25-0808 Addendum No. 2201 1st Avenue E
PO BOX 1997
Kalispell, MT 59903
Public Works Department
Phone (406)758-7720
Fax (406)758-7831
www.kalispell.com
August 8, 2025
ADDENDUM NO. 2
Lift Station #36 Upgrade Project
EQ# 25-1781
QuestCDN # 9797748
City of Kalispell, MT
The provisions of this Addendum Number 2 shall apply to and be part of the Bidding and
Contract Documents for the Lift Station #36 Upgrade Project.
Bidders shall acknowledge the receipt of this addendum through the QuestCDN VBid electronic
bidding portal in order to submit bid.
Please also reference the Project Q&A inside QuestCDN for additional information.
General Information:
Modifications will be bolded and highlighted in yellow in this addendum for clarification of
required changes. A general description of the required changes is provided below, with the
specific changes for the individual sections following the general description:
Certified Bid Form
• This form is utilized to document the approved and awarded bid for the project and should
reflect the descriptions, quantities, and units in the QuestCDN Vbid electronic bid form.
However, inconsistencies have been identified between the Certified Bid Form, Measurement
and Payment, and the electronic bid Form.
• Bidders should note that the Table of Contents for the Project will be corrected to include any
new sections following bid award.
• Bidders should note that the Certified Bid Form will be updated and corrected to match the
electronic bid form following the bid award and will not be corrected as part of this addendum
as it has no impact on the bid.
• Bidders should use the Electronic Bid form on QuestCDN Vbid. Only electronic bids will be
received and any hard copy bids delivered, will be rejected.
Page 2 of 3
Measurement and Payment
• Item Descriptions did not align with the bid form. Corrections have been made in the Bid Form
on QuestCDN Vbid.
• Some work items were covered by duplicate bid items. To remove confusion the following items
were removed from the bid form and the Measurement and Payment:
o 16” FM Connection
o 18” Gravity Main Connection
• Lift Station – Civil / Site Work was modified to include all of the civil work north of Stillwater
River. As such the quantity of 10” FM was reduced to only include the work in the highway right-
of-way to the south of the Stillwater River crossing. This addendum also includes clarification of
pipe material types.
• Lift Station – Mechanical was modified to clarify pipe material type inside and under the lift
station building.
• Gas Service Re-Routing was modified to Gas Service Abandonment. The existing generator on
the site will be replaced with a diesel generator, so the gas service to the site will no longer be
necessary. Please see the updated description in the Measurement and Payment section.
• Electrical Re-Routing was modified to include temporary electrical service to be provided to the
existing lift station throughout construction. The intent is to have backup power provided to the
existing lift station until the new lift station is in use.
• 10” Force Main Connection was modified to include capping of existing piping abandoned in
place.
• Quality Control Testing is the responsibility of the Contractor per Section 01400 of the Project
Manual. As requested by bidders, the Quality Control Testing for the project was added as a
separate bid item. This change requires an edit of Section 01400 which is also addressed by this
Addendum.
Contractor Quality Control and Owner Quality Assurance
• This section was modified from making the quality control efforts subsidiary to other items to
providing a bid item for Quality Control Testing.
Painting
• A new section was added to the project manual to cover general painting requirements for the
project.
Cast-in-Place Concrete
• This section was modified to allow ¾” maximum aggregate size.
Page 3 of 3
Section Specific Changes:
Section 01150 – Measurement and Payment – Delete the full section and replace it with the
Measurement and Payment attached to this addendum.
Section 01400 – Contractor Quality Control and Owner Quality Assurance – Delete
Sections 4.1 and 4.2 and replace with the following:
A. See Section 01150 for Quality Control Testing.
Section 09900 – Painting – Insert the new specification attached to this addendum.
Section 03 30 00 – Cast-in-Place Concrete – Modify Section 2.8 – CONCRETE MIX
DESIGN – Subsection F.7 – by deleting “5/8 inch” and replacing it with “3/4 inch”.
