Loading...
HomeMy WebLinkAbout23O - 3. Civil Specs rev 2.17.25ATWELL SUITES HOTEL BOZEMAN, MT GENERAL CIVIL SITEWORK TECHNICAL SPECIFICATIONS June 21, 2024 (updated Feb 17, 2025) OWNER: Bozeman 7 RE LLC PO Box 6000 Butte, MT 59701 PHYSICAL ADDRESS: 1871 Baxter Ln Bozeman, MT 59715 PREPARED BY: 1324 13th Ave SW P.O. Box 3625 Great Falls, MT 59403 Phone: (406) 727-2185 Fax: (406) 727-3656 Atwell Suites Hotel – Bozeman, MT TOC - 1 TABLE OF CONTENTS GENERAL CIVIL WORK TABLE OF CONTENTS Reference Specifications:Montana Public Works Standard Specification (MPWSS), 6th Edition w/ Addenda & City of Bozeman modifications to MPWSS. References to measurement & payment in MPWSS shall be disregarded. If a section of the MPWSS is duplicated, the MPWSS shall be replaced by the section included herein. DIVISION 0 – BIDDING & CONTRACT DOCUMENTS 00200 Instructions to Bidders 1-2 00300 Schedule of Values Form 1-3 DIVISION 1 – GENERAL REQUIREMENTS 01010 Summary of Work 1-3 01200 Special Provisions 1-3 01300 Submittals 1-2 01400 Contractor Quality Control and Owner Quality Assurance 1-1 01720 Project Record Documents 1-2 DIVISION 2 – SITEWORK 02221 Trench Excavation and Backfill for Pipelines and 1-3 Appurtenant Structures 02230 Street Excavation, Backfill and Compaction 1-1 02235 Crushed Base Course 1-1 02510 Asphalt Concrete Pavement 1-2 02529 Concrete Sidewalks, Driveways, Approaches, Curb 1-1 Turn Fillets, Valley Gutters and Miscellaneous 02581 Pavement Markings 1-2 02660 Water Distribution Systems 1-11 02720 Storm Drain Systems 1-1 02730 Gravity Sewer Mains and Services 1-1 DIVISION 3 – CONCRETE 03310 Structural Concrete 1-1 DIVISION 17 – MEASUREMENT 17000 Measurement 1-6 Atwell Suites Hotel – Bozeman, MT 00200 - 1 INSTRUCTIONS TO BIDDERS SECTION 00200 GENERAL CIVIL WORK INSTRUCTIONS TO BIDDERS ARTICLE 1 - QUALIFICATION OF BIDDERS 1.01 To demonstrate Bidder’s qualifications to perform the Work, within five (5) days of OWNER's request, Bidder shall submit written evidence, such as financial data, previous experience in performing comparable work, present commitments and other such data as may be requested. 1.02 In determining the lowest responsible bid, the following elements, but not necessarily limited to the following, will be considered: whether the BIDDER involved (a) maintains a permanent place of business; (b) has adequate plant and equipment to do the work properly and expeditiously; (c) has a suitable financial status to meet obligations incident to the work; and (d) has appropriate technical experience. 1.03 Each BIDDER may be required to show that previous work has been handled in such a manner that there are no just or proper claims pending against such work. No BIDDER will be acceptable if he is engaged on any other work which impairs his ability to finance his contract. The BIDDER shall demonstrate his ability by meeting all requirements herein stipulated, if asked for them. ARTICLE 2 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA AND SITE 2.01 Subsurface and Physical Conditions A. Special Provisions make reference to: 1. The reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. 2.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. OWNER and ENGINEER do not assume responsibility for the accuracy or completeness thereof unless expressly provided otherwise elsewhere. 2.04 Access to the Site A. Upon request, OWNER will provide Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill and compact all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 2.05 Other Work at the Site A. Reference is made to the Special Provisions for identification of the general nature of other work to be performed at the Site by OWNER or others (such as utilities and fuel system contractors) that relates to the Work for which a Bid is to be submitted. Atwell Suites Hotel – Bozeman, MT 00200 - 2 INSTRUCTIONS TO BIDDERS 2.06 It is the responsibility of each Bidder before submitting a Bid to: A. Examine and carefully study the Bidding Documents including any Addenda and the other related data identified in the Bidding Documents; B. Visit the site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; including but not limited to those general and local conditions affecting transportation, disposal, handling and storage facilities, availability of labor, water, power, roads, climatic conditions and seasons, physical conditions at the worksites and project area as a whole, job site topography and ground conditions, equipment and facilities needed preliminary to and during work prosecution; C. Become familiar with and satisfy Bidder as to all Federal, State and Local Laws and Regulations that may affect cost, progress, or performance of the Work; D. Carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except underground Facilities) which have been identified in the Special Provisions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Special Provisions; E. Obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. Agree at the time of submitting its bid that no further examinations, investigations, exploration, tests, studies or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. Become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicted in the Bidding Documents; H. Correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. ARTICLE 3 - SITE AND OTHER AREAS 3.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. END OF SECTION 00200 Atwell Suites Hotel – Bozeman, MT 00300 - 1 SCHEDULE OF VALUES FORM SECTION 00300 SCHEDULE OF VALUES FORM Atwell Suites Hotel General/Civil Site Work Bozeman, MT Bidder shall be responsible to complete the Civil Site Work Schedule of Values (SOV) form and submit the completed SOV form with their Bid. Bids submitted that do not include a complete Civil Schedule of Values form will be considered nonresponsive. If quantities are adjusted on sitework items during the project, the unit pricing shown on the SOV form will prevail, with the following exception: Quantity Variations: Owner reserves the right to increase or decrease quantities by 25% above or below the SOV quantities without altering unit prices. If quantities increase or decrease greater than 25%, costs may be subject to renegotiation. Item Est.Name of Pay Item With Unit Unit Amount No.Quantity Unit Price Written In Words Price 101 1 LS Existing Site Demolition at______________________________________________________/unit 102 1 LS Site Excavation & Embankment at______________________________________________________/unit 103 271 LF 8” Class 51 DIP Water Main & Appurtenances at______________________________________________________/unit 104 1 EA Fire Hydrant Assembly at______________________________________________________/unit 105 1 LS 6” Class 51 DIP Fireline at______________________________________________________/unit 106 1 LS 4” Class 51 DIP Water Service at______________________________________________________/unit 107 6,486 SY AC Surfacing: 4” AC, 10” CBC, Mirafi RS380i Fabric at______________________________________________________/unit 108 1 LS Pavement Markings at______________________________________________________/unit 109 8,408 SF 4” Concrete Sidewalks at______________________________________________________/unit 110 341 SF 6” Concrete Slabs at______________________________________________________/unit 111 2,610 SF 6” Stamped Concrete Slabs at______________________________________________________/unit 112 3,311 LF Curb & Gutter (public & private) at______________________________________________________/unit Atwell Suites Hotel – Bozeman, MT 00300 - 2 SCHEDULE OF VALUES FORM 113 44 LF Concrete Double Gutter (not included in C&G) at______________________________________________________/unit 114 110 LF 3-ft Valley Gutter at______________________________________________________/unit 115 66 LF 8” SDR 35 PVC Sewer Service at______________________________________________________/unit 116 52 LF 4” Schedule 40 PVC Grease Waste Line at______________________________________________________/unit 117 1 LS Grease Interceptor at______________________________________________________/unit 118 504 LF 4” PVC Storm Drain Piping at______________________________________________________/unit 119 243 LF 8” PVC Storm Drain Piping at______________________________________________________/unit 120 907 LF 12” PVC Storm Drain Piping at______________________________________________________/unit 121 7 EA Storm Sewer MH/Inlet (30” Diameter) at______________________________________________________/unit 122 1 EA Storm Sewer MH/Inlet (48” Diameter) at______________________________________________________/unit 123 8 EA ADA Parking Sign (w/ Pipe Bollard) at______________________________________________________/unit 124 1 LS Landscaping & Irrigation System at______________________________________________________/unit 125 6 HR Exploratory Excavation at______________________________________________________/unit 126 262 SF Rip Rap at______________________________________________________/unit 127 17 EA Trench Plug at______________________________________________________/unit 128 605 LF Concrete Retaining Wall w/ FRP Fencing at______________________________________________________/unit 129 12 HR Detectable Warning Devices at______________________________________________________/unit 130 51 LF 12” RCP Culvert at______________________________________________________/unit Atwell Suites Hotel – Bozeman, MT 00300 - 3 SCHEDULE OF VALUES FORM 131 1 EA Neenah Curb Inlet R-3165 w/ 8” Outlet at______________________________________________________/unit 132 1 EA Concrete Storm Drain Chase (COB Det #02529-14) at______________________________________________________/unit 133 25 LF Concrete Roll Curb at______________________________________________________/unit GENERAL/CIVIL SITE WORK SUBTOTAL $ (SUBTOTAL AMOUNT WRITTEN IN WORDS) Atwell Suites Hotel – Bozeman, MT 01010 - 1 SUMMARY OF WORK SECTION 01010 SUMMARY OF WORK PART 1:GENERAL 1.1 GENERAL REQUIREMENTS A.The SITEWORK to be performed under this Contract shall consist of furnishing plant, tools, equipment, materials, supplies and manufactured articles, and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work or other operations for the fulfillment of the Contract in strict accordance with the Contract Documents. The SITEWORK, including all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the SITEWORK, shall be provided in good faith by the CONTRACTOR as though originally so indicated, at no increase in cost to the OWNER. 1.2 WORK COVERED BY THE CONTRACT DOCUMENTS A.The SITEWORK consists of the construction of civil site improvements and is shown on the Civil plan sheets. The scope of civil SITEWORK generally includes any required demolition, imported fill materials, grading and drainage items, concrete slabs and sidewalks, curb & gutter, valley gutter, AC paving, pavement markings, pipe bollards, watermain installation, water service line, fire line, sewer sewer service line, grease interceptor, storm drainage structures and piping, ADA signage, site lighting, concrete retaining wall with FRP fencing, and other misc. improvements. Sitework also includes all necessary coordination with other onsite contractor(s), utility companies, Owner, City of Bozeman, and Engineer. Requirements for mechanical, electrical, structural, light pole wiring, building features, and other work not specifically described herein are outlined in accompanying documents. B.Specific work items under the SITEWORK are as follows: 1. Demolition of existing improvements as necessary for the completion of work detailed herein; includes saw-cutting, removal and legal/safe disposal of AC, curb & gutter and sidewalk as noted on the plans, and relocation of existing light pole and mailbox. Include demolition of existing landscaping/sod as necessary for new grading as well as elevation adjustment to existing improvements impacted by regrading activities near carwash building. 2. Excavation, embankment, and importing of clean fill/subgrade materials necessary to build the site to subgrade elevations. Item includes dirtwork necessary for construction of new retention pond structure & stabilized overflow as well as subgrade preparation prior to installation of onsite surfacing as detailed within the geotechnical report. Waste excess or undesirable subgrade materials offsite in a legal and safe manner. 3. Contractor shall be responsible to obtain a general MPDES storm water permit from MDEQ, including Notice of Intent (NOI), and preparation of initial SWPPP. Contractor shall furnish, install, and maintain all required BMPs in strict compliance with the SWPPP, MPDES permit, and City of Bozeman requirements. Contractor shall be responsible for coordinating with City of Bozeman for any other requirements related to course of construction stormwater permitting. Draft documents submitted to the City of Bozeman for initial review are available for Contractor’s use. 4. Installation of water main extension, water service line, fire line, and new fire hydrant assembly, including all valves, fittings, testing, and appurtenances. All work shall be conducted in strict accordance with City of Bozeman and MDEQ requirements, and these specifications. 