and topcoat may be required. C. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for Section 09900 PAINTING Page 10 of 14 rejection. D. Repair defects in coating system per written recommendations of coating manufacturer. E. Leave all staging and scaffolding up until Engineer has inspected surface or coating. Replace staging and scaffolding removed prior to approval by Engineer. 3.10 CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroy at the end of each day. B. Upon completion of the work, remove staging, scaffolding,and containers from the site or destroy in a legal manner. C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. 3.11 PROTECTIVE COATING SYSTEMS A. SYSTEM NO. 1: METAL IN MILDLY CORROSIVE LOCATIONS Surface Prep. Coatin Product Min. Coats, Cover ABRASIVE BLAST POLYAMIDOAMINE 1 coat, 3 mils MDFT OR CENTRIFUGAL EPDXY PRIMER WHEEL BLAST (SP 5) POLYURETHANE 2 coats, 5 mils MDFTPC ENAMEL Section 09900 PAINTING Page 11 of 14 B. SYSTEM NO. 2: BURIED METAL Surface Prep. Coatin Product Min. Coats, Cover COMMERCIAL COAL TAR EPDXY 2 coats, 10 mils MDFTPC BLAST CLEANING (SP6) C. SYSTEM NO. 3: EXPOSED PVC Surface Prep. Coatin Product Min. Coats, Cover Remove all Oil, Grease, POLYURETHANE 2 coats, 5 mils MDFTPC and loose particles ENAMEL D. SYSTEM NO. 4: ALUMINUM AND DISSIMILAR METAL INSULATION Surface Prep. Coatin Product Min. Coats, Cover Solvent Clean (SP 1) WASH PRIMER 1 coat, 1 mils MDFT COAL TAR EPDXY 2 coats, 10 mils MDFTPC 3.12 PAINT APPLICATION SCHEDULE A. Unless otherwise shown or specified in these Specifications paint or coat the work- in accordance with the following application schedule. Electrical Conduit, stainless steel, or aluminum is not to be painted. hi the event of discrepancies or omissions in the following, request clarification from Engineer before starting work in question. B. SYSTEM NO. 1: METAL IN MILDLY CORROSIVE LOCATIONS. Use on all exposed metal not included under SYSTEM NO. 1 (except galvanized, Section 09900 PAINTING Page 12 of 14 aluminum, stainless steel, galvanized steel, and concrete reinforcing steel). Items to be coated with this system include, but are not necessarily limited to, the following: 1. All exposed metal piping. 2. All new steel handrailing, landings, and support structures. 3. All pipe bollards. 4. All exposed new piping and piping scheduled for reuse that is not listed elsewhere. C. SYSTEM NO. 2: BURIED METAL. Use on all buried metal (except Stainless Steel). Items to be coated with this system include, but are not necessarily limited to, the following: 1. New buried steel piping and fittings. D. SYSTEM NO. 3: EXPOSED PVC. 1. Use on all exposed PVC. E. SYSTEM NO. 4: ALUMINUM AND DISSIMILAR METAL INSULATION. 1. Use on all aluminum in contact with concrete. 3.13 PAINT SYSTEM DATA SHEET(PSDS) A. Provide, as a construction submittal, a PSDS for each paint system. A sample PSDS is included at the end of this section. 3.14 COLOR A. Color samples must be submitted and approved prior to application of any coatings. Section 09900 PAINTING Page 13 of 14 PAINT SYSTEM DATA SHEET Attach products' Technical Data Sheet(if applicable) to this sheet for each paint system submittal. Paint System Number (from Spec.): Paint System Title (from Spec.): Coatings Supplier: Re resentative: Surface Preparation: Product Name/Number Paint Material (Generic) (Proprietary) Min. Coats Coverage END OF SECTION 09900 Section 09900 PAINTING Page 14 of 14 SECTION 15060 PIPING- GENERAL PART 1: GENERAL 1.1 DESCRIPTION A. This section covers the work necessary to furnish and install piping and appurtenances in both buried and exposed applications. B. Piping and appurtenances for both pressure and gravity applications are included in this section. C. For specific piping material requirements,reference the Construction Drawings and other 15060 Detail Piping Specifications following this section. 1.2 SUBMITTALS A. The following submittals for construction shall be made in accordance with the project submittal requirements. 1. Product Data. Furnish the following: a. Catalog information of products manufactured to ASTM,AWWA or similar standards or described by a manufacturers name and model. b. Framing Support Systems. Detailed installation drawings, catalog information, and complete component specifications. 2. Shop Drawings. Furnish the following: a. A specific selection of pipe material and joint type for each pipeline where alternative materials and joints are specified for selection by the Contractor. b. Shop Drawings,including layouts,shall be submitted to the Engineer for approval. Drawings shall include locations for each pipe of special length, field welding, areas which require painting, and fittings. C. Details of special fittings and/or specialized pipe fabrications. d. Manufacturer's information of non-shrink grout to be used for repair and touching up cement mortar lining. e. Support System. 1) Laying drawing showing location of each pipe section and each special length; number or otherwise designate laying sequence on each piece. f. Hydraulic Thrust Restraint. Details including materials, sizes, and Section 15060 PIPING—GENERAL Page 1 of 26 assembly ratings,and pipe attachment methods of each pipe material. g. Thrust blocks including concrete quantity,strength,area of bearing on pipe, and fitting joint locations. 3. Quality Control Submittals. Furnish the following: a. Welders and Welding. 1) Inspection and Testing Laboratory Qualifications. Submit background information including experience, years in business,and five references for proposed independent testing laboratory. 2) Performance Qualifications. Submit list of welders and welding operators, and type of welding for which each has been qualified, for both shop and field welding. 3) Procedure Specifications and Qualifications. Provide procedures in accordance with Section IX, Article II of the ASME Boiler and Pressure Vessel Code for each type of weld and for each base metal. b. Copy of Manufacturer's quality control inspection of pipe material and production. 4. Manufacturer's Certification of Compliance. Submit for the following manufactured items and materials to certify compliance with the specifications: a. ASME and AWS certifications for welded steel pipe. b. NSF and AWWA certifications for pipe and appurtenances. C. NSF certification for potable water coatings. d. Structural design for piping and support systems. 5. Hydrostatic Testing. a. Detailed plan for filling and testing pipeline sections;submit at least (30) days in advance of testing. b. Testing procedures to be used,locations for necessary equipment and materials, and date and duration of tests. C. Logs of testing indicating time,pressures and results. 6. Cleaning and Disinfection. a. Detail plan for cleaning. 1.3 GENERAL A. Like items of material provided hereunder shall be the end products of one manufacturer. B. All piping and appurtenances require coatings per Section 09900,Painting,except as specified herein. Section 15060 PIPING—GENERAL Page 2 of 26 i i 1.4 QUALITY ASSURANCE A. Welded Steel Pipe. 1. Qualify welders and welding operators by approved testing laboratory before performing any welding under this section. 2. Perform welder qualification tests in accordance with Section IX,Article III of the ASME Boiler and Pressure Vessel Code. 3. Qualification tests may be waived if evidence of prior qualification is deemed suitable by the Engineer. 4. Qualify welders and operators in the performance of making groove welds in each different pipe material,including carbon steel pipe,in Positions 2G and 5G for each welding process to be used. 5. Qualify welders and welding operators for stainless steel as stated herein on the type of stainless steel being welded with the welding process used. 6. Retest any welders at any time Engineer considers the quality of the welder's work substandard. When the Engineer requests a retest of a previously qualified welder, the labor costs for the retest will be at Owner's expense if the welder successfully passes the test. If the welder fails the retest,all costs shall be at the Contractor's expense. 1.5 PIPING SYSTEM DESIGN CRITERIA A. Pipe Diameters. 1. Nominal sizes for standardized products,such as ductile iron pipe,PVC pipe, and mill type steel pipe. 2. Fabricated Steel Piping. Outside diameter in accordance with ANSI B36.10. 3. Reinforced Concrete Piping. Inside diameter equal to nominal size shown. B. Thrust Restraint. 1. Thrust Blocks and Ties. Generally not shown on Drawings of the individual pipelines;their absence shall not relieve Contractor of the responsibility for providing them as required to provide complete systems for the use intended. PART 2: MATERIALS 2.1 GENERAL A. Pipe Materials. 1. General materials to be used for each piping system shall be as identified in the Drawings or as listed in the Piping Schedule (if applicable). Section 15060 PIPING—GENERAL Page 3 of 26 2. Specific material requirements are specified in other 15/060 Detail Piping Specifications following this section. B. Appurtenances. All fittings,couplings,valves,and other appurtenances shall be rated for the same or higher design pressure as the pipe to which they shall be joined and shall withstand the test pressure without damage. 2.2 JOINT LUBRICANT A. Furnished with pipe. B. Amount and Type. As recommended by pipe manufacturer. C. Composition. 1. Water soluble,nontoxic,vegetable soap compound suitable for use in potable waterlines. 2.3 MODULAR MECHANICAL SEALS (LINK-SEALS) A. Rubber links shall be modular,mechanical type,consisting of inter-locking synthetic rubber links shaped and sized to continuously fill the annular space between the pipe and the wall opening. B. Wall opening size and/or type shall be per seal manufacturer's recommendations. C. Seal pressure plates shall be of molded glass reinforced nylon. D. All fasteners shall be stainless steel. E. Modular mechanical seals shall be Link-Seals as manufactured by PSI/Thunderlink/Link-Seal, or approved equal. 2.4 COUPLINGS A. General. 1. Thrust Ties. Provide where required to restrain the force developed by 1-1/2 tunes the operating pressures specified. a. Steel Pipe. Attach with fabricated lugs. b. Ductile Iron Pipe. Attach with socket clamps against a grooved joint coupling or flange. C. Flanged Coupling Adapters. Anchor studs placed perpendicular to the longitudinal axis of the pipe are not acceptable. Use tie rods. Section 15060 PIPING—GENERAL Page 4 of 26 1 i 2. Exposed Installations. Zinc-plated nuts and bolts, however high-strength, low-alloy steel,in accordance with AW WA C 111,may be substituted for use on ductile iron couplings. 3. Submerged Installations. Provide stainless steel bolts and nuts. 4. Buried Installations. Provide stainless steel bolts and nuts. 5. Steel Middle Rings and Followers. a. Fusion bonded epoxy-lined and coated in accordance with AWWA C213. B. Flange Adapters. 1. Flange. a. Ductile iron per ASTM 536, Grade 65-45-12. b. Drilling per ANSI B16.1 or ANSI B16.5. C. Bolt circles and bolt holes shall meet ANSUAWWA C110/A21.10. 2. Set Screws. a. AISI 4140 Steel,heat treated to Rockwell hardness C 42-50; or b. Ductile iron with Rockwell hardness of C 40-45. 3. Gasket. a. SBR Buna-S. 4. Manufacturers and Models. a. Ford Meter Box Co.,"Uni-Flange"Adapter Series 400. b. EBAA Iron, Inc., Series 1000"B-Z Flange". C. Or equal. C. Flexible Couplings. 1. Manufacturers and Models for Steel Pipe. a. Dresser, Style 38. b. Smith Blair, Style 411. C. Or equal. 2. Manufacturers and Models for Ductile Iron Pipe. a. Dresser, Style 38 or 138. b. Smith Blair, Style 411. C. Or equal. D. Transition Couplings. 1. Manufacturers and Models. a. Dresser, Style 162. b. Smith Blair, Style 413. C. For 30" cement coated/lined steel pipe-Romac RC400—32"x 30" Or equal. Contractor shall field verify the exact diameter of the existing pipe and steel lining prior to ordering. Section 15060 PIPING—GENERAL Page 5 of 26 B. All brass components in contact with potable water must be made from either CDA/UNS Brass Alloys C89520 or C89833 with a maximum lead content of 0.24% by weight. Brass alloys not listed in ANSUAWWA C800 Paragraph 4.1.2 are not approved. Brass saddles shall be made from CDA/UNS C83600. C. All service fittings shall be certified as suitable for contact with drinking water by an ANSI accredited organization in accordance with ANSI/NSF Standard 61,Drinking Water Systems Components—Health Effects. D. All fittings shall be stamped or embossed with a mark or name indicating that the product is manufactured from the low-lead alloy. 2.11 CURB VALVES, CORPORATION STOPS AND SERVICE SADDLES A. Curb valves shall be of the "No-Lead" or "Low-Lead" design, conforming to ANSUAWWA Standard C800, latest revision. Curb valves shall be brass ball type corporation stops with inlet end to suit tapping requirements and compression outlet suitable for service pipe material. Curb valves shall be rated for 300 psig working pressure. Valves shall be Mueller 300 ball curb valves, or approved equal. B. Curb valve boxes shall be extension type with arch pattern base. C. Corporation stops shall be of the"No-Lead" or"Low-Lead" design, conforming to ANSUAWWA Standard C800,latest revision. Corporation stops shall be brass ball type corporation stops with inlet end to suit tapping requirements and compression outlet suitable for service pipe material. Corporation stops shall be rated for 300 psig working pressure. Corporation stops shall be Mueller 300 ball type corporation stops, or approved equal. D. Service saddles shall be all stainless steel double bolt service saddles with Nitrile (Buna N) gaskets and appropriate threads for compatibility with the corporation stops. Service saddles shall be Mueller SS Series Stainless Steel Service Saddles, Smith-Blair Model 372 TaperSeal Service Saddles, or approved equal. 2.12 TAPPING SLEEVES A. Body. l. Full circumference band. 2. 18-8 type 304 stainless steel. B. Flange. Section 15060 PIPING—GENERAL Page 8 of 26 1. AWWA C207 Class D ANSI. 2. 150 lb. drilling. 3. Epoxy coated finish or 18-8 type 304 stainless steel. C. Gasket. 1. Grade 60; compounded to resist oils,alkalies, most(aliphatic)hydrocarbon fluids,water, &many chemicals. 2. Temperatures up to 212°F. 3. Suitable for use in potable water systems. ' D. Bolts and Nuts. 1. 18-8 type 304 stainless steel heavy hex nuts, stud bolts, and washers. 2. Nuts and studs shall be coated to prevent galling. E. Manufacturers and Models. 1. Smith-Blair,Model 662 or 663. 2. Or equal. 2.13 PRESSURE GAUGES AND ISOLATION VALVES A. Pressure gauges shall be silicone-filled with a die cast aluminum case. The gauge shall be ANSI grade A,with 1%accuracy at full scale. The scale range shall be 0 to 200 psi, unless otherwise noted in Drawings, with graduations marked at 2 psi increments. The gauge shall utilize a phosphor bronze bourdon tube as a sensing unit. Gauges shall have a 3"NPT connection unless otherwise indicated. B. All pressure gauge assemblies shall include an isolation valve between the pressure gauge and the carrier pipe. Isolation valves shall be bronze body ball valves with standard or full port and Teflon seats. Valves shall be rated for minimum 600 psi water pressure. 2.14 MECHANICAL JOINT DUCTILE IRON RESTRAINTS A. Mechanical joint ductile iron restraints shall be provided where shown on the Drawings, and shall be designed to fit standard mechanical joint bells and have ductile iron glands with hardened iron ductile iron set screws. Restraints shall have a working pressure of at least 250 psi with a rated safety factor of 2:1,and shall be UL listed and Factory Mutual approved. Restraints shall be mechanical joint ductile iron retainer glands, and shall be EBBA IRON,Inc. Series 100, or equal. 2.15 PIPE WEDGES FOR BURIED DUCTILE IRON WATER MAIN Section 15060 PIPING—GENERAL Page 9 of 26 A. All ductile iron pipe shall have brass wedges inserted at all joints for continuity to allow surface tracing by pipe locator. PART 3: EXECUTION 3.1 EXAMINATION A. Verification of Existing Pipe and Penetrations. I. Prior to ordering materials, expose all existing pipes which are to be connected to new pipelines. 2. Verify the size,material,joint types,elevation,horizontal location,and pipe service of existing pipes. 3. Inspect size and location of structure penetrations to verify adequacy of wall pipes, sleeves, and other openings before installing connecting pipes. 3.2 RESPONSIBILITY FOR MATERIAL A. The Contractor shall be responsible for all material furnished by him and shall replace at his own expense all such material found defective in manufacture or damage in handling after delivery by the manufacturer. This shall include the furnishing of all materials and labor required for the replacement of installed material discovered damaged or defective prior to the final acceptance of the work,or during the guarantee period. B. The Contractor shall be responsible for the safe and proper storage of material furnished by him or to him and accepted by him, and intended for the work,until it has been incorporated in the completed project and accepted and approved. The interior of all pipe and other accessories shall be kept free from dirt and foreign matter at all times. 3.3 HANDLING OF PIPE AND FITTINGS A. All pipe furnished by the Contractor shall be delivered and distributed at the site by the Contractor. Pipe, fittings, specials,valves and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. B. Pipe handled on skidways shall not be skidded or rolled against pipe already on the Section 15060 PIPING—GENERAL Page 10 of 26 ground. All pipe,fittings,and valves shall be carefully lowered into the trench piece by piece by means of a derrick,ropes,or other suitable tools or equipment, in such a manner as to prevent damage to pipe materials and protective coatings and linings. Under no circumstances shall materials be dropped or dumped into the trench. 3.4 PREPARATION A. Pipe and Fittings. 1. Inspect before exposed pipe or fitting is installed or buried pipe or fitting is lowered into the trench. 2. Clean ends of pipe thoroughly,remove foreign matter and dirt from inside of pipe, and keep clean during and after installation or laying. B. Damaged Coating. 1. Repair damaged areas in field with material equal to original. C. Field Fabrication. 1. Notify Engineer at least 2 weeks prior to fabrication of pipe or fittings and at least 3 days prior to start of any surface preparation or coating application. 3.5 FIELD WELDING A. General. 1. Perform in accordance with latest editions of Section IX,ASME Boiler and Pressure Vessel Code and ANSI Code for Pressure Piping, as follows: a. All Piping: ASME Section IX. b. Heating and Cooling Water Services: ANSI B31.1. C. Flammable Gas, LP Gas, Ammonia, Chlorine Liquid and Vapor, Engine Exhaust,and Compressed Air Services: ANSI B31.2. 2. See other 15060 Detail Piping Specifications for additional requirements. 3. Field welding permitting only on pipes in which linings will not be damaged by welding or in which linings are designed for field repair and inspection. B. Identification of Welds. Mark each weld with a symbol which identifies the person who made the weld. C. Pipe End Preparation. I. Preferably by machine shaping. 2. Oxygen or arc cutting are acceptable only if the cut is smooth and true and all Section 15060 PIPING—GENERAL Page 11 of 26 slag is removed either by chipping or grinding. 3. Beveled Ends for Butt Welding: Meet requirements of ANSI B 16.25. D. Surfaces. Clean and free of paint,oil,rust, scale,slag,or other material detrimental to welding. E. Alignment and Spacing. Align ends to be joined with existing commercial tolerances on diameters, wall thicknesses, and out-of-roundness. 1. Root Opening of Joint. As stated in paragraph Procedure, below. F. Procedure. 1. Shielded Metal-Arc Process. Use for all field welding, unless otherwise approved or specified herein or in the Detail Piping Specifications. 2. Welding on Stainless Steel. Use direct current, reverse polarity, shielded metal-arc or gas metal-arc process or direct current, straight polarity, gas tungsten-arc or gas metal-arc process,unless otherwise approved. 3. Do not perform welding if there is impingement of any rain, snow, sleet, or high wind on the weld area,or if the ambient temperature is below 32 degrees F. 4. Tack Welds. Remove completely prior to proceeding with welding if all following requirements are not met. a. Tack welds performed by qualified welder using the same procedure as for the completed weld. b. Tack welds made with an electrode similar or equivalent to electrode to be used for first weld pass. C. Not cracked or otherwise inconsistent. 5. Thoroughly clean each layer of deposited weld metal,including the final pass, prior to deposition of each additional layer of weld metal with a power-driven wire brush. 6. Surface Defects. Chip or grind out those that will affect the soundness of weld. 7. Pipe 4 Inches and Under. Provide minimum of full root and second pass. 8. Pipe Sizes 6 Inches Through 24 Inches. Provide minimum of three weld passes using the specified covered electrode. 9. Welds. Free of cracks,incomplete penetration,weld undercutting,excessive weld reinforcement, porosity slag inclusions, and other defects in excess of the limits prescribed in Chapter V of the specified ANSI Codes. 10. Branch Connections. Fit and groove weld in accordance with the details described and shown in Chapter V of the specified ANSI Codes. 3.6 PIPING INSTALLATION- GENERAL Section 15060 PIPING—GENERAL Page 12 of 26 A. General. Install in conformance with reviewed shop drawings. B. Pipe Fittings and Appurtenances. In accordance with the manufacturer's instructions and these Specifications. C. All submerged carbon steel,ductile iron,or galvanized piping in reinforced concrete basins shall be isolated from the concrete reinforcement. D. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being installed. During laying operations, no debris, tools, clothing, or other materials shall be placed in the pipe. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or other means approved by the Engineer to ensure absolute cleanliness inside the pipe. E. Cutting pipe for inserting valves,fittings,or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or coating and so as to leave a smooth end at right angles to the axis of the pipe. 3.7 BURIED PIPE INSTALLATION A. General. 1. Lay pipe and fittings in conformance with laying drawings, manufacturer's instructions and alignment and elevations shown. 2. Provide all special tools and devices, such as special jacks, chokers, and similar items required for proper installation. 3. Use pipe joint lubricant as specified; no substitutions will be permitted. 4. Do not lay pipe in water or when, in the opinion of the Engineer, trench conditions are unsuitable. 5. Prevent uplift and floating of pipe prior to backfilling. 6. Minimum Buiy Depth. 6 feet of cover unless otherwise shown in the Drawings. 7. Do not deviate more than 1 inch from line or l/4 inch from grade for gravity piping. 8. Measure for grade at the pipe invert,not at the top of the pipe. 9. Before laying each section of the pipe, check the grade with a straightedge and correct any irregularities found. 10. Prevent foreign material from entering pipe at all times during placement. a. If pipe cannot be placed without foreign material entering pipe,place a tightly woven canvas bag snugly over each end before lowering pipe. b. Leave bags in-place until connection is made to adjacent pipe. 11. After a section of pipe has been lowered into the prepared trench, clean the end of the pipe to be joined, the inside of the joint, and the rubber ring Section 15060 PIPING—GENERAL Page 13 of 26 immediately before joining the pipe. 12. Check gasket position with feeler gauge furnished by the pipe manufacturer, to assure proper seating. a. Feeler Gauge. Of proper size, type, and shape for use during installation for each type of pipe furnished. 13. After the joint has been made as specified under Paragraph JOINING PIPE, check pipe for alignment and grade. 14. Joint Deflection. a. Deflect pipe at joints for pipelines laid on a curve, using unsymmetrical closure of spigot into bell. b. Maximum Deflection. 75 percent of maximum deflection recommended by pipe manufacturer. C. Use one of the following methods if joint deflection of standard pipe lengths will not accommodate horizontal or vertical curves in alignment: 1) Shorter pipe lengths. 2) Special mitered joints. 3) Standard or special fabricated bends. 15. Apply sufficient pressure in making the joint to assure that the joint is "home," as defined in the standard installation instructions provided by the pipe manufacturer. 16. Place sufficient pipe zone material to secure the pipe from movement before the next joint is installed. 17. Keep trench dry until the pipe laying and jointing are completed. 18. Close and block the open end of the last laid section of pipe to prevent entry of foreign material or creep of the gasketed joints, at all times when laying operations are not in progress, at the close of the day's work;or when the workers are absent from the job. 19. The bottom of the trench shall be shaped to fit the bottom quadrant of the pipe with holes for couplings just large enough to permit assembly of the coupling. B. Dewatering Trench. 1. Where water is encountered in the trench,it shall be removed below the level of the pipe bedding during pipe laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water shall not be allowed to enter the pipe at any time. C. Joining Pipe. 1. Bell-and-Spigot with Rubber Gasket Joints (Push-On Joints). Assemble in accordance with manufacturer's instructions, and the following: - Section 15060 PIPING—GENERAL Page 14 of 26 a. As next section of pipe is being readied for laying, clean bell of previously laid pipe of foreign material and apply thin film of specified lubricant to entire surface of bell ring. b. At same time, lubricate gasket and install in spigot groove. C. Ensure gasket tension is uniform around groove before placing pipe in trench. d. Lower pipe section into trench until approximately in line with previously laid pipe section and spigot is centered in bell. e. Then force pipe "home" as defined in manufacturer's installation instructions and secure to proper alignment and grade with specified pipe zone material. f. Check gasket position with feeler gauge, furnished by pipe manufacturer,to assure proper seating. D. Backfill in the Pipe Zone. 1. See Section 02221, Trench Excavation and Backfill 3.8 EXPOSED PIPING INSTALLATION A. General. 1. Install parallel to building lines,unless shown otherwise 2. Align hangers supporting adjacent piping with equal support spans where possible. 3. Install piping without springing or forcing the pipe which would create stresses in the pipe,valves, or connected equipment. a. Use torque-limiting wrenches to tighten bolts. 4. Straight runs of piping upstream and downstream of flow measuring devices shall be smooth. B. Pipe Flanges. 1. Set level,plumb, and aligned. 2. Install flanged fittings true and perpendicular to the axis of the pipe. 3. Bolt holes shall straddle vertical centerline of pipes. 4. Plastic Flanges. a. Bold up using a filler gasket at any joint with a raised face. b. The filler gasket shall bear the bolt load uniformly and remove the flange moment from that part of the flange protruding beyond the outer edge of the raised face. C. Unions. Install where required for piping or equipment installation. Section 15060 PIPING—GENERAL Page 15 of 26 D. Valve Orientation. 1. As shown where valve handwheels are shown. 2. Where valve handwheels are not shown, orient to permit easy access to the valve operator, and to avoid interferences. 3.9 PIPING EXPANSION AND FLEXIBILITY A. Piping Expansion Provisions. Where recommended by the pipe material supplier, install expansion provisions as follows. 1. Piping. Install expansion devices to allow for thermal expansion due to differences between temperature during installation and operating temperatures. 2. Anchors. Install to withstand expansion thrust loads and to direct and control thermal expansion. B. Piping Flexibility Provisions. 1. Install thrust protection as specified. 2. Install flexible couplings and expansion joints for piping systems and at connections to equipment where shown. 3. Install additional pipe anchors and flexible couplings to facilitate piping installation, in accordance with reviewed shop drawings. 3.10 FLEXIBLE COUPLINGS,FLANGED COUPLING ADAPTERS,MECHANICAL JOINT COUPLINGS,AND SERVICE SADDLES A. Thoroughly clean oil,scale,rust,and dirt from the pipe to provide a clean seat for the gasket. B. Wipe gaskets clean prior to installations. C. Lubricate flexible couplings and flanged coupling adapter gaskets with soapy water or manufacturer's standard lubricant before installation on the pipe ends. D. Install couplings and service saddles in accordance with manufacturer's instruction. E. Tighten bolts progressively,drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. F. Use only torque-limiting wrenches to tighten bolts. 3.11 SLAB, FLOOR,WALL,AND ROOF PENETRATIONS Section 15060 PIPING—GENERAL Page 16 of 26 A. Except where shown otherwise on the Drawings, all piping penetrating concrete walls shall have a wall pipe or pipe sleeve. 1. Existing walls above water lines may have rotary drilled hole in lieu of wall sleeve. B. Isolate embedded metallic piping from concrete reinforcement. C. Support wall pipes securely by formwork to prevent contact with reinforcing steel and tie-wires. D. Seal pipe penetrations with concrete,non-shrink grout,or non-sag urethane. Drilled or formed circular openings may be sealed with modular mechanical wall sleeves. 1. Assemble the interconnected rubber links with bolts,nuts,and pressure plates under each bolt head and nut to prevent the nut from turning when the bolt is tightened. 3.12 CONNECTING DISSIMILAR PIPE 1 A. Flexible Transition Couplings. Install in accordance with pipe manufacturer's instructions. 3.13 BURIED PIPE IN CONCRETE ENCASEMENTS OR CONCRETE BEDDING A. Pipe Joints. Do not encase in concrete unless specifically shown. B. Pipe Coatings. Continuous through concrete encasements, thrust blocks, anchors, collars, etc., unless otherwise shown. 3.14 FLEXIBLE JOINTS AT CONCRETE STRUCTURES A. Rubber ring joints,mechanical joints,flexible couplings,and proprietary restrained ductile iron pipe joints are considered flexible joints;welded pipe joints are not. B. Provide flexible joints at the face of all structures,whether or not shown. 1. Joint may be flush with face or may be up to one pipe diameter away from face,but not further than 18 inches away from face. C. Install a second flexible joint,whether or not shown,for: 1. Pipelines smaller than 18 Inches in Diameter: Within 18 inches of the first joint. Section 15060 PIPING—GENERAL Page 17 of 26 2. Pipelines Larger than 18 Inches in Diameter: Within one pipe diameter of the first joint. 3.15 THRUST RESTRAINT A. Location. 1. At pipeline tees, plugs, caps, bends, and other locations where unbalanced forces exist. 2. Provide thrust blocks and ties where required,whether or not shown. B. Thrust Ties. Install where shown and as detailed. C. Mechanical Joint Valves in Proprietary Restrained Joint Pipe and Fittings. Restrain mechanical joints with the proprietary restrained joint manufacturer's adapter gland follower and pipe end retainer or provide thrust tie-rods and socket clamps. D. Thrust Blocking. 