Loading...
91-1120 Martin Associates c1►- t1 aO RESOLUTION ACCEPTING THE PROPOSAL OF MARTIN ASSOCIATES FOR LANDSCAPE ARCHITECTURAL SERVICES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Larry L. Rice, City Manager, be and is hereby authorized and directed to accept the proposal on behalf of the City of Elgin of Martin Associates for landscape architectural services for the Kimball Street/Dundee Avenue Gateway Park, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: November 20, 1991 Adopted: November 20, 1991 Vote: Yeas 6 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk a • . A4artinAssociate October 29, 1991 Revised November 13, 1991 Ms. Deborah Nier Assistant to City Manager City of Elgin 150 Dexter Court Elgin, IL 60120-5555 RE: Kimball Street/Dundee Avenue Gateway Park Landscape Architectural Services Dear Ms. Nier: Pursuant to our conversation, we have prepared the following scope of services for the preparation of construction documents, specifications, and site observation services for the Kimball Street/Dundee Avenue Gateway Park. We have revised the Master Plan Budget to remove the fountain based upon our understanding of the City Council's motion for approval. We have also included an allowance for widening the alley per staff's recommendation. The revised budget is attached for reference. We understand that the project will be bid as a single project with a budget of $99,100.00 and is scheduled for construction to begin in spring of 1992. I. SCOPE OF SERVICES A. Project Review Meeting We recommend a kick-off meeting with City staff to review the project. At this meeting we will discuss and/or confirm the following: 1. Final layout of the north alley per the staff's recommendation. 2. Location, description, and availability of utilities; coordination required with public utility companies. 3. Schedule of any road improvements. 4. Availability of topsoil from City site. 5. Schedule of meetings for document reviews. James Martin Associates,Inc. • 24380 N.Highway 45 • Vernon Hills,Illinois 60061 • 708/634-1660 • FAX:708/634-8298 Ms. Deborah Nier October 29, 1991 City of Elgin Page 2 6. List of required reviews, permits, or approvals prior to completion of documents and for construction. 8. Detail Design Refinements Martin Associates will prepare "design details" for the project features. Plan enlargements, graphic sketches, and product cut sheets will be used (where appropriate) to convey design for: 1. Sculpture area design. 2. Pavement designs. 3. Lighting. 4. Benches and other site furniture. 5. Utility locations and housings. 6. Landscape design refinement. C. Project Team Meeting We will meet with the City staff to review design detail elements. D. Preparation of Construction Documents and Specifications Upon approval of the design details, we shall prepare construction documents and specifications for the bidding and construction of the proposed improvements. 1. We will prepare a demolition plan to illustrate where removals of existing materials are required. The removals will be directly coordinated with the improvement plans. 2. We will prepare construction documents that convey the intent of the recommended enhancements. These drawings will address the layout, dimensioning, and detailing of the following items: 1. Sidewalk/paving improvements 2. Grading and drainage improvements 3. Electrical Distribution 4. Landscape plantings 5. Site furnishings 6. Irrigation 7. Site lighting Ms. Deborah Nier October 29, 1991 City of Elgin Page 3 3. The Irrigation Plan will be developed for the landscape planting areas. We request that the Public Works Department provide information on the water supply and static pressure. Any required permits for the irrigation system will be the responsibility of the City. 4. The Electrical Plans will be developed with detailed wiring and installation diagrams showing connections to electrical power panel feeders, switches, dimmers, and controllers as required. 5. We will provide preliminary submittals at our 60% complete and 90% complete stages for review and comments, prior to the distribution for bidding. We will meet with staff to receive comments, and revise the drawings as required. 6. Project Specifications will include the following: a. Special Provisions of the Contract b. Bidding Documents- Bid Form, Instructions to Bidders c. Technical Sections of the Specifications The General Conditions of the Contract and the Contract Form will be as used for the State Street Gateway Park. 7. We will prepare a final estimate of construction costs based upon the completed construction documents for each phase. This estimate shall be a line item estimate for each element of the project. E. Items to be provided by City of Elgin 1. Current plat of survey for the property and the adjacent Rights-of-Way with topography and utility information. 2. Engineering and utility plans for Dundee Avenue and Kimball Street adjacent to site. 3. Any required permitting for construction. Ms. Deborah Nier October 29, 1991 City of Elgin Page 4 F. Bid Process Assistance 1. We will coordinate printing of documents for the project bidding. 2. We will be available to field contractor questions. 3. We will prepare addenda to bid as they relate to clarification of documents prepared by Martin Associates. 4. We will be available for a pre-bid meeting with contractors. 5. We will attend project bid opening. 6. We will assist in the evaluation of bids and bidders and will prepare a letter of recommendation. G. Construction Phase Assistance (Hourly) Martin Associates and Engineering Consultant (if required) , will provide construction observation on an hourly basis. Typical construction observation services of landscape architect and/or engineering consultant can include the following: 1. Meeting with the successful contractor on-site to review plans, specifications, payment and invoicing procedures, and proposed construction schedule. 2. Review and comment on shop drawings submitted by subcontractors. 3. Review the quality of construction materials and craftmanship. 4. Reviews of the rough and fine grading of the site. 5. Assist in the on-site lay-out of proposed site improvements, and plant materials prior to installation. 6. Provide tagging of plant materials at the nursery of source. 7. Review of contractor's change orders for any unforeseen conditions or for a change in the scope of work. 8. Review of contractor's payout requests. 9. Preparation of final punch list and a final site visit with the contractor and designated City staff to review the completed project. 10. Preparation of itemized field reports after each site visit. 11. Attendance at project construction meetings with contractor and/or • Ms. Deborah Nier October 29, 1991 City of Elgin Page 5 City Staff. 12. Construction related communications and correspondence. II. PROFESSIONAL FEES The professional services described above shall be performed as follows: A. For construction documents. specifications and bid assistance. For the sum of $ 7,000.00 B. For construction phase assistance. Hourly, in an amount not to exceed $ 2,800.00 III.TERMS A. Invoicing Invoicing will be presented monthly for work completed. Payment is to be made within 10 days of date of invoice. Invoices open beyond 30 days are subject to a 1-1/2% per month service charge. B. Reimbursable Expenses (Estimated cost $500.-$800. ) The major portion of this item will be the printing of plans and specifications for bidding purposes. Reimbursable expenses will be itemized each month and will include: 1. Drawing reproductions, photography and materials as required for the completion of plans, presentation drawings, governmental submission or review, bidding, and other products listed in the scope of work above. 2. Photocopy reproductions. 3. Approved travel outside the Chicago metropolitan area. 4. Delivery, messenger service, and overnight mail . 5. Long distance telephone and telefax. Reimbursable expenses will be summarized and invoiced monthly at cost plus 10%. Ms. Deborah Nier October 29, 1991 City of Elgin Page 6 C. Meetings and Presentations Where additional meetings, presentations of our plans, and/or additional design services are requested, this work will be performed on an hourly basis at the rates listed within this proposal . D. Additional Requested Services All additional requested services will be performed under a separate written agreement based upon our hourly rates listed below. Hourly Rates: Principal Landscape Architect or Engineer $ 80.00 Senior Landscape Architect or Consulting Engineer $ 65.00 Landscape Management Consultant $ 50.00 Landscape Architect and Project Engineer $ 50.00 Draftsperson $ 40.00 AutoCAD Computer Time $ 30.00 Video Imaging Computer Time $ 25.00 Support Staff $ 35.00 E. Ownership of Documents City Ownership of Contract Documents: all products produced in response to this contract for services will be the sole property of the City of Elgin. This includes any original reproducible drawings prepared for the project. F. Special Conditions The Owner agrees to waive all claims and liability against James Martin Associates, Inc. in the event that the owner executes the work without Martin Associates preparing construction documents and supervising construction. The Owner agrees that James Martin Associates, Inc. will not assume responsibility for interpretation of codes and ordinances by City of Elgin staff. Owner agrees to limit liability to revision of plans so that they adhere to interpretation of local code official . Ms. Deborah Nier October 29, 1991 City of Elgin Page 7 G. The undersigned firm certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue except for tax it is contesting in accordance with the procedures established by the appropriate revenue act. H. The undersigned firm certifies that the firm is not barred from making an offer to contract as a result of a violation of either Section 33E-3 of or 33E-4 Ch. 38 of the Illinois Revised Statues. I. Martin Associates shall defend and indemnify City of Elgin from and against legal liability from damages arising out of the performance of the services for the City of Elgin where such liability is caused by the negligent act, error, or omission of the firm or any person or organization for whom the firm is legally liable. J. During the performances of the services under this agreement, Martin Associates shall maintain: a. General Liability Insurance with bodily injury limits of not less that $500,000 for each occurrence; and limits of not less that $100,000 for each occurrence and not less that $100,000 in the aggregate not less than $500,000 in the aggregate, with property damage. b. Worker's Compensation Insurance in accordance with statutory requirements and employees liability insurance with limits of not less that $100,000 for each occurrence. Prior to commencing work, Martin Associates shall furnish owner with certificates of insurance which shall designate owner as an additional insured except for Worker's Compensation Insurance and shall not be cancelled without at least 30 days written notice to owner. K. That this contract may be terminated by the City of Elgin upon seven days written notice in the event of substantial failure by Martin Associates to perform in accordance with the terms hereof. 1 - Ms. Deborah Nier October 29, 1991 City of Elgin Page 8 For this project, the Owner understands and agrees that on January 1, 1993, the fees for services to be performed shall be escalated by an amount not to exceed 05%. Work will begin upon receipt of approval to proceed or executed contract. We are pleased to have the opportunity to submit this proposal and look forward to completing this important project. Respectfully Submitted, -94414. r David K. Scatterday, A A Landscape Architect Manager of Design Services ACC • .52 + J For t - Cit Elgin Title: ` (�, Date: f, 19?/ attachment: revised budget artinAssociate 1,11',1f3 October 29, 1991 KIMBALL STREET/DUNDEE AVENUE GATEWAY PARK REVISED MASTER PLAN BUDGET ITEM TOTAL 1. Demolition and Removals $ 3,500. 2. Topsoil and Grading $ 5,500. 3. Alley Expansion Paving $ 5,000. 4. Sidewalk Paving $ 21,000. 5. On-site Lighting $ 18,000. 6. Benches $ 6,000. 7. Trash Receptacles $ 2,000. 8. Flagpoles $ 3,000. 9. Shade Trees $ 3,500. 10. Ornamental Trees $ 2,100. 11. Evergreen Trees $ 6,000. 12. Shrubs $ 4,200. 13. Annuals, Perennials, Groundcovers $ 1,000. 14. Sod/Seed $ 3,000. 15. Irrigation $ 5,500. 16. Fees - Construction Docs/Specs $ 7,000. 17. Fees - Allowance - Const. Observ. $ 2,800. TOTALS $ 99,100. Budget Assumptions: No offsite construction for utilities has been included. Street lighting is not included. Installation of Comm Ed transformer has not been included. Signage installation is not included, but electrical service to the sign is included. Sculpture costs are not included. 22:elg-kimbppl James Martin Associates,Inc. • 24380 N.Highway 45 • Vernon Hills,Illinois 60061 • 708/634-1660 • FAX:708/634-8298 • •Ti � )1. .t�.Jl� 17 I ... Al!r!)It.CJW 1,7,1 .IIr1'.1'.11.\,it)IVIn7::1 .-•. r7117,F r:1 4 I: ri, PROJECT MANUAL TABLE OF CONTENTS rDIVISION 1 - GENERAL DOCUMENTS PAGE I: Advertisement for Bid 3 Notice to Bidders 5 Information for Bidders 7 General Conditions 11 I: Special Conditions 29 Map to topsoil site ills DIVISION 2 - TECHNICAL SPECIFICATIONS Section 02100 - Demolition 35 1: Section 02210 - Earthwork 36 Section 02230 - Excavating, Backfilling and Compaction 46 Section 02440 - Vinyl Coated Chain Link Fence 58 Section 02520 - Concrete Work 62 1: Section 02530 - Concrete Pavers 66 Section 02730 - Storm Sewer Systems 72 Section 02730 - Water Lines 76 ii, Section 02800 - Site Furnishings 78 Section 02810 - Underground Irrigation System 82 Section 02820 - Fountain Plumbing 92 Section 02830 - Fountain Electrical 104 1: Section 02900 - Landscape Planting Work 115 Section 02930 - Sodding 131 Section 02920 - Seed Work 143 I: Section 03300 - Concrete Cement & Concrete Reinforcing 153 Section 04400 - Stone Masonry 159 1: 3. SPECIAL PROVISIONS FOR a. Equal Employment Opportunity Information 1: b. Prevailing Wage Information c. Required Contractor Certification 4. PROPOSAL I: a. Proposal/ Bid Bond b. Schedule of Values 111. c. Alternates d. Signature Block Including: 1. Names of officers if partnership or corporation 1: 5. CONTRACT r6. CONTRACT BOND r October 8, 1991 State Street Gateway Park Page 1 Bid Document City of Elgin 1, I I I I I I 11 I 11 11 11 11 I I I I I October 8. 1991 State Street Gateway Park Page 2 Bid Document City of Elgin 11 STATE STREET GATEWAY PARK - CITY OF ELGIN NOTICE TO BIDDERS PROJECT DESCRIPTIONS Infrastructure, grading, and surface physical features installations including, but not limited to: - Water line, storm sewer, and electric conduit - topsoil hauling, placement, and grading - Concrete sidewalk, and concrete fountain wall construction - Concrete pavers and precast concrete veneer - Decorative pedestrian and landscape lighting - Landscape plantings of deciduous, evergreen, and ornamental trees, shrubs, groundcover, perennials, annuals, and seed/sod - Installation of complete irrigation system - Site furnishings, including benches, trash receptacles, flag poles, - Multiple jet decorative fountain with all mechanical systems, filters, piping and lighting installation. 1: BID ADVERTISEMENT 1: Plans available: Tuesday, October 8, 1991 at 9:00 a.m. Plans available for pickup and review at the office of the Purchasing Agent at the City of Elgin. A $50.00 non-refundable deposit is required. Make check payable to the City of Elgin. PRE-BID MEETING Friday, October 11, 1991 at 9:00AM at the City Manager's office at the City of Elgin, 150 Dexter Court, Elgin, Illinois. BIDS DUE Bids due: Monday, October 21, 1991 at 11:00 a.m. OWNER PROJECT ARCHITECT CITY OF ELGIN James Martin Associates. Inc. 150 Dexter Court 24380 N. Highway 45 Elgin, IL 60120 Vernon Hills, IL 60061 1: (708) 634-1660 Representatives: Representatives: Deborah Nier, Assistant to City Manager David K. Scatterday Robert Maim, Assistant to City Manager Margaret Lopez Larry Rice, City Manager Robert Lilly October 8, 1991 State Street Gateway Park Page 3 Bid Document City of Elgin F I I 11 11 I 11 I I I 11 I I I I I I I October 8, 1991 State Street Gateway Park Page 4 Bid Document City of Elgin I F STATE STREET GATEWAY PARK - CITY OF ELGIN ADVERTISEMENT FOR BID 1: The CITY OF ELGIN is accepting bids for the following identified project: State Street Gateway Park 1: Bids will be received on or before 11:00 a.m. , Monday. October 21, 1991 in the office of the Purchasing Agent, Attention: Mr. Mike Sarro, City of Elgin, 1! 150 Dexter Court, Elgin, Illinois 60120. Bids will be publicly opened and read aloud at that time. The work includes infrastructure, grading, and surface physical features installations including, but not limited to: - Water line, storm sewer, and electric conduit - topsoil hauling, placement, and grading - Concrete sidewalk, and concrete fountain wall construction - Concrete pavers and precast concrete veneer 1: - Decorative pedestrian and landscape lighting - Landscape plantings of deciduous, evergreen, and ornamental trees, shrubs, groundcover, perennials, annuals, and seed/sod I! - Installation of complete irrigation system - Site furnishings, including benches, trash receptacles, flag poles, - Multiple jet decorative fountain with all mechanical systems, filters, piping and lighting installation. Plans and specifications are on file and may be obtained from the City of Elgin Purchasing Agent, 150 Dexter Court, Elgin, Illinois 60120, after 9:00 a.m. Tuesday, October 8, 1991. A $50.00 non-refundable deposit is required. 1: All proposals are to be submitted in accordance with the I.D.O.T. "Standard Specifications for Road and Bridge Construction", latest edition and revisions except that all proposals shall be accompanied by a certified check, cashiers check or cash in the amount of not less than five percent (5%) of the bid payable to the CITY OF ELGIN, ILLINOIS as guarantee that if the bid is accepted, the bidder will execute and file the proposed contract and bond within ten days after the award of the contract. Bid bonds will not be accepted. All laborers, workers and mechanics employed on the project must be paid in accordance with the Prevailing Wage Act. The CITY reserves the rights to reject any or all bids, and to waive any informalities in bidding. F F October 8, 1991 State Street Gateway Park Page 5 Bid Document City of Elgin F I A pre-bid conference will be held on Friday. October 11, 1991 at 9:00AM at the City Manager's Office, City of Elgin. 150 Dexter Court, Elgin, Illinois. It is strongly recommended, but not required, that all bidders be in attendance. All bidders must leave a FAX number that information can be transmitted when picking up a set of plans. The last opportunity to ask 11 questions prior to the Bid will be Thursday, October 17. 1991, 4:00 p.m. Michael Sarro Purchasing Agent 11I I I 11 11 I I I I I I October 8, 1991 State Street Gateway Park Page 6 Bid Document City of Elgin 11 1: 1: CITY OF ELGIN 1: INFORMATION FOR BIDDERS 1: BID PROPOSAL FORMS 1: Bids to be entitled for consideration must be made in accordance with the following instructions: 1: The bids shall be made on forms furnished by the City. All applicable blank spaces on the "Bid Proposal Form: must be fully filled in. The signatures 1: must be in longhand and executed by a duly authorized official of the bidder's organization, and the name of the official and his title typed below the signature. 1: The wording of the bid shall not be changed, altered, or supplemented except as herein stated. Erasures or other changes shall be explained or noted over the signature of the bidder. 1: The bids shall be sealed in an envelope, marked and addressed as follows: SEALED BID - STATE STREET GATEWAY PARK Attn: Michael Sarro, Purchasing Agent City of Elgin 150 Dexter Court Elgin, Illinois 60120 Bid documents shall be delivered or mailed in time for delivery to the 1: Purchasing Director of the City of Elgin, 150 Dexter Court, Elgin, Illinois 60120 no later than 11:00 a.m. , October 21, 1991. Oral bids or oral modifications to bids will not be considered. If bid is withdrawn, bidder 1! will not be allowed to resubmit a bid, no bidder may withdraw a bid after the opening of the bids. EXAMINATION OF SITE All bidders submitting bids for this work shall first examine 'contract documents' referred to in said bid proposal form, visit the site, and fully inform themselves as to all existing conditions and limitations. All bids shall take into consideration such conditions as may affect the work under this contract. F October 8, 1991 State Street Gateway Park Page 7 Bid Document City of Elgin r I DISCREPANCIES - ADDENDA Should a bidder find, during the examination of the contract documents or after his visit to the site, any discrepancies, omissions. ambiguities, or 11 conflicts in or among the contract documents, or should he be in doubt as to their meaning, he shall at once bring the questions to the attention of the City for answer and interpretation. The Assistant City Manager will review the question and. where information sought is incorrectly shown or not clearly 11 shown on the contract drawings or specifications. may issue an addendum to all bidders in which the interpretation will be made. All addenda to bidders are to be incorporated in the bids and will become a part of the contract documents. NO ORAL INTERPRETATION by the City or Project Architect will be binding; only instruction in writing will be deemed valid. To receive consideration, request for interpretation must be made no later than 4:00 p.m. on Thursday, October 17, 1991. BID SECURITY11 Each bid should be accompanied to certified check. cashiers check (said checks being made payable to the City of Elgin) or satisfactory bid bond, in an11 amount equal to five percent (5%) of the amount bid as a bid guaranty that bidder will , upon acceptance of the bid. enter into the contract or to deliver the performance bond and take those other steps and be bound by the provisions 11 relating thereto as specified in the Bid Proposal . Failure to accompany a bid with such check security or bid bond may be cause for the City to refuse to accept the bid. 11 The bid security shall be returned promptly after the City of Elgin and the successful bidder have executed the contract, or if no award has been made within 30 days after the date of opening of bids, upon demand of the bidder at 11 any time thereafter so long as he has not been notified of acceptance of his bid. I I I I I I October 8, 1991 State Street Gateway Park Page 8 Bid Document City of Elgin I r PERFORMANCE BOND The successful bidder must furnish a performance bond in form acceptable to 1111. the City of Elgin and in contractors entering into contracts for public construction " (par. 15, ch. 29. IL Rev. Statutes) , with good and sufficient sureties approved by the City of Elgin. Such bond shall be in the amount of 100% of the contract amount and shall provide, among other 1: conditions, for completion of the subject contracted and for the payment of material used in such work. where by subcontractor or otherwise. Said Act provides that such bond will be deemed to contain certain stated provisions as outlined in said Act. NOTE: Said Act requires that such a bond must be supplied to the City of 1: Elgin by the successful bidder within 10 days after award of contract and prior to beginning of work. Cash or letters of credit will not suffice. The successful bidder shall also set forth in said performance bond such provisions as will guarantee the faithful performance of the prevailing wage clause as required by the Illinois Revised Statutes. Chapter. 48. par. 39s-4. 1: INSURANCE The successful bidder shall also provide the City of Elgin with a 'Certificate of Insurance" naming the City and James Martin Associates. Inc. as additionally insured for the amounts and coverages specified in paragraphs 2 and 3 of the 'General Conditions" and such certificates certificates shall be delivered to the City of Elgin prior to commencing the work and within 10 days after award of contract. NOTE: Successful bidder will be required to purchase additional insurance for 1: this project if his limits are not the minimum specified. PRE-BID MEETING A pre-bid meeting will be held for all prospective bidders to clarify and explain any drawings. documents, or general site conditions. This meeting will be held on Friday. October 11, 1991 at 9:00AM at the City Manager's Office at the City of Elgin Administrative Offices, at 3:00 p.m. r r r October 8, 1991 State Street Gateway Park Page 9 Bid Document City of Elgin r QUALIFICATION OF BIDDER 11 The City of Elgin and project architect may take such investigations as it deems necessary to determine the ability of the bidder to perform the work. Prior to the award of the contract the bidder will be required to furnish 11 satisfactory proof of projects and references for work of this magnitude in the past three years. The City of Elgin's discretion alone shall control whether the contractor possesses the required experience as herein set forth. 11 General contractors or their subcontractors that bid all phases of this project shall also have three years previous experience for similar work and also submit satisfactory documentation prior to the award of the contract. References, experience and financial status will be considered in the award of a contract. The City of Elgin reserves the right to require of any bidder such information as stated above necessary to verify the bidder's qualifications and financial status, and to withhold formal signing of the contract until such information is received. FEDERAL, ILLINOIS STATUES AND LAWS 11 Contractors will be required to comply with al' laws, including those relating to the employment of labor and the payment of ;e general prevailing rate of hourly wages in the locality in which the work is to be performed for each craft or type of worker or mechanic needed to execute the contract or perform such work, also the general prevailing rate for legal holiday and overtime work, as ascertained by the City of Elgin or by the County of Kane, Illinois shall be paid for each craft or type of worker needed to execute the contract or to perform such work. 11 Contractor shall also comply with the Equal Employment Opportunity Agreement as set forth in the "General Conditions" . I I I I I October 8, 1991 State Street Gateway Park Page 10 Bid Document City of Elgin I r GENERAL CONDITIONS 1: The following General Conditions shall apply to each section of the "Contract Documents" of this project. 1: All contractors and subcontractors shall abide by these General Conditions. 1. DEFINITION OF TERMS The following terms or pronouns in place of them shall have the 1: respective meaning in this contract: A. OWNER: Refers and means the City of Elgin. B. LANDSCAPE ARCHITECT, ENGINEER INSPECTOR: The authorized representative of the Owner assigned to make detailed inspection of any of all portions of the work or material thereof. 1: C. CONTRACTOR: Refers to and means the individual , corporation. co-partnership or other person or organization who or which has 1: executed this contract with the Owner to do work in pursuant to this contract. D. SUB-CONTRACTORS: Refers to and means a person, firm or corporation, 1: other than the contractor, supplying labor and materials or labor for work at the site. E. BIDDER: Any individual . firm or corporation submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. 1116 F. CORPORATION: With respect to the execution of performance of the contract, a corporate body authorized or licensed to do business in the state in which the site is located. G. BID PROPOSAL: The written offer of the bidder of perform the work proposed. presented upon the bid proposal form prepared by the Owner and Landscape Architect. H. BID SECURITY: The security designated in the Advertisement for Bids. Information for Bidders, and the Bid Proposal . to be furnished by the bidder as a guarantee of good faith to enter into the contract for the work contemplated, if it be awarded to him. 1: P October 8, 1991 State Street Gateway Park Page 11 Bid Document City of Elgin I I. CONTRACT BOND: The form of security approved by the Owner and furnished by the contractor and his surety as a guarantee of good faith and ability on the part of the contractor to execute the work in accordance with the terms of the contract. 11 J. SURETY: The corporate body, approved by the Owner, bound with and for the contractor to insure his acceptable p performance of the contract and for his payment of all obligations pertaining to the 11 work. The contractor, at his sole cost, will substitute sureties if in the opinion of the Owner the financial position of the original surety makes such action desirable. K. CONTRACT: The contract as prepared in the Bid Proposal Form, including, but not limited to, all of the "contract documents" referred to on page 1 of the said Bid Proposal Form. Dated and numbered addenda or memorandums of instruction or interpretations of the work as approved by Owner shall also be deemed part of the contract and included in the work covered by the bid proposal . L. AWARDS: The decision of the Owner to accept the bid proposal of a responsible bidder for the work, subject to the execution and 11 approval of the contract and contract bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. 11 M. SUPPLEMENTAL GENERAL CONDITIONS: When included in these contract documents shall act to supplement these General Conditions, the attached special provisions, and the plans on particular portions of11 the project. N. OR EQUAL: When used on the plans or in the special provisions in 11 reference to a material , product or procedure shall mean a substitute meeting the exact specification of those items so stated, and must be approved by the Owner and Landscape Architect. 11 0. SHOP DRAWING: Are drawings, diagrams, schedules, performance charts, instructions, brochures, diagrams, and other information furnished by the contractor or any subcontractor, manufacturer, supplier, or11 distributor to illustrate some portion of the work. P. PLANS: All official drawings, details, or reproductions of drawings pertaining to the work provided for in the contract as prepared by the Owner or his representative. I I I October 8, 1991 State Street Gateway Park Page 12 Bid Document City of Elgin 1: Q. ASTM: Whenever these initials are used they mean "American Society of Testing and Materials" , current serial designation, and refer to the latest standards and tentative standards of said society in force 1: on the date when bids on this contract were received. In interpreting said standard specifications, the "Purchaser" shall be understood to mean the Owner and the "Manufacturer" to mean the contractor hereunder or any person or organization furnishing 1: materials, labor or services under this contract. R. STANDARD SPECIFICATIONS: Whenever reference is made to the "Standard Specifications" it shall be understood to mean the latest issue of the "Standard Specifications for Road and Bridge Construction" of the Illinois Department of Transportation. I! S. SPECIAL PROVISIONS: The Special Provisions, technical words to describe material or work, body of directions, conditions, and requirements are contained in Division 2 - Site Work. 1: 2. HOLD HARMLESS AND INDEMNIFICATION The CONTRACTOR shall indemnify and save harmless the CITY OF ELGIN, and JAMES MARTIN ASSOCIATES, INC. , and their officers and employees from any and all liability, loss or damages, including attorney's fees and costs 1: of defense, they may suffer as a result of claims, demands, suits, actions or proceedings of any kind of nature, including worker's compensation claims, in any way resulting from or arising out of the operations of CONTRACTOR under this contract, including operations of SUBCONTRACTORS; and the CONTRACTOR shall , at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith; and,if any judgements shall be rendered against the above mentioned parties in any such act, the CONTRACTOR shall , at his own expense, satisfy and discharge same. Contractor expressly understands and agrees that any performance 1: bond or insurance protection required by the contract, or otherwise provided by contractor, shall in no way limit the responsibility to indemnify, keep and save harmless, and defend the CITY, and the Project Architect as herein provided. 1: In the event of any conflict between the language of the insurance policy(s) and the above-recited indemnity agreement, the indemnity agreement shall govern. 11, 1: I October 8. 1991 State Street Gateway Park Page 13 Bid Document City of Elgin r 11 3. CONTRACTOR'S INSURANCE The contractor shall keep in force at all time during the performance of 11 this contract, insurance as required herein. Contractor shall not commence work under the contract until all the required insurance has been obtained, approved and until the Owner has been furnished with certificates of insurance in duplicate stating that such policies will 11 not be canceled, transferred or terminated prior to their stated expiration date, except upon ten (10) days prior written notice to the Owner. The contractor shall not allow any sub-contractor to commence work on any sub-contract until similar insurance required of the sub-contractor as required by this contract has been obtained, approved and certificates furnished. 11 The CONTRACTOR shall furnish at the time of notice of award of the contract, a certified copy of the policy(s) to the Purchasing Director. The policy(s) shall provide,in the event the insurance should be changed 11 or canceled, such change of cancellation shall not be effective until thirty (30) days after the Purchasing Agent has received written notice from the insurance company(s) . Such notice shall be mailed to the Purchasing Director, City of Elgin, 150 Dexter Court, City of Elgin, IL 60120. Only an insurance company having at least an "A" Policyholders Rating as listed in the most recently published "Alfred M. Best and 11 Company Insurance Guide" , will be considered acceptable. The contractor shall name the Owner as additionally insured and the 11 contractor shall assume all liability for, and shall protect, defend, indemnify and hold harmless, the Owner, their officers. employees, servants and agents. and James Martin Associates, Inc. , from and against 11 all claims, actions, suits, judgements. costs. losses, expenses and liabilities of whatsoever kind or nature including reasonable legal fees incurred by Owner. 11 All insurance shall be in a form satisfactory to the Owner and shall be of the following kinds and with at least the following limits of coverage. Contractor shall submit a Certificate of Insurance, specifically naming the City of Elgin and it's public officials. employees. volunteers, and agents. and James Martin Associates, Inc. . as 11 additional insured prior to construction. A. Worker's Compensation and Worker's Occupational Disease. Workmen's 11 compensation limits of coverage shall be as required by law in the State of Illinois. This shall include coverage for all persons whom the Contractor may employ directly or through Subcontractors in 11 carrying out the work under this contract. B. Employer's Liability - $1 Million Dollars 11 October 8, 1991 State Street Gateway Park Page 14 Bid Document City of Elgin 11 I F C. Comprehensive General Liability for Bodily Injury and Property Damage (occurrence form) including General Coverage, Broad form Property damage (including completed operations) , Explosion. Collapse and Underground Hazards, Contractual Liability assumed in the contract documents. Personal Injury Liability, Independent Contractor's protective products completed and operations liability. 1: Amount of Coverage: $ 500.000 each occurrence $1.000,000 aggregate D. Comprehensive Automobile Liability for bodily injury and property damage arising out of owned, non-owned, and hired vehicles. A 1: combined single limit of $1 Million Dollars per occurrence is required. 4. OWNERSHIP OF PLANS AND SPECIFICATIONS All plans and specifications and copies thereof furnished by the Owner 1: are his property. They are not to be used on other work and with the exception of one complete set, are to be returned to him on request. at the completion of the contract work. 1: 5. EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE OF PROPOSED WORK The bidder shall , before submitting his bid. carefully examine the contract documents which include the Advertisement for Bids, Information for Bidders. Bid Proposal Form, General Conditions, Plans Details, Specifications. Special Provisions and all authorized addenda, if any. He shall inspect the site of the proposed work and familiarize himself with all the local conditions affecting the contract and detailed 1: requirements of construction. If his bid is accepted, he will be responsible for all errors in his proposal resulting from his failure or neglect to comply with these instructions. The Owner will . in no case. be responsible for any change in anticipated profits resulting from such failure or neglect. The "contract documents" are intended to include all job items necessary Im to properly complete the work. If through inadvertence or otherwise, the "contract documents" omit to require any work necessary for such completion, the contractor shall . nevertheless, be required to perform such work. Plans and specifications are intended to be consistent with one another and with other portion of the "contract documents° . Work or materials called for by the plans, details but not mentioned in the specifications, special provisions or vice-versa, shall be performed in as faithful and thorough a manner as though fully covered by both. F October 8, 1991 State Street Gateway Park Page 15 Bid Document City of Elgin F 11 6. AUTHORITY OF OWNER All work shall be done under the supervision of the Landscape Architect to his satisfaction. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation, and dis ,_ates, and mutual rights between contractors under the 11 specifications. He shall determine the amount and quality of work p:rformed and materials furnished, and his decision and estimate shall be final . His estimate shall be a condition precedent to the right of the 11 contractor to receive money due him under the contract. In case of failure on the part of the contractor to execute work ordered by the Owner, the Owner may, at the expiration of a period of forty-eight 11 (48) hours after giving notice in writing to the contractor, proceed to execute such work as may be deemed necessary and to contract with other persons to perform such work, and the cost thereof shall be deducted11 from compensation due or which may become due the contractor under the contract. 7. PERSONAL LIABILITY OF PUBLIC OFFICIALS 11 In carrying out any of the provisions of this contract or in exercising any power or authority granted to him thereby, there shall be no personal11 liability upon the Owner, the City Council , or any individual , officer, employee or agent of the City. 8. MATERIAL. AND EQUIPMENT 11 It is the intent of the specifications that new, first class materials and/or equipment shall be used throughout the work, and that they be incorporated in such a manner as to produce completed construction which is workmanlike and acceptable in every detail . Only materials and/or equipment which conform to the requirements of these specifications shall11 be incorporated in the work. 9. INSPECTION OF WORK AND MATERIALS The Landscape Architect shall have free access to the work and the storage area of materials at all times and shall be entitled to receive all necessary information from the contractor. The contractor shall provide proper and safe facilities for such access and for inspection. If any work is covered up without approval or consent of the Landscape Architect, it must be uncovered for examination, if so required, at the contractor's expense. I I October 8, 1991 State Street Gateway Park Page 16 Bid Document City of Elgin11 I OCT 16 '91 8:59 FROM JAMES MARTIN ASSC INC PAGE. 002 in1�►ssoiateS • • • ELGIN STATE STREET GATEWAY PARK OCTOBER 15. 1991 ADDENDUM 51: The following attached drawings. notes. and clarifications comprise Addendum #1 ►oir the Elgin State Street Gateway .Park project. The Addendum #1 is organized in .t#rs• following manner: 1.0 Revisions to the drawings • • 24 Revisions to the Specifications - General Documents 3 0 Revisions to the Specifications - Technical Sections • • • . .J222,MatIthi ifilegdoes,Inc. - 24380 N.lighway 45 • Van=HOIk,Ma*60061 • 70W654-1660 - FAX:708/634.8298 I OCT 16 '91 9:00 FROM JAMES MARTIN ASSC INC PAGE .003 ELGIN STATE STREET GATEWAY PARK OCTOBER 115. 1991 ADDENDUM f1: 3 $ REVISIONS TO THE SPECIFICATIONS - TECHNICAL SECTIONS• 3.18 UNDERGROUND IRRIGATION SYSTEM 3.11 In section 2.81 E add, 83. Install 3/4' conduit from electrical panel stubbed up through a 4'x4'x4• concrete pad at backflow preventer location (for future hot house by owner).* l OCT 16 '91 9:00 FROM JAMES MARTIN ASSC INC PAGE. 004 ELGIN STATE STREET GATEWAY PARK OCTOBER 1S, 1991 ADDENDUM 91: A.0 REVISIONS TO THE SPECIFICATIONS - GENERA1 DOCUMENTS: 2.1 ADVERTISEMENT FOR BID (page 5) 2.11 Delete 'Bid bonds will not be accepted' in its entirety. 2.2• SPECIAL PROVISIONS OF THE CONTRACT 2.21 In section 1.20 add, '11. Materials and equipment purchased, stored, inspected, and approved by the Landscape Architect, with appropriate waivers (ie. lights, fountain equipment, irrigation supplies etc...).' a OCT 16 '91 9:01 FROM JAMES MARTIN ASSC INC PAGE . 005 ELGIN STATE STREET GATEWAY PARK OCTOBER 15, 1991 ADDENDUM #1: 1: REVISIONS TO THE DRAWING$: 1.10 Sheet 2 - SITE GRADING PLAN 1.11 See attached plan showing a revised location of the proposed concrete vault, invert elevations, and piping information Northeast of the proposed fountain. 1,420 Sheet 4 - LIGHTING PLAN: . 1.21 LCI should be Type LO-60 instead of LO-40. • 1.22 CR1 base should be Type NR82 instead of NR51. . 