5. Installation of sewer service line, grease waste line, grease interceptor, including all Atwell Suites Hotel – Bozeman, MT 01010 - 2 SUMMARY OF WORK necessary manholes, fittings, and appurtenances. All work shall be conducted in strict accordance with City of Bozeman and MDEQ requirements, and these specifications. 6. Installation of storm sewer piping, inlets, and manholes. This work also includes the installation of all roof drain adaptors and leaders at/near the building. 7. Placement and compaction of crushed base course gravel materials beneath AC and concrete surfaces as detailed. 8. Placement of curb & gutter, sidewalks, valley gutter, and concrete slabs as identified on the drawings and in strict accordance with City of Bozeman requirements and these specifications. Sidewalks shall be constructed in compliance with applicable ADA standards. 9. Placement, compaction and finishing of asphaltic concrete paving, including all necessary testing. Paving in public R/W shall adhere to City of Bozeman requirements. 10. Installation of new concrete retaining walls in accordance with Structural Drawings including new FRP fence and necessary sleeving for utility lines. Fencing shall consist of 42” tall Trex Seclusions Composite Fencing System; Color: Woodland Brown; all posts shall be matching material and color. Refer to Structural Drawings for additional information. 11. Provide and install all parking lot striping, striping for handicap spaces, handicap signage, pipe bollards, and other appurtenant items shown on the drawings. 12. Coordinate w/ electrical drawings to ensure conduit/wiring is furnished to all site lighting fixtures/poles as detailed on the drawings. Ensure there are no conflicts between conduit/wiring and other onsite utilities. 13. Coordinate with and make all necessary provisions for NorthWestern Energy (NWE) to relocate the existing carwash gas service as per the drawings. Also, coordinate with NWE and telecommunication providers for installation of new services to the site, including installation of the transformer pad and any other appurtenances necessary to provide electrical and telecom services to the building. Owner will pay utility company invoices for their work, as applicable; however, Contractor is responsible for coordinating work and ensuring new utilities do not conflict with other proposed site improvements. Refer to Electrical Drawings for additional information. 14. Coordination with sign contractor, as applicable, for the installation of building and/or site signage and provide all necessary electrical service to sign location(s). 15. Completion of exploratory excavation where noted on the drawings, if any, or as determined by the engineer to determine existing feature locations and evaluate potential conflicts. Exploratory shall be completed shortly after Notice to Proceed unless noted otherwise. 16. Installation of bench and bike racks at/near the main entrance to building. Refer to Landscaping Plans for additional information. C.Additional Requirements SITEWORK also includes coordination with the Owner, Architect/Engineer, City of Bozeman, utility companies, signage contractors, and other onsite contractors. Contractor shall be responsible for maintaining appropriate fencing/barricades to ensure vehicular and pedestrian traffic cannot access project site and are not susceptible to jobsite hazards. Items not designated for removal or demolition on the project drawings shall not be disturbed during construction activities. Any damage to these items as caused by Contractor will be repaired and/or replaced at the Contractor’s expense. Atwell Suites Hotel – Bozeman, MT 01010 - 3 SUMMARY OF WORK Bidder shall be responsible to complete the Civil Site Work Schedule of Values (SOV) form and submit the completed SOV form with their Bid. Bids submitted that do not include a complete Civil Schedule of Values form may be considered nonresponsive. If quantities are adjusted on site work items during the project, the unit pricing shown on the SOV form will prevail. END OF SECTION 01010 Atwell Suites Hotel – Bozeman, MT 01200 - 1 SPECIAL PROVISIONS SECTION 01200 SPECIAL PROVISIONS INDEX ART.ITEM PAGE NO. 1 Description of Work 2 2 Specifications 2 3 Work Hours 2 4 Testing & Inspection 2 5 Adjacent Improvements 2 6 Surface Restoration 2 7 Subsurface Condition 3 8 Underground Installations 3 9 Coordination with Other Work & Site Uses 3 10 Warranty Period 3 11 City Fees, Permits & Other Requirements 3 12 Electrical, Gas & Communications 3 Atwell Suites Hotel – Bozeman, MT 01200 - 2 SPECIAL PROVISIONS SECTION 01200 SPECIAL PROVISIONS ARTICLE 1.DESCRIPTION OF WORK: Work performed under the Civil Sitework portion of this project consists of all materials, equipment and tools, the performance of all labor, construction, and work appurtenant thereto, to complete the project as detailed on the drawings and as specified. Work includes general site demolition, site grading, paving, sidewalks, storm drainage piping and retention pond, water main/services, sewer services, grease interceptor, retaining wall, fencing, and other miscellaneous items. Refer to Section 01010 – Summary of Work for more information. ARTICLE 2.SPECIFICATIONS: Any special requirements or provisions as set forth by the City of Bozeman Public Works Department, the City of Bozeman Modifications to the MPWSS 6th Edition, and all applicable provisions of Montana Public Works Standard Specifications, 6th edition, and subsequent addenda, hereafter collectively referred to as MPWSS, apply to this project, except where specifications are modified or replaced by provisions made herein. ARTICLE 3.WORK HOURS: Coordinate with Owner to develop mutually acceptable work hours and days of week and ensure that City of Bozeman noise ordinances are met. ARTICLE 4.TESTING & INSPECTION: Contractor is responsible for testing and inspections required by each section of the technical specifications. Contractor shall be responsible for nuclear density testing of fill material and gravel surfacing, asphaltic concrete, and other material testing (e.g., concrete). Refer to each Technical Specification section for specific requirements. Certain inspections may be performed by Owner agents, if so desired, and/or by the City of Bozeman. Contractor shall be responsible for scheduling and paying for any applicable City of Bozeman inspection fees, as applicable. Contractor shall be responsible for verifying and fully understanding current City of Bozeman fees associated with the work. ARTICLE 5.ADJACENT IMPROVEMENTS: Protect and maintain all existing improvements not called for removal. Restore all damaged items to pre- existing condition. Contractor shall protect and maintain existing structures, surfacing, utilities, property pins, light-poles, signage, landscaping, and other features not specified for removal. Any damage to these items shall be immediately repaired or replaced at the Contractor’s expense. ARTICLE 6.SURFACE RESTORATION: Contractor shall maintain existing curb and gutter, parking areas, sidewalks, and other improvements not designated for removal and replacement. Contractor shall also be responsible for housekeeping of existing property which shall be kept clean and free of debris and nuisances. If the property is not maintained in a manner acceptable to Owner, it will be repaired by Owner, and Contractor will be responsible for costs incurred for such repairs or cleaning. For work in Baxter Lane, Contractor shall be responsible for developing a suitable traffic control plan, meeting all City of Bozeman requirements. No work shall begin in public R/W until the traffic control plan has been approved by the City of Bozeman public works department. Atwell Suites Hotel – Bozeman, MT 01200 - 3 SPECIAL PROVISIONS ARTICLE 7. SUBSURFACE CONDITION: The Owner performed a geotechnical investigation prior to design. Copies of the report(s) are available for Contractor/Bidder review. ARTICLE 8. UNDERGROUND INSTALLATIONS: Underground installations including electrical conduit, water lines, sewer lines, natural gas lines, telephone lines, storm drainage lines, and subsurface structures in the vicinity of the work are indicated on the plans only to the extent that such information has been made available for preparing the plans. There is no guarantee, expressed or implied, as to the accuracy or completeness of such information provided by others, and all responsibility for accuracy and completeness is expressly disclaimed. ARTICLE 9. COORDINATION WITH OTHER WORK & SITE USES: Contractor shall be responsible to coordinate with and allow access to inspectors, engineers, architects, contractors, subcontractors, utility companies, and other parties that may require access to the property. This shall include high-pressure gas line relocation, primary electrical service, natural gas service, and communication service(s) to the building. ARTICLE 10. WARRANTY PERIOD: Contractor shall warranty all site improvements for a period of two years from the date of Substantial Completion. Please note that the site/civil warranty may differ from the warranty required for building improvements. ARTICLE 11. CITY FEES, PERMITS & OTHER REQUIREMENTS: Contractor shall be responsible for all City Fees and Permits associated with the sitework, as applicable. Contractor shall be responsible for attending Preconstruction meeting with Engineer, City of Bozeman, and other affected utilities or government agencies prior to initiating public infrastructure construction. All City-required submittals must be received by CoB prior to scheduling of precon meeting. All new public infrastructure shall require bonding. Contractor shall be responsible for providing Performance and Payment bonds, each in the amount of 100% of the public infrastructure amount, in favor of the Owner. Prior to the acceptance of the publicly maintained infrastructure, Contractor shall post a Maintenance Bond with the Owner equal to 20% of the actual cost of improvements to correct any deficiencies in workmanship and/or materials which are found within the two-year warranty period. The Maintenance Bond shall name the City of Bozeman as a dual oblige. City of Bozeman water service application shall be submitted by Contractor prior to beginning work on water service or fire service lines. ARTICLE 12. ELECTRICAL, GAS & COMMUNICATIONS: Contractor shall be responsible for contacting/coordinating work with NorthWestern Energy (NWE) representative Tanner Reynolds for any work associated with the gas line relocation, new gas service to the building, and electrical service to the building. Contractor shall furnish transformer pad as required by NWE. Owner will pay all fees associated with NWE’s relocation of the gas line, installation of the new transformer, and electrical and gas service lines. Reynold’s contact information is as follows: email: tanner.reynolds@northwestern.com, phone: 406-582-4627 (office), 406-595-2187 (cell). Contractor shall be responsible for coordinating with the Owner’s requested telecommunications provider and for ensuring that service line(s) are installed to the appropriate location in the building. Owner will pay for any utility company fees/costs, as applicable.END OF SECTION 01200 Atwell Suites Hotel – Bozeman, MT 01300 - 1 SUBMITTALS SECTION 01300 SUBMITTALS 1.0 GENERAL 1.1 DESCRIPTION A. The work of this section covers the procedure for the submission of required information (shop drawings, certifications, etc.) as detailed by the technical sections. 2.0 PRODUCTS 2.1 SHOP DRAWING SUBMITTAL FORM A. All submittals shall be accompanied with a Shop Drawing Submittal form. List each item by Item Number and Description, referencing applicable Specification Section or Drawing. Attach one copy of the completed Shop Drawing Submittal Form to each of the required copies of the submittal. 3.0 EXECUTION 3.1 CONTRACTOR REVIEW AND APPROVAL A. Before submitting a shop drawing or any related material to Engineer, the Contractor shall: review each such submission for conformance with the means, methods, techniques, sequences, and operation of construction, and safety precautions and programs incidental thereto, all of which are the sole responsibility of Contractor; Contractor to approve each such submission before submitting it; and so stamp each submission before submitting it. B. Submittals which have not been reviewed and stamped or initialed by the Contractor will be returned without action or comment by the Engineer. C. Engineer shall assume that no shop drawing or related submittal comprises a variation unless Contractor advises Engineer otherwise via a written instrument, and that this has been acknowledged in writing by Engineer. 