Prepared by the City of Kalispell Public Works Department
Keith Haskins, PE
Deputy Public Works Director / City Engineer
Enclosure(s):
• Updated Section 01150 – Measurement and Payment
• New Section 09900 - Painting
Lift Station #36 Upgrade Project 01150 - 1 of 11 Measurement and Payment
SPECIAL PROVISIONS
SECTION 01150
MEASUREMENT AND PAYMENT
Unless otherwise specified, this section shall replace Part 4 – Measurement and Payment of individual
Sections for Divisions of the MPWSS. Measurement and Payment shall be as specified in this section and
shall include furnishing all labor, equipment and materials necessary to construct, complete and deliver
the bid items in accordance with the plans and specifications.
The following Measurement and Payment descriptions do not necessarily name all the items required to
complete the work. The cost of all incidentals shall be included in the related bid item prices.
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.
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 providing 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.
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.
Retainage - Retainage in the amount of 5% will be withheld from each progress payment.
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.
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.
Method of Measurement
A. No measurement of items contained in this Contract will be made on items representing a lump
sum bid.
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.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 2 of 11 Measurement and Payment
BASE BID PRICE
1. Mobilization/Demobilization (May not exceed 5% of total bid for this schedule):
General: This bid item shall include mobilization, bonding, insurance, & permitting.
Work Included:
• Transport and set up all equipment, materials and other items needed to complete
the project;
• Any permits, coordination and compliance inspections required for work, not
included in other bid items;
• Install and maintain temporary construction fencing as detailed in the Special
Provisions;
• Traffic control required for mobilization of equipment and work activities;
• Bonding and Insurance; and
• Provide all submittals, the construction schedule, and other paperwork required
prior to construction start up.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the contract lump sum price on the bid form with 60
percent to be paid when mobilization to begin construction is complete and the
remaining 40 percent to be paid following demobilization, project completion and
acceptance of the work.
2. Erosion Control:
General: This bid item shall include providing all erosion control permits, material,
equipment and trained personnel for all construction activities as shown in the
Construction Drawings and per the Contract Documents and Technical Specifications.
Work Included:
• Provide all erosion control permit(s);
• Provide all required material, equipment and trained personnel to implement
the requirements of the erosion control permit(s);
• Provide all installation, maintenance and removal of all erosion control
measures;
• Provide monitoring, as required, of the approved and installed erosion control
measures;
• Provide all other materials and services required to meet the requirements of
the project.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. Partial
payments will be made on the basis of the percentage of work completed.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 3 of 11 Measurement and Payment
3. Construction Traffic Control:
General: This bid item shall include providing all traffic control devices, as required, for
all construction activities as shown in the Construction Drawings and per the Contract
Documents and Technical Specifications required to ensure the safety of the motorists,
the general public, project personnel, and to maintain continuous Emergency Access.
Adequate Construction Traffic Control shall be maintained throughout the contract
work period and shall meet the satisfaction of the City of Kalispell or MDT as applicable
for the installation.
Work Included:
• All labor, tools, equipment, materials, royalties, and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Provide traffic control plan(s);
• Provide all traffic control devices and markers;
• Provide all set up and take down of traffic control devices;
• Provide all other materials and services required to control traffic in the manner
approved; and
• Designation of a Traffic Control Manager who will be on-site during all construction
activities.
Measurement: Measurement shall be on the number of satisfactory Construction
Traffic Control days completed within the pay request period. Days which the contractor
is notified as non-satisfactory can be corrected the same day for acceptable
measurement. No measurement of individual traffic and pedestrian items will be made.
Payment: Progress payments will be based on the number of satisfactory Construction
Traffic Control days observed within the pay period. The daily rate will be established
by dividing the lump sum of the base bid for Construction Traffic Control by the number
of contract days or the number of days required for construction whichever is less.
Construction Traffic Control cannot be paid beyond the lump sum due to extended
contract period unless directed by the owner.