1. Allowable Soil Pressure. 2,000 pounds per square foot. 2. Place between undisturbed ground and fitting to be anchored. 3. Quantity of Concrete. Sufficient to cover area of bearing on pipe, as shown or as approved. 4. Place blocking so that pipe and fitting joints will be accessible for repairs, unless otherwise approved. 5. Place concrete in accordance with Section 03300, CAST-IN-PLACE CONCRETE. 6. Low Pressure Pipelines. a. When bearing surface of the fitting against soil provides an area equal to or greater than area required for thrust restrain, concrete thrust blocks will not be required. b. Determine bearing area for fittings without thrust blocks by the projected area of 70 percent of the internal diameter multiplied by the chord length for the curve along the centerline of the fitting. 3.16 TAPE WRAP A. Field Applied. In accordance with manufacturer's instruction and as specified herein. B. Clean items with power brushes to remove rust, scale, or other material. C. Grind or file smooth any sharp burrs that will damage the warp,and solvent clean to remove oils or greases. Section 15060 PIPING—GENERAL Page 18 of 26 D. Apply primer and spiral wrap with a 50 percent overlap to form a double layer. E. Apply with enough tension to make wrap conform to the surface without wrinkles, but do not stretch excessively. F. Roll or press the overlap seams to ensure complete bonding. 3.17 MARKING TAPES A. Install along centerline of all pipe, on top of last lift of pipe zone material. B. Install 18 inches deep taking care to prevent damage to tape;repair damage incurred. C. Detectable Pipe Locating Tape. 1. Adjoin at ends of rolls with clips provided by manufacturer. 2. Bring to surface inside each manhole or terminal structure. 3.18 VENTS AND DRAINS A. Vent the high points and drain the low points of pipelines as required and where shown. B. Valves. Install a ball or plug valve on all vents or drains. Valve shall be suitable for service. Locate where shown on the Valve Schedule and install as specified in Section 15101,VALVES. 3.19 CORROSION PROTECTION AND PAINTING A. General. 1. Protect all pipe and piping accessories from corrosion and adverse environmental conditions. 2. Additional requirements for protection to those specified below are included in the Detail Piping Specifications and in Section 09900, PAINTING. 3. See the Piping Schedule in the Drawings for additional pipe lining and coating requirements. B. Buried Pipe. I. Carbon Steel or Copper Piping. Tape coat wrap. 2. Ductile Iron and Cast Iron Soil Pipe. Provide V-bio polyethylene encasement in accordance with AWWA C105 and manufacturer's instructions. Section 15060 PIPING—GENERAL Page 19 of 26 3. Piping Accessories. Provide corrosion protection for ferrous metal and piping appurtenances. a. All ductile iron pipe shall be encased in full corrosion protection consisting of V-Bio Enhanced Polyethylene Encasement Level 2 or approved equal, with bonded joints, cathodic protection, and surrounded by granular bedding. b. See Standard Detail for coating, mastic and heat shrink wrap application to: 1) Tie-Rods and Similar Items. 2) Flange Bolts,Nuts, and Similar Items. 3) Flexible Couplings, Grooved Couplings, and Similar Items. C. Buried Valves and Similar Elements. 1) Ductile Iron or Nonmetallic Pipelines. Wrap entire valve in polyethylene as specified for ductile iron pipe. 2) Cement-Coated Pipelines. Cement-coat. C. Atmospheric Exposed Pipe. 1. Copper and Plastic Pipe. a. Paint if exposed to sunlight,and as required for color code in Section 09900,Painting. 2. Steel,Ductile Iron. a. Paint in accordance with Section 09900,Painting. 3. Piping Accessories. a. Paint atmospheric exposed surfaces of black and hot-dip galvanized steel, brass, copper, and bronze piping components as specified in Section 09900,Painting, as applicable to the base metal material. b. Accessories include, but are not limited to, pipe hangers, supports, expansion joints, pipe guides, flexible couplings, vent and drain valves, and fasteners. D. Submerged or Embedded Pipe. 1. Carbon Steel Piping. Paint as specified in Section 09900,Painting. 2. Ductile Iron and Cast Iron Pipe. Paint as specified in Section 09900, Painting. 3.20 PIPE LEAK TESTING- GENERAL A. General. 1. Conduct pressure and leakage tests on newly installed pipelines and appurtenances, in accordance with reviewed testing plan. 2. Furnish necessary equipment and material and make taps in piping, as necessary for testing and as specified. Section 15060 PIPING—GENERAL Page 20 of 26 l 3. Engineer will observe the tests. 4. Provide 5 days advance written notice of start of testing to Engineer. 5. Test Type. Test pressure shall be 1.5 times normal operating pressure for all new pressure pipelines. Test pressure shall be 2 feet (of water) above the pipe crown at the highest point in the pipeline for all new gravity pipelines. Type of leak test shall be hydrostatic,unless otherwise approved through the Submittal process. 6. Test Records. Make records of each piping system during the test to document the following: a. Date of test. b. Description and identification of piping tested. C. Test fluid. d. Test pressure. e. Remarks, including: 1) Leaks (type, location). 2) Repairs made on leaks. f. Certification by Contractor and signed acknowledgment by Engineer that tests have been satisfactorily completed. B. Testing New Pipe Connected to Existing Pipe. 1. Isolate new pipe with grooved-end pipe caps, spectacle blinds, or blind flanges. 2. Test joint between new piping and existing piping by methods, approved by the Engineer,that do not place the entire existing system under test load. C. Buried Pressure Piping. 1. Initial Service Leak Test. Conduct with partially backfilled trench as field conditions permit and as approved by Engineer. 2. Final Hydrostatic Acceptance Test. Conduct after trench has been completely backfilled. 3. Expose all joints on buried pressure piping to be pneumatically tested or subjected to an initial service leak test. D. Exposed Pressure Piping. Conduct tests after piping has been completely installed and inspected for proper installation including all supports,hangers,and anchors,but prior to installation of insulation. 3.21 HYDROSTATIC LEAK TESTING—PRESSURE PIPELINES A. Testing Equipment. Section 15060 PIPING—GENERAL Page 21 of 26 Quantitv Equipment 2 Graduated containers 2 Pressure gauges 1 Hydraulic force pump As required Suitable hose and suction pipe B. Procedure. 1. Use water as the hydrostatic test fluid. 2. Provide clean test water of such quality to prevent corrosion of the materials in the piping system. 3. Maximum Velocity During Filling. 0.25 foot per second applied over full area of pipe. 4. Open vents at all high points of the piping system to purge air pockets while the piping system is filling. 5. Venting during filling may also be provided by loosening flanges with a minimum of four bolts of by the use of equipment vents. 6. Test all parts of the piping system at the test pressure specified. 7. Maintain hydrostatic test pressure continuously for 30 minutes minimum and for such additional time as necessary to conduct examinations for leakage. 8. Examine all joints and connections for leakage. 9. The piping system,exclusive of possible localized instances atpump or valve packing, shall show no visual evidence of leaking. 10. Correct visible leakage and retest as required by Engineer. 11. Leave pipe full of water after repair of leaks. C. Buried Pressure Piping. 1. A limited amount of leakage is permissible according to the formula specified herein. 2. Pipe with Concrete Thrust Blocking. Do not conduct pressure test until a minimum of 5 days after thrust blocking is installed. 3. Cement-Mortar Lined Piping. Slowly fill test section with water and allow to stand for 24 hours under low pressure to allow cement-mortar lining to absorb water. 4. Expel all air from piping system prior to testing. 5. Apply and maintain specified test pressure with hydraulic force pump. 6. Valve off the piping system when test pressure is reached. 7. Maintain hydrostatic test pressure continuously for 2 hours minimum, reopening isolation valve only as necessary to restore test pressure. 8. Accurately measure amount of water required to maintain test pressure by placing pump suction in a barrel or similar device, or by metering. 9. Determine maximum allowable leakage in gallons per hour from the Section 15060 PIPING—GENERAL Page 22 of 26 following formula: a. L=SD P u2 148,000 b. In the above formula: 1) L= Allowable leakage, in gallons per hour, which represents the quantity of water necessary to maintain the specified test pressure for the duration of the test period. 2) S = Length of pipe tested, in feet. 3) D = Nominal diameter of pipe, in inches. 4) P = Test pressure during the leakage test, in pounds per square inch. C. Correct leakage greater than the allowable determined under this formula, and retest as required by Engineer. 3.22 HYDROSTATIC LEAK TESTING—GRAVITY PIPELINES A. Underground Gravity Pipelines. 1. General. Gravity mains, manholes and appurtenances will be subject to testing to determine compliance with the contract requirements.No drainage shall be permitted to enter any new gravity main or manhole until testing has been satisfactorily completed and approval has been given by the Engineer. The Contractor shall thoroughly clean all gravity mains and manholes before any tests are performed.No materials removed during the cleaning and flushing operation shall be permitted to enter existing live sewers.Tests shall be performed after all backfill and compaction has been completed between and around the sections being tested and before any surface restoration or paving has been performed. 2. Alignment Test. A light test shall be performed to determine horizontal deflection of gravity mains between manholes.The Contractor shall provide the testing equipment necessary and perform the test in the presence of the Engineer.A test shall be considered successful when a full circle of light can be observed both ways from the pipe end opposite the light source one block away without undue deflection or irregularity visible in the pipe in the opinion of the Engineer. The tolerances specified in this section must be complied with nonetheless. 3. Grade Test.Grade tests will not be performed until alignment tests have been satisfactorily completed. Compliance with grade requirements will be determined by visual inspection of any ponding in the gravity main between manholes after flushing with water. The Contractor will perform the test in the presence of the Engineer. The test shall be considered a failure if ponds longer than one pipe length are observed. 4. Leakage Test,Exfrltration Method.For all new gravity mains,an exfiltration Section 15060 PIPING—GENERAL Page 23 of 26 test will be performed. The Contractor shall provide and install a suitable sewer plug to positively seal the downstream end of the main and provide all water necessary to perform the test.The test will be performed by filling the upstream manhole to a depth of 2'over the highest groundwater elevation at any point in the section of pipe being tested. Leakage will be tested by measuring the drop in the water level over a period of 4 hours. The length of sewer main tested during any one test shall not exceed 1,200'. 5. The leakage as determined by the above methods shall not exceed 200 gallons per day per mile of sewer per inch of inside pipe diameter for the section tested or any part thereof. Obvious and concentrated leaks such as open joints, pinched gaskets, cracked pipe, etc. will not be allowed, regardless of the amount of leakage. 6. Deflection Test. Seven or more days after the pipe has been laid and backfilled, all PVC pipe shall be tested for deflection in the presence of the Engineer. This test shall consist of pulling an approved mandrel ("Go -No Go" device with a minimum of 9 arms) through the pipe. The maximum deflection allowable shall not exceed 5%of the pipe's internal diameter.Tests conducted on pipe that has been backfilled more than 30 days will be considered acceptable if the maximum deflection does not exceed 7 1/2"of the pipe's internal diameter. The Contractor shall conduct the test and shall furnish all necessary test equipment and labor.If the pipeline fails to meet the deflection requirements,the Contractor shall re-excavate,re-bed,backfill and compact the pipe and re-conduct the test as specified. 7. TV Testing. The Owner may, at his option, require any or all sewers to be inspected by the use of a television camera before final acceptance.The costs incurred in malting the initial inspection shall be borne by the Owner unless testing reveals deficiencies in the work. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection that may be required by the Owner to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. 8. If any test fails to meet the requirements of the Plans and Specifications within the tolerances allowed,the Contractor shall make all necessary repairs and the tests shall be repeated.Defective pipe joints shall be repaired only by the use of approved jointing material which is flexible when set and that forms a permanent bond to the pipe. Cracked or broken pipe or manholes shall be replaced.Leaks in manholes shall be repaired with hydraulic grout. Other repairs shall be made in a manner approved by the Engineer. B. Gravity Drain Piping in Buildings. 1. Test with 15 feet of water to include the highest horizontal vent in the filled piping. Section 15060 PIPING—GENERAL Page 24 of 26 i i 3.23 TOLERANCES FOR UNDERGROUND PIPE LAYING A. Construction tolerances for the work covered by this section shall be as follows: B. Pressure Main Installation. 1. Alignment: + 1/10 inside pipe dia. C. Gravity Main Installation. 1. Grade less than 1%: + 1/4" 2. Grade greater than 1%: + 2" 3. Alignment: + 1/10 inside pipe dia. D. Manhole Installation on Gravity Mains. 1. Horizontal location: +2" 2. Vertical Plumb: + 2" of vertical 3. Elevation of inverts: + 0.02' 4. Elevation of cover:. + 0.04' 5. Channel dimensions: + 1/4" 6. Channel smoothness: + 1/8" per two-foot straight edge 3.24 REQUIRED CLEARANCE BETWEEN WATER MAINS AND GRAVITY DRAINS A. Horizontal Clearance.New gravity drains and sewers shall be installed to provide no less than 10'of horizontal clearance measured from the edge of new or existing water mains to the edge of the sewer main.This applies to sewers adjacent to water mains and sewers crossing water mains at angles less than 85 degrees. B. Vertical Clearance. At crossings, gravity drains and sewers shall be installed to provide no less than 18" of vertical clearance measured from the edge of the water main to the edge of the drain or sewer main. This shall be the case where the water main is either above or below the sewer. The crossing shall be arranged so that the sewer joints will be equidistant and as far as possible from the water main joints. C. Special Conditions. When it is impossible to obtain the specified horizontal or vertical clearance,PVC water pipe shall be used in place of the PVC sewer pipe in all areas that are not in compliance with the clearance requirements specified.The PVC water pipe shall be pressure-tested by the Contractor to assure water tightness to the satisfaction of the Engineer. D. When a water main is found to intersect the alignment of a new sewer main as indicated on the Plans, the Contractor shall immediately notify the Engineer in Section 15060 PIPING—GENERAL Page 25 of 26 writing.The Engineer will promptly evaluate the situation and issue a Field Order or Change Order as applicable to the Contractor with directions for alleviating the conflict. E. Claims for additional costs and contract time due to delays caused by conflicts with water mains will not be considered except for any special fittings, materials or construction methods ordered by the Engineer by issuance of a Field or Change Order as defined in Section 3.2.5 above. The Contractor shall field verify water main locations and identify all conflicts with water mains sufficiently in advance of his sewer main construction to permit the conflicts to be remedied without delay. 3.25 FINAL CLEANING A. Interim Cleaning. 1. Prevent accumulation of weld rod, weld spatter, pipe cuttings and filings, gravel,cleaning rags,and other foreign material within piping sections during fabrication. 2. Examine piping to assure removal of these and other foreign objects prior to assembly and installation. B. Following assembly and testing,and prior to final acceptance,flush pipelines(except as stated below) with water to remove accumulated construction debris and other foreign matter. C. Flush until all foreign matter is removed from the pipeline. D. Provide hoses, temporary pipes, ditches, and other items as required to properly dispose of flushing water without damage to adjacent properties. E. Minimum Flushing Velocity: 2.5 fps. F. For large diameter pipe where it is impractical to flush the pipe at 2.5 fps velocity, clean the pipeline in-place from the inside by brushing and sweeping,then flush the line at a lower velocity. G. hisert cone strainers in the flushing connections to attached equipment and leave in- place until cleaning has been accomplished. H. Remove accumulated debris through drains 2 inches and larger or by removing spools and valves from piping. END OF SECTION 15060 Section 15060 PIPING—GENERAL Page 26 of 26 SECTION 15060-02 DETAIL PIPING SPECIFICATION CEMENT-LINED DUCTILE IRON PIPE AND FITTINGS PART I: GENERAL 1.1 DESCRIPTION A. This specification covers the materials and installation of cement-lined ductile iron pipe and fittings for both buried and exposed installations. B. Products and methods described herein are supplemental to products and methods specified in Section 15060, PIPING-GENERAL. PART 2: MATERIALS 2.1 PIPE A. Centrifugally cast, Grade 60-42-10 iron, cement-lined and seal-coated, CL51, in accordance with AWWA C151, 350 psi minimum working pressure. 2.2 JOINTS A. Push-on, flanged, or mechanical joint as shown. B. Flanged joint pipe shall conform to AWWA C115 and shall use ductile iron flanges. C. Push-on or mechanical joints shall conform to AWWA C111. 2.3 FITTINGS A. Gray or ductile iron, 150 psi working pressure, cement-lined and seal-coated. All fittings shall be "No-Lead" or "Low Lead", maximum lead content of 0.24% by weight. Where taps are shown on fittings,tapping bosses shall be provided. 1. Flanged: AWWA C110, faced and drilled 125-pound ANSI standard. 2. Push-On: AWWA C110 or AWWA C153. 3. Mechanical Joint: AWWA C110 or AWWA C153. 2.4 FLANGE BOLTS A. For above-grade piping and Class 125 FF Flanges: Carbon steel, ASTM A307, Section 15060-02 CEMENT LINED DUCTILE IRON PIPE AND FITTINGS Page 1 of 3 Grade A hex head bolts and ASTM A563, Grade A hex head nuts. B. For buried piping,and piping installed in the wet well:Type 307 Stainless Steel nuts and bolts. 2.5 GASKETS A. Gaskets for mechanical, push-on, and proprietary restrained joints shall be rubber, conforming to AWWA C111. B. Gaskets for flanged joints shall be 1/8-inch thick, full face cloth-inserted rubber conforming to applicable parts of ANSI B 16.21 and AWWA C207,Gasket material shall be free from corrosive alkali or acid ingredients and suitable for use in potable waterlines. Gaskets shall be full-face type for 125-pound FF flanges. 2.6 LINING A. Pipe and fittings shall be cement-lined in accordance with AWWA C 104. 2.7 EXTERIOR COATING FOR PIPE AND FITTINGS A. All pipe and fittings for buried installations shall be coated outside with an asphaltic coating, 1 mil thick, per AWWA C151 for push-on and mechanical joint pipe, AWWA C115 for flanged pipe, and AWWA C110 and C153 for fittings. B. All pipe and fittings for exposed installations shall be manufactured and delivered with no asphaltic coating, but rather shall be coated outside with a factory-applied high-solids epoxy primer compatible with the finish coatings specified in Section 09900,Painting. 2.8 CORROSION PROTECTION A. All ductile iron pipe shall be encased in full corrosion protection consisting of V-Bio Enhanced Polyethylene Encasement Level 2 or approved equal,with bonded joints and cathodic protection, and surrounded by granular bedding. 2.9 V-BIO POLYETHYLENE ENCASEMENT A. Furnish and install V-bio enhanced polyethylene encasement for all buried pipe in accordance with ANSI/AWWA CI05/A21.5. B. Polyethylene encasement for use with ductile iron pipe systems shall consist of three layers of co-extruded liner low density polyethylene (LLDPE) fused into a signal thickness of not less than 8 mils. C. The inside surface of the polyethylene wrap to be in contact with the pipe exterior shall be infused with a blend of anti-microbial biocide to mitigate microbiologically Section 15060-02 CEMENT LINED DUCTILE IRON PIPE AND FITTINGS Page 2 of 3 influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. D. Ductile iron pipe and the polyethylene encasement used to protect it shall be installed in accordance with AWWA C600 and ANSI/AWWA C105/A21.5 and also in accordance with all recommendations and practices of the AWWA M41,Manual of Water Supply Practices—Ductile Iron Pipe and Fittings. Specifically,the wrap shall be installed via Modified Method A with a one-foot overlap at the joints and secured in place around the pipe and any wrap at tap locations shall be taped tightly prior to tapping and inspected for any needed repairs following the tap. E. All installations shall be carried out by personnel trained and equipped to meet these various requirements. F. The installing contractor shall submit an affidavit stating compliance with the requirements and practices of ANSI/AWWA C150/A21.50, ANSI/AWWA C151/A21.51,ANSI/AWWA C105/A21.5,AWWA C600, and M41. PART 3: EXECUTION 3.1 See Section 15060,PIPING-GENERAL. END OF SECTION 15060-02 Section 15060-02 CEMENT LINED DUCTILE IRON PIPE AND FITTINGS Page 3 of 3 Intentionally Blank • SECTION 15101 VALVES PART 1: GENERAL 1.1 WORK INCLUDED A. This section covers the work necessary for furnishing and installing the various valves as shown in the Drawings. 1.2 SUBMITTALS A. The following submittal for construction shall be made in accordance with the project submittal requirements described in the Supplementary Conditions. 1. Product Data(provide for each type of valve specified) a. Complete specifications, dimensions, data and catalog cuts or drawings shall be submitted for all valves. b. Drawings and data submitted shall include complete connection and schematic wiring diagrams for electrical actuators and controls. C. Instructions for adjustment,adjustment range,a cut section view,and narrative description of valve operation for pressure relief valves,air release and vacuum valves, and check valves. 2. List any exceptions taken to these Specifications. PART 2: PRODUCTS 2.1 GENERAL A. All valves shall be complete with all necessary operators, actuators, hand wheels, chain wheels,extension stems,floor stands,worm and gear operators,operating nuts, chains,wrenches,and other accessories or appurtenances which are required for the proper completion of the work. Operators, actuators, and other accessories shall be sized and furnished by the valve supplier and factory mounted. B. Valves shall be suitable for the intended service. Renewable parts including discs, packing,and seats shall be of types recommended by valve manufacturer for intended service, but not of a lower quality than specified herein. C. Valves and operators shall be suitable for the applicable exposure: buried,interior or exterior. They shall have all safety features required by OSHA. Section 15101 VALVES Page 1 of 12 D. Unless otherwise shown,valves shall be the same size as the adjoining pipe. E. All units shall have the name of the manufacturer and the size of the valve cast on the body or bonnet or shown on a permanently attached stainless steel or aluminum plate in raised letters. F. For the purpose of designating the type and grade of valve desired,a manufacturer's naive and list or figure number is given in the following specifications. Valves of equal quality by other manufacturers will be considered in accordance with the General Conditions. 2.2 DESIGN FEATURES A. Brass and bronze components of valves and appurtenances which have surfaces in contact with the water shall be alloys containing less than 16 percent zinc and 2 percent aluminum. B. Approved alloys are of the following ASTM designations: 1. B61, B62, B98 (Alloy UNS No. C65100, C65500, or C66100), B139 (Alloy UNS No. C51000),B584(Alloy UNS No. C90300 or C94700),B 164, B 194, and B 127. 2. Stainless steel Alloy 18-8 may be substituted for bronze at the option of the manufacturer and with the approval of the Engineer. C. Valve ends shall be as specified,as shown on the Drawings,and to suit the adjacent piping. 2.3 VALVE OPERATORS A. General. 1. All valves shall be equipped with operators. The valve operator types, as specified herein,describe only the general characteristics of the operator. The operator shall be compatible with the valve with which it will be used and shall be of the same manufacturer, or a product that is recommended by the valve manufacturer. The operator shall be sized to operate the valve for the full range of pressures and velocities imposed by the service. All valve operators shall be installed such that there is no interference with existing piping or other equipment. B. Manual Operators. 1. Manual hand wheel or lever operators shall be provided unless otherwise Section 15101 VALVES Page 2 of 12 shown or specified. Ferrous hand wheel shall be painted the same color as the valve and associated pipeline. Lever operators may be supplied on quarter-turn type valves 8 inches and smaller, if recommended by the manufacturer;however,operator force shall not exceed 40 pounds under any operating condition, including initial breakaway. 2. When the maximum force required to operate a valve under full operating head exceeds 40 pounds, gear reduction operators shall be provided. Gear operators shall be totally-enclosed and lubricated. 3. On quarter-turn valves,the valve operators shall be of the self-locking type to prevent the disc or plug from creeping and shall be provided with position indicators to show the position of the valve disc or plug. 4. Worm and gear type operators shall have self-locking worm-gears,one-piece design, of gear bronze material,accurately machine cut. The worn shall be hardened alloy steel, with thread ground and polished. Operators of the geared traveling nut type shall have threaded steel reach rods with an internally threaded bronze or ductile iron nut. C. Exposed Operators. 1. Exposed operators shall be furnished with chain wheel operators, geared operators, extension stems, floor stands, and other elements as required to permit operation from the normal operating level. D. Buried Operators. 1. Buried service operators on valves larger than 2-1/2 inches shall have a 2-inch AWWA operating nut. All moving parts of the valve and operators shall be enclosed in a housing to prevent contact with the soil. 2. Buried service operators for quarter-turn valves shall be designed to withstand 450 foot-pounds of input torque at the FULLY OPEN or FULLY CLOSED positions without damage to the valve or operator and shall be grease packed and gasketed to withstand a submersion in water to 10 psi. 3. Buried valves shall be installed with valve boxes and extension stems, as required. 2.4 APPURTENANCES A. Limit Switches. Some valves shall be provided with limit switches. Switches and associated attachment mountings shall be factory installed. Check the various process mechanical drawings and the instrumentation and control drawings to locate valves requiring limit switches. Section 15101 VALVES Page 3 of 12 2.5 VALVES A. Gate Valves. 1. Gate valves 3-inch and smaller for exposed service shall be all-bronze with screwed bonnet, single solid wedge gate, and non-rising stem. Valves shall be rated'125-pound SWP, 200-pound WOG, and shall have threaded ends. Gate valves shall be Stockham B103, Crane 438, or approved equal. 2. Gate valves,4-inch to 12-inch,shall be iron-body,bronze-mounted,resilient seat gate valves with non-rising stems with design,construction and pressure rating conforming to AWWA Specification C509 or C515, with modifications specified herein. Stem seals shall be double rubber O-rings designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. Gate valves for buried installation shall have mechanical joint ends(unless otherwise indicated in the Drawings)and a 2-inch square wrench nut for key operation. Gate valves for exposed installation shall have flanged ends and a hand wheel operator. All valves shall open counter-clockwise unless indicated otherwise in the Drawings or these Specifications. Valves shall be Mueller Resilient Wedge gate valves, M&H or Kennedy. B. Butterfly Valves. 1. General. Butterfly valves specified as AWWA C504 shall be in full compliance with AWWA C504,Class 150B,and the following requirements: a. Valves shall be suitable for throttling operations and for infrequent operation after extended periods of inactivity. b. Elastomer seats that are bonded or vulcanized to the body shall have the adhesive integrity of the bond between seat and body assured by sample testing with a minimum 75-pound pull in accordance with ASTM D429, Method B. Elastomers shall be suitable for 32 - 90 degrees F water. C. Valves shall be bubble-tight with rated pressure applied from either side of the valve disc. d. There shall be no travel stops for the disc on the interior of the body. e. Shaft seals shall be elastomer, self-adjusting V-type or O-rings. f. Thrust bearing surfaces of metal-to-metal shall not be exposed in the flowstream of the valve. g. Butterfly valves shall be Mueller,M&H, or Kennedy. C. Ball Valves. 1. Bronze ball valves 4-inch and smaller,for general water and air service,shall be end entry type, with Teflon seats and packing and have hand lever Section 15101 VALVES Page 4 of 12 operators. Valves shall be rated 150-pound SWP, 400-pound WOG, and have threaded ends unless otherwise shown. Ball valves shall be Jenkins Figure 901-A,Nibco T-585-70, or approved equal. 2. PVC ball valves 2-inch and smaller shall be rated 150 psi at 120°F. Valves shall be of end entry, true union design, with threaded ends. Valves shall have replaceable elastomer seats, Viton or teflon O-ring stem seals, and handle for manual operation. Ball valves shall be Nibco True-Block; McCannaplast Series150;Asahi/America,Duo-Bloc; or approved equal. 3. Stainless steel ball valves shall be two-piece, full-port, Type 316 stainless steel valves with PTFE seats and FNPT connections. Valves shall be rated for 1000 psi max pressure. Ball and stem material shall be Type 316 stainless steel. Provide lockable lever-style stainless steel handle with vinyl grip.Ball valves shall be Grainger Series 1 WM, or approved equal. 4. Ball valves for 6-inch valves shall be Apollo 87-A-200 series or approved equal. D. Deep Well Service Air Release and Vacuum Valve. 1. Valve shall conform to AWWA C512. 