3.2 NUMBER OF COPIES A. Submit 4 copies of all submittals and test results. Three (3) copies will be retained by Engineer and one (1) copy returned to Contractor. 3.3 REQUIRED SUBMITTALS A. Submittal Register: The Contractor shall submit to the Engineer a register indicating the required submittal data and his proposed submittal date of all equipment and materials for which a submittal is required. The register shall be submitted to the Engineer by the Contractor within the five (5) calendar days of the date of the Notice to Proceed. B. Test Reports and Samples: Submit mix designs and/or test reports as required under each technical specification section. Submit all test results within 36 hours after test completion. C. Project Record Documents: Submit Project Record Documents as required by Section 01720. Atwell Suites Hotel – Bozeman, MT 01300 - 2 SUBMITTALS D. Shop Drawings: Submit shop drawings as required by each Technical Specification Section, to include: 1. All manufactured products to be installed as components of the finished project. 2. Moisture density curves (proctors) for soils, bedding, and base gravel. 3. Sieve analysis for bedding and gravels. 4. Concrete and asphaltic mix designs and test results. E. Project Closeout Documentation: Submit project closeout documentation as required by the General Conditions and Supplemental Conditions. 3.4 SHOP DRAWINGS AND MATERIALS SUBMITTAL DATA A. The Contractor shall submit to the Engineer on the required dates, all materials and equipment data the Engineer may require, to determine whether or not the proposed material will meet these specifications. Data may include, but is not limited to descriptions of materials and equipment, certificates of compliance, samples, details, proposed layout if required, and deviations to the specifications, with justification for any deviation. Submittals relating to components of the system to be installed during construction shall include manufacturers recommended installation instructions and procedures, in addition to the information required by Section 6.17 of the General Conditions. Data submitted for approval shall address all pertinent information that is required by, and is detailed in, the specifications. All submittal information required by an individual section of the Technical Specifications shall be submitted at one time. No piece-meal submittals will be accepted. 3.5 REVIEW OF SUBMITTALS A. Time of Review: The Engineer shall act upon the submitted data within fourteen (14) calendar days of receipt of the material. B. Review of Submittals for Substitute Materials:If Contractor chooses to submit information about substitute materials, which results in additional review time and cost, the Contractor will be charged a review fee for the additional time required to complete the review. C. Re-submittal Fee: Fees shall be assessed for review of shop drawings, operation and maintenance manuals, and samples beginning with the second re-submittal. Fees shall cover all costs related to engineering review and evaluation. END OF SECTION 01300 Atwell Suites Hotel – Bozeman, MT 01400 - 1 CONTRACTOR QUALITY CONTROL SECTION 01400 CONTRACTOR QUALITY CONTROL AND OWNER QUALITY ASSURANCE The following are additions, corrections, and/or deletions to Section 01400 of the Montana Public Works Standard Specifications. 3.0 EXECUTION 3.1 GENERAL B.Replace entire paragraph with the following: “Sampling and testing to assure specification performance shall be performed by an independent testing laboratory at the Contractor’s expense. All test results shall be provided to Owner/Owner’s Representative within 24 hours of test completion.” C.Delete entire paragraph. 3.2. CONTRACTOR COOPERATION WITH QUALITY ASSURANCE TESTING B.Change paragraph to read: “Notify the independent testing laboratory of the work ready for quality assurance testing. Establish and update the construction schedule to provide the Owner and independent testing laboratory estimated sampling and testing dates and times.” END OF SECTION 01400 Atwell Suites Hotel – Bozeman, MT 01720 - 1 PROJECT RECORD DOCUMENTS SECTION 01720 PROJECT RECORD DOCUMENTS 1.0 GENERAL 1.1 DESCRIPTION A. Throughout progress of the work, maintain an accurate record of changes in the Contract Documents, as described in Article 3.1 below. Upon completion of the work, turn all recorded changes over to the Engineer. 1.2 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of Record Documents to one person on the Contractor's staff. B. Accuracy of records: 1. Thoroughly coordinate changes within the Record Documents, making adequately defined and proper entries on each page of specifications and each sheet of drawings and other documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that any future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. Make each entree within 24 hours after receipt of information that a change has occurred. 1.3 SUBMITTALS A.Completed Project Record Documents 1. Submit the completed set of Project Record Documents, as described herein, to the Engineer upon project completion 2. Participate in review meetings as required. 2.0 PRODUCTS 2.1 JOB SET A. Promptly following receipt of the Notice to Proceed, secure from the Engineer at no charge to the Contractor, one complete set of all documents comprising the Contract. 2.2 PRODUCT HANDLING A. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the work transfer of all recorded data to the Engineer. B. In the event of loss of recorded data, use means necessary to again secure the data to the Engineer's approval. 1. Such means shall include, if necessary in the opinion of the Engineer, removal and replacement of concealing materials. Atwell Suites Hotel – Bozeman, MT 01720 - 2 PROJECT RECORD DOCUMENTS 2. In such case, provide replacements to the standards originally required by the Contract Documents. 3.0 EXECUTION 3.1 MAINTENANCE OF JOB SET A. Immediately upon receipt of the job set described in Paragraph 2.1 above, identify each of the documents with the title, "RECORD DOCUMENTS - JOB SET". B. Preservation: 1. Considering the contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set to the approval of the Engineer. 2. Do not use the job set for any purpose except entry of new data and for review by the Owner and Engineer. C. Making entries on drawings: 1. Using erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Date all entries. 3. Call attention to the entry by a "cloud" drawn around the area or areas affected. 4. In the event of overlapping changes, use different colors for the overlapping changes. 5. Make entries in the pertinent other documents as approved by the Engineer. D. Conversion of schematic layouts: 1. In some cases on the drawings, arrangements of conduits, circuits, piping, ducts, and similar items, is shown schematically and is not intended to portray precise physical layout. Final physical arrangement is determined by the Contractor, subject to the Engineer's approval. However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the drawings. Record final locations of items shown schematically. 2. Shown on the job set of Record Drawings, by dimension accurate to within one inch, the centerline of each run of items such as are described in subparagraph 3.1 above. a. Clearly identify the item by accurate note such as "cast iron drain", "copper", "PVC water", and the like. b. Show, by symbol or note, the vertical location of the item ("under slab", "in ceiling plenum", "exposed", and the like). c. Make all identification sufficiently descriptive that it may be related reliably to the Specifications. 3.2 CHANGES SUBSEQUENT TO ACCEPTANCE A. The Contractor has responsibility for recording changes for all work prior to final completion, except for changes resulting from work performed under warranty. END OF SECTION 01720 Atwell Suites Hotel – Bozeman, MT 02221 - 1 TRENCH EXCAVATION & BACKFILL SECTION 02221 TRENCH EXCAVATION AND BACKFILL FOR PIPELINES AND APPURTENANT STRUCTURES The following are additions, corrections, and/or deletions to Section 02221 of the Montana Public Works Standard Specifications. PART 1:GENERAL 1.4 TESTING A.Field Density Testing 1.Eliminate the word “Owner” from this sentence. 2.Replace “Owner expense” with “Contractor expense.” Replace the last sentence with the following: “Density tests for utility trenches will be at a frequency not less than the following: • Test each lift, including bedding material, (8-inch loose lifts) at intervals not exceeding 100-ft of trench. Contractor’s density testing must be kept current with backfilling efforts. Owner’s representative will review testing results as completed. Contractor will not add additional lifts until testing for the underlying lift has been completed and approved. Testing all backfill after compaction work is completed will not be acceptable (i.e., excavating 1-2 feet below pad for test).” B.Laboratory Maximum Density and Optimum Moisture – in Paragraph 1, replace the word “Engineer” with the word “Contractor”. C.Material Submittals Revise Paragraph 1 to read: “Submit material quality test results for Type I Bedding material, including gradation, plasticity index and moisture-density relationship to the Owner and Independent Testing Laboratory. Submit gradation for Type II bedding materials.” Revise Paragraph 2 to read: “Contractor shall collect samples of onsite and offsite borrow soils, and deliver samples to Independent Testing Laboratory for moisture-density relationship testing and shall submit test results to Owner.” PART 2:PRODUCTS 2.1 PIPE BEDDING MATERIALS A.TYPE 1 PIPE BEDDING 2.Modify this section as follows: Provide Type 1 Bedding consisting of imported sand, sandy gravel, or fine gravel having a maximum ¾ inch size and maximum plasticity index of 6, determined by AASHTO T89 and T90 or by ASTM D4318. Atwell Suites Hotel – Bozeman, MT 02221 - 2 TRENCH EXCAVATION & BACKFILL PART 3:EXECUTION 3.1 PROTECTION OF EXISTING PROPERTIES A.General 1.Add the following: Replace any tree, bush, hedge, planter, or similar vegetation or landscaping damaged during the course of the work with a planting equal to that damaged in kind, size, and location. The contract warranty period for performance applies also to the instances described herein. 4.Modify this section as follows: Do not cut and replace existing services from the mains to private property which interfere with trenching operations unless the work has been specifically approved by the City of Bozeman Water/Sewer Department. If approved, the cost for this work will be the responsibility of the CONTRACTOR. Do not interrupt water service for more than four hours. Install a temporary service connection approved by the City of Bozeman Water Department if service is interrupted for a longer period. Protect temporary services from freezing or interruptions of use during the construction period. B.Privately Owned Utilities Replace Paragraph 1 and Paragraph 2 with the following: “Prior to beginning construction, the Contractor shall contact (in writing) all utilities having underground installations, sewer, water, telephone, fuel, gas, electrical etc., which may be encountered during the construction activities. The Contractor shall locate all underground installations and shall preserve intact all utilities encountered during construction (except as permitted by the Contract Documents). In the event that those utilities or other structures which were to remain intact are damaged, they shall be immediately replaced or repaired in a condition conforming to the standard repair practice of the utility, at the Contractor's expense.” “Gas mains, gas services, underground electrical, cable television and telephone cables, telephone poles, light poles, etc., required to be moved to make way for new construction shall be the responsibility of the Contractor unless designated otherwise in the Contract Documents. The Contractor shall coordinate with the respective utility for proper movement of that utility. The Contractor shall be responsible for the cost of this work unless designated otherwise in the Contract Documents.” 