4. Construction Surveying:
General: This bid item shall include providing all field surveying equipment and trained
personnel for all construction activities as shown in the Construction Drawings and per
the Contract Documents and Technical Specifications.
Work Included:
• Provide all surveying equipment;
• Provide all required surveying as required to construct the improvements as shown
and specified;
• Provide all setup and take down of lasers for pipeline grade control, and other
electronic surveying devices for location of utilities, grades, and finished work;
• Provide all surveys, intermediate stakes and grade control as required to construct
the improvements as shown and specified;
• Provide all surveys required for ground work quantity measurements;
• Provide personnel for the operation of the necessary equipment;
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 4 of 11 Measurement and Payment
• Produce and deliver to Engineer all staking notes; and
• Provide all other materials and services required to meet the requirements of the
project.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. Partial
payments will be made on the basis of the percentage of work completed.
5. Gas Service Abandonment:
General: This bid item shall include abandoning the gas service to the existing generator.
Work Included:
• All labor, tools, equipment, materials, royalties, and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Coordination with utility provider to abandon the existing service.
• Payment of any disconnection fees.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price bid.
6. Electrical Re-Routing:
General: This bid item shall include abandoning the electrical service to the existing lift
station and installing conduit between the existing transformer and the proposed lift
station.
Work Included:
• All labor, tools, equipment, materials, royalties, and incidentals necessary to provide
a working electrical service to the new lift station and re-routing the existing power
in conflict with the proposed project;
• Installing conduit and a new three phase electrical vault to re-route the existing
power line going through the lift station site to the existing transformer.
• Costs or fees for Flathead Electric to install wire from the existing transformer to the
proposed lift station meter and splice the existing primary line and connect the line
to the existing transformer. All work must be in compliance with the plans,
specifications, and the requirements of Flathead Electric Co-op.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price bid.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 5 of 11 Measurement and Payment
7. Lift Station – Civil / Site Work:
General: This bid item shall include providing and installing all site work required to
construct the Lift Station improvements as shown in the Construction Drawings and per
the Contract Documents and Technical Specifications.
Work Included:
• All labor, tools, equipment, materials, royalties and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Contacting utility companies and coordinating any utility relocates required to
construct the improvements as shown and specified;
• Clearing and grubbing existing site as required to construct the improvements as
shown and specified;
• Demolition and disposal of existing infrastructure and structures as required to
construct the improvements as shown and specified;
• Removal and resetting existing fence as necessary to construct the improvements as
shown and specified;
• All dewatering for installation of all components as required to construct the
improvements as shown and specified;
• Excavation and backfill for the infrastructure and structures as required to construct
the improvements as shown and specified;
• Disposal of any excess soils or materials generated as part of the construction;
• All couplers, fittings, and piping necessary to connect the existing piping to new
piping;
• Provide and install all manholes, piping, valves, cathodic protection, and
appurtenances north of the Stillwater River required to construct the
improvements as shown and / or specified;
• All piping inside and under the lift station building and extending 6 feet
beyond the foundation of the lift station building shall be cement-lined ductile
iron pipe and fittings.
• All piping extending from the connection to the cement-lined ductile iron to
and through the valve vault shown on sheets C12 and C18 shall be DR 18 C900
PVC.
• The remaining piping north of the Stillwater River may be either DR11 HDPE or
DR18 PVC.
• Connections to existing HDPE shall include excavating, locating and cutting the
existing force main, installing and welding in the appropriate adapter or
transition fitting, and disposal of existing infrastructure removed, capping of
existing piping abandoned in place. This item also includes: thrust/thermal
contraction/expansion restraint, poly-wrap, tape, toner wire, tools, labor,
equipment, and all other work and materials necessary or incidental for
completion of this item.
• The 16-inch HDPE connection is not in use and is only for future lift station
upgrades.