1.23 ,Meter socket should be Cat. No UT811958A instead of MS4200 RAV. 1.24 Conduit to fountain area to be 1-1/4' - no size was shown. . . 1.25 Addition to specification: A. Add 16.002 F: This installation shall conform to the 1990 NEC •and applicable federal. state and local codes. B. Add 16003 C.4: Minimum conduit size to be 3/4'. 1.26 Correction to specification: 16.002 3 should be 90'C instead of 900. • 1:30 Sheet 5 - LANDSCAPE PLAN 1.31 At planting around fountain area. change S-6/46 to 5-6/22 to reflect the correct quantity shown. Total quantity to be 56 in lieu of 81. 1.40 Sheet 9 - FOUNTAIN MECHANICAL PLAN: . 1.41 Detail #10/FP-1. note should read: '3/4' conduit to waterproof junction box ,per specification. Two lights per junction box.' OCT 16 '91 9:01 FROM JAMES MARTIN ASSC INC PAGE .006 I --TRANg=c2 iv7«'co= IS PA Gig L.1<rtl ri. 1.L - 91310 c19:75 1�+%. 21 P'1 x'39.33 .`1� • .. .... w. .�. OUT 1INV—g6.R3 r �i 4.44 IKKK{{i{,{{{{K{i1 e PFOP.!7+ilV ��i +`^ ;ii �KiiKKitKiKK•.i RAW- WO/ co �M1r-�{�tiK•t{K,i{{K{{{ \t-di.K�KKKtK{KKit O7I 100•07 , Nv 1 HN .t.M j. . • • ; ;� /lt. CGKVG V�Ail.T • c;t s aysa � s .i Of , if 446\• • • - I w T 1 , OrTITITIO ):04petE\4Dci 1 T . i _..i---I . , 4 Amnrca. , . itr -ler. r or" I • • I — kW& . i PROPOsEr) 111 m C3 4 __ h'� 1.12P5i PCXN1LN I . . . . I < . . . LCCA1101.1 ' . N. Lam:narITAN { • . t 2 Lpuoin.a _ 11,11-11-1 ' ; . .eQ a 4lA,VCEJ PAW%) . I .....c.... i .cihhma Di i Alp; tOtb f • I• : • i• 4\94* • 1 . • I °1Z -II I .05 109 104 WAS • • ADENDUM #1 (REVISIONS TO THE GRADING PLAN) • • ** TOTAL PAGE.006 ** r The Landscape Architect shall have full power to reject any and all material or equipment which fails to meet the terms of the specifications and such material or equipment shall be removed promptly from the site. All material or equipment which develops defects during the life of the contract which includes guarantee periods, either before or after erection, shall be removed not withstanding that it may have passed the prescribed inspection and tests. Proper material shall be installed in lieu thereof at the contractor's expense and replaced with acceptable materials or equipment meeting the said specifications. Upon failure of the contractor to comply with any order of the Owner pursuant to the provisions of this article, the Owner shall have authority to remove and replace defective materials and/or equipment and to deduct the cost of the removal and replacement from the monies due or to become due the contractor. 10. PROGRESS SCHEDULE 111, Promptly after the award of the contract, the contractor shall be required to submit to the Owner a satisfactory progress schedule which shall show the proposed sequence of work, and how the contractor proposes to complete the various items of work within the specified completion dates set up in the contract. This schedule shall be used as a basis of establishing major construction operations, and for checking the progress of the work. 11. PRE-CONSTRUCTION MEETING After the submittal of the progress schedule, the Owner shall arrange a pre-construction meeting with the contractor and his job superintendent to go over the schedule, plans, specifications, and other related work of the contract. 12. PLANS AND WORKING DRAWINGS Plans showing such details as are necessary to give a comprehensive idea of the construction contemplated will be furnished by the Owner and Architect, and the finished work shall conform to the plans with the exception of such deviations as may be authorized by the Owner and Landscape Architect. 13. COORDINATION OF CONTRACT DOCUMENTS The Advertisement For Bids, Information For Bidders, Bid Proposal Form, General Conditions, Special Provisions to the Contract, Prevailing Wage, Contract Compliance Attachment, Site Work Special Provisions, Plans, Details, Specifications, Special Provisions, and Addenda, if any, are 11. intended to describe the complete work and are essential parts of the contract. • October 8, 1991 State Street Gateway Park Page 17 Bid Document City of Elgin 11 Figured dimensions shall govern over scaled dimensions, details govern over plans, technical specifications govern over details, and Special Provisions govern over General Conditions. Conditions of easement agreements and permit requirements shall govern11 over all other documents providing their requirements of said other documents. The contractor shall take no advantage of any apparent error or omission in the contract documents. and the City of Elgin shall be11 permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the contract documents. 14. SHOP DRAWINGS AND SAMPLES The contractor shall review, approve and submit, with reasonable promptness and in such sequence as to cause no delay in the work or in the work of the Owner or any separate contractor, all shop drawings, product data and samples required by the contract documents. By approving and submitting shop drawings, product data and samples, the contractor represents that he has determined and verified all materials, field measurements, and field construction criteria related thereto or will do so, and that he has checked and coordinated the information contained within such submittals with the requirements of the work and of the contract documents. The contractor shall not be relieved of responsibility for any deviation from the requirements of the contract documents by the Owners approval of shop drawings, product data or samples unless the contractor has11 specifically informed the architect in writing of such deviation at the time of submission and the Owner or Landscape Architect has given written approval to the specific deviation. The contractor shall not be relieved from responsibility for errors or omissions in the shop drawings. product data or samples by the Owner's approval thereof. 15. WORK BY OWNER OR BY SEPARATE CONTRACTORS 11 The Owner reserves the right to perform work related to the project with his own forces, and to award separate contacts in connection with other portions of the project of other work on the site under these or similar conditions of the contract. 16. COOPERATION BETWEEN CONTRACTORS The contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work being performed by other contractors on the site. In case of dispute the Owner shall be the referee and his decision shall be final and binding on all . I October 8, 1991 State Street Gateway Park Page 18 Bid Document City of Elgin 11 r 1: The contractor shall as far as possible arrange his work, and place and dispose of the materials being used, so as not to interfere with the operations of the other contractors on the site. He shall join his work with that of the others in an acceptable manner and shall perform it improper sequence to that of the other, all as directed by the Owner. 17. SUB-CONTRACTOR A list of anticipated sub-contractors, including their firm names, addresses and telephone numbers, shall be furnished to the Owner. All 1: sub-contractors to be sued shall be subject to approval by the Owner and Landscape Architect. If the contractor sublets any part of the work to be done under this contract, he shall not under any circumstances be 1: relieved of his liabilities and obligations. Any sub-contractor will be recognized only in the capacity of an employee of the contractor. 18. USE OF SITE The contractor shall confine his equipment, the storage of materials and the operations of his workmen, to limits indicated by law, ordinances, permits or directions of the Owner and shall not unreasonable encumber the site with this materials. The site shall not be utilized for the storage of vehicles, materials, equipment, or fixtures not intended for this project. 19. LINES AND GRADES The contractor shall employ, if necessary, a licensed, registered professional civil engineer or an Illinois Registered Land Surveyor to set all lines and grades in conformance with the plans and 1: specifications. Upon completion of staking and setting of grades, the contractor shall notify the Owner three days prior to proceeding with construction so that staking and grading can be checked for any 1: inaccuracies or discrepancies and these may be corrected or revised before actual construction is started. The cost of doing this work shall be considered incidental to the price of the contract. The contractor shall furnish at his expense the size, quality, and quantity of stakes required. If he fails to furnish such stakes at the time and place specified, the Owner may purchase the same and deduct the entire cost form the compensation due the contractor. The contractor shall at the request of the Owner furnish the necessary labor to set the stakes and make the necessary measurements. In the event of apparent error in the construction stakes, the contractor shall notify the Owner immediately for correction thereof. Contractor shall verify the location of the property boundaries and any 1: easements thereon, and shall indemnify and hold harmless the City from any liability an account of contractor's failure to comply with said boundaries and easements. r October 8, 1991 State Street Gateway Park Page 19 Bid Document City of Elgin I 20. REMOVAL OF UNAUTHORIZED WORK Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the contractor and will not be measured or paid for. Work so done may be ordered removed or replaced at the contractor's expense. 21. COOPERATION WITH UTILITIES The contractor shall notify all utility companies public and private in advance of commencing work. The responsibility for moving water lines, gas lines, wire lines, service connections water and gas meter boxes, water and gas valve boxes, light standards, cable ways, signals and all other utility appurtenances which are within the limits of the proposed construction will be assumed by the contractor, at no additional compensation, except as otherwise provided for in the special provisions or as noted on the plans. The contractor shall verify the location of all utilities prior to the start of construction and shall be responsible for the preservation of existing utility installation and the cost of providing precautionary supports, braces, etc. to insure against damage to said utility installations. The cost to repair and replace and existing utilities damages will be paid for by the contractor. It is understood and agreed that the contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present11 or relocated positions and that no additional compensation will be allowed for delay, inconvenience, or damage sustained by him, due to any interference from the said utility appurtenances of the operation of 11 moving them either by the utility company of by him, or on account of any special construction methods requireed in prosecuting his work due to the existence of said appurtenances whether in their present or relocated 11 positions. 22. SUPERINTENDENCE The contractor shall keep a competent English speaking superintendent on the job at all times who will have the knowledge and control of all work under this contract. I 23. CHARACTER OF WORKER AND EQUIPMENT The contractor shall employ only competent and efficient laborer's, mechanics, or artisans and whenever, in the opinion of the Owner, any employee is careless, incompetent, obstructs the progress of the work, acts contrary to instructions, or conducts himself improperly, the contractor shall upon request of the Owner, discharge of otherwise remove him from the work and shall not employ him again, except with the written consent of the Owner. I October 8, 1991 State Street Gateway Park Page 20 Bid Document City of Elgin I r 1! 24. PERMITS AND LICENSES The contractor shall procure all permits, licenses and bonds, pay all charges, taxes and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. This work and all costs involved shall be considered incidental to the contract and included in 1: the contract price. 25. SANITARY PROVISIONS The contractor shall observe all rules and regulations of the state or local health departments and shall take precautions to avoid creating 1: unsanitary conditions. 26. ABANDONMENT OR NEGLECT 1: Should the contractor abandon or neglect the work or if the Owner at any time is convinced that the work is unreasonably delayed, or that the conditions of the contract are being willfully violated, executed 1: carelessly, or in bad faith, he may notify the contractor in writing, and if his notification be without effect within twenty-four (24) hours after the delivery thereof, then, and in that case, the contractor shall discontinue all work under the contract and the Owner shall have full authority to make arrangements for the completion of the contract at the expense of the contractor. 27. PROTECTION OF PROPERTY-SAFETY RESPONSIBILITY The contractor shall protect all existing property and improvements 1: within this site and those adjacent to the Owner's property. He shall be responsible for the repair cost of any damage created by his operations or those of his sub-contractors. Contractor shall take any measure 1: necessary to secure the work and worksite from damage by third parties. Contractor shall comply with State and Federal Safety regulations as outlined in the latest revision of the Federal Construction Safety Standards (Series 1926) and with applicable provisions and regulations of Occupation Safety and Health Administration (OSHA) , Standards of the Williams-Steigher Occupational Health and Safety Act of 1970 (revised) . The Contractor, Engineer, and Owner shall each be responsible for his own respective agents and employees. Contractor shall take all precautionary measures necessary to protect the public from the dangers presented by the work and the worksite. The precautionary measures referred to include, but are not limited to, providing warning signs, lighting and barricading of open holes, fencing 1: trenches, footings, pole bases and the like that present a hazard to the workmen, children and large. C, October 8, 1991 State Street Gateway Park Page 21 Bid Document City of Elgin I The Contractor shall also be responsible for the installation and maintenance of adequate signs and warning devices to inform and protect the public in accordance with the State of Illinois manual on Uniform Traffic Control Devices for Streets and Highways. 11 The cost of furnishing and maintenance of signs. barricades, and warning devices shall be incidental to the contract and no additional compensation will be allowed. 11 Public Convenience: Construction along existing roadways shall be coordinated with the Owner 11 to insure that the convenience of the general public and of residents along the roadway shall be provided for in an adequate and satisfactory manner. At no time shall the existing roadways be closed to traffic, 11 unless approved by the Owner. During construction operations. access shall be provided to private property along existing roadways. 28. CLEAN UP The contractor shall at all times keep the site and adjoining premises free from accumulation of waste material or rubbish caused by his employees or work, and at the completion of the work. he shall remove all his rubbish. tools, and surplus materials from the site and adjoining premises. leaving the area in a neat and workmanlike condition. In case of dispute, the Owner may remove the rubbish and charge the cost to the contractor. 29. FINAL CLEAN UP Before final acceptance of the work to be done under this contract, the contractor shall restore the job site to its original condition or better and shall repair or replace all private and public property damaged. moved or otherwise displaced int the construction of the improvement. No additional compensation will be allowed for this work and any cost in11 involved shall be considered incidental to the contract. 30. OWNER'S RIGHT TO CLEAN UP If a dispute arises between the contractor and separate contractors as to their responsibility for cleaning up as required, the Owner may clean up and charge the cost thereof to the contractors as determined by the Owner. I I October 8. 1991 State Street Gateway Park Page 22 Bid Document City of Elgin I ple 31. FINAL INSPECTION The Owner and Landscape Architect shall make final inspection of all the 11, contract, or any portion thereof, as soon as practicable after notification by the contractor that the work is completed and ready for acceptance. If the work is not acceptable to the Landscape Architect or Owner at the time of such inspection, he shall inform the contractor as to the particular defects to be remedied before final acceptance can be made. 32. LAWS TO BE OBSERVED The contractor shall at all times observe and comply with all federal and state laws, local laws, ordinances and regulations which in any manner affect the conduct of the work, and all such orders or decrees as exist at the present and which may be enacted later, of legislative bodies or tribunals having legal jurisdiction or authority over the work, and no plea of misunderstanding or ignorance thereof will be considered. 33. CHANGE ORDERS The Owner, without invalidating the contract, may order changes in the work, within the general scope of the contract consisting of addition, deletions, alterations of the plans, or other revisions. The contract sum shall be adjusted accordingly. All such changes in the work shall be authorized by a written change order and shall be performed under the applicable conditions of the contract documents. The contractor shall advise the Owner and Landscape Architect immediately upon receipt of the change order if the contractor reasonably believes that the change will cause a delay in the completion date. 34. COST OR CREDIT The cost or credit to the Owner resulting from a change in the work shall be determined in one or more of the following ways: P, A. By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. B. By prices outlined in the Schedule of Values and subsequently agreed upon. C. By cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. 35. MINOR CHANGES IN THE WORK The Landscape Architect will have authority to order minor changes in the work not involving an adjustment in the contract sum or an extension of the contract time and not inconsistent with the intent of the contract documents. October 8, 1991 State Street Gateway Park Page 23 Bid Document City of Elgin r 36. MEASUREMENT FOR PAYMENT All measurements of quantities for payment under the various items of this contract shall be made by the Owner in the manner specified, and the 11 prices shall include the furnishing and placing of all labor, tools, materials, and appurtenances and all insurance, bonds, overhead and profit where required and collateral work necessary to complete the work under the various items, as specified in detail therein. 37. CONTRACT BREAKDOWN (LUMP SUM BID) The contractor shall submit to the Owner and Landscape Architect a detailed Schedule of Values per item 1.10 of the Special Provisions. The breakdown shall consist of the major items and subdivisions of the 11 construction work as outlined in the Schedule of Values forms included in the contract documents. 38. PAYMENT The contractor may request partial and final payments, based on estimates of work, on or before the tenth (10th) day of each month. The estimate shall be a sworn, notarized statement of the work completed to date. The form of the estimate for partial payment request shall be as follows: 11 A. LUMP SUM: When the contract work has been awarded on lump sum bid basis, the form of each estimate will follow the format of the Schedule of Values. The estimate for the items of work completed to 11 date shall be expressed as a percentage of the total with the corresponding cost for each item shown and totaled to show the total cost of work, the work completed to date, less ten (10) percent to be 11 withheld, giving the amount requested for payment. Previous requests for payment, paid by the Owner, shall be shown on each subsequent request and subtracted after the ten (10) percent has been withheld. Use AIA standard format. 11 B. PERCENTAGE WITHHELD: Each request for payment shall be approved by the Owner only after ten (10) percent has been retained as stated herein. C. CONDITION OF PAYMENT: Failure to supply partial or final waivers of lien or other acceptable evidence of payment of all current accounts incurred by this contract work or failure to comply with any payment conditions of the contract bond will be considered grounds for withholding partial or final payment request. In addition, nc payment shall be due until 21 days after the Landscape Architect has approved the request for payment. 11 I October 8, 1991 State Street Gateway Park Page 24 Bid Document City of Elgin 11 I r D. FINAL PAYMENT: Final payment constituting the entire unpaid balance of the Contact Sum, shall be paid by the Owner thirty (30) days after the contractor has satisfactorily completed all the work and fully 1: performed the contract. Also, final payment shall not be made until all final waivers of lien have been submitted. 39. CORRECTION OF WORK AFTER FINAL PAYMENT The final payment of any provision in the contract documents shall not relieve the contractor of the responsibility for the correction of any and all defects in the work performed. He shall correct all defects as notified for a period of one year after final payment. The contract bond shall be written to include this one year period within its guarantee. 40. GUARANTEES 1: All work to be performed under this contract shall be constructed in compliance with the 'contract documents" and must be guaranteed by the contractor and the surety for a period of one (1) year from date of final acceptance against defective workmanship and material of any nature. On 1: all items or equipment to be incorporated in the completed project, the contractor and his surety must guarantee that the type, quality, design, and performance will fully meet the requirements of the contract specifications. 41. PROSECUTION OF WORK The contractor shall begin the work to be performed under the contract not later than ten (10) days after the execution and acceptance of the contract, unless otherwise provided in the contract. The work shall be prosecuted in such a manner and with such a supply of materials, equipment, and labor as is considered necessary to insure its completion in accordance with the progress schedule. 1: 42. COMPLETION DATE The contractor shall complete all work on or before the specified dates. 43. DELAYS AND EXTENSIONS OF TIME r. A. If the contractor is delayed at any time in the progress of the work by any act or neglect of the Owner or by any employee of Owner, or by any separate contractor employed by the Owner, or by changes ordered in the work, or by labor disputes, fire, unusual delay in transportation, adverse weather conditions not reasonably anticipatable unavoidable casualties, or.any causes beyond the contractor's control , or by delay authorized by the Owner pending arbitration, or by any other cause which may justify the delay, then the contract time shall be extended by change order for such reasonable time as the parties may agree. October 8, 1991 State Street Gateway Park Page 25 Bid Document City of Elgin r I B. Any request, except in the case of change orders, for extension of time shall be made in writing to the Owner not more than five (5) days after the commencement of the delay, in the case of change orders, the parties shall agree to any extensions at the time the 11 change order is accepted. The contractor shall provide an estimate of the probable effect of such delay on the progress of the work. 44. FAILURE TO COMPLETE WORK ON TIME 11 Should the contractor fail to complete the work or portions of the work within the time specified in the contract or within such extended time as may be allowed, the contractor shall be liable to the Owner for all costs incurred for engineering and inspection, loss of grant monies, and such other expense directly attributed by reason of the contractor's failure to complete the work within the specified time, and such amount shall be 11 deducted from the monies due the contractor not as a penalty but as damages sustained. 11 45. OWNER'S RIGHT TO TERMINATE The Owner may terminate the employment of the contractor without11 prejudice to any other right or remedy if sufficient cause exists to justify such action and after giving the contractor and surety or sureties on the performance bond given by the contractor, ten (10) days written notice. The action may be taken for any of the following reasons: 11 A. If the contractor becomes insolvent or be adjudged a bankrupt, if he makes a general assignment for the benefit of creditors, or if a receiver to be appointed on account of his insolvency. 11 B. If he persistently or repeatedly refuses or fails to supply enough properly skilled workment or proper materials as specified. 11 C. If he fails to make prompt payment of monies due to material men and to sub-contractors. D. If he disregards laws, ordinances or instructions of the Owner. E. If he is in breach and provision of the contract documents. I F. If the rate of progress is not sufficient in the opinion of the Owner to insure completion of the work within the contract time. I By terminating the employment of the contractor, the Owner can take possession of the site and of all materials thereon owned by the contractor and may finish the work by whatever method he may deem 11 expedient. In such case, the contractor shall not be entitled to receive any further payment until the work is finished. 11 October 8, 1991 State Street Gateway Park Page 26 Bid Document City of Elgin 11 I r If the unpaid balance of the contract sum exceeds the cost of finishing the work, including compensation for the Owner's additional services made necessary thereby, such excess shall be paid to the contractor. If such 1: costs exceed the unpaid balance, the contractor shall pay the difference to the Owner. The amount to be paid to the contractor or to the Owner, as the case may be, shall be certified by the Owner and the obligation for payment shall survive the termination of the contract as part of said cost of finishing the work, contractor also agrees to pay any and all reasonable attorney's fees incurred in the prosecution of Owner's rights under this paragraph. 46. NOTICE TO CITY The contractor shall give the applicable departments of the City of Elgin at least two (2) working days notice excluding Saturday and Sunday prior to the initiation of any phase of construction. 47. ADJUSTMENTS Upon completion of finished grading, the Contractor shall notify the Owner of any adjustment required for all valve vaults, manholes, inlets, hydrants, and any other work installed under this project. 48. COPIES OF PLANS AND SPECIFICATIONS The Owner will furnish free of charge to the contractor, up to three (3) copies of plans and specifications necessary for the execution of the work. 49. TEMPORARY POWER AND WATER The contractor shall be responsible for providing all necessary temporary power and water as required for the timely completion of the work. 50. TEMPORARY SANITARY FACILITIES The contractor shall provide suitable toilet facilities for the use of all employees of contractors and subcontractors unless public facilities are available on the site or in close proximity. The contractor shall maintain the facilities in a proper sanitary condition, and these facilities shall be removed from the premises at the completion of the project, and the area restored and left clean to the satisfaction of the Owner. 1: r October 8, 1991 State Street Gateway Park Page 27 Bid Document City of Elgin r I DIVISION I I SPECIAL PROVISIONS OF THE CONTRACT I 1.00 PART 1 - GENERAL 1.01 The following outlines amendments and modifications to the Construction 11 Specifications for the State Street Gateway Park Project. The organization and hierarchy of the specifications shall be as follows: A. All General Conditions, Special Provisions, and Technical 11 Specifications bound herein shall govern, in case of discrepancies. B. All amendments and modifications to the I.D.O.T. Standard Specifications for Road and Bridge Construction, adopted July 1, 1988 shall then govern items not specifically covered in A above. C. All standards and specifications incorporated b reference shall then govern items not specifically covered in A and B above. D. All applicable federal , state, and local laws, codes or requirements incorporated by reference shall govern over all aspects of these construction specifications. 1.02 In all cases throughout the instructions to bidders and General Conditions, all references to 'The City" shall be herein amended to mean, "The City of Elgin". 11 1.03 In the event of accidents of any kind which involve the general public and/or private or public property, the CONTRACTOR shall immediately notify the PROJECT ARCHITECT and shall provide a full accounting of all details of the accident. The Contractor shall furnish the CITY with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties. 1.04 All work to be executed within this contract shall be performed in accordance with the Standard Specifications for Road and Bridge Construction, as adopted by the Illinois Department of Transportation July 1, 1988. 1.05 All references in the I.D.O.T. Standard Specifications to Engineer I/ shal' mean Project Architect. All references found within these specifications to 'Landscape Architect" shall mean Project Architect. 11 I October 8, 1991 State Street Gateway Park Page 28 Bid Document City of Elgin I 1: 1.06 The following outlines amendments and modifications to the I.D.0.T. Standard Specifications: 1' Amend Article 104.05 to read, "The Contractor will be responsible for installing and maintaining all traffic signage, as required by the Standard Specifications, and as directed by the Project Architect. The 1110 Contractor will be required to submit a traffic signage plan prior to commencing with the work" . Amend Article 105.01 to read, "All work shall be done under the observation of the Project Architect or Owner's Representative. Amend Article 105.07, paragraph 6 to read, "The Contractor will . . . " Amend Article 105.09 to read, "The Contractor will . . ." Amend Article 107.17 to read, "Explosives will not be allowed.' 1.07 Contractor will be responsible for all necessary permits for work de- scribed in the Drawings and these Specifications. Contractor will also be responsible for scheduling all inspections required by code or law for all work described herein and shown on the plans. 1.08 Contractor is responsible for verifying all quantities listed in the Schedule of Values, prior to submitting a bid, as the project will be a lump sum base bid. In the case of a discrepancy, it is the Contractor's responsibility to: 1) . Inform the Project Architect, 2) . So note the identified discrepancy on the Schedule of Values with the bid submittal , if not changed by addendum. 1.09 Contractor will be required to bid ALL alternates indicated on the Bid Form to be considered a qualified and responsive bid. Any or all line items shown as base bid or alternates may be accepted or rejected, as determined by the Project Architect and Owner's Representatives. Contract Award will be based on lowest qualified, responsive base bid and alternates, as selected by the Owner. The option to add alternates shall be reserved by the Owner for an additional three month period after the contract is awarded. Any alternates added during that three month period will be added to the awarded bidders' contract at the contract bid price. 1.10 The apparent low bidder, or bidders, will be required to submit a completed Schedule of Values, as prepared in the contract documents, or as modified by the contractor with the bid, or as modified by addendum. The apparent low bidder, or bidders, will be notified prior to 2:00 p.m. on Monday. October 21, 1991, and must submit their completed Schedule of 1: Values prior to 4:00 p.m. on Tuesday October 22, 1991 via FAX or messenger to the Project Architect and to the Purchasing Director of the City of Elgin. r October 8, 1991 State Street Gateway Park Page 29 Bid Document City of Elgin F I 1.11 Bid quantities shown on the bid forms are for informational purposes only. Contractor is responsible for verifying quantities and providing a completed project per the plans and specifications. If there are discrepancies in the quantities shown on the plans and Schedule of Values, the plans shall govern. The Owner reserves the right to adjust 11 Bid quantities up to 20% through the course of construction, without any change in the line item unit cost as submitted by the contractor on the Schedule of Values." 11 1.12 Project is to be bid as a "lump sum base bid" and alternates. The amount of the Contract may be adjusted through a Change Order for quantities adjusted after the contract is executed. The Contractor may not renegotiate this contract, providing that the total base bid contract price does not change by more than 20%. 1.13 All bidders must supply a fax number, when obtaining plans, that information regarding questions can be transmitted. 1.14 The Contractor will be required to provide certification of payment to all suppliers and subcontractors with each request for payment. 1.15 Contractor is responsible for adhering to all City of Elgin, Kane County, and State of Illinois codes and laws. 1.16 The following shall define the titles, roles, responsibilities and I authority of the various people associated with this project. Their title and role or actions shall in no way superseed any laws, codes, requirements of permits, or any other restrictions established in the state, county or city. The Contractor shall be responsible for identifying any directions given that might violate any existing codes or laws, or impair the quality of the constructed work. 11 DEFINITIONS: OWNER - City of Elgin. I ROLE: Reciepient of finished product. RESPONSIBILITY: Final authorization of payments. STANDARD SPECIFICATIONS - The Standard Specifications for Road and Bridge 1 Construction, adopted July 1, 1988. I I I October 8, 1991 State Street Gateway Park Page 30 Bid Document City of Elgin I r PROJECT ARCHITECT - JAMES MARTIN ASSOCIATES, INC. represented by David Scatterday, Margaret Lopez, or Robert Lilly. ROLE: Representative for the Owner. RESPONSIBILITY: Answer Contractor questions regarding design intent for construction technique, review all requests for payment and provide the Owner with recommendation for payment, conduct coordination meetings with Contractor, review work in progress for compliance with I! the drawings and specifications, and as described in Article 105.01. (Change "Engineer" to "Project Architect") . OWNER'S REPRESENTATIVE - All inspectors for the various related departments. ROLE: Provide inspections specific to certain aspects to any and all portions of the construction. RESPONSIBILITY: Make recommendations to the Contractor via the Project Architect for alternate methods of construction, changes in work to comply with codes. Observe day to day 1: operations of the Contractor throughout the term of the contract. 1.17 All utility and existing conditions information contained in the drawings is for the convenience of the contractor, and are not representations or warranties of the continuity of such existing conditions. It is expressly understood that the Owner will not be responsible for interpretations or conclusions drawn therefrom by the Contractor. The contractor is expected to have thoroughly inspected the site prior to submitting a bid. 1.18 The period of construction for this project will begin upon Notice to Proceed to perform this contract. The work is scheduled to be completed in two phases, Fall 1991, and Spring 1992. All work is to be completed prior to June 15, 1992. The project site shall be in a cleaned, accessible and "finished" looking state from December 15th to Spring start-up. Fall Construction is to be completed prior to December 31, 1991 and shall include the items designated as Phase one on the plans and described in item 1.20 of the Special Conditions. The Contractor shall assist the City of Elgin in providing information required for the Kane County Community Development Grant which is a $50,000.00 matching grant. 1.19 Applications for Payment by the contractor for work completed will be 1: based upon the approved Schedule of Values. The Schedule of Values will be reviewed in comparison to the Project Architect's final estimate by the City and the project architect prior to approval . No front loading of project costs will be allowed. October 8, 1991 State Street Gateway Park Page 31 Bid Document City of Elgin I 1.20 Project Phasing: A. All 1991 work shall include some or all of the following items to an amount to meet or exceed $100,000.00. 1. Earthwork including importing of clay fill and mass grading to establish rough grade for paving areas, importing of topsoil fill11 an degrading to establish finish grade south of fountain area, stockpiling of topsoil fill for finish grading around fountain area. 11 2. All underground work including water, storm sewer, vault construction, electrical panel and conduit. 3. Completion of concrete paving from south property line to the fountain patio. 4. Completion of Versa-lok retaining wall 5. Installation of shade trees, ornamental trees and deciduous 11 shrubs, south of the fountain area. 6. Installation of chain link fence. 7. Installation of irrigation system south of fountain area. 8. Installation of sod between new sidewalk and State Street curb. 11 9. Installation of flower bulbs. 10. Clean-up work. B. Spring 1992 1. All remaining work shall be completed prior to June 15, 1992. 1.21 All topsoil for project shall be loaded and imported by the contractor, from the stockpile supplied by the City of Elgin. See map in this section for site location. I I 11 I October 8, 1991 State Street Gateway Park Page 32 Bid Document City of Elgin I \ .w0 I11,.,., iliii •.:: If:--..,..---.3,1--(_.. —✓ '\ _ \ �� 1 WII ��zi,jlJ� 1 .J I I H I ( 1• \ r~� it .�. .r3 3�of I` k _ ! i k ` sT' IiLILr [71; c „,.. 1.,..ixiI N[ i 1 z._ . -. iii 1 yT. ^-® L J D 4 -- �~ o� L_ .J;i t roRra ;D,r. �._TJ .__L_1 row ■I �[At,NCT An / 1 1 I ■ D D Com' L-. _/ I {L. St , . .1.„„ ��_- •�� �[R D _. i F 0 IAvEiLil, i� _1L MESA� r 1 -jr - ^ � I? rj { r r. �I- -1 ° L.00NE•I Ea t' I < I4� Ir! : . 1 !6v "`�^^ f_ ✓J \‘'.---)-,__ , E � E QCy- f x t. . .,. • 'I a ,� °�<. + "7/ ,.J LJ L .�pr 7 : 4, waemc� ' 0 ^ '� \_-'""/"4%„,, Otii rr /wCl\E •vt ��`•►` F � . M'� II IErNET f• r”. i rce . okra e. 14 2 4 t • �Ap rf �l�J *--D.'''---'7< 0 (.;_l_._.:_,, V/ E Gq"/ ve ii C2111 ' Ci ‘;°'ki 4.4t::‘,1 . =I '''''r P,' l ,, , sn I`i C ai~6 •ip CC Q r S: i 1E ni,Ji 1 SNR • JgKi_ ! KC:. PI. . :....‘4%;„ 1 F r r• • • t r �. D ' Y,. DA. 0'4. , • Y rI O .,,:`t..,. lta '. PI f Ct11[Sq I /� A0,1 r6 7, K .j ---)vi r! I IP'c `� e...'. 1 Q'.11(----i f r 1°e ,ti .c ) .I/ e___:5_,L,_ r t $l. l;r I/ G li k 11[Elt 0 sTpNe.w .0 i lio I TN (. : I7 I 0 oo' i3S 1 � • IVi: v i, ,. . //C / i0 1..; . rt111 zai Nip t rili t"El t RD I ' /ll . 4 lire . TV41T • BN k O w ,. .......„.....„,....7 t ,. _ •1J�-�-_^fin . 1'[ ,--\-*----- .)NL.'?-1L-'/`?` ..',„ -_, N. r .... „„...... 4 p• • .N i li lit.-At 4,1.'" )/ , o f /0 �o1,, ,.!.,..›. . \fR o' ww tza ( 0 1 4sa✓ \ i 1 - b I Le10•1o October 8. 1991 State Street Gateway Park Page 33 Bid Document City of Elgin I I I I I I I I I I I I I I I I I October 8, 1991 State Street Gateway Park Page 34 Bid Document City of Elgin I 1: SECTION 02100 - DEMOLITION 1.00 PART 1 - GENERAL 1: 1.01 WORK INCLUDED A. Perform all construction work specified herein and on the drawings, including the furnishing of materials, equipment and labor. 1.02 CONSTRUCTION WORK INCLUDED A. Remove concrete abutment to 18" below existing grade. 1: B. Remove concrete sidewalks on site, as required. 1.03 PROTECTION 1: A. Protect all existing structures and improvements, in accordance with Article 107.19 of the Standard Specifications. 1: 2.00 PRODUCTS A. Does not apply. 3.00 PART 3 - EXECUTION 3.01 CONCRETE ABUTMENT REMOVAL 1: A. Remove all concrete and associated structure components to a minimum of 18" below existing grade. Remove material and properly dispose of 1: off-site. B. Coordinate work and work schedule with the Soo Line Railroad. No work shall be done without a representative of the Railroad present. 3.02 CONCRETE PAVEMENT REMOVALS A. Remove all concrete walks and base material . Provide saw cuts through entire depth of concrete where identified on plan. Remove material and properly dispose of off-site. 3.03 METHOD OF MEASURE AND BASE FOR PAYMENT A. The method of measure and basis for payment for all of the Demolition work of this contract shall be paid for as a percentage complete based upon the line item in the bid form and shall include all materials, equipment, labor, transportation, excavation, removal , legal disposal off-site, and all fees or other incidental costs described in this section. r:r October 8, 1991 State Street Gateway Park Page 35 Bid Document City of Elgin I SECTION 02210 - EARTHWORK I 1.00 PART 1 - GENERAL 11 1.01 DESCRIPTION A. Supply and perform all labor, materials, supplies, tools and transportation, and perform all operations in connection with and reasonably incidental to the completion of the Earthwork indicated on the drawings and as specified herein. Earthwork shall include, but not be limited to, the following: 1. Site and structural excavation, filling, compaction and rough grading. 2. Importing of clay fill and preparation of subgrade for concrete paver base pad and banding, and landscaping. 3. Drainage and dewatering as necessary to perform work in a dry condition. 11 4. Placement and compaction of fills. 5. Loading, hauling, and spreading of topsoil . 6. All required hauling for off-site disposal . 1.02 RELATED WORK 11 A. Section 02510: Concrete Work 11 B. Section 02900: Trees, Shrubs & Groundcovers C. Section 02930: Sodding D. Section 03300: Concrete, Cement and Reinforced Concrete 1.03 REFERENCED STANDARDS A. American Association of State Highway and Transportation Officials (AASHTO) : T 191 Density of Soil In-Place. 