3.3 TRENCH EXCAVATION A.General Add the following to Paragraph 1: “All excavation, trenching, shoring and the like shall be performed in a manner that complies with the requirement of current OSHA Regulations (29 CFR Part 1926). The Contractor is responsible for maintaining safe working conditions for the Engineer, Owner and their agent's personnel as required to work in and around the trench for inspection and testing.” Add the following to the end of Para. 5: “in a legal manner at no additional cost to Owner. Written permission shall be obtained from owner of the waste site and a copy furnished to the Owner. After all waste material has been placed, the Contractor shall contour grade the site and leave the surface in a uniform and free draining condition.” Atwell Suites Hotel – Bozeman, MT 02221 - 3 TRENCH EXCAVATION & BACKFILL Add the following to Paragraph 8: “All excavation work is unclassified. Complete all excavation regardless of the type, nature, or condition of the materials encountered. The Contractor shall make his own estimate of the kind and extent of the various materials to estimate the kind and extent of the various materials to be excavated in order to accomplish the work. No extra payment will be made for Portland Cement Concrete or Asphalt Concrete Pavement removed at any depth. No extra payment will be made for rock excavation.” B.Trench Dimensions 3.Depth Replace the first sentence of Paragraph 1.a. with the following: “Trench depth shall be as required for the invert grade for pipe bury shown on the plans or specified elsewhere, plus an additional 4 inches as required for pipe bedding.” 3.6 TRENCH FILLING AND BACKFILLING In Paragraph C, delete all reference to Type B Trench Backfill and Type C Trench Backfill. Type A Trench Backfill is required in all portions of all trenches. C.Trench Backfill 4.Watering c.Add the following requirements: Water from the City of Bozeman’s municipal system may only be obtained from the metered service located at the Vehicle Maintenance Facility, 1814 N. Rouse Ave. The Contractor shall reimburse the City Water Department for the cost of the water used at a rate determined by the Water Department. D.Replacement of Unsuitable Backfill Materials Add the following to the end of Paragraph 1: "No backfill with saturated materials will be allowed. The Contractor shall process the backfill material prior to using material for backfill. Processing backfill material shall be defined as Contractor's obligation to provide labor, equipment and other mechanical means to lower moisture content of backfill material to achieve the compaction herein specified. No separate or additional payment will be made for processing backfill” Delete Paragraph 2 in its entirety. F.Detectable Buried Warning Tape Add the following to Paragraph 1: “Warning tape shall be installed above all water line and sewer line including services. END OF SECTION 02221 Atwell Suites Hotel – Bozeman, MT 02230 - 1 STREET EX., BACKFILL & COMPACT. SECTION 02230 STREET EXCAVATION, BACKFILL AND COMPACTION The following are additions, corrections, and/or deletions to Section 02230 of the Montana Public Works Standard Specifications. PART 1 - GENERAL 1.1 DESCRIPTION Add the following to Paragraph A: “Provisions of this section are applicable to excavation, backfill and compaction of all streets, driveways, entrances, approaches, and parking areas. 1.3 DENSITY CONTROL TESTING A.Field Density Testing 1.Eliminate the word “Owner” from this sentence. 2.In first sentence, replace the word “Owner” with “Contractor”. Also, replace last sentence with the following: “Density testing of subgrade and base course materials will be at a frequency of not less than the following:  Test each lift (compacted fill/native material and all lifts of base course) in a grid pattern, with grids not greater than 100-foot spacing for the entire site. Contractor’s density testing must be kept current with backfilling effort. Engineer will review testing results as completed. Contractor will not install additional lifts until testing has been completed for the underlying lift, or if a test fails. Testing all backfill after compaction work is completed will not be acceptable (i.e., excavating 1-2 feet below pad for test).” B.Laboratory Maximum Density and Optimum Moisture 1.Replace the word “Engineer” with the word “Contractor”. C.Material Submittals Delete Paragraph 2 and replace with the following: “Submit samples of soil and aggregates to a qualified testing laboratory for moisture-density relationship testing.” Add the following: “Submit test results to Engineer within 36 hrs of test completion.” PART 2 - PRODUCTS 2.2 IMPORTED BORROW MATERIALS Paragraph A, add the following: “Imported borrow material shall be non-plastic or have P.I. of less than 6.” END OF SECTION 02230 Atwell Suites Hotel – Bozeman, MT 02235 - 1 CRUSHED BASE COURSE SECTION 02235 CRUSHED BASE COURSE The following are additions, corrections, and/or deletions to Section 02235 of the Montana Public Works Standard Specifications. 2.0. PRODUCTS 2.3 GRADATION G. “The Contractor shall submit test results for gradation, plasticity index, and fracture, as performed by a qualified independent testing laboratory on all crushed aggregate before material is brought on site. Failure of any or all tests shall be cause for rejection of the materials. A minimum of three tests for gradation and plasticity indexes shall be provided for conformance for the first 200 tons, with one additional test for each 800 tons thereafter. One fracture test shall be provided by the Contractor for each 800 tons of base course as specified above. Submit test results within 36 hours after tests are completed.” END OF SECTION 02235 Atwell Suites Hotel – Bozeman, MT 02510 - 1 ASPHALT CONCRETE PAVEMENT SECTION 02510 ASPHALT CONCRETE PAVEMENT The following are additions, corrections, and/or deletions to Section 02510 of the Montana Public Works Standard Specifications. 2.0 PRODUCTS 2.2 PLANT MIX AGGREGATES I.Surface Course Asphalt Plant Mix Revise the second sentence of Paragraph 1 to read “Assure the composite material meets the gradation requirements in Table 2, for Type B Surface Course Aggregate.” 2.3 ASPHALT BINDER MATERIAL Revise Paragraph A to read “Furnish either PG 58-28 asphalt binder material.” 3.0 EXECUTION 3.8 MIX DESIGN Revise Paragraph A to read “The Contractor’s testing agency will make gradation analysis of the completed mix to assure that the materials being produced and used are within the tolerances of the mix design and the specifications of the mix being used.” 3.9 SAMPLING AND TESTING FOR ACCEPTANCE Replace the first sentence of Paragraph A with the following: “Sampling and testing of aggregates or other constituents will be performed by the Contractor’s testing agency at a frequency as described in Paragraph 3.29.” 3.10 WEATHER LIMITATIONS Delete the first two sentences of the Paragraph B, and replace with the following: “Asphalt hot-mix surface course mixture shall only be placed when the air wind-chill temperature is at least 40 degrees F and rising. Asphalt hot-mix base and surfacing courses shall be placed only when the air wind-chill temperature is at least 32 degrees F and rising.” 3.11 SURFACE PREPARATION Add the following: B.Herbicide Treatment: Apply herbicide according to manufacturer’s recommended rates and written application instructions. Apply to dry, prepared subgrade or surface of compacted-aggregate base before applying paving materials. 3.16 SPREADING AND FINISHING Revise Paragraph A.1 as to read: “Maximum lift thickness is 3 inches.” Atwell Suites Hotel – Bozeman, MT 02510 - 2 ASPHALT CONCRETE PAVEMENT 3.28 DENSITY AND SURFACE REQUIREMENTS Revise Paragraph D to read: “In checking compacted depth, the cutting of test holes refilling with acceptable material and proper compaction will be the responsibility of the Contractor, or the Contractor’s testing agency.” Add the following paragraph: H.“Contractor’s testing agency will be responsible for all testing.” 3.29 PAVEMENT AND MATERIAL TESTING REQUIREMENTS Delete Paragraph A and Paragraph B, and replace with the following: “Contractor’s testing agency shall provide field Marshall control tests and one pair of core samples from asphalt base and surface courses, to check Marshall properties of in-place density and compacted depth. The cores are 4-inch (10 cm) diameter. One set of field Marshall tests and one pair of cores shall be provided for each day’s production. Submit all test results within 24 hours of receipt.” END OF SECTION 02510 Atwell Suites Hotel – Bozeman, MT 02529 - 1 CONCRETE SW, DRIVEWAYS, MISC. SECTION 02529 CONCRETE SIDEWALKS, DRIVEWAYS, APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS AND MISCELLANEOUS The following are additions, corrections, and/or deletions to Section 02529 of the Montana Public Works Standard Specifications. PART 1: GENERAL 1.2 REFERENCES Standard Drawings – Substitute Details shown within Civil plan sheets for Montana Public Works Standard Drawings. Work within City of Bozeman R/W shall comply with applicable COB standard details. PART 2: PRODUCTS 2.4 GRAVEL BASE MATERIAL Revise Paragraph A to read: “Furnish crushed base material meeting applicable requirements of Section 02235 and meeting the gradation requirement for crushed base course material. END OF SECTION 02529 Atwell Suites Hotel – Bozeman, MT 02581 - 1 PAVEMENT MARKINGS SECTION 02581 PAVEMENT MARKINGS The following items supplement Section 02581 of the Montana Public Works Standard Specifications for parking lot striping only. PART 1:GENERAL 1.1 SECTION INCLUDES A.Striping of parking stalls B.Handicap symbols 1.2 RELATED SECTIONS A.Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. PART 2:PRODUCTS 2.1 MATERIALS A.Pavement Marking: Traffic Paint, white, yellow or blue, as selected, or as indicated on Drawings. Provide paint compatible with pavement sealer and bituminous surface material. PART 3:EXECUTION 3.1 EXAMINATION A.Inspect areas and conditions under which traffic paint is to be applied. Do not proceed with work until unsatisfactory conditions have been corrected. 3.2 PREPARATION A.Protection 1.Protect adjacent curbs from misplaced pavement markings. B.Surface Preparation 1.Surface must be dry and free of dirt or loose particles. 2.Remove oil and grease with thinner, recommended by manufacturer of paint. 3.3 APPLICATION A.Sweep and clean surface to eliminate loose material and dust. Surface shall be clean and dry, free from loose dirt, grease, oil, etc. B.Do not apply traffic or lane marking paint until layout and placement have been verified with the construction drawings. If mismarking occurs, correct as directed by the Owner’s Representative. C.Comply with manufacturer’s recommendations. Apply at rate of 1 gallon per 80-100 square feet by machine to finished paving to define parking stalls, traffic directions, and similar items. Apply material as received from manufacturer without dilution; lines 4" wide or as indicated on drawings, other markings as shown. D.Apply no sooner than 30 days after completion of asphalt concrete paving. Atwell Suites Hotel – Bozeman, MT 02581 - 2 PAVEMENT MARKINGS 3.4 CLEANING A.Remove pavement markings misplaced or overrunning onto curbs. 3.5 PROTECTION A.Keep traffic off markings until dry. END OF SECTION 02581 Atwell Suites Hotel – Bozeman, MT 02660 - 1 WATER DISTRIBUTION SECTION 02660 WATER DISTRIBUTION PART 1 - GENERAL 1.4 STANDARD DRAWINGS: Delete: Standard Drawing No. 02660-3, Thrust Blocking for Water Main Valves Delete: Standard Drawing No. 02660-4, Fire Hydrant Setting Delete: Standard Drawing No. 02660-5, Hydrant Location Detail Delete: Standard Drawing No. 02660-6, Water Service Line Delete: Standard Drawing No. 02660-7, Blowoff Valve Add: City of Bozeman Standard Drawing No. 02660-3, Thrust Blocking for Water Main Valves Add: City of Bozeman Standard Drawing No. 02660-4, Fire Hydrant Add: City of Bozeman Standard Drawing No. 02660-5, Hydrant Location Detail Add: City of Bozeman Standard Drawing No. 02660-6, Water Service Line Add: City of Bozeman Standard Drawing No. 02660-7, Typical Blowoff Add: City of Bozeman Standard Drawing No. 02660-8, Hydrant Barrier Posts Add: City of Bozeman Standard Drawing No. 02660-10, Typical Valve/Tee Restraint Add: City of Bozeman Standard Drawing No. 02660-11, Water Main Crossing Below Existing Sewer Main Add: City of Bozeman Standard Drawing No. 02660-12, Water Service Line, 4” and Larger Add: City of Bozeman Standard Drawing No. 02660-12A, Typical Riser Configuration Add: City of Bozeman Standard Drawing No. 02660-13, Standard Fire Service Line Installation, Class I, II, and III Systems Add: City of Bozeman Standard Drawing No. 02660-14, Standard Fire Service Line Installation, Class IV and V Systems Add: City of Bozeman Standard Drawing No. 02660-15, Water Service Line from Curb Stop to Building (Lines 2” and Smaller) Add: City of Bozeman Standard Drawing No. 02660-16, Water and Sewer Main and Services Location Standards Add: City of Bozeman Standard Drawing No. 02660-17, Water Service Interior Clearances Add: City of Bozeman Standard Drawing No. 02660-18, Irrigation Meter Pit, ¾” or 1” Add: City of Bozeman Standard Drawing No. 02660-19, Irrigation Meter Pit, 1 ½” or 2” PART 2 - PRODUCTS 2.2 PIPE MATERIALS: B.Ductile Iron Pipe 1. Revise as follows: Furnish Class 51 wall thickness meeting AWWA C151, American National Standard for Ductile Iron Pipe for 12" diameter pipe and smaller. For pipe sizes greater than 12", furnish as specified in the contract documents. 