• The 18-inch Gravity Main connection includes locating the existing sewer
manhole, diversion or bypass pumping of sewage to make the connection,
excavation, coring the existing manhole structure, dewatering the trench,
providing and installing gasketed couplings, modifying and installing flow
channels, and connecting to the proposed lift station.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 6 of 11 Measurement and Payment
• Provide imported fill, site grading, gravel surfacing, concrete flatwork, seeding,
fertilizing, mulching, and other site work as required to construct the improvements
as shown and specified;
• Salvage of the existing generator and transfer switch to the city;
• Contractor shall give the city a minimum of 1 week between end of operation of the
existing lift station (wet well emptied of sewage) and commencing any demolition
work. This time shall be used by the city to salvage equipment and materials from
the existing lift station;
• Removal of any above ground equipment, vents, wiring, etc. remaining after city
salvage and proper disposal;
• Filling remaining below ground equipment with engineer approved self-compacting
fill for proper abandonment as shown and specified.
• Site cleanup and demobilization.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. Partial
payments will be made on the basis of the percentage of work completed. A maximum
partial payment of 90 percent will be allowed for work completed, but not yet tested
and approved.
8. Lift Station – Structural
General: This bid item shall include providing and installing all structural work required
to construct the Lift Station improvements as shown in the Construction Drawings and
per the Contract Documents and Technical Specifications.
Work Included:
• All labor, tools, equipment, materials, royalties and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Providing an engineered stamped shoring and bracing plan;
• Provide and install all shoring and bracing, per the engineered plan;
• Provide and install all concrete reinforcement as required to construct the
improvements as shown and specified;
• Construct Building, and other structural components shown in the plans;
• Provide and install all framing, insulation, and interior and exterior finishes as
required to construct the improvements as shown and specified;
• Provide and install roof structure and all materials as required to construct the
improvements as shown and specified;
• Provide and install all exterior doors, concrete aprons, guard posts, and all other
building requirements as required to construct the improvements as shown and
specified; and
• Provide and install all hatches as required to construct the improvements as shown
and specified.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. Partial
payments will be made on the basis of the percentage of work completed.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 7 of 11 Measurement and Payment
9. Lift Station – Mechanical
General: This bid item shall include providing and installing all mechanical work
required to construct the Lift Station improvements as shown in the Construction
Drawings and per the Contract Documents and Technical Specifications.
Work Included:
• All labor, tools, equipment, materials, royalties and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Provide and install drain and venting system as required to construct the
improvements as shown and specified;
• Provide and install all piping and mechanical components, including piping in the
building(s), valves, fittings, air release, pressure gauge, flow meter, and piping as
required to construct the improvements as shown and specified;
• All piping inside and under the lift station building and extending 6 feet beyond
the foundation of the lift station building shall be cement-lined ductile iron pipe
and fittings.
• Provide and install pumps as required to construct the improvements as shown and
specified;
• Provide and install wet well mixing system including all appurtenances as required
to construct the improvements as shown and specified;
• Provide and install HVAC system as required to construct the improvements as
shown and specified;
• Provide all painting as required to construct the improvements as shown and
specified; and
• Pump startup, testing, certification, and related services.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. Partial
payments will be made on the basis of the percentage of work completed. A
maximum partial payment of 90 percent will be allowed for work completed, but
not yet tested and approved.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 8 of 11 Measurement and Payment
10. Lift Station – Electrical
General: This bid item shall include providing and installing all electrical work
required to construct the Lift Station improvements as shown in the Construction
Drawings and per the Contract Documents and Technical Specifications.
Work Included:
• All labor, tools, equipment, materials, royalties and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Contacting and coordinating electrical service with Utility Company;
• Provide any temporary electrical service as shown in the Construction Drawings and
as necessary;
• Provide and install all electrical and control items including level sensors as required
to construct the improvements as shown and specified;
• Provide and install all site and building electrical including wire, conduits, pull boxes,
junction boxes and necessary appurtenances as required to construct the
improvements as shown and specified; and
• Provide and install generator and all appurtenances as required to construct the
improvements as shown and specified.