2. The Deep Well Service Air/Vacuum Valve shall employ the Kinetic Principle to automatically exhaust controlled quantities of air at pump start-up and to allow air to re-enter during draining or when a negative pressure occurs. 3. Valves shall be designed to exhaust air at up to sonic velocity without blowing shut. Valve shall be complete with a throttle device installed on the outlet to allow control of the air discharge rate and pressure and column ascent rate. 4. Valve inlets shall be the nominal size of the valve. The outlet shall be the same size as the inlet. The float shall be spherical and shall be capable of withstanding a test pressure of 1000 psi and shall seal against a renewable resilient seat. Body and cover shall be of cast iron conforming ASTM A126, Class B. The float shall be made of stainless steel. 5. Inlet and outlet connecting piping shall be of the same diameter as the nominal size of the valve. 6. Kinetic Deep Well Service Air/Vacuum Valve shall be as manufactured by GA Industries,Inc.,Figure 933, or approved equal. E. Air Release Valves. 1. Air release valves shall conform to AWWA C512 and suitable for use with clean water. 2. Valve shall be float operated and automatically release air from the pipeline or system while in operation and under pressure. 3. Valve connection size shall be as shown in the Drawings with NPT inlet and outlet connections and additional plugged NPT connections near the top and Section 15101 VALVES Page 5 of 12 bottom for testing and draining. 4. Valves with 1" or larger connection size shall be compound lever type with adjustable seat. Smaller size valves shall be simple lever type. 5. The valve's venting orifice diameter shall be selected for 300 psi maximum working pressure. 6. Valve body and cover shall be rated for 300 psi and made from cast iron. Exterior of valve shall be shop coated with enamel primer. 7. The float ball, orifice and internal linkage mechanism shall be of Type 316 stainless steel. 8. The set shall be replaceable and made from Buna-N rubber,or other suitable elastomer compounds. 9. Air Release Valves shall be as manufactured by GA Industries,Inc. (Figures 910, 912, 920, 922, 923), or approved equal. F. Combination Air Release and Vacuum Valves. 1. Combination air release and vacuum valves shall conform to AW WA C512. 2. The Combination Air Valve shall consist of Combination Air and Vacuum Valve and an Air Release Valve contained in a single body housing with a double orifice. The valve floats shall be heavy stainless steel. The plug or float shall be center guided through bushings for positive shut-off. The valve shall be designed to exhaust large amounts of air during filling, to release small amounts of accumulated air during operation and to admit large amounts of air upon impending vacuum during draining. 3. Valve inlets shall be the nominal size of the valve. The outlet shall be the same size as the inlet. Body and cover shall be of cast iron conforming ASTM A126, Class B. The Air and Vacuum portion of the valve shall be designed to exhaust air at up to sonic velocity without blowing shut. The air vacuum float shall be spherical and shall be capable of withstanding a test pressure of 1000 psi. The Air Release portion shall have a stainless steel leverage mechanism and float. The small orifice shall be stainless steel and have a rubber seat. 4. Inlet and outlet connecting piping shall be of the same diameter as the nominal size of the valve. The valve body inlet must be baffled to protect the float from direct forces of rushing air and water to prevent premature valve shut-off. 5. Shall provide a two year warranty. 5. Combination Air Vacuum Valves shall be as manufactured by DeZurik, Apco,Hilton, Series 140C Standard Combination Single Body,or approved equal. G. Flap Valves. 1. Flap valves shall be designed to allow free outflow and prevent backflow for Section 15101 VALVES Page 6 of 12 1 maximum seating heads up to 25 feet. 2. The frame shall be of cast iron and shall be the flangeback type. The seating face shall be inclined from vertical at an angle of 7%2 degrees to assure a positive closure. 3. The cover shall be cast iron ASTM A-126 and shall be domed to withstand the seating head specified. An integral cast lifting eye shall be included for manual operation. 4. The seating surfaces on the frame and cover shall be: Bronze on frame and neoprene in cover. 5. The hinge links shall be cast as one piece with the cover and shall be attached to the frame by means of a bronze hinge pin. A positive stop shall be included to prevent over-opening of the cover. 6. All cast iron shall be painted with manufacturer's standard shopcoat paint. 7. Flap valves shall be Waterman Industries Model PF-25F, or equal. H. Pressure Relief Valve. 1. Pressure relief valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem,nut and spring shall be stainless steel. 3. Valve shall be designed to maintain constant pressure upstream within close limits.The pressure relief(high pressure)function shall be initially set at 130 psi, but be able to be easily adjustable in the field from 20-200 psi. 4. Pressure relief valve shall be a Cla-Val 50-0113, or approved equal. I. Altitude Valve. 1. Altitude valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Valve shall be hydraulically operated and pilot controlled and designed to control high water level in a reservoir without the need for floats or other devices. The valve shall be non-throttling and remain fully open until the shut-off point is reached. 4. Altitude valve shall be a Cla-Val 21OG-OIBY, or approved equal. Section 15101 VALVES Page 7 of 12 J. Combination Altitude Control,Pressure Sustaining and Solenoid Shut-Off Valve. 1. Valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem, nut and spring shall be stainless steel. 3. Altitude Valve Feature: Altitude control shall be a spring-loaded, 3-way, diaphragm actuated control that senses pressure in the reservoir. When reservoir pressure (liquid level) is lower than the set point of control, main valve shall open to fill the reservoir. When reservoir pressure (liquid level) increases to the set point of control,main valve shall close. 4. Pressure Relief Feature: Pressure relief control shall be normally closed and respond to inlet pressure changes. The main valve shall modulate with inlet pressure changes,maintaining a relatively constant inlet pressure. When inlet pressure is lower than the set point of control,main valve shall close. 5. Solenoid Control Feature: Solenoid control shall be a direct acting, 3-way solenoid control that applies or relieves pressure in the cover chamber of valve. 6. Valve adjustment range shall be 5-40 feet. 7. Valve shall be a Cla-Val 210DG-19BSY, or approved equal. K. Hydraulic Check Valves. 1. Check valves shall be Class 150 valves suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem,nut and spring shall be stainless steel. 3. Valve shall be hydraulically operated,pilot controlled,no-slam check valve with dual speed controls. Valve shall be designed to open when the pressure at the inlet exceeds the discharge pressure. A gradual rate of opening shall prevent sudden opening surges. When a pressure reversal occurs,the higher downstream pressure shall be applied to the cover chamber through the control tube lines, and the main valve shall close drip tight. 4. Valve shall include integral valve position indicator and pressure gauge. 5. Check valves shall be Cla-Val 81-02PV, or approved equal. L. Disc/Mechanical Check Valves. 1. Wafer check valves 3 through 12-inch shall berated for 150 psi. The body of Section 15101 VALVES Page 8 of 12 the wafer check valve shall be of ASTM A-126 class B cast iron. Split rings of PTFE teflon packing shall be used to prevent leakage through the shaft.A one piece shaft constructed of 316 stainless steel shall be used and supported by two SAE 660 bronze bushings allowing field change out. A precision machined 316 stainless steel disc shall be attached to the shaft by a 316 stainless steel disc arm through the use of stainless steel fasteners. The reversible spring arm assembly shall be carbon steel meeting ASTM A-36 standards. The spring shall be Spring Steel meeting ASTM A-228 standards. All other components shall meet respective ASTM specifications. Wafer check valves shall be Milliken Figure 700, or approved equal. 2. Check valves 3-inch and smaller shall have threaded ends and be of bronze construction, and a 200 psi rated non-shock cold working pressure. Valves shall be Y-pattern with bronze seat and hinge assembly. Valves shall be designed to operate in both horizontal and vertical lines with upward flow or in any intermediate position. Check valves shall be Nibco Model T-413,or approved equal. M. Plug Valves. 1. Plug valves shall be the eccentric,non-lubricated type,drip-tight shutoffwith pressure from either direction, conforming to AWWA C517. Valve sizes %2"to 12"shall have a minimum 175 psi pressure rating. Valve sizes 14"and larger shall have a minimum 150 psi pressure rating. Valves shall have ductile iron body with 125-pound flanged ends or grooved ends in accordance with AWWA C606 for rigid joints. The laying length of valves shall be in accordance with ANSI B 16.10. Plug shall be ductile iron with a vulcanized synthetic rubber seat facing suitable for the application. Seats shall be of 95% welded nickel applied directly to the body and machined to a smooth finish. Stem bearings shall be self lubricating stainless steel. Stem seals shall be multiple V-rings of nitrile rubber or other suitable compound and shall be externally adjustable and repackable without removing the actuator or bonnet from the valve under pressure. Valves shall be suitable for water and sludge service at 32-90 degrees F liquid temperature. Packing requiring regular adjustment is not acceptable. Provide grit seals on stem to prevent grit from entering bearings and thrust device to maintain proper plug position. Operators for exposed valves shall be as called out on the Drawings.Buried valves shall be equipped with AWWA 2" operating nuts. Plug valves shall be GA Industries Figure 517 Eco-Centric,DeZurik Series PEC or approved equal. N. Reduced Pressure Zone(RPZ)Assembly. 1. RPZ backflow preventers, 1/4" through 3", shall be UL listed and in conformance with AWWA C511. The RPZ assembly shall be rated for 175 Section 15101 VALVES Page 9 of 12 psi and be equipped with a manufacturer provided air gap drain fitting and test cocks to facilitate field testing. Seats and seat discs shall be replaceable in both check modules and the relief valve. The assembly shall consist of an internal pressure differential relief valve located in a zone between two positive seating check modules with captured springs and silicone seat discs. The assembly shall also include two resilient seated isolation valves, four resilient seated test cocks and an air gap drain fitting. The RPZ assembly is to be rated for horizontal or vertical installation. The RPZ assembly shall be Watts Series 009, or approved equal. O. Sewage Air Release Valves. 1. Cast iron body with stainless steel float and stainless steel internal components. Provided with replaceable rubber seat for drip tight shut-off. Unit must be provided with flushing connection. Valve shall be GA Industries Sewage Air Release, or approved equal. P. Combination Air Release and Vacuum Valve for Wastewater. 1. Valve shall be specially designed to operate with liquids carrying solid particles such as wastewater and effluents. Valve shall have working pressure rating of 150 psi. Reinforced nylon body with foamed polypropylene float and stainless steel internal components. Valve shall be A.R.I.Model D-025, or approved equal. Q. Float Valve. 1. Valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem,nut and spring shall be stainless steel. 3. Valve shall be a hydraulically operated, pilot controlled, diaphragm valve. Valve shall maintain a relatively constant level in reservoir by admitting flow into the reservoir in direct proportion to the flow out of the reservoir. 4. The rotary disc type float operated pilot control is to be installed at the high liquid level in the reservoir and is connected via tubing or pipe to the main valve. As the liquid level changes,the float control proportionally opens or closes the main valve,keeping the liquid level nearly constant. 5. Valve shall be a Cla-Val Model 129-01, or approved equal. R. Combination Flow Control and Pressure Reducing Valve Section 15101 VALVES Page 10 of 12 1. Valve shall be a Class 150 valve suitable for a working pressure of 250 psi. 2. Valve body and cover shall be constructed of ASTM A536 ductile iron and shall have flanged ends. The disc retainer and diaphragm washer shall be cast iron or bronze with bronze trim. The disc shall be Buna-N Rubber and diaphragm shall be nylon reinforced Buna-N Rubber. Stem,nut and spring shall be stainless steel. 3. Valve shall be a hydraulically operated, pilot controlled, diaphragm valve. Valve shall be designed to prevent excessive flow by limiting flow to a preselected maximum rate. Also,valve shall automatically reduce a higher inlet pressure to a steady lower downstream pressure regardless of changing flow rate and/or varying inlet pressure, as long as the flow rate is below a preset maximum. 4. The pilot system includes a direct-acting pressure reducing pilot and a rate of flow differential control. The pressure reducing pilot is responsive to slight variations in downstream pressure and immediately controls the main valve to maintain the desired line pressure. 5. The rate of flow control responds to the differential pressure produced across an orifice plate in the main line. Orifice plate shall be sized and provided by valve manufacturer. Accurate control is assured as very small changes in the controlling differential pressure produce immediate corrective action by the main valve. 6. Flow rate and pressure settings shall be easily field-adjustable. For this project,the valve shall be installed with the following initial settings: Maximum Flow Rate: gpm Approximate Upstream Pressure: psi Downstream Pressure Setting: psi 7. Valve shall be a Cla-Val Model 49-01, or approved equal. PART 3: EXECUTION 3.1 GENERAL A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. Prior to installing flanged valves,the flange faces shall be thoroughly cleaned. After cleaning,insert gasket and bolts,and tighten the nuts progressively and uniformly. If flanges leak under pressure,loosen or remove the nuts and bolts,reseat or replace the gasket,re-tighten and/or reinstall the nuts and bolts,and retest the j oints. Joints shall be watertight at test pressures before acceptance. B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other approved methods. Apply approved joint compound to threads prior to malting joints. Joints shall be watertight at test pressures before acceptance. 3.2 PLACING Section 15101 VALVES Page 11 of 12 A. Generally, unless otherwise indicated on the Drawings, all valves installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above the finish floor shall be installed with their operating stems vertical. Valves installed in horizontal runs of pipe having centerline elevations between 4 feet 6 inches and 7 feet above the finish floor shall be installed with their operating stems horizontal, unless otherwise shown on the Drawings. If adjacent piping prohibits this,the stems and operating handwheel shall be installed above the valve horizontal centerline as close to horizontal as possible. Valves installed in vertical runs of pipe shall have their operating stems orientated to facilitate the most practicable operation. 3.3 ISOLATION VALVES A. A line size union ball valve shall be installed upstream of each solenoid valve, pressure switch, in-line flow switch, or other in-line electrical device, excluding magnetic flow meters, for isolation during maintenance. Isolation valves on other devices shall be plug valves unless otherwise specified on the drawings. 3.4 ANCHOR BOLTS A. Anchor bolts for floor stands, stem guides,etc., shall be in accordance with Section 05500, FABRICATED METALWORK AND CASTINGS. 3.5 TESTING A. Valves shall be field tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test,they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. B. All valve operators shall be tested under pressure to confirm free operation without binding after connections to piping are completed. END OF SECTION 15101 Section 15101 VALVES Page 12 of 12 SECTION VI PREVAILING WAGE RATES Intentionally Left Blank MONTANA PREVAILING WAGE RATES FOR HEAVY CONSTRUCTION SERVICES 2019 Effective: January 26, 2019 Steve Bullock, Governor State of Montana Galen Hollenbaugh, 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 department 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 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 department at(406)444-6543. 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.mtwa.gehourboga.com or contact the department at(406) 444-6543. GALEN HOLLENBAUGH Commissioner Department of Labor and Industry State of Montana TABLE OF CONTENTS MONTANA PREVAILING WAGE REQUIREMENTS: A. Date of Publication ............................................................................................................................... B. Definition of Heavy Construction ................................................................................................................ C. Definition of Public Works Contract .......................................................................................................... D. Prevailing Wage Schedule ..................................................................................................................... E. Rates to Use for Projects ........................................................................................................................ F. Wage Rate Adjustments for Multiyear Contracts .......................................................................................... 3 G. Fringe Benefits ..................................................................................................................................... H. Dispatch City ........................................................................................................................................ I. Zone Pay ............................................................................................................................................ J. Computing Travel Benefits ..................................................................................................................... K. Per Diem ............................................................................................................................................ L. Apprentices ......................................................................................................................................... M. Posting Notice of Prevailing Wages .......................................................................................................... 5 N. Employment Preference ......................................................................................................................... O. Projects of a Mixed Nature ............................................................................................................................................ 5 P. Occupations Definitions Website .................................................................................................................................... 5 Q. Welder Rates ..................................................................................................................................... R. Foreman Rates .................................................................................................................................. 5 WAGE RATES: BOILERMAKERS ..........................................................................................................................I.............. BRICK, BLOCK,AND STONE MASONS ........................................................................................................... 6 CARPENTERS ............................................................................................................................................ 6 CEMENT MASONS AND CONCRETE FINISHERS ............................................................................................ 7 CONSTRUCTION EQUIPMENT OPERATORS OPERATORSGROUP 1 ............................................................................................................................. OPERATORSGROUP 2 ............................................................................................................................ 7 OPERATORSGROUP 3 ..................................................................................................................I......... 8 OPERATORSGROUP 4 ............................................................................................................I............... 8 OPERATORSGROUP 5 ............................................................................................................................ OPERATORSGROUP 6 ............................................................................................................................ OPERATORSGROUP 7 ............................................................................................................................ 9 CONSTRUCTION LABORERS LABORERSGROUP 1 ............................................................................................................................ 9 LABORERSGROUP 2 ............................................................................................................................ 9 LABORERSGROUP 3 ..................................................................................................I......................... 10 10 LABORERS GROUP 4 ....................................................................................................................... DIVERS .................................................................................................................................................... 0 DIVERTENDERS ........................................................................................................................................ 1 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 13 LINEMAN .................................................................................................................................................. MILLWRIGHTS ............................................................................................................................................ 13 PAINTERS ............................................................................................................................................................ 13 PILEBUCKS ............................................................................................................................................... 13 PLUMBERS, PIPEFITTERS,AND STEAMFITTERS ............................................................................................ 14 SHEET METAL WORKERS ........................................................................................................................... 14 SOLAR PHOTVOLTAIC INSTALLERS ................................................................................................................................ 14 TRUCKDRIVERS .................................................................................................................................................................. 15 2 t i A.Date of Publication January 26 2019 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.' i I 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, dredgingprojects, electrifzcationprojects(outdoor),fish hatcheries,flood control projects, industrial incinerators(other than building, irrigation projects,jetties, kilns, land drainage(not incidental to other construction), land leveling(not incidental to other construction), land reclamation, levees, locks and waterways, oil refineries(other than buildings),pipe lines,ponds,pumping stations(prefabricated drop-in units—not buildings), railroad construction, reservoirs, revetments, sewage collection and disposal lines, sewers(sanitary,storm, etc.), shoreline maintenance, ski tows, storage tanks, swimmingpools(outdoor), subways(other than buildings), tipples, tunnels, unsheltered piers and wharves, viaducts(other than highway), water mains, waterway construction, water supply r lines(not incidental to building, water and sewage treatment plants(other than buildings) and wells." ( C.Definition of Public Works Contract 1 Section 18-2-401(1!)(a),MCA defines"public works contract" as "...a contractfor construction services let by the state, ( county, municipality, school district, or political subdivision or for nonconstruction services let by the state, county, municipality, or political subdivision in which the total cost of the contract is in excess of$25,000...". l D.PrevaiIing 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.mtwagehourboi)a.com or by contacting the department at(406)444-6543. r 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." E F.Wage Rate Adjustments for Multiyear Contracts Section 18-2-417,MCA states: " 1 An public works contract that b the terms o the original contract calls or more than 30 months to fully perform (J YP Y ff f YP f ! 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. f 2 The standard prevailing rate o wages aid to workers under a contract subject to this section must be adjusted 12 () P g " fP J j i 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. r (3)Any increase in the standard rate of prevailing wages for workers under this section is the sole responsibility of the contractor and any subcontractors and not the contracting agency." d � I � I q P 3 f 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 trutstee or a third person.pursuant to a fringe benefit fund,plan, or program that meets the requirements of the Employee Retirement Income Security Act of 1974 or that is a bona fide program approved by the U. S. department of labor; or (c) make payments using any combination of methods set forth in subsections(1)(a)and(1)(b)so that the aggregate of payments and contributions is not less than the standard prevailing rate of wages, including fi•inge benefits and travel allowances, applicable to the district for the particular type of work beingperformed. (2) Thefringe benefutfutnd,plan, orprogram described in subsection. (1)(b)mustprovide 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 tinder the classification. The rate is determined by measuring the road miles one direction over the shortestpractical 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 " Ter diem'typically covers costs associated with board and lodging e%penes. 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 j 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 i 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: t "(1)The contracting agency shall determine, based on the preponderance of labor hours to be worked, whether the public works construction services project is classified as a highway construction project, a heavy construction project, or a building - ( construction project. (2)Once the project has been classified, employees in each trade classification who are working on that project must be paid at the rate for thatproject classification" P.Occupations Definitions You can find definitions for these occupations on the following Bureau of Labor Statistics website: http://www.bls,zov/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. S.Proper Classification for Pipefitter and Laborer/Pipelayer Work on Water and Waste Water Treatment Plants The proper classification for the following work is Pipefitter,when it is performed inside a building structure or ( performed at a location which will later be inside of a building: Joining steel pipe larger than 12 inches in diameter with i bolted flange connections that has been pre-fabricated off site and does not require any modification such as cutting, grinding,welding,or other fabrication in order to be installed.All other work previously classified as pipefitter remains in that classification.The proper classification for that work when it is at a location that will always be outside a building is Pipelayer,which is under the Laborer Group 3 classification. Q r ( 5 E CONSTRUCTION EQUIPMENT OPERATORS GROUP 3 Wage Benefit Zone Pay: $28.95 $13.25 0-30 mi. free zone >30-60 mi. base pay+ $3.50/hr. This group includes but is not limited to: >60 mi. base pay+$5.50/hr. Asphalt Paving Machine; Asphalt Screed; Backhoe\Excavator\Shovel, over 3 cu. yds; Cableway Highline; Concrete Batch Plant; Concrete Curing Machine; Concrete Pump; Cranes, Creter; Cranes, Electric Overhead; Cranes, 24 tons and under; Curb Machine\Slip Form Paver; Finish Dozer; Front-End Loader, over 5 cu. yds; Mechanic\Welder; Pioneer 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: $29.95 $13.25 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: $30.95 $13.25 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: $31.95 $13.25 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: $32.95 $13.25 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 $9.22 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 $9.22 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. See, Section S. t Back to Table of Contents 9 CONSTRUCTION LABORERS GROUP 3 Wage Benefit Zone Pay: $24.54 $9.22 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 $9.22 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; High-Scaler; Power Saws(Faller&Concrete); Powderman; Rock&Core Drill; Track or Truck Mounted Wagon Drill and Welder incl. Air Arc T Back to Table of Contents DIVERS Wage Benefit Zone Pay: Stand-By $38.76 $16.40 0-30 mi. free zone Diving $77.52 $16.40 >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: $37.76 $16.40 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. q Back to Table of Contents ELECTRICIANS Wage Benefit Travel: $34.08 $14.59 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 q Back to Table of Contents HEATING AND AIR CONDITIONING Wage Benefit Travel: $29.62 $18.00 0-50 mi. free zone >50 mi. Duties Include: 0 $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: $70/day T Back to Table of Contents 11 INSULATION WORKERS - MECHANICAL (HEAT AND FROST) Wage Benefit Travel: $36.67 $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. $86.00/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: $27.75 $25.45 0-45 mi. free zone >45-60 mi. $40.00/day Duties Include: >60-100 mi. $65.00/day Structural steel erection; assemble prefabricated metal >100 mi. $85.00/day buildings; cut, bend, tie, and place rebar; energy producing windmill type towers; metal bleacher seating; Special Provision: handrail fabrication and ornamental steel. When the employer provides transportation, travel will not be paid. However, when an employee is required to travel over 70 miles one way, the employee may elect to receive the travel pay in lieu of the transportation. T Back to Table of Contents LINE CONSTRUCTION — EQUIPMENT OPERATORS Wage Benefit Travel: $35.04 $14.58 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents LINE CONSTRUCTION — GROUNDMAN Wage Benefit Travel: $27.35 $13.70 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents 12 LINE CONSTRUCTION — LINEMAN Wage Benefit Travel: $45.74 $15.89 No Free Zone $60.00/day Duties Include: All work on substations T Back to Table of Contents MILLWRIGHTS Wage Benefit Zone Pay: $33.00 $13.07 0-30 mi. free zone >30-60 mi. base pay+ $4.00/hr. >60 mi. base pay+ $6.00/hr. ?Back to Table of Contents PAINTERS Wage Benefit Travel: $26.08 $16.17 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 q Back to Table of Contents PILE BUCKS Wage Benefit Zone Pay: $30.00 $13.07 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. ?Back to Table of Contents 13 PLUMBERS, PIPEFITTERS, AND STEAMFITTERS Wage Benefit Travel: $35.66 $18.36 0-70 free zone >70 mi. Duties Include: KOn 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, mechanical control systems. See, Section S. ?Back to Table of Contents SHEET METAL WORKERS Wage Benefit Travel: $29.62 $18.00 0-50 mi.free zone >50 mi. Duties Include: 0 $0.25/mi. in employer vehicle Testing and balancing, commissioning and retro- N $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 $70.00/day conveyer systems, and exhaust systems. All lagging over insulation and all duct lining. i Back to Table of Contents SOLAR PHOTOVOLTAIC INSTALLERS Wage Benefit Travel: $33.58 $14.56 No mileage due when traveling in employer's vehicle. The following travel allowance is applicable when traveling in employee's vehicle: 0-08 mi. free zone >08-50 mi. federal mileage rate/mi. in excess of the free zone. >50 mi. $66.00/day ?Back to Table of Contents 14 TRUCK DRIVERS Pilot Car Driver Zone Pay: No Rate Established All Districts 0-30 mi.free zone Wage Benefit >30-60 mi. base pay+ $3.05/hr. Truck Driver $28.88 $9.37 >60 mi. base pay+ .