2. Revise as follows: Use underground pipe having mechanical or push-on joints meeting AWWA C111. Use underground fittings having mechanical joints meeting AWWA C111. Use restrained joint pipe for all stream crossings and for pipe installed in casings. If restrained joints at fittings are required, use Megalug mechanical joint restraint or Megaflange restrained flange adapter, manufactured by EBBA Iron Sales, or Uni-flange Series 1400 retainer glands, manufactured by Ford Meter Box Company, MJ Field Lok® Series DI, manufactured by US Pipe, Field Lok® 350 Gaskets for push-on joints, manufactured by US Pipe, Sigma One-Lok Series SLD manufactured by Sigma Corporation, or approved equal. 4. Fittings: Delete the use of gray-iron fittings, add the following requirements: Atwell Suites Hotel – Bozeman, MT 02660 - 2 WATER DISTRIBUTION All fittings must be manufactured in accordance with applicable AWWA standards at ISO 9001-2000 approved manufacturing facilities. These manufacturing facilities must be covered under periodic audits by third party accreditation bodies for evaluations. These evaluations shall include manufacturing processes, quality control, corrective and preventative actions, and document control. In addition, distribution centers must be audited by Third Party Approval Agencies for periodic confirmation tests and surveillance audits. These periodic confirmation tests and surveillance audits shall document continuation of product approvals by auditing the entire quality systems including design, infrastructure, system implementation, distribution, training, quality control and assurance, and document control. All fittings must be manufactured in accordance with NSF 61. 5. Joints a. Revise as follows: Assure the fitting interior is cement mortar lined meeting AWWA C104, or fusion-bonded epoxy lined meeting ANSI/AWWA C116/A21.16. Assure the fitting exterior is bituminous tar coated 1 mil thick or fusion-bonded epoxy lined meeting ANSI/AWWA C116/A21.16. Use compact fittings having a rated working pressure of 350 psi following manufacturer recommended laying lengths. 6. Couplings: Delete the use of cast iron or gray iron sleeves. Add the following requirements: a.4) Furnish one of the following copper to copper compression connection couplings: Mueller H15403; Ford C44-xx-Q style; or AY McDonald 4758Q for 3/4", 1", 3/4" x 1", and 1" x 1 1/2". No connection couplings are permitted from the corporation stop to the curb stop for ¾" and 1" services. 5) Hymax® couplings shall not be used. C.Polyvinyl Chloride (PVC) Pressure Pipe: Delete the use of this pipe material for water lines D.Concrete Cylinder Pipe: Delete the use of this pipe material for water lines E.Water Service Pipe Revise this section as follows: 1.Use copper or ductile iron pipe in water service line construction as specified in the contract documents and meeting the following specifications. a.Furnish service pipe of the size or sizes specified. A water line is designated a service line or water main based on its use, not its size. Generally, a line serving a single building or facility is considered a service line; a line serving more than one building, or intended to serve more than one building or facility is generally designated a water main. The standard sizes of services are 3/4", 1", 1½", 2", 4", 6", or 8". The minimum size of a fire service is 1". b.Unless otherwise shown on the plans, furnish and install the service pipe from the main to 8 feet past the property line with a curb stop and curb box installed 8 feet past the property line. Install the water service lines in accordance with City of Bozeman Standard Drawings 02660-6 and 02660-12 and where applicable with "City of Bozeman Fire Service Line Standard", City of Bozeman Standard Drawings 02660-13 and 02660-14. c.Copper Service Pipe Atwell Suites Hotel – Bozeman, MT 02660 - 3 WATER DISTRIBUTION 1)Use copper, type K annealed, meeting AWWA Standard C800. Use straight lengths for 1.5” and 2” services. d.Polyethylene Service Pipe: Delete the use of this pipe material for permanent water lines. e.Ductile Iron Pipe 1)Use ductile iron pipe for water service lines that are 4" in diameter or larger. Furnish ductile iron pipe which conforms to the requirements of Section 02660. 2.3 TAPPING SLEEVES AND VALVES: Revise this section as follows: A.Tapping sleeves shall be ductile iron or stainless steel, split-sleeve, mechanical joint type with end and side gaskets. They shall have a Class 125, ANSI B16.1 outlet flange. They shall be rated for a minimum of 200 psi working pressure and shall contain a threaded plug for testing purposes on the neck or body of the tapping sleeve. Gaskets shall be manufacturers' standard suitable for use in potable water systems. Bolts and nuts shall be Cor-Ten, Dura-Bolt, or stainless steel. The sleeve shall be as manufactured by Mueller Company, Model H-615 or H-304, or as manufactured by Romac Industries, “SST” Stainless Steel Tapping Sleeve with ductile iron flanged outlet; unless otherwise approved by the City of Bozeman. B.Tapping valves shall be as specified in Section 02660 2.8 A. 3, with flanged inlets compatible with the flange of the tapping sleeve and mechanical joint outlet. Tapping valves shall be iron body, bronze mounted gate valves with non-rising stems with design, construction and pressure rating conforming to AWWA Specification C509. Stem seals shall be double "O" ring seals designed so that the seal above the stem collar can be replaced with the valve under pressure in full open position. C.The tapping sleeve and valve shall be furnished and installed by the Contractor and the wet tap made by the City of Bozeman Water Department with the cost paid by the Contractor. The Contractor shall excavate the existing main at the location to be tapped to confirm the appropriate pipe dimensions prior to ordering the fittings. The tapping sleeve shall be installed with the outlet set on the horizontal plane. A concrete thrust block shall be installed behind the tee. 2.4 CORPORATION STOPS: Revise this section as follows: 1.Furnish 300 psig ball valve brass corporation stops with inlet end to suit tapping requirements and conductive compression connection outlet for type K copper tubing. Furnish either Mueller B25008, Ford FB1000-x-Q, or A.Y. McDonald 4701BQ corporation stops. 2.5 SERVICE CLAMPS: Revise this section as follows: 1.Furnish flat, double strap, bronze metal service clamps (service saddles) with Neoprene gaskets and corporation stop threads. Use Mueller BR 2 B Series, Ford 202B, or AY McDonald 3825. 2.6 CURB STOPS: Revise this section as follows: 1.Furnish curb stops with ball type curb valves with Minneapolis pattern screw box mounts for 3/4", 1", 1½", and 2" services, with 90º open to close operation. Furnish curb stops that conform to the following: Atwell Suites Hotel – Bozeman, MT 02660 - 4 WATER DISTRIBUTION Service Size Curb Valve and Curb Stop 3/4"Ford Ball Valve Curb Stop B44-333-M-Q 1½" Minneapolis Thread, Mueller B- 25155 1½" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182- 035 1"Ford Ball Valve Curb Stop B44-444-M-Q 1½" Minneapolis Thread, Mueller B- 25155 1½" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182- 192 1½"Ford Ball Valve Curb Stop B44-666-M-Q 2" Minneapolis Thread, Mueller B- 25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-137 2"Ford Ball Valve Curb Stop B44-777-M-Q 2" Minneapolis Thread, Mueller B- 25155 2" Minneapolis Thread, or A.Y. McDonald 6104Q, part number 4182-081 2.7 CURB BOXES: Revise this section as follows: 1.Furnish Minneapolis pattern base, extension type curb boxes having 7 foot extended lengths. Provide 5-foot stationary rods in all curb boxes. Use the following curb boxes: ¾” and 1” Curb Stops: Mueller H10388 curb box 1 ¼” top with a 2 ½” base tapping (with a 2 ½” x 1 ½” standard black hex bushing a 5/8” stationary rod) Ford EM2-70-58 curb box 1 ¼” top with a 2 ½” base tapping (with a 2 ½” x 1 ½” standard black hex bushing a 9/16” stationary rod) 1 ½” and 2” Curb Stops: Mueller H10304 curb box 2” top with 3” base tapping (with a 3” x 2” standard black hex bushing and ¾” stationary rod that fits with 2” top section) or A.Y. McDonald Model 5624 2.Center and place the top section of a valve box with lid over all curb boxes that fall within asphalt pavement. 2.8 VALVES: A.Gate Valves: Revise this section as follows: 3.Gate valves shall be used for all lines from 4” up to and including 20”. Furnish gate valves for underground installation equipped with a 2-inch square operating nut for key operation. All valves are to open counterclockwise. Valves are to be equipped with mechanical joints for pipe connections. Furnish Mueller 2360 valves or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 12” and smaller, and Mueller 2361 or American Flow Control Series 2500 Ductile Iron Resilient Wedge Gate valves for sizes 14” to 20”, or American AVK Series 65 Ductile Iron Resilient Wedge Gate Valves for sizes 4” through 12”, Series 45 for 14” and 16” valves, and Series 55 for 18” and 20” valves, or Kennedy 8572/8571 for 12” and smaller and 7572/7571 for 14” to 20”. Bolts and nuts for the stuffing box, wrench nut cap screw, and bonnet shall be Type 304 stainless steel. B.Butterfly Valves Revise this section as follows: 1.Furnish Class 250, rubber seated, butterfly valves for water distribution systems sized 24” and larger, meeting AWWA C504 requirements. Valves to be equipped with mechanical joint ends and lubricated screw type operators designed for underground service. Furnish butterfly valves by Mueller, Kennedy, ValMatic Series 2000, or M&H. All fasteners shall be Type 304 stainless steel. Atwell Suites Hotel – Bozeman, MT 02660 - 5 WATER DISTRIBUTION Add the following section: C. OS & Y Valves 1.For service lines 4” and larger, furnish a UL listed flanged Kennedy, American Flow Control, or Mueller OS & Y valve as the first fitting inside the building. For fire service lines 2” and smaller, furnish a NIBCO T-104-0 OS & Y valve as the first fitting inside the building. Bolts and nuts for the stuffing box, wrench nut cap screw, and bonnet shall be Type 304 stainless steel. 2.9 VALVE BOXES: Add the following requirement: B.Valve boxes shall be East Jordan Iron Works 8560 series. Valve box lids for fire service lines shall be East Jordon Iron Works Product Number 06800029 or approved equal. 2.10 FIRE HYDRANTS: Revise this section as follows: B.Furnish hydrants with 5¼" valve openings, flanged inlet, one 5" storz connection and two 2½" hose connections. Storz connectors to be by Harrington Company. Assure hose nozzle threads meet ASA Specification B26 for National Standard Fire Hose Coupling Screw Threads, 7½ threads per inch. Furnish National Standard operating nut. Furnish hydrants opening counterclockwise and having an arrow on the hydrant top designating the opening direction. D.Paint the hydrant portion above the ground line red. Furnish hydrants so that there is a minimum of 6½' of cover over the hydrant lead unless specified otherwise on the approved plans. Furnish Mueller Super Centurion 250 model hydrants or Waterous 5 ¼” Pacer model hydrants per Water Department specifications, or American AVK Series 2780 Nostalgic Fire Hydrant, or Kennedy K81D hydrant. Furnish Mueller Defender Security Device, with locks keyed to City of Bozeman Standard, for each hydrant installed. Add the following sections: 2.13 METER PITS A.Meter pit installations may be allowed for certain service lines such as for irrigation systems. The use of meter pits must be specifically approved by the Water Superintendent. If the use of a meter pit is allowed, the following Manufacturers are approved: Mueller, AY Mc Donald, and Ford. The Meter Department shall approve specific models proposed for use on a case-by-case basis. 2.14 “NO-LEAD” BRASS A.Brass components of waterworks materials in contact with potable water shall be of No- Lead Alloy (UNS/CDA No. C89833). Components that do not come in contact with potable water shall be UNS/CDA No. C83600-85-5-5-5 and shall conform to AWWA Standard C800 (ASTM B-62 and ASTM B-584). 2.15 INSULATION A.Insulation for water pipelines shall be expanded polystyrene rigid board foam plastic with a compressive strength of 60 psi at 10% deformation, minimum. PART 3 – EXECUTION Atwell Suites Hotel – Bozeman, MT 02660 - 6 WATER DISTRIBUTION 3.2 PIPE INSTALLATION FOR WATER MAINS C.Laying of Pipe: Revise as follows: 10. Construct reaction or thrust blocks at all tees, tapping tees, plugs, valves (except tapping valves and hydrant auxiliary valves that are part of a hydrant assembly), reducers, caps, vertical bends, and at horizontal bends deflecting 22½° or more. Limit using metal rods or straps for thrust restraint to those specified on the plans, or where the use of concrete thrust blocks would be impractical. Do not use metal rods or straps unless specifically approved by the City of Bozeman. Construct reaction blocks from concrete having a minimum compressive strength of 3,000 pounds per square inch at 28 days. Place blocking between undisturbed ground and the fitting to be anchored, as shown on Standard Drawing 02660-1. The size of thrust (gravity) blocks for vertical bends will be as designed by the Engineer. Place the blocking so that pipe and fitting joints are accessible for repair. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug® , Uni- FlangeTM , MJ Field Lok® Series DI, Field Lok® 350 Gaskets for push-on joints, manufactured by US Pipe, Sigma One Lok Series SLD manufactured by Sigma Corporation, or approved equal joint restraints, for all fittings that require thrust restraint, except for cut-in or tapping tees (for mains or services) and bends on service lines inside building foundations, unless specifically prohibited by the City of Bozeman. Install the mechanical restraints in accordance with manufacturer’s specifications and at all joints as specified by the Engineer. D.Pipe Jointing 1.Rubber Gasket, “Push-On” Joints: Add the following requirement: b.All sections of newly installed water main shall provide continuity for electrical current. In order to provide continuity, insert a minimum of three brass or bronze conductive wedges in the joints of ductile iron pipe. Insert a copper wedge between cast iron and ductile iron pipe joints in accordance with manufacturer's recommendations. Conduct a continuity test of new mains when required by the Engineer or City of Bozeman. 3.Connections to Existing Mains: Add the following requirements: c.All wet taps to water mains in use shall be made by the City of Bozeman Water Department at the expense of the Contractor. All dry taps or connections shall be made by the Contractor. Any new or existing valve which controls water in the municipal system shall be operated by City of Bozeman personnel only. The Contractor shall pressure test tapping tees prior to tapping by the Water Department. The tapping tees shall be hydrostatically pressurized to a minimum pressure of 200 psi, and the testing apparatus shall be in place for verification by the Water Department tapping personnel. d.The Contractor is responsible for 24-hour advance notification, in writing, to all affected customers of a water main shut-down. The written notification is to include the date, time and estimated duration of interrupted service. The written notification is also to include the name and phone number of the Contractor's representative who is coordinating the shut-down as well as the phone number of the City of Bozeman Water Department. All commercial customers affected by the water main shut-down must sign a notification sheet acknowledging that they have been informed of the date and time of the shut-down. The City of Bozeman reserves the right to determine the likely duration of the main Atwell Suites Hotel – Bozeman, MT 02660 - 7 WATER DISTRIBUTION shut-down based on the proposed work and Contractor experience, and require the installation of temporary water services by the Contractor. e.Clean and disinfect temporary water systems in accordance with the requirements for cleaning and disinfecting new water mains. Do not connect existing services to the temporary system until bacteriological tests show successful disinfection. Provide backflow protection at the point of connection of the temporary system to the municipal system, and at each point of connection of the temporary water system to the individual services. f.Remove any existing blow-offs or temporary flushing hydrants upon completion of the connection to the existing main, and install a brass plug upon removal of the corporation stop. Add the following section: D.Pipe Insulation 1.If the Water Superintendent has allowed water pipe to be installed with less than 6.5 feet of cover, provide insulation as directed by the Engineer. 2.Provide insulation as directed by the Engineer where water pipes cross any storm drains or culverts. 3.3 POLYETHYLENE ENCASEMENT A.Revise this section as follows: Polyethylene encasement or other corrosion protection is not required unless corrosive soils are encountered or anticipated. When specified for corrosion protection, wrap all direct bury cast or ductile iron pipe and fittings including hydrants, valve boxes, curb boxes, and all other metal parts and surfaces, in polyethylene encasement. B.Polyethylene encasement for use with ductile iron pipe shall meet all the requirements for ANSI/AWWA C105/A21.5, Polyethylene encasement for Ductile Iron Pipe Systems, and shall be V-Bio Enhanced Polyethylene Encasement. C.The polyethylene encasement shall be overlapped one foot in each direction at 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. Add the following new section: 3.3.5 DETECTABLE BURIED WARNING TAPE A.Install detectable warning tape centered over all water mains, service lines, and hydrant leads. Install tape a minimum of 18” and maximum of 24” below finish grade. 3.4 TESTING, CLEANING & DISINFECTING WATER MAINS, VALVES & FITTINGS A.Hydrostatic and Leakage Testing 1.Add the following: The required minimum hydrostatic pressure for any test is 200 psi. 2.Add the following: Assure that the testing gauge is marked in increments no greater than 10 psi. Atwell Suites Hotel – Bozeman, MT 02660 - 8 WATER DISTRIBUTION 4.Revise this section as follows: Conduct the leakage test concurrently with the hydrostatic pressure test for 2 hours. Leakage is defined as (1) the quantity of water supplied into the pipe, or any valved section thereof, necessary to maintain pressure within 5 PSI of the specified test pressure (after the pipe has been filled with water and purged of air) for the duration of the 2 hour test period, and (2) the quantity of water supplied into the pipe, or any valved section thereof, required to return the pressure to the specified test pressure at the end of the 2 hour test period. Add the following requirements: 11. Chlorination, testing, and sampling shall comply with AWWA Standard C651-92. There shall be no allowable leakage for resilient seat gate valves. At least 24 hours prior to beginning water main tests, a testing schedule shall be submitted by the Contractor to the City Engineering Office for approval. The schedule shall specify the proposed sequence of testing and the methods and procedures which will be used to complete the tests. Hydrostatic and leakage testing shall not be conducted concurrently with chlorination of water mains. All heavily chlorinated water must be flushed from the system prior to pressurizing the new mains. 12.Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling, testing, chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only, with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 13. Allow five days after placement of concrete for thrust blocks before performing hydrostatic or leakage testing. If high-early strength concrete is used, allow two days after placement of concrete before performing hydrostatic or leakage testing. Provide adequate cold blocking as required for all thrust blocks that will not have the necessary curing time prior to testing. 14. For sections of mains that cannot be hydrostatically tested, assure that all joints are visually inspected for leakage under line working pressure by City of Bozeman representative prior to backfilling. B.Cleaning Water Mains: Add the following requirements: 5.Prior to any main flushing the City of Bozeman Engineering Office shall be notified and provided with a flushing schedule and plan a minimum of 24 hours in advance of any main flushing. The City of Bozeman Fire Department shall be allowed adequate access to conduct pressure and flow testing of fire hydrants during the flushing process. 6.Any existing or new water main valves which are used to take water from the City of Bozeman distribution system for the purpose of filling, testing, chlorination or flushing, shall be operated by the City of Bozeman Water Department personnel only with the Contractor requesting such operation at least 24 hours in advance. All existing water main valves are to be operated only by City of Bozeman Water Department personnel. 7.Install an adequately-sized corporation stop on all main stubs longer than 10 feet to allow for the flushing of the stubs (see Table 1 MPW Section 02660). Following completion of all tests, remove corporation stops, install brass plugs, and assure plugs do not leak after main has been charged. A representative from the City of Bozeman must witness this work. Atwell Suites Hotel – Bozeman, MT 02660 - 9 WATER DISTRIBUTION C.Disinfecting Water Mains 3.Methods of Chlorination a.1) Tablet Method: Revise this section as follows: a) The tablet method consists of placing calcium hypochlorite granules (tablets shall not be used) in the water main as it is being installed and then filling the main with potable water when installation is completed. This method may be used only if the pipes and appurtenances are kept clean and dry during construction. b) Placing of calcium hypochlorite granules. During construction, calcium hypochlorite granules shall be placed at the upstream end of the first section of pipe, at the upstream end of each branch main, and at 500-foot intervals. The quantity of granules shall be as shown in Table 2. c) Warning: This procedure must not be used on solvent welded plastic or on screwed-joint steel pipe because of the danger of fire or explosion from the reaction of the joint compounds with the calcium hypochlorite. d) When installation has been completed, fill the main with water at a velocity not exceeding 1 fps. Take precautions to assure that air pockets are eliminated. Leave this water in the pipe for at least 24 hours. If the water temperature is less than 41°, leave the water in the pipe for at least 48 hours. Position valves so that the chlorine solution in the main being treated will not flow into water mains in active service. TABLE 2 OUNCES OF CALCIUM HYPOCHLORITE GRANULES TO BE PLACED AT BEGINNING OF MAIN AND AT EACH 500-FT INTERVAL Pipe Diameter (d) (in.)Calcium Hypochlorite Granules (oz.) 4 1.7 6 3.8 8 6.7 10 10.5 12 15.1 14 and larger D2 x 15.1 Where D is the inside pipe diameter in feet D = d/12 D.Bacteriological Tests 1.Revise this section as follows: After final flushing and before the water main is placed in service, test a sample, or samples, collected from the main(s) for turbidity and organisms. Collect at least one sample for every 1200 feet of new main and from each branch. a.Once the water main has been flushed following the successful completion of chlorination and pressure testing, the water line must be refilled with water and allowed to sit a minimum of 24 hours prior to the collection of samples for bacteriological tests. A second set of samples is to be taken a minimum of 24 hours after the first set of samples. Samples shall be taken in accordance with AWWA Standard C651-92. Atwell Suites Hotel – Bozeman, MT 02660 - 10 WATER DISTRIBUTION New water mains shall be placed in service by City of Bozeman personnel only. b.Collect samples from new water mains out of service lines or temporary taps. Samples may only be taken out of fire hydrants or flushing hydrants if approved in advance by the City of Bozeman. If hydrants are approved as sample locations, operate hydrants using the auxiliary valves or curb stops to prevent groundwater from entering hydrant. Assure that hydrants are kept from freezing during testing. c.Following the completion of bacteriological tests, assure that all temporary piping has been removed, and all temporary corporation stops have been removed and replaced with brass plugs. 3.6 VALVES A.Add the following requirement: For butterfly valves, set the operating nut on the west side of mains that run north-south, and on the north side of mains that run east-west. C.Valve Thrust Blocks 1.Revise this section as follows: Install valves with thrust blocks and anchor rods meeting City of Bozeman Standard Drawing 02660-3 requirements. Thrust blocks are required on all valves size 6" and larger, except for tapping valves and hydrant auxiliary valves attached to the hydrant shoe flange. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug®, Uni-FlangeTM, MJ Field Lok® Series DI, or approved equal joint restraints. 