• Provide temporary power as necessary to keep the existing lift station, generator,
transfer switch and controls in place and functioning throughout construction of
the new lift station. A temporary electrical plan shall be provided to the engineer
for review and approval.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. Partial
payments will be made on the basis of the percentage of work completed. A
maximum partial payment of 90 percent will be allowed for work completed, but
not yet tested and approved.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 9 of 11 Measurement and Payment
11. Buried Pipe: Trenched
General: This bid item shall include providing and installing new buried pipes for each
size and type shown in the Bid Proposal. All pipe shall be as shown in the Construction
Drawings and per the Contract Documents and Technical Specifications.
Work Included:
• All labor, tools, equipment, materials, royalties and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Provide all existing utility locates;
• Coordination for water and or sewer outages, if applicable;
• All bypass pumping as necessary to construct the improvements;
• Excavation required to determine location and depth of existing utilities that will be
crossed or connected too;
• All repair work, protection, or slowdown in progress due to encountering or
repairing any utility which crosses above or below the centerline of the new pipe or
is encountered during installation;
• Excavation, including clearing and grubbing, removal and replacement of barriers,
signs, delineators, etc. along the trench alignment and trench shoring, as required,
to construct the improvements as shown and specified;
• Remove and dispose of any excess material generated by trenching operations;
• Provide and install all pipe and fittings (bends, tees, long sleeves, reducer, etc.),
corrosion protection, lubricants, gaskets and appurtenances as shown and specified;
• Provide and install all HDPE to PVC transitions as required to construct the
improvements as shown and specified;
• Provide and install all bedding and backfill (native or imported), including watering
and compaction of bedding and backfill material as required to construct the
improvements as shown and specified;
• Provide and install all thrust blocking;
• Verification that grade and alignment are acceptable and within specified project
tolerances;
• Provide all equipment, tools, materials and fittings not shown for conducting all
testing and disinfection as required;
• Provide all equipment, tools and materials necessary to abandon existing pipes,
including removal and disposal of existing pipes as necessary;
• Provide and install all ductile iron fittings/caps required to cap existing pipes;
• Provide and install toning wire and marker posts as shown and specified;
• Remove and dispose of or salvage any existing pipes, valves, valve boxes, fittings, or
other specified appurtenances;
• Site cleanup and fine grading of trench;
• Providing and placing water for dust control.
Measurement: Measurement shall be per lineal foot, including the length of all in-
line valves and fittings. All measurements will be made for different sizes or classes
of pipe, to the end cap where applicable, or from outer edge of manhole to outer
edge of manhole. The measurement shall be along the centerline of the new pipe
and shall be rounded to the nearest one foot.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 10 of 11 Measurement and Payment
Payment: Payment shall be at the per lineal foot price shown on the bid form of
each size and type 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.
12. 16” Force Main Connection:
General: This bid item shall include excavating, locating and cutting the existing force
main, installing and welding in the appropriate adapter or transition fitting, and
disposal of existing infrastructure removed. This connection is not in use and is only
for future lift station upgrades.
Work Included: This item also includes: thrust/thermal contraction/expansion
restraint, poly-wrap, tape, toner wire, tools, labor, equipment, and all other work and
materials necessary or incidental for completion of this item.
Measurement: Measurement shall be by the number of 16” Force Main Connections
as installed and accepted, complete in place.
Payment: Payment shall be at the contract unit price bid each.
13. 10” Force Main Connection: This bid item shall include excavating, locating and cutting
the existing force main, installing and welding in the appropriate adapter or transition
fitting, and disposal of existing infrastructure removed. These connections are in current
use and will require coordination with the city for a short shut-down of the existing lift
station to make the connections. Capping of any existing piping abandoned in place
shall be incidental to this item.
Measurement: Measurement shall be by the number of 10” Force Main Connections as
installed and accepted, complete in place.
Payment: Payment shall be at the contract unit price bid each.
14. 18” Gravity Main Connection:
General: This bid item shall include locating the existing sewer main, excavation,
cutting the existing main, dewatering the trench, gasketed coupling, and preparing for
connecting to the proposed lift station.