11 I October 8, 1991 State Street Gateway Park Page 36 Bid Document City of Elgin I r 1: SECTION 02210 - EARTHWORK B. American Society for Testing and Materials (ASTM): D 422 Particle - Size Analysis of Soils D 1557 Moisture-Density Relations of Soil and Soil Aggregate Moistures Using 10-lb. (4.54-kg) Rammer and 18-in. (457-mm) Drop. D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.04 EXISTING CONDITIONS A. The Contractor shall become thoroughly familiar with the site, con suit records and drawings of adjacent structures and of existing utilities and their connections, and note all conditions which may influence the work of this Section. 1: B. By submitting a bid, the Contractor affirms that he has carefully examined the site and all conditions affecting work under this Section. No claim for additional costs will be allowed because of 1: lack of full knowledge of existing conditions. C. The Contractor may, at his own expense, conduct additional subsur- face testing as required for his own information. 1.05 INFORMATION NOT GUARANTEED 1: A. Information on the Drawings and in the Specifications relating to subsurface conditions, natural phenomena, and existing utilities and structures is from the best sources presently available. Such information is furnished only for the information and convenience of the Contractor, and the accuracy or completeness of this informa- tion is not guaranteed. 1111 B. Plans, surveys, measurements, and dimensions under which the work is to be performed are believed to be correct, but the Contractor shall have examined them for himself during the bidding period, as no additional compensation will be made for errors and inaccuracies that may be found therein. 1.06 QUALITY CONTROL A. The City reserves the right to retain a Geotechnical Consultant, acceptable to the Owners' Representative to perform on-site 1: observation and testing during the following phases of the construction operations. The services of the Geotechnical Consultant may include, but not be limited to the following: October 8, 1991 State Street Gateway Park Page 37 Bid Document City of Elgin I SECTION 02210 - EARTHWORK I 1. Observation during placement and compaction of fills. 2. Laboratory testing and analysis of fill and topsoil materials specified, as required. 11 • 3. Observation of footing/foundation installation. 4. Observation of construction and performance of water content, gradation, and compaction tests at a frequency and at locations determined by the Geotechnical Consultant. The results of these 11 tests will be submitted to the Owners' Representative, copy to the Contractor, on a timely basis so that the Contractor can take such action as is required to remedy indicated deficiencies. During the course of construction, the Geotechnical Consultant will advise the Village in writing with copy to Contractor if, at any time, in his opinion, the work is not in substantial conformity with the Contract Documents. 5. Observation of fills following interruptions by rains or other inclement weather. B. Unsuitable Material - material which is classified as 'unsuitable shall be material as designated in the field by the Geotechnical Consultant. 11 C. The Geotechnical Consultant's presence does not include supervision or direction of the actual work by the Contractor, his employees or11 agents. Neither the presence of the Geotechnical Consultant, nor any observations and testing performed by him shall excuse the Con- tractor from defects discovered in his work. D. The City reserves the right to modify or waive Geotechnical Consultant services. All Geotechnical Consultant work shall be done at the expense of the Owner, unless specifically hired by the Contractor for his own information. 1.08 SUBMITTALS I A. The contractor shall perform a soil test for topsoil available from City of Elgin source. Soil test results shall be submitted to Project Architect prior to landscape work. I I October 8, 1991 State Street Gateway Park Page 38 Bid Document City of Elgin I SECTION 02210 - EARTHWORK 1: 1.09 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. The work shall be executed in accordance with Section 107.25 of the Standard Specifications, as amended in the following excerp, "The Contractor shall assume all responsibility for injury or damage to the work done under this contract, or related contract, or any related existing utility, structure, pavement, curb work, or all vegetation to remain. Any damage shall be immediately repaired by the Contractor at no additional cost to the Owner. B. Prior to execution of the work, the Contractor shall contact J.U.L.I.E. to locate existing underground utilities within the project area. Contractor to provide adequate protection of all 1: utilities to prevent damage. Contractor shall repair any damage done at no additional expense to the Owner. C. Should uncharted or incorrectly charted piping or other utilities be encountered during paving or grading operations, consult the Owners' representative immediately for directions as to procedure, prior to commencing with the work. Contractor to replace or repair any damaged piping at no additional cost to the Owner. 1.10 DRAINAGE AND DEWATERING 1: A. The Contractor shall be responsible for maintaining excavated areas sufficiently dry to perform all operations defined within this specification. Under no circumstances place fills in excavations 1: containing free water, or areas saturated to the extent that proper compaction density cannot be achieved. B. Where, in the opinion of the Owners' Representative, pumping of excavations is not effective in maintaining a dry firm subgrade, other dewatering methods acceptable to the Owner shall be employed. 1.11 COORDINATION A. Prior to start of earthwork, the Contractor shall arrange an on-site meeting with the Owners' Representative for the purpose of establishing Contractor's schedule of operations, scheduling inspection procedures and requirements, and coordinating the survey staking and record keeping. r r October 8, 1991 State Street Gateway Park Page 39 Bid Document City of Elgin r 11 SECTION 02210 - EARTHWORK I B. The Contractor shall be responsible for obtaining test samples of soil materials proposed to be used prior to transporting them to the II site. Use of these materials (other than the City of Elgin topsoil ) by the Contractor prior to testing and approval or rejection, shall 11 be at the Contractor's risk. If materials are used prior to submittal and approval . Contractor may be required to remove the material at no additional cost to the Owners' . 1.12 INSPECTIONS 11 A. Final Inspection: At the completion of grading operations, a final II inspection will be performed. This inspection must be completed prior to any paving installation. If, after the inspection, the Project Architect is of the opinion that all work has been performed II as per the contract documents, he will give written notice of acceptance. If deficiencies do exist, they shall be corrected prior to commencing related work in affected areas. 11 2.00 PART 2 - MATERIALS 2.01 SOURCE OF MATERIALS 11 A. Topsoil shall be available from a stockpile at the City of Elgin "Shale" site. Contractor shall be responsible for all required loading, hauling, and spreading. Topsoil shall be stockpiled on 11 site in a location to be approved by the Project Architect. B. Any additional fill necessary for grading operations shall be11 provided by the Contractor. 3.00 PART 3 - CONSTRUCTION REQUIREMENTS 11 3.01 EXCAVATION 11 A. Prior to commencing with the earthwork operations, the Contractor is responsible for identifying the location of all utilities through J.U.L.I.E. , and/or other similar affiliated agencies. Any damage caused by Contractor shall be repaired immediately at no additional cost to the Owner. B. Maintain excavations and keep them free from water at all times during placing of backfill materials. Fill and backfill shall be placed in dry or dewatered areas only. I October 8, 1991 State Street Gateway Park Page 40 Bid Document City of Elgin I SECTION 02210 - EARTHWORK C. Excavation shall include disposal of excavated material not employed as backfill or fill materials. Excavation material , other than topsoil , which is not required or is unsuitable for backfill or fill materials, shall be disposed of off-site as part of the unit bid 1: price. D. Excavations which extend below indicated or specified levels ("over- excavation" ) , shall be filled to those levels with concrete having a minimum 28 day compressive strength of 2,000 psi if in rock, or with compacted Granular Fill , if in earth. E. If bearing surface of subgrade which is to receive fill , concrete footing, structure, or other construction becomes softened, dis- turbed, or unstable, unsuitable material shall be removed down to a firm bearing surface and replaced with suitable material ,as identified in "Item D" above. Subgrade shall then be protected from further disturbance until construction item is placed. This will 1: not be paid for separately, but considered incidental to the Earthwork operations. 1: 3.03 PLACING EMBANKMENTS A. Except as otherwise noted, tolerance of top surface of completed fill areas shall be +/- 1 in. from true grade indicated. This grade shall allow for 6" topsoil placement or the installation of the paving surfaces indicated. 1: 3.04 BACKFILL A. Excavation below finished grades shall be backfilled. Temporary planking, timbering, forms, debris, and refuse shall be removed be- fore backfill is placed. B. Backfilling shall be done in any area only after the Project Architect or Geotechnical Consultant has inspected and approved subgrade, foundations, or other work in excavations. Notice that the work is ready for inspection shall be given promptly, and 24 hours minimum shall be allowed for making necessary examinations. Failure to comply may require excavation to previous grade and the performance of backfilling operations again. I r October 8, 1991 State Street Gateway Park Page 41 Bid Document City of Elgin I SECTION 02210 - EARTHWORK C. In order to prevent lateral movement, care shall be exercised in placing backfill adjacent to footings, and other structures. BackII - fill on opposite sides of such items shall be kept at approximately the same elevation as backfilling progresses to prevent unbalanced earth pressure. During backfilling the difference in elevation of11 backfill on opposite sides of structure shall not exceed 12 inches, except where finished wall elevations exceed 12 inches above proposed grades. 3.05 COMPACTION A. Degree of compaction shall be determined in accordance with ASTM D 1557. B. Except as otherwise noted, fill and backfill materials shall be placed in successive horizontal lifts which do not exceed speci- fied thickness. C. Subgrade and backfill of indicated areas shall be compacted as spe11 - cified in the following table: D. Compaction requirements shall apply to material directly below the indicated supported item (base course, footing, and to all material above the undisturbed earth beneath fill , and enclosed by the following planes: 11 1. Horizontal plane at the elevation of the bottom of the supported item (base course or footing) within a perimeter line located 1'- 6"ft. beyond the exterior face or edge of item. 2. Flat planes extending from the perimeter line downward and out- ward at 45 degree angle with the horizontal , to where the plans intersect undisturbed earth. Where zones of higher and lower percentages of compaction overlap, that of the higher percentage shall apply. 11 E. Compaction of backfill in excavation shall be to a density not less than that required of the surrounding area fill . I F. If adequate compaction cannot be obtained, equipment and methods employed shall be replaced and method revised as directed by the Owners' Representative or Geotechnical Consultant until specified compaction is obtained. G. Compaction of each lift shall be completed before compaction of the next lift is started. I October 8, 1991 State Street Gateway Park Page 42 Bid Document City of Elgin I r 1: SECTION 02210 - EARTHWORK 3.06 MOISTURE CONTROL A. Variation of moisture content in fill and backfill materials shall be limited to Optimum Moisture (-1% to +2%) . Moisture content shall 1: be as uniformly distributed as practicable within each lift, and shall be adjusted as necessary to obtain the specified compaction. B. Material which does not contain sufficient moisture to be compacted to the specified densities shall be moisture conditioned by sprinkl- ing. disking, windrowing, or other method approved by the Owners' 1: Representative or Geotechnical Consultant. 1. Material conditioned by sprinkling shall have water added be- fore compaction. Water shall be uniformly applied to surface of 1: subgrade or layer of soil material to obtain sufficient moisture content. The Contractor shall maintain sufficient hoses and water distributing equipment at the site for this purpose. 1: C. Material containing excess moisture shall be dried to required Opti- mum Moisture Content before it is placed and compacted. Excessively 1: moist soils shall be removed and replaced or shall be scarified by use of plows, discs, or other approved methods. and air-dried to meet the above requirements. D. Materials which are within the moisture requirements specified above, but which display pronounced elasticity or deformation under the action of earthmoving and compaction equipment, shall be re- moved and replaced. E. In the event of sudden downpours or other inclement weather. exposed subgrades and fills which, in the opinion of the Project Architect or Geotechnical Consultant, become inundated or excessively moistened shall have excess water removed and soil dried as specified above. 3.07 TOPSOIL SPREADING A. Contractor is responsible for spreading a minimum of 6' topsoil over the entire site (excluding areas for pavement) . Topsoil shall be used for all landscape fill . Clay fill shall only be used to 1: prepare pavement or retaining wall subgrade. Topsoil shall be from City of Elgin stock pile off-site. Topsoil will not be paid for separately. but shall be considered incidental to the Earthwork operations. If topsoil is spread 10 or more days prior to sodding, it shall be cultivated and raked prior to sodding. B. Topsoil and subgrade shall be damp when topsoil is spread. r October 8, 1991 State Street Gateway Park Page 43 Bid Document City of Elgin I SECTION 02210 - EARTHWORK I C. Topsoil shall not be placed when subgrade or topsoil material are frozen, excessively wet. or excessively dry. D. Topsoil shall be spread in a uniform layer, to a thickness which will compact to the depth required to bring final lawn and grass surfaces to required elevation. Unless otherwise indicated, minimum depth of topsoil shall be 6 in. compacted measure. Topsoil shall be compact to 85% compaction, determined in accordance with ASTM D 1557. E. Surfaces shall be graded and smoothed, eliminating all sharp breaks by rounding, scraping off bumps and ridges, and filling in holes and 11 cuts. 3.08 METHOD OF MEASUREMENT AND BASIS FOR PAYMENT A. The method of measurement and a basis for payment for earthwork shall be paid for as a lump sum bid item. and shall include all 11 Earthwork operations as specified herein. I 11 I 11 I I I I I October 8, 1991 State Street Gateway Park Page 44 II Bid Document City of Elgin I r r r F r r r t r r r F r r r F F October 8, 1991 State Street Gateway Park Page 45 Bid Document City of Elgin 11 SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION I 1.00 PART 1: GENERAL 11 1.01 WORK INCLUDED A. Excavating, backfilling and compaction, as specified herein, including but not necessarily limited to the following: 1. Excavating, general and trench, grade beams, footings, site 11 utilities, walks, paving and foundations of all types. 2. Backfilling and compacting, in conformance with this Specification and Section 02210 - Earthwork. Review of all backfill material and compacted backfill material may be made by a qualified Testing Laboratory. 3. Filling with concrete any excess cut under footings and foundations shall be the responsibility of the Contractor for this Section of work. 11 4. Maintain all bench marks, monuments and other reference points and obtain accurate replacement to final grade for any disturbed, destroyed or moved due to the work. 5. Inform the Project Architect prior to footing excavations, filling of areas, compaction of fills, and other items requiring 11 review. 6. Keeping excavations free of water during excavating operations. 7. Removing from the site an disposing of all debris and excess material from excavation. 11 8. Restoring to original grades and condition all properties damaged by any activity related to the work, and taking adequate precautions to avoid settlements or cave-ins-ins of properties, streets and walks adjoining site. 9. Perform general excavation in stages to varied levels as determined by the Contractor to facilitate installation of grade II beams, concrete foundation work, slabs and concrete work below grade, and the installation of any required sheeting, bracing and shoring. I I October 8, 1991 State Street Gateway Park Page 46 Bid Document City of Elgin I r SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION 1: 1.02 RELATED WORK A. Specified Elsewhere: 1. Section 02210 - Earthwork 2. Section 02520 - Concrete Work 3. Section 02720 - Storm Sewer System 4. Section 02730 - Water Lines 5. Section 02810 - Irrigation System 6. Section 02820 - Fountain Plumbing 7. Section 02900 - Trees, Plants and Groundcovers 1: 8. Section 02910 - Sodding 1: 9. Section 02920 - Seed Work 1.03 QUALITY ASSURANCE 1: A. Comply with all laws, rules and regulations of governmental authorities having jurisdiction over this part of the Work. 1: B. Comply with the related sections and articles of the Standard Specifications. 1.04 REFERENCES A. Titles, designations, dates of issue or revisions of referenced standards shall be those in effect on the date of this Project re Manual , unless otherwise specified herein. 1.05 TEST SERVICES A. The Geotechnical Consultant will be responsible for conduction and interpreting any tests performed. If said tests are performed, the Contractor shall receive copies of the following tests. 1. Verification of subgrade materials and bearing capacity under wall footings and grade beams. 1: 2. Field density test. 3. Optimum moisture - maximum density tests of soils October 8, 1991 State Street Gateway Park Page 47 Bid Document City of Elgin A I I SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION 4. Unconfined compressive strength and gearing test of each strata. 1.06 EXAMINATION OF SITE AND RECORDS 11 A. The Contractor shall examine the site, the Drawings and any records of existing subsurface soil explorations to determine the conditions under which the work shall be performed. Construction for which no II records are available may be encountered. The Contractor shall formulate his own conclusions as to the extent of such construction and shall remove all materials of any nature to the design subgrades 1/ indicated or hereinafter specified. The Owner and Project Architect will not be responsible for interpretations or conclusions drawn therefrom by the Contractor. B. Additional test borings and other exploratory operations may be made by Contractor at his own expense. 1.07 PROTECTION OF EXISTING STRUCTURES AND REFERENCE POINTS A. Protect existing structures from damage during excavation work and keep in full operation during the work under this Contract. Any damage to existing structures due to water or earth pressures, slides, cave-ins or other causes shall be repaired by the Contractor 11 without additional cost to the Owner. B. Protect and maintain all existing and new bench marks, monuments and other reference points. If disturbed or destroyed, replace without 11 cost to the Owner. 1.08 PROTECTION OF UTILITIES 11 A. Protect and keep in service all existing and new service lines and related structures or arrange for their repair, if damaged, with the proper authorities or utility companies. B. The location of underground utilities shown on the Drawings represents the best information available to the Project 3 Architect. The contractor shall be responsible for verifying the exact locations prior to work which might cause damage through J.U.L.I.E. and other related agencies. I C. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult the Utility Company, Owner and Project Architect immediately for directions. I October 8, 1991 State Street Gateway Park Page 48 Bid Document City of Elgin I r SECTION 02220 - EXCAVATING. BACKFILLING AND COMPACTION D. Demolish and completely remove from site all underground utilities to be abandoned, as indicated on the Drawings. Coordinate with mechanical trades contractors and utility companies for shut off of services if lines are active. Disconnect and cap or shut-off at mains in streets. 1.09 PROTECTION OF PERSONS AND PROPERTY A. Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended or 1: required by authorities having jurisdiction. 2.00 PART 2 2.01 DEFINITIONS A. Satisfactory (Suitable) Soil materials are defined as those complying with those classified in ASTM D2487 as GW, GP, SW, GC. CL, SP, GM, G and SM properly worked by Contractor to obtain optimum moisture and compaction. 1: B. Unsatisfactory Soil materials are those defined in ASTM D2487 as Soil Classification types PT, MH, OH and OL; also, peat and other highly organic soils. 1: C. Cohesive Soil : A soil that, when confined, has strength when air dried and cohesion when submerged in water. Cohesionless soils 1110 include those classified in ASTM D2487 as GW, GP. SW and SP. D. Cohesionless Soil : A soil that. when unconfined. has no strength when air dried and has no cohesion when submerged in water. Cohesionless soils include those classified in ASTM D2487 as GW, GP, SW and SP. 2.02 MATERIALS A. Crushed Stone Fill : Crushed stone having a CA-6 gradation conforming to the Standard Specifications. B. Sand Fill : Sand having the following gradation: 100 percent passing the 1 inch sieve; 65-100 percent passing the No. 4 sieve; 40-90 percent passing the no. 10 sieve; 30-80 percent passing the No. 16 sieve; 10-50 percent passing the No. 50 sieve; 0-30 percent passing the No. 100 sieve; and 0-10 percent passing the No. 200 1: sieve. E.r October 8, 1991 State Street Gateway Park Page 49 Bid Document City of Elgin I SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION C. Backfill Materials: in Accordance with Section 700 of the Standard Specifications, and as approved by the Geotechnical Consultant or Project Architect. D. All Subgrade Levels and/or backfill material layers, unless otherwise specifically indicated, shall be placed and compacted in 8 II inch layers to 95 percent of maximum density. Maximum density shall be determined by ASTM D1557. 3.00 PART 3 - EXECUTION 3.01 EXCAVATION - GENERAL A. Examine the areas and conditions under which excavating is to be performed and notify the Project Architect, in writing, of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in an acceptable manner. The start of excavation, backfilling and compaction work constitutes acceptance 11 of the existing conditions, and, at which time, no additional cost to the Owner may be incurred. B. Excavation consists of removal and disposal of material encountered when establishing required elevations and lines. C. Excavate to lines and elevations required and as shown on the Drawings. Structures shall be founded on natural undisturbed soils. D. Remove completely and legally dispose off site all asphalt, concrete 11 non-classified rubble, slabs and other obstructions, below grade within ground area to be occupied by any structural elements requiring excavation for foundations, as shown on the Drawings. 11 Included is the removal of all large boulders and all rubble encountered in the excavation. E. Material excavated at the site is generally considered not usable for grading and backfill purposes subject to the requirements of Paragraph 'Materials." Any additional fill required shall be at the expense of the Contractor. Excess excavated material from the developed portion of the site shall become property of the Contractor and shall be removed from the site. I 11 October 8, 1991 State Street Gateway Park Page 50 Bid Document City of Elgin I r SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION 1: F. Unauthorized Excavation: 1. Unauthorized excavation is the removal of material beyond indicated subgrade elevations or dimensions, without written direction of the Owners' Representative. Unauthorized excavation, as well as remedial work as required shall be at the Contractor's expense. 2. Extreme care shall be taken to not over excavate wall footings. 11, 3. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending the indicated bottom elevation of the footing of base to the excavation bottom, 1: without altering required top elevation. Lean concrete fill may be used to bring elevations to proper position, when authorized in writing to Owners' Representative. 1: 4. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classification. 1: G. Additional Excavation: 1. When excavation has reached required subgrade elevations, notify the Project Architect , who will make an inspection of conditions. 2. In the event unsuitable soil conditions are encountered at the subgrade elevations indicated on the Drawings the Project Architect may direct the removal of the unsuitable soil and the installation of suitable compacted replacement fill as describe 1: herein. Payment for such authorized additional work shall be made in accordance with agreed upon cost set forth in a written Change Order. H. Stability of Excavations: 1. Slope sides of excavations to provide safe work area and to comply with local codes and ordinances having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. 2. Maintain sides and slopes of excavations in a safe condition until completion of backfilling. 11, r October 8, 1991 State Street Gateway Park Page 51 Bid Document City of Elgin I SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION11 I. Dewatering 11 1. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. Do not dewater from adjacent property which 11 may cause damage to existing off site structures. 2. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, wellpoints, sumps, II suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. J. Material Storage: 1. Stockpile satisfactory excavated materials where directed by the Project Architect, until required for backfill . Place, grade and shape stockpiles for proper drainage. 2. Dispose of excess soil material and waste materials as specified 11 herein. 3.02 EXCAVATION A. Excavation for Structures: 1. Conform to elevations and dimensions shown on the Drawings 11 within a tolerance of plus or minus 0.10 feet, and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of services, other construction, and from inspection. 2. In excavating for footings and foundations, take care not to disturb bottom of excavation. Remove all old fill materials, 11 down to virgin soil . 3. The general machine excavation, shall be carried at least 0 feet 6 inches below bottom of finished structural slabs placed on grade. B. Excavate for pavements, cut surface under pavements on grade to 1 comply with cross-sections, elevations and grades shown on the Drawings. I October 8, 1991 State Street Gateway Park Page 52 II Bid Document City of Elgin I SECTION 02220 - EXCAVATING. BACKFILLING AND COMPACTION C. Excavation for Trenches: 1. Dig trenches to the uniform width required for the particular 1: item to be installed, sufficiently wide to provide ample working room. Excavation and backfill for all subsoil drainage lines shall be the responsibility of the installing contractor, and shall conform to Section 210 of the Standard Specifications. 1: 2. Do not backfill trenches until tests and inspections have been completed. Use care in backfilling to avoid damage or 1114 displacement of pipe systems and insulation boards. D. Provide excavation for planting areas on grade. Cut ground under planting areas on grade to comply with cross sections and grades shown on the Drawings. Remove all rubble, slabs and foundations to depth of 2 feet 6 inches below finish grade. Backfill to 6 inches below finish grade with top soil . in compliance with Section 02900 - Trees, Plants and Groundcovers. E. Provide cold weather protection for excavation bottoms to protect 1: against freezing when atmospheric temperature is less than 35 degrees F. 3.03 BACKFILL AND COMPACTION A. General : Place acceptable soil material in layers to required subgrade elevations, for each area classification listed below: 1: 1. In excavations, use previously approved excavated or borrow material for backfill . 1: 2. In all lawn and planting areas, use excavated or borrow topsoil material . 3. Under walks and pavements, use subbase material and place topsoil in accordance with Section 02210 - Earthwork, to a minimum depth of 6 inches. B. Backfill excavations as promptly as work permits. but not until completion of the following: 1. Review by the Project Architect of construction below finish grade. 2. Inspection, testing. approval , and recording locations of underground utilities. 3. Removal of concrete formwork. October 8, 1991 State Street Gateway Park Page 53 Bid Document City of Elgin r I SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION 4. Removal of shoring and bracing, and backfilling of voids with Testing Laboratory reviewed materials. Shoring, sheeting. or bracing if designed to remain in place shall not be remove. Sheeting or bracing to be removed shall be performed under the11 Contractor's supervision. 5. Removal of all trash and debris. 6. Permanent or temporary horizontal bracing is in place on horizontally supported walls. 11 C. Moisture Control : 1. When needed, uniformly apply water to surface of subgrade, but 11 prevent free water from appearing on surface during compaction operations. 2. Remove and replace, soil material that is too wet to permit 11 compaction to specified density. 3. Soil materials that have been removed may be stockpiled or spread and allowed to dry. Assist drying by dicing, harrowing or pulverizing until moisture content is reduced to a satisfactory value as reviewed by the Project Architect, or /I Geotechnical Consultant. D. Placement and Compaction: 11 1. After excavation and footings are completed. compact soil in lifts, as described in Section 02200 - Earthwork, and Articles 207, 208, 210, 211, 212. and 213 of the Standard Specifications. 11 Place necessary backfill to bring up to 6 inches below top of concrete. Backfill shall be granular material placed in layers, not over 8 inches deep. Compact with vibratory compactors. 11 2. After footings and walls are poured. Contractor shall backfill around all walls to elevations shown. Excavations shall be11 cleaned of all trash and debris prior to backfilling. Place backfill around outside outside of foundation walls in 9 inch layers and compact with hand pushed Vibrapac tampers to obtain compactions listed below. 11 I October 8. 1991 State Street Gateway Park Page 54 Bid Document City of Elgin 11 I r [. SECTION 02220 - EXCAVATING, BACKFILLING AND COMPACTION 3. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content. Compact each layer to required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill material on surfaces that are muddy, frozen, or contain frost or ice. 4. Place backfill material evenly adjacent to structure, to required elevations. Take care to prevent wedging action of backfill against structures by carrying the material uniformly around structure to approximately same elevation in each lift. r r r r r r r r f October 8, 1991 State Street Gateway Park Page 55 Bid Document City of Elgin c I SECTION 02220 - EXCAVATING. BACKFILL.:.G AND COMPACTION E. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum dry density for cohesive soils which exhibit as well-defined moisture density relationship determined in accordance with ASTM D1557; and not less than the following percentages of relative density. determined in accordance with ASTM D4253 and ASTM D4254. for cohesionless soils which will not exhibit a well-defined moisture-density relationship: 1. Retaining Walls: Compact top 12 inches of subgrade and each 11 layer of backfill or fill material at 95 percent maximum dry density or 90 percent relative dry density. 2. Walks: Compact top 6 inches of subgrade and each layer of backfill or fill material at 90 percent maximum dry density or 95 percent relative dry density. 3. Pavements: Compact top 12 inches of subgrade and each layer of backfill or fill material at 95 percent maximum dry density or 90 percent relative dry density for cohesive soil material . 4. Lawn and Planting Areas: Compact top 6 inches of subgrade and 11 each layer of backfill material at 85 percent maximum dry density. 3.04 DISPOSAL OF EXCESS AND WASTE MATERIALS A. Remove waste materials. including unacceptable excavated materials. trash and debris.and legally dispose of it off-site. 3.05 FIELD QUALITY CONTROL A. Quality control testing will be performed during construction. Allow Project Architect to inspect and review subgrades and fill layers before further construction work is performed. The following test may be performed by the Owners' consultants of inspectors: 1. Perform field density test in accordance with ASTM D2922 (Nuclear Method) or if not available by ASTM D1556 (sand cone method) or ASTM D2167 (rubber balloon method) , as applicable. 2. Perform footing subgrade tests for each strata of soil on which footings will be placed. conduct at least one test per column to verify required design bearing capacities. Subsequent verifications and review of each footing subgrade with related tested strata. when reviewed by the, Project Architect and the 11 Testing Laboratory. I October 8, 1991 State Street Gateway Park Page 56 Bid Document City of Elgin I r SECTION 02220 - EXCAVATING. BACKFILLING AND COMPACTION 3. Paved Areas: Make at least one field density test of subgrade for every 2000 sq. ft. of paved area, but in no case less than 3 tests. In each compacted fill layer, make one field density 1: test for every 2000 sq. ft. of paved area, but in no case less than 3 tests. 4. Foundation Wall Backfill : Take at least 25 field density tests. at locations and elevations as directed by the Project Architect. B. If. based on Geotechnical Consultant reports and inspection. subgrade or fills which have been placed are below specified density, provide additional compaction and testing at no additional expense to the Owner. 3.06 Method of Measure and Basis for Payment A. Excavating, Backfilling and Compaction will not be paid for separately, but will be considered incidental to all operations into which it is performed. r C r r r C C C October 8, 1991 State Street Gateway Park Page 57 Bid Document City of Elgin C I SECTION 02444 - VINYL COATED FENCE WORK 1.00 PART 1 - GENERAL 11 1.01 SECTION INCLUDES A. ColorBond vinyl coated fence fabric, pipe, fittings and accessories. 1.02 REFERENCES 11 A. Federal specifications RR _F-191, ASTM F 668 class 2a and AASHTO M181. 1.03 WARRANTY A. Prior to installation the fence contractor shall provide the fence 1 manufacturer's notarized certification that all materials fully comply with specifications and the ColorBond vinyl coated fence fabric is fully warranted by the manufacturer for 25 years against failure resulting from rust or corrosion. 1.04 SUBMIT SHOP DRAWINGS A. Include plan layout and details illustrating height, location, and sizes of posts, rai' -, braces and anchors. Provide list of hardwares and erection procea .:es. 2.00 PART 2 - PRODUCTS 2.01 MANUFACTURER 11 A. Vinyl clad chain link fabric, framework, fittings and accessories shall be manufactured by PAGE ALUMINIZEDSTEEL CORPORATION and/or 11 SEMMERLING FENCE & SUPPLY. INC. , in the U.S.A. or approved equal . 2.02 VINYL CLAD FENCE FABRIC I A. General 1. ColorBond fabric shall be supplied with an extrusion bonded vinyl clad coating over aluminized steel wire, manufactured in accordance with ASTM F 668 Class 2a. The fence fabric shall be imprinted with the manufacturer's trade name, country of origin (USA) , ASTM Specification (F 668) , core wire gage, and finished outside diameter gage. Example: COLORBOND USA ASTM F 668 GA CORE 6 GA OD. I October 8, 1991 State Street Gateway Park Page 58 Bid Document City of Elgin I r SECTION 02444 - VINYL COATED FENCE WORK B. Wire Size 1. Steel core wire size is 9 gage and the coated wire size is 6 gage on this project. C. Height and Mesh Size 1. Fabric height is 48' inches high with a mesh size of 2' inches. D. Selvage 1. Top edge Barbed Bottom edge knuckled. • E. Color of Vinyl Coating - shall be black. 2.03 STEEL FRAMEWORK A. General 1. Fence posts and rail shall be vinyl coated, manufactured in r' accordance with the Federal Specification RR-F-191/3D, Grade A. Color to match fence fabric. All framework shall have a 10 ML to 14 MIL PVC coating. B. Line Posts 1. Grade A Steel Pipe 2 inches O.D. weighing 2.72 lbs. per lin. ft. (Schedule 40) . C. End Posts and Corner Posts r 1. Grade A Steel Pipe 3 inches 0.D. weighing 5.79 lbs. per lin. ft. (Schedule 40) . r. D. Pull Posts ,, 1. Stretches of fence more than 500 feet in length shall have one intermediate pull post with braced in both directions. Size and weight of pull post shall be the same as specified for end and corner posts. r r r vo October 8, 1991 State Street Gateway Park Page 59 Bid Document City of Elgin r I SECTION 02444 - VINYL COATED FENCE WORK I E. Top Rail 1. The top rail shall be supplied in 21' lengths joined by 6" long sleeves and run continuously along top of the fence through openings provided in the line post tops. Proved means for11 attaching top rail securely to each corner, end and pull post. a. Grade A Steel Pipe 1.66" 0.D. weighing 2.27 lbs. per lin. ft. (Schedule 40) . 11 F. Bottom Tension Wire 11 1. 6 gage (0.192") 0.D. tension wire, color to match fabric. The fence fabric shall be fastened to the tension wire at intervals of 24" with hog rings. Provide means of attaching tension wire11 securely to all terminal posts. 2.04 FITTINGS AND ACCESSORIES A. General 1. All fittings and accessories shall be vinyl and 11 manufactured in accordance with Federal Specification RR-F-191/4D. Color to match fence fabric. B. Terminal Post Caps 1. Pressed steel or cast iron weather tight caps. 11 C. Line Post Caps 1. Pressed steel or cast iron weather tight caps. D. Tension Bars 1. For 2' and 1-3/4" mesh use 3/16" x 3/4" steel , and for 1" mesh use 3/16" x 1/2" steel . Bars shall be one-piece lengths equal to full height of fabric, less 1". Provide one tension bar each end post, and two for each corner and pull post. E. Tension Bands 11 1. Fabricated from 12 gage pressed steel . Space not over 14" O.C. to secure tension bars to terminal posts. Bands shall have b ieled edges. I October 8, 1991 State Street Gateway Pa! Page 60 Bid Document City of Elgin I r SECTION 02444 - VINYL COATED FENCE WORK F. Brace Bands 1. Fabricated from 12 gage pressed steel . Bands are to secure rail t: ends and truss rods to terminal posts. Bands shall have beveled edges. G. Truss Rods 1. Truss rods shall be 3/8" minimum diameter steel with adjustable take-ups. H. Fabric Ties [P. 1. PVC coated 9 gage (0.148" ) O.D. I. Hog Rings 1. PVC Coated 9 gage (0.148' ) O.D. J. Rail Ends 1. Pressed steel or cast iron. K. Bolts and Nuts 1. Pressed Steel . with 5/16" diameter carriage bolts. 3.00 PART 3 - EXECUTION 3.01 INSTALLATION ri A. Install fence in accordance with ASTM Practice F 567. r B. Handle all vinyl coated material with care. If vinyl finish is damaged during installation. contractor shall repair or replace material a their own expense. C. See plans for fence locations. D. See details for additional installation requirements. r r October 8. 1991 State Street Gateway Park Page 61 Bid Document City of Elgin I SECTION 02520 - CONCRETE WORK I 1.00 PART 1 - GENERAL 11 1.01 DESCRIPTION A. Summary of Work: 11 1. Final shaping, trimming and finishing of subgrade not performed in Section 02200-Earthwork. 11 2. Furnishing and placing one or more courses of aggregate in a prepared subgrade. 3. Construction of all concrete paving, retaining walls, foundations, and any other related concrete work. 4. Construction of indicated finish methods shown on the drawings. 5. Construction of flagpole, fencing, bench, trash receptacle, and 11 fountain foundations as indicated on the drawings and as specified herein. 6. Repair of any damage to existing roadways, curb and gutter, sidewalks, sewers and utilities above and below grade, caused by the work of this contract, at no additional expense to the Owner. 1.02 RELATED WORK A. Section 02200: Earthwork B. Section 02210: Excavation, Backfilling, and Compaction C. Section 02530: Concrete Pavers 11 D. Section 02800: Site Furnishings F. Section 03300: Concrete Cement and Concrete Reinforcing 1.03 REFERENCE SPECIFICATIONS A. Reference to the standards, specifications and tests of technical societies, organizations, and governmental bodies is made in the Contract Documents: A.S.T.M. American Society for Testing and Materials A.A.S.H.O. American Association for State Highway Officials11 Illinois: Standard Specifications for Road and Bridge Construction. Latest Edition. (July 1, 1988) 11 October 8, 1991 State Street Gateway Park Page 62 Bid Document City of Elgin I r re SECTION 02520 - CONCRETE WORK 1.04 QUALITY ASSURANCE A. Lines, Levels, Laws and Regulations 1. The Contractor is solely responsible for execution of work to the lines and levels shown on the drawings. 