3.7 FIRE HYDRANTS B.Revise this section as follows: Provide drainage at the hydrant base by placing clean gravel under and around it. Place gravel at least 1 foot on all sides from the base of the hydrant to at least 6 inches above the drain opening. Brace the hydrant against undisturbed earth at the trench end with concrete backing as detailed on the plans. In lieu of concrete thrust blocks, thrust restraint may be provided utilizing Megalug® , Uni- FlangeTM , or approved equal joint restraints. Furnish hydrants with the specified gate valves. Install hydrants meeting City of Bozeman Standard Drawings 02660-4 and 02660-5. Where no curb exists or the minimum distance of three feet behind the curb cannot be met or there is no other adequate protection, install protective barrier posts in accordance with City of Bozeman Standard Drawing 02660-8 when required by the Water Superintendent. Protect the hydrant from damage during installation and backfilling operations. Hydrants may be subject to replacement by the Contractor if any of the protective paint coating is damaged during installation. If hydrant extensions are required, only one coupler will be allowed on the operating rod. 3.8 SERVICE LINE INSTALLATION: Revise this section as follows: A.Provide all work and materials for the complete service line installation, including trench excavation and backfill; making the water main tap; furnishing and installing the corporation stop, curb stop and box, service clamp where necessary, and service line with fittings as required to make the connections to the stops. Provide a minimum of 6½ feet and a maximum of 8 feet of cover measured as noted on City of Bozeman Standard Drawing No. 02660-6. Use compression fittings for all service line fittings. Do not use sweat or solder fittings. Use a continuous length of pipe with no couplings between the corporation stop and the curb stop for 3/4" and 1" services. B.Mark the water service line stub end using a steel fence post painted blue, 6.5 feet long, buried 2.5 feet in the ground. Set post 1’ from curb box. After bacteriological tests have Atwell Suites Hotel – Bozeman, MT 02660 - 11 WATER DISTRIBUTION passed and the test results have been submitted to the Water Department, open all curb stops in the presence of the Engineer to assure the service lines are flushed and all corporation stops are open. All main line valves are to be operated by Water Department personnel only. C.Service line installation from the end of the stub into the building shall be as per City of Bozeman Standard Drawings 02660-12 or 02660-15. Service lines shall not be installed from the end of the stub into the building until the main line has been accepted by the City and placed into service. The water service line from the stub into the building may be reduced in size, however the size reduction must be made within 18” of the curb stop or outside valve. Connections to existing stubs (either for domestic or fire service) that have remained dormant or unused longer than 6 months may require re-flushing or disinfection at the discretion of the Water Superintendent prior to being placed into service. The Water Superintendent may require bacteriological testing to assure that the dormant line has not become contaminated. 3.9 TAPPING: Revise this section as follows: A.Tap the newly installed water mains unless specified otherwise. Provide a minimum distance of 18" between service taps. The City of Bozeman Water Department will tap any existing water mains. For taps on existing mains, the Contractor is responsible for scheduling and coordinating with the Water Department. The Contractor will be charged a fee for each tap made by the Water Department. All taps on existing mains require tapping saddles and corporation stops to be supplied and installed by the Contractor prior to tapping of the main by the Water Department. B.Perform tapping using an approved tapping machine using clean, sharp drill taps and/or shell cutters. 3/4-inch and 1-inch taps may be made directly into the barrel of ductile iron pipe without using service saddles. Direct tap into the pipe barrel to the depth exposing a maximum three threads of the corporation stop. Taps greater than 1" on a 6" line require the use of saddle clamps. Taps 4" and larger to existing water mains which are 4" and larger require the use of a tapping sleeve and valve. END OF SECTION 02660 Atwell Suites Hotel – Bozeman, MT 02720 - 1 STORM DRAIN SYSTEMS SECTION 02720 STORM DRAIN SYSTEMS For storm drain systems associated with this project, Contractor shall strictly adhere to the City of Bozeman Modifications to the Montana Public Works Standard Specifications 6th Edition including latest addenda. END OF SECTION 02720 Atwell Suites Hotel – Bozeman, MT 02730 - 1 GRAVITY SEWER MAINS & SERVICES SECTION 02730 GRAVITY SEWER MAINS AND SERVICES For gravity sewer mains and services associated with this project, Contractor shall strictly adhere to the City of Bozeman Modifications to the Montana Public Works Standard Specifications 6th Edition including latest addenda. END OF SECTION 02730 Atwell Suites Hotel – Bozeman, MT 03310 - 1 STRUCTURAL CONCRETE SECTION 03310 STRUCTURAL CONCRETE The following are additions, corrections, and/or deletions to Section 03310 of the Montana Public Works Standard Specifications. PART 1: GENERAL 1.3 QUALITY ASSURANCE Revise Paragraph B to read: “Concrete Testing: The Contractor shall employ, at his expense, a testing laboratory acceptable to the Engineer to perform material evaluation tests and/or perform the mix design prior to placing any concrete. The Contractor shall employ a qualified individual to perform all acceptance testing during the onsite placement of the concrete. Retesting or additional testing of concrete or materials failing to meet the requirements of these specifications shall be done by the Contractor at no additional cost to the Owner.” PART 3: EXECUTION 3.7 TESTING Revise Paragraph A to read: “All concrete must be tested by an ACI Grade I or equivalent certified testing technician. Unless otherwise specified, the Contractor shall be responsible for employing a qualified individual for all acceptance testing during the onsite placement of the concrete. Revise Section 3.7 – TESTING to reflect that Contractor shall be responsible for employing a qualified third party to perform all materials testing including: slump tests, cylinder molding, compression tests, air content tests, and all other necessary testing required to satisfy these specifications. END OF SECTION 03310 Atwell Suites Hotel – Bozeman, MT 17000 - 1 MEASUREMENT SECTION 17000 MEASUREMENT General: The following shall constitute the measurement of work items completed under the General Civil Site Work Specifications. Payment shall be according to project manual for the completed work furnished, installed and accepted. The cost of any incidental work or materials required to complete the work, although not specifically stated herein, shall be merged with and become part of the remaining work items. Costs of bonds, insurance, and mobilization shall be merged into the project and will not be paid separately. Item #101 Existing Site Demolition Measurement shall be as a lump sum for the completed and accepted item of work. This item shall include all equipment, materials and labor necessary to perform demolition of existing site features as shown on the plans, including sawcutting where necessary and disposal in a safe and legal manner. Include necessary demolition of existing landscaping/sod areas and elevation adjustment to existing features as necessary for regrading and sitework. Protect and maintain all items on adjacent properties or items designated to remain onsite. Payment shall be a portion of the contract lump sum price. Item #102 Site Excavation & Embankment Measurement shall be as a lump sum for the completed and accepted item of work. This bid item shall include all equipment, materials, labor and earthwork necessary to bring the site and surrounding areas to the elevations, grades, and subgrades indicated by the contract documents. Include imported fill materials, exported waste materials, excavation, transporting, grading, compacting, processing, or otherwise working with native soil materials to achieve the desired elevations and grades. Note: bid item does not include excavation associated with building footprint. Payment shall be a portion of the contract lump sum price. Item #103 8″ Class 51 DIP Water Main & Appurtenances Measurement shall be per lineal foot of 8-inch Class 51 DIP piping from the connection to the existing City of Bozeman water main as shown on the drawings to the termination point, completely installed and accepted. Work shall include all pipe, pipe installation, connection to existing water main, trench excavation, backfill, compaction, Type ‘A’ backfill, pipe bedding, fittings, thrust blocks, polywrap, valves, testing, disinfection, bacteriologic testing, and all incidental work necessary to install the pipe in conformance with the contract documents and City of Bozeman requirements. Payment shall be a portion of the contract lump sum price. Item #104 Fire Hydrant Measurement shall be per each fire hydrant installed where shown on the drawings or as directed by the Engineer. The work includes supplying and installing the new 6” hydrant lead piping, hydrant tee, 6” auxiliary gate valve with box, fire hydrant, hydrant riser extensions where required, polywrap, thrust and anchor blocking, drain gravel, all additional excavation, backfill and compaction required, processing backfill materials, providing import backfill if necessary, imported Type I bedding, and all other work necessary for complete installation of each fire hydrant assembly. Include coordination with City of Bozeman Public Works Department and/or Fire Department for any additional hydrant requirements. Payment shall be a portion of the contract lump sum price. Atwell Suites Hotel – Bozeman, MT 17000 - 2 MEASUREMENT Item #105 6” Class 51 DIP Fire Line Measurement shall be as a lump sum for 6” Class 51 DIP fire line piping completely installed and accepted. Work shall include all pipe, pipe installation, connection to new water main, trench excavation, backfill, compaction of ‘A’ backfill, pipe bedding, fittings, valves, valve boxes, polywrap, disinfection, bacteriologic testing, and all incidental work necessary to install the pipe in conformance with the contract documents. Measurement is from connection to new water main to a point 5’ from the new building foundation. Payment shall be a portion of the contract lump sum price. Item #106 4” Class 51 DIP Water Service Measurement shall be per lineal foot of 4” Class 51 DIP water service line completely installed and accepted. Work shall include all pipe, pipe installation, connection to new water main, trench excavation, backfill, compaction of ‘A’ backfill, pipe bedding, fittings, valves, valve boxes, polywrap, disinfection, bacteriologic testing, and all incidental work necessary to install the pipe in conformance with the contract documents. Measurement is from connection to new water main to a point 5’ from the new building foundation. Payment shall be a portion of the contract lump sum price. Item #107 AC Surfacing: 4” AC, 10” CBC, Mirafi RS380i Fabric Measurement shall be per square yard of asphaltic concrete, including subgrade preparation, crushed base course, and geotextile, installed and accepted. AC section shall include furnishing materials, spreading, compacting, asphaltic tack coat, mix-designs, testing, and any appurtenant items necessary for the completion of pavement section per the drawings. Payment shall be a portion of the contract lump sum price. Item #108 Pavement Markings Measurement shall be lump sum for the completed and accepted item, and shall include all materials, equipment and labor required to apply pavement markings in accordance with the Contract Documents. Markings shall include all striping of the parking lot as shown on the site plan. Work shall be completed in accordance with these plans and specifications. Payment shall be a portion of the contract lump sum price. Item #109 4” Concrete Sidewalks Measurement shall be by the square foot of sidewalk and other concrete flatwork exterior to building footprint, installed per contract documents and accepted. Include all materials, subgrade prep, gravel base course, equipment, and labor necessary for a complete installation. Also include ramps where shown on the drawings. All work shall be completed in strict accordance with ADA requirements. Payment shall be a portion of the contract lump sum price. Item #110 6” Concrete Slabs Measurement shall be by the square foot of concrete slab and other concrete flatwork exterior to building footprint, installed per contract documents and accepted. Include all materials, subgrade prep, gravel base course, reinforcement, equipment, and labor necessary for a complete installation, and shall include ramps per the drawings. Payment shall be a portion of the contract lump sum price. Item #111 6” Stamped Concrete Slabs Measurement shall be by the square foot of stamped concrete slab and other concrete flatwork exterior to building footprint, installed per contract documents and accepted. Include all materials, subgrade prep, gravel base course, reinforcement, equipment and labor necessary for a complete installation, and shall include ramps per the drawings (reference Architectural Drawings for additional