$4.85/hr. Group 2: Combination Truck and Concrete Mixer and Transit Mixer; Dry Batch Trucks; Distributor Driver; Dumpman; Dump Trucks and similar equipment; Dumpster; Flat Trucks; Lumber Carriers; Lowboys; Pickup; Powder Truck Driver; Power Boom; Serviceman; Service Truck/Fuel Truck/Tireperson; Truck Mechanic; Trucks with Power Equipment;Warehouseman, Partsman, Cardex and Warehouse Expeditor; Water Trucks. ?Back to Table of Contents 15 Intentionally Left Blank t 1 t 1 t f l l l i APPENDIX A F c MISCELLANEOUS FORMS F F r r r r r Intentionally Left Blank NOTICE OF AWARD ( TO: Attn: Jason Fenhaus DATE: 6/10/2019 ( COP Construction, LLC _ PROJECT: Bozeman Sourdough Water Transmission Main-2019 i P.O. Box 20913, 242 S. 64th St. West ( Billings, MT 59104 PROJECT NOR 14702 PROJECT DESCRIPTION: _ The proposed work consists of construction of a new 48" DI water transmission main off of Sourdough Road and Nash Road. This project includes construction of approximately 2,813 feet of 48" and 52 feet ,of 30" buried DI water piping, water valves, blow offs and related improvements. i The Owner has considered the Bid submitted by you for the above-described work in response to its Invitation to Bid dated June 4th,2019 and Instructions to Bidders. You are hereby notified that your Bid has been accepted for: ;Bozeman Sourdough Water Transmission Main -2019 In the amount of$ 11946,581.00 You are required by the Instructions to Bidders to execute the Agreement and furnish the required Contractor's Performance Bond, Payment Bond,and Certificates of Insurance within10 calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said bonds and proof of insurance within 10 days from the date of this Notice,the Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond.The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this _day of June 2019 OWNER: City of Bozeman BY: SIGNATURE _ G PRINT OR TYPE NAME r TITLE ACCEPTANCE OF NOTICE OF AWARD Receipt oft a above Notice of Award is hereby acknowledged this day of June 2019 CONTRACTOR: L o BY: _ SIGNATURE Qe PRINT OR TYPE NAME TITLE Notice of Award Page 1 of 1 ROBERT PECCIA&ASSOCIATES copyright D 2011 WAS f c f i i AGREEMENT FORM E t THIS AGREEMENT is dated as of the AF day of—IQ in the year 2011, by and between CITY OF BOZEMAN, hereinafter called OWNER, and COP Construction LLC hereinafter called CONTRACTOR. f OWNER AND CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The project for which the Work under the Contract Documents may be the whole or only a part is f generally described as follows: i Article 2. CONTRACT TIME. 2.1 The Work will be completed within 75 days after the date when the contract time commences to run as provided in the General Conditions. Final payment will be withheld until final completion and acceptance of the Work, as stipulated in this Agreement. E � 2.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is ofthe essence in this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified above,plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving,in a legal or arbitration proceeding,the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly,instead of requiring any such proof,OWNER and CONTRACTOR agree that as liquidated damages for delay(but not as a ( penalty) CONTRACTOR shall pay OWNER five hundred dollars ($ 500.00) for each calendar day that work continues past the contract time, until such work is substantially complete, l i Article 3. CONTRACT PRICE. 3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents the sum(subject to adjustment as provided in the Ceqlitract Documents) One Million Nine Hundred Forty Six Thousand Five Hundred Eighty One Dollars ($ 1,946,581.00), r Article 4. PAYMENT PROCEDURES. CONTRACTOR shall submit applications for payment in accordance with the General Conditions. Applications for payment will be processed as provided in the General Conditions. r 4.1 Progress Payments. OWNER will make progress payments monthly on account of the AGREEMENT Page 1 of 6 � I i contract price on the basis of CONTRACTOR'S application for payment as recommended by ENGINEER. All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in the General Conditions. 4.1.1 The OWNER may retain five (5) percent of the amount due the CONTRACTOR in accordance with the General Conditions and as outlined herein. 4.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions,OWNER shall pay the remainder of the contract price as recommended by ENGINEER as provided in said paragraph 14.07. Article 5. INTEREST. All monies not paid when due hereunder shall bear interest at the simple rate established by the Federal Cost of Money Rate commencing at the time of a claim. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinances,rules and regulations that in any manner may affect cost,progress or performance of the Work. 6.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Special Provisions of Contract Documents,and accepts the determination set forth in the Contract Documents of the extent of the technical data contained in such reports and drawings and has personally completed his own field investigations. 6.3 CONTRACTOR has obtained and carefully studied(or assumes responsibility for obtaining and carefully studying)all such examinations,investigations,explorations,tests,reports and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site that otherwise may affect the cost, progress,performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents,including specifically the provisions of paragraph 4.02 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by Contractor for such purposes. AGREEMENT Page 2 of 6 C i 6.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground facilities at or contiguous to E the site and assumes responsibility for the accurate location of said Underground Facilities. u No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price,within the t Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.04 of the General Conditions. 6.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations,tests, reports and studies with the terms and conditions of the i Contract Documents. 6.6 CONTRACTOR has given ENGINEER written notice of all conflicts,errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 6.7 CONTRACTOR hereby affirms it will not discriminate on the basis of race,color,religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual 1 orientation,gender identity or disability in the performance of work performed for the city of Bozeman. This prohibition shall apply to the hiring and treatment of the CONTRACTOR'S employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Article 7. CONTRACT DOCUMENTS. The Bid Documents,together with this Agreement,form the Contract Documents which comprise f the entire Agreement between OWNER and CONTRACTOR are attached to this Agreement,made a part hereof and consist of the following: 7.1 This Agreement. E 7.2 Exhibits to this Agreement(if any). 7.3 Performance Bond,Payment Bond, and Bid Bond. 7.4 Invitation to Bid. 7.5 Instructions to Bidders and Bid Proposal. 7.6 Certificates of Insurance. 7.7 General Conditions. 7.8 Supplementary Conditions. 7.9 Wage Rates. 7.10 Special Provisions including Measurement and Payment. F 7.11 Technical Specifications. 7.12 Montana Public Works Specifications,Sixth Edition,and City of Bozeman Modifications to Montana Public Works Standard Specifications, latest edition(by reference). AGREEMENT Page 3 of 6 c r I 7.13 Montana Department of Transportation Standard Specifications for Road and Bridge Construction,2014 Edition,and all subsequent Supplemental Specifications(by reference). 7.14 Appendices. 7.15 Addenda listed on the Bid forms. 7.16 CONTRACTOR'S executed Bid forms. 7.17 Documentation submitted by CONTRACTOR prior to Notice of Award. 7.18 Notice of Award. 7.19 Notice to Proceed. 7.20 Any modification,including Change Orders and Work Directive Change,duly delivered after execution of Agreement. 7.21 Any Notice of Partial Utilization. 7.22 Consent of Surety. 7.23 Approval of Subcontractors. 7.24 Substitution Request Form. 7.25 Schedule of Values. 7.26 Notice of Substantial Completion. 7.27 Notices of Final Completion and Acceptance. 7.28 Non-discrimination affirmation form. 7.29 Drawings. There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered,amended or repealed by a modification(as defined in the General Conditions). Article 8. NO DAMAGES FOR DELAY—OTHER CONTRACTORS It shall be the affirmative duty of each and every CONTRACTOR on the project to cooperate and coordinate the scheduling and progress of its work with that of all other CONTRACTORS.Under no circumstances shall the OWNER be liable for any damages for delay. It is further stipulated and agreed that the terms of this provision shall govern any other Contract Document as defined in this Agreement. Article 9.MISCELLANEOUS. 9.1 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 9.2 This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the OWNER and the CONTRACTOR respectively and his partners, successors, assigns,and legal representatives. Neither the OWNER nor the CONTRACTOR shall have the right to assign, transfer or sublet his interest or obligations hereunder without written consent of the other party. The OWNER reserves the right to withdraw at any time from any subcontractor where Work has proven unsatisfactory the right to be engaged in or employed upon any part of the Work. AGREEMENT Page 4 of 6 1 i l 9.3 In the event it becomes necessary for either party to this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required ( herein, then the prevailing party or the party giving notice shall be entitled to reasonable i attorney's fees and.costs. ( 9.4 Any amendment of modifications of this Agreement or any provisions herein shall be made ( in writing and executed:in the same manner as this original document and shall after ( execution become a part of this Agreement. l ( ( 6 ( ( ( ( ( 4 . . ( ( AGREEMENT Page 5 of 6 1 IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Q p...... T *° DORPOFq F � (CONTRACTOR) SEAL • � r ti By ric mrt (S �Pf P''•• (ATT$8 Title Project Manager / (JOINT VENTURE) By (SEAL&) (ATTEST) Title Cijy of Bozeman "(OWNER) By (CITY MANA R) OZ'P�• AP (SEAL&) � 0�■ . ■ • .�� TTEST) �4F� •• �. . •'?�''. r APPROVED AS TO FORM: Gib•� . 1$83 ..` ll *wool .�p / • 9Ttiv co• (CITY A Y) AGREEMENT Page 6 of 6 {J CD C. ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): COP Construction LLC Fidelity and Deposit Company of Maryland PO Box 20913 1299 Zurich Way, 5th Floor Billings, MT 59104 Schaumburg, IL 60196-1056 OWNER(name and address): City of Bozeman 121 N Rouse, Suite 200, PO Box 1230 Bozeman, MT 59771-1230 CONSTRUCTION CONTRACT Effective Date of the Agreement: �6I Iq Amount: $1,946,581.00 One Million Nine Hundred Forty Six Thousand Five Hundred Eighty One Dollars and 00/100 Description (name and location): Bozeman Sourdough Water Transmission Main -2019, Bozeman, Montana BOND Bond Number: 9321856 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): -7 AL (q Amount: $1.946.581.00 One Million Nine Hundred Forty Six Thousand Five Hundred Eighty One Dollars and 00/100 Modifications to this Bond Form: 0 None ❑ See Paragraph 16 ••, �NS7RUCr.,,., Sy'and Conte intending to be legally bound hereby,subject to the terms set forth below, do each cause j11si PIb4.to be duly executed by an authorized officer, agent, or representative. * 01 :C INT1118gACANIAS PR -lPAL SURETY Cd �4r46Q kt'C (seal) Fidelity and Deposit Company of Maryland o (seai Contra's '-s• a Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature(attach power of attorney) +c�a Naomi Gerber Print Name Print Name Q Attorney-in-Fact Title J U Title (to.Attest: Attes Si nature Signature Allan Hultgre 4 \ Witness 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-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 1. The Contractor and Surety, jointly and severally, bind to be secured with performance and payment bonds executed themselves, their heirs, executors, administrators, successors, and by a qualified surety equivalent to the bonds issued on the assigns to the Owner for the performance of the Construction Construction Contract, and pay to the Owner the amount of Contract,which is incorporated herein by reference. damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the 2. If the Contractor performs the Construction Contract,the Surety Contractor Default;or and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in 5.4 Waive its right to perform and complete, arrange for Paragraph 3. completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 3. If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after: 5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as 3.1 The Owner first provides notice to the Contractor and practicable after the amount is determined, make payment the Surety that the Owner is considering declaring a Contractor to the Owner;or Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor, and 5.4.2 Deny liability in whole or in part and notify the Surety to discuss the Contractor's performance. If the Owner Owner,citing the reasons for denial. does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a 6. If the Surety does not proceed as provided In Paragraph 5 with conference. If the Surety timely requests a conference, the reasonable promptness, the Surety shall be deemed to be in default Owner shall attend. Unless the Owner agrees otherwise, any on this Bond seven days after receipt of an additional written notice conference requested under this Paragraph 3.1 shall be held from the Owner to the Surety demanding that the Surety perform its within ten (10) business days of the Surety s receipt of the obligations under this Bond, and the Owner shall be entitled to Owner's notice. if the Owner, the Contractor, and the Surety enforce any remedy available to the Owner. if the Surety proceeds as agree, the Contractor shall be allowed a reasonable time to provided in Paragraph 5.4,and the Owner refuses the payment or the perform the Construction Contract, but such an agreement shall Surety has denied liability,in whole or in part,without further notice not waive the Owner's right, if any, subsequently to declare a the Owner shall be entitled to enforce any remedy available to the Contractor Default; Owner. 3.2 The Owner declares a Contractor Default, terminates 7. If the Surety elects to act under Paragraph 5.1, 5.2,or 5.3,then the Construction Contract and notifies the Surety;and the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and 3.3 The Owner has agreed to pay the Balance of the the responsibilities of the Owner to the Surety shall not be greater Contract Price in accordance with the terms of the Construction than those of the Owner under the Construction Contract. Subject to Contract to the Surety or to a contractor selected to perform the the commitment by the Owner to pay the Balance of the Contract Construction Contract. Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice 7.1 the responsibilities of the Contractor for correction of requirement in Paragraph 3.1 shall not constitute a failure to comply defective work and completion of the Construction Contract; with a condition precedent to the Surety's obligations,or release the Surety from its obligations, except to the extent the Surety 7.2 additional legal, design professional, and delay costs demonstrates actual prejudice. resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 5;and 5. When the Owner has satisfied the conditions of Paragraph 3,the Surety shall promptly and at the Surety's expense take one of the 7.3 liquidated damages, or if no liquidated damages are following actions: specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. 5.1 Arrange for the Contractor, with the consent of the 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 Surety's liability is limited to the amount of this Bond. 5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; 9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction 5.3 Obtain bids or negotiated proposals from qualified Contract, and the Balance of the Contract Price shall not be reduced contractors acceptable to the Owner for a contract for or set off on account of any such unrelated obligations. No right of performance and completion of the Construction Contract, action shall accrue on this Bond to any person or entity other than arrange for a contract to be prepared for execution by the the Owner or its heirs, executors, administrators, successors, and Owner and a contractor selected with the Owners concurrence, assigns. E1CDC®C-610,Performance Bond Copyright O 2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. 2 of 3 10. The Surety hereby waives notice of any change, including for damages to which the Contractor is entitled, reduced by all changes of time, to the Construction Contract or to related valid and proper payments made to or on behalf of the subcontracts,purchase orders,and other obligations. Contractor under the Construction Contract. 11. Any proceeding, legal or equitable, under this Bond may be 14.2 Construction Contract: The agreement between the instituted in any court of competent jurisdiction in the location in Owner and Contractor identified on the cover page, including all which the work or part of the work is located and shall be instituted Contract Documents and changes made to the agreement and within two years after a declaration of Contractor Default or within the Contract Documents. two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this 14.3 Contractor Default: Failure of the Contractor, which Bond, whichever occurs first. If the provisions of this paragraph are has not been remedied or waived, to perform or otherwise to void or prohibited by law, the minimum periods of limitations comply with a material term of the Construction Contract. available to sureties as a defense in the jurisdiction of the suit shall be applicable. 14.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required 12. Notice to the Surety, the Owner, or the Contractor shall be under the Construction Contract or to perform and complete or mailed or delivered to the address shown on the page on which their comply with the other material terms of the Construction signature appears. Contract. 13. When this Bond has been furnished to comply with a statutory 14.5 Contract Documents:All the documents that comprise or other legal requirement in the location where the construction was the agreement between the Owner and Contractor. to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and 15. If this Bond is issued for an agreement between a contractor and provisions conforming to such statutory or other legal requirement subcontractor,the term Contractor in this Bond shall be deemed to shall be deemed incorporated herein. When so furnished,the intent be Subcontractor and the term Owner shall be deemed to be is that this Bond shall be construed as a statutory bond and not as a Contractor. 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 allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims 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 EJCDC== ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE PAYMENT BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): COP Construction LLC PO Box 20913 Fidelity and Deposit Company of Maryland Billings, MT 59104 1299 Zurich Way, 5th Floor OWNER(name and address): Schaumburg, IL 60196-1056 City of Bozeman 121 N Rouse, Suite 200, PO Box 1230 Bozeman, MT 59771-1230 CONSTRUCTION CONTRACT Effective Date of the Agreement: 7'?�'�9 Amount: $1,946,581.00 One Million Nine Hundred Forty Six Thousand Five Hundred Eighty One Dollars and 00/100 Description (name and location): Bozeman Sourdough Water Transmission Main -2019, Bozeman, Montana BOND Bond Number: 9321856 Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: $1,946,581.00 One Million Nine Hundred Forty Six Thousand Five Hundred Eighty One Dollars and 00/100 Modifications to this Bond Form: 0 None ❑ See Paragraph 18 } S�t7t ctor, intending to be legally bound hereby, subject to the terms set forth below, do each cause PVC S � o be duly executed by an authorized officer, agent, or representative. * CONTRACTOR A,101ACIPAL SURETY -! ,s •OP`CvtALtio�+f�L��C (seal) Fidelity and Deposit Company of Maryland �� r0. F � `We-%. •.� Corporate Seal Surety's Name and Corporate Seal '• � � 9g9U By: By: Signature Signature(attach power of attorney) i GNaomi Gerber Print Name Print Name �6�efl Attorney-in-Fact Title U Title c"Attest: C Atte Signature Signature Allan Hultgren ® `C Witness Title Title Notes, (1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 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 S. 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 AC�® DAT 07101 20YYY) 9 CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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 w certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT 'p NAME: Aon Risk Services central, Inc. PHONE (g66) 283-7122 FAX (800) 363-0105 d Chicago IL office (ac.No.Ext): C.No.: .o 200 East Randolph E-MAIL S Chicago IL 60601 USA ADDRESS: INSURERS)AFFORDING COVERAGE NAIC# INSURED INSURERA: Zurich American Ins Co 16535 CitV of Bozeman INSURER B: PO Box 1230 Bozeman MT 58771 USA INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570077286902 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. Limits shown are as requested INSR TYPE OF INSURANCE ADD SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIODIYYYY MWDDIYYYY A COMMERCIAL GENERAL LIABILITY OCP 0 44700 4 EACH OCCURRENCE CLAIMS-MADE ❑OCCUR DAMAGE TO RENTED nce PREMISES Ea occurre MED EXP(Anyone person) PERSONAL&ADV INJURY N rn GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE00 POLICY �JECT El LOC PRODUCTS-COMP/OP AGG r OTHER: Occurrence $1,000,000 r AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident , ANY AUTO BODILY INJURY(Per person) Z OWNED SCHEDULED BODILY INJURY(Per accident) AUTOS ONLY AUTOS PROPERTY DAMAGE U HIRED AUTOS NON-OWNED Per accident w ONLY AUTOS ONLY d UMBRELLALIAB HOCCUR EACH OCCURRENCE U EXCESS LIAB CLAIMS-MADE AGGREGATE OED RETENTION WORKERS COMPENSATION AND PER STATUTE I ETRH- EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR/PARTNER I EXECUTIVE E.L.EACH ACCIDENT OFFICER/MEMBER EXCLUDED? ❑N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) -.y RE: construction of a new 48" DI water transmission main off of sourdough Road and Nash Road including construction of approximately 2,813 feet and 48" and 52 feet of 30" buried DI water piping, water valves, blow offs, and related improvements CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. COP Construction LLC AUTHORIZED REPRESENTATIVE P.o. Box 20913 Billings MT 59104 USA eXKO�a is%ice�r.Gt�dG4 EG��L�G e/�2A. ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000076926 LOC#: A ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMEDINSURED Aon Risk services Central, Inc. City of Bozeman POLICY NUMBER see Certificate Number: 570077286902 CARRIER NAIC CODE see Certificate Number: 570077286902 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S)AFFORDING COVERAGE NAIC# INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information,refer to the corresponding policy on the ACORD certificate form for policy limits. BVSR POLICY POLICY ADDL SUBR POLICYNUIIIBER LLIIITS LTR TYPE OF INSURANCE INSD WVD EFFECTIVE EXPIRATION DATE DATE (NIN"D/YI-I'V) (11M/DD/YYYY) GENERAL LIABILITY A oCP302944700 07/08/2019 04/01/2020 Aggregate $2,000,000 ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD ACORp® DATE07111/DOD 9YYY) v CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS Y CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES = BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED w REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. c�> 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 w certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT 'O AOn Risk Services Central, Inc. PHONE FAX Chicago IL Office (A/C.No.Ext): (866) 283-7122 aC.No.: (800) 363-0105 200 East Randolph ADDRESS: _ Chicago IL 60601 USA INSURER(S)AFFORDING COVERAGE NAIC N INSURED INSURERA: Zurich American Ins CO 16535 COP Construction, LLC. INSURERB: American Zurich Ins Co 40142 242 S 64 West Billings MT 59106 USA INSURERC: Allied World National Assurance Company 10690 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570077487485 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. Limits shown are as requested INSR TYPE OF INSURANCE ADD SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD V VD MMIDDIYYYYI IMMIDDIYYYY) A X COMMERCIAL GENERAL LIABILITY GL0348675715 4 4 EACHOCCURRENCE $2,000,000 CLAIMS-MADE ❑X OCCUR -PREMISES DAMAGE TORENTED $500,000 PREMISES Ea occurrence MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 0 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $4,000,000 m POLICY JECT ❑X PRO- LOC PRODUCTS-COMP/OPAGG $4,000,000 N OTHER: BI&PD Combined Agg Included ul A AUTOMOBILE LIABILITY BAP 3486756-15 04/01/2019 04/01/2020 COMBINED SINGLE LIMIT $2,000,000 A BAP 4373312-10 04/01/2019 04/01/2020 Ea accident „ ANYAUTO BODILY INJURY(Per person) Z X OWNED SCHEDULED BODILY INJURY(Per accident) ,NM AUTOS ONLY AUTOS PROPERTY DAMAGE v HIREDAUTOS NON-OWNED X ONLY X AUTOS ONLY Per accident 4= N C X UMBRELLALIA6 HX OCCUR 03100734 04/01/2019 04/01/2020 EACH OCCURRENCE $15,000,000 U EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 DED X RETENTION$10,000 B WORKERS COMPENSATION AND WC348676015 04/01/2019 04/01/2020 X PER STATUTE ERH- EMPLOYERS'LIABILITY YIN ANY PROPRIETOR!PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $1,OOO,OOO OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000— i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Bozeman Sourdough Water Transmission Main - 2019 - COP Project No. 19110 City of Bozeman, Robert Peccia and Associates, SK Geotechnical, Michael M. Nash, Sarah Nash Zimmer, Gallatin County are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability y� policies. General Liability and Automobile Liability evidenced herein is Primary and Non-Contributory to other insurance Ii1112r available to an Additional Insured, but only in accordance with the policy's provisions. A waiver of Subrogation is granted in favor of City of Bozeman, Robert Peccia and Associates, SK Geotechnical, Michael M. Nash, Sarah Nash Zimmer, Gallatin County in accordance with the policy provisions of the General Liability, Automobile Liability, and workers' Compensation policies. �. ttts-� CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE -_ POLICY PROVISIONS. �1 City Of Bozeman AUTHORIZED REPRESENTATIVE P.O. Box 1230 Bozeman MT 59771 USA I�XO�It c!�cJf�LSaG1�d (L�� e/7lGt ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000076926 LOC#: A ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMEDINSURED Aon Risk Services Central, Inc. cop construction, LLC. POLICY NUMBER see Certificate Number: 570077487485 CARRIER 1777, see Certificate Number: 570077487485 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations/Locations/Vehicles: umbrella Liability follows form over General Liability, Automobile Liability and Employers Liability. Contractual Liability is included, subject to the terms, conditions, limitations and exclusions of the General Liability policy. ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD Blanket E Notification to Others of Cancellation ZURICW' Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. AWL Prem Return Prem. GL03486757-15 4/1/2019 4/1/2020 4/1/2019 30-380000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will deliver electronic notification providing 60 days notice that such Coverage Part is being cancelled to each person or organization shown in a Schedule provided to us by the first Named Insured. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will deliver electronic notification providing 10 days notice that such Coverage Part is being cancelled to each person or organization shown in a Schedule provided to us by the first Named Insured. C. The Schedules described in Paragraphs A. and B. of this endorsement: 1. Must be initially provided to us within 15 days: a. After the beginning of the policy period shown in the Declarations; or b. After this endorsement has been added to the policy; 2. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled; 3. Must be in an electronic format that is acceptable to us; and 4. Must be accurate. Such Schedules may be updated and provided to us by the first Named Insured during the policy period. Such updated Schedules must comply with Paragraphs 2., 3. and 4. above. D. Our delivery of the electronic notification as described in Paragraphs A. and B. of this endorsement will be based on the most recent Schedules in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. Proof of emailing the electronic notification will be sufficient proof that we have complied with Paragraphs A., B. and D.of this endorsement. F. Our delivery of electronic notification described in Paragraphs A., B. and D. of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: 1. Extend the Coverage Part cancellation date; 2. Negate the cancellation; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. G. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedules provided to us as described in Paragraphs A., B., C. and D. of this endorsement. All other terms and conditions of this policy remain unchanged. U-GL-1114-A CW(10-02) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. General Liability Extended Coverages ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. I Producer No. AddT Prem Return Prem. GL03486757-15 4/1/2019 4/1/2020 4/1/2019 30-380000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following changes apply to this Coverage Part. A. Fellow Employee And Incidental Medical Malpractice Coverage Paragraph 2.a.(1) of Section II—Who Is An Insured is replaced by the following: 2. Each of the following is also an insured: a. Your"volunteer workers"only while performing duties related to the conduct of your business, or your "employees", other than either your"executive officers" (if you are an organization other than a partnership,joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these"employees"or"volunteer workers"are insureds for: (1) 'Bodily injury"or"personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture) or to your members(if you are a limited liability company); (b) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (1)(a)above; or (c) Arising out of his or her providing or failing to provide professional health care services, except any"bodily injury" or"personal and advertising injury" arising out of: (1) Medical or paramedical services to persons performed by any physician, dentist, nurse, emergency medical technician, paramedic or other licensed medical care person employed by you to provide such services; or (2) Emergency cardiopulmonary resuscitation (CPR) or first aid services performed by any other employee of yours who is not a licensed medical professional. B. Additional Insureds—Lessees Of Premises 1. Section II—Who Is An Insured is amended to include as an additional insured any person or organization who leases or rents a part of the premises you own or manage who you are required to add as an additional insured on this policy under a written contract or written agreement, but only with respect to liability arising out of your ownership, maintenance or repair of that part of the premises which is not reserved for the exclusive use or occupancy of such person or organization or any other tenant or lessee. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the written contractor written agreement to provide for such additional insured; and c. Ends when the person or organization ceases to lease or rent premises from you. U-GL-1477-B CW(04/13) Page 1 of 9 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 2. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph B.I. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph B. shall not increase the applicable Limits of Insurance shown in the Declarations. C. Additional Insured—Vendors 1. The following change applies if this Coverage Part provides insurance to you for"bodily injury"and "property damage" included in the "products-completed operations hazard": Section II—Who Is An Insured is amended to include as an additional insured any person or organization (referred to throughout this Paragraph C. as vendor)who you have agreed in a written contract or written agreement, prior to loss, to name as an additional insured, but only with respect to "bodily injury"or"property damage"arising out of"your products"which are distributed or sold in the regular course of the vendor's business. However, the insurance afforded to such vendor: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the written contract or written agreement to provide for such vendor 2. With respect to the insurance afforded to these vendors, the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury"or"property damage"for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or"property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs (4)or(6) above; or (b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. U-GL-1477-B CW(04113) Page 2 of 9 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. b. This insurance does not apply to any insured person or organization from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. c. This insurance does not apply to any of"your products"for which coverage is excluded under this Coverage Part. 3. With respect to the insurance afforded to these vendors under this Paragraph C., the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the vendor is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph C.I. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph C. shall not increase the applicable Limits of Insurance shown in the Declarations. D. Damage to Premises Rented or Occupied by You 1. The last paragraph under Paragraph 2., Exclusions of Section 1 —Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through In. do not apply to damage by fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles;vandalism; weight of snow, ice or sleet; leakage from fire extinguishing equipment, including sprinklers; or accidental discharge or leakage of water or steam from any part of a system or appliance containing water or steam to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage To Premises Rented To You Limit of Insurance applies to this coverage as described in Section III—Limits Of Insurance. 2. Paragraph 6. of Section III—Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage"to any one premises while rented to you, or in the case of damage by one or more covered perils to any one premises, while rented to you or temporarily occupied by you with permission of the owner. E. Limited Contractual Liability Coverage—Personal and Advertising Injury 1. Exclusion e. of Section I—Coverage B—Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury"for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for"personal and advertising injury" if: (a) The"personal and advertising injury"arises out of the offenses of false arrest, detention or imprisonment; (b) The liability pertains to your business and is assumed in a written contract or written agreement in which you assume the tort liability of another. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; and (c) The"personal and advertising injury"occurs subsequent to the execution of the written contract or written agreement. U-GL-1477-B CW(04/13) Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 1 1 Solely for purposes of liability so assumed in such written contract or written agreement, reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of"personal and advertising injury"described in Paragraph (a) above, provided: (i) Liability to such party for, or for the cost of, that party's defense has also been assumed in the 1 same written contract or written agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. Paragraph 2.d. of Section I—Supplementary Payments—Coverages A and B is replaced by the following: d. The allegations in the"suit" and the information we know about the"occurrence"or offense are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee. 3. The following is added to the paragraph directly following Paragraph 2.f.of Section I—Supplementary i Payments—Coverages A and B: Notwithstanding the provisions of Paragraph 2.e.(2)of Section I—Coverage B—Personal And Advertising Injury Liability, such payments will not be deemed to be damages for"personal and advertising injury"and will not reduce the limits of insurance. F. Medical Payments—Increased Reporting Period Paragraph 1. a. of Section I -Coverage C—Medical Payments is replaced by the following; a. We will pay medical expenses as described below for"bodily injury"caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: ! (a) The accident takes place in the"coverage territory"and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as } we reasonably require. G. Supplementary Payments The following changes apply to Supplementary Payments—Coverages A and B: Paragraphs 1.b.and 1.d. are replaced by the following: b. Up to$2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. H. Broadened Property Damage 1. Elevator Property Damage a. The following is added to Exclusion j. of Section I—Coverage A—Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to"property damage"arising out of the use of an elevator at premises you own, rent or occupy. b. The following is added to Section III—Limits Of Insurance: U-GL-1477-B CW(04/13) Page 4 of 9 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Subject to Paragraphs 2., 3. and 5. above, the most we will pay under Coverage A for damages because of"property damage"to property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy is$25,000 any one "occurrence". I 2. Property Damage To Borrowed Equipment j a. The following is added to Exclusion j. of Section I —Coverage A—Bodily Injury And Property Damage Liability: Paragraph (4) of this exclusion does not apply to"property damage"to equipment you borrow from others at a jobsite. b. The following is added to Section III—Limits Of Insurance: Subject to Paragraphs 2.,3. and 5. above,the most we will pay under Coverage A for damages because of"property damage"to equipment you borrow from others at a jobsite is $25,000 any one'occurrence". I. Expected or Intended Injury or Damage Exclusion a. of Section I—Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury Or Damage "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury"or"property damage"resulting from the use of reasonable force to protect persons or property. J. Definition—Bodily Injury Definition 3. in Section V—Definitions is replaced by the following: 3. 'Bodily injury"means bodily injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death sustained by a person which results from that bodily injury, sickness or disease. K. Insured Status—Amateur Athletic Participants Section II—Who Is An Insured is amended to include as an insured any person you sponsor while participating in amateur athletic activities. However, no such person is an insured for: a. 'Bodily injury"to: (1) Your"employee", "volunteer worker"or any person you sponsor while participating in such amateur athletic activities; or (2) You, any partner or member(if you are a partnership or joint venture), or any member(if you are a limited liability company)while participating in such amateur athletic activities; or b. 'Property damage"to property owned by, occupied or used by, rented to, in the care, custody or control of, or over which the physical control is being exercised for any purpose by: (1) Your"employee", "volunteer worker"or any person you sponsor; or (2) You, any partner or member(if you are a partnership or joint venture), or any member(if you are a limited liability company). L. Aircraft,Auto Or Watercraft I Exclusion g. of Section I—Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: g. Aircraft, Auto Or Watercraft "Bodily injury"or"property damage"arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto"or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and"loading or unloading". U-GL-1477-B CW(04/13) Page 5 of 9 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the"occurrence"which caused the"bodily injury" or"property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto"or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto"on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any"insured contract"for the ownership, maintenance or use of aircraft or watercraft; or (5) 'Bodily injury"or"property damage"arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of"mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3)of the definition of"mobile equipment". M. Definitions—Leased Worker,Temporary Worker and Labor Leasing Firm 1. Definitions 10. and 19. in Section V--Definitions are replaced by the following: 10. "Leased worker" means a person leased to you by a"labor leasing firm" under a written agreement between you and the 'labor leasing firm",to perform duties related to the conduct of your business. "Leased worker"does not include a "temporary worker". 19. 'Temporary worker" means a person who is furnished to you to support or supplement your work force during "employee"absences, temporary skill shortages, upturns or downturns in business or to meet seasonal or short-term workload conditions. 'Temporary worker"does not include a'leased worker". 2. The following definition is added to Section V—Definitions: "Labor leasing firm" means any person or organization who hires out workers to others, including any: a. Employment agency, contractor or services; b. Professional employer organization; or C. Temporary help service. N. Definitions—Your Product and Your Work Definitions 21. and 22. in Section V—Definitions are replaced by the following: 21. "Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and U-GL-1477-B CW(04/13) Page 6 of 9 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance,operation or safety of"your product"; and (2) The providing of or failure to provide warnings or instructions. C. Does not include vending machines or other property rented to or located for the use of others but not sold. 22. "Your work": a. Means: (1) Work, services or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work, services or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance,operation or safety of"your work"; and (2) The providing of or failure to provide warnings or instructions. O. Priority Of Limits The following paragraph is added to Section III —Limits Of Insurance: In the event a claim is made or"suit" is brought against more than one insured seeking damages because of"bodily injury"or"property damage"caused by the same"occurrence" or"personal and advertising injury"caused by the same offense, we will apply the Limits of Insurance in the following order: (a) You; (b) Your"executive officers", partners, directors, stockholders, members, managers(if you are a limited liability company) or"employees"; and (c) Any other insured in any order that we choose. P. Duties in the Event of Occurrence, Offense, Claim or Suit Condition The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to any insured listed under Paragraph 1. of Section II — Who Is An Insured or an "employee" authorized by you to give or receive such notice. Knowledge by other "employees" of an "occurrence", offense, claim or"suit"does not imply that you also have such knowledge. In the event that an insured reports an "occurrence"to the workers compensation carrier of the Named Insured and this"occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence"to us at the time of the "occurrence" shall not be deemed to be a violation of this condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. Q. Other Insurance Condition Paragraphs 4.a.and 4.b.(1) of the Other Insurance Condition of Section IV—Commercial General Liability Conditions are replaced by the following: 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: U-GL-1477-B CW(04/13) Page 7 of 9 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. a. Primary Insurance This insurance is primary except when Paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then,we will share with all that other insurance by the method described in Paragraph c. below. However, this insurance is also primary to and will not seek contribution from any other insurance available to an additional insured provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. Other insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (i) That is property insurance, Builder's Risk, Installation Risk or similar coverage for"your work"; (ii) That is property insurance purchased by you (including any deductible or self insurance portion thereof)to cover premises rented to you or temporarily occupied by you with permission of the owner; (iii)That is insurance purchased by you (including any deductible or self insurance portion thereof) to cover your liability as a tenant for"property damage"to premises rented to you or temporarily occupied by you with permission of the owner; (iv) If the loss arises out of the maintenance or use of aircraft, "autos"or watercraft to the extent not subject to Exclusion g. of Section I—Coverage A—Bodily Injury And Property Damage Liability; or (v) That is property insurance (including any deductible or self insurance portion thereof) purchased by you to cover damage to: (i) Equipment you borrow from others at a jobsite; or (ii) Property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy. (b) Any other primary insurance (including any deductible or self insurance portion thereof) available to the insured covering liability for damages arising out of the premises, operations, products, work or services for which the insured has been granted additional insured status either by policy provision or attachment of any endorsement. Other primary insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. (c) Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. R. Unintentional Failure to Disclose All Hazards U-GL-1477-B CW(04/13) Page 8 of 9 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. ( ( Bond Number 9321856 t Obligee City of Bozeman ( ZURICH AMERICAN INSURANCE COMPANY 6 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY Q KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by ( Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, { and appoint Naomi Gerber its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver,for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND ( SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT ( COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. d The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. i IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 24th day of January,A.D.2019. ATTEST: ( ZURICH AMERICAN INSURANCE COMPANY ( COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ( ( �b a By: Robert D.Murray $EAL ( Vice President ( otrps�i im G C11 By: Dawn E.Brown i _,_ 1013 i Secretary =y` 91 �O= ?s ,r State of Maryland County of Baltimore / On this 24th day of January, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my band and affixed my Official Seal the day and year first above written. �d`o"r�Ur OL Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 i I 1 l l d EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such i attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1 f I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the i foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of f the By-Laws of the Companies is still in force. i This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. f i RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such E facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of t Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. l RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect 1 as though manually affixed. V IN T1rSTIMONYEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 'h�''''�! day of ,1011E: v o[r05, �'a►�tksL ', t►�tty om 105 EAL 1 IR Y ZJ��aW /� Michael C.Fay,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,TIME BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclaims@zurichna.com 800-626-4577 r i NOTICE TO PROCEED TO: DATE: PROJECT: --- PROJECT NO: _ I In accordance with the Agreement dated you are hereby notified to commence work no later than _ and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is, therefore, OWNER: BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE 1 ACCEPTANCE OF NOTICE TO PROCEED Receipt of the above Notice to Proceed is hereby acknowledged this day of CONTRACTOR: 1 BY: SIGNATURE DATE PRINT OR TYPE NAME TITLE Notice to Proceed Page 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 RMS APPROVAL OF SUBCONTRACTORS PROJECT TITLE: —------------- ----------------.�—_--�—-- ----- PROJECT NO: --- CONTRACTOR: Listed below are all of the subcontractors which we propose to use on this project.Your approval of these subcontractors is requested. We certify that these subcontractors,as listed, have been advised of the labor standards and provisions applicable to this project and that these provisions, as incorporated in the Contract between the Owner and the undersigned Contractor,will be incorporated in the contracts between the Contractor and the listed subcontractors.These provisions shall include all necessary insurance,workers compensation, and other legal requirements that the Contractor must carry. NAME AND ADDRESS MONTANA PUBLIC APPROXIMATE OF SUBCONTRACTOR CONTRACTOR'S TYPE OF WORK VALUE OF REGISTRATION NO. SUBCONTRACT TOTAL: Any deviation from this list shall be approved by the Owner prior to the subcontractor conducting the work. SIGNED BY(Contractor): _ -- SIGNATURE PRINT OR TYPE NAME DATE CHECKED BY(Engineer): _ SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): —. — SIGNATURE PRINT OR TYPE NAME DATE Approval of Subcontractors 1 of 1 OR ROBERT PECCIA&ASSOCIATES copyright©2011 aluvl87f07 dlIvu0'luO)ul 1, 1 SUBSTITUTION REQUEST FORM TO(Engineer): e PROJECT TITLE: _w ____. �... _. ,._..e.,.. _v -- __._.____ PROJECT NUMBER: We hereby submit for your consideration the following product instead of the specified item for the above project. SPECIFICATION SECTION: PARAGRAPH: SPECIFIED ITEM: PROPOSED SUBSTITUTION: ) Attach complete technical data,including laboratory tests,if applicable. Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation.(Fill in blanks below.) J A. Does the substitution affect dimensions shown on Drawings? B.Will the undersigned pay for changes to building design, including engineering and detailing costs caused by the requested substitution? 1 C.What affect does substitution have on other trades? D. Differences between proposed substitution andspecified item? E. Manufacturer's guarantees of the proposed and specified items are: Same �—Different(explain on attachment) The undersigned states that the function,appearance,and quality are equivalent or superior to the specified item. CHECKED BY ENGINEER: SUBMITTED BY: _. — _ _ m_..__._ ❑ Accepted ❑ Accepted As Noted _ ❑ Not Accepted ❑ Received Too Late SIGNATURE DATE ) BY: I ) PRINT OR TYPE NAME TITLE SIGNATURE DATE ADDRESS: PRINT OR TYPE NAME TITLE REMARKS: DATE: _ TELEPHONE: OWNER APPROVAL: BY: SIGNATURE DATE I PRINT OR TYPE NAME TITLE / i Substitution Request Form 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 �Yuvjg Ifa7 dllvuOPua;ul SCHEDULE OF VALUES FOR CONTRACT PAYMENT (Applies ONLY to Lump Sum Bid Items) PROJECT TITLE: PROJECT NO: ____.._.._ __ ._.. _._..__.__..-_-. CONTRACTOR: ____--- BID ITEM DESCRIPTION OF BID ITEM COMPONENT OF WORK COST PER NO. (Describe) COMPONENT TOTAL COST OF WORK ITEMS FOR PAYMENT REQUEST: I hereby certify that the costs of the work items noted above include an appropriate amount of overhead and profit applicable to each work item.The sum of the costs per component shall equal the lump sum unit price of the bid item. SIGNED BY(Contractor): SIGNATURE PRINT OR TYPE NAME DATE CHECKED BY(Engineer): SIGNATURE PRINT OR TYPE NAME DATE APPROVED BY(Owner): --- SIGNATURE PRINT OR TYPE NAME DATE Schedule of Values for Contract Payment 1 of 1 4,U AR ROBERT PECCIA&ASSOCIATES copyright©2015 RM Intentionally Left Blank \ APPLICATION AND CERTIFICATE FOR PAYMENT ( Application No. 1 Page 1 of 2 fF Period from: To: f OWNER: CONTRACTOR: J\ l PROJECT: CONTRACT DATE: ORIGINAL CONTRACT SUM Change Order No. Change Order No. Change Order No. Net Change by Change Orders $0.00 CONTRACT SUM TO DATE $0.00 Amount Amount Less 1 Earned Retainage Earned Gross Estimate This Held This Less Receipts No. Estimate Estimate Retainage Tax Total ' Totals: 0.00 0.00 0.00 0.00 0.00 Less Previous Certificates for Payment: 0.00 Current Payment Due: 0.00 CONTRACTOR'S CERTIFICATE The undersigned Contractor certifies that the Work covered by this Application for Payment has been completed in accordance with the Contract Documents,that all amounts have been paid by him for Work for which previous Certificates for payment were issued and payments received from the Owner,and that current payment shown herein is due. Dated: 0 Contractor By: ENGINEER'S CERTIFICATE FOR PAYMENT This Application(with accompanying documentation)meats the requirements of the Contract Documents and payment of the above 'Current Payment Due is recommended. Dated: Robert Peccia and Associates _ Engineer By: F:\watef114702-City of Bozeman\Specifications\MISCFORM\NPPLICATION AND CERTIFICATION FOR PAYMENT.xis i « ( J E N �o 'E N VQ W�W i O i O N Z a — I bo« rn , NU j J add w U a i O ��• jkk 3 i U a f 1 1 0 d� � I ( j � t i I L I ! C 3 LL, 3 1 _ I v( I z v� ❑ j � j i Env j i a I if I I I U a 3 N o o. Q e Z � QUA Z 1 ( o ; WORK DIRECTIVE CHANGE Instructions on Next Page PROJECT TITLE: PROJECT NO.: _... _—.�._______ CONTRACT DATE: OWNER: ENGINEER: -----__---- _ ___-------___--- CONTRACTOR: -----_----..—.�_._--`_— _-- �-You are directed to proceed promptly with the following change(s): DESCRIPTION:. PURPOSE OF WORK DIRECTIVE CHANGE: ATTACHMENTS: (List documents supporting change) If a claim is made that the above change(s)have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s). Method of determining change in Contract Price: Method of determining change in Contract Time: ❑ Time and Materials ❑ Contractor's Records ❑ Unit Prices ❑ Engineer's Records ❑ Cost Plus Fixed Fee ❑ Other— Other- Estimated increase(decrease)in Contract Price: Estimated increase(decrease)in Contract Time: $ amount. If the change involves days. If the change involves an increase, an increase,the estimated amount is not to be the estimated time is not to be exceeded without further exceeded without further authorization. authorization. RECOMMENDED BY(Engineer): SIGNATURE PRINT OR TYPE NAME DATE AUTHORIZED BY(Owner): — SIGNATURE PRINT OR TYPE NAME DATE ACCEPTED BY(Contractor): SIGNATURE PRINT OR TYPE NAME DATE Work Directive Change 1 of 2 ROBERT PECCIA&ASSOCIATES copyright©2011 IWAY WORK DIRECTIVE CHANGE INSTRUCTIONS A. GENERAL INFORMATION This document was developed for use in situations involving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Time. This is not a Change Order, but only a directive to proceed with Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Time, a Field Order may be issued. B. COMPLETING THE WORK DIRECTIVE CHANGE Engineer initiates the form, including a description of the items involved and attachments. Based on conversations between Engineer and Contractor, Engineer completes the following: METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Price, the space for estimated increase (decrease)should be marked "Not Applicable". METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT TIME: Mark the method to be used in determining the change in Contract Time and the estimated increase or decrease in Contract Time. If the change involves an increase in the Contract Time and the estimated time is approached before additional or changed Work is completed, another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached. If the Work Directive Change is not likely to change the Contract Time, the space for estimated increase (decrease) should be marked "Not Applicable". Once Engineer has completed and signed the form, all copies should be sent to Owner for authorization because Engineer alone does not have authority to authorize changes in price or time. Once authorized by Owner, a copy should be sent by Engineer to Contractor. Once the Work covered by this directive is completed for final cost and time determined, Contractor should submit documentation for inclusion in a Change Order. THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR THE CONTRACT TIME.A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. Work Directive Change 2 of 2 ROBERT PECCIA&ASSOCIATES copyright©2011 RM CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER'S Contract No. ENGINEER ENGINEER's Contract No. You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Ready for final payment: (days or dates Net Increase(Decrease)from previous Change Net change from previous Change Orders No._to Orders No. to No._ Substantial Completion: $ Ready for final payment: (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Ready for final payment: (days or dates Net increase(decrease) of this Change Order: Net increase(decrease)this Change Order: Substantial Completion: $ Ready for final payment: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Ready for final payment: (days or dates) Contractor certifies and agrees that there are no additional costs or claims for extra work, additional time, delays or omitted items, of any nature whatsoever, associated with the subject change order items, except as identified and set forth herein and unless expressly stated otherwise in the Change Order. And further,that the price agreed-upon herein represents the full cost and value for the subject work performed and the materials supplied under the terms of the contract and that the work quantities and value were properly determined and are correct. CONTRACTOR(Authorized Signature) Date RECOMMENDED BY: APPROVED BY: (ENGINEER-Signature) Date OWNER(Authorized Signature) Date CHANGE ORDER FORM Page 1 of 2 CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating Change Orders to reduce the administrative burden may lead to unnecessary disputes. If Milestones have been listed in the Agreement, any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order should be used. S. COMPLETING THE CHANGE ORDER FORM Engineer normally initiates the form,including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form,all copies should be sent to Owner or Contractor for approval, depending on whether the Change Order is a true order to the Contractor or the formalization of a negotiated agreement for a previously performed change. After approval by one contracting party, all copies should be sent to the other party for approval. Engineer should make distribution of executed copies after approval by both parties. If a change only applies to price or to times,cross out the part of the tabulation that does not apply. CHANGE ORDER FORM Page 2 of 2 AFFIDAVIT ON BEHALF OF CONTRACTOR STATE OF: _ m_ _ p ):Ss COUNTY OF: PROJECT: PROJECT NUMBER: DATE: I certify to the best of my knowledge and belief that all work has been performed and materials supplied in strict conformance with the terms and conditions of the corresponding Contract Documents between the Owner, and the Contractor, dated for the Project, No. , and further declare that all bills for materials, supplies, utilities, and for all other things furnished or caused to be furnished by the above-named Contractor and used in the execution of the above Contract have been fully paid, and there are no unpaid claims or demands of State Agencies, subcontractors, materialmen, mechanics, laborers or any others resulting from or arising out of work done or ordered to be done by said Contractor under the above-identified Contract. In consideration of the prior and final payments made and all payments made for authorized changes, the Contractor releases and forever discharges the Owner from any and all obligations and liabilities arising by virtue of said Contract and authorized changes between the parties hereto, either verbal or in writing, and any and all claims and demands of every kind and character whatsoever against the Owner, arising out of or in any way relating to said Contract, and authorized changes. This Waiver includes any claim of lien as well as any and all claims under 40 U.S.C. H 270a-270d ("the Miller Act") or any state statute serving a substantially similar purpose, and releases and waives any and all claims to any private bond right. This statement is made for the purpose of inducing the Owner to make Final Payment under the terms of the Contract, relying on the truth and statements contained therein. The Contractor acknowledges others, including lenders, insurers, and the Engineer, will rely upon this instrument as a full and complete waiver and release of all claims in the normal course of their transactions. Dated this day of at Montana. CONTRACTOR: -_ _ _ _ Subscribed and sworn to before me this day NOTARY PUBLIC FOR THE STATE OF MONTANA BY. SIGNATURE DATE ------ RESIDING AT PRINT OR TYPE NAME TITLE MY COMMISSION EXPIRES Affidavit On Behalf of Contractor 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 Intentionally Left Blank CONTRACTOR'S CERTIFICATE OF COMPLETION TO(Owner) z. _--.