Work Included:
• Connection to both the existing manhole and proposed lift station are included in
this bid item;
• Coring into the existing manhole structure;
• Diversion or bypass pumping of sewage to make the concrete core and
connection;
• Modifying and installing the manhole flow channel;
• Providing and installing rubber boots for connections and interior grout;
• This item also includes: tools, labor, equipment and all other work and materials
necessary or incidental for completion of this item.
Measurement: Measurement shall be per each 18” Gravity Main Connection as
installed and accepted, complete in place. Connecting to the existing manhole and
connecting to the proposed lift station shall be combined together to count as 1
connection.
Payment: Payment shall be at the contract unit price bid each.
Bid Item Description
Lift Station #36 Upgrade Project 01150 - 11 of 11 Measurement and Payment
15. Landscaping and Seeding:
General: This item includes the stripping, stockpiling and placement of topsoil material,
finish grading and seedbed preparation, removing deleterious material, hydroseeding or
drill seeding, fertilizing and mulching areas and all work and incidentals necessary as
required to construct the improvements as shown in the Construction Drawings and per
the Contract Documents and Technical Specifications.
Work Included:
• All labor, tools, equipment, materials, royalties and incidentals necessary to
complete the work as required to construct the improvements as shown and
specified;
• Strip, salvage, stockpile and replace existing topsoil;
• Provided imported topsoil, as necessary, if inadequate volume of existing topsoil
exists;
• Providing and placing water for dust control;
• Preparing areas for seeding by fine grading and rock removal;
• Hydroseeding or drill seeding all disturbed areas;
• Repair or replacement of existing irrigation systems as necessary;
• Fertilizing and mulching all disturbed areas; and
• All other surface restorations necessary to restore property to existing conditions.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. No Partial
payments will be made.
16. Quality Control Testing:
General: This bid item shall include providing all material testing equipment and
trained personnel for all construction activities as shown in the Construction Drawings
and per the Contract Documents and Technical Specifications.
Work Included:
• Provide all material testing equipment;
• Provide all required material testing as required to construct the improvements as
shown and specified;
• Provide personnel for the operation of necessary equipment;
• Provide all material testing reports to Engineer; and
• Provide all other materials and services required to meet the requirements of the
project.
Measurement: Measurement shall be on a lump sum basis. No measurement of
individual items will be made.
Payment: Payment shall be at the lump sum price as shown on the bid form. Partial
payments will be made on the basis of the percentage of work completed.
END OF SECTION
Lift Station #36 Upgrade Project 09900-1 of 13 Painting
SECTION 09900
PAINTING
ARTICLE 1 GENERAL
1.01. DESCRIPTION
A. This section covers surface preparation, furnishing, and application of paint and special protective
coatings, complete.
B. See Technical Specification 02740 for coating to be used on the interior of all concrete and precast
concrete structures that are intended to hold or store sewage, wastewater, or sludge, including
the new wet well. Coating shall cover all concrete surfaces including the floor, walls, and ceiling of
concrete wet wells.
1.02. 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.
1.03. ABBREVIATIONS
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
Lift Station #36 Upgrade Project 09900-2 of 13 Painting
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
1.04. 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.
1.05. 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.
ARTICLE 2 MATERIALS
2.01. PAINT AND COATING MANUFACTURERS
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.
2. Sherwin Williams, Cleveland, OH.
3. Columbia Paints & Coatings, Spokane, WA.
4. Rustoleum Corp., Evanston, IL.
5. Master Builders, Inc., Cleveland, OH.
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.