2. Comply with all local , county, state and federal laws, rules, ri codes, and regulations that may affect this site work. 1.05 JOB CONDITIONS A. Site Information: 1. All utility and existing conditions information contained in the drawings is for the convenience of the Contractor, and are not representations or warranties of the continuity of such existing conditions. It is expressly understood that the Owner will not be responsible for interpretations or conclusions drawn therefrom by the Contractor. The Contractor is expected to have thoroughly inspected the site prior to submitting a bid. 1.06 SUBMITTALS A. Shop Drawings 1. Contractor shall submit shop drawings to the Project Architect 111. for approval prior to installation of the following: - Fountain concrete work and reinforcing - Bench and Trash Receptacle installation - Lighting footings - Flagpole footings r. 2.00 PART 2 - PRODUCTS 2.01 MATERIALS A. Crushed Stone Base Course: 1. Materials shall meet the requirements of Article 704.05 of the Highway Specifications for Aggregate Base Course-Type B. B. Concrete Sidewalk: 1. Materials shall meet the requirements of Article 624.02 of the Standard Specifications. r October 8, 1991 State Street Gateway Park Page 63 Bid Document City of Elgin r 11 SECTION 02520 - CONCRETE WORK C. Concrete Structures: 11 1. All related materials shall meet the requirements of Article 503.02 of the Standard Specifications. D. Preformed Expansion Joint Fillers: 11 1. Preformed expansion joint filler shall meet the requirements of Article 715.04 of the Highway Specifications. 11 3.00 PART 3 - EXECUTION 11 3.01 PREPARATION A. Subbase, Subgrade, and Crushed Stone Base Course: 1. Prior to the construction of the base course, the subgrade shall be prepared in accordance with Sections 212 and 213 of the Standard Specifications. Articles 213.08 and 213.09 shall be 11 amended to be considered incidental to the related work being performed, and will not be paid for separately. 3.02 CONSTRUCTION A. Concrete Pavement, and Structures: 11 1. Construction shall be in accordance with Sections 503, 616, and 624, of the Highway Specifications and the details shown on the drawings. 2. Preformed expansion joints shall be installed in accordance with Article 624.08 of the Standard Specifications, except as amended, 624.08 (b. ) shall be deleted, and all sidewalks, concrete bands, etc. shall have 1/21 thick expansion joints placed at no greater than 50 feet on center, or as indicated in the plans. Expansion joints shall terminate in the subbase. 3. Control joints shall be located as indicated on the drawings. 4. Control joints shall be toweled to a depth of at least 1/4 depth of slab. I 11 I October 8, 1991 State Street Gateway Park Page 64 Bid Document City of Elgin 11 I r ra SECTION 02520 - CONCRETE WORK re 3.03 ADJUST AND CLEAN A. Clean Premises: 1. At the completion of the work, clean up and remove from site all debris, materials from work, machines, etc. , resulting as a consequence of work under this Section. 3.04 DISPOSAL OF EXCESS WASTE MATERIALS r A. Remove waste materials, including excavated material classified as unsatisfactory soil material , unsuitable topsoil materials, trash and debris, from the Owners' property and legally dispose of it, cost to !!" be incidental to contract the performance or work described in this section. �r 4.00 PART 4 - PAYMENT 4.01 METHOD OF MEASURE AND BASIS FOR PAYMENT 1 A. Concrete Work: 1. The method of measure and basis for payment for the concrete work of this Contract shall be as a percentage complete of each line item in the Schedule of Values. The work shall include all subgrade preparation, compaction, forms, materials, labor, equipment, and incidentals required to perform this work. PP L r r r r October 8, 1991 State Street Gateway Park Page 65 Bid Document City of Elgin I 11 SECTION 02530 - CONCRETE PAVERS 1.00 PART 1 - GENERAL 11 1.01 DESCRIPTION A. Summary of Work: 11 1. Furnish and install all labor, materials, equipment and incidentals required to complete the installation of concrete pavers. 2. Install compacted subgrade and subbase, and install sand setting bed. 1.02 RELATED WORK 11 A. Section 02200: Earthwork B. Section 02210: Excavation, Backfilling and Compaction11 C. Section 02510: Concrete Paving D. Section 03300: Concrete Cement and Reinforced Concrete 1.03 SUBMITTALS 31 A. Submit two (2) copies of manufacturer's product data. B. Submit a minimum of (9) full-size samples of concrete paver units. 11 The samples submitted shall exhibit the maximum color range deviation proposed for the work and must be approved prior to commencing with the installation. The samples shall be used to verify that the installation is in compliance with the accepted samples. Any pavers not falling within the accepted range will be rejected, and shall be removed and replaced at no additional cost to the Owner. 1.04 DELIVERY. STORAGE. AND HANDLING A. Protect concrete paver units from damage. chipping. and soiling during delivery and storage. Store off the ground on palettes or wood platforms. I 11 October 8, 1991 State Street Gateway Park Page 66 Bid Document City of Elgin I Pm !A SECTION 02530 - CONCRETE PAVERS 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Pavers: Solid precast concrete pavers 'Ultralok 9000' series Plaza II System as manufactured by Bend Industries, Inc. , 1269 Golf Road, Des Plaines, IL (708) 824-4149; or approved equal . Pavers shall be as follows: 1. Paver A: 12" x 12" 6cm paver. Cedar Creek Red color with Granite aggregate mix. Tudor finish. 2. Paver B: 4' x 8" 6cm paver. Color: Gray Range. Standard finish. 3. Paver C: 6" x 6° 6cm paver. Color: Charcoal Gray. Standard finish. B. Bedding Sand: The bedding sand shall comprise a clean, well-graded sand in compliance with the following grading limits: Sieve Size Percent Passing 3/8' 100 4 90-100 8 80-95 16 55-85 EP 50 10-35 200 0-5 r C. Joint Sand: clean, washed masonry sand or approved equal . L D. Water: Clean, fresh and potable. P" E. Subbase: Type B gradation CA6, in accordance with Section 204.05 of the Standard Specifications. rw 3.00 EXECUTION OF THE WORK 3.01 INSPECTION A. Prior to concrete paver installation, the subgrade and subbase must be inspected and approved by the Project Architect. Failure to allow [P for inspection may result in the Contractor having to remove pavers for testing and re-install at no additional cost to the Owner. IPP r October 8, 1991 State Street Gateway Park Page 67 Bid Document City of Elgin I I SECTION 02530 - CONCRETE PAVERS11 3.02 PREPARATION A. Do not use paving units with chips, cracks, voids, discolorations, or other visible defects. 11 B. Where required, concrete paver units shall be cut with a masonry saw to provide clean, sharp unchipped edges. Cut units as required to provide pattern indicated on drawings and to fit adjoining work neatly. Use full units at all edges, place cut pavers in the field of the stones. Where cutting is required, use the largest size units possible. Avoid the use of small brick pieces or large joint spaces. 11 3.03 INSTALLATION A. Subbase and subgrade installation shall conform to Sections 02200 and 02210 of this Specification. B. Establish and maintain required levels and. grade elevations as indicated on the drawings. C. Protect concrete paver sub-base against weather damage when work is not in progress. D. Provide temporary barricades and warning lights as required for protection of project work and public safety. 11 E. Protect adjacent concrete work from damage, soiling, and staining during installation of pavers. F. Install sand setting bed. 1. The bedding sand shall be spread loose in a uniform layer whose thickness shall be one inch (1") when the paving stones have been placed and vibrated. 2. The screeded sand shall be fully protected against accidental precompaction and not be disturbed in any way, including compaction by rain. G. Install concrete pavers. 1. Concrete pavers shall be installed in accordance with the pattern I as indicated in the drawings, in accordance with Manufacturer's Specifications, and as approved by the Project Architect. 2. The concrete pavers shall be set with hand tight joints and laid on the uncompacted, screeded sand setting bed in such a manner that the approved pattern is maintained. October 8, 1991 State Street Gateway Park Page 68 Bid Document City of Elgin I SECTION 02530 - CONCRETE PAVERS 3. In each row, all full units shall be laid first, with units requiring cutting to be placed in the field of the pavers. Such t: cut units shall not affect the structural integrity and appearance of the pavement. 1: 4. After initial installation, the pavers shall be compacted to achieve consolidation of the sand bedding and brought to proposed grades and elevations by not less than three passes of a high-frequency, low-amplitude, mechanical vibrating flat plate compactor. 5. Any units structurally damaged during compaction shall be immediately removed and replaced. 6. Jointing sand shall be spread over pavement after the first 1: compaction has been completed. The jointing sand shall be broomed to completely fill joints. Excess sand shall be compacted by not less than two passes of the vibrating plate compactor. 7. All surface and pavement structures shall be true to the lines and levels, grades, thickness and cross sections shown on the r: drawings. The maximum allowable tolerance between concrete bands and finished paver elevations shall not exceed an eighth of one inch (1/8" ) . 3.04 PROTECTION A. Protect pavers from damage until final acceptance. 3.05 CLEAN UP - A. Remove and replace concrete paving units which are broken, chipped, stained or otherwise damaged. Provide new matching units, install as specified. Broken or chipped pavers are to be removed from the r. site, do not bury on-site in backfill areas. B. Clean concrete pavers not less than 6 days after completion of work, using clean water and stiff-bristle brushes. Do not use wire brushes, acid type cleaning agents, or other cleaning compounds with caustic or harsh fillers. Proprietary cleaning agents are subject to Owners' Representative approval prior to use. C. Perform cleaning during installation of work and upon completion of all pavers and concrete work. Remove from site all excess materials, debris, and equipment. Repair any damage to project site resulting from brick paving operations. October 8, 1991 State Street Gateway Park Page 69 Bid Document City of Elgin I 11 SECTION 02530 - CONCRETE PAVERS 4.00 PAYMENT 4.01 METHOD OF MEASURE AND BASIS FOR PAYMENT 11 A. The method of measure and basis for payment shall be as a percentage complete of the line items on the Schedule of Values. The work shall include all materials, equipment, labor, and incidentals 11 necessary for backfilling, subgrade compaction, sub-base placement, sand setting bed, concrete paver installation and clean-up. 11 11 I 11 I 11 I I I I October 8, 1991 State Street Gateway Park Page 70 Bid Document City of Elgin I r r r r r L r L r M�> r r r r r r October 8, 1991 State Street Gateway Park Page 71 Bid Document City of Elgin r I SECTION 02720 - STORM SEWER SYSTEM 1.00 PART 1 - GENERAL 1.01 WORK INCLUDED A. Perform all construction work specified herein and on the drawings 11 including the furnishing of materials, equipment, and labor. 1.02 CONSTRUCTION WORK INCLUDED 11 A. Provide and install drainage materials, including catch basins, manholes, drain inlets and lines where shown on drawing. B. Reset existing storm frames and/or grates as required to bring rim elevations to finished grade. C. Work under this section shall include trenching, installation of pipe, castings, structures, backfilling of trenches and compaction, and testing as shown on the construction plans. Fittings and accessories necessary to complete the work may not be specified but shall be considered as incidental to the cost of the contract 'Band-seal ' or similar flexible type couplings shall be used when connecting sewer pipes of dissimilar materials. 2.00 PART 2 - PRODUCTS 11 2.01 DRAINAGE LINE Unless otherwise -. 1dicated on the plans, storm sewer pipe shall be 11 reinforced concrete pipe, CL III, conforming to ASTM designation C-76. Joints for storm sewers shall typically be a "trowel applied" bituminous mastic compound in accordance with ASTM designation C-76 (or C-14 as may11 be applicable) , except where designated otherwise on the plans. 2.02 Pipe granular bedding to be gradation CA-6, in accordance with I.D.O.T. I Article 208 I I I I October 8, 1991 State Street Gateway Park Page 72 Bid Document City of Elgin I r r SECTION 02720 - STORM SEWER SYSTEM 3.00 PART 3 - EXECUTION 3.01 STORM SEWER DRAIN LINES A. All storm sewers, and sewer services shall be installed on granular crushed stone bedding class I, 1/4" to 3/4" in size (I.D.O.T. gradation CA-6) with a minimum thickness equal to 1/4th of the outside diameter of the sewer pipe, but not less than 4" or more than 8". Bedding shall extend to the spring line of the pipe, for the storm sewer. Bedding material shall conform to the requirements of ASTM C-33 for soundness and ASTM C-67 for gradation. Cost for bedding shall be considered incidental with the unit price bid for the sewer line installation. B. All structures shall have a minimum of 3" of adjusting rings and a maximum of 6" (2 rings maximum use) . 111. 3.02 SEWER CROSSINGS A. Sewers crossing water mains shall be laid to provide a minimum vertical distance of 18 inches between the outside of the water main and the outside of the sewer. This shall be the case where the water main is either above of below the sewer. The crossing shall be arranged so that the sewer joints will be equidistant and as far as possible from the water main joints. Where water main crosses under a sewer, adequate structural support shall be provided for the sewer to prevent damage to the watermain. When it is impossible to obtain 1110 proper horizontal and vertical separation as stipulated above, at locations where the storm sewer crosses water mains or has less than 10 feet of horizontal separation from a watermain an "0" ring joint in accordance with ASTM designation C443 shall be used. sewer water main. 3.03 UNDERGROUND UTILITIES A. All areas of underground utilities shall be pregraded prior to commencement of construction as required by the municipal engineer. B. The Contractor shall maintain a legible record on a set of construction plans so that all manholes, wyes and services, valve boxes, curb boxes, etc. can be located in the field. final contract payment shall not come due until this information is received by the Project Architect. r F k r. October 8, 1991 State Street Gateway Park Page 73 Bid Document City of Elgin I SECTION 02720 - STORM SEWER SYSTEM 11 C. All catch basins, sumps and/or retention basins are to be cleaned at the end of the project prior to final acceptance. Cleaning may also 11 be required during the course of the construction of HTE project if it is determined that the silt and debris traps are not functioning properly. D. It shall be the responsibility of the underground contractor to remove from the site any and all materials and debris which result11 from his construction operations at no additional expense to the owner. E. The underground contractor shall place and mound excess excavated trench material adjacent to the trenches in an orderly fashion so as not to create a hazard or obstruction, and to maintain the site in a workable condition. The disposal and placement of all excess trench material shall be the responsibility of the earth excavating contractor. F. The underground contractor shall be responsible for dewatering any excavation for the installation of the sewer of water systems. Any dewatering encountered shall be incidental to the respective underground utility. G. Any anticipated cost of sheeting shall be reflected in the contract amounts. No additional cost will be allowed for sheeting or bracing. 11 H. Structures for storm sewers and valve vaults for water mains shall be in accordance with these improvement plans and the applicable 11 standard specifications. Where granular trench backfill is required around these structures, the cost shall be considered as incidental and shall be included in the contract unit price for the structure. I. Frames and lids (or grates) for water main and storm sewer structures shall be as indicated within these improvements plans. 11 3.04 METHOD OF MEASURE AND BASIS FOR PAYMENT A. Storm Sewer 1. The method of measure and basis for payment will be as a percentage complete of the line items on the Schedule of Values. The work shall include all trenching, bedding compaction, piping and all incidental connections, backfilling and cleaning. 11I October 8, 1991 State Street Gateway Park Page 74 Bid Document City of Elgin I r r r r r r r p I r f k r r I I L October 8. 1991 State Street Gateway Park Page 75 Bid Document City of Elgin I SECTION 02730 - WATER LINES 1.00 PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide and perform all labor materials and equipment necessary to install waterlines shown on the plans and specified herein. 1.02 REFERENCES A. All work shall be performed in accordance with the City of Elgin Plumbing Code. 2.00 PART 2 - PRODUCTS 2.01 WATER LINE A. Water supply lines shall be type °K' high strength copper lines, in a 1 1/2° diameter. 2.02 PIPE BEDDING A. All pipe bedding shall be in accordance with the Standard Specifications. 3.00 PART 3 EXECUTION 3.01 WATER LINES A. All watermains shall have compacted CA-6 granular bedding, a minimum of four (4) inches below the bottom of the pipe for the full length. Cost for bedding shall be considered incidental with the unit price bid for the water main installation. B. All watermains shall be subjected to a pressure test by the11 contractor. Hydrostatic pressure test and leakage shall be based on 150 PSI for 2 hours. Watermains shall be chlorinated in accordance with the standard specifications. I C. The underground contractor shall consider incidental to the contract any chlorination and testing of existing water main where connections to and inclusion of such mains is indicated on the drawings. In the event that the pressure tests involving existing mains fail , and such failures are attributable to defective original workmanship and material , then the contractor shall be entitled to additional payment11 for correcting the deficiencies. 11 October 8, 1991 State Street Gateway Park Page 76 Bid Document City of Elgin 11 r a, SECTION 02730 - WATER LINES D. Depth of all water lines will be in accordance with City requirements. 1: 3.02 METHOD OF MEASURE AND BASIS FOR PAYMENT A. The method of measure and basis for payment shall be as a percentage 111 complete of the line items on the Schedule of Values. Work shall include all excavation, trenching, backfilling, compaction placement, all connections and testing required to complete water line installations. r r r r r r r P r r October 8, 1991 State Street Gateway Park Page 77 Bid Document City of Elgin P 11 SECTION 02800 - SITE FURNISHINGS 1.00 PART 1 - GENERAL 1.01 DESCRIPTION 11 A. Furnish all labor. materials, supplies, tools, and transportation to perform all operations in connection with and reasonably incidental to the completion of the installation of the site furnishings11 indicated on the drawings and specified herein. The work shall include, but not be limited to the installation of ornamental light fixtures, landscape lighting. benches. trash receptacles, and flagpoles. 1.02 RELATED SECTIONS A. Section 02200: Earthwork B. Section 02510: Concrete Work C. Section 02515: Concrete Pavers D. Section 04400: Stone Masonry 1.03 REFERENCED STANDARDS A. Installation of all site furnishings shall be in accordance with each of the manufacturer's specifications for installation, as indicated on the drawings, and the Standard Specifications, where applicable. 1.04 SUBMITTALS A. Manufacturer's product literature for all site furnishings specified herein. B. Shop drawings for installation of flagpoles, benches, trash receptacles, light fixtures. 2.00 MATERIALS 2.01 ALUMINUM FLAGPOLES A. Install as per drawings, details and manufacturer's specifi- cations Eder Aluminum Flagpoles with internal halyard configuration, Model # ECXV25 (or approved equal ) , 25' exposed height. Black Anodized with Flash Collar and Ball Ornament. CONTACT: Eder Flag Manufacturing Co. , Oak Creek, Wisconsin (414) 764-3522 or (800) 558-6044 11 October 8, 1991 State Street Gateway Park Page 78 Bid Document City of Elgin I r p SECTION 02800 - SITE FURNISHINGS 2.02 LIGHTING A. Post Lights 1. Install Lumec poles. fixtures, and lamps as shown on the drawings. or approved equal . Black Finish FIXTURE: Lumec 100 WMH-L23RR3D POST: SPR4N-12 with LBC 3 base CONTACT: Chicago Lighting Gerry Britt 9854 Farragut Street. Rosemont. IL 60018 (708) 671-6200 B. Landscape Uplights (Base Bid and Alternates) 1. Install Greenlee uplight fixtures, accessories and lamps as shown on the drawings. or approved equal . Green Finish. fis CONTACT: Greenlee Landscape Lighting Mfg. (214) 484-1133 C. Lighting Accessories 1. Install outlets, photocell , and related accessories per lighting plan and manufacturer's recommendations. 2.03 BENCHES ry A. Install Timberform Renaissance Benches as indicated on plans. Benches to be surface mount benches # 2806-6 or approved r. equal . Black Powdercoat Finish. For all Timberform site furnishings: CONTACT: Reese Recreation Products Jason Reese (708) 398-2992 2.04 TRASH RECEPTACLE A. Install Timberform Renaissance Trash Receptacle as indicated on plans. Trash Receptacle to be direct burial footing # 2811-DT-E. Black Powdercoat Finish. rw r October 8, 1991 State Street Gateway Park Page 79 k Bid Document City of Elgin r II SECTION 02800 - SITE FURNISHINGS I 3.00 PART 3 - EXECUTION 3.01 All items specified herein are to be installed per manufacturer's recommendations, unless specified elsewhere in these technical sections. 11 3.02 METHOD OF MEASURE AND BASIS FOR PAYMENT A. The method of measure and basis for payment shall be per the 11 installed and accepted item, as a percentage complete of items listed in the Schedule of Values. The work shall include all materials, 11 delivery, freight, taxes, labor, equipment, and incidental equipment required to install each item. I 11 11 11 11 I 11 11 I I 11 October 8, 1991 State Street Gateway Park Page 80 Bid Document City of Elgin I ri r CI r CI CI r CI CI r r fa I r CI r r cm October 8, 1991 State Street Gateway Park Page 81 Bid Document City of Elgin CI I SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM 11 1.00 PART 1 GENERAL 1.01 WORK INCLUDED A. The work consists of installing a complete underground irrigation system as shown on the plans and as specified herein, including the furnishing of all labor, equipment and materials necessary for the construction of the irrigation system. 11 1.02 RELATED WORK A. Section 02950 Sodding. B. Section 02980 Trees, Shrubs and Goundcovers. 1.03 QUALITY ASSURANCE 11 A. All permits applicable to this section are the responsibility of the 11 Contractor. B. The Owner's Representative shall have the right at any stage of the construction operation, to reject any and all work and materials which, do not meet the requirements of these specifications. Such rejected work and materials shall be removed immediately from the site and replaced. 11 1.04 SUBMITTALS A. Submit the following: 1. Product Data: Submit 2 sets of manufacturer's technical data for the Owner's records. 11 2. As Built Drawing: Upon completion, submit an 'as built' record drawing indicating pipe sizes and dimensional data from building11 corners to reference valve, pipe, and sprinkler head locations at a scale not greater than 1"=40' . A mylar reproducible copy of the 'as built" drawings shall be submitted to Owners' 11 Representative, at the Final Inspection, 3. Instructions: Submit instruction sheet and parts list covering all operating equipment for the Owner's records at the Final11 Inspection. 4. Maintenance Instructions: Submit a complete written description11 and schedule of annual maintenance requirements to the Owners' Representative at the Final Inspection. II October 8, 1991 State Street Gateway Park Page 82 Bid Document City of Elgin11 11 Pm SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM 1.06 PROJECT SITE CONDITIONS A. Work Notification: Notify the landscape architect at 2 working days 1: prior to start of irrigation work. B. The plans show conditions as they are believed to exist and are not 1: intended as a representation by or on behalf of the Owner that such conditions actually exist. The Contractor shall inspect the job site prior to the bid submittal and shall accept full responsibility for any loss sustained as a result of any variances between the conditions as shown on the plans and the actual conditions revealed during the progress of the work or otherwise. P" C. Prior to commencing any work required under the contract, the Contractor shall locate all utilities, subsurface drainage, and underground construction so that proper precautions may be taken not re to disturb or damage any subsurface improvements. D. The Contractor shall be responsible for repairing immediately at his own expense any damage to the work of others which is caused by the Contractor in the course of this work, including, but not limited to, utilities, structures, pavement, new and existing grades, new and existing vegetation, etc. r E. Any objectionable materials such as old concrete, bricks, or other debris encountered during the installation operations shall be removed from the site by the Contractor, at no additional expense to the Owner. 1.07 FIELD QUALITY CONTROL A. The Owner or Landscape Architect shall inspect the work at any time during the course of the construction activities to ensure adherence r. to the plans and specifications. B. The Contractor shall balance and adjust the various components of P. the system so that the overall operation of the system is most efficient. This includes adjusting sprinkler arcs, flow, heights, and changing nozzles as necessary to achieve the optimum results. Areas which are deficient due to unforeseen conditions or obstructions shall be brought to the attention of the Owners' Representative immediately. r r October 8, 1991 State Street Gateway Park Page 83 Bid Document City of Elgin r 11 SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM 11 1.08 ACCEPTANCE A. Upon completion of all work, an inspection for acceptance of work will be held. The Contractor shall notify the Owners' Representative at least five days prior to the anticipated inspection date. B. The Contractor shall demonstrate the entire system to the Owners' 11 Representative, proving that all remote control valves are properly balanced. and that the system is workable, clean, and efficient. C. At this time of the inspection, if the work is wholly or 11 substantially acceptable, a letter of acceptance will be issued by the Owners' Representative stating the date the guarantee period shall begin. Minor deficiencies shall be rectified within 3 days of the inspection date. If there are significant deficiencies found 1 during the inspection, such work shall be corrected prior to the issuance of the Letter of Acceptance. 11 1.09 FINAL INSPECTION AND FINAL ACCEPTANCE A. At the end of the guarantee period, the Owners' Representative will , 11 upon written notice of end of guarantee period, inspect the work for Final Acceptance. Request shall be received at least ten calendar days before the anticipated date for Final Inspection. 1/ B. Upon completion and reinspection of full repairs or replacements necessary in the judgement of the Owners' Representative at that time, the Owners' Representative will recommended to the Owner that 11 Final Acceptance of the Work of this Section be given. 2.00 PART 2 PRODUCTS 11 2.01 MATERIALS AND INSTALLATION 11 A. Automatic Controllers: 1. Toro Vision II will be used for the controller. It will be wall mounted in the interior of the pump vault. Location shown 1 on the IRRIGATION PLAN and fountain mechanical schematic. 2. All 110 volt wiring into the irrigation controller will be II provided and installed by the Contractor. Contractor will "Hardwire" the controller and use rigid conduit to carry the 110 volt feed. 11 3. All controller mounting and field wiring will be done by the Contractor 3 f October 8, 1991 State Street Gateway Park Page 84 Bid Document City of Elgin11 I p ( SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM 4 4. All conduit work into the controller will be made of heavy wall rigid (steel ) conduit in conjunction with the appropriate 1: fitting. 5. Contractor to coordinate electrical supply and all wiring with the General Contractor. 1: 6. Scheduling of the controller is to be done by the Contractor to achieve 1" of water per week in turf areas and adequate moisture in shrub areas to ensure optimal growth of plant material . B. Water Tap: r 1. A 1 1/2" copper supply line must be installed from the meter pit to the pump vault. at least 42" below grade. TN 2. A Febco 1 1/2" reduced pressure backflow prevention assembly model 11825YA is to be installed per local codes. C. Mainlines 1. Mainlines are to be constructed of 1 1/2" PVC SDR 21 200 PSI. 18 2. All mainlines are to be trenched or pulled in place. Minimum pipe depth 12 inches over top of pipe. Mainline is to be live at all times. 3. Mainlines are to be self draining with King KD-22 automatic drains installed at all low points in a 1' square gravel pit. P' Automatic drains are not installed in lieu of winterization. D. Lateral Piping 1. Lateral piping will be constructed of Crestline PE 2306 NSF 80 polyethylene. Minimum pipe depth 8 inches over top of pipe. 2. Size lateral piping as needed. In all cases "on site" piping changes must maintain a water velocity of under 5 feet per second. 3. Piping layout may change due to unforeseen field conditions. therefore it is important to keep he pressure variance from the valve to the last sprinkler under 10 percent. 4. All lateral piping is to be self draining with King KD-22 automatic drains installed at all low points set in a gravel pit. October 8. 1991 State Street Gateway Park Page 85 Bid Document City of Elgin I SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM 11 E. Electric Wiring 1. All 24 volt "HOT" wiringis to be direct burial quality U.L. approval 600 volt, number 14 Single-Conductor direct burial wire. All splices are to be water proofed as shown in detail "TYPICAL INSTALLATION OF ELECTRIC VALVE. VALVE BOX" . Any splices in the field must be placed in an Amtek 6 inch Econo Box. (If isolated away from valve locations. ) a 2. Each electrical valve is to contain a minimum of two spare wires at each. Each spare wire will run uninterrupted back into the controller. F. Electrical Valves 1. Toro 252-Series Electrical Valve. 2. Equipment is specified by manufacturers on the enclosed detail sheet marked "TYPICAL INSTALLATION OF ELECTRICAL VALVE, 1 VALVE BOX' . The interior of the valve box is to be clear and free of debris on all sides of the valves including 3 inches below the valve. 3. All valves are to be placed within Amtek Boxes. If more than one valve or quick coupler in a single location, install as11 follows: One Electric Valve - Amtek Box #181104, Two Electric Valves - Amtek Box #170106, Three Electric Valves - Amtek Box #190106. 11 4. All Valve Boxes are to be installed flush with grade, and all soil around the box is to be compacted in lifts (minimum of three) . a 5. All wires are to be free and loose. All wire connections are to be placed above the valve as shown in detail for easy future 11 inspections. All PVC within the valve box is to be Sch.80 Nipples threaded directly into valves without the use of additional fittings. I 6. All valve sizes are shown on the IRRIGATION PLAN. 7. Plans are diagramatical in nature. Valve boxes/electric valves I should be placed within the shrub planting bed lines when possible. I October 8, 1991 State Street Gateway Park Page 86 Bid Document City of Elgin11 I P L r• SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM F H. Quick Couplers: 1. Western Brass Walawala WW-4 one inch Quick Coupler Valve are to be used. 2. These quick couplers are to be installed within valve boxes at locations shown on the IRRIGATION PLAN. 3. Equipment is specified by manufacturers on the enclosed detail sheet marked "TYPICAL QUICK COUPLER INSTALLATION'. J. Moisture Sensors: 1. Install of the moisture sensor is shown on the detail 'TYPICAL MOISTURE SENSOR INSTALLATION' . Moisture sensor shall be installed per manufacturer's specifications. 2. Toro Moist-O-Matic soil sensor control system # 91-0190 will be used. It will be placed as shown on the IRRIGATION PLAN, and as approved by the Owners' Representative. ro K. Gear Rotor Heads: 1. Provide and install Toro 700 series full circle and part circle rotors as shown on the IRRIGATION PLAN. Nozzles to be standard trajectory in larger areas, low angle nozzles where needed. GPM of nozzle as needed-maximum flow per zone not to exceed 38 GPM. 2. Compaction of soil around the sprinkler and fittings is to be accomplished in lifts (minimum of three) to assure owner that settling will not occur in the future. t. 3. Install King KD-22 automatic drains below each head. L. Pop-Up Sprinklers (Alternate) : 1. Toro 570 series 6" or 12" for shrubs. 2. All sprinklers are to be 3 inches off the edge of curbs, drives, im and sidewalks. 3. Compaction of soil around the sprinkler and fittings is to be rm accomplished in lifts (minimum of three) to assure owner that settling will not occur in the future. 4. Nozzles sizing and head placement, as needed to provide 60% overlap of spray in shrub areas. r. October 8, 1991 State Street Gateway Park Page 87 Bid Document City of Elgin r I SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM M. Manual Valves: 1. All manual isolation valves shown on the design are to be Epoxy coated Iron Gate Valves, sized to match the mainline in that particular area. 2. All valves are to be installed within an Amteck 12 inch rectangular valve box #170160, with only one valve per box 3. Compaction of soil around the valve boxes is to be done in lifts (minimum of three) to assure Owner that soil settling will not occur on the future. Interior of the valve box is to be clear and free of debris on all sides of the valves including 3 inches below the valve. 3.00 PART 3 EXECUTION 3.01 EXECUTION ,I A. Pipe line positions indicated on the plans are generally schematic and shall be field adjusted by the General Contractor to avoid obstacles. B. All piping may be pulled in with the use of a vibratory plow except where obstacles make it impossible to irthe pipe in such a manner. C. All disturbed soils will be properly pub::led and re-compacted with a mechanical vibrating compactor. All de, - s is to removed from site and entire area is to be raked. D. The Contractor shall provide and maintain all necessary safeguards for the protection of the public and the property and work of others against damage from any cause. The Contractor shall be responsible for any damage or injury to property or persons which may occur as a result of his negligence in the execution of his work. E. Sleeving and Augering: All sidewalk crossings are to be sleeved by the irrigator with PVC sleeves and left in place for ease of service in the future. Sleeves to be a minimum of 2" larger than the pipe it carries. Contractor is fully responsible to schedule the sleeving installation with the General Contractor at the proper time during the project. October 8, 1991 State Street Gateway Park Page 88 Bid Document City of Elgin i I SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM " 14 3.02 TESTING AND SERVICE A. General : Notify the General Contractor and the Owners' :4 Representative in writing when testing will be conducted. Conduct tests in the presence of the Owner's Representative. 14 B. Upon completion of installation, the Contractor shall inspect and test the entire system and make repairs as necessary to provide a fully operational system at no additional cost. is C. Hydrostatic Test: Test water piping and valves, before backfilling trenches, to the hydrostatic pressure for which the system was designed. Piping may be tested in sections to expedite work. Remove and repair piping, connections, and valves which do not pass hydrostatic testing. D. The Contractor shall drain, blow-out with compressed air, and fully winterize the irrigation system during the first Fall following the completion of installation as part of the system installation bid price. E. The Contractor shall inspect and test the entire irrigation system during the first Spring following the completion of installation and 114 make repairs as necessary to provide a fully operational system. F. Contractor shall instruct the Owner's Representative on how to use and operate all of the systems' components G. Contractor shall provide the Owners' Representative with a written maintenance guideline that shall include the following: [4 -Month by month checklist of routine maintenance functions -A list of suppliers with phone numbers for all irrigation replacement and repair parts. -Step by step operating instructions for the entire system. 14 3.03 GUARANTEE A. The Contractor shall guarantee the irrigation system for a period of one year from the date of Letter of Acceptance. Repair and replacement of faulty materials and equipment shall be made promptly and at no additional cost to the Owner. Repair of damage to turf or plant materials as a result of defects in equipment, materials, '" and/or workmanship within the guarantee period shall be the responsibility of the Contractor. r October 8, 1991 State Street Gateway Park Page 89 Bid Document City of Elgin I SECTION 02810 - UNDERGROUND IRRIGATION SYSTEM 11 B. The Contractor shall be available to promptly repair the system in the event of damage by others or due to circumstances beyond the 11 control of the Contractor. Payment of such repairs shall be negotiated and approved by the Owners' Representative prior to the work. 11 3.04 CLEAN-UP AND PROTECTION A. During the irrigation work, store materials and equipment where 11 directed by the General Contractor. Keep pavements clean and work area in an orderly condition. 11 B. Protect irrigation work and materials from damage due to irrigation operations, landscape operations. operations by other Contractors, and trespassers. Repair or replace damaged irrigation work. C. The Contractor shall at all times keep the premises free from accumulations of waste materials or rubbish caused by his employees or work. All waste materials shall be disposed of properly 11 off-site. 3.05 METHOD OF MEASURE AND BASIS FOR PAYMENT I A. Measure and payment shall be made as a percentage complete of the items listed on the Schedule of Values and shall include all materials. labor, delivery, testing of connections and system operation, operation manual and handbook, and thorough instruction of system operation to personnel . 11 11 I 11 11 Al11 11 October 8, 1991 State Street Gateway Park Page 90 Bid Document City of Elgin11 11 r r r r Yi r r r r r I I I I I October 8, 1991 State Street Gateway Park Page 91 Bid Document City of Elgin I 11 SECTION 02820 - FOUNTAIN PLUMBING 11 PART I - GENERAL 11 1.01 This Contractor shall furnish all labor, transportation, materials, and equipment necessary for the complete and substantial execution of everything described, shown or reasonably implied in the drawings and 11 specifications as belonging to the work and included in the contract. 1.02 Plumbing work shall include, but not be limited to, fountain and related 11 piping and equipment shown or described in the Contracted Documents. 1.03 Before commencing any work of this contract, the Contractor shall review work procedures and coordinate work schedules with the Architect and 11 shall cooperate with them to expedite the total project. 1.04 Codes and Standards11 A. All material and workmanship shall comply with all applicable Codes, Specifications, Local Ordinances, Industry Standards, and Utility 11 Company Regulations. In case of difference between Codes. Specifications of State Laws, Federal Laws, Local Ordinances, Industry Standards, and Utility Company Regulations, and the Contract Documents, the most stringent shall govern. The contractor 11 shall promptly notify the Architect in writing of any such difference. B. Should the Contractor perform any work that does not comply with the 11 requirements of the applicable building codes, State and Federal Laws, Local Ordinances, Industry Standards, Utility Company 11 Regulations, he shall bear all costs arising in correcting the deficiencies. C. Applicable codes and standards shall include all Federal and State11 Laws, Local Ordinances, Utility company Regulations, and the applicable requirements of the Nationally Accepted Codes and Standards for the particular work involved, as well as the requirements of Insurance Association having jurisdiction. 1.05 Verification of Site Conditions I A. The Contractor shall be held to have visited the site and to have compared the same with the drawings and specifications covering this work, and to have satisfied himself with the conditions existing at11 the site and/or shown on the drawings which affect or affected by the work, and as to all other matters which may be incidental to the work described in these specifications and/or shown on the drawings before delivery of his Bid. He shall assume all responsibility therefore. I October 8, 1991 State Street Gateway Park Page 92 Bid Document City of Elgin11 I i SECTION 02820 - FOUNTAIN PLUMBING PART 2 - QUALITY ASSURANCE 2.02 Qualifications A. Subcontract the equipment of this section to a single competent entity that is regularly engaged, and has been for a minimum of five years, in the design and construction of complex fountain work, for sole source responsibility. B. The sole source requirement will be rigidly enforced. The work has been designed based on the expertise and products of Paragon-Aquatech. LTD. 300 E Industrial Lane, Wheeling, Illinois 60090, (708) 537-3800. C. Equal expertise and materials will be acceptable only upon written receipt of proof of their ability to perform as specified. Should the contractor elect to subcontract the equipment of those sections to a sole source other than Paragon-Aquatech, LTD. , that sole source will be required to furnish a statement, on their letterhead, indicating that they have reviewed the drawings and specifications and will accept the design as being proper for the purpose intended and will agree that the fountain will perform properly as designed. D. The contractor, manufacturer, and installer will submit a special project warranty guaranteeing the fountain work against deficiencies in design, materials, and workmanship for a period of one year from 141 the date of substantial completion. 