-T r.._ _�_ __ -- —.._-._-- DATE: PROJECT. PROJECT NO: ATTN (Engineer): CONTRACT DATE: FROM(Contractor): This is to certify that I, _. _ _ _........... _ ____..., am an authorized official of , working in the capacity of and have been properly authorized by said firm or corporation to sign the following statements pertaining to the subject contract: I know of my own personal knowledge, and do hereby certify, that the work of the contract described above has been performed, and materials used and installed in every particular, in accordance with, and in conformity to, the Contract Plans and Specifications. The contract work is now complete in all parts and requirements and ready for your substantial completion inspection. I understand that neither the determination of the Engineer that the work is complete nor the acceptance thereof by the Owner shall operate as a bar to claim against the Contractor under the terms of the guarantee provisions of the Contract Documents. CONTRACTOR: BY: SIGNATURE DATE PRINT OR TYPE NAME T e,. TITLE Contractors Certificate of Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2011 RM Intentionally Left Blank CERTIFICATE OF SUBSTANTIAL COMPLETION TO(Owner): � SUBSTANTIAL COMPLETION DATE: _ PROJECT: _...__.._.__._ ._. :, ___------ ._ CONTRACT DATE: .µ PROJECT NO: _ . . . —.____.F_._ ...a... INSPECTION DATE: ._.,._, PROJECT OR PART SHALL INCLUDE: ENGINEER: _ — PERFORMANCE BOND NO: DATE OF BOND: SURETY: CONTRACTOR: . MONTANAAGENT: .____—. _ ADDRESS: _ __ __ ADDRESS: ........:...._....._,__.,...,..._.. PHONE NO: _._ PHONE NO: The Work performed under this Contract has been inspected by authorized representatives of the Owner,Contractor,and Engineer,and the Project(or specified part of the Project,as indicated above)is hereby declared to be substantially completed on the above date. DEFINITION OF SUBSTANTIAL COMPLETION The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed,in accordance with the contract documents,as modified by any change orders agreed to by the parties,so the Owner can occupy or utilize the project or specified area of the project for the use for which it was intended. A tentative list of items to be completed is appended hereto.This list may not be exhaustive,and the failure to include an item on it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. ENGINEER: BY: SIGNATURE DATE The Contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR: BY: SIGNATURE DATE The Owner accepts the Project or specified area of the Project as substantially complete and will assume full possession of the project or specified area at (time),on (date).The responsibility for heat, utilities,security,and insurance under the Contract Documents shall be as set forth under"Remarks" below. OWNER: BY: SIGNATURE DATE REMARKS: (include additional information if necessary) Certificate of Substantial Completion 1 of 1 ROBERT PECCIA&ASSOCIATES copyright©2015 RMS Intentionally Left Blank CONSENT OF SURETY COMPANY TO FINAL PAYMENT oWmsm __ ----------------------------------------- -----_----___--_''_____ smo|msse: nomTaAC7om SURETY. \ � pmoJsor ' PROJECT NUMBER: ( CONTRACT DATE: | ( \ In accordance with the provisions of the contract between the Owner and the Contractor indicated above, ( the . SURETY COMPANY, on bond of (here insert name of Surety Company) CONTRACTOR, f m�^"=e=^"���mo"m"m° ' ( hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor f ` shall not relieve the Surety Company of any of its obligations to | OWNER, (here insert name and address of Owner) oa set forth in the said Surety Company's bond. ( \ IN WITNESS WHEREOF,the Surety Company has hereunto set its hand this day of ( SURETY COMPANY. ` ( COMPANY NAME ` ^oonsSS f | ( SIGNATURE or AUTHORIZED REPRESENTATIVE ( TITLE DATE ' NOTE:This form mm»e used aua companion document mmoxnmmmoneohonmnvntroom,(cunomooumn). Consent Of S Company n,Final Payment 1m1 Intentionally Left Blank i ( i i r ( 4 c APPENDIX B r i i GEOTECHNICAL INVESTIGATION ( E f r E A f Intentionally Left Blank i i i GEOTECHNICAL EVALUATION REPORT I Proposed 48-Inch Water Line i Bozeman, Montana Project 18-3708G i i i i Submitted by i GEO7ECHNICgC i i I i 2511 Holman Avenue P. O. Box 80190 Billings, Montana 59108-0910 i P i 's s 1 3 { f Prepared for f Robert Peccia & Associates, Inc. 9 3147 Saddle Drive Helena, Montana 59601 f { I October 5, 2018 I Intentionally Left Blank ALA, 2511 Holman Avenue GEaTECIifViCAL P. O. Box 80190 ,..�� Billings, Montana 59108-0190 !� p: 406.652.3930; f: 406.652.3944 www.skgeotechnicaL com October 5, 2018 Project 18-3708G Mr. Gary Swanson,PE E Robert Peccia&Associates P. O.Box 5653 ( Helena,Montana 59604-5653 Dear Mr. Swanson: i Re: Geotechnical Evaluation,Proposed 48-Inch Water Line,Bozeman,Montana We have completed the geotechnical evaluation for the proposed new 48-inch water line for the above- referenced project you authorized on July 3,2018. The purpose of this evaluation was to assist Robert Peccia&Associates (RPA) and other members of the design team in evaluating subsurface soil and groundwater conditions along the new water line alignment, and in preparing plans and specifications for construction of the proposed project. This evaluation was completed in general accordance with our revised proposal to you dated July 2, 2018. Summary of Results A total of four soil borings were completed along the new pipeline alignment. The soil profile encountered by the borings was variable,but generally consisted of organic clay topsoil to depths of 1 1/2 to 2 1/2 feet followed by mixed layers of silty sand, clayey sand,and lean clay to depths ranging from about 6 feet to the termination depth of 20 1/2 feet in Borings ST-1 and ST-2P. Beneath the clayey and sandy material in Boring ST-3,sandy silty gravel was encountered from 6 to 20 1/2 feet. The mixed sand and clay layers were encountered in Boring ST-4 to 18 1/2 feet,where poorly graded gravel was encountered to the boring's 20 1/2-foot termination depth. Groundwater was not encountered in any of ( the borings while drilling,however,several days may be necessary for groundwater to stabilize in the clay soils. Wet soils were observed below a depth of 6 feet in Boring ST-1. Additionally, a piezometer was installed in Boring ST-2P to allow others to check for groundwater. Twenty-four hours after installation, we probed the piezometer and no water was present. Mr. Rick Bell with RPA also measured the piezometer on September 20,2018,and about 1 inch of water was observed in the bottom. Refer to the attached Log of Boring sheets for more detailed subsurface information. i Summary of Analysis and Recommendations It is our understanding the new water line will be a 48-inch diameter ductile iron pipe conveying water from the new water tank currently under construction to the south. According to the Plan and Profile sheets provided by RPA,the pipeline will have a minimum bury depth of 4 feet below existing grades. d However,the surface is slightly rolling,and at the boring locations,the bury depth ranges from about 4 1 feet to 7 feet below existing grades near Nichols Creek at about Station 8+25. This results in a pipe bury depth ranging from about 8 feet to 11 feet below existing grades. h H Robert Peccia&Associates October 5, 2018 Project 18-3708G Page 2 Borings ST-1 and ST-2P were performed north of Nichols Creek. At Boring ST-1,the anticipated depth to pipe invert is about 9 1/2 feet. At this depth,Boring ST-1 indicates soft to medium stiff wet clays will be encountered. At Boring ST-2P,the profile sheets indicate pipe invert at a depth of about 11 feet. At this depth,Boring ST-2P indicates loose silty sand with seams of higher plasticity clays will be encountered. These borings were only about 200 feet apart and indicate the variable subsurface conditions. Moisture content tests performed on the samples at this depth also indicate the soils will be relatively wet. It is our opinion these soils are not suitable for direct pipe support and therefore,Type 2 bedding is recommended beneath Type 1 bedding material. We recommend providing 18 inches of Type 2 bedding beneath Type 1 bedding along the entire pipeline alignment north of Nichols Creek. Type 2 bedding material is discussed in more detail later in this report. Borings ST-3 and ST-4 were performed south of Nichols Creek. At Boring ST-3,the profile sheets indicate pipe invert depth of the new water line will be approximately 10 1/2 feet below existing grades. At this depth,Boring ST-3 encountered dense sandy silty gravel. At Boring ST-4,the profile sheets indicate the pipe invert depth is approximately 7 1/2 feet below existing grades. At this depth,the borings indicate medium dense sand or rather stiff sandy lean clay will be encountered. It is our opinion the soils encountered at invert depth are suitable for Type 1 bedding and pipe support. However,due to the variability of the soils encountered along the alignment,we recommend including a contingency for Type 2 bedding in the event softer soils are encountered away from the borings. On-site soils from the excavation can be used as backfill above the bedding,but will need to be moisture conditioned to a moisture content near optimum before placement. The backfill soils will also need to be uniformly placed and compacted to avoid concentrated stresses in the pipe. We also recommend all of the organic clay topsoil be removed and stockpiled separately from the underlying inorganic soils during excavation. The inorganic soils can then be used as trench backfill above bedding. The organic clay topsoil should then be replaced matching the existing topsoil thickness. We wish to point out, even though the borings indicate the trench subgrade will be stable south of Nichols Creek,we still recommend a contingency be provided for Type 2 bedding in the event unstable subgrades are encountered. Variations to subsurface soil conditions can and will occur away from the borings,and loose sands or soft clays could be present. If unstable subgrades are encountered,we recommend providing 18 inches of Type 2 bedding beneath Type 1 bedding,if needed. Corrosion tests performed on the samples recovered from about 6 1/2 to 10 1/2 feet indicate the sands and gravels are non to slightly corrosive to ductile iron pipe,but the clays are highly corrosive. We therefore recommend full corrosion protection for the entire water line due to the variable subsurface conditions. Corrosion protection is discussed in further detail later in this report. General Please refer to the attached report for more detailed results of our fieldwork, engineering analyses and recommendations. t Robert Peccia&Associates October 5,2018 i Project 18-3708G _ Page 3 1 E Thank you for using.SK Geotechnical Corporation. If you have any questions regarding this report, or require,our services during.the construction.phase of this project,please call Dustin Hutzenbiler or Greg. Staf�leno at(406)652-390. f Sincerely; Dustin P. flutzenbiler,PE Geotechnical Engineer I jegory T. Sta#ffiQPE Reviewing Engineer i l Attachment: Geotechnical Evaluation Report i r c f r r Intentionally Left Blank Table of Contents Description Page A. Introduction.............................................................................................................................................1 A.I. Project............................................................................................................................................1 A.2. Purpose of this Evaluation.............................................................................................................1 A.3. Scope.............................................................................................................................................1 A.4. Documents Provided......................................................................................................................2 A.S. Locations and Elevations...............................................................................................................2 B. Results.....................................................................................................................................................2 B.1. Logs ...............................................................................................................................................2 B.2. Site Conditions...............................................................................................................................3 B.3. Soils...............................................................................................................................................3 B.4. Groundwater Observations............................................................................................................3 B.S. Laboratory Tests............................................................................................................................4 C. Analyses and Recomrnendations.............................................................................................................4 C.I. Proposed Construction...................................................................................................................4 C.2. Discussion......................................................................................................................................5 C.3. Water-Lines....................................................................................................................................5 D. Construction............................................................................................................................................8 D.1. Excavation.....................................................................................................................................8 D.2. Observations..................................................................................................................................9 D.3. Testing...........................................................................................................................................9 D.4. Cold Weather Construction...........................................................................................................9 E. Procedures...............................................................................................................................................9 E.1. Drilling and Sampling....................................................................................................................9 E.2. Soil Classification........................................................................................................................10 E.3. Groundwater Observations...........................................................................................................10 F. General Recommendations....................................................................................................................10 F.1. Basis of Recommendations..........................................................................................................10 F.2. Review of Design.........................................................................................................................10 F.3. Groundwater Fluctuations............................................................................................................11 F.4. Use of Report...............................................................................................................................11 F.S. Level of Care................................................................................................................................11 Professional Certification Appendix Civil Site Plan C-1 Water Main Plan and Profile C-2 through C-4 Geologic Map Descriptive Terminology Log of Boring Sheets ST-1 through ST-4 Intentionally Left Blank A. Introduction A.I. Project Robert Peccia&Associates (RPA)is assisting the City of Bozeman in designing the proposed water line. The new water line will cross an undeveloped farm field north of Nash Road and east of Sourdough Road in Bozeman,Montana. The new water line is planned to be a 48-inch ductile iron pipe with a minimum 4 feet of cover resulting in a minimum invert depth of about 7 1/2 feet below existing grade. However, based on the Plan and Profile sheets, the depth below existing grade will vary due to rolling terrain at the surface. A.2. Purpose of this Evaluation The purpose of the geotechnical evaluation was to assist RPA by providing general soil and groundwater conditions along the proposed water line route,and in preparing plans and specifications for the proposed project. This report presents our findings and recommendations related to the proposed water line improvements. A.3. Scope The desired scope of services was outlined in our revised proposal to Mr. Gary Swanson,PE,with RPA, dated July 2, 2018. On July 3, 2018,we received the Agreement for Subconsultant Services Between Robert Peccia&Associates and SK Geotechnical Corporation to proceed with the scope of services outlined in our revised proposal. Our scope of services for the water line was limited to: Conducting four penetration test borings along the proposed water line alignment. • Extending the borings to a depth of 20 feet at the staked boring locations. • Completing two borings as 2-inch groundwater piezometers for extended groundwater level measurements. • Returning the samples to our laboratory for visual classification and logging by a geotechnical engineer. • Conducting laboratory soil testing that included moisture content,Atterberg limits,grain size analysis, and standard Proctor. • Analyzing the results and formulating recommendations for earthwork, trench backfill,bedding material, dewatering(if any), and construction. Robert Peccia&Associates October 5, 2018 Project 18-3708G Page 2 Submitting a geotechnical evaluation report containing logs of the borings showing subsurface soil and groundwater conditions at each boring location, our analysis of the field and laboratory tests, and recommendations for earthwork for the proposed water line. Since the subcontract was issued,several phone conversations have taken place between SK Geotechnical and RPA resulting in minor modifications to our scope. The modifications were primarily due to the landowner concerns. The modifications included completing only one boring, ST-2P, as a piezometer and installing surface protection around the pipe. AA Documents Provided RPA provided us with the following documents for our use. • Civil Site Plan C-1,July 2018 • Water Main Plan and Profile Sheets C-2 through C-4, July 2018 A.S. Locations and Elevations Borehole locations were selected by RPA and later staked in the field by RPA. Ground surface elevations at the boring locations were later surveyed by RPA personnel and provided to us in an email dated September 18,2018. B. Results B.I. Logs Log of Boring sheets indicating the depth and identification of the various soil strata,the penetration resistances,laboratory test data, and water level information are attached. It should be noted the depths shown as boundaries between the strata are only approximate. The actual changes may be transitions and the depths of the changes vary between borings. Geologic origins presented for each stratum on the Log of Boring sheets are based on the soil types, blows per foot, and review of readily available geologic maps. A detailed evaluation of the geologic history of the site was not performed. i 1 Robert Peccia&Associates October 5,2018 Project 18-3708G Page 3 l i ,1 B.2. Site Conditions The proposed water line will be constructed across an undeveloped farm field. According to readily available geologic maps, the proposed project is situated within older alluvial fan deposits of Pleistocene age. The supporting text for the Geologic Map indicates the deposits are"poor to well sorted,rounded to subangular gravel,sand,and silt,with minor amounts of clay. Surfaces have distinct fan shape. Clasts locally derived and in general grain size decreases and degree or sorting increases with distance from the mountain fronts. These alluvial deposits underlain by older alluvial deposits,referred to as tertiary sediments,were generally encountered by the borings,although we found they were variable mixed layers of silty sand,clayey sand,lean clay,silty gravel, and poorly graded gravel. B.3. Soils SK Geotechnical performed four soil borings for the proposed water line alignment at the locations selected and staked in the field by RPA. Borings ST-3 and ST-4 were performed south of Nichols Creek ( and Borings ST-1 and ST-2P were performed north of Nichols Creek. Borings ST-1 and ST-2P generally encountered up to 2 1/2 feet of organic clay topsoil underlain by mixed layers of clayey sand,silty sand,and lean clay to the boring termination depths of 20 1/2 feet. Borings ST-3 and ST4 encountered an even more variable profile. Boring ST-3 encountered about 1 1/2 feet of organic clay topsoil underlain by sandy lean clay and clayey sand to about 6 feet. Beneath the ` clayey deposits,sandy silty gravel was encountered to the boring termination depth of 20 1/2 feet. Boring ST-4 encountered about 1 1/2 feet of organic clay topsoil underlain by mixed layers of lean clay with sand,clayey sand,and silty sand to a depth of 18 1/2 feet followed by poorly graded gravel with sand to a depth of 20 1/2 feet. r Penetration resistances in the lean clay generally ranged from 2 to 6 blows per foot(BPF),indicating the clays were soft to medium stiff. Penetration resistance in the clayey sands and silty sands generally ranged from 6 to 29 BPF,indicating they were primarily loose to medium dense. Penetration resistances t in the silty gravel and poorly graded gravel generally ranged from 39 to 63 BPF,indicating the gravels were dense to very dense. I BA. Groundwater Observations During the fieldwork,groundwater was not encountered in any of the borings. However,at Boring ST-1 performed near the north end of the project,wet soils were observed below a depth of about 6 feet. It is our opinion this could be a perched groundwater layer. Groundwater was not observed within 24 hours after installing the 2-inch piezometer in Boring ST-2P. Mr. Rick Bell with RPA probed for groundwater on September 20,2018,and indicated very little water was present in the pipe bottom. We anticipate groundwater is below the termination depth of our borings with the exception of the possible perched layer at Boring ST-1. Robert Peccia&Associates October 5, 2018 Project 18-3708G Page 4 Even so,it should be noted groundwater levels can and will fluctuate depending on snow melt,run-off, precipitation,irrigation,leaking utilities,and surface characteristics,and other factors not evident at the time of our fieldwork. Several days may be necessary for groundwater to stabilize(appear)in a boring performed in these types of clayey soils. Based on our review of the borings, the possible perched water layer could impact construction of the new water line,in particular near the north end. Therefore,the contractor should be prepared to dewater. General recommendations related to groundwater and possible dewatering are discussed later in this report. B.S. Laboratory Tests The results of the laboratory tests are summarized on the Log of Boring sheets and presented in the Appendix to this report. The results are also discussed in more detail below. B.S.a. Classification Tests. Classification tests consisting of percent passing the No. 200 sieve and Atterberg limits were performed on the penetration test samples obtained from various borings at various depths. Table 1 below provides a summary of the classification tests. Table 1. Sum mar of Laborat ry Tests Depth Atterberg Limits P200 Boring (feet) LL PL PI (%) ASTM Symbol ST-1 9— 10%2 27 19 8 91 CL ST-2P 6%2 -8 24 14 10 14.9 SC ST-2P 11'/2- 13 33 12 21 44 SC B.S.b. Moisture Content Tests. Moisture content profiles were performed on all of the samples obtained from the borings. The moisture contents of the soils ranged from 1.3 to 27.5 percent. The moisture content test results indicate the soils are primarily moist with the exception of Boring ST-1 below a depth of 6 feet and Boring ST-2P below a depth of 11 feet where the soils become wetter. The results of the moisture content tests are presented on the boring logs in the Appendix. C. Analyses and Recommendations C.1. Proposed Construction The City of Bozeman is currently constructing a new 5.8 million-gallon concrete water tank south of this site at the existing treatment facility. To convey the water to the city, a new 48-inch ductile iron pipe is being planned through a farm field north of the plant. The project will consist of installing about 2,700 Robert Peccia&Associates October 5,2018 Project 18-3708G Page 5_ 1 E i feet of 48-inch diameter ductile iron water line. The Plan and Profile sheets indicate a minimum bury depth of 4 feet is planned,however,due to the rolling terrain,bury depths are variable. The Plan and Profile sheets indicate the pipe will be installed at an invert elevation at the south end of the project at about 5163 at Station 27+00. The alignment then travels to the north to about Station 0+60 where invert elevation is planned at 5149. This will result in an invert depth 7 1/2 to 11 feet below existing grades. f C.2. Discussion Based on the anticipated invert depth at the boring locations,we anticipate variable subsurface soil conditions will be encountered during construction. North of Nichols Creek where Borings ST-1 and ST- 2P were performed,we anticipate wet lean clay and clayey sand soils will be encountered at pipe invert elevation. As previously discussed,wet soils were observed below a depth of about 6 feet indicating the possibility for perched groundwater. The lean clay was considered to be soft to medium stiff and the clayey sand was considered to be loose. It is our opinion the soils encountered by the borings at pipe ( invert elevation will not be suitable for Type 1 bedding and pipe support. Therefore,Type 2 bedding will be required. South of Nichols Creek,Boring ST-3 encountered dense silty gravel at planned pipe invert elevation. At Boring ST-4,the boring encountered medium dense clayey sand with gravel and rather stiff sandy lean clay at pipe invert elevation. It is our opinion the soils encountered by the soil borings south of Nichols Creek will be suitable for Type 1 bedding and pipe support. r Due to the prevalence of clayey soils encountered by the borings,we recommend full corrosion protection ( of the entire pipeline. Corrosion protection is discussed later in this section. CA Water Lines i. C.3.a. Open Excavations. Occupational Safety and Health Administration(OSHA) guidelines indicate { cohesive soils with an unconfined compressive strength of less than 0.5 tons per square foot(tsf),granular soils such as sands and gravels,and all existing fill classify as Type C soils. Existing fill could be present near the roads. Based on the results of our soil borings and the anticipated variable subsurface soil conditions,we recommend all soils along the alignment be considered Type C on the project. All earthwork and construction should be performed in accordance with OSHA guidelines. C.3.b. Trench Subgrade. The anticipated trench subgrade north of Nichols Creek will primarily be soft and wet clayey sand and lean clay soils for this portion of the project. It is our opinion the anticipated F soils at pipe invert north of Nichols Creek will not be suitable for pipe bedding and pipe support. Therefore,Type 2 bedding will be required north of Nichols Creek. We recommend placing 18 inches of Type 2 bedding beneath Type 1 bedding to provide a uniform stable subgrade for pipe support. r I Robert Peccia&Associates October 5, 2018 Project 18-3708G Page 6 South of Nichols Creek,the anticipated trench subgrade will primarily be dense sandy silty gravel and medium dense clayey sand with gravel or rather stiff sandy lean clay at pipe invert elevation. It is our opinion the anticipated subgrade at pipe invert will generally be suitable for support of pipe bedding. Based on the borings performed south of Nichols Creek,Type 2 bedding is not anticipated. However, due to the variable soil conditions encountered by the borings,we recommend providing a contingency in the event softer/looser soils are encountered that require Type 2 bedding during construction of this area. C.3.c. Dewatering. Groundwater was not observed in our borings at the time of our fieldwork. However wet soils were observed in Boring ST-1 below a depth of 6 feet,indicating the possibility of perched groundwater. Therefore,the contactor should be prepared to dewater the trench in the event groundwater is encountered. The method of dewatering will be up to the contactor and is based on their past experience and available equipment. C.3.d. Corrosion Protection. As previously mentioned, due to the prevalence of clayey soils encountered by the borings,we recommend full corrosion protection of the entire pipeline consisting of V-Bio®Enhanced Polyethylene Encasement surrounded by granular bedding. Based on the results of our laboratory test and the proposed construction,we reviewed the Design Decision Model®(DDM®) prepared by the Ductile Iron Pipe Research Association(DIPRA). Based on the likelihood and consequence score sheets,the DDM®indicates Level 2 corrosion protection consisting of V-Bio Enhanced Polyethylene Encasement. However,the results are near the border between Protection Level 2 and 3,therefore,we also recommend bonded joints. DIPRA also recommends cathodic protection be considered where external corrosion poses a significant risk or where pipe repair/replacement would be difficult and costly. Additionally,if the nearby gas line is steel or has cathodic protection,it could cause stray electrical currents near the pipeline ends. Therefore,we recommend the pipeline also have cathodic protection to protect against potential stray electrical currents. A review of the site by DIPRA could also be performed to develop additional corrosion protection recommendations. C.3.e. Pipe Bedding. C.3.e.1. Type 1. Montana Public Works Standard Specifications(MPWSS)specify Type 1 bedding is to be placed from 4 inches below the bottom of the pipe up to the spring line of the pipe and then Select Type 1 bedding to 6 inches above the pipe. The purpose of the bedding is to provide uniform support of the pipe and prevent it from crushing. It is our opinion this is the preferred method of pipe support, however,we recommend using well graded sands and gravels as Type 1 bedding as described below. MPWSS indicates Type 1 bedding can have 1 1/2-inch minus gravel with no requirement on the percent passing the 200 sieve. Therefore, open graded washed rock or drainage aggregate can be used as bedding. These gravels do not contain sands and fines and therefore have significant voids between the gravels. i Robert Peccia&Associates October 5,2018 Project 18-3708G Page 7 t Fluctuating or perched groundwater can transport fines into voids,known as piping,resulting in settlement. To reduce this risk,the open graded bedding can be wrapped in a filter fabric to reduce/prevent piping, but this is difficult during construction. Another option is to use a well graded sand and gravel as bedding,which reduces the risk of piping and settlement. MPWSS actually addresses this option on f Standard Drawing 02221-2 as a pipe bedding alternative which is recommended for the project. We anticipate 1-inch or 3/4-inch minus crushed base course(MPWSS Section 02235)will meet these requirements,but submittals containing coefficients of uniformity(Cu)and coefficient of curvature(Cc) should be submitted for approval. t C.3.e.2. Type 2. MPWSS indicates Type 2 bedding shall be granular material meeting a specific 1 gradation. However,it is our opinion the Type 2 bedding as specified by MPWSS is too open graded, and as described above,represents a risk of piping and/or settlement. We recommend well graded gravel with sand as Type 2 bedding. Well graded gravel with sand contains an even distribution of sand and gravel sized particles. Once placed and compacted,it does not contain excessive void spaces. As indicated above,crushed base course is a typical well graded gravel with sand material. 