Lift Station #36 Upgrade Project 09900-3 of 13 Painting
10. Pittsburgh Paints, Pittsburgh, PA.
11. Pratt and Lambert, Inc., Buffalo, NY
2.02. 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. Sherwil-Williams
Macropoxy 646
3. Or equal
Polyamidoamine Epoxy Primer Corrosion-resistant primer for
steel substrates 1. Tnemec Series N69 Hi-
Build Epoxoline II
2. Sherwil-Williams
Recoatable Epoxy
3. Or equal
Polyurethane Enamel Two-component, aliphatic acrylic
based polyurethane; gloss finish 1. Tnemec Series 1074
Endura-Shield II
2. Sherwil-Williams Hi-Solids
Polyurethane
3. Or equal
Coal Tar Epoxy High-build, corrosion resistant
polyamide epoxy coal tar coating 1. Tnemec 46H-413 Hi-Build
Tneme-Tar
2. Sherwin-Williams Targuard
3. Or equal
Wash Primer Low VOC, water-based wash
primer free of heavy metals and
mineral acids
1. Sherwin-Williams DTM
Wash Primer
2. Or equal
Alkyd Undercoater Primer/sealer for wood surfaces
to be top coated with alkyd, latex
or acrylic finish coats
1. Tnemec Series 36
Undercoater
2. Or equal
Lift Station #36 Upgrade Project 09900-4 of 13 Painting
ARTICLE 3 EXECUTION
3.01. 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 5 F above dewpoint of ambient air.
D. Prepare surfaces in accordance with these specification and the manufacture’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.
Acrylic Polymer Finish Water-based, acrylic polymer
coating (semi-gloss) 1. Tnemec Series 1029
Enduratone
2. Sherwin-Williams Sher-
Cryl HPA
3. Or equal
Latex Enamel Undercoater Interior water-based latex primer,
sealer and enamel undercoater. 1. Columbia 02-735 Premium
Pro
2. Or equal
Gloss Enamel Finish Coat Interior styrene-acrylic latex gloss 1. Columbia 05-260 Hi-
Performance
2. Or equal
Concrete Sealer Clear, penetrating, water-based
sealer for horizontal concrete
surfaces
1. Tnemec/Chemprobe Series
629 CT Densifer 201
2. Or equal
High-Solids Epoxy Primer Two-component, high solids
epoxy primer 1. Sherwin-Williams
Coroband HS
2. Or equal
Polyurea 100% solids aromatic polyurea
coting and lining system 1. Sherwin-Williams
Envirolastic AR425
2. Or equal
Lift Station #36 Upgrade Project 09900-5 of 13 Painting
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 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.
Lift Station #36 Upgrade Project 09900-6 of 13 Painting
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.
3.02. 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.
3.03. 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.
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 color to
provide a visual reference that the required number of coats have been applied.
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.
Lift Station #36 Upgrade Project 09900-7 of 13 Painting
3.04. 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.
3.05. SHOP PRIMED OR FACTORY FINISHED SURFACES
A. Inspection: Schedule with Engineer in advance for shop primed or factory finished items delivered
to job site for compliance with Specifications.
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.
3.06. MANUFACTURER APPLIED PAINT SYSTENS
A. Repair abraded areas on factory finished items in accordance with the equipment manufacturer's
directions.
B. Carefully blend repaired areas into original finish.
Lift Station #36 Upgrade Project 09900-8 of 13 Painting
3.07. 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 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.
3.08. 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.
Lift Station #36 Upgrade Project 09900-9 of 13 Painting
3.09. 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 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.
3.010. 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.
3.011. PROTECTIVE COATING SYSTEMS
A. SYSTEM NO. 1: METAL IN HIGHLY CORROSIVE LOCATIONS
Surface Prep.
Coating Product
Min. Coats, Cover
NEAR-WHITE METAL
BLAST CLEANING (SP
10)
POLYAMIDE EPOXY
3 coats, 3 mils MDFTPC
B. SYSTEM NO. 2: METAL IN MILDLY CORROSIVE LOCATIONS
Surface Prep.
Coating Product
Min. Coats, Cover
ABRASIVE BLAST OR
CENTRIFUGAL WHEEL
BLAST (SP 5)
POLYAMIDOAMINE
EPOXY PRIMER
POLYURETHANE ENAMEL
1 coat, 3 mils MDFT
2 coats, 5 mils MDFTPC
Lift Station #36 Upgrade Project 09900-10 of 13 Painting
C. SYSTEM NO. 3: BURIED METAL
Surface Prep.