2.02 Submittals A. Submit material list for all materials furnished under this section. B. Submit product data and catalog cuts for all items furnished under ®" this section, including the following: 1. Pumps 2. Valves 3. Piping specialties C. Include outline dimensions, operating and maintenance clearances required and sufficient engineering date to indicate compliance with cm the Specifications. D. Submit shop drawings of fountain plumbing work for approval prior to installation. October 8, 1991 State Street Gateway Park Page 93 Bid Document City of Elgin I I SECTION 02820 - FOUNTAIN PLUMBING I E. Submit shop drawing for stainless steel flow lip installation. 2.03 Operating Instruction At the time of completion, allot a period of not less than four hours11 for instruction operating and maintenance personnel in the use of all systems. All personnel shall be instructed at one time, the Contractor making all necessary arrangements with the manufacturer's 11 representatives to provide instruction, product literature and application guides for the user's reference. 2.04 Thirty-day Operation 11 A. As soon as the fountain structure has been completed and all mechanical and electrical equipment has been installed and tested, the fountain may be placed in operation. B. Prior to acceptance of the installation by the Owner, demonstrate a thirty-day, fully automated, uninterrupted daily operation of not less than twelve hours nor more than twenty hours for all systems provided under this section. C. Supervise the operation of the equipment and be responsible for the proper operation thereof, and make no claims against the Owner for any damage to the equipment during such operation. him such changes, adjustments, or replacements of equipment as may be i required to make the same comply with Specifications, or to replace any defective parts or materials. I D. The costs of electricity, chemicals, water, and normal operational supplies during the thirty-day operation period will be paid by the Owner. The Contractor shall pay for all operating costs resulting i from system deficiencies. PART 3 - DESCRIPTION OF WORK11 3.01 Furnish all labor, materials, apparatus, tools, equipment . transportation, temporary construction, and special or occ ' . :onal 11 services as required to make a complete working mechanical Installation, as shown on the Drawings or described in these Specifications, in order to build the fountain as described below: 11 3.02 Work Included A. Fountain display system including pumps, valves, pipirq;. and I specialties as hereinafter described or shown on the Drawings. I October 8, 1991 State Street Gateway Park Page 94 Bid Document City of Elgin 11 11 SECTION 02820 - FOUNTAIN PLUMBING 1.1 B. Mechanical Supporting devices for suspension and support of piping and equipment. 3.03 Work Excluded A. Concrete work. 19, B. Lighting (Furnished in this section, installed by electrical contractor) . is C. Junction boxes. D. Power wiring between starters and motors, and lights. E. Control wiring. PART 4 - PRODUCTS 4.01 General A. Where practicable, the product of a single manufacturer for each type of material of equipment shall be used throughout all work specified under this section. B. Provide all special tools required for proper operation and maintenance of equipment provided under this section. Delivery to Architect. C. Furnish three hard back three-ring binders containing all bulletins, operating and maintenance instructions and parts lists and other Pm pertinent information for each and every piece of equipment furnished under this section. Include service telephone number. Index binder into sections and label for easy reference. Delivery r. to Architect. 4.02 Pumps A. General : The pumps and all accessories furnished shall be suitable for the services specified. The pumps shall be capable of continuous operation in the arrangement shown at any flow within 10% rP of specified capacity without cavitation resulting from the design of the impeller. 111 B. Waterfall Pump: Model # CM-50, 5 H.P. , 120 V, 10, 4" discharge, case iron construction, 280 GPM @ 52" TDH, as manufactured by Purex or approved equal . I f. October 8, 1991 State Street Gateway Park Page 95 Bid Document City of Elgin I 11 SECTION 02820 - FOUNTAIN PLUMBING C. Fountain Pump: Model #SP 3015, 1 1/2 H.P. , 120 V. , 10 Permaglass construction, 85 GPM @ 59' TDH, as manufactured by Hayward or 11 approved equal . D. Filtration Pump: Model # SP 3007, 3/4 H.P. , 120 V. , 10 Permaglass11 construction, 33 GPM @ 72' TDH, as manufactured by Hayward or approved equal . 4.03 Fountain and Waterfall Equipment 11 A. Upper Pond 11 1. Four underwater lights, 250 watts, 120 volts, each with: Light shell , lamp, lens, rock guard and nine foot cored, manufactured by Hydrel or approved equal . 11 2. One cascade fountain nozzle to produce four foot spray height, manufactured by Roman Fountains or approved equal . s 3. Two wall inlets, molded black PVC, 1 1/2" socket with directional eyeball fitting, manufactured by Pac-Fab or approved equal . 4. One brass Divertor plate with brass frame, manufactured by Roman Fountains or approved equal . 11 5. One floor drain, 3", with brass Hex-Head closure plug, manufactured by Roman Fountains of approved equal . i B. Lower Pond 1. Four underwater lights, 250 watts, 120 volts, each with: Light it shell , Lamp, Lens, Rock guard and nine foot cored, manufactured by Hydrel or approved equal . 112. Four cascade fountain nozzle to produce two foot spray height, manufactured by Roman Fountains of approved equal . 3. four skimmer fittings, molded black PVC, 2" socket, manufactured by Pac-Fab or approved equal . 4. Three Antivortex Main Drains, 12' dia. with bronze tops and ABS11 plastic sump, manufactured by Roman Fountains or approved equal . 5. One Floor Drain, 3", with Brass Hex-Head closure plug, 11 manufactured by Roman Fountains or approved equal . II October 8, 1991 State Street Gateway Park Page 96 Bid Document City of Elgin II r SECTION 02820 - FOUNTAIN PLUMBING 6. One Overflow fittings, molded black PVC, 2' socket, manufactured by Pac-Fab or approved equal . 7. One combination automatic fill and low water cut-off, wall mounted cast bronze housing, stainless steel probes, nylon probe bushing with terminal connectors, Nema 1 gray enamel relay enclosure, and DPDT type control relay, manufactured by Roman Fountains or approved equal . C. Accessory Equipment 1. Hi-rate sand filter, 22" dia. with 2.6 sq. ft. of filter area, Stainless steel construction, PVC Push-Pull valve and filter media, manufactured by Pac-Fab or approved equal . 2. Wind Sensor, machined aluminum probe sensor housing with wiring access cover, shielded thermistor sensing element, adjustable wind velocity control , calibration adjustment, integral test switch and pilot light, integral time delay relay mechanism to off-set "on-off: cycling due to gusting wind conditions. NEMA 111 epoxy coated relay control enclosure, 120 V. , 60 cycle, 1-phase primary power, low voltage to sensing element, by Roman Fountains or approved equal . A. Check Valves: Webstone 4" cast brass swing or approved equal . 3. Astonomic Time Switch, heavy duty drawn steel NEMA 1 enclosure with lockable hasp, contacts capable of 40 AMP continuous 11 switching per pole at 277 volts, by Intermatic or approved equal . 4.04 Valves A. Check Valves: Cast iron, stainless steel spring trim, disc ductile iron seal material Buna-N (chexx) model as manufactured by Centerline or approved equal . B. Ball Valves: PVC true union ball valves, as manufactured by Assahi or approved equal . rw C. Butterfly Valves: Cast iron body, aluminum bronze or D.I. with nickel coated disc. , one piece stainless steel shaft with Buna-N or EPDM seat minimum 150 PSI rating, as manufactured by Centerline or approved equal . I I Pm October 8, 1991 State Street Gateway Park Page 97 Bid Document City of Elgin I 11 SECTION 02820 - FOUNTAIN PLUMBING D. Pipe and Pipe Fittings: All pipe and fittings shall be identified by manufacturer to indicate material , calls or type, size and/or11 pressure rating, as appropriate. 1. Red Brass Pipe and Fittings: Pipe: Sch. 40, iron pipe size, conforming to ASTM B43 Fittings: 125 psi cast bronze threaded, conforming to ANSI B16.15 11 2. Cast Iron Fitting: Flanged: 125psi rating Flanges: 125psi , threaded 11 3. Galvanized Steel Pipe: Sch. 40, seamless conforming to ASTM A-53 threaded ends 4. Copper Pipe and Fittings: Pipe: Hard tempered, seamless, Type K conforming to ASTM 8-88 11 Fittings: Wrought sweat type fittings conforming to ASTM B-75 and ANSI B16.22 5. Stainless Steel Pipe and Fittings: I� Pipe: Sch. 10S, Type 304 Fittings: As Fabricated 6. PVC Pipe and Fittings: ° Pipe Sch. 40, conforming to ASTM-01785 Material : conforming to ASTM-01784, cell classifications 12454 B (Type 1, Grade 1) i Fittings: Sch. 40, socket connections conforming to ASTM-D2466, threaded connections to ASTM-D2464 Material . Conforming to ASTM-D1784, cell classification 1245B + (Type 1, t_,rade 1) Solvent Cement: Conforming to ASTM-2564 11 PART 5 - EXECUTION 5.01 General I A. Install and connect all equipment in accordance with manufacturer's instructions and recommendations. Provide all piping, valves, and connections recommended by the manufacturer for proper operation. 11 B. Protect all pipes, equipment, and other parts of the work against injury by exposure to the weather during car,:.truction while stored11 or installed in place. C. Make all adjustments required for the proper operation of the I October 8, 1991 State Street Gateway Park Page 98 Bid Document City of Elgin11 11 r SECTION 02820 - FOUNTAIN PLUMBING C. Make all adjustments required for the q proper operation of the mechanical system. Use manufacturer's representatives or factory technicians where adjustments cannot be accomplished by the Contractor's personnel . 5.02 Excavation and trenching shall be in accordance with earthwork !A specifications. 5.03 Backfilling of trenches shall be accordance with earthwork specifications. 5.04 Provide: The word "provide' where used in these specifications or on the drawings, shall mean that the Contractor shall 'furnish and install" PP such items or item as may be referred to. k 5.05 Pipe Protection and Identification A. Copper or brass piping, underground: Exterior shall be wrapped with one layer of pipe wrap at half lap. B. It is the responsibility of each Contractor to clearly indicate during the construction period the location of any underground piping installed by him. Further, it shall be the responsibility of 010 each Contractor torotect such underground p g piping form damage during the construction period. 11, 5.06 Pipe Installation A. Provide flanges or unions as indicated and as necessary to allow removal and reinstallation of any item of equipment or accessory without cutting, welding, or soldering. t B. Cut pipe to measurements established at the site. Work into place Pm without springing or forcing. C. Protect all openings in piping during construction to prevent entrance of foreign matter. D. Cut pipe and tubing ends square. Remove rough edges and burrs so that a smooth and unobstructed flow will be obtained. 11. E. Close of short nipples should be used only where shown on the Drawing, or absolutely necessary to satisfy dimensional constraints. F. Make changes in pipe size using reducing fittings. Use bushings only if shown on the Drawings. October 8, 1991 State Street Gateway Park Page 99 Bid Document City of Elgin I I SECTION 02820 - FOUNTAIN PLUMBING G. Connections to equipment or accessories shall be screwed for sizes 3" and smaller. flanged for sizes 4" and larger. H. Arrange exposed piping straight, parallel and perpendicular to the wall of the structure, unless otherwise shown on the Drawings. I. Wherever two or more pipes are installed in parallel , allow sufficient space for required welding, soldering, painting, and/or the application of insulation. , 5.08 Pipe Applications 11 A. Fountain and Waterfall system: PVC. Sch. 40 pressure, glue or gasket type. B. Overflow and drain system: PVC, Sch. 40 5.09 Pipe Joints 11 A. Threaded Pipe 1. Cut all threads accurately, axis of thread coinciding with axis 11 of pipe. 2. No more than two threads shall show beyond fittings. 11 3. Make up joints with Teflon tape or pipe dope compound. 4. Remake leaky joints with new materials. 11 B. Copper and Brass Pipe and Tubing 1. Clean surfaces to be jointed of oil , grease, rust, and oxides ' before assembly or heating. 11 2. Apply an appropriated flux to each joint surface and spread evenly. Apply heat with an oxyacetylene torch. 3. Make up all joints using non-corrosive flux and 95-5 solder, 11 ASTM B32 Grade A. C. PVC Pipe I 1. Bevel all pipe ends with a coarse file or beveling tool . 2. Clean surfaces to be joined of all loose dirt and moisture from the I.D. and O.D. of the pipe end and the I.D. of the fitting socket. I October 8. 1991 State Street Gateway Park Page 100 Bid Document City of Elgin11 II SECTION 02820 - FOUNTAIN PLUMBING 3. Apply a coating of appropriated primer the entire I.D. of the fitting socket and to an approved equal area on the 0.D. of the pipe end. 4. Apply solvent cement using an appropriate natural bristle brush as follows: a. Apply a liberal coating of cement around the entire depth of the socket surface, avoiding excessive cement application. PO b. Apply a second liberal coating onto the pipe end. c. Immediately after cementing, insert the pipe into the 4 fitting to the full socket depth while rotating the pipe or fitting one quarter turn. Hold joint together for at least 15 seconds after joining to make sure pipe does not back out of socket. d. Do not disturb or move the joint for at least one hour after joining. 5. Do not solvent weld pipe if atmospheric temperature is below 40 ri degrees F. or above 90 degrees F, or if it is raining. 6. Discard cement when an appreciable change in viscosity takes place, or if the cement is lumpy or stringy. Do not thin. Cement must be used before the expiration date shown on the container. C. All systems shall be left in good operating condition. If defects of materials or workmanship in piping systems or equipment are disclosed as a result of these tests and operation, repairs shall be made by the Contractor, using new materials, and all defective materials shall be removed from the site immediately. Tests shall be repeated until a satisfactory test has been made. r. D. No caulking of screwed joints, cracks, or holes will be acceptable. Replacing shall be the full length of defective sections of pipe. Defective apparatus shall be removed from the site and replaced by apparatus conforming to the requirements of these specifications. The entire cost of repairs and repalacements shall be borne by this Contractor. 5.10 Testing !PPA. Water piping installed by this Contractor shall be subjected to a hydrostatic test for one and one-half times working pressure for October 8, 1991 State Street Gateway Park Page 101 Bid Document City of Elgin I 11 SECTION 02820 - FOUNTAIN PLUMBING four hours. B. All tests shall be made in the presence of a representative of the Architect and in the presence of a representative of the Owner; whose presence is required. The Contractor shall notify the Architect and all Authorities at least 48 hours in advance of such tests. Preliminary tests shall be made before giving notification. 5.11 Equipment Installation 11 A. Install the fountain and waterfall equipment in accordance with the plans and representative. 11 B. Make necessary temporary and final adjustment for each system and piece of apparatus installed, using factory trained technicians whenever necessary. 5.12 As-built Drawings 11 A. As work progresses, record on one set of drawings all changes and deviations from the Contract Documents in sizes, line or grade. Record the exact final location of water lines by grade. Record the exact final location of water lines by offset distances to surface improvements such as building or curb. Make sufficient measurements to locate definitely all lines. At completion of the work, transfer11 accurately all such records in waterproof drawing ink to a set of reproducible drawings and delivery to the Architect. 11 11 I I 11 I 11 October 8, 1991 State Street Gateway Park Page 102 Bid Document City of Elgin I I r r r r r L r p r r r r r r October 8, 1991 State Street Gateway Park Page 103 I Bid Document City of Elgin I SECTION 02830 - FOUNTAIN ELECTRICAL PART I - GENERAL 1.01 The Contractor shall furnish all labor, transportation, materials and equipment necessary for the complete and substantial execution of everything described, shown or reasonably implied in the drawings and11 specifications as belonging to the work and included in the contract. 1.02 Fountain electrical work shall include, but not be limited to the following: 11 A. Control wiring from level controls and wind sensor. B. Underground power conduits and wires. C. Power wiring to lights and pumps. D. Underwater junction boxes and light fixtures. 1.03 Before commencing any work of this contract, the Contractor shall review work procedures and coordinate all Electrical work with work of other Contractors and cooperate with them to expedite the total project. 1.04 Codes and Standards A. All material and workmanship shall comply with all applicable Codes, Specifications, Local Ordinances, Industry Standards, and Utility Company Regulations. In case of difference between Codes. Specifications of State Laws, Federal Laws, Local Ordinances, 11 Industry Standards, and Utility Company Regulations, and the Contract Documents, the most stringent shall govern. The contractor shall promptly notify the Architect in writing of any such difference. B. Should the Contractor perform any work that does not comply with the requirements of the applicable building codes. State and Federal 11 Laws, Local Ordinances, Industry Standards, Utility Company Regulations, he shall bear all costs arising in correcting the deficiencies. I C. Applicable codes and standards shall include all Federal and State Laws, Local Ordinances, Utility company Regulations, and the applicable requirements of the Nationally Accepted Codes and Standards for the particular work involved, as well as the requirements of Insurance Association having jurisdiction. i■ 11 October 8, 1991 State Street Gateway Park Page 104 Bid Document City of Elgin II r SECTION 02830 - FOUNTAIN ELECTRICAL 1.05 Verification of Site Conditions A. The Contractor shall be held to have visited the site and to have compared the same with the drawings and specifications covering this work, and to have satisfied himself with the conditions existing at the site and/or shown on the drawings which affect or affected by the work, and as to all other matters which may be incidental to the work described in these specifications and/or shown on the drawings before delivery of his Bid. He shall assume all responsibility therefore. - PART 2QUALITY ASSURANCE P' 2.02 Qualifications A. Subcontract the equipment of this section to a single competent PP entity that is regularly engaged, and has been for a minimum of five years, in the design and construction of complex fountain work, for sole source responsibility. B. Equal materials will be acceptable only upon written receipt of proof of their ability to perform as specified. That sole source will be required to furnish a statement, on their letterhead, indicating that they have reviewed the drawings and specifications and will accept the design as being proper for the purpose intended and will agree that the fountain will perform properly as designed. C. The contractor, manufacturer, and installer will submit a special project warranty guaranteeing the fountain work against deficiencies in design, materials, and workmanship for a period of one year from the date of substantial completion. P' 2.02 Submittals F A. Submit material list for all materials furnished under this section. B. Submit product data and catalog cuts for all items furnished under this section, including the following: PP 1. Control equipment 2. Distribution equipment 3. Light fixtures rm rm October 8, 1991 State Street Gateway Park Page 105 4 Bid Document City of Elgin I SECTION 02830 - FOUNTAIN ELECTRICAL C. Include outline dimensions, operating and maintenance clearances required and sufficient engineering date to indicate compliance with the Specifications. D. Submit Shop Drawings for fountain electrical work. 2.03 Operating Instruction At the time of completion, allot a period of not less than four hours for instruction operating and maintenance personnel in the use of all systems. All personnel shall be instructed at one time, the Contractor making all necessary arrangements with the manufacturer's representatives to provide instruction, product literature and application guides for the user's reference. 2.04 Thirty-day Operation A. As soon as the fountain structure has been completed and all11 mechanical and electrical equipment has been installed and tested, the fountain may be placed in operation. B. Prior to acceptance of the installation by the Owner, demonstrate a thirty-day, fully automated, uninterrupted daily operation of not less than twelve hours nor more than twenty hours for all systems provided under this section. C. Supervise the operation of the equipment and be responsible for the proper operation thereof, and make no claims against the Owner for11 any damage to the equipment during such operation. Make such changes, adjustments, or replacements of equipment as may be required to make the same comply with Specifications, or to replace 11 any defective parts or materials. D. The costs of electricity, chemicals, water, and normal operational supplies during the thirty-day operation period will be paid by the Owner. The Contractor shall pay for all operating costs resulting from system deficiencies. PART 3 - DESCRIPTION OF WORK 3.01 Furnish all labor, materials, apparatus, tools, equipment, transportation, temporary construction, and special or occasional services as required to make a complete working mechanical installation, as shown on the Drawings or described in these Specifications, in order to build the fountain as described below: t 11 October 8, 1991 State Street Gateway Park Page 106 Bid Document City of Elgin i 11 I SECTION 02830 - FOUNTAIN ELECTRICAL 3.02 Work Included A. Electrical distribution system including control panel , transformers, branch circuits, grounding system, and related conduit ! and wire. B. Electrical control system including junction boxes, control panel , level controllers, time switches, contractors, relays, and related circuit and wire. C. Lighting System including fixtures, lamps, junction boxes, related circuit and wire. D. Electrical supporting devices for suspension and support of conduit and equipment. 3.03 Work Excluded A. Concrete work. B. Pump furnishing installation PART 4 - PRODUCTS 4.01 General A. Where practicable, the product of a single manufacturer for each type of material of equipment shall be used throughout all work specified under this section. B. Provide all special tools required for proper operation and maintenance of equipment provided under this section. Delivery to Architect. C. Furnish three hard back three-ring binders containing all bulletins, operating and maintenance instructions and parts lists and other pertinent information for each and every piece of equipment furnished under this section. Include service telephone number. Index binder into sections and label for easy reference. Delivery to Architect. 4.02 Rigid Steel Conduit and Fittings A. Conduit: Threaded hot dip galvanized, conforming to ANSI C80.1 and U.L. Standard #6. B. Fittings: Malleable iron, electroplated. r October 8, 1991 State Street Gateway Park Page 107 Bid Document City of Elgin 11 SECTION 02830 - FOUNTAIN ELECTRICAL I 4.03 Liquid-tight Flexible Metallic Conduit I A. Conduit: Plastic coated galvanized flexible steel conduit, conforming to U.L. Standard #1. B. Fittings: Malleable iron, electroplated. ' 4.04 Rigid PVC Conduit: Schedule 40 or approved equal . 11 4.05 Rigid Non-ferrous Metallic Conduit: Threaded, silicon bronze alloy. 4.06 Miscellaneous Conduit Fittings ;I A. Special fittings shown on the Drawings but not specified herein shall be provided in accordance with information shown on the11 Drawings. B. Lay-in wireway: Seamless steel construction. hinged cover, sized as required, factory gray enamel finish, conforming to U.L. Standard + #5, Square D, Square-Duct, or approved equal . 4.07 Outlet Boxes 11 i A. PVC junction boxes: Molded as manufactured by Carlon. 11 B. Cast metal outlet boxes: Plated cast iron alloy body with threaded hubs and mounting lugs, cast iron alloy cover, neoprene gasket, Crouse-Hinds FS Series or approved equal . i C. Conduit outlet bodies: PVC molded body with threaded hubs, neoprene gasket and PVC Carlon Type FS or approved equal . 11 D. Cast non-ferrous underwater metallic junction boxes: Cast bronze body and cover neoprene gasket, stainless steel fasteners and internal ground screw. I E. Potting compound: 3M "Scotchcast 2114" Re-enterable Encapsulant or approved equal . I F. Waterproof caulking compound: Dow-Corning "Silastic" #732 RTV or approved equal . 11 4.08 Supporting Devices A. Provide ass necessary inserts, fasteners. clamps, rods. channels. 11 straps, bolts, nuts. and washers. (Underwater fasteners, clamps. etc. to be stainless steel . ) I October 8, 1991 State Street Gateway Park Page 108 Bid Document City of Elgin I r r" SECTION 02830 - FOUNTAIN ELECTRICAL P„ B. Supporting devices shall be as manufactured by Unistrut or approved equal as recommended for the application. C. Fasteners: Toggle bolts, expansion inserts, wood screws, or machine F" screws as appropriate to the construction. 1 4.09 Wire and Cables A. NEC Type XHHW, cross linked synthetic polymer insulated, conforming to U.L. Standard #44. Conductor: Copper, solid for sizes AWG 010 and smaller, Class B stranded for sizes AWG #8 or larger. B. Nec Type THWN or THHN, thermoplastic insulated, conforming to Standard VW-1. C. Shielded cable for level controls #22 AWG Carol or approved equal . Shielded cable for wind sensor #16 AWG Carol or approved equal . 1i 4.10 Splicing and Terminating A. Insulated spring connectors: Thomas and Betts "Piggy' wire joints or approved equal . B. Mechanical compression connectors: Cast bronze body, silicon bronze bolt, as manufactured by Thomas and Betts. 1: C. Bonding Clamps: All bronze/brass body and U-bolt. Thomas and Betts 3900 Series or approved equal . rm D. Cable Ties: Thomas and Betts "Ty-Rap" or approved equal . E. Wire Markers: Thomas and Betts "E-Z Code' or approved equal . rw F. Epoxy Kits: 3M "Scotchcast" or approved equal . r G. Splicing and Insulating Tape: As manufactured by 3M "Scotch" brand, application in accordance with manufacturer's recommendations. 4.11 Underwater Fixtures rw A. General [um 1. As manufactured by Hydrel . r October 8, 1991 State Street Gateway Park Page 109 Bid Document City of Elgin r 11 SECTION 02830 - FOUNTAIN ELECTRICAL 2. Construction: Cast bronze and copper, watertight, rockguard, neoprene gaskets and tempered lens, lampholders suitable for the application. Furnished with 9' or 3 conductor submersible cord. 3. Splices: Lampholder leads and submersible cord factory spliced and epoxy encapsulated. 11 4. Hardware and Fittings: Silicon bronze, brass, or stainless steel . i 5. Finish: All exposed surfaces natural metal without plating of any kind. 11 B. 250 watt fixtures, with rockguard: 4421-73 by Hydrel or approved equal . r 4.12 Fountain Control Panel : Control panel as designed, assembled, wired, and tested by the Fountain Equipment Supplier to contain all necessary electrical components to have fountain perform all functions 11 automatically as designed. PART 5 - EXECUTION I 5.01 General A. Install all materials and equipment in accordance with NEC requirements and the manufacturer's instructions and recommendations. i B. Protect all conduit, conductors, equipment, against injury by exposure to the weather during construction while stored or 11 installed in place. Touch up any scratches after installation. C. Make all adjustments required for the proper operation of the electrical system. Use manufacturer's representatives or factory11 technicians where adjustments cannot be accomplished by the Contractor's personnel . D. Excavation and trenching shall be in accordance with earthwork 11 specifications. E. Backfilling of trenches shall be accordance with earthwork 11 specifications. F. Provide: The word "provide" where used in these specifications or11 on the drawings, shall mean that the Contractor shall "furnish and install " such items or item as may be referred to. II October 8, 1991 State Street Gateway Park Page 110 Bid Document City of Elgin 11 II r SECTION 02830 - FOUNTAIN ELECTRICAL 5.02 Raceways and Boxes A. General : 1: 1. See Lighting Plan. B. Supports: im 1. Install all required fasteners, clamps, rods, channels, straps, bolts, nuts, and washers to support raceway systems in accordance with the NEC. D. Terminations and Joints: 1. Terminate conduits on threaded hubs or by means of two locknuts and an insulating bushing. 1: 2. Install expansion couplings where any conduit crosses an expansion joint or is fastened to independent structures. 3. Apply red lead to all exposed threads after joints have been made. E. Outlet Boxes: 1: 1. Install plugs in all unused openings. 1: 2. Seal all conduit entries to underwater junction boxes using specified waterproof caulking compound. 3. Pot all underwater junction boxes using specified potting compound. F. Penetrations: ri 1. Core drilling for conduit penetrations shall be accomplished only at locations and in a manner approved by the Architect. 2. Provide metal sleeves for all interior conduit runs passing through a concrete wall or floor. Seal , using dry-pack grouting compound. Install watertight conduit entrance seals at all below grade wall and floor penetrations. 5.08 Wire and Cable A. General : rm 1. See Lighting Plan. October 8, 1991 State Street Gateway Park Page 111 Bid Document City of Elgin r I SECTION 02830 - FOUNTAIN ELECTRICAL I/ B. Splicing and Terminating: 1. See Lighting Plan. 2. Encapsulate splices in underwater junction boxes using the specified epoxy kits. 5.04 Testing I A. Insulation resistance: 11 1. Measure resistance to ground to each branch circuit and control conductor including neutrals. 2. Conduct test using a 1000 volt DC megohmeter. 3. Replace any conductor showing less than 10 megohms to ground. I 9 4. Provide a typewritten record of test results for inclusion in the operating and maintenance binder. B. All tests shall be made in the presence of a representative of the Architect and in the presence of a representative of the Owner; whose presence is required. The Contractor shall notify the Architect and all Authorities at least 48 hours in advance ' of such tests. Preliminary tests shall be made before giving notification. 5.05 Identification A. Label all wire and cable with specified markers at all outlets. 11 B. Identify each terminal strip using specified markers. 5.06 Distribution and Control Equipment: Install identifying nameplates on 11 each item of distribution equipment and all door mounted control devices. I 5.07 Lighting Fixtures: Install and connect as indicated on Drawings. ready for service including lamps. 5.08 Grounding and Bonding A. Permanently ground and bond transformers. electrical cabinets. 11 motors. conduits. and metal for the support of electrical equipment such as metallic piping systems and reinforcing steel . 11 October 8. 1991 State Street Gateway Park Page 112 Bid Document City of Elgin 11 II r SECTION 02830 - FOUNTAIN ELECTRICAL B. Install Bonding jumpers across pipe connections to dielectric couplings in metallic cold water piping system, flexible connections at suction and discharge piping for pumps, and across expansion/deflection couplings in conduit and piping systems. C. Grounding and bonding shall be in compliance with Article 250 of the NEC as a minimum. If higher standards are required by the Drawings 1: and Specifications, they shall govern. D. Underwater lighting fixtures and all metallic parts in/or around fountains or pools to be grounded and bonded in accordance with Article 680 of the NEC. 5.12 As-built Drawings 11, A. As work progresses, record on one set of drawings all changes and deviations from the Contract Documents in sizes, line or grade. 1: Record the exact final location of water lines by grade. Record the exact final location of water lines by offset distances to surface improvements such as building or curb. Make sufficient measurements to locate definitely all lines. At completion of the work, transfer accurately all such records in waterproof drawing ink to a set of reproducible drawings and delivery to the Architect. r P r P P P October 8, 1991 State Street Gateway Park Page 113 Bid Document City of Elgin P Nil MA Nil adl ad Mail kW Will Ind MI lad lid MO N NM E r SECTION 02900 - TREES. PLANTS & GROUNDCOVERS 1.00 PART 1 - DESCRIPTION rw A. Provide all materials and equipment, and do all work required to complete the planting, as indicated on the Drawings and specified herein. 1.01 RELATED WORK rA. Section 02200: Earthwork B. Section 02930: Sodding C. Section 02810: Irrigation 1.02 REFERENCED STANDARDS A. American National Standards Institute, Inc. (ANSI) : Z60.1 American Standard for Nursery Stock (Sponsor: American Association of Nurserymen, Inc. ) B. American Society for Testing and Materials (ASTM) : C 136 Sieve Analysis of Fine and Coarse Aggregates E 11 Wire-Cloth Sieves for Testing Purposes C. Planting Sections of the Standard Specifications shall be modified in their entirety per this specification. 1.03 SUBMITTALS A A. Samples: The following samples shall be submitted, prior to commencement of work. to the landscape architect's office: Material Sample Size or Quantity Mulch 1 cu. ft. Planting soil mix 1 cu. ft. B. Three copies of manufacturer's Product Data: Manufacturer's product r data shall be submitted for the following materials prior to their use: Antidessicant Fertilizer Insecticide Peat moss October 8, 1991 State Street Gateway Park Page 115 Bid Document City of Elgin ( !Pi I SECTION 02900 - TREES. PLANTS & GROUNDCOVERS C. Guying and Staking Shop Drawing - Guying and staking is the11 contractor's option for all new materials. If the contractor deems that staking and guying is appropriate for plant safety through the guarantee period, then he must submit a shop drawing for the Owners' 11 Representative approval prior to any planting. D. Submit two copies of all test results regarding on-site and off-site topsoil to the Owners' Representative three weeks prior to planting work (see item 1.05.8 below) . 1.04 CONTRACTOR'S INSPECTION AND TESTING: A. Testing, analyses. and inspection required by the Contractor for his own information or guidance shall be at his own expense. B. The Contractor shall be required to engage an independent testing agency, acceptable to the Owners' Representative, to perform the following tests and analyses: Material Tests and Analysis Required Topsoil Mechanical analysis of soil . both on-site and off-site. passing by weight of the following sieve sizes: 1 in. , 1/2 in. , No. 4, No. 10, No. 100, and No. 200. Determination of pH, organic content. and nutrient content. Recommendations shall be made by the testing agency as to the type and quantity of soil 11 additives required to bring nutrient content and pH to satisfactory levels for planting. Provide copies of the report to the Owners' Representative prior to commencing with any planting. Failure to consult with11 Owners' Representative may be cause for plant material removal , soil amendment and/or replacement, and reinstallation of plant material . 11 1. All cost associated with testing shall be considered a part of the Contractor's Bid. 11 C. When conditions detrimental to plant growths are encountered; rubble fill , adverse drainage conditions, or obstructions, notify Owners' Representative before planting. A reasonable change order bid price may be developed to correct the situation. I October 8. 1991 State Street Gateway Park Page 116 Bid Document City of Elgin I r r. SECTION 02900 - TREES, PLANTS 8 GROUNDCOVERS D. A complete list of plants, including a schedule of sizes, quantities and other requirements is shown on the Bid Form. In the event that quantity discrepancies or material omissions occur in the plant materials list, the planting plans shall govern. It shall be the responsibility of the Owners' Representative to list those discrepancies and/or omissions on the bid form as additional work. 1.04 OWNER'S INSPECTION AND TESTING A. Work will be subject to inspection at all times by the Owners' Representative. The Owner reserves the right to engage an independent testing laboratory to analyze and test materials used in the construction of the work. Where directed by the Owners' Representative, the testing laboratory will make material analyses and will report whether materials conform to the requirements of this specification. 1. Cost of tests and material analyses made by the testing laboratory will be borne by the Owner when they indicate compliance with the specification, and by the Contractor when they indicate non-compliance. 2. Testing equipment will be provided by and tests performed by the testing laboratory. Upon request by the Owners' Representative, Ei the Contractor shall provide such auxiliary personnel and services needed to accomplish the testing work. 1.05 SOURCE QUALITY CONTROL A. Selection of Plant Materials r 1. Submit to the Landscape Architect within 10 days of award of General Contract from the City of Elgin, the names and locations of nurseries proposed as sources of acceptable plant material . Inspect all nursery materials to determine that the materials meet the requirements of this Section. Proposed materials shall be flagged at the nurseries by the Contractor prior to viewing by the Landscape Architect. 2. Schedule with the Landscape Architect a time for viewing plant material at the nursery. Trips to nurseries shall be effi- re ciently arranged to allow Landscape Architect to maximize his viewing time. A minimum of one week shall be allowed for this viewing prior to time that plants are to be dug, or to be trans- R" ported to the job site. 3. Landscape Architect may choose to attach his seal to each plant, or representative samples. PP October 8, 1991 State Street Gateway Park Page 117 Bid Document City of Elgin 11 SECTION 02900 - TREES, PLANTS & GROUNDCOVERS I 4. Where requested by the Landscape Architect, photographs of plant I materials or representative samples of plants may be submitted. 5. Viewing and/or sealing of plant materials by the Landscape Architect at the nursery does not preclude the Landscape Archi- tect's right to reject material at the site of planting. Landscape Architect has right of final approval of the character, appearance, and viability of all plants for this project. 6. Landscape contractor shall be responsible for expenses incurred by Landscape Architect in the viewing and approval of plant materials for this project when the viewing or approvals require travel outside a 75 mile radius of City of Elgin. This includes all accommodations, meals, and long distance telephone. When any expenses are incurred and paid for by Landscape Architect, an invoice will be prepared and sent directly to the landscape contractor. 11 1.06 SUBSTITUTION OF PLANT SPECIES A. Before changes or substitutions can be made due to unavailability of plant material , submit satisfactory evidence that he has undertaken methods of locating plant material acceptable to the Landscape Architect. 11 B. Specific plant species selections may be substituted based upon written evidence of unavailability. Landscape contractor shall submit written request for substitution to Project Architect. 1.07 DELIVERY, STORAGE AND HANDLING 11 A. Digging Plant Material 1. Plants shall not be dug at the nursery or approved source until the Contractor is ready to transport them from their original locations to the site of the work or acceptable storage loca- tion. B. Transportation of Plant Material 1. Plants transported to the project in open vehicles shall be covered with tarpaulins or other suitable covers securely fastened to the body of the vehicle to prevent injury to the plants. Closed vehicles shall be adequately ventilated to prevent overheating of the plants. I October 8, 1991 State Street Gateway Park Page 118 Bid Document City of Elgin I r r SECTION 02900 - TREES, PLANTS & GROUNDCOVERS 2. Plants shall be kept moist, fresh, and protected at all times. Such protection shall encompass the entire period during which the plants are in transit, being handled. or are in temporary storage. 3. Unless otherwise authorized by the Owners' Representative, notify the Owners' Representative at least two working days in advance of the anticipated delivery date of any plant material . Two legible copies of the bill of lading, showing the quantities, kinds, and sizes of materials included for each shipment shall be furnished to the Owners' Representative. [11., C. Storage 1. Plants may be stored on site. Coordination with the Owners' Representative is required. Should plants decline during any holding period. the Owners' Representative reserves the right to refuse them on site. Temporary fencing of any holding area is recommended for protection of the plant materials. 2. Once the contractor places plants into an area of construction. plants shall not remain out of the ground longer than three days prior to being planted. 