4 C.3.f. Drainage and Impermeable Trench Plugs. It is critical good drainage of surface water be ( provided during installation of the pipe. To reduce the risk of water flowing in bedding,we recommend t placing low permeability trench backfill plugs along the pipe alignments. We recommend the plugs be placed in intervals of approximately 300 feet along the alignment and at critical grade areas as determined by the civil engineer,such as about 50 feet from roads. Depending on future developments if anticipated, ( we recommend plugs be placed along each service connection in the future. If the water line breaks, i water could flow into connected service trenches,potentially causing settlement to adjacent structures or flooding of potential future basements/crawl spaces. These plugs should meet the requirements of d MPWSS Section 02222. C.3.g. Trench Backfill Above Bedding. C.3.g.1. Separation During Excavation. As previously indicated,we recommend separating the organic clay topsoil(ASTM symbol OL) from the underlying inorganic clay,sands,and gravels during excavation, and they be stockpiled separately. After bedding,pipe,corrosion protection, and trench backfill have been placed,the organic clay topsoil should be replaced at the surface matching the existing topsoil thickness. At the borings,the clay topsoil ranged from 1 1/2 to 2 1/2 feet thick,but the actual depth will depend on observations during construction. r t r f r Robert Peccia&Associates_ October 5, 2018 Project 18-3708G Page 8 We also recommend separating the gravels from the clayey soils south of Nichols Creek during construction. This will take more care and time. During backfilling,the materials should be replaced in kind,i.e.,where gravels are present in the sidewalls,gravels should be used as backfill,and the same for clayey soils. C.3.g.2. Backfill and Compaction. It is our opinion the on-site excavated soils can be reused as compacted backfill along the water line. We anticipate the majority of these soils will be clayey sands and sandy lean clays in nature. Some silty gravel will also be encountered,however,the amount is anticipated to be minimal. The soil borings performed north of Nichols Creek indicate the majority of these soils above a depth of about 6 feet will be near or below optimum. Below a depth of about 6 feet, the borings indicate the clays and clayey sands will be wet of optimum and will need to be dried out and moisture conditioned prior to replacement. Similar excavated materials could also be imported if the contractor wished to reduce drying and forming materials. The borings performed south of Nichols Creek indicate the majority of the soils are generally near or below optimum,however,the sands and gravels will dry out relatively quickly when exposed. Additional moisture to sands and gravels will likely be necessary to achieve a moisture content near optimum. Also, imported materials will likely be dry and require moisture be added to achieve a moisture content near or slightly above optimum. In order to reduce trench settlement,we recommend all trench backfill in areas where settlement is of concern be compacted to meet MPWSS Type A Trench Backfill requirements. Compaction tests should be performed to evaluate densities. C.3.g.3. Trench Settlement. Trench settlement of utility excavations is a common problem and is often difficult to avoid. Even well compacted backfill will settle,in our opinion, and we anticipate normal trench settlement will be approximately 1 percent of the total trench depth. If the backfill is poorly compacted,excessively thick lifts are placed,large oversize materials are left in place,contains frozen materials, or surface water infiltrates into the trench,several inches of settlement could occur. Full-time inspection during placement of backfill helps reduce the risk of these issues occurring during construction. A Construction D.1. Excavation It is our opinion the soils encountered by the borings can be excavated with a larger tracked excavator. All excavations should be performed in accordance with OSHA requirements. The borings indicate the Robert Peccia&Associates October 5,2018 Project 18-3708G Page 9 granular alluvial soils in the sidewalls of the water line trench excavations will be Type C soils under OSHA guidelines. All earthwork and construction should be performed in accordance with OSHA guidelines. D.2. Observations We recommend excavations of the new water line be observed. These observations should be perfonned by a geotechnical engineer or an engineering assistant working under the direction of a geotechnical engineer. The purpose of these observations is to evaluate if the subgrade soils are similar to those encountered in the borings. D.3. Testing Testing of materials during construction should meet the requirements of MPWSS. We recommend compaction tests be performed on the proposed water line trench backfill. Samples of proposed backfill and fill materials should be submitted to our testing laboratory at least five days prior to placement on the site for evaluation and determination of their optimum moisture contents and maximum dry densities. Asphalt pavement should also be tested for strength properties and compaction in accordance with MPWSS. DA Cold Weather Construction If site grading and construction is anticipated during cold weather,we recorrnnend good winter construction practices be observed. All snow and ice should be removed from fill materials prior to placement. No fill should be placed on soils that have frozen or contain frozen material. No frozen soils should be used as fill. If used,concrete delivered to the site should meet the temperature requirements of American Society for Testing and Materials (ASTM) C 94. Concrete should not be placed on frozen soils or soils that contain frozen material. Concrete should be protected from freezing until the necessary strength is attained. E. Procedures E.1. Drilling and Sampling The penetration test borings were performed on the dates indicated on the boring logs with a Diedrich D- 120 core and auger drill rig. Sampling for the borings was conducted in accordance with ASTM D 1586, "Penetration Test and Split-Barrel Sampling of Soils." Using this method,we advanced the borehole with hollow-stem auger to the desired test depth. Then a 140-pound hammer falling 30 inches drove a standard, 2-inch OD,split-barrel sampler a total penetration of 1 1/2 feet below the tip of the hollow-stem Robert Peccia&Associates October 5, 2018 Project 18-3708G Page 10 auger. The blows for the last foot of penetration were recorded and are an index of soil strength characteristics. E.2. Soil Classification Our field engineer visually and manually classified the soils encountered in the borings in accordance with ASTM D 2488, "Standard Practice for Description and Identification of Soils (Visual-Manual Procedures)." A summary of the ASTM classification system is attached. All samples were then returned to our laboratory for review of the field classifications by a geotechnical engineer. Representative samples will remain in our office for a period of 60 days to be available for your examination. E.3. Groundwater Observations Approximately ten minutes after taking the final sample in the bottom of a boring,the driller probed through the hollow-stem auger to check for the presence of groundwater. Immediately after withdrawal of the auger,the driller again probed the depth to water or cave-in. The boring was then backfilled. As indicated,Boring ST-2P was completed as a 2-inch piezometer. About 24 hours after the piezometer was installed,the driller probed the piezometer to check for the presence of groundwater. F. General Recommendations F.I. Basis of Recommendations The analyses and recommendations submitted in this report are based upon the data obtained from the soil borings performed at the locations indicated on the attached sketch. Often,variations occur between these borings,the nature and extent of which do not become evident until additional exploration or construction is conducted. A reevaluation of the recommendations in this report should be made after performing on-site observations during construction to note the characteristics of any variations. The variations may result in additional foundation costs,and it is suggested a contingency be provided for this purpose. It is recommended we be retained to perform the observation and testing program for the site preparation phase of this project. This will allow correlation of the soil conditions encountered during construction to the soil borings, and will provide continuity of professional responsibility. F.2. Review of Design This report is based on the anticipated construction of the proposed water lines as related to us for preparation of this report. It is recommended we be retained to review the geotechnical aspects of the designs and specifications. With the review,we will evaluate whether any changes in design have Robert Peccia&Associates. October 5,2018 Project 18-3708G Page 11 l affected the validity of the recommendations,and whether our recommendations have been correctly interpreted and unplemented in the design and specifications, FA Groundwater Fluctuations f We made water level observations in the borings at the times and under the conditions stated on the boring logs. These data were interpreted in the text of this report. The period of observation was relatively short,and fluctuation in the groundwater level may occur due to rainfall,flooding, irrigation, spring thaw;drainage,and other seasonal.and annual factors.not evident at the time ther observations were made. Clay soils typically require longer periods of time(days/weeks)for groundwater elevations to stabilize. Design drawings and specifications and construction planning should recognize the possibility of fluctuations. r FA Use of Report This report is for the exclusive use of the Robert Peccia&Associates to design the proposed water lines ( and prepare.construction documents.. In the absence of our written approval,we make no representation and assume no responsibility to other parties regarding this:report, The data,analyses,and recommendations may not be appropriate for other structures or purposes, We recommend parties contemplating other structures or purposes contact us. F.S. Level of Care Services performed by SK Geotechnical Corporation personnel for this project have been conducted with that level of care and skill ordinarily exercised by members of the profession currently practicing in this area under similar budget and time restraints. No warranty,expressed or implied,is made. Professional Certification I hereby certify that this report was prepared by me .1icfi il; a duly Licensed Professional Engi x&rt Wert J NO the State of Montana. r ?tin' IL D i iru P t i ,BID"i G.e�,t blii is ngineel=w Li4 a1 6%' OctoN&df E�.. Intentionally Left Blank Appendix Intentionally Left Blank 3v ea3� Duv4uow tuDWazog NVId 1� -aa-rraslra�us-s � ONL'PlUNd .a„� 8M.•Meow uolssluasueal 311S wzvr 3ra" aoleM 4BnopAnog uewazo9 IIA13 os V 3g: 3lw Ydav ♦B HasN3a nas � �� 311LLI*3fONd 31111133Hs it W � o W x - '—_V W Q E ti y - a fk Y-Af4 •Zip I ; i a j V) t a a �f - . . t _ 04 . -. - ' •+fit)y L ..} moc nI I•o i-a, v:n-» ;n m-r..i.�+. w=•a�. -eam�r� • .�-Z� ouoauoyy o!ss!Log N ad SIOZ uley�uolsslwsueal 311JOUd ONV NVId ;82 ��' Aa;eM 4bnopanog ueuiazog NIVW U31VM ° AB U3i�63a has alav Ae wA5 ��� 31L11°31Vild 31L1133HS 3z. pp 0 0 �'0 133H5 3I S '•' O i OOI Y15 pp 0+3 H01., F z w p o Do { I I m e I � I I ' � I I� "tea f O ! /tt}} f3 . D i i W L I a r O Z AU PS NIN.0 z z l\ 1 OA w M �4 ,•, m n :r, :n � c» � ut Elevation Slai YI S I't-[-i�J 9++K V+X-11 M qa-Ml:•+ine wW+e81. O-[OLfI•1��:! aw ae°�°3iJ OUD4UOW'UDwazog ( 3 = otla eii„2a SWZ•UIUW uOlssltusueal 311AOUd ONV NV'Id � { _ �QL6` �" aa3UM 46nopanog uewazo8 NIVW U31VM 'ae< 101' A�-S3�BH-5 wistn?tl h/.5 311LL133fOHd 31111133H5 C 4-�133H5 J5 - '� w 3NIl HO1VfYI I I a w �- LL O + • I I J{ i j' / o u- p I f - -- - - i r. T ..m l J AanB NIYi.0—,1 .... N til lo :.jay t1. I � 1 �) O I 3 c7 3 *1 i7 t E j{ i `i I i I / i t j Z=3 133HS 33 00+O1 NIS QI o c} 3Nn HOiVrl YIK 01 •>f-C-t-�vl•,K YII-cl eib ISYT++l V'•:,v n ii -latY wi J a�u ♦e u3r»n ouojuow fuowazog BLOZ ulew uotsslzusueal 31ldOtid UNV NVId � rv8x -zazn -NBaA aa}eM y6nopanog uewazog NIVW U31VM a -amrz�nr ea3 sd+ t 31w a aswa wu 31L1103foad 311ll 133X5 \ t l t} 1 w U Z o S } 'l t t 5 R 1 1 pp pp !� pp ppp -aN3a-a-AZT— .P � ( 98 z 1 f 1 ' to xane IW,o-,a N c: I 1 I r ) ``s I ( ( _j! .J• f t / 0` 1 GG= 1 i i 8 i 11 r E t; I i 1 C-3 133XS 33 3Nn 5 1t } o V15 t i a NIl F91tlW Elawfian owx roi c y-c-x-a n••�s wn-u xa o:o-r+i�> �•�••a n xa-xxn ter-a S Apr GEOTECHNICAL Descriptive Terminology Standard D 2487 ( Classification of Soils for Engineering Purposes Particle Size Identification Boulders...........................................over 12" ,t (Unified Soil Classification System) Cobbles............................................3"to 12" Gravel Soil Classification coarse..........................................3/4"to 3" Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Group Group Name a fine.........................................No.4 to 3/4" S 1 Sand Gravels Clean Gravels Cu>-4 and 1 <_Cc<-3 a GW Well graded gravel F coarse.................................No.4 to No.10 r More than Less than 5% C <4 and/or I >Cc>3 E GP Poorly graded gravel medium............................No.10 to No.40 u ` 50%of fines° F fine.................................No.40 to No.200 Coarse- coarse Gravels with Fines classify as ML or MH GM Silty gravel F.G.n l Silt..................................No.200 to.005 min Grained fraction Fines Clay ............less than.005 min Soils retained on More than 12% Fines classify as CL or CH GC Clayey gravel F.0.H ••••••••••••••••••••• More than No.4 sieve fines c Relative Density of Cohesionless Soils 50% Sands Clean Sands Cu>_ 6 and I <Cc<3 E SW Well Rraded sand t very loose......................................0 to 4 BPF retained 50%or Less n an 5% Cu< 6 and/or 1 > Cc>3 E SP Poorly graded sand loose............................................5 to 10 BPF on No, more of fines medium dense...........................I I to 30 BPF 200 sieve coarse Sands with Fines classify as ML or MH SM Silty sand°•N,I dense.........................................31 to 50 BPF fraction Fines very dense.............. over 50 BPF ................... passes No.4 More p an 12% Fines classify as CL or CH SC Clayey sand°,N f Consistency of Cohesive Soils sieve fines PI> 7 and plots on or above K L.M very soft........................................0 to I BPF Inorganic A"line Fine- Silts and t CL Lean clay soft.................................................2 to 3 BPF Grained Clays PI<4 or plots below"A"line' ML Silt K.L,M rather soft......................................4 to 5 BPF Soils Liquid Limit Liquid limit-oven dried<0.75 OL Organic clay K L.M,N medium.........................................6 to 8 BPF 50%or less than 50 Organic Liquid limit-not dried Organic silt K,4 M,° rather stiff....................................9 to 12 BPF more PI plots on or above"A"line CH Fat clayxx IM stiff............................................13 to 16 BPF passes the Silts and Inorganic No.200 Clays PI lots below"A"line MH Elastic silt M very stiff....................................17 to 30 BPF q Li uid limit Liquid limit-oven dried< 0.75 Oreamc clavx,L,M,F sieve Organic OH hard............................................over 30 BPF 50 or more g Liquid limit-not dried Or amc sdtK•4M•Q Moisture Content(MC)Description Highly Organic Soils Primarily organic matter,dark in color,and organic PT Peat rather dry MC less than 5%,absence of odor r A Based on the material passing the 3"(75 m)sieve. n If fines are organic,add"with organic fines"to moisture,dusty m C moist MC below optimum,but n0 a If field sample contained cobbles or boulders,or both, group name. add"with cobbles or boulders,or both"to group name. t If soil contains>- 15%gravel,add"with gravel" visible Water ° Gravels with 5 to 12%fines require dual symbols to group name. Wet Soil is over optimum MC GW-GM well-graded gravel with silt r If Atterberg limits plot in hatched area,soil is a waterbearing Granular or low plasticity GW-GC well-graded gravel with clay CL-ML,silty clay. soil with free water,typically GP-GM poorly graded gravel with silt K If soil contains 15 to 29%plus No.200,add near or below groundwater GP-GC poorly graded gravel with clay "with sand"or"with gravel",whichever is table D Sands with 5 to 12%fines require dual symbols. predominant. SW-SC well-graded sand with clay L Ifsoil contains>_30%plus No.200 very wet Cohesive soil,Typically near SP-SM poorly graded sand with silt predominantly sand,add"sandy"to group name. or below groundwater table SP-SC poorly graded sand with clay M If soil contains>_30%plus No.200 E Cu= D6o/Dio predominantly gravel,add"gravelly"to group Cc= (Dmo /(Dio x D6o) name. If soil contains>_ 15%sand,add"with sand"to group N PI>-4 and plots on or above"A"line. Drilling Notes F name. ° PI<4 or plots below"A"line. Standard penetration test borings were advanced If fines classify as CL-ML,use dual symbol GC-GM or F PI plots on or above"A"line. by 3'/4"or 4'/4"ID hollow-Stem augers,unless l ° SC-SM. Q PI plots below"A"line. noted otherwise.Standard penetration test borings are designated by the prefix"ST"(split for oessificotion of tine-rained;oils •� tube).Hand auger borings were advanced ' and tn_e-3ro;ne6 ra_c.'ten ofc_oai•sa='ryohe manually with a 2 to 3"diameter auger to the 50, sacs. depths indicated. Hand auger borings are q Equo f ion of A-fine indicated by the prefix"HA." Horizontal otPI=4'tott-25.5 .5"l' ��P w thtn PI-R0,73(LL-20) *� O .. �Q _ —_ _ Sampling. All samples were taken with the z ignotion of'u Hna standard 2"OD split-tube sampler,except where Yerikolof t.(=16-WI- � then PI=0.9(LL-4 / G noted. TW indicates thin-walled tube sample. CS indicates California tube sample. BPF. Numbers indicate blows per foot recorded n 2� M OH in standard penetration test,also known as"N" value. The sampler was set 6"into undisturbed i0 soil below the hollow-stem auger. Driving C M -ML0[0LL resistances were then counted for second and 4<- third 6 increments and added to get BPF. °o 10 ie zo 30 40 54 60 70 40: tuo Ht Where they differed significantly,they were LjoUlD LIMIT,(6l) separated by backslash(n. In verydense/hard r sic,a Plastrctly Chad strata,the depth driven in 50 blows is indicated. f WH. WH indicates the sampler penetrated soil Laboratory Tests underweight of hammer and rods alone;driving DD Dry density,pcf OC Organic content,% not required. WD Wet density,pcf P200 %passing 200 sieve LL Liquid limit PL Plastic limit Note. All tests were run in general accordance PI Plasticity index MC Natural moisture content,% with applicable ASTM standards. f qu Unconfined compressive strength,psf July 30,2018 qp Pocket penetrometer strength,tsf `N066, GiECITECHNICAL 2511 Holman Avenue Im P.0. 0190 59108- MT 59108-0190 LOG OF BORING -��- Billings, Phone: 406.652.3930 Fax: 406.652.3944 PROJECT: 18-3708G BORING: $T-1 GEOTECHNICAL EVALUATION LOCATION: Proposed 48"Water Line Station 0+85.9,See Boring Location Sketch Bozeman,Montana DRILLED BY: E.Hollibaugh METHOD: 3 1/4"HSA,Automatic DATE: 8/15/18 SCALE: 1" =3' Elev. Depth Symbol Description of Materials BPF MC qp* Remarks 5158.4 0.0 (%) ORGANIC CLAY,low plasticity,trace sand,dark Elevation Reference: brown,rather dry. (Tilled Field) surface elevations at I i I 9 11.7 borings provided by OL lil RPA. III 155.9 2.5 LEAN CLAY,low plasticity,trace roots and sands, 6 18.2 4+ 54.9 3.5 CL brown,moist,medium stiff. (Alluvium) LEAN CLAY, low plasticity,trace sands,brown to light brown,moist,soft to medium stiff. (Alluvium) 6 20.9 4+ Bulk Bag 6-9' -wet below 6',possible perched groundwater Wet soils observed at 6%2. CL 2 25.7 V: Pipe Invert 5149.1 6 22.0 LL=27,PL=19,PI=8 P2oa 91.2% Bulk Bag 9'-12' 146.9 11.5 SILTY SAND with GRAVEL,fine-to coarse-grained, clays and FeOx,brown,moist, SM medium dense. (Tertiary Sediments) 23 4.4 5144.4 14.0 --- ' -------------------------- LEAN CLAY with SAND,low plasticity,seams 5143.4 15.0 CL sands,trace FeOx,brown,moist to wet,rather soft. 1�� Tertla Sediments 5 27.s LEAN CLAY,medium plasticity,some red sand �� CL layers,olive,wet,rather soft. (Tertiary Sediments) °2 140.9 17.5 __ CLAYEY SAND,low plasticity,seams medium o plasticity lean clay,trace FeOx,brown,moist, *qp=pocket medium dense. (Tertiary Sediments) penetrometer estimate Z Sc of unconfined Z compressive strength, 3 17 14.0 2'/2 tons per square foot. 137.9 20.5 END OF BORING Water not observed with 19'of hollow-stem auger in o the ground. Water not observed to dry cave-in depth of 12Y2' immediately after withdrawal of auger. 0. 0 Boring then backfilled. Z a 0 m 18-3708G ST-1 page 1 of 1 CEOTCNN>rCAL 2511 Holman Avenue P.O. Box 0190 LOG O F BORING Billings, MT 59108-0190 Phone: 406.652.3930 Fax: 406,652.3944 PROJECT: 18-3708G BORING: $T-2P GEOTECHNICAL EVALUATION LOCATION: Proposed 48"Water Line Station 7+79.9, See Boring Location Sketch Bozeman,Montana DRILLED BY: E.Hollibaugh METHOD: 3 1/4"HSA,Automatic DATE: 8/15/18 SCALE: V=3' Elev. Depth Symbol Description of Materials BPF MC qp Remarks 5162.3 0.0 N OL i , ORGANIC CLAY with SAND,low plasticity,trace 516 L5 0.8 gravels, dark brown,rather dry. (Tilled Field) 5160.8 1.5 ;';';' FILL: Sandy Lean Clay with Gravel,low plasticity, 23 21.4 trace roots,brown,rather dry,very stiff. GRAVELLY SILTY SAND,fine-to {{ coarse-grained, angular to subrounded rather d 32 1.3 g' � g � �'� medium dense to dense. (Alluvium) SM :;: 67 2.4 5156.3 6.0 CLAYEY SAND with GRAVEL,low plasticity, Bulk Bag 6'-9' fine-to coarse-grained,seams clays,trace FeOx, brown,moist,loose to mediurn dense. (Tertiary LL=24,PL=14,PI=10 Sediments) 18 s.9 Pz�14.9% Sc Bulk Bag 9'-12' 8 4.9 5151.3 11.0 _ _ _ Pipe Invert 5151.5 CLAYEY SAND,low to medium plasticity,trace gravel and FeOx,some higher plasticity clay seams, brown,moist,loose. (Tertiary Sediments) LL=33,PL=12,PI=21 8 16.9 1% PZ,=43.9% Sc 10 18.1 1'/, 44.8 17.5 __ CLAYEY SAND with GRAVEL,low plasticity, fine-to coarse-grained,seams clay,brown,moist, medium dense. (Tertiary Sediments) z SC z z 3 5141.8 20.5 29 83 END OF BORING Water not observed with 19'of hollow-stem auger in the ground. Boring completed as 2"piezometer. "a m cD z 0 m 18-3708G ST-2P page 1 of 1 SKZ�g 2511 Holman Avenue P. 0 Box 80190 LOG OF BORING Billings,MT 59108-0190 Phone: 406.652.3930 Fax: 406.652.3944 PROJECT: 18-3708G BORING: $T-3 GEOTECHNICAL EVALUATION LOCATION: Proposed 48"Water Line Station 16+73.6, See Boring Location Sketch Bozeman,Montana DRILLED BY: E.Hollibaugh METHOD: 3 1/4"HSA,Automatic DATE: 8/16/18 SCALE: 1"=3' Elev. Depth Symbol Description of Materials BPF MC qp Remarks 5167.2 0.0 NO ORGANIC CLAY with SAND,low plasticity, dark OL i ; i brown,rather dry,rather stiff. (Tilled Field) 10 6.9 165.7 1.5 CL SANDY LEAN CLAY,low plasticity,trace coarser 64.7 2.5 sands,brown,moist,medium stiff. (Alluvium) CLAYEY SAND, low plasticity,trace gravel and lo.l 163.7 3.5 SC roots,brown,moist,loose. (Alluvium) SANDY LEAN CLAY,low plasticity,trace gravel, brown,moist to wet,medium stiff. (Alluvium) CL 8 11.4 5161.2 6.0 SANDY SILTY GRAVEL,fine-to coarse-grained, Bulk Bag brown,moist,dense. (Tertiary Sediments) 41 2.3 Bulk Bag 9'-12' 48 3.0 Pipe Invert 5156.8 39 4.5 GM = 46 3.2 m _— v o o = ca o — Z Z Z 3 146.7 20.5 = 46 2.2 END OF BORING M Water not observed with 19'of hollow-stem auger in the ground. Water not observed to dry cave-in depth of 10' n. immediately after withdrawal of auger. Z Boring then backfilled. a 0 m 18-3708G ST-3 page 1 of 1 KZ�g 2511 Holman Avenue Billings, MTP. V 9108-0190 Box 80190 LOG OF BORING Phone: 406.652.3930 Fax: 406.652.3944 PROJECT: 18-3708G BORING: $T-4 GEOTECHNICAL EVALUATION LOCATION: Proposed 48" Water Line Station 26+85.0, See Boring Location Sketch Bozeman,Montana DRILLED BY: E.Hollibaugh METHOD: 3 1/4"HSA,Automatic DATE: 8/16/18 SCALE: 1"=3' Elev. Depth Symbol Description of Materials BPF MC qp Remarks 5170.5 0.0 N SANDY ORGANIC CLAY, low plasticity,trace OL I i gravel,dark brown,rather dry,stiff. (Tilled Field) 16 5.3 5169.0 1.5 LEAN CLAY with SAND, low plasticity,trace finer gravels,brown,rather dry,moist. (Alluvium) CL 5 12.9 5167.0 3.5 CLAYEY SAND with GRAVEL,fine-to coarse-grained,trace FeOx and clay seams,brown, moist,medium dense. (Tertiary Sediments) 19 5.8 SC Bulk Bag 6'-9' jig 19 3.3 Pipe Invert 5162.9 5162.0 8.5 SANDY LEAN CLAY, low plasticity,trace gravels, CL SONbrown,moist to wet,rather stiff. (Tertiary Bulk Bag 9'-12' / ediments) 19 7.5 5160.0 10.5 I` SILTY SAND with GRAVEL, low plasticity,seams ;:... clay,brown,moist to wet, loose to medium dense. (Tertiary Sediments) SM 7 6.2 5157.0 13.5 -------------------- CLAYEY SAND, low plasticity,fine-to coarse-grained,trace coarser sands with gravel, brown,wet,loose. (Tertiary Sediments) 6 12.3 SC re" a 5152.0 18.5 _ _ _ _ _ POORLY GRADED GRAVEL with SAND,fine- Zto coarse-grained,gray,moist,very dense. (Tertiary GP Sediments) _ 63 2.3 3 5150.0 20.5 END OF BORING M Water not observed with 19'of hollow-stem auger in the ground. Water not observed to dry cave-in depth of 9'/2 i immediately after withdrawal of auger. z Boring then backfrlled. 0 m 18-3708G ST-4 page 1 of 1 Intentionally Left Blank APPENDIX C GALLATIN COUNTY PERMITS AND INSURANCE REQUIREMENTS Intentionally Left Blank 1 i GaRllatin County Encroachment Permit P19-008 Nash Road Pursuant to Title 7, Chapter 14, MCA, inter alia, any person or agency performing any work in a County Road right of way must first obtain an encroachment permit from the Road and Bridge 4 Department. Encroachment permits are issued for driveways, road approaches, underground and ( aerial utility work, and any other kind of work performed or structure placed within the road right of way. The term "encroachment" includes, but is not limited to, any work performed within any portion ( of the County Road right of way; any tower, pole, poleline, pipe, pipeline, driveway, private or ( public road, fence,walkway,path,trail,stand or building, or any structure or object of any kind or character not particularly mentioned in this section, which is placed in,under or over any portion of the County Road right of way. Requirements and Conditions 1. INSPECTIONS —The Permittee must notify this department upon completion of project. A representative of the Road and Bridge Department shall conduct an inspection of all encroachments. 2. TRAFFIC - Provide and maintain sufficient traffic control measures to protect the public and workers in accordance with the Manual on Uniform Traffic Control Devices("MUTCD"),current edition. A County road may not be closed to public traffic without the approval of the County. 3. STANDARDS -Work shall be in accordance with the County Road and Bridge Department's standard specifications and recommendations that can be obtained at the Road and Bridge Department. Those standards are based on the Montana Public Works Standard Specifications ( ("MPWSS"), current edition. 4. UTILITIES - Utility locations and relocations are the responsibility of the Permittee. The Permittee shall be responsible for checking with all underground utility companies, as to the location of their underground lines in accordance with applicable state law. The Permittee shall be solely responsible for any damage done to these installations due to failure to locate or properly protect them when their location is known. It shall be the sole responsibility of the Permittee to fully coordinate the work with all utility companies and to keep them informed of the construction activities so that installations are fully protected at all times. ' S. LAWS AND REGULATIONS — The Permittee and every subcontractor or person doing or contracting to do any work contemplated by this permit shall keep himself fully informed of all applicable laws, ordinances, regulations in any manner affecting the work or the performance of the work, and shall at all times observe and comply with such laws, ordinances and regulations, whether or not such laws,ordinances,or regulations are mentioned herein,and shall indemnify the County, its officers, agents, and employees against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations. ( 6. LIEN WAIVERS — Permittee shall pay all valid bills and charges for materials and labor incurred by it and arising out of the permitted activities and will hold the County free and harmless against liens and claims of liens or services, labor and materials filed against the property upon Page 1 of 6 � I Gallatin County Encroachment Permit P19-008 Nash Road which the permitted activities is commenced. As evidence of payment of service providers, materialmen and subcontractors,the Permittee shall file lien waivers. The Permittee will also file the same for its services and shall provide the necessary information to identify all providers of services,materialmen and subcontractors. 