information). Payment shall be a portion of the contract lump sum price. Atwell Suites Hotel – Bozeman, MT 17000 - 3 MEASUREMENT Item #112 Curb & Gutter (public & private) Measurement shall be by the lineal foot of concrete curb and gutter installed per contract documents and accepted. Measurement shall be along the installed face of curb. Include all materials, subgrade prep, crushed base course gravel, equipment, and labor necessary for a complete installation. All work within public R/W shall be completed according to applicable COB requirements. Payment shall be a portion of the contract lump sum price. Item #113 Concrete Double Gutter (not included in C&G) Measurement shall be per lineal foot of concrete double gutter installed per contract documents, and accepted. Measurement shall be along the installed flowline of the channel. Include all materials, reinforcement, equipment, and labor necessary for a complete installation; also include the underlying compacted gravel base course material as shown in detail. Payment shall be a portion of the contract lump sum price. Item #114 3-ft Valley Gutter Measurement shall be by the lineal foot of valley gutter installed per contract documents and accepted. Measurement shall be along the installed centerline. Include all materials, subgrade prep, equipment and labor necessary for a complete installation. Measurement also includes gravel base course beneath valley gutter section. Payment shall be a portion of the contract lump sum price. Item #115 8” SDR 35 PVC Sewer Service Measurement shall be per lineal foot of 8” PVC gravity sewer service completely installed in accordance w/ MPWSS and these specifications, as well as local & DEQ requirements. Measurement shall be from the connection point to the existing main to a point 5’ from the new hotel foundation and shall include all PVC pipe, fittings, installation, trench excavation, trench backfill and compaction, imported pipe bedding above and below pipe springline, processing of backfill materials, providing imported backfill material where necessary, insulation, coordination with City of Bozeman, other work necessary to install pipe at the specified grade in conformance with the contract documents, and to correct unacceptable installation as determined by Engineer or by required pipeline test results. Payment shall be a portion of the contract lump sum price. Item #116 4” SCH 40 PVC Sewer Service Measurement shall be per lineal foot of 4” PVC gravity sewer service completely installed in accordance w/ MPWSS and these specifications, as well as local & DEQ requirements. Measurement shall be from the connection point to the existing main to a point 5’ from the new hotel foundation, including connections to new grease interceptor (refer to Item #117) and shall include all PVC pipe, fittings, installation, trench excavation, trench backfill and compaction, imported pipe bedding above and below pipe springline, processing of backfill materials, providing imported backfill material where necessary, GI connections, insulation, coordination with City of Bozeman, other work necessary to install pipe at the specified grade in conformance with the contract documents, and to correct unacceptable installation as determined by Engineer or by required pipeline test results. Payment shall be a portion of the contract lump sum price. Item #117 Grease Interceptor, Vent, etc. Measurement shall be as a lump sum for the completely installed grease interceptor, and shall include materials, equipment and labor necessary for a complete installation. Include all excavation, backfill, compaction, subgrade preparation, pre-cast structure with all internal piping, vents, walls, baffles, risers, pipe penetrations, rings, frames, covers, testing, connections to influent/effluent piping and vent line, and other work necessary for completion of this item including necessary routing of required vent piping as shown on the drawings. Payment will be at the contract lump sum price. Atwell Suites Hotel – Bozeman, MT 17000 - 4 MEASUREMENT Item #118 4” SCH 40 PVC SD Piping Measurement shall be per lineal foot of 4” PVC piping completely installed, as shown on the plans, and shall include all pipe, installation, trench excavation, backfill and compaction, imported pipe bedding above and below pipe spring-line, manhole/storm inlet connections, connections 4”, 8” and 12” SD lines, fittings, other work necessary to install pipe at the specified grade in conformance with these contract documents, and to correct unacceptable installation as determined by Engineer or by required pipeline test results. Payment shall be a portion of the contract lump sum price. Item #119 8” SDR 35 PVC SD Piping Measurement shall be per lineal foot of 8” PVC piping completely installed, as shown on the plans, and shall include all pipe, installation, trench excavation, backfill and compaction, imported pipe bedding above and below pipe spring-line, manhole/storm inlet connections,flared-end terminal sections & trash guard (where applicable),connections to 12” SD lines, fittings, other work necessary to install pipe at the specified grade in conformance with these contract documents, and to correct unacceptable installation as determined by Engineer or by required pipeline test results. Payment shall be a portion of the contract lump sum price. Item #120 12” SDR 35 PVC SD Piping Measurement shall be per lineal foot of 12” PVC piping completely installed, as shown on the plans, and shall include all pipe, installation, trench excavation, backfill and compaction, imported pipe bedding above and below pipe spring-line, manhole and storm inlet connections,flared-end terminal sections & trash guard (where applicable),downspout connections, fittings, other work necessary to install pipe at the specified grade in conformance with these contract documents, and to correct unacceptable installation as determined by Engineer or by required pipeline test results. Payment shall be a portion of the contract lump sum price. Item #121 Storm Drain Manhole/Inlet (30” Diameter) Measurement shall be per each storm sewer manhole or inlet installed regardless of structure height, and shall include materials, equipment and labor necessary for a complete installation. Include all excavation, backfill, compaction, subgrade preparation, processing of backfill material, imported backfill material as necessary, precast structures, risers, slabs, pipe penetrations, gaskets, rings, frames, covers, steps, grout, flow channels or sumps (as applicable), fillets, testing, and other work necessary for completion of this item. Payment shall be a portion of the contract lump sum price. Item #122 Storm Drain Manhole/Inlet (48” Diameter) Refer to Item #121 above. Item #123 ADA Parking Sign (w/ Pipe Bollard) Measurement shall be per each for the complete and accepted item of work. This bid item shall include equipment, materials, labor and installation necessary to install pipe bollard, pole, signage, etc. as described on the plans and other incidental work necessary to complete the installation. Payment shall be a portion of the contract lump sum price. Item #124 Landscaping & Irrigation Measurement shall be as a lump sum for the complete and accepted item of work. This bid item shall include equipment, materials, labor and installation necessary to install the landscaping and irrigation as described on the plans, including irrigation system design and layout, and other incidental work necessary to complete the installation. Also include rehabilitation or reinstallation of existing landscaping impacted by proposed construction. Payment shall be a portion of the contract lump sum price. Atwell Suites Hotel – Bozeman, MT 17000 - 5 MEASUREMENT Item #125 Exploratory Excavation Measurement shall be the actual time to the nearest half hour for which equipment and personnel are used and only for those items specifically directed and approved by the Engineer for exploratory excavation and backfilling operations, including standby time between excavation and backfilling to allow Contractor to survey precise horizontal and vertical location of the underground utility. This information shall be logged and provided to the Engineer upon completion. The rated backhoe size shall be bid as 3/8 C.Y. Payment will be made at the contract price per hour and shall include equipment with operator and one laborer (oiler) with shovel to assist in exposing the utility. Note: use of “soft dig” equipment consisting of vacuum truck and the use of high pressure water shall also constitute exploratory excavation and shall be payable via the same bid item. Payment shall be a portion of the contract lump sum price. Item #126 Rip Rap Measurement shall be per square foot for the completed and accepted item, and shall include necessary excavation, weed barrier, rock placement, labor and materials, and surfacing rehabilitation following installation. Payment shall be at the contract unit price. Item #127 Trench Plug Measurement shall be per each trench plug installed, and shall include materials, equipment, and labor necessary for a complete installation. Trench plugs shall be installed on all utility trenches that penetrate beneath the structure including: storm drainage lines, water and sewer services, gas and electrical utilities and other penetrations as required by other disciplines. Payment shall be at the contract unit price. Item #128 Concrete Retaining Wall w/ FRP Fencing Measurement shall be a per lineal foot for the completed and accepted item and shall include the completed concrete retaining wall with integral FRP fencing and all other requirements shown on the plans and within applicable codes and specifications. Refer to the Architectural and Structural plans for additional details and requirements. Include necessary coordination with lighting plan to install light poles within wall sections where shown. Payment shall be a portion of the contract lump sum price. Item #129 Detectable Warning Devices Measurement shall be per each detectable warning device (truncated domes) installed in sidewalk, and shall include materials, equipment, and labor necessary for a complete installation where shown on the drawings. Payment shall be at the contract unit price. Item #130 12” RCP Culvert Measurement shall be per lineal foot of 12” RCP piping completely installed, as shown on the plans, and shall include all pipe, installation, trench excavation, backfill and compaction, imported pipe bedding above and below pipe spring-line, flared-end terminal sections & trash guard, fittings, other work necessary to install pipe at the specified grade in conformance with these contract documents, and to correct unacceptable installation as determined by Engineer or by required pipeline test results. Payment shall be a portion of the contract lump sum price. Item #131 Neenah Curb Inlet R-3165 Measurement shall be a lump sum for the Neenah curb inlet, and shall include materials, equipment and labor necessary for a complete installation. Include excavation, backfill, compaction, subgrade preparation, Neenah inlet, and work necessary for completion of this item. Payment shall be a portion of the contract lump sum price. Atwell Suites Hotel – Bozeman, MT 17000 - 6 MEASUREMENT Item #132 Concrete Storm Drain Chase (COB Detail #02529-14) Measurement shall be per each concrete storm drain chase (sidewalk crossing drain) installed, and shall include materials, equipment, and labor necessary for a complete installation, where shown on the drawings. Payment shall be at the contract unit price. Item #133 Concrete Roll Curb Measurement shall be by the lineal foot of concrete roll curb installed per contract documents and accepted. Measurement shall be along the installed face of curb. Include all materials, subgrade prep, crushed base course gravel, equipment, and labor necessary for a complete installation. Payment shall be a portion of the contract lump sum price. NOT PAID FOR DIRECTLY All bonds, insurance, cleanup, dewatering, trench shoring, density and other materials testing, rock excavation, materials wasting, thrust blocking, flushing, disinfection, testing, power, temporary utilities, construction water, import materials, over excavation of any material, mobilization and demobilization, coordination with Owner, utility companies, or other affected parties, resetting of signs and the like, surface restoration beyond limits identified, permits, as-built drawings, drafting and implementation of traffic control plan, and any other item not specifically listed in this section are considered subsidiary to the listed items, and as such receive no direct payment. Additionally, implementation of DEQ SWPPP permit, installation of BMPs, maintenance, and reporting as required by DEQ and City of Bozeman requirements shall be incidental to the sitework. END OF SECTION 17000