3. Protection and care of plants left out of the ground are the responsibility of the landscape contractor. 4. The method of storage of plant materials shall be subject to the 11. approval of the Owners' Representative. D. Handling of Plant Materials ri 1. Exercise care in handling plant materials to avoid damage or stress. [IP 1.08 REJECTION OF MATERIALS A. Evidence of inadequate protection following digging. carelessness while in transit. or improper handling or storage, shall be cause for rejection. P. B. Upon arrival at the temporary storage location or the site of the work, plants shall be inspected for proper shipping procedures. Should the roots be dried out, large branches be broken, balls of P'" earth broken or loosened, or areas of bark be torn, the Owners' Representative will reject the injured plant. r t October 8, 1991 State Street Gateway Park Page 119 110" Bid Document City of Elgin r 11 SECTION 02900 - TREES, PLANTS & GROUNOCOVERS C. When a plant has been rejected, remove it from the area of the work and replace it with one of the equal or greater required size and quality. This type of replacement is independent from all required guarantees. D. Landscape Architect reserves the right to reject materials in the 11 best interest of the Owner. I 1.09 PLANTING SEASON A. Spring Planting/Digging, Fall Planting/Digging 1. Spring planting may commence as soon as the ground has thawed at the nursery and at the site of planting, and weather conditions make it practicable to work both at the nursery and at the site. B. Planting shall be performed when weather and soil conditions are 11 suitable for planting the material specified in accordance with locally accepted practice. 1.10 GUARANTEE PERIOD A. The Contractor will be required to warranty/guarantee all plant material for a period of one year after written authorization or Substantial Completion of the project. After one year, the Project Architect shall conduct the Final Inspection for Final Acceptance, pursuant to the requirements of Item 1.13 of this 11 Section. B. Replace, in accordance with the drawings and specifications, all plants that are dead or, as determined by the Project Architect, are 11 in an unhealthy or unsightly condition, and have lost their natural shape due to dead branches, or other causes due to the Contractor's negligence. The cost of such replacements is at Contractor's expense. Replacements are subject to Project Architect's approval and shall be guaranteed for a two-month period after installation and approval . 11 C. Warranty shall not include damage or loss of trees, plants, or groundcovers caused by fires, floods, freezing rains, lightning storms, or winds over 75 miles per hour, winter kill caused by extreme cold and severe winter conditions not typical of planting area; acts of vandalism or negligence on the part of the Owner. 11 October 8, 1991 State Street Gateway Park Page 120 Bid Document City of Elgin I r SECTION 02900 - TREES, PLANTS & GROUNDCOVERS 1.11 ACCEPTANCE A. The Project Architect will inspect all work for Substantial Completion upon written notice of completion. The request shall be ri received at least four calendar days before the anticipated date of B. Acceptance of plant material by the Project Architect will be for general conformance to specified size, character. and quality and shall not diminish responsibility for full conformance to the Contract Documents. Any plant materials which are not in conformance with this specification at time of acceptance shall be replaced under the direction of the Project Architect. The guarantee period does not begin until acceptance is granted by Project Architect. C. Upon completion and reinspection of all repairs or renewals necessary in the judgment of the Project Architect. the Project Architect will recommend to the Owner that acceptance of the work of this Section be given. D. At the end of the guarantee period, and no less than five days prior to final inspection. staking and guying materials. and tree wrap and rties shall be removed from the site. 1.12 FINAL INSPECTION AND FINAL ACCEPTANCE A. At the end of the guarantee period, the Landscape Architect will , upon written notice of end of guarantee period, inspect the work for Final acceptance. Request shall be received at least ten calendar days before the anticipated date for Final Inspection. B. Upon completion and reinspection of full repairs or replacements necessary in the judgment of the Landscape Architect at that time, the Landscape Architect will recommend to the Village that Final Acceptance of the Work of this Section be given. P" 2.00 PART 2 - MATERIALS P. 2.01 PLANTS A. Except as otherwise specified. size and grade of plant materials shall conform to ANSI Z6O.1. In no case shall ball size be less than 11. 11 in. in diameter for each inch of caliper. Ps October 8, 1991 State Street Gateway Park Page 121 r" Bid Document City of Elgin k Ps 4 11 SECTION 02900 - TREES. PLANTS & GROUNDCOVERS 11 B. Plants shall have outstanding form; symmetrical , heavily branched with an even branch distribution, densely foliated and/or budded, and a strong, straight, distinct leader where this is characteristic of species. Plants shall possess a normal balance between height and spread. The Landscape Architect will be the final arbiter of 11 acceptability of plant form. C. Plants shall be healthy and vigorous. free of disease. insect pests11 and their eggs. and larvae. D. Plants shall have a well-developed fibrous root system. 11 E. Plants shall be free of physical damage such as scrapes, broken or split branches, scars, bark abrasions, sunscalds, fresh limb cuts, disfiguring knots, or other defects. These defects shall not 11 interrupt more than 25% of the circumference of the plant cambium. F. Plants shall meet the sizes indicated on the Plant List. Plants11 larger or smaller than specified may be used only if accepted by the Landscape Architect. Owner and Village Forester. G. Where a size or caliper range is stated, at least 50% of the material 11 shall be closer in size to the top of the range stated. H. Plants shall not be pruned before delivery. 11 I. Plants indicated as "B&B" shall be balled and burlapped. 1. Unless otherwise permitted by the Landscape Architect, plants 11 shall be nursery grown. 2. Plants shall be grown for at least two years under climatic con11 - ditions similar to those in the locality of the Project. 3. Nursery grown plants shall be freshly dug. No heeled in plants or plants from cold storage will be accepted. unless otherwise permitted by the Landscape Architect. J. Container-grown stock: Grown in a container for sufficient length of 11 time for the root system to have developed to hold its soil together. firm and whole. 11 1. No plants shall be loose in the container. 2. Container stock shall not be pot bound. 11 October 8, 1991 State Street Gateway Park Page 122 Bid Document City of Elgin I r. r• SECTION 02900 - TREES. PLANTS & GROUNDCOVERS K. Bulbs rm 1. All bulbs shall meet specifications in diameter or circumference as set forth in The American Standard for Nursery Stock or as m specified by the Project Architect. 6 2. All bulbs shall be healthy and viable, free from fungus and disease and shall not be dried out or desiccated. They shall have had the proper period of rest and shall not have been damaged by digging or handling. 2.02 TOPSOIL A. Topsoil shall be in accordance with Section 02210, Earthwork. 2.03 PEAT MOSS A. Peat moss shall be a horticultural grade, sphagnum peat moss containing partially decomposed fibrous or cellular stems and leaves of any of the many species of sphagnum mosses from fresh water sources conforming to the following requirements: 1. Peat moss shall be a homogenous material free of decomposed colloidal residue lumps, roots. stones, and other foreign matter, and of such consistency that peat can pass a 1/2 in. mesh and can be readily incorporated with the topsoil . 2. The pH shall not be less than 3.5 nor greater than 6.0 at 25 degrees C. 3. Organic matter content shall be not less than 90%, by weight, on an oven-dry basis. 4. Ash content shall not be more than 10%, by weight, on an oven- [la dry basis. 5. Moisture absorption capacity shall not be less than 800%. by rm weight, on an oven-dry basis. 2.04 PLANTING SOIL MIX r A. Excavated material from plant pits can be used as backfill planting mixture provided it is free of heavy clumbs and debris and is amended with 1/4 part peat moss or 1/4 part well aged manure and provided it is approved by the Project Architect. B. Planting soil shall have pH value range of 5.5 to 7.0. r October 8, 1991 State Street Gateway Park Page 123 Bid Document City of Elgin I I SECTION 02900 - TREES, PLANTS & GROUNDCOVERS I 1. If planting soil mixture does not fall within the required pH range, limestone of aluminum sulfate shall be added to bring the pH within the specified limit. 2.05 WATER A. Water for use in maintaining plant materials during the construction period shall be made provided by the contractor. 2.06 COMMERCIAL FERTILIZER A. Fertilizer content shall conform to the following: 11 Constituent % Present by Weight Nitrogen (N) 5 Phosphorus (P) 10 Potassium (K) 10 11 1. 50% of nitrogen shall be derived from natural organic source of ureaform. 2. Available phosphorus shall be derived from superphosphate, bone meal , or tankage. 3. Potassium shall be derived from muriate of potash containing 60% 3 potash. B. Fertilizer shall be delivered in manufacturer's standard container 11 printed with manufacturer's name, material weight, and guaranteed analysis. 11 C. Fertilizers with N-P-K analysis other than that stated above may be used provided that the application rate per square foot of nitrogen, phosphorus, and potassium is equal to that specified, or provided the recommended analysis has been altered as a result of the soil tests. 2.07 MULCH A. Mulch shall be 6 month old well rotted shredded native hardwood bark mulch not larger than 4" in length and 1/2" in width, free of woodchips and sawdust. I I October 8, 1991 State Street Gateway Park Page 124 Bid Document City of Elgin I r SECTION 02900 - TREES, PLANTS & GROUNDCOVERS 2.08 ANTIDESICCANT A. Antidesiccant shall be an emulsion specifically manufactured for plant protection which provides a protective film over plant surfaces which is permeable enough to permit transpiration. Antidesiccant shall be delivered in manufacturer's sealed containers and shall contain manufacturer's printed instructions for use. 2.09 MANURE A. Aged pulverized horse manure/wood shavings/straw mix shall be used in the preparation of groundcover and annual planting beds. 2.10 SAND A. #2 Torpedo sand shall be used in preparation of groundcover and annual planting beds. 1: 3.00 PART 3 - CONSTRUCTION REQUIREMENTS 3.01 SCHEDULE A. Proceed with and complete landscape work upon completion of all other construction activities within the site and after placement and rough 1: grading of topsoil is completed. 3.02 DRAINAGE OF SOILS 111 A. Test drainage of five plant beds and pits chosen by the Project Architect shall be done by filling with water twice in succession. The time at which water is put into the pit or bed for a second filling shall be noted. Project Architect shall then be notified of the time it takes for pit or bed to drain completely. Planting operations shall not proceed until Project Architect has reviewed test drainage results. B. Notify the Project Architect in writing of all soil or drainage conditions that he considers detrimental to growth of plant material . Submit proposal and cost estimate for correction of the conditions for Project Architect's approval before starting work. r r I October 8, 1991 State Street Gateway Park Page 125 r Bid Document City of Elgin I SECTION 02900 - TREES. PLANTS & GROUNDCOVERS I 3.03 LAYOUT OF PLANTING AREAS I A. The Project Architect shall approve locations of plant materials prior to planting as follows: 11 1. Individual tree locations shall be staked by the Contractor for approval by Project Architect. Provide 48 hours notice to Project Architect for approval . Contractor is to be present during approval . All shrubs will be set in place for approval prior to digging. 3.04 UTILITIES 11 A. It is the responsibility of the Contractor to obtain accurate utility location information from the appropriate sources and review it fully prior to construction. Contractor to have J.U.L.I.E. identifying locations as required to coordinate planting. B. Prior to the start of the work, the Contractor shall verify to his satisfaction that all utilities, both above and below ground, will not interfere or conflict with excavation or other essential activities. Any detected conflict between existing structures, irrigation, paving, utilities, or other facilities and the work of this Project shall be called to the Project Architect's attention before proceeding with the work. 11 3.05 PLANT PIT EXCAVATION A. Planting pits for trees and shrubs shall be excavated to the depth 11 and dimension indicated in the Construction Details. 11 B. When conditions detrimental to plant growth are encountered, such as rubble fill . debris, or obstructions, notify the Project Architect before planting. 3.06 GRADING OF PLANTING AREAS A. Shrub bed areas shall be fine graded and smoothed prior to planting. I 3.07 PLANTING A. Walls of plant pits shall be dug so that they are vertical and scarified. If obstructions are encountered that are not shown on the drawings, do not proceed with planting operations until alternate plant locations have been selected by Project Architect, or arrangements for removal of the obstruction have been approved by Project Architect. October 8, 1991 State Street Gateway Park Page 126 Bid Document City of Elgin I /P. SECTION 02900 - TREES, PLANTS & GROUNDCOVERS B. Plants shall be set as indicated on drawings. Plants shall have same relationship to finished grade as in the nursery. C. Plants shall be turned to the desired orientation when required by Project Architect. D. Containerized plants shall be removed from container taking care not to damage roots. The side of the root ball shall be scarified to prevent root-bound condition and plant positioned in planting pit. E. Planting shall be positioned in center of planting pit, set plumb, and rigidly braced in position until all planting soil has been tampered solidly around the ball . F. Pits shall be backfilled with planting soil mix. Soil shall be worked carefully into voids and pockets, tamping lightly every 6 in. 1. When pit is two-thirds full , plants shall be watered thoroughly, and water left to soak in before proceeding. 2. At this time, ropes or strings on top of ball shall be cut and shall be pulled back. Burlap or cloth wrapping shall be left intact around ball except that portions of wrap that are exposed at top of ball shall be turned under and buried. Non- biodegradable ball wrapping and support wire shall be totally removed from ball and planting pit. 3. Remove nursery plant identification tags. G. Backfilling and tamping shall then be finished and a saucer formed around plant pits as indicated on the Drawings. P' H. Saucer shall be filled with water and water left to soak in. Saucer shall then be filled with water again. I. Groundcovers, annuals, perennials: 1. Provide perennials, annuals and groundcover bed planting mixture consisting of 1 cu. yd. of coarse sand and 12 cu. ft. of peat moss per 200 square feet, rototilled to a depth of 6"-8" . 2. Space plants as indicated on the work list. 3. Dig holes large enough to allow for spreading of roots and back- fill with planting soil . Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. Water thoroughly after planting, taking care not to cover crows of plants with set soils. October 8, 1991 State Street Gateway Park Page 127 Bid Document City of Elgin Po k 11 SECTION 02900 - TREES, PLANTS & GROUNDCOVERS 11 J. Bulbs: All bulb areas shall have the soil removed to a depth of 8". Loosen the soil bed and incorporate in peat moss or leaf compost. Broadcast bone meal at the rate of 1 ounce/square foot over the bottom of the bed and mix well into the soil . Place bulbs firmly in the soil with pointed ends up. Cover the bulbs and incorporate 1/2 cup of 8-8-8 fertilizer/square foot of bed and water thoroughly. Cover the soil with 3" of mulch in late fall . 3.08 STAKING A. Staking and guying shall be at the option of the Contractor. If the 11 Contractor decides to stake and guy trees, submit guying shop drawing prior to installation. Each tree shall be staked immediately following planting. Plants shall stand plumb before and after11 staking. Staking shall not be used to straighten trees that have been planted out of plumb. 3.09 MULCHING A. Mulch shall be applied as follows (entire area listed shall be mulched) : Plant Type Mulch Area Mulch Depth. in. (minimum) Tree Planting Bed 3" or Tree Ring Shrub Saucer or Bed 3" Groundcover/ 2" mushroom compost covered with Perennials Planting Bed 1" of shredded bark 3.10 PRUNING 11 A. Prune branches of deciduous stock, after planting, to balance the loss of roots and preserve the natural character appropriate to the11 particular plant requirements. In general , remove 1/4 to 1/3 of the leaf bearing buds. proportion shall in all cases be acceptable to the Landscape Architect. Remove or cut back broken. damaged, and unsymmetrical growth of new wood. B. Multiple leader plants: Preserve the leader which will best promote the symmetry of the plant. Cut branches flush with the trunk or main branch. at a point beyond a lateral shoot or bud a distance of not less than 1/2 the diameter of the supporting branch. Make cut on an angle. C. Prune evergreens only to remove broken or damaged branches. I October 8, 1991 State Street Gateway Park Page 128 Bid Document City of Elgin I k SECTION 02900 - TREES, PLANTS & GROUNDCOVERS L D. Pruning shall be done with clean, sharp tools. Cuts shall be made flush, leaving no stubs. No tree paint shall be used. No shearing shall be accepted. 3.11 BED EDGING All bed edges and tree rings shall be spade edged. Spade edge shall be a maximum of 2 1/2" deep and a minimum of 1 1/2" deep. 3.12 MAINTENANCE OF PLANTING r: A. Maintenance shall begin immediately after each plant is planted and shall continue until written approval of Substantial Completion in each work area. Cost for this work shall be included in the unit price of each plant. After approval of Substantial Completion, maintenance shall become the responsibility of the owner. B. Maintenance shall consist of pruning, watering, cultivating weeding, mulching, removal of dead material , repairing and replacing of tree stakes, tightening and repairing of guys, repairing and replacing of damaged tree wrap material , resetting plants to proper grades and upright position, and furnishing and applying such sprays as are necessary to keep plantings free of insects and disease, and in a healthy growing condition. 1: C. Planting areas shall be kept free of weeds, grass, and other un- desired vegetative growth. 3.13 METHOD OF MEASUREMENT AND BASIS FOR PAYMENT A. Measurement and subsequent payment shall be for each item planted and accepted, as a percentage complete of the line items on the Schedule of Values. Payment shall include all digging, soil preparation, soil amendments, transporting, planting, protection, maintenance, and all materials, equipment, labor, and incidentals required to perform this Item. r. 3.14 CLEANING A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil , debris, and equipment. Repair damage resulting from planting operations. B. Ongoing clean up shall include keeping walkways free of soil and mud as a result of Landscape Contractor's work. 1,0I October 8, 1991 State Street Gateway Park Page 129 Bid Document City of Elgin r 11 I I I I I I I I I 11 11 11 I I I I October 8. 1991 State Street Gateway Park Page 130 Bid Document City of Elgin I r 11r• SECTION 02930 - SODDING L 1.00 PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all materials and equipment, and do all work required to complete the sodding including furnishing and placing topsoil , as indicated on the Drawings and as specified herein. 1.01 RELATED WORK A. Section 02200: Earthwork B. Section 02950: Trees, Plants and Ground Covers ri 1.02 REFERENCED STANDARDS A. American Society for Testing and Materials (ASTM) : C 136 Sieve Analysis of Fine and Coarse Aggregates D 1557 Moisture-Density Relations of Soils and Soil Aggregate Mixtures Using 10-lb. (4.54-kg) Rammer and 18-in. (457-mm) Drop. E 11 Wire-Cloth Sieves for Testing Purposes B. Sodding Sections of the Standard Specification shall be modified in their entirety per this specification. 1.03 SUBMITTALS A. Samples - The following samples shall be submitted to Landscape Architect prior to commencing with any sodding. P' Quantity Material (lb) rm Topsoil 10 Lime 5 Fertilizer 5 Peat Moss 5 PmB. Manufacturer's Product Data - Three copies of manufacturer's product data shall be submitted for the following materials, when amendment is required: L Aluminum sulfate p. Fertilizer October 8, 1991 State Street Gateway Park Page 131 r. Bid Document City of Elgin r I I I I a 3 II 11 I 3 11 I I I 11 I 11 October 8, 1991 State Street Gateway Park Page 132 Bid Document City of Elgin I r Pw SECTION 02930 - SODDING C. Certificates - Three copies of labels from the manufacturer's con- [. tainer certifying that the product meets the specified requirements shall be submitted for the following materials. when amendment is requi red: Ground limestone Commercial fertilizer Seed mix for sod D. Three certified copies of Contractor's test report of the topsoil shall be submitted to the Project Architect. Report shall include r: recommendations on the type and quantity of additives required to achieve the required pH and nutrients to maintain healthy sod growth. 1.04 INSPECTION AND TESTING A. Work will be subject to inspection at all times by the Landscape Architect. The Village reserves the right to engage an independent testing laboratory to analyze and test materials used in the construction of the work. Where directed by the Project Architect, the testing laboratory will make material analyses and will report to the Project Architect whether materials conform to the requirements of this specification. 1. Cost of tests and material analyses made by the testing labora- tory will be borne by the Owner when they indicate compliance with the specification. and by the Contractor when they indicate non-compliance. 2. Testing equipment will be provided by and tests performed by the testing laboratory. Upon request by the Project Architect, the Contractor shall provide such auxiliary personnel and serv- ices needed to accomplish the testing work and to repair damage Po" caused thereby to the permanent work. 3. Gradation of granular materials shall be determined in accord- ance ASTM C 136. Sieves for determining material gradation shall be as described in ASTM E 11. B. Testing, analyses, and inspection required by the Contractor for his rw own information and guidance shall be at this own expense. r r October 8, 1991 State Street Gateway Park Page 133 Bid Document City of Elgin L r 11 SECTION 02930 - SODDING 11 C. The Contractor shall engage an independent testing agency to perform the following tests and analyses: Material Tests and Analysis Required Topsoil Mechanical analysis of soil and determination of pH and organic matter content, and nutrient content. Recommendations shall be made by the testing agency as to the type and quantity of soil additives required to bring nutrient content and pH to satisfactory levels for sodding. 11 Peat Moss Determination of moisture absorption capacity, organic matter content, and pH. 11 1. Materials shall not be used in construction until test results have been reviewed by the Landscape Architect. 2. All costs associated with testing shall be at the expense of the Contractor. 1.05 DELIVERY, STORAGE AND HANDLING A. Digging Sod 11 1. Sod shall not be dug at the nursery or approved source until ready to transport sod to the site of the work or acceptable storage location. 11 2. Before stripping, sod shall be mowed at a uniform height of 2 inches. 11 3. Cut sod to specified thickness and to standard width and length desi red. B. Transportation of sod 1. Sod transported to the project in open vehicles shall be covered with tarpaulins and other suitable covers securely fastened to the body of the vehicle to prevent injury. Closed vehicles shall be adequately ventilated to prevent overheating of the sod. 2. Evidence of inadequate protection following the digging, care- lessness while in transit, or improper handling or storage, shall 11 be cause for rejection. I October 8, 1991 State Street Gateway Park Page 134 Bid Document City of Elgin I r SECTION 02930 - SODDING 3. Sod shall be kept moist, fresh, and protected at all times. Such protection shall encompass the entire period during which the sod is in transit, being handled, or are in temporary stor- age. 4. Upon arrival at the temporary storage location or the site of the work, sod materials shall be inspected for proper shipping procedures. Should the sod be dried out, the Landscape Archi- tect will reject the sod. When sod has been rejected, the Con- tractor shall at once remove it from the area of the work and replace it with acceptable material . 5. Unless otherwise authorized by the Landscape Architect, the Con- tractor shall notify the Landscape Architect at least two work- ing days in advance of the anticipated delivery date of sod material . Certificate of Inspection shall accompany each ship- ment. Each shipment billing sheet shall indicate amount of sod delivered by square foot or square yard. Submit two copies to !! Landscape Architect for each delivery. C. Handling and Storage of Sod .00 1. Sod material shall be handled with extreme care to avoid break- ing or tearing strips. 2. Sod shall not be stored for longer than 30 hours prior to in- stallation. Sod shall be stored in a compact group and shall be kept moist. Sod shall be prevented from freezing. 3. Sod that has been damaged by poor handling or improper storage will be rejected by the Landscape Architect. D. Deliver fertilizer in sealed waterproof bags, printed with manufac- turer's name, weight, and guaranteed analysis. 1.06 PLANTING SEASON A. Planting shall only be performed when weather and soil conditions are suitable for planting the material specified in accordance with locally accepted practice. r B. Planting season may be extended with the written permission of the Landscape Architect. r t r t October 8, 1991 State Street Gateway Park Page 135 Pm Bid Document City of Elgin P" I 11 SECTION 02930 - SODDING I 1.07 ACCEPTANCE 11 A. Acceptance 1. The Project Architect will inspect all work for Substantial Completion upon written request of the Contractor. The request shall be received at least four calendar days before the anti- cipated date of inspection. 2. Acceptance of material by the Project Architect will be for general conformance to specified requirements, and shall not relieve the Contractor of responsibility for full conformance to the Contract Documents. 3. Upon completion and reinspection of all repairs or renewals necessary in the judgment of the Project Architect, the Project Architect will recommend to the Owner that the work be accepted. B. Sod areas will be accepted as Substantially Complete when the fol- lowing conditions have been met: 1. All work identified in the Construction Requirements portion of this Section has been completed. 11 2. Project Architect has received a four day advance notice re- questing review for Substantial Completion. 3. Area to be reviewed has been walked and "punch-listed" for 11 corrections. 4. Punch list sod removals and replacements have occurred. 11 C. Sod areas will be accepted when in compliance with all the following conditions: 1. Roots are thoroughly knit to the soil ; 2. Absence of visible joints; 11 3. All areas show a uniform stand of specified grass in healthy condition. 4. At least 60 days have elapsed since the completion of work under this section. 11 I October 8, 1991 State Street Gateway Park Page 136 Bid Document City of Elgin 11 rP SECTION 02930 - SODDING 1.08 QUALITY GUARANTEE tw, A. Sod shall be uniform in color, leaf texture, leaf and root density, and free from weeds, diseases, and other visible imperfections at acceptance. B. Guarantee does not cover damage as a result of de-icing compounds, fertilizers, pesticides, or other applications not supervised by the Contractor or as a result of acts of God or vandalism. 2.00 PART 2 - MATERIALS r2.01 SOD A. Sod shall be a triplex mixture of hybrid bluegrass. Mixture shall contain approximately equal proportions of each hybrid component. Hybrids shall include Cheri Kentucky Bluegrass, Flying Kentucky Bluegrass, Glade Kentucky Bluegrass, Baron Kentucky Bluegrass, or comparable equal bluegrass hybrids. B. Sod shall be nursery grown on cultivated mineral agricultural soils. twk Sod shall have been mowed regularly and carefully, and otherwise maintained from planting to harvest. p C. Thickness of Cut - Sod shall be machine cut at a uniform soil thick- ness of 5/8 in. , plus or minus 1/4 in. , at the time of cutting. Measurement for thickness shall exclude top growth and thatch. D. Strip Size - Individual pieces of sod shall be cut to the supplier's standard width and length. Maximum allowable deviation from stan- dard widths and lengths shall be plus or minus 1/2 in. on width, and Ew plus or minus 5% on length. Broken strips and torn and uneven ends will not be acceptable. E. Strength of Sod Strips - Standard size sections of sod shall be strong enough to support their own weight and retain their size and shape if suspended vertically when grasped in the upper 10% of the section. F. Moisture Content - Sod shall not be harvested or transplanted when moisture content (excessively dry or wet) may adversely affect its [11 survival . I r October 8, 1991 State Street Gateway Park Page 137 "wo Bid Document City of Elgin 6 Pm I SECTION 02930 - SODDING 11 G. Time Limitations - Sod shall be harvested, delivered and trans- planted within a 30 hour period unless a suitable preservation method is approved prior to delivery. Sod not transplanted within this period must be inspected and approved by the Landscape Archi- tect prior to its installation or this sod will be rejected and removed at no additional expense to the owner. H. Thatch - Sod shall be relatively free of thatch. A maximum of 1/211 in. (uncompressed) thatch will be permitted. I. Diseases, Nematodes, and Insects - Sod shall be free of diseases, nematodes and soil-borne insects. State Nursery and Plant Materials 11 Laws require that all sod be inspected and approved for sale. The inspection and approval must be made by the State Agricultural Department, Office of the State Entomologist. J. Weeds: Sod shall be free of objectionable grassy and broad leaf weeds. 2.02 TOPSOIL A. Topsoil shall have a pH value range of 6.0 to 6.5. If the soil does not fall within the pH range specified, it may be amended to bring it within the specified limit. 1. If pH is below desired level add ground limestone. If pH is above desired level add aluminum sulfate. 2.03 LIMESTONE 11 A. Ground limestone shall be an agricultural limestone containing a minimum of 85% total carbonates, by weight. Ground limestone shall be graded within the following limits: Sieve Size % Passing by Weight I No. 10 100 No. 100 60 2.04 WATER Water shall be suitable for irrigation and free from ingredients harmful I to sodded areas. Water required prior to completion of irrigation system shall be provided by contractor. I October 8, 1991 State Street Gateway Park Page 138 Bid Document City of Elgin 11 I Pm �i. r. SECTION 02930 - SODDING L 2.05 ALUMINUM SULFATE pm A. Aluminum sulfate shall be unadulterated and shall be delivered in containers with the name of the material and manufacturer, and net [I weight of contents. 2.06 COMMERCIAL FERTILIZER A. Fertilizer shall conform to the following: 1. When applied as a topsoil amendment, fertilizer shall have an analysis that will deliver appropriate amounts of nitrogen, phosphorus, and potassium as required to remedy deficiencies revealed by testing of the topsoil . 2. When used as a top dressing for the maintenance of sod, fer- tilizer shall conform to the following: Constituent % Present by Weight Nitrogen (N) 1 pp Phosphorous (P) 4 Potassium (K) 4 a. 50% of nitrogen shall be derived from natural organic sources of ureaform. b. Available phosphorus shall be derived from superphosphate, bone meal , or tankage. c. Potassium shall be derived from muriate of potash containing 60% potash. B. Fertilizer shall be delivered in manufacturer's standard container r printed with manufacturer's name, material weight, and guaranteed analysis. rw C. Fertilizers with N-P-K analysis other than that stated above may be used provided that the application rate per square foot of nitrogen, phosphorus, and potassium is equal to that specified. rw tw rm October 8, 1991 State Street Gateway Park Page 139 Bid Document City of Elgin Po a SECTION 02930 - SODDING I 3.00 PART 3 - CONSTRUCTION REQUIREMENTS 3.01 PREPARATION OF SUBGRADE A. Subgrade shall be examined to ensure that rough grading and all other subsurface work in lawn areas to be sodded is done prior to start of sodding. Start of work shall constitute acceptance of the subgrade. B. Existing subgrade shall be loosened or scarified to a minimum depth of 3 inches prior to spreading topsoil . Subgrade shall be brought to true and uniform grade. and shall be cleared of stones greater than 3 inches, sticks, and other extraneous material . 3.02 SPREADING OF TOPSOIL11 A. Topsoil shall be spread in accordance with Section 02200 - Earthwork. If topsoil is spread prior to this time it shall be cultivated to loosen soil prior to sodding. 3.03 APPLICATION OF FERTILIZER AND CONDITIONERS 11 A. Fertilizer and conditioners shall be applied at the following rates: 1. Limestone - as required by test results of topsoil . 2. Fertilizer - as required by test results of topsoil . B. Mixing with topsoil : 11 1. Fertilizer and conditioners shall be spread over the entire lawn 11 area at the application rates indicated above. 2. Materials shall be uniformly and thoroughly mixed into the top 4 inches of topsoil by discing. rototilling, or other approved method. 3.04 FINISH GRADING I A. Final surface of topsoil immediately before sodding shall be within +/- 1/2 inch of required elevation, with no ruts. mounds, ridges, or other faults. and no pockets or low spots in which water can col- lect. Stones, roots, and other debris greater than 1 in. in any dimension, which are visible at the surface. shall be removed and the resulting holes filled with topsoil , leaving a uniform planar surface. I October 8, 1991 State Street Gateway Park Page 140 Bid Document City of Elgin I • 9, rm SECTION 02930 - SODDING B. Finish grade surface with a drag or rake. Round out all breaks in rm grade, smooth down all lumps and ridges, fill in all holes and crev- ices. Rolling with a light roller is acceptable, if the surface is scarified afterward. C. In the event of settlement, the Contractor shall readjust the work to required finished grade, at no additional expense. 3.05 SODDING A. Edges of the sodded areas shall be smooth, and all sodded areas shall conform to the design cross sections and grade at edges adja- cent to curbs, paved areas, etc. , top surface of earth in sod shall be 1/2 in. below adjacent hard surface. B. Weather Conditions 1. Schedule work for periods of favorable weather. 2. Sod placement on days which, in the judgment of the Landscape Architect, are too hot, sunny, dry or windy for optimal instal- lation may be prohibited. C. Placement Pattern [11 1. First row shall be laid in straight line with subsequent rows parallel to the first row and tightly abutting each other. At shrub bed locations, align entire shrub bed with a full section of sod around perimeter, and then cut sod panels to tie into this strip. 2. Lateral joints shall be staggered. Care shall be exercised to ensure that sod is neither stretched nor over-lapped. Joints must be butted tightly to prevent voids that could permit air to dry out roots. 3. Immediately after placing, sod shall be pressed firmly into PIP contact with sod bed by tamping or rolling to eliminate air pockets. Following tamping, screened topsoil shall be used to fill all cracks, and excess soil shall be worked into the sod with rakes or other suitable equipment. Sod shall not be smothered with excess fill soil . 4. On slopes steeper than 2 to 1, sod shall be secured by wood pegs 10" or other methods approved by the Landscape Architect. r October 8, 1991 State Street Gateway Park Page 141 1111. Bid Document City of Elgin r I SECTION 02930 - SODDING I 5. Immediately after sodding operations have been completed, entire surface shall be compacted with cultipacker roller or other ap- proved equipment weighing 100 to 160 lb./ft. of roller. The completed area after sodding shall be uniformly even, firm, and true to finish grade lines. E. Watering 1. As sodding is completed in any one section, the entire area shall be rolled. It shall then be thoroughly watered to a depth sufficient that the underside of the new sod strips and soil immediately below the sod are thoroughly wet. 2. Provide an adequate supply of water at the site prior to and during transplanting of the sod. 3.06 MAINTENANCE OF SOD A. Maintenance shall begin immediately after sod installation and shall 11 continue until Acceptance. B. Maintenance shall consist of protecting, watering, weeding, cutting, fertilizing, repairing of eroded areas, and resodding which in the opinion of the Project Architect is required to establish a uni- form stand of grass. C. Mowing 1. When grass reaches height of three inches, it shall be cut back 11 to two inches. All clippings shall be removed. 2. After two mowings, top dress the sod with an application of fer11 - tilizer at the rate of 1 pound of actual nitrogen per 1000 square feet. 11 3.07 METHOD OF MEASUREMENT AND BASIS FOR PAYMENT A. Method of measurement and subsequent payment shall be as a percentage of the line item on the Schedule of Values. Payment shall in- clude all soil preparation, finish grading, sodding and maintenance until acceptance. Sod work required to repair areas outside the project limits which have been damaged by the Contractor during the construction process shall be provided at no additional cost to the City I October 8, 1991 State Street Gateway Park Page 142 Bid Document City of Elgin I a 1110 SECTION 02920 - SEED WORK 4 1.00 PART 1 - DESCRIPTION A. Provide all materials and equipment. and do all work required to complete the seeding including: 1. Fine grading and preparation for seed. 2. Furnishing. transporting and applying seed. 3. Repair of any damage resulting from seeding operations. 4. Initial watering. 1.01 RELATED WORK A. Section 02210: Earthwork B. Section 02930: Sodding 1.02 SUBMITTALS A. Samples - The following samples shall be submitted upon request [1. to Landscape Architect prior to commencing with any seeding work: Quantity Material (lb. ) Seed 5 Lime 5 Fertilizer 5 Peat Moss 5 B. Manufacturer's Product Data - Three copies of manufacturer's product data shall be submitted upon request for the following materials: Aluminum sulfate Fertilizer I r r �,. October 8. 1991 State Street Gateway Park Page 143 Bid Document City of Elgin P L 11 SECTION 02920 - SEED WORK I C. Certificates - Three copies of labels from the manufacturer's con- tainer certifying that the product meets the specified requirements shall be submitted for the following materials: Ground limestone I Commercial fertilizer Seed mix indicating percentage of each type of seed by weight percentages of purity, germination, and percentage of weed seed for each species of grass seed. D. Three certified copies of Contractor's test report of the topsoil shall be submitted to the Landscape Architect. Report shall include recommendations on the type and quantity of additives required to achieve the required pH and nutrients to maintain healthy seed growth. 1.03 INSPECTION AND TESTING A. Work will be subject to inspection at all times by the Landscape11 Architect. The Owner reserves the right to engage an independent testing laboratory to analyze and test materials used in the seeding work. Where directed by the Landscape Architect, the testing laboratory will make material analyses and will report 11 to the Landscape Architect whether materials conform to the re- quirements of this specification. 11 1. Cost of tests and material analyses made by the testing labora- tory will be borne by the Owner when they indicate compliance with the specification, and by the Contractor when they indicate non-compliance. 2. Testing equipment will be provided by and tests performed by the 11 testing laboratory. Upon request by the Landscape Architect, the Contractor shall provide such auxiliary personnel and serv- ices needed to accomplish the testing work and to repair damage caused thereby to the permanent work. 11 B. Testing, analyses, and inspection required by the Contractor for his own information and guidance shall be at this own expense. I I I October 8, 1991 State Street Gateway Park Page 144 Bid Document City of Elgin I r SECTION 02920 - SEED WORK C. The Contractor shall engage an independent testing agency to perform the following tests and analyses: Material Tests and Analysis Required Mechanical analysis of soil and determination of pH Topsoil and organic matter content, and nutrient content. [11 Recommendations shall be made by the testing agency as to the type and quantity of soil additives required to bring nutrient content and pH to satisfactory levels for seeding. 1. Materials shall not be used in construction until test results have been reviewed by the Landscape Architect. 2. All costs associated with testing shall be at the expense of the Contractor. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver seed and fertilizer materials in original unopened containers, showing weight, analysis, and name of manufacturer. Store in a manner to prevent wetting and deterioration. EP 2.00 PART 2 - MATERIALS 2.01 TOPSOIL [111 A. Landscape Contractor shall remove from top soil , all large roots. sticks, weeds, brush, subsoil , clay lumps, or stones larger than one inch in diameter or other litter and waste products. B. Prior to seeding, topsoil shall have a pH value range of 6.0 to 6.5. ,, If the soil does not fall within the pH range specified, it shall be amended by the landscape contractor to bring it within the specified limit. 11. 1. If pH is below desired level add ground limestone. If pH is above desired level add aluminum sulfate. rim r r October 8, 1991 State Street Gateway Park Page 145 Bid Document City of Elgin P' 11 SECTION 02920 - SEED WORK 2.02 LIMESTONE A. Ground limestone shall be an agricultural limestone containing a minimum of 85% total carbonates, by weight. Ground limestone shall be graded within the following limits: Sieve Size % Passing by Weight No. 10 100 11 No. 100 60 2.03 WATER 11 A. Water for use in installing or maintaining seeded areas shall be provided by the contractor. Contractor shall provide all hoses, 11 connections, and accessories. 2.04 ALUMINUM SULFATE A. Aluminum sulfate shall be unadulterated and shall be delivered in containers with the name of the material and manufacturer, and net weight of contents. 11 11 11 I I 11 11 October 8, 1991 State Street Gateway Park Page 146 Bid Document City of Elgin I r SECTION 02920 - SEED WORK Y 2.05 COMMERCIAL FERTILIZER r. A. Fertilizer shall conform to the following: rw 1. When applied as a topsoil amendment, fertilizer shall have an analysis that will deliver appropriate amounts of nitrogen. phosphorus, and potassium as required to remedy deficiencies rw revealed by testing of the topsoil . 2. A starter fertilizer shall be used conforming to the following: Constituent % Present by Weight Nitrogen (N) 1 Phosphorus (P) 4 Potassium (K) 4 a. 50% of nitrogen shall be derived from natural organic sources of ureaform. b. Available phosphorus shall be derived from superphosphate. bone meal , or tankage. c. Potassium shall be derived from muriate of potash containing 1: 60% potash. d. Fertilizer shall be applied at the rate of 200 lbs of actual nutrients per acre. B. Fertilizer shall be delivered in manufacturer's standard container printed with manufacturer's name, material weight, and guaranteed analysis. C. Fertilizers with N-P-K analysis other than that stated above may be used provided that the application rate per square foot of nitrogen, phosphorus. and potassium is equal to that specified. F' 2.06 SEED A. Seed shall meet the requirements of the Illinois Department of Transportation Highway Specifications. B. Grass seed shall be of the previous year's crop and in no case shall the weed seed content exceed 1% by weight. The grass seed shall conform to the requirements of the following tables: r October 8, 1991 State Street Gateway Park Page 147 Bid Document City of Elgin F L 11 SECTION 02920 - SEED WORK 1. Seed Mix shall be ATHLETIC PRO II or approved equal or provided by: Arthur Clesen, Inc. 543 Diens Drive Wheeling, IL 60090 (708) 537-2177 % by % purity min. % weight germination I Parade Kentucky Bluegrass 25 98 85 Trenton Kentucky Bluegrass 25 98 85 1 Caddy Perennial Ryegrass 25 95 85 Delray Perennial Ryegrass 25 95 85 C. The seed shall be furnished and delivered premixed in the proportions specified above. All seed shall comply with State and Federal seed laws. D. The application rate of seed shall be a minimum of 220 lbs per acre of the above seed mix. 2.07 STRAW MULCH 11 A. Clean oat or wheat straw well seasoned before bailing, free from 11 mature seed-bearing stalks or roots of prohibited or noxious weeds. 2.08 HYDROMULCH MATERIAL A. Use "Mayflower" Hydromuich material at the rate of 150 lbs. per acre. 3.00 PART 3 - CONSTRUCTION REQUIREMENTS 3.01 INSPECTION A. Examine rough grade surfaces, grades, topsoil quality, and depth. Do not start seed work until unsatisfactory conditions are corrected. Notify Landscape Architect and Owner's site representative immediately when unsatisfactory conditions are found. I October 8, 1991 State Street Gateway Park Page 148 Bid Document City of Elgin I r SECTION 02920 - SEED WORK 3.02 PREPARATION A. Remove all stones, boulders, debris, and other material larger than one inch in diameter. Complete all fine grading operations including shaping, filling ruts and depressions, and trimming to establish uniformly the lines and grades shown on the landscape architect's plans. B. The areas to be seeded shall be thoroughly tilled and cultivated to a minimum depth of three inches with a disc, tiller, or other equipment approved by landscape architect. Prepared surface shall be smooth, dry, and shall be free of all weeds, clods, stones, roots, gullies, crusting, and caking. C. After cultivation and after areas to be seeded have been approved by Landscape Architect, the fertilizer shall be applied at the rates listed above and worked into the soil using a harrow, or other equipment approved by the Landscape Architect. D. Apply limestone at the rate determined by the soil test to adjust pH of the soil to not less than 6.0 nor more than 6.8. Distribute evenly by mechanical methods and incorporate into the topsoil . E. Restore and repair areas to specified condition if eroded, settled, 1: or otherwise disturbed after fine grading and prior to seeding. 3.03 INSTALLATION r: Seeding shall be either mechanically applied or hydroseeded as follows: A. Application of Seed 1. Seed immediately after preparation of bed. 2. No seeding shall be done during windy weather. 3. Seeding shall be done in two directions at right angles to each other. Sow seed evenly by hand or with approved seeding device in the proportions and at the rate per unit of area heretofore specified. The seed shall be covered with a thin layer of topsoil by light raking or other approved method, rolled in both direction with an approve implement weighing not more than 100 pounds per foot of width, and watered with a fine spray. Take necessary precautions to keep the area undisturbed until the grass is established. No watering is to be done if dormant fall seeding is used. L October 8, 1991 State Street Gateway Park Page 149 r" Bid Document City of Elgin r 11 SECTION 02920 - SEED WORK I 4. Seeded areas shall be mulched with a one inch layer of straw mulch or with a hydromuich at rates listed above. B. Hydroseeding 1. Hydroseed immediately after preparation of seed bed. 2. Use hydromulch sprayer and apply mixture at rates listed above. 11 3. Protect buildings, pavings, and plants from hydroseed spray. 3.04 MAINTENANCE 11 A. The Contractor shall provide a minimum of mowings of seeded areas. Cut grass when it reaches 3" . Cut at 2 1/2" height. B. Landscape Contractor shall be responsible for manual re-seeding until a full uniform stand of grass free of weeds, undesirable grass species, disease, and insects is achieved and accepted by the landscape architect. 1. Repair, rework, and re-seed all areas that have washed out, have eroded, or have not taken. No area of bare soil 12"x 12' or greater shall be accepted. 3.05 ACCEPTANCE A. Inspection of seed areas will be made by the landscape architect after the lawn is established and upon contractor's request. Allow five working days before inspection date. B. Seeded areas will be acceptable providing that all requirements have 11 been complied with and a healthy, uniform, close stand of specified grass is established free of weeds, undesirable grass species, disease, and insects. C. No individual lawn areas shall have bare spots of 12'x 12" or greater or unacceptable cover totaling more than 2% of the area to be inspected. D. Upon approval and acceptance by the Landscape Architect or Owner's representative. Owner shall take over full maintenance responsibility. I I October 8, 1991 State Street Gateway Park Page 150 Bid Document City of Elgin 11 1 I" F" SECTION 02920 - SEED WORK 3.06 CLEANING A. Perform cleaning during installation of the work and upon completion of the work. Remove form site all excess materials, debris, and equipment. Repair damage resulting from seeding operations. 4.00 PART 4 PAYMENT 4.01 METHOD OF MEASURE AND BASIS FOR PAYMENT A. Seed Work: 1. The method of measure and basis of payment for the seed work of this contract shall be based upon a percentage completed and accepted of individual line items on the Bid Form. The work shall include all fine grading, soil amendments, seeding, maintenance and repair, labor, equipment, materials, and incidentals required to perform and complete this work. No payment shall be meade prior to acceptance of turf areas. r rr. r. r r I r October 8, 1991 State Street Gateway Park Page 151 Bid Document City of Elgin Pm L I I I I I 11 I I I I I 11 11 I I I October 8, 1991 State Street Gateway Park Page 152 Bid Document City of Elgin 11 r �• SECTION 03300 - CONCRETE CEMENT AND REINFORCED CONCRETE 1.00 PART 1 - GENERAL 1.01 DESCRIPTION A. This item shall consist of furnishing and placing plain and rein- forced concrete in accordance with dimensions and designs shown on the plans and in conformity with these specifications. Fly Ash shall not be used in structural concrete such as foundations. 1.02 RELATED SECTIONS A. Section 02200: Earthwork B. Section 02210: Excavation, Backfilling. and Compaction C. Section 02500: Concrete Work D. Section 02510: Concrete Pavers E. Section 04400: Site Furnishing 1.03 REFERENCED STANDARDS A. Concrete cement and reinforced concrete shall be in accordance with Articles 624.02 and 503.13 of the Illinois Department of Transportation Standard Specifications for Road and Bridge Construction, 1988. 1.04 QUALITY ASSURANCE ` A. Existing paving areas shall . if damaged or removed during the course of this project, be repaired or replaced under this section of the specifications. Workmanship and materials for such repair and re- placement, except as otherwise noted. shall match as closely as possible those employed in existing work. B. Source of Materials. Use single source, stock, or brand of concrete �. materials for each class or mixture for concrete. Do not interchange materials or mixes. op k rF. t October 8. 1991 State Street Gateway Park Page 153 Bid Document City of Elgin r 11 SECTION 03300 - CONCRETE CEMENT AND REINFORCED CONCRETE I 2.00 MATERIALS 11 2.01 CONCRETE REINFORCEMENT BARS. FABRIC. AND STRAND A. Use and installation shall be in accordance with Section 512 of the IDOT Standard Specifications. 2.02 EXPANSION JOINTS I A. Expansion joints shall be 1/21 wide full depth bituminous preformed inorganic fiber joint filler, in accordance with Section 715.06 of the IDOT Standard Specifications. 11 2.03 CONTROL JOINTS 11 A. Tooled control joints shall be made by scoring concrete base pad and banding, after finishing of each, with scoring tool which will cut into walks and bands at least 1 inch. 2.04 CONSTRUCTION JOINTS A. Transverse construction joints shall be placed whenever placing of 11 concrete is suspended for more than 30 minutes. 1. Butt joint with dowels or thickened edge joint shall be used if construction joints occur at location of control joint. 2. Keyed joints with tiebars shall be used if the joint occurs at 11 any other location. 3.00 PART 3 - CONSTRUCTION REQUIREMENTS 3.01 CONCRETE MIX PROPORTIONING A. The general properties of the concrete mix shall conform to the11 standards of the most recent edition of the Illinois Standard Specifications for Road and Bridge Work for Air Entrained Concrete - Class "X" . 3.02 PREPARATION OF SUB-BASE A. All concrete sidewalk work shall be done in accordance with Section 624 of the IDOT Standard Specifications. B. Areas to be paved will be compacted and brought to subgrade elevation under Section 02200 - Earthwork before work of this section is to be performed. Final fine grading, filling, and compaction of areas to receive paving, as required to form a firm, I October 8, 1991 State Street Gateway Park Page 154 Bid Document City of Elgin I r r SECTION 03300 - CONCRETE CEMENT AND REINFORCED CONCRETE 4 uniform, accurate, and unyielding subgrade at required elevations and to required lines, shall be done under this Section, and in compliance with Section 02520 - Concrete Work. C. Existing subgrade material which will not readily compact as required shall be removed and replaced with satisfactory materials. Additional materials needed to bring subgrade to required line and grade and to replace unsuitable material removed shall be material conforming to Section 02200 - Earthwork and Section 02210 - Excavation, Backfilling, and Compaction. [16 D. Subgrade of areas to be paved shall be recompacted as required to bring top 6" of material immediately below gravel base course to a compaction at optimum moisture of at least 95% of maximum density, as determined by ASTM D 1557. Subgrade compaction shall extend for a distance of at least 1 ft. beyond pavement edge. E. Excavation required in pavement subgrade shall be completed before fine grading and final compaction of subgrade are performed. Where excavation must be performed in complete subgrade, subbase, base, or pavement, subsequent backfill and compaction shall be performed as directed by the Project Architect as specified in Section 02200 - Earthwork. Completed subgrade after filling such areas shall be uniformly and properly graded. F. Areas being graded or compacted shall be kept shaped and drained during construction. Ruts greater than or equal to 2" deep in 1: subgrade, shall be graded out, reshaped as required, and recompacted before placing pavement. G. Disposal of debris and other material under this section, and material unsuitable for completing work of this section shall be disposed of off-site. 3.03 FINISHING A. Concrete sidewalks shall be screeded off and finished true to line rw and grade, and free of hollows and bumps. Surface shall be dense, smooth, and at exact level and slope required. Finished concrete sidewalk surface shall be light broom finish with trowelled edges. Surface shall not deviate more than 1/8" in 10' . B. Fountain bottom shall be a hand trowelled finish. Finished surface shall be uniform, with no smooth, unduly rough or porous spots, or other irregularities. C. Where finishing is performed before the end of curing period, concrete shall not be permitted to dry out, and shall be kept October 8, 1991 State Street Gateway Park Page 155 r. Bid Document City of Elgin 11 SECTION 03300 - CONCRETE CEMENT AND REINFORCED CONCRETE I continuously moist from time of placing to end of curing period. or until curing membrane is applied. I I I I I I 11 11 11 I I I October 8. 1991 State Street Gateway Park Page 156 Bid Document City of Elgin I r F. SECTION 03300 - CONCRETE CEMENT AND REINFORCED CONCRETE 3.04 CURING A. In accordance with Section 625 of IDOT Standard Specifications. 3.05 EXPANSION JOINTS A. Space expansion joints as indicated on the drawings. B. Expansion joints shall be 1/2" wide and shall be as located on the drawings. Expansion joints shall be formed in the concrete to required width. Expansion joint shall extend the full depth of the slab. 3.06 CONTROL JOINTS r A. Control joints shall be scored into concrete slab as shown in the drawings. Joint shall be made after concrete is finished and when the surface is stiffening. 3.07 PROTECTION OF CONCRETE SURFACES A. Concrete surfaces shall be protected from traffic or damage until surfaces have hardened sufficiently. If necessary, 1/2" thick plywood sheets shall be used to protect the exposed surface. 3.08 METHOD OF MEASURE AND BASIS FOR PAYMENT A. As specified in Section 02510, Item 4.01. r k 1 r r• 4 ■• PP r October 8, 1991 State Street Gateway Park Page 157 r Bid Document City of Elgin Vom I I I I I I I I I 3 11 I 11 I I I I October 8, 1991 State Street Gateway Park Page 158 Bid Document City of Elgin I/ r SECTION 04400 - STONE MASONRY Em 1.00 PART 1 - GENERAL 1.02 DESCRIPTION 1: A. Provide Stone and Precast Stone masonry work as shown and specified. The work shall include all materials, labor, equipment, 1: transportation, and delivery, and any other incidentals to the construction of the following: 1. Valders cut stone cap and weir. 1: 2. Precast concrete veneer for fountain wall facing. 1: 3. Precast concrete 'Versa-LOK' retaining wall system. 4. Valders cut stone curbing. 1! B. Related work: 1. Section 02220: Excavating, Backfilling and Compaction 1: 2. Section 02520: Concrete Work 1.02 QUALITY ASSURANCE A. Materials and methods of construction shall comply with the 1: following standards and association recommendations: 1. American Society for Testing and Materials, (ASTM) . B. Comply with the applicable requirements of local governing authorities and American National Standards Institute (ANSI) A41. 1, Building Code Requirements for Masonry, for the types of stone masonry construction indicated. I C. Installation: Performed only be experienced stone masons with satisfactory record of performance on completed projects of comparable size and quality. r I I October 8, 1991 State Street Gateway Park Page 159 1. Bid Document City of Elgin I I SECTION 04400 - STONE MASONRY I D. Sample panel : Before starting stone and precast concrete veneer masonry work, provide a sample panel of each installation, using materials, adhesive compound, bond, and joint tooling full thickness and approximately ten feet in length (use one side of upper fountain for test panel ) . Provide the range of color, texture, and workmanship proposed for the work. Correct and rebuild sample panel until Project Architect acceptance of the work. Retain panel during construction as a standard for completed stone masonry work. 11 1. the approved sample panel may be a portion of the work and remain in place. Location as directed by the Project Architect. 11 F. Provide valders cut stone from only one quarry to ensure consistent color range and texture. 11 G. Do not change source or brands of mortar materials during the course of the work. 1.03 SUBMITTALS A. Submit manufacturer's product data for each type of precast concrete, adhesive compound, colored mortar, and accessory required. B. Submit cutting and setting shop drawings for cut stone work showing dimensions and arrangement and provisions for jointing, anchoring. 11 fastening, and support. D. Submit samples of colored mortar selected for the work. E. Submit shop drawings for precast concrete veneer installation. F. Submit color sample of joint sealant for fountain wall prior to 11 installation. 1.04 DELIVERY. STORAGE. AND HANDLING A. Stone masonry materials: 1. Deliver. store, and handle cut stone materials in accordance with stone fabricators recommendations. Use non-staining materials for blocking and packing. Stack cut stone materials off the ground on non-staining skids. Protect from damage and soiling. B. Masonry accessories: Deliver, store, and handle masonry accessories to prevent weather damage and deterioration. 11 I October 8. 1991 State Street Gateway Park Page 160 Bid Document City of Elgin I ri SECTION 04400 - STONE MASONRY C. Mortar materials: 1. Deliver cement, lime, and admixture materials in manufacturer's unopened and undamaged containers with labels intact and legible. Store materials off the ground, under cover, and protect from weather damage and deterioration. 2. Stockpile and handle aggregates to prevent mixing with foreign materials. 1.05 PROJECT CONDITIONS A. Protect partially-completed stone masonry work against weather damage and moisture. when work is not in progress. cover tops of walls with t: strong, waterproof, non-staining membrane. Extend membrane at least 2' - 0" down both sides of walls and hold securely in place. B. Brace unsupported and newly-laid masonry walls. Maintain bracing in place until walls reach design strength. C. Cold weather construction: 1. Precondition masonry materials shall maintain 50 degree F. when installed. 1: 2. Do not install stone masonry work when the temperature of the outside air is below 40 degree F. and falling unless suitable 1: means acceptable to the Project Architect are provided to protect work from cold and frost and ensure that mortar will set without freezing. Comply with International Masonry Industry All-Weather Council cold weather construction and protection recommendations. 3. No masonry work will be permitted when outside air temperature is below 25 degree F. r 4. Do not use frozen materials or materials mixed or coated with ice or frost. 5. Do not build on frozen work. Remove and replace masonry work damaged by frost or freezing. 6. Do not use anti-freeze of calcium chloride in any mortar. 7. Protect completed masonry work against freezing for not less than 4 days after laying. E. Protect adjacent work from damage, soiling, and staining during masonry work operations. October 8, 1991 State Street Gateway Park Page 161 Bid Document City of Elgin I 11 11 I I I I 11 11 I 11 11 I I I I 11 October 8, 1991 State Street Gateway Park Page 162 Bid Document City of Elgin r SECTION 04400 - STONE MASONRY 2.00 PART 2 - PRODUCTS 2.01 PRECAST CONCRETE VENEER A. Fountain Veneer: Precast concrete veneer as manufactured by Bend Industries, Inc. or approved equal . Veneer to be UltraLok 9000 Paver II System with a cedar creek red base, grantite aggregate mix, ground smooth finish. Sizes 6" X 6" and 8" X 8", 6 cm thick. 2.02 CUT STONE MATERIALS A. Cut stone: Valders Cut Stone. 1. Quarried/supplied by: Edens Stone Company, or approved equal . 2. Color range: natural/white 3. Surface finish: Smooth cut finish with out chips, marks, or depressions. 4. Size: For sizes refer to the drawings. B. Provide sound stone uniform in color and texture, free from mineral 1: stains, other foreign matter, and defects detrimental to appearance and durability. C. Color range, texture, and finish of cut stone materials shall be within range of Project Architect's accepted samples. 2.03 ACCESSORIES is A. Masonry veneer ties: Corrugated metal , not less than 7/8" wide x 7" long, size to extend to within 3/4" of masonry veneer face. Provide rw 20 gage steel with hot-dip galvanized finish/16 oz. copper/26 gage stainless steel masonry veneer ties. B. Anchoring devices: Provide strap anchors, inserts, anchor slots, bolts, and rods of type and size indicated. Provide noncorrosive metals or hot-dip galvanized finished steel materials. C. Cut stone anchors: Stone fabricator shall design anchorage system to securely fasten stone work in place. All dowels, anchors, bolts, nuts, and washers in contact with stone work fabricated from Type 302/304 stainless steel , other materials hot-dip galvanized steel . IF" October 8, 1991 State Street Gateway Park Page 163 Bid Document City of Elgin r 11 SECTION 04400 - STONE MASONRY I 1. Indicate all materials, conditions, and designs on installation shop drawings. 11 D. Setting pads and shims: Lead or aluminum of thickness required for joint size required and of size required to maintain uniform joint width, will be allowed. E. Joint sealants: Non-staining elastomeric type, two-component polysulfide or polyurethane complying with FS TT-S-00227 and recommended by the manufacturer for joint sealants for natural stone materials. Color of sealant shall closely match the stone color, and shall be submitted for approval prior to installation. 11 F. Dampproofing: Non-staining asphalt emulsions or cement-base masonry dampproofing compound as recommended by stone fabricator. 11 G. Veneer adhesive: Eclectic Industrial Grade E-6000 Series as manufactured by Eclectic Products Inc. and distributed by Bend11 Industries Inc. , or approved equal . H. Veneer Sealant: Acrylic sealant. Submit sample for approval . 2.04 STONE MORTAR MIXES A. Provide water repellent admixture in all mortar used of stone masonry work. Add to mix in accordance with manufacturer's recommendations. Maximum 2% by weight of portland cement content of mortar. 11 B. Setting mortar: 1 part nonstaining masonry cement, 1 part hydrated lime, and 4 parts damp loose sand. 11 C. Pointing mortar: 1 part nonstaining masonry cement, 1 part hydrated lime, and 4 parts white damp loose sand. D. Grout: 1 part nonstaining masonry cement, 1-1/2 part white damp loose sand. E. Measure and batch materials either by volume or weight. Use accurate measuring devices to ensure uniformity and coloration of mix. Shovel count measurement of sand is not acceptable. 1 F. Mix cementitious materials and aggregate in a clean mechanical mixer for at least 5 minutes. Add water in amount to provide satisfactory workable consistency of mortar. 11 G. Proportion colored mortar pigment with other ingredients to match the approved samples. I October 8, 1991 State Street Gateway Park Page 164 Bid Document City of Elgin I . [m SECTION 04400 - STONE MASONRY H. Retemper mortar as required within 2 hours of mixing to replace water lost be evaporation. Use and place mortar in final position within 2-1/2 hours of the initial mixing. Discard mortar after 2-1/2 hours of the initial mixing. 2.05 CUT STONE FABRICATION A. Fabricate stone work as indicated or as accepted and detailed on final shop drawings. Provide holes and sindages cut or drilled for anchors. fasteners, supports, and lifting devices as shown and as 1: necessary to secure stone work in place. Cut and back-check for proper fit and clearance. Shape beds to fit supports. 1: B. cut accurately to shape and dimensions indicated on accepted final shop drawings. 1. Dress joints. bed and vertical , straight at 90 degree angle to face. Provide drips and washes as indicated. 2. Joint width: For stone cap and stone curb. 1/2° joint, neast and clean, slightly concave tooled joint. 3.00 PART 3 - EXECUTION 1: 3.01 INSPECTION A. Examine substrates and installation conditions. Do not start stone masonry work until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Establish lines, levels, and coursing. B. Dampproof cut stone backs. bonding face and edges. Face surfaces will not be allowed below finish grade. rw C. Ferrous metal : Where stone work will contact ferrous metal surfaces concealed in construction (anchors. supports, structural framing, and similar surfaces) apply a heavy coat of bituminous paint on metal contact surfaces prior to setting stone. D. Do not use stone units with chips, cracks, voids. stains, or other visible defects. I I October 8, 1991 State Street Gateway Park Page 165 Bid Document City of Elgin PP I I SECTION 04400 - STONE MASONRY 11 3.03 INSTALLATION: PRECAST VENEER I A. Acid wash concrete fountain wall prior to installation of veneer. B. Acid wash must be completed prior to installation of paving in fountain area. Any damage to paving will be removed and replaced at contractor's expense. C. Set veneer in accordance with drawings, details, and shop drawings. D. Install veneer plumb and true with clean butted joints. 11 E. Set veneer with adhesive material on back side only. F. All fountain corners shall be ground at miter joint to a depth of11 1/4-1/2 inch. G. Veneer to be cleaned and sealed with 2 coats of acrylic sealer-gloss finish. 3.04 INSTALLATION: CUT STONE A. Set stone in accordance with drawing details and final shop drawings for stone work. Provide anchors, supports, and other attachments shown, or necessary to secure stonework in place. Shim and adjust 11 accessories as required for proper setting of stone. Completely fill holes, slots, and sinkages with mortar during setting. B. Erect cut stone work plumb and true with joints uniform in width and accurately aligned. C. Set wall caps in full bed of mortar, rake out joints to minimum 1" depth before mortar is set to allow for mortar pointing. Provide vertical joints unfilled. Pack exterior profile of vertical joints with foam rod and gout joints full with mortar grout to within 3/4" of top. After grout has set remove packing. Point joints with mortar in not less than two stages. Provide a concave tooled exposed joint surface. D. Provide non-staining wood coverings at projecting edges and corners to protect installed stonework. Maintain covering until removed for final cleaning of stonework. I I October 8, 1991 State Street Gateway Park Page 166 Bid Document City of Elgin I r SECTION 04400 - STONE MASONRY 3.05 CLEANING A. Remove and replace stone units which are loose, broken, stained, or otherwise damaged. Provide new matching units, install as specified, 1: and point-up joints to eliminate evidence of replacement. Repoint defective and unsatisfactory joints and as required to provide a neat, uniform appearance. B. Clean stonework not less than 6 days after completion of work, using clean water and stiff-bristle brushes. Do not use wire brushes, acid type cleaning agents or other cleaning compounds with caustic or harsh fillers. C. Cleaning agents and methods shall be acceptable to the Project 1: Architect. D. Upon completion of the work, remove from site all excess materials, debris, tools, and equipment. Repair damage resulting from stone masonry work operations. 3.06 METHOD OF MEASURE AND BASIS FOR PAYMENT A. The method of measure and basis for payment shall be a percentage complete of individual line items on the Schedule of Values. Work shall include all grouting, joint sealants, color admixtures, acrylic sealants. stone (delivered and installed) and all stone or masonry anchorage devices, cleaning and removal of equipment. r r r Po I r. October 8, 1991 State Street Gateway Park Page 167 1. Bid Document City of Elgin I I 1 1 I 1 I I I I I 1 1 1 1 October 8, 1991 State Street Gateway Park Page 168 Bid Document City of Elgin I r r SPECIAL PROVISION FOR EMPLOYMENT PRACTICES In addition to all other labor requirements set forth in this proposal , the contractor for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor" ) agrees as follows: I. SELECTION OF LABOR re. The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. 19. II. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the contractor agrees as follows: 1. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sec, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify and such underutilization. 2. That, it it hires additional employees in order to perform this contract or any portion hereof, it will determine the availability of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are to underutilized. 3. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service. r October 8, 1991 State Street Gateway Park Page 169 Bid Document City of Elgin I I 4. That it will send to each labor organization or representative or workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Human Rights Act. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 5. That it will submit reports as required by the Department of Human Rights Rules and Regulations, furnish all relevant information as may 11 from time to time be requested by the City of Elgin, and in all respects comply with the Illinois Human Rights. 6. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Department of Human Rights for purposes of Investigation to 11 ascertain compliance with the Illinois Human Rights Act. 7. That it will include verbatim or by reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such subcontractor. In the same manners with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all its !I subcontractors and further it will promptly notify the contracting agency and the Illinois department of Human Rights in the event any subcontractor falls or refuses to comply therewith. In addition, the Contractor will not utilize any Subcontractor declared by the 11 Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. 11 11 I I I I October 8, 1991 State Street Gateway Park Page 170 Bid Document City of Elgin I r r SPECIAL PROVISION FOR WAGES OF EMPLOYEES ON PUBLIC WORKS 1: This contract is subject to "AN ACT regulating wages of laborers. mechanics and other workers employed in any public works by the State, County, City or any public body or any political subdivision or by any under contract for public works" . approved June 26. 1941. as amended, except that where a prevailing wage violates a Federal law, order. or ruling. the rate conforming to the Federal Law, order, or ruling shall govern. 1: If it is determined that the "prevailing rate of wages" will be used for this contract, the following conditions will be required: Not less than the prevailing rate of wages as found by the (public body) or Department of Labor or determined by a court on review shall be paid to all laborers. workers and mechanics performing work under this contract. These prevailing rates of wages are included in this contract. The contractor and each subcontractor shall keep an accurate record showing then names and occupations of all laborers. workers and mechanics employed by them on this contract. and also showing the actual hourly wages paid to each of such persons. The submission by the contractor and each subcontractor of payrolls, or copies thereof, is not required. However, the contractor and each tim subcontractor shall preserve their weekly payroll records for a period of three years from the date of completion of this contract. im If the Department of Labor revises the prevailing rate of hourly wages to be paid by the public body, the revised rate as provided by the public body shall apply to this contract. r r r October 8, 1991 State Street Gateway Park Page 171 Bid Document City of Elgin r Aa rt Count, `� `-�-_IW'�� ELECTRICIANS N Townships of Burlington. Campton. Dundee, Elgin llaapshire Plato Ruitland St. Charles (except the West half of Sec. 26, all of Secs. 27, 33, and 34, South half of Sec. 28. West half of Sec. 35) and alley View CCC and Elgin Mental Health Center. Pttouts t PiPEFIiTERS S That part of the county South of Rt. 38. CENENT MASONS S That part of the county South of Rt. 38. (Includes Plasterers). The follwing list is considered as those days for which holiday rates of wages for work performed apply: New Years Day. Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day Thanksgiving Da Christmas Day. Generally, any Of these holidays which fall on a Sunday is celebrated on the following Monday. This then Bakes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration such as the day after Thanksgiving for Veterans Day. If in doubt, please check with IDOL. EKPLANATiON OF CLASSES TRUCK DRIVER - BUILDING. HEAVY AND HIGHWAY CONSTRUCTION-KANE COUNTY Class 1. A-frame truck when used for transportation purposes: Air Compressors and Welding Machines including those pulled by cars pick-up trucks and tractors; Mbulances• Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry Alls• Fork lifts and Roisters' Helpers• Mechanics Helpers and Greasers; Oil Distributors. 2-can operation: Pavement Breakers; Pole Trailer, upto 40 feet; Power Mower Tractors' Self-Propelled Chip Spreader; Shipping and receiving Clerks and Checkers; Skieman: Slurry Trucks. 2-man operation; Slurry Trucks. Conveyor Operated - 2 or 3-man operation; Teamsters. Unskilled Duxpmen: Warehousemen and Dockmen; Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Dispatcher: Oven Crets and Adgetors under 7 yards: Dumpsters, Track Trucks. Euclids, Hug Bottom Duap Turnapulls or Turnatrailen when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-iia Plant Hopper Operator; Winch Trucks, 2 Axles. Class 3. Wap Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids cog Bottom Dump Turnatraflers or Turnapulis when pulling other than self-loading equipment or similar equipment over 16cubic yards. Explosives and/or Fission Material Trucks' Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors. 1-man operation; Pole railer . over 40 feet: Pole and Expandable Trailers hauling material over SO feet long; additional SO( per hour; Slurry Trucks, I-man operation; Winch Trucks. 3 axles or more; Mechanic - Truck Welder and Truck Painter. Class 4. Asphalt Plant Operators in areas where it habeen past practice Dual-purpose vehicles. such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.8. and trucks with scoops on the front. OPERATING ENGINEERS - BUILDING-KAME COUNTY Class 1. Assistant Craft Foreman; Craft Foreman; Mechanic; Asphalt Plant; Asphalt Spreader; Autograde; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve: Caisson Rigs; Central Redi-Mix Plant; Combination Bac( Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver; Concrete Placer; Concrete Pump (Truck Mounted); Concrete Tower, Cranes Ail. Cranes. Hammerhead Crater Crane; Crusher. Stone. etc.: Derricks. All; Derricks. Traveling; Faceless Curb and Gutter Machine; Grader. Elevating; Grouting Machines; Highlift Shovels or Front Endlader 2-1/4 yd. and over; Hoists. Elevators, outside type rack and pinion and similar machines; Hoists, one. two and three Drum; Hoists Two tugger One Floor; Hydraulic Backhoes' Hydraulic Boom Trucks; Locomotives Al); Motor Patrol• Pile Drivers and S(id Rig: Post Hole Digger; Pre-Stress Machine' Pump Cretes; Squeeze Cretes-screw Type W s; Gypsum Sulker and Pump; Raised and Blind Hole Drill; Reck Drill; Roto Mill Grinder; Scoops - Tractor Drawn; flip-form Paver; Straddle Buggies; Touinapuli;Tractor with Book and Side Boom; Trenching Machines. Class 2. Bobcatover 3/4 cu. yd.)' Boilers• Brick Forklift; Broom. All Power Propelled: Bulldozers; Concrete Mixer (Two Bag and Ower); Conveyor. Portable: Fortlift Trucks; Greaser Engineer; Highlift Shovels or Front Endloeders under 2-1/4 yd.; Hoists. Automatic: Hoists. inside Freight Elevators; Hoists Sewer Dragging Machine: Hoists, Tugger Single Drum; Rollers, All; Steam Generators; Tractors, Al); Tractor Drawn Vibratory Roller (Receives an additional 3.50 per hour); Winch Trucks with 'A• Frame. Class 3. Air Compressor - Combination - Small Equipment Operator; Generators; Heater Mechanical; Hoists. Inside Elevators -_(Rheostat Manual Controlled); Hoists. Inside Elevators - Push Button with Automatic Doors; Hydraulic Power Units (Pile Driving and Extracting): Pumps. over 3' (1 to 3 not to exceed a total of 300 ft.): Pumps. Well Points; Welding Machines (2 through 5); R Winches, 4 scall Electric Drill Winches; Bobcat (up to and including 3/4 Cu. yd.). Class 4. Hoists, Inside Elevators. Push Button with Automatic Doors; Oilers; Brick Forklift. OPERATING ENGINEERS - HEAVY AND HIGHWAY CONSTRt1CTION-KANE COUNTY Class 1. Craft Foreman; Asphalt Plant. Asphalt Heater and Planer Combination• Asphalt Spreader; mutograder. Belt Loader; Caisson Rigs' Car Dumper; Central Medi-Mix Plant; Combination Backhoe Front Endlader Machine, (l a. yd. Backhoe Bucket or over or with attachments)' Concrete Breaker (Truck Mounted): Concrete Conveyor; Concrete Paver over 27E Cu. ft.: Concrete Placer: Concrete Tube Float: Cranes, all attachments; Cranes. Hammerhead. Linden. Peco t Machines of a like nature; Crete Crane; Crusher Stone. etc.: Derricks. All; Derrick Boats; Derricks Traveling• Dredges; Field Mechanic-Welder; Formless Curb and Gutter machine; fradall and Machines of a like nature; Grader. Elevating; Grader, Motor Graber. Motor Patrol Auto Patrol. Form Grader, Pull Grader. Subgrader: Guard Rail Post Driver mounted: Hoists. One. Two and Three Drum; Hydraulic BuckinDrivers ackhoes; Locomotive. All'All; Machine; Pile and Skid Rig: Pre-Stress Machine: Pump Crates Dual Ram (Requireswater);frequent lubrication and Rock Drill- Crawler or Skid Rig: Rock Drilli) - Truck Mounted: Roto M1 Grinder; Slip-Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies' Hydraulic Telescoping form (Tunnel); Tractor Drawn Belt Loader; Tractor with Boom; Tractor-sire with Attachments; Trenching Machine; Truck Mounted Concrete pump with Boom; Raised or Blind Hole; Drills (Tunnel Shaft): Underground Boring and/or Mining Machines; Wheel Excavator; Widener (APSC6). Class 2. Batch Plant: Bituminous Mixer; Bobcats (over 3/4 cu. yd.); Boiler and Throttle Valve; Bulldozers Car Loader Trailing Conveyors; Combination'Backhoe Front Endlader Machine (less than I cu. yd. Backhoe Bucket or over or with attachments) Compressor and Throttle Valve; Compressor. Common Receiver (3)' Concrete Breaker or Hydro Hemmer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.' Concrete Spreader; Concrete Curing Machine Burlap Machine. Belting Machine and Sealing Machine; Conveyor Muck Can (Haglund or Similar Type); Finishing Machine - Concrete; Greaser Engineer; Highlift Shovels or Front Endlader; Hoist • Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Locomotives, Dinky; Pump Crates; Squeeze Cretes- Screw Type Pumps Gypsies Sulker and Pump; Roller. Asphalt; Rotory Snow Plows; Rototiller. Seaman etc. self-propelled' Scoops • Tractor Drawn: Self-Propelled Compactor; Spreader - Gip - Stone. etc.; Scraper; Scraper - Prime Mover in Tandem (R49ardless of Size) (Add $1.00 to Class iI hourly rate for each hour and for each machine attached thereto. Add St.00 to Class 11 hourly rate for each hour); rank Car Heater; rectors. Push. Pulling Sheeps Foot, Disc, Compactor, etc. Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor Common Receiver (2) Concrete Mixer (Two Bagand Over)): Conveyor. Portable; Fan-Type Tractors Used for Mowing Seeding, etc.; Fireman on Boilers; Forklift Trucks• Grouts Machine; Hoists. Automatic' Hoists All Elevators; Hoists. Tugger Single Orin; Jeep Diggers Pipe Jacking Machines; Post-Hole Diger; Dwer Saw. Concrete rower Driven; Pug Mills; Rollers. other then asphalt; Seeo and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with 'A' Frame; Work Boats; Tamper - Form-Motor Driven. Class 4. Air Compressor - Small and large; Asphalt Spreader. Backend ken; Combination - Small Equipment Operator; Generators - Small 50kw and Under: Generators • Large over 50kw; Heaters Mechanical: Hydraulic Power Unit (Pile Driving. Extracting, or Drilling); tight Plants All (1 through S); Pumps over 3' (1 to 3 not to exceed a total of 360 ft.); Pumps . Well Points; Tract-aim; Welding Machines (2 through 5); Winches. 4 Small Electric Drill Winches; Bobcats (up to and including 3/4 cu. yd.). Class S. Oilers. 111 Other Classifications of Work: For definitions of classifications not otherwise set out the Department generally has on file such definitions which are available. If there Is no such definition on file the Bureau of Labor Statistics SIC list will be used. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate. such rate being deemed to exist by reference in this document. Further. if no such neighboring county rate applies to the task, the Dpartaent shall undertake a special determination, such speccial determination being then deemed to have existed under this determination. Prevailing rates of wages have been determined for the following classifications which may not be listed: barber, hairdresser and cosmetologist: baker: bartender; cook (Cook, Sangamon); elevator operator; food service worker (Cook, Sangaon, U of I-C); furniture mover (Cook); janitor (Cook. Macon); maintenance worter-pwer plant; millwright• moving picture machine operator; operating engineer-stationary or hazardous waste, sewage disposal and water plant, floating platform; patrol officer (Cook): piledriver' railroad construction and maintenance worker; security guard; stationary fireman; sound technician: telecommunication service technician; theatrical stage employee; tug boat operator; underwater diver; well drillers. If a project requires these. r any classification not listed, please contact IDOL at 217/782/1710 for wage rates or clarifications. I October 8, 1991 State Street Gateway Park Page 172 Bid Document City of Elgin I ILLINOIS DEPARTMENT OF LABOR PREVAILING WAGES FOR KANE COUNTY EFFECTIVE 06/01/90 r44.11 hese Prevailing Images shall be included in the contracts and their advertised specifications to which any public body, am defined in Section 2 of the Prevailing Wage Act (Ill. Rev. Stat. 1987. Ch. 18. par. 39s-1), is a party, for the construction reconstruction. maintenance and/or repair of public buildings or public works within the State of Illinois which requires or involves the employment of laborers. carters, and mechanics. and caner/operators. rminus mews. overtlae rate and fringe benefits certified herein shall be paid. This scale of brevet cages to be paid shall be posted by the contractor naproainent andeasilyaccessibleplace at the site of cart. This determination Is the property of-the Illinois Departaent of Labor and shall not be Itered without their consent in writing. C HOURLY RATES OVERTIME RATE HRLY FRINGE RATES L M-F SA SU&HL TAME OF TRADE RG TYP S AFTER ALL ALL BASIC FORMN 8 HRS HRS HRS WLFR PENSN VACTN ASBESTOS ABT-IEC BLD 16.700 17.350 1.5 1.5 2.0 2.170 2.150 .000 RESTOS ABT-GEN BLD 16.700 17.350 1.5 1.5 2.0 1.470 1.300 .000 . T/FRST INSUL. BLD 20.450 21.450 1.5 1.5 2.0 2.170 2.150 .000 BOILERMAKERS BLD 21.300 22.300 2.0 2.0 2.0 2.760 2.000 .000 ICKLAYERS BLD 20.210 21.210 1.5 1.5 2.0 2.050 1.350 .000 NRS,CKRS,PNTS BLD 20.350 21.350 1.5 1.5 2.0 2.150 1.350 .000 RPENTERS BLD 19.900 21.890 1.5 1.5 2.0 2.250 1.750 .000 CARPENTERS HWY 18.650 19.900 1.5 1.5 2.0 1.840 1.750 .000 _MENT MASONS ALL 19.750 20.000 2.0 1.5 2.0 1.700 1.760 .000 =MENT MASONS S BLD 20.550 20.800 1.5 1.5 2.0 2.050 2.410 .000 ELECTRICIANS BLD 22.430 24.670 1.5 1.5 2.0 2.243 2.243 .000 LNM, DIGLCR OPR ALL 19.420 20.500 1.5 1.5 2.0 1.250 1.940 .000 EONT OPR ALL 16.450 1.5 1.5 2.0 1.250 1.940 .000 GRNDSMN TRK DRV ALL 13.310 1.5 1.5 2.0 1.250 1.940 .000 GROUNDMEN ALL 12.900 1.5 1.5 2.0 1.250 1.940 .000 I:AECzTRICIANS N BLD 21.970 24.170 1.5 1.5 2.0 1.810 3.960 .000 IERS BLD 20.000 21.000 1.5 2.0 2.0 1.850 2.400 .000 IRON WORKERS BID 20.920 21.770' 2.0 2.0 2.0 2.200 5.960 .000 RS ALL 16.700 17.350 1.5 1.5 2.0 1.470 1.300 .000 IINISTS BLD 20.400 21.400 2.0 2.0 2.0 1.600 1.000 1.410 ER. ENGINEERS BLD 1 22.500 23.250 2.0 2.0 2.0 2.250 2.250 1.250 OP R. ENGINEERS BIO 2 21.200 2.0 2.0 2.0 2.250 2.250 1.250 :R. ENGINEERS BLD 3 19.550 2.0 2.0 2.0 2.250 2.250 1.250 R. ENGINEERS BID 4 17.800 2.0 2.0 2.0 2.250 2.250 1.250 OPER. ENGINEERS HWY 1 20.800 21.300 1.5 1.5 2.0 2.200 2.200 1.250 R. ENGINEERS HWY 2 20.250 1.5 1.5 2.0 2.200 2.200 1.250 :R. ENGINEERS HWY 3 19.100 1.5 1.5 2.0 2.200 2.200 1.250 OPER. ENGINEERS HWY 4 17.700 1.5 1.5 2.0 2.200 2.200 1.250 11:R. ENGINEERS HWY 5 16.500 1.5 1.5 2.0 2.200 2.200 1.250 NTERS BLD 20.200 20.700 1.5 1.5 2.0 1.650 1.100 .000 ERS,FITTERS S BLD 21.400 23.150 1.5 1.5 2.0 2.300 2.000 .000 PLUMBERS,FITTERS N BID 20.600 22.350 1.5 1.5 2.0 2.150 3.000 .000 P : TERERS BID 19.000 20.000 1.5 1.5 2.0 2.250 1.250 .000 S INKLER FITTERS BID 19.460 20.710 1.5 2.0 2.0 2.400 2.500 .000 300FERS BID 20.250 21.250 1.5 1.5 2.0 1.750 .750 .000 STMETAL WRKRS BLD 20.630 21.380 1.5 1.5 2.0 1.530 1.840 .000 i - VE WORKERS BLD 17.760 18.760 1.5 1.5 2.0 1.750 1.100 .000 rl E LAYERS BLD 19.900 1.5 1.5 2.0 1.550 1.370 .000 rl HELPERS BLD 17.000 2.0 1.5 2.0 1.550 1.200 .000 I X DRIVERS ALL 1 17.650 1.5 1.5 2.0 1.750 1.525 .000 ,3( DRIVERS ALL 2 17.800 1.5 1.5 2.0 1.750 1.525 .000 CRUD( DRIVERS ALL 3 18.000 1.5 1.5 2.0 1.750 1.525 .000 C DRIVERS All 4 • 18.200 1.5 1.5 2.0 1.750 1.525 .000 F. I October 8, 1991 State Street Gateway Park Page 173 I" Bid Document City of Elgin I I 3I33ER ' S EvPL = YEE UTILIZATIC \ F IR' This report is required by the City of' Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts I Name & Address of' Bidder Description of Project • • I I TOTAL JOB CATEGORIES EMPLOYEES BLACKS HISPANICS OTHER MINORITY FEMALE 1 M F H F H F M F 1 I I _ TOTALS Company Official and Title Telephone No. Date Signed Page t of It is understood that the statistical dataPby rovided the bidder reflects its I efforts regarding equal employment opportunity practices on minority groups and female populations, without regard of' race, color, religion, sex, ancestry, age, national origin or physical handicap. October 8. 1991 State Street Gateway Park Page 174 Bid Document City of Elgin r REQUIRED AFFIRMATIVE ACTION CONTRACTOR/VENDOR SUBMITTALS AND fis CERTIFICATIONS • Persuant to the attached "Affirmative Action - City �• Contracts" provisions the following information and certifications are required : A. Number of Employees B. If your bid is more than $10,000 and your number of employees is 15 or more, the following should be submitted with your bid: 1 . Completion of the attached "BIDDER' S EMPLOYEE UTILIZATION FORM" . 2. A written statement of your Company ' s commitment to provide equal employment opportunity or a copy of your Company ' s current "Affirmative Action Program" . a . What have you done and what will you do to recruit minority employees? b . Do you have a training program for minority employees? The contractor/vendor will not discriminate against any employee or applicant for employment because of race , color , religion, sex , ancestry, national origin, place of birth , age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply to those provisions . The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment , screening , referral and selection of job applicants, prospective job applicants , members or prospective subcontractors. The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code , 1976, is hereby incorporated by reference, as if set out verbatim. SIGNED TITLE SEAL DATE Subscribed and sworn to before me this day of , 19____ SEAL Notary Public r October 8. 1991 State Street Gateway Park Page 175 Bid Document City of Elgin REQUIRED CONTRACTOR CERTIFICATIONS Persuant to the State of Illinois Public Act No . 85-1295 the following certification must be signed . The undersigned firm certifies that it is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid- rigging or bid-rotating . SIGNED TITLE SEAL DATE Subscribed and sworn to before me this day of , 19 SEAL Notary Public I I I I I I October 8. 1991 State Street Gateway Park Page 176 Bid Document City of Elgin I • I r F BID PROPOSAL FORM TO: City of Elgin (Owner) 150 Dexter Court Elgin, Illinois 60120 1: FROM: (a) sole proprietorship ( ) Name of Bidder (b) partnership ( ) (c) corporation ( ) Street Address City State Zip Code Phone 1: The undersigned bidder having become familiar with the local conditions affecting the cost of the work herein concerned, including visiting the site, and with the "contract documents" pertaining to said work, said contact 1: documents including: Advertisement for Bids. Information for Bidders, this Bid Proposal Form, General Conditions, Special Provisions to the Contract, Prevailing Wage, Contract Compliance Attachment, Plans, Details and Specifications for such work and all authorized addenda, issued thereto as prepared by the City of Elgin and James Martin Associates, Inc. hereby proposes to perform everything required to be performed and to furnish all labor, materials, tools, equipment and all services necessary to perform and complete in a satisfactory and workmanlike manner, all the work described herein all in accordance with said "contract documents" . The bidder hereby acknowledges receipt of the following addenda, if any, distributed by the City of Elgin and James Martin Associates, Inc. Addendum No. Date Addendum No. Date Addendum No. Date F 1110 t October 8, 1991 State Street Gateway Park Page 177 r. Bid Document City of Elgin II II CONTRACT: Upon acceptance of this bid by the Owner, the bidder agrees, upon notification by Owner of such acceptance, that bidder will execute and deliver back to the Owner a contract in the form of the American Institute of II Architects, A101 "Standard Form of Agreement Between Owner and Contractor," or Illinois Department of Transportation Contract Form in such amended form as prepared by the Owner's legal counsel , and that he will also furtherII immediately give a good and sufficient surety bond in an amount equal to the amount of the contact, said bond to contain all of the previsions and requirements of Sec. 15 and 16, Ch. 29. , IL. Revised Statutes 1979 11 (contracts for Public Works Act, as amended) , said required bond and contract to be delivered to the Owner within ten (10) days after receiving such contract from Owner. 11 11 11 II I 11 II II I II II 11 October 8, 1991 State Street Gateway Park Page 178 Bid Document City of Elgin II II I 1f LIST OF SUBCONTRACTORS AND CONTRACT BREAKDOWN: The bidder must submit a list of subcontractors complete for each trade. relative to the work to be performed hereunder and agrees that if. selected contractor hereunder. bidder will promptly confer with the Owner's agents on the question of such sub-bidders bidder proposes to use. including submission of their qualification. 111. SUBCONTRACTOR CLASSIFICATION AMOUNT OF OF WORK SUBCONTRACT 1. Company Name Representative Address Phone 2. Company Name Representative Address Phone [116- 3. Company Name Representative Address Phone 4. Company Name Representative Address Phone I I October 8. 1991 State Street Gateway Park Page 179 Bid Document City of Elgin I I I 5. Company Name Representative l Address Phone 11 6. Company Name I Representative Address 11 Phone 7. Company Name Representative Address Phone 8. Company Name 11 Representative Address 11 Phone 9. Company Name 11 Representative Address Phone I 10. Company Name Representative I Address Phone I October 8, 1991 State Street Gateway Park Page 180 Bid Document City of Elgin I I I r" BIDDER'S MATERIALS, EQUIPMENT, AND ACCESSORIES SUBSTITUTION BID 1: MATERIALS: Materials, equipment. products and accessories for the "Contract Base Bid" shall conform to all specifications herein. Bidder's "or equal" materials, equipment, and accessories shall be shown in the "Bidder's Materials. Equipment, and Accessories Substitution Bid" . To be considered an "or equal " , submittals must be accompanied by the manufacturer's specifications at the time of bidding. The Owner's decision as to the quality. equality and merit of substitution will be final . 1: AMOUNT ITEM SPECIFIED PROPOSED SUBSTITUTION QUANTITY UNIT ADD/DEDUCT 1: 1. 1: 2. 3. 4. PP 5. 6. 7. 8. 9. 10. 11. 12. 13. 1. I I October 8, 1991 State Street Gateway Park Page 181 f" Bid Document City of Elgin I II 1 I II II 11 II II i 1 1 t 1 i 1 1 1 October 8, 1991 State Street Gateway Park Page 182 Bid Document City of ElginII 1 r CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK r Section No. 1 (DEMOLITION) (For complete information covering these items. see plans and specifications) ImI I I I II UNIT I I (ITEM N0. ) ITEM I UNIT IQUANTITYII PRICE I TOTAL111. I I 1.A. Removal of concrete abuttment L.S. I I II 1 1.8. Removal of existing concrete II I sidewalks L.S. II I II 1 II I it I II 1 II I II I II L________1 1: II I II 1r II 1 II I I I II II I II I II II I II II I II II II I I I II I II i October 8. 1991 State Street Gateway Park Page 183 Bid Document City of Elgin r CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK I Section No. EARTHWORK (For complete information covering these items, see plans and specifications) I ► ► ► 1 ► UNIT I ► IITEM NO. I ITEM 1 UNIT IQUANTITYII PRICE I TOTAL I I ► I ► 12.A. Earthwork L.S. I I I I 11 11 i I I I I 1 I I ( I 1 I i I I I I I I I I I I I I 1 I I I J i I I I J I I I I I I I I I I 1 11 I ► I I 1 I I I I I ► I i I i 1 1 i I I I I I I I I I I I I I I I I I I I I I I I October 8, 1991 State Street Gateway Park Page 184 Bid Document City of Elgin I r CITY OF ELGIN SCHEDULE OF VALUES tw STATE STREET GATEWAY PARK Section No. 3. (UNDERGROUND) (For complete information covering these items, see plans and specifications) ( I UNIT ( (ITEM N0. ( ITEM ( UNIT (QUANTITY( ( PRICE ( TOTAL I 3.A. 1-1/2" Water Line L.F. 45 3.B. Concrete Manhole, frame & grate L.S. 1 11- 3.C. 12" RCP L.F. 40 11, 3.D. 1-1/2" PVC Pipe L.F. 15 3.E. 3' PVC Pipe L.F. 45 I I r r r r p' I I October 8, 1991 State Street Gateway Park Page 185 Bid Document City of Elgin 14,I CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK I Section No. 4. (SITE FENCING) (For complete information covering these items, see plans and specifications) I I I i II UNIT I I (ITEM NO. ITEM I UNIT IQUANTITYII PRICE I TOTAL I 14' Ht. Vinyl Coated Chain Link I I I I I 4.A. I Fence I L.F. 663 I I I I I I I i I11 I i I I I I 1 I I I I I I i I I I I 1 (See Alternate #4) I I I I I I I I I I I I I I I I I I 1 I I I 1 I I I i i I i I I I I I I I 1 I L________L I I i I i I I I I i I I I I I I I I I I i I I I I I I I I I I I I I L I11 i I I i I I I I I I I I • l 1 I 1 I 11 I I I I I I I I I I I I I I I i l I i I l I I I I i I i I I I I I i I I I I October 8, 1991 State Street Gateway Park Page 186 Bid Document City of Elgin I r CITY OF ELGIN SCHEDULE OF VALUES [. STATE STREET GATEWAY PARK Section No. 5 (SITE ELECTRICAL) (For complete information covering these items. see plans and specifications) r I I I I II UNIT I I (ITEM NO. 1 ITEM I UNIT IQUANTITYII PRICE I TOTAL I I Electrical Panel , conduit. I [11, 5.A. circuitry, and wiring L.S. 1 I I I 15.B. Post Lights w/outlets EA. 6(I' 1 I Landscape Uplights with I 15.C. Accessories EA. 8 I I I 1 5.D. Flagpole Lights w/ accessories EA. 2 I I I 15.E. Photocell EA. 1 I I I 15.F. Duplex outlet at sign EA. 1 I I I ( 5.G. Fountain Lights EA. 8 I I I S.H. Fountain vault electrical L.S. 1 I Wind sensor mounted on Lumec I 15.I. pole #SPR4N-12-LBC3 (Black) EA. 1 I I I 15.J. 1/2 H.P. submersible pump EA. 1 rI I I I I I (See Alternate #1)rim I I I f. I j I I I I I I I I I I I j r October 8. 1991 State Street Gateway Park Page 187 (r Bid Document City of Elgin 1 II CITY OF ELGIN SCHEDULE OF VALUESII STATE STREET GATEWAY PARK II Section No. 6 (SITE STRUCTURAL WORK) II (For complete information covering these items, see plans and specifications) I I I I II UNIT I I II IITEM NO. ITEM I UNIT IQUANTITYII PRICE I TOTAL I II ----_ I I I 6.A. I Versa-lok Retaining Wall I F.F. 129.5 I Cut Stone Curb @ I I 6.B. I Fountain Area I L.F. 48 III Cut Stone Curb @ I I 6.C. I Sculpture Area I L.F. 64 I I Fountain I I11 6.D. I Concrete Work I L.S. 1 I I Fountain I I 6.E. I Mechanical/Plumbing I L.S. 1II I I Fountain I I 6.F. I Veneer I F.F. 200 I I Fountain I I 6.G. I Cap I L.F. 120 III I I I 6.H. I Fountain vault construction I L.S. 111 I I I I II II i I I i I I I I i I I i i i I I II I/ I i I I I I I I I I I II I I I II October 8, 1991 State Street Gateway Park Page 188 Bid Document City of Elgin II II r CITY OF ELGIN SCHEDULE OF VALUES r. STATE STREET GATEWAY PARK Section No. 7 (SURFACE PAVING) (For complete information covering these items, see plans and specifications) I I I I II UNIT I I r (ITEM NO. 1 ITEM 1 UNIT IQUANTITYII PRICE I TOTAL I I I r7.A. I Grass-crete S.F. 323 I I I 7.B. I 5' - 0" Wide Concrete Sidewalk S.F. 3,865 r I 7.C. i Fountain Area, Paving A S.F. 102 I I I 7.D. I Fountain Area. Paving B S.F. 848 I r 7.E. I Fountain Area, Paving C S.F. 492r I I I 7.F. I Lookout Area, Paving A S.F. 63 I I I 7.G. I Lookout Area, Paving B S.F. 2791: 7.H. I Lookout Area, Paving C S.F. 336 I I I 7.I. I Sculpture Area, Paving A S.F. 36 I [I 7.J. I Sculpture Area, Paving B S.F. 192r I I I 7.K. I Sculpture Area, Paving C S.F. 192 I I i ri IP I I i I I I i I I I i I I I i I I I k I I I I October 8, 1991 State Street Gateway Park Page 189 rBid Document City of Elgin I 11 CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK 1 Section No. 8 (SITE FURNISHINGS) (For complete information covering these items, see plans and specifications) I I I 1 1 11 UNIT I 1 ITEM NO. 1 ITEM ( UNIT IQUANTITYII PRICE ( TOTAL I 8.A. Benches each 4 8.B. Trash Receptacles each 3 8.C. Flagpoles each 2 1 11 I I I I I 11 I October 8, 1991 State Street Gateway Park Page 190 Bid Document City of Elgin 11 I tw CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK I Section No. 9 (IRRIGATION) (For complete information covering these items, see plans and specifications) I I I I II UNIT I (ITEM NO. I ITEM I UNIT IQUANTITYII PRICE I TOTAL 1 I I 9.A. Controller each I 1 I I I 9.B. Quick Couplers each 1 4 I I 9.C. Irrigation System L.S. I 1 I I I 1111 I I I I I i (See Alternate Bids #2 and 3)1: ( I I I I" I I I I I i I I I I I 1 I l I I I I I I I I I I i I I i I I I I I I I I I I i I October 8, 1991 State Street Gateway Park Page 191 Bid Document City of Elgin I 11 CITY OF ELGIN SCHEDULE OF VALUESII STATE STREET GATEWAY PARK II Section No. 10 (LANDSCAPE) (For complete information covering these items, see plans and specifications) II 1 I 1 I 11 UNITII dITEM NO. 1 ITEM 1 UNIT IQUANTITY11 PRICE I TOTAL SHADE TREES 1 11 I 1 1 II I Acer rubrum 'Red Sunset' 1 11 { T-1 Red Maple 12 1/2" 8 II I Celtis occidentalis 'Prairie Pride' 11 II I T-2 Prairie Pride Hackberry 12 1/2" 4 11 I Celtis occidentalis 'Prairie Pride' 11 I I T-3 Prairie Pride Hackberry I 3" 2 II I11 Fraxinus americana 'Autumn Purple' 11 I T-4 Autumn Purple White Ash 12 1/2" 5 II I II I 1 II i EVERGREEN TREES I 11 I 1 1 11 1 1 Picea pungens I 11 I11 I E-1 Colorado Green Spruce I 5' 4 11 I Picea pungens I I I I E-2 Colorado Green Spruce I 6' 3 I I Picea pungens I E-3 Colorado Green Spruce I 7' 5 1 I I i I 11 ORNAMENTAL TREES 1 1 � Crataegus crus-galliII 1 0-1 Cockspur Hawthorn I 4' 10 I l Malus calocarpa 'Zumi Red' I I I 10-2 Zumi Red Crabapple I 8' 3 I I Malus 'Profusion' I I II 1 0-3 Profusion Crabapple I 6' 6 1 I Malus 'Snowdrift' I 1 0-4 Snowdrift Crabapple I 8' 10 I I II I I I I i SHRUBSII I I I I Aronia arbutifolia brilliantissima I I I S-1 Red Chokeberry 12 gal 62 I I I October 8, 1991 State Street Gateway Park Page 192 II Bid Document City of Elgin 1 r I CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK Section No. 10 (LANDSCAPE) (For complete information covering these items, see plans and specifications) I I I I Ii UNIT I I ill ITEM NO. ITEM I UNIT IQUANTITY fl PRICE I TOTAL I SHRUBS (cont) Berberis thunbergii � S-2 Japanese Green Barberry 24" I 67 ' Euonymus alatus S-3 Winged Euonymus 30" I 20 Juniperus procumbens S-4 Japgarden Juniper 24" I 46 Rhus aromatica 'Gro-Low' � S-5 Gro-Low Sumac 2 gal I 48 I I Taxus x media 'Densi '1. � S-6 Dense Yew 24" I 81 Viburnum bracteatum � S-7 Bract Viburnum 30" I 67 1: I I I PERENNIALS/GROUNDCOVERS � I 1 I Calamagrostis arundinacea 'Karl Foerster' G-1 Feather Reed Grass gal 7 I Hosta fortunei 'Francee' r G-2 Francee Hosta gal 120 I I k Liriope spicata G-3 Creeping Lilyturf qt 195 re' Pennisetum alopecuroides lik G-4 Fountain Grass gal 140 Annuals/Fountain Area G-5 4" pot 223 I I• Elizabeth Arden Tulips/ '1 G-6 Fountain Area bulb 392 Grape Hyacinth/Fountian Area [II G-7 bulb 891 Annuals/Lookout Area G-8 4" pot 282 cw Elizabeth Arden Tulips/ G-9 Lookout Area bulb 496 Grape Hyacinth/Lookout Area G-10 bulb 1127 r.i October 8, 1991 State Street Gateway Park Page 193 r. Bid Document City of Elgin I I CITY OF ELGIN SCHEDULE OF VALUES STATE STREET GATEWAY PARK I Section No. 10. (LANDSCAPE) (For complete information covering these items, see plans and specifications) I I I I II UNIT I 111 'ITEM NO. ITEM 1 UNIT IQUANTITYII PRICE I TOTAL I I Annuals/Sculpture Area I II I I G-11 I 4"pot I 184 II I 1 I Elizabeth Arden Tulips/ I 11 I G-12 I Sculpture Area bulb I 576 II I I I II I MISCELLANEOUS 1 11 I I it I I Shredded Hardwood Bark Mulch I II I I I All Tree and Shrub Beds L.S I II I I ( Annual/Bulb/Groundcover I II I ( I Bed Preparation and Mulching L.S. I II I I I I I1 I I I Sod Work S.Y. ( 2,960 II I I I I 11 I ( I Seed Work S.Y. 13,130 II I I I i 11 I I I I II11 I I i I II I I I II I I i I I II I11 I I I II ( i I II I i I I II I I I i II I I11 I I I II I I I I II I II I I i II I II I l i II I October 8, 1991 State Street Gateway Park Page 194 Bid Document City of Elgin I r CITY OF ELGIN SCHEDULE OF ALTERNATES STATE STREET GATEWAY PARK Section No. 11. (Alternates) (For complete information covering these items, see plans and specifications) r I I I I II UNIT I (ITEM NO. 1 ITEM I UNIT IQUANTITYII PRICE I TOTAL I I I 1. Lighting alternate to include I L.S. 1 conduit, circuitry, wiring, and I I 19 landscape uplights per I I electrical plan. I I I I I I I I 2. Irrigation alternate A. to incl-I L.S. 1 I ude irrigation system upgrade I I for watering annual beds per I I irrigation drawing, landscape I I drawings, details, and specs.1: I I I I I I I I 3. Irrigation Alternate B. to include L.S. 11: I irrigation system upgrade for I I watering shrub beds per irrigation I I I drawing, landscape drawing, I I details, and specifications. I I I I r" I I 4. Fence Alternate to increase ht. I L.S. 1 I of fence from 48" to 60". I I I I I I I I I I 1 1 I I I I October 8, 1991 State Street Gateway Park Page 195 Bid Document City of Elgin P' I I PROPOSAL SUMMARY: (THIS PAGE MUST BE COMPLETELY FILLED OUT WITH BID SUBMITTAL) I 1. BASE BID LUMP SUM• $ (written ) 2. TOTAL FOR ALTERNATE 1 - Lighting (written ) 3. TOTAL FOR ALTERNATE 2 - Irrigation A. $ (written ) 4. TOTAL FOR ALTERNATE 3 - Irrigation B. $ (written ) 5. TOTAL FOR ALTERNATE 4 - Fencing $ (written ) 6. TOTAL BASE BID LUMP SUM AND ALTERNATES $ 7. PERCENTAGE OF PROFIT TO BE USED FOR CHANGE ORDERS e 11 8. PERCENTAGE OF OVERHEAD TO BE USED FOR CHANGE ORDERS % 11 I 11 I 11 October 8. 1991 State Street Gateway Park Page 196 Bid Document City of Elgin I r r. BID BOND: Each bid proposal submitted shall be accompanied by certified check or cashiers check, (payable to the City of Elgin) or a satisfactory bid bond rw on the enclosed form, in an amount equal to ten percent (5 %) of the amount bid in this Bid Proposal , as bid guaranty. Upon failure of the bidder to enter into the said contact and surety bond after said or to deliver other required documents within the (10) days after receiving notice of acceptance of the bid by the Owner and having said contract tendered to bidder by Owner, the proceeds of the bid guaranty, in Owner's singular discretion, may be retained by the Owner and applied as partial liquidated damages while not otherwise stopping the Owner from holding the bidder fully liable for any and all damages which are in excess of said partial liquidated damages and which shall otherwise be incurred by Owner, including reasonable legal fees, arising from the undersigned's failure to enter into said contract and surety bond and to deliver the same back to the Owner within said ten (10) day period. rw The amount of the bid bond is ($ r r r r r I r. r I October 8, 1991 State Street Gateway Park Page 197 !w Bid Document City of Elgin I I I DATED THIS DAY OF 19 (if an individual ) Signature of Bidder Business Address z = ====== __=============z=====__ (if a partnership) Firm Name Signed by Business Address Insert Names and Addresses of All Partners 11 ____ _ =--======_ (if a corporation) 11 Corporate Name Signed by President Business Address Insert President Names of Secretary Officers Treasurer 11 Attest: Secretary I October 8, 1991 State Street Gateway Park Page 198 Bid Document City of Elgin 11 P. L r CITY OF ELGIN PROPOSAL BID BOND r" WE as PRINCIPAL, and as SURETY, are held and firmly bound unto the above CITY OF ELGIN in the penal sum of 5 % of the total bid price. We bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly to pay to the City this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the City acting through its awarding authority for the construction of the work designated as the above section. THEREFORE, if the proposal is accepted and a contract awarded to the PRINCIPAL by the City for the above-designated section, and the PRINCIPAL shall within ten (10) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the Specifications then this obligation shall become void; otherwise it shall remain in full force and rm effect. IN THE EVENT the City determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set for the in the preceding paragraph, then the City acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court cost, all attorney fees, and any other expense recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of A.D. 19 PRINCIPAL r (Company Name) (Company Name) By: By: (Signature & Title) (Signature & Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names, seals and authorized signatures of each contractor must be affixed. ) r By: (Name of Surety) (Signature of Attorney-in-Fact) r October 8, 1991 State Street Gateway Park Page 199 r. Bid Document City of Elgin r m I I __ _ ===================== STATE OF ILLINOIS, 1 COUNTY OF I, a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of Principal & Surety) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed, sealed, and delivered said instrument as their fee and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D. 19 NOTICE 11 1. Improper execution of this form ( i .e. missing signatures or seals or incomplete certification) will result in bid being declared irregular. 2. If bid bond is used in lieu of proposal guaranty check, it must be on this form and must be submitted with bid. My commission expires I Notary Public 11 II I I I I October 8, 1991 State Street Gateway Park Page 200 Bid Document City of Elgin I PPr i THE CITY OF ELGIN CONTRACT THIS CONTRACT AND AGREEMENT, Made and entered into this day of 1991, by and between the City of Elgin, Illinois, a municipal corporation of the State of Illinois, hereinafter referred to as the "City" rP or "Owner party of the first part. and hereinafter referred to as the "Contractor" , party of the second part. WITNESSETH, Commencing on the day of . 1991. and for at least rm three (3) days the Owner advertised that sealed proposals would be received for furnishing all labor, tools. supplies, equipment, materials and everything necessary and required for the following: State Street Gateway Park Paving, Fountains. and Landscape Improvement Contract WHEREAS, proposals pursuant to said advertisement have been received by the City Purchasing Director, who has recommended that a Contract for said work be made and entered into with the above named Contractor who was the lowest, re- sponsive, qualified bidder therefore, and WHEREAS. said Contractor is now willing and able to perform all of said work in accordance with said advertisement and its proposal . NOW THEREFORE, in consideration of the compensation to be paid the Contractor, the mutual agreements hereinafter contained, and subject to the terms herein- after stated, it is mutually agreed as follows: 1. Contract Documents. It is agreed by the parties hereto that the following list of instruments, drawings and documents which are attached hereto, bound herewith or incorporated herein by reference constitute and shall be referred to either as the Contract Documents or the Contract, and all of said instruments, drawings and documents taken together as a whole consti- tute the Contract between the parties hereto, and they are as fully a part of this agreement as if they were set out verbatim and in full herein: r" r" [. October 8, 1991 State Street Gateway Park Page 201 Bid Document City of Elgin I I Project Description I Notice to Bidders Special Provisions of the Contract General Conditions Instructions to Bidders Bid Bond Bid Form Contract Performance Bond Notice to Proceed Addenda (if any) 11 I.D.O.T. Standard Specifications for Road and Bridge Construction Technical Specifications specific to this project Plans, drawings, and construction details, sections and/or elevations11 2. Scope of Work. The Contractor agrees to and shall furnish all labor, tools, supplies, equipment, materials and everything necessary for and re- 11 quired to do, perform and complete all of the work described, drawn, set forth, shown and included in these contract documents. 3. Terms of Performance. The Contractor agrees to undertake the performance 11 of the work under this Contract within ten (10) days after the contract has been executed and Notice to Proceed is given, in accordance with the IDOT Standard Specifications for Road and Bridge Construction. The Contractor will have the period of time form Notice to Proceed to June 15th, 1992 to complete the construction. The Contractor must leave the site in a clean, safe, accessible and "finished" looking state from 11 December 15th 1991, to spring start-up in 1992. A minimum amount of work described as Phase One in the plans must be completed prior to December 31 1991. 11 4. Sales and Use Taxes. In accordance with regulations of the Department of Revenue, State of Illinois, it is agreed that all sales and use taxes due the State of Illinois, not being exempt on tangible personal property built into the project in pursuance of the Contract shall be paid by the Contractor before final payment on the Contract is made by the Owner. In the event that services or material of a subcontractor are used by the Contractor, the Contractor agrees to make the same requirements, contained above, of the Subcontractor. 5. Disputes. Disputes against this Agreement shall be resolved by adminis- I trative hearing. Contractor must submit a request for dispute Resolution by the Contractor to the Project Architect, in writing, outlining nature and specifics of the dispute. Submittal to be in accordance with the Standard Specifications. I October 8, 1991 State Street Gateway Park Page 202 Bid Document City of Elgin I r I I IN WITNESS WHEREOF, the parties have caused these presents to be signed per- sonally or by their duly authorized officers or agents and their seals affixed and duly attested the day and year first above written. ATTEST: CITY OF ELGIN 11. By City Manager City Clerk PARTY OF THE FIRST PART ATTEST Contractor I By (P. President Secretary I I I I r. I October 8, 1991 State Street Gateway Park Page 203 r. Bid Document City of Elgin I I I I I 11 I I 11 I 11 11 I I I I I October 8, 1991 State Street Gateway Park Page 204 Bid Document City of Elgin I 4 r PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned a corporation organized and existing under and by virtue of the laws of the State of , hereinafter referred to as the 'CONTRACTOR", and a corporation organized and existing under and by virtue of the laws of the State of , and authorized to transact business in the State of Illinois, as Surety, are held and firmly bound unto the City of Elgin, a municipal corporation of the State of Illinois, hereinafter referred to as the "Owner" , in the penal sum of , lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents; THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT: WHEREAS, the above bounden Contractor has on the day of , 1990, entered into a written contract with the aforesaid Owner for furnishing all labor and tools, supplies, equipment, superintendence, materials and every- thing necessary for and required to do, perform and complete the construction of the State Street Gateway Park Project, in the City of Elgin, and has bound itself to complete the project within the time or times specified or pay liquidated damages, all as designated, defined and described in the said Contract and Conditions thereof, and in accordance with the Plans and Specifications therefore, a copy of said Contract being made a part hereof; 1111 NOW THEREFORE, if the said Contractor shall and will , in all particulars well and truly and faithfully observe, perform and abide by each and every Cove- nant. Condition and part of said Contract, and the Conditions, Specifications, 1111 Plans, and other Contract Documents thereto attached, or by reference made a part thereof and any alterations in and additions thereto, according to the true intent and meaning in such case, then this obligation shall be and become null and void; otherwise, it shall remain in full force and effect; PROVIDED FURTHER, that if the said Contractor shall satisfy all claims and F. demands incurred by the Contractor in the performance of said Contract, and shall fully indemnify and save harmless the Owner and Project Architect from all damages, claims, demands, expense and charge of every kind (including claims of patent infringement) arising from any act, omission, or neglect of rs said Contractor, its agents, or employees with relation to said work; and shall fully reimburse and repay to the Owner all costs, damages, and expenses which it may incur in making good any default based upon the failure of the r. Contractor to fulfill its obligation to furnish maintenance, repairs or replacements for the full guarantee period provided in the contract documents, then this obligation shall be null and void; otherwise it shall remain in full force and effect; October 8, 1991 State Street Gateway Park Page 205 rw Bid Document City of Elgin I 11 I I PROVIDED FURTHER, that if said Contractor shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its subcontractors with labor and materials, rental machinery, tools or equipment used or performed in the prosecution of work provided for in the above Contract and that if the Contractor will indemnify and save harmless the Owner and Project Architect or the extent of any and all payments in connection with the carrying out of such Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect; 11 PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, provisions, provender, or any other supplies or materials used or consumed by said Contractor or its subcontractors in performance of the work11 contracted to be done, or fails to pay any person who supplies rental ma- chinery, tools or equipment, all amounts due as the result of the use of such machinery, tools or equipment in the prosecution of the work, the Surety will pay the same in any amount not exceeding the amount of this obligation, together with interest as provided by law; PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to contracts with others in connection with this project, or the work to be performed thereunder, or the Specifications and 11 Plans accompanying the same, shall in any way affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alter- ation or addition to the terms of the Contract, or contracts, or to the work, 11 or to the Specifications and Plans. IN WITNESS WHEREOF, said Contractor and said Surety have executed these presents as of this day of , 1991. 11 Contractor 11 ATTEST: By President 11 Secretary Surety I By Attorney-in-Fact I October 8, 1991 State Street Gateway Park Page 206 Bid Document City of Elgin 11 Ps pm (Accompany this bond with Attorney-in-Fact's authority from the Surety to exe- cute bond, certified to include the date of the bond. ) r k By Mayor By City Manager APPROVED AS TO FORM: By City Attorney r r [I I I I r October 8, 1991 State Street Gateway Park Page 207 Bid Document City of Elgin 'I 1 1 t t 'I 'I 'I t 'I I' 'I 'I t • �n ►'^- Agenda Item Nom October 23, 1991 TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: State Street Gateway Park PURPOSE To consider award of a contract for construction of the State Street Gateway Park. BACKGROUND Bids were opened on October 21 for construction of the State Street Gateway Park as detailed on the attached Bid Tabulation Sheet. Bids included a base bid for the project as designed by Martin Associates plus four alternates which included the addition of uplighting along the sidewalk, up- grade of irrigation for flower and shrub beds, and fencing. The alternate for the fencing would allow for installation of a five-foot fence between the railroad track and the park site rather than a four-foot fence as called for in the origi- nal design by Martin. A copy of Martin Associates' Evalua- tion of Bids Received is enclosed for your information. FINANCIAL IMPACT Cost estimates for the project prepared by Martin Associ- ates for construction of the park were $289,900. The low bid for the project was submitted by Lamp, Inc. of Elgin at $289,578, plus alternates totalling $17,985 as follows: Alternate 1, uplighting $14, 100 Alternate 2, irrigation 1, 175 Alternate 3, irrigation 1,750 Alternate 4, fencing 960 $17,985 Payments for the construction of the park have been incorporated into the 1991 and 1992 Operating Budgets. The first phase of the State Street Gateway Park is provided for in the current budget. C.„ Mayor and Members of the City Council October 23, 1991 Page 2 RECOMMENDATION It is recommended that the contract to construct the State Street Gateway Park be awarded to .Lamp, Inc. for a total amount of $306,603, which includes the base bid of $289,578, plus alternates 1-3 for uplighting and irrigation upgrades tota ling $17,025. 111041.4_46.6.14.1 L= L. Ri-•=a 1 y Manager LLR:amp Attachments TABULATION OF BIDS w z z CITY OF ELGIN H H 0 A .4 2 0 yVy z 0 ° 1 x 0 Invitation No. 91-114 g 8 o g E0 o . H o `� a H 0 C4 H 1:4Date of Opening octobpr 21. 1991 (9 S' in V Hapc aa4 �v N N P 9R Department Center City z p H o o O H Z in W z UolH 0 g U) 10113 xw sa o ffH P4 41 ° w C4 CI —. Item No. Description Construction of the State Street Gateway Park Base Bid $289,578.00 $322,470.15 $361,845.53 $389,741.00 Plus Alternates: 1) Uplighting along sidewalk 14,100.00 20,200.00 14,500.00 15,048.00 2) Irrigation of flower beds 1,175.00 1,430.00 1,800.00 1,430.00 3) Irrigation of shrub beds ` 1,750.00 2,026.00 2.50000 3,850.00 4) Increase fencing height from 4 ft to 5 ft. 960.00 642.00 1,200.00 642.00 . 1 c. c OCT 23 '91 7:27 FROM JAMES MARTIN ASSC INC PAGE. 002 • • • SlA�►ssociat October 22, 1991 Deborah Mier, Assistant to City Manager City of Elgin LSO Dexter Court Blain, IL 60120 RE: State Street Gateway Park Recommendation for Award of Contract • Dear lits. Niers Kee have reviewed the Bid Proposal and Schedule of Values for the low bidder on t6g proposed State Street Gateway Park, and sake the recommendation that the • City Council award the project to the low bidders tamp Incorporated 460 North Grove Avenue Elgin, a. 60120 : '.Their base bid is $289,576.00 which is $470 over our Master Plan budget (8/129/91). It would be noted that the base bid includes a few items which Awe. not in the initial budget. _ 1. We have received permission from the Soo Line•Railroad Company to • remove the concrete abutment which is adjacent to the park. This removal has been included. • ' 2. We have included a 4' high black vinyl coated chain link fence es a • delineation between the park and the railroad. • . • 3. A sairitenance vehicle parking area has been included at the northeast corner of the site. • 4. Two flagpoles and flag lights have been included directly behind the fountain area. • 5. The turf irrigation system was upgraded to be a self-draining system. -The project proposals also included Alternate Bids for upgrading some items. Alternate is ($14,100) includes the installation of 19 additional landscape uplights on the'trees north to south along the sidewalk. Alternate 2: ($ 1,175) includes en irrigation upgrade to include automatic m' watering for the flower beds. • • • 'Kum Marie Associates.Inc. • 24580 N.1316bwiy 45 • Vernon lib.Mob 60061 • 70816944660 • PAX 7081634429s c OCT 23 '91 7:28 FROM JAMES MARTIN ASSC INC PAGE .003 • Ms. Deborah Wier Page 2 City of Elgin • Alternate 3: (3 1,750) includes an irrigationupgrade to include automatic watering for the shrub beds. Alternate 4s ($642) increases the height of the fence from 4' to 5' high. lie recommend that the Council consider the irrigation alternates as we believe that these improvements will pay for themselves in labor saved in the first -tiro years after installation. • 'die lighting alternate would provide additional lighting along the sidewalk and would atter a sore impacting night-time presentation of the entire park site. These lights can be added later should the Council decide not to include them . .at:this time. • • •ghe'fence alternate Was in response to staff concerns as to whether a 4' fence • is.high enough, as there are occasions where residents are using 4' fences as balance beams. Our intent with the fence is to simply provide a continuous delineation between the park and railroad and to make the fence as "invisible" as.possible. rik . Weare glad• to be recommending Temp Incorporated as they are a local contractor• and have listed many local subcontractors on their bid. I will be at the City Council meeting on Wednesday to address any questions which may • .arise. :. • Siimcerely, • • 'SIM • • David.1C: Scatterday, •t . . . dpcarpe Architect • oci ,Robert Halm • Michael Serra • wry, 22,rii erltrl091 c ** 000.391dd 14101 ** samils oL XVI - 0991-if ,gG. • 19009*oCII0'Wij abaskt • Sf inate8'M o c - 'J4 laimagiv v•ya�e t • . . vast • • . • • 1 4t'09L'9$E$ IZS'9 I97.0'z 10£1.•1 lei¢'ealat•eL*'zzEl x 1 x I I I f I 1 I 1 suag weeoui .6%10. 10m•tTL'etti$ Izt9 lese•t lotto' lotorstlerttOsee1 x I x I •.I 1 Pea*�ocwo�auT. awel 00'E9S'L0 $ 1096 105c't ISL/'t 109t'ptI00'9Ls'68z! X I X I . - •� u‘ ;%004 lU I Ec•sfe'teE$ Isn't lees'z 10094 T I09'P11i5'0►9.1St1 X I X I oItnimPAN ;$46 «L; T—ividl I P t Z •'C I ors 1 8310N 1 ONC4 QI 1 ' • .tuagi$ SO/9 21,00311Y 39,09 NOON3OcIV %9 malirmyraro Kana.:0 LLD 'OWN Aipi300 1337 3.LYL$ 1661 'Z9;9190100 000'39!14 ONI OSSFJ NI18tiW S31.wr WONA 8z%L I6. E3 100 Cr