7. WAIVER AND INDEMNIFICATION—The Permittee waives any and all claims and recourse against the County or its officers, agent or employees, including the right of contribution for loss or damage to person or property arising from, growing out of or in any way connected with or incident to the performance of the permitted activities except claims arising from the intentional acts or concurrent or sole negligence of the County or its officers, agents or employees. The Permittee will indemnify,hold harmless, and defend the County and its agents,principals, and employees from and against any and all claims, demands, costs, expenses, losses, liability (including liability where activity is inherently or intrinsically dangerous), judgments, defense expenses, and attorney's fees rising out of or resulting from the Permittee's wrongful acts, errors, omissions, or negligence, or from the Permittee's failure to comply with the requirements of this permit or with all federal, state and local law applicable to the performance of this Permit. In the event of an action filed against the County resulting from the Permittee's performance under this Permit, the County may elect to represent itself and incur all costs and expenses of suit. These obligations shall survive the termination and expiration of this Permit. 8. INSURANCE — The Permittee shall carry Commercial General Liability insurance in the amounts set forth by Attachment A. Certificates of Insurance evidencing the above and any other insurance requirement herein naming Gallatin County as additional insured must be supplied before the Permit is granted. Any insurance carried by the Permittee(s)shall be primary and non-contributing and include no exclusions related to toxic substances or hazardous waste. The Permittee shall put Gallatin County on immediate notice of any changes or cancellation in coverage. The Permittee shall require all subcontractors to meet the same insurance coverage, make the same certifications as above and require the certificates to be forwarded to the County within ten days of entering into the subcontract. 9. INDEPENDENT CONTRACTOR—If any contractual relationship is created, the Permittee and his/her consultants and subcontractors shall at all times be considered independent contractors and shall in no way be considered agents or partners of the County. The Permittee and his/her consultants and subcontractors have been and will continue to be free from control or discretion over their performance under this Permit. The County will not be responsible for withholding any state or federal taxes or social security, nor will the County extend any of the benefits to the Permittee that it extends to employees. The Permittee is required to maintain necessary records and withholding. As an independent contractor, the Permittee must provide Workers Compensation for all employees in the amount required by Montana law. A Certificate of Insurance showing compliance with Montana Workers Compensation law(or exemption therefrom)must be supplied to the County within ten days of signing this Permit. Page 2 of 6 Gallatin County Encroachment Permit P19-008 Nash Road i 10. RUBBISH AND DEBRIS — Upon completion of work contemplated under this permit, all rubbish and debris shall be immediately removed and the roadway and roadside left in a neat and presentable condition satisfactory to the County. 4 11. COUNTY TO BE REIMBURSED FOR REPAIRING ROADWAY—The Permittee agrees to reimburse the County for any expense incurred in repairing the surface of the roadway due to settlement at installation, or for any other damage to the roadway that occurs within two (2)years as a result of the work performed under this permit. 12. MAINTENANCE—The Permittee shall maintain all installations and structures for which this permit is granted in a condition satisfactory to the County, at its/his/her sole expense. Failure to maintain all installations and structures for which this permit is granted will result in either repair or removal of the encroachment and its associated structures at the Permittee's expense, as per MCA 7-14-2137. l 13. CONDITIONS RELATING TO CONSTRUCTION REQUIREMENTS — All areas that are excavated will be re-compacted, and disturbed areas restored to original or better condition. A) Overhead Installations: 1. Vertical clearance shall meet the standards of the National Electrical Safety Codes 2. Location will be at or near right-of-way line. Where right-of-way and terrain features permit, the facilities shall be located not less than 15 feet from edge of traveled way. In urban areas the facilities will be located as far as practical from the edge of the ` pavement and no closer than 2 feet behind the curb line. 3. All downguys installed on new or added to existing structures not in parallel with the roadway must have the location identified on the permit. If the anchor is allowed within 30 feet of clear zone, it must be constructed, located, or protected such that it will not be a roadside hazard. B) Underground Pipeline Installations: 1. Shall conform to applicable National and State Codes. Location: longitudinal will be located as near the right-of-way line as practicable. 2. Bored and pushed crossings shall be constructed pursuant to construction plans approved by the County. Where applicable, the County recommends the following conditions: (a) locate pipeline at least 30 inches below adjacent ditches or ground line (42 inches if possible). (b) locate the push pits no closer than 10 feet from the edge of the asphalt. (c) All utility crossings shall be pushed or bored, unless prior approval is obtained on permit from the Road and Bridge Department. Page 3 of 6 Gallatin County Encroachment Permit P19-008 Nash Road C) Underground Cable: Vertical Depth — per N.E.S.C. — Minimum Electrical 30 inches — Communications 24 inches (30 inches if reasonably possible). All crossings 42 inches below adjacent ditches or ground line if reasonably possible. All utility crossings shall be pushed or bored,unless a variance is granted by the Road and Bridge Department. 14. REVOCATION -The permit may be revoked by the County upon giving five days' notice to the Permittee by ordinary mail, directed to the address shown in this Permit. The County reserves the right to revoke this Permit without notice in the event of breach of any conditions or terms set forth herein. The Permittee will be responsible for any and all costs associated with the removal. 15. RESEEDING—If the disturbance results in the potential for noxious weed infestation within a weed control district the Permittee shall notify the district weed board at least 15 days prior to the activity. The board shall require that the areas be seeded, planted, or otherwise managed to reestablish a cover of beneficial plants. The Permittee shall submit to the board a written plan specifying the methods to be used to accomplish revegetation at least 15 days prior to the activity. The plan must describe the time and method of seeding,fertilization practices,recommended plant species, use of weed-free seed, and the weed management procedures to be used. The plan is subject to approval by the district weed board, which may require revisions to bring the revegetation plan into compliance with the district weed management plan. The activity for which notice is given may not occur until the plan is approved by the district weed board and signed by the presiding officer of the district weed board and by the Permittee. The signed plan constitutes a binding agreement between the district weed board and the Permittee.The plan must be approved, with revisions if necessary,within 10 days of receipt by the district weed board. 16. PERFORMANCE BONDS -Reserved. 17. MODIFICATION/WORK ON EXISTING ENCROACHMENTS —Any modification in the primary use of an encroachment or work beyond the scope of this Permit will void the Permit. The Permittee will be required to apply for a new Encroachment Permit. 18. PERMITS —The Peimittee shall secure at his own expense any and all necessary certificates and permits from Local, State, Federal or other public authorities in connection with the work contemplated by this application or any part thereof, and shall give all notices required by law, ordinance, regulation, or policy. The Permittee is responsible for all fees and charges associated with any and all necessary certificates and permits. 19. ENCROACHMENT PERMIT APPLICATION — The Application for an Encroachment Permit and all attached documentation is considered an integral part of the Encroachment Permit. Page 4 of 6 i s Gallatin County Encroachment Permit P19-008 Nash Road 4 Project Specific Requirements and Conditions Encroachment Address: Nash Road west of Sourdough Road,north of water treatment plant Project coordinates: 45.605661°,-111.025458" Permittee: Robert Peccia&Associates Type of Encroachment: New Water Main Mailing Address: P.O. Box 5653 Project Number: 14702 City, State, Zip: Helena MT 59601 Permit Expiration Date: October 31, 2019 Contact Phone No: 406-439-3108 Chris Permit Issued Date: January 18, 2019 Additional Permittees: TBD 20. Permittee(s) must keep a copy of the signed permit on site. The original will be filed with the Gallatin County Road and Bridge Office. 21. No work in the right-of-way of Nash or Sourdough Roads shall be allowed prior to April 1, 2019. Also note that seasonal weight restrictions are common for both of these roads and may impact the feasibility of using heavy vehicles during spring thaw conditions. Additionally, school bus route impacts would be avoided if work was done after June 15. 22. The maximum road closure allowable for the Nash Road connection shall be 14 days. 23. The maximum road closure allowable for the Sourdough Road connection shall be 14 days. 24. Permittee(s) shall produce and execute a traffic control plan prepared and performed by trained and certified(MT-LTAP or ATSSA-TCT or equivalent)personnel and flaggers. 25. Permittee(s)shall provide the traffic control plan to the Road and Bridge Department two (2) weeks prior to start of work. 26. Traffic control plan shall include the use of digital message boards informing drivers of the closures one(1)week in advance of closures. 27. Contractor shall provide all public notification regarding construction for the duration of the l construction project. Public notification shall consist of notification regarding all road closures and delays via a public service announcement in the local newspapers and other media outlets, as well as direct notification to all emergency service providers. Notification must include contact information for the contractor. 28. Permittee(s) must notify the Gallatin County Road and Bridge Department a minimum of i two (2)weeks prior to start of work(per connection if applicable). 29. Permittee(s) shall include the option for up to two (2) additional utility markers to be placed in the road right-of-way per County Road and Bridge Department placement request. 30. A certificate of insurance, naming Gallatin County as additional insured in the amount specified by the county shall be received by the Road Office from the applicant prior to the commencement of any work. � I Page 5 of 6 r Gallatin County Encroachment Permit P19-008 Nash Road Notice: Any work zones not properly signed will be shut down immediately upon the request of the Gallatin County Road & Bridge Department. Signatures Permittee(Owner/Applicant): I have made an application to excavate and/or encroach in the Public Road Right-of-Way at the location(s) and as described herein. I agree to be subject to the provisions required in the Encroachment Permit by the Road and Bridge Department of Gallatin County, applicable Local, State, and Federal Regulations, and any specified attachments attached hereto. I have read the entire Permit including all of the conditions. I understand that a failure on my part to abide by the conditions of this Encroachment Permit will nullify the Encroachment Permit and may result in the removal of the encroachment and associated structures. I further understand and agree that as the owner of the property or utility, I will be responsible for any and all costs associated with the repair and/or removal. Permittee Signature: Date: Permittee(Contractor): I have made an application to excavate and/or encroach in the Public Road Right-of-Way at the location(s) and as described herein. I agree to be subject to the provisions required in the Encroachment Permit by the Road and Bridge Department of Gallatin County, applicable Local, State, and Federal Regulations, and any specified attachments attached hereto. I have read the entire Permit including all of the conditions. I understand that a failure on my part to abide by the conditions of this Encroachment Permit will nullify the Encroachment Permit and may result in the removal of the encroachment and associated structures. Permittee Signature: Date: Approved by Gallatin County Gallatin County Signature Date Page 6 of 6 l i Gallatin County Encroachment Permit P19-009 Sourdough Road Pursuant to Title 7, Chapter 14, MCA, inter alia, any person or agency performing any work in a County Road right of way must first obtain an encroachment permit from the Road and Bridge 4 Department. Encroachment permits are issued for driveways, road approaches, underground and aerial utility work, and any other kind of work performed or structure placed within the road right E of way. The term "encroachment" includes, but is not limited to, any work performed within any portion of the County Road right of way; any tower, pole, poleline, pipe, pipeline, driveway, private or public road,fence,walkway,path,trail, stand or building, or any structure or object of any kind or character not particularly mentioned in this section, which is placed in,under or over any portion of the County Road right of way. Requirements and Conditions 1. INSPECTIONS —The Permittee must notify this department upon completion of project. A representative of the Road and Bridge Department shall conduct an inspection of all encroachments. 2. TRAFFIC - Provide and maintain sufficient traffic control measures to protect the public and workers in accordance with the Manual on Uniform Traffic Control Devices ("MUTCD"), current edition. A County road may not be closed to public traffic without the approval of the County. 3. STANDARDS -Work shall be in accordance with the County Road and Bridge Department's standard specifications and recommendations that can be obtained at the Road and Bridge Department. Those standards are based on the Montana Public Works Standard Specifications ("MPWSS"), current edition. 4. UTILITIES - Utility locations and relocations are the responsibility of the Permittee. The Permittee shall be responsible for checking with all underground utility companies, as to the location of their underground lines in accordance with applicable state law. The Permittee shall be solely responsible for any damage done to these installations due to failure to locate or properly protect them when their location is known. It shall be the sole responsibility of the Permittee to fully coordinate the work with all utility companies and to keep them informed of the construction activities so that installations are fully protected at all times. 5. LAWS AND REGULATIONS —The Permittee and every subcontractor or person doing or contracting to do any work contemplated by this permit shall keep himself fully informed of all applicable laws, ordinances, regulations in any manner affecting the work or the performance of the work, and shall at all times observe and comply with such laws, ordinances and regulations, whether or not such laws, ordinances,or regulations are mentioned herein, and shall indemnify the County, its officers, agents, and employees against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations. 6. LIEN WAIVERS — Permittee shall pay all valid bills and charges for materials and labor incurred by it and arising out of the permitted activities and will hold the County free and harmless against liens and claims of liens or services, labor and materials filed against the property upon Page 1 of 6 Gallatin County Encroachment Permit P19-009 Sourdough Road which the permitted activities is commenced. As evidence of payment of service providers, materialmen and subcontractors,the Permittee shall file lien waivers. The Permittee will also file the same for its services and shall provide the necessary information to identify all providers of services,materialmen and subcontractors. 7. WAIVER AND INDEMNIFICATION—The Permittee waives any and all claims and recourse against the County or its officers, agent or employees, including the right of contribution for loss or damage to person or property arising from, growing out of or in any way connected with or incident to the performance of the permitted activities except claims arising from the intentional acts or concurrent or sole negligence of the County or its officers, agents or employees. The Permittee will indemnify,hold harmless, and defend the County and its agents,principals, and employees from and against any and all claims, demands, costs, expenses, losses, liability (including liability where activity is inherently or intrinsically dangerous), judgments, defense expenses, and attorney's fees rising out of or resulting from the Permittee's wrongful acts, errors, omissions, or negligence, or from the Permittee's failure to comply with the requirements of this permit or with all federal, state and local law applicable to the performance of this Permit. In the event of an action filed against the County resulting from the Permittee's performance under this Permit, the County may elect to represent itself and incur all costs and expenses of suit. These obligations shall survive the termination and expiration of this Permit. 8. INSURANCE — The Permittee shall carry Commercial General Liability insurance in the amounts set forth by Attachment A. Certificates of Insurance evidencing the above and any other insurance requirement herein naming Gallatin County as additional insured must be supplied before the Permit is granted. Any insurance carried by the Permittee(s)shall be primary and non-contributing and include no exclusions related to toxic substances or hazardous waste. The Permittee shall put Gallatin County on immediate notice of any changes or cancellation in coverage. The Permittee shall require all subcontractors to meet the same insurance coverage, make the same certifications as above and require the certificates to be forwarded to the County within ten days of entering into the subcontract. 9. INDEPENDENT CONTRACTOR— If any contractual relationship is created, the Permittee and his/her consultants and subcontractors shall at all times be considered independent contractors and shall in no way be considered agents or partners of the County. The Permittee and his/her consultants and subcontractors have been and will continue to be free from control or discretion over their performance under this Permit. The County will not be responsible for withholding any state or federal taxes or social security, nor will the County extend any of the benefits to the Permittee that it extends to employees. The Permittee is required to maintain necessary records and withholding. As an independent contractor, the Permittee must provide Workers Compensation for all employees in the amount required by Montana law. A Certificate of Insurance showing compliance with Montana Workers Compensation law(or exemption therefrom)must be supplied to the County within ten days of signing this Permit. Page 2 of 6 i c Gallatin County (Encroachment Permit P19-009 Sourdough Road r 10. RUBBISH AND DEBRIS — Upon completion of work contemplated under this permit, all rubbish and debris shall be immediately removed and the roadway and roadside left in a neat and presentable condition satisfactory to the County. i 11. COUNTY TO BE REIMBURSED FOR REPAIRING ROADWAY—The Permittee agrees to reimburse the County for any expense incurred in repairing the surface of the roadway due to settlement at installation, or for any other damage to the roadway that occurs within two (2)years f as a result of the work performed under this permit. r 12. MAINTENANCE—The Permittee shall maintain all installations and structures for which this permit is granted in a condition satisfactory to the County, at its/his/her sole expense. Failure to maintain all installations and structures for which this permit is granted will result in either repair or removal of the encroachment and its associated structures at the Permittee's expense, as per MCA 7-14-2137. 13. CONDITIONS RELATING TO CONSTRUCTION REQUIREMENTS — All areas that are excavated will be re-compacted, and disturbed areas restored to original or better condition. A) Overhead Installations: 1. Vertical clearance shall meet the standards of the National Electrical Safety Codes 2. Location will be at or near right-of-way line. Where right-of-way and terrain features permit, the facilities shall be located not less than 15 feet from edge of traveled way. r In urban areas the facilities will be located as far as practical from the edge of the pavement and no closer than 2 feet behind the curb line. 3. All downguys installed on new or added to existing structures not in parallel with the roadway must have the location identified on the permit. If the anchor is allowed within 30 feet of clear zone, it must be constructed, located, or protected such that it will not be a roadside hazard. B) Underground Pipeline Installations: 1. Shall conform to applicable National and State Codes. Location: longitudinal will be located as near the right-of-way line as practicable. 2. Bored and pushed crossings shall be constructed pursuant to construction plans approved by the County. Where applicable, the County recommends the following conditions: i (a) locate pipeline at least 30 inches below adjacent ditches or ground line (42 inches if possible). (b) locate the push pits no closer than 10 feet from the edge of the asphalt. (c) All utility crossings shall be pushed or bored, unless prior approval is obtained on permit from the Road and Bridge Department. Page 3 of 6 Gallatin County Encroachment Permit P19-009 Sourdough Road C) Underground Cable: Vertical Depth — per N.E.S.C. — Minimum Electrical 30 inches — Communications 24 inches (30 inches if reasonably possible). All crossings 42 inches below adjacent ditches or ground line if reasonably possible. All utility crossings shall be pushed or bored,unless a variance is granted by the Road and Bridge Department. 14. REVOCATION- The permit may be revoked by the County upon giving five days' notice to the Permittee by ordinary mail, directed to the address shown in this Permit. The County reserves the right to revoke this Permit without notice in the event of breach of any conditions or terms set forth herein. The Permittee will be responsible for any and all costs associated with the removal. 15. RESEEDING—If the disturbance results in the potential for noxious weed infestation within a weed control district the Permittee shall notify the district weed board at least 15 days prior to the activity. The board shall require that the areas be seeded, planted, or otherwise managed to reestablish a cover of beneficial plants. The Permittee shall submit to the board a written plan specifying the methods to be used to accomplish revegetation at least 15 days prior to the activity. The plan must describe the time and method of seeding,fertilization practices,recommended plant species, use of weed-free seed, and the weed management procedures to be used. The plan is subject to approval by the district weed board, which may require revisions to bring the revegetation plan into compliance with the district weed management plan.The activity for which notice is given may not occur until the plan is approved by the district weed board and signed by the presiding officer of the district weed board and by the Permittee. The signed plan constitutes a binding agreement between the district weed board and the Permittee.The plan must be approved, with revisions if necessary,within 10 days of receipt by the district weed board. 16. PERFORMANCE BONDS -Reserved. 17. MODIFICATIONAVORK ON EXISTING ENCROACHMENTS — Any modification in the primary use of an encroachment or work beyond the scope of this Permit will void the Permit. The Permittee will be required to apply for a new Encroachment Permit. 18.PERMITS —The Permittee shall secure at his own expense any and all necessary certificates and permits from Local, State, Federal or other public authorities in connection with the work contemplated by this application or any part thereof, and shall give all notices required by law, ordinance, regulation, or policy. The Permittee is responsible for all fees and charges associated with any and all necessary certificates and permits. 19. ENCROACHMENT PERMIT APPLICATION — The Application for an Encroachment Permit and all attached documentation is considered an integral part of the Encroachment Permit. Page 4 of 6 i r i Gallatin (County Encroachment Permit P19-009 ( Sourdough Road c Project Specific Requirements and Conditions Encroachment Address: Sourdough Road, north of Nash Road and water treatment plant ( Project coordinates: 45.6127460,-111!021992' Permittee: Robert Peccia&Associates Type of Encroachment: New Water Main Mailing Address: P.O. Box 5653 Project Number: 14702 City, State, Zip: Helena MT 59601 Permit Expiration Date: October 31, 2019 r Contact Phone No: 406-439-3108 Chris Permit Issued Date: January 18, 2019 d Additional Permittees: TBD 20. Permittee(s) must keep a copy of the signed permit on site. The original will be filed with the Gallatin County Road and Bridge Office. 21. No work in the right-of-way of Nash or Sourdough Roads shall be allowed prior to April 1, 2019. Also note that seasonal weight restrictions are common for both of these roads and may impact the feasibility of using heavy vehicles during spring thaw conditions. Additionally, school bus route impacts would be avoided if work was done after June 15. 22. The maximum road closure allowable for the Nash Road connection shall be 14 days. F 23. The maximum road closure allowable for the Sourdough Road connection shall be 14 days. 24. Permittee(s) shall produce and execute a traffic control plan prepared and performed by trained and certified(MT-LTAP or ATSSA-TCT or equivalent)personnel and flaggers. 25. Permittee(s)shall provide the traffic control plan to the Road and Bridge Department two(2) weeks prior to start of work. 26. Traffic control plan shall include the use of digital message boards informing drivers of the closures one(1) week in advance of closures. 27. Contractor shall provide all public notification regarding construction for the duration of the construction project. Public notification shall consist of notification regarding all road closures and delays via a public service announcement in the local newspapers and other media outlets, as well as direct notification to all emergency service providers. Notification must include contact information for the contractor. 28. Permittee(s) must notify the Gallatin County Road and Bridge Department a minimum of two (2)weeks prior to start of work(per connection if applicable). 29. Permittee(s) shall include the option for up to two (2) additional utility markers to be placed in the road right-of-way per County Road and Bridge Department placement request. E 30. A certificate of insurance, naming Gallatin County as additional insured in the amount specified by the county shall be received by the Road Office from the applicant prior to the commencement of any work. i F Page 5 of 6 i Gallatin County Encroachment Permit P19-009 Sourdough Road Notice: Any work zones not properly signed will be shut down immediately upon the request of the Gallatin County Road & Bridge Department. Signatures Permittee(Owner/Applicant): I have made an application to excavate and/or encroach in the Public Road Right-of-Way at the location(s) and as described herein. I agree to be subject to the provisions required in the Encroachment Permit by the Road and Bridge Department of Gallatin County, applicable Local, State, and Federal Regulations, and any specified attachments attached hereto. I have read the entire Permit including all of the conditions. I understand that a failure on my part to abide by the conditions of this Encroachment Permit will nullify the Encroachment Permit and may result in the removal of the encroachment and associated structures. I further understand and agree that as the owner of the property or utility, I will be responsible for any and all costs associated with the repair and/or removal. Permittee Signature: Date: Permittee (Contractor): I have made an application to excavate and/or encroach in the Public Road Right-of-Way at the location(s) and as described herein. I agree to be subject to the provisions required in the Encroachment Permit by the Road and Bridge Department of Gallatin County, applicable Local, State, and Federal Regulations, and any specified attachments attached hereto. I have read the entire Permit including all of the conditions. I understand that a failure on my part to abide by the conditions of this Encroachment Permit will nullify the Encroachment Permit and may result in the removal of the encroachment and associated structures. Permittee Signature: Date: Approved by Gallatin County Gallatin County Signature Date Page 6 of 6 GALLATIN COUNTY INSURANCE REQUIREMENTS Contractor shall not commence work until Contractor has obtained all insurance required under this section. Owner must approve such insurance. Likewise, Contractor shall not allow any subcontractor or sub-subcontractor or anyone directly or indirectly employed by any of them to commence work on his subcontract until all similar insurance required of it has been so obtained and approved. Unless otherwise noted below, all insurance policies shall name the Gallatin County as an additional insured. Contractor shall carry comprehensive general liability insurance that includes bodily injury, property damage, in the amount no less than $1,500,000 for each claim and $1,500,000 for each occurrence and Automobile liability in the amount of $1,500,000 combined single limit. Certificates of Insurance evidencing the above, naming Gallatin County as an additional insured, must be supplied within five days of permit application. Such certificate shall require no less than 15 days notice of cancellation to County. Any insurance carried by Contractor shall include no exclusions related to toxic substances or hazardous waste. Contractor shall put County on immediate notice of any changes or cancellation in coverage. As an independent contractor, Contractor must provide Workers Compensation for all employees in the amount required by Montana law. A Certificate of Insurance showing compliance with Montana Workers Compensation law (or exemption there from) must be supplied to County within 10 (ten) days of executing this Agreement. Contractor shall require all subcontractors to meet the same insurance coverage, make the same certifications as above and require the certificates to be forwarded to County within 10 (ten) days of entering into the subcontract. - Attachment A Intentionally Left Blank