Coating Product
Min. Coats, Cover
COMMERCIAL BLAST
CLEANING (SP6)
COAL TAR EPOXY
2 coats, 10 mils MDFTPC
D. SYSTEM NO. 4: EXPOSED PVC
Surface Prep.
Coating Product
Min. Coats, Cover
Remove all Oil,
Grease, and loose
particles
POLYURETHANE
ENAMEL
2 coats, 5 mils MDFTPC
E. SYSTEM NO. 5: ALUMINUM AND DISSIMILAR METAL INSULATION
Surface Prep.
Coating Product
Min. Coats, Cover
Solvent Clean (SP 1) WASH PRIMER
COAL TAR
EPOXY
1 coat, 1 mils MDFT
2 coats, 10 mils MDFTPC
F. SYSTEM NO. 6: EXPOSED WOOD
Surface Prep.
Coating Product
Min. Coats, Cover
Remove all loose particles
ALKYD UNDERCOATER ACRYLIC
POLYMER FINISH
2 coats, 3 mils MDFTPC
2 Coats, 2 mils MDFTPC
G. SYSTEM NO. 7: GYPSUM WALLBOARD
Surface Prep.
Coating Product
Min. Coats, Cover
Clean and remove all loose
particles
LATEX ENAMEL UNDERCOATER
1 coat, 2 mils MDFT
Lift Station #36 Upgrade Project 09900-11 of 13 Painting
GLOSS ENAMEL FINISH COAT
2 coats, 1.5 mils MDFTPC
H. SYSTEM NO. 8: CONCRETE FLOORS
Surface Prep.
Coating Product
Min. Coats, Cover
Clean and remove all loose
particles
CONCRETE SEALER
300 SQ FT / Gallon
3.012. 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. In the event of discrepancies or omissions in the following, request clarification from
Engineer before starting work in question.
B. SYSTEM NO. 1: METAL IN HIGHLY CORROSIVE LOCATIONS. Use on all exposed and submerged
metal (except galvanized, aluminum, stainless steel, and concrete reinforcing steel). Items to be
coated with this system include, but are not necessarily limited to, the following:
1. All submerged and exposed metal, and metallic piping inside of basins, wet wells,
manholes, or other structures containing sewage.
C. SYSTEM NO. 2: METAL IN MILDLY CORROSIVE LOCATIONS. Use on all exposed metal not included
under SYSTEM NO. 1 (except galvanized, 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 not located in the wet well.
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.
D. SYSTEM NO. 3: 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.
E. SYSTEM NO. 4: EXPOSED PVC.
1. Use on all exposed PVC.
F. SYSTEM NO. 5: ALUMINUM AND DISSIMILAR METAL INSULATION.
1. Use on all aluminum in contact with concrete or dissimilar metals.
Lift Station #36 Upgrade Project 09900-12 of 13 Painting
G. SYSTEM NO. 6: EXPOSED WOOD.
1. Use on any exposed wood (new construction only). Existing wood shall not be painted
unless otherwise indicated in the Drawings.
H. SYSTEM NO. 7: GYPSUM WALLBOARD.
1. Use on all new and repair areas of gypsum wallboard.
I. SYSTEM NO. 8: Concrete Floors
1. Use on all new interior concrete floor slabs.
3.013. 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.
3.014. COLOR
A. Color samples must be submitted prior to application of any coatings. The following color scheme
shall be adhered to:
1. GRAY - new wastewater piping including all valve operators, fittings, and piping supports.
2. OWNER SELECT - for all new gypsum wallboard, metal doors, and structural steel.
Lift Station #36 Upgrade Project 09900-13 of 13 Painting
ARTICLE 1 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:
Representative:
Surface Preparation:
Paint Material (Generic)
Product Name/Number
(Proprietary)
Min. Coats Coverage
END OF SECTION