Document 11965029

advertisement
BIDDER: _____________________
BID NO.: 2015-0050
Grading and Restoration North of Pond 9
for
Facilities and Planning Department
COLLEGE of DuPAGE
COMMUNITY COLLEGE DISTRICT NO. 502
PREBID MEETING: 9:30 A.M. Thursday February 19, 2015 – BIC 1540
BID DUE BY: 12 MARCH, 2015 at 2:00 P.M.
In the event of office closure due to inclement weather, bid deadline will be extended to
the next business day at the same time.
DELIVER PROPOSALS TO BID BOX AT:
COLLEGE of DuPAGE
PURCHASING DEPARTMENT
ROOM BIC 1540
425 FAWELL BLVD.
GLEN ELLYN, ILLINOIS 60137
Requisition Number 642736
Dated: January 26, 2015
ISSUED BY THE
PURCHASING DEPARTMENT
INSTRUCTIONS TO BIDDERS
Section
Subject
Page
IB-01
Definitions
IB-1
IB-02
Preparation of Bid Proposals
IB-1
IB-03
Site Inspection Certificate
IB-1
IB-04
Bid Deposit
IB-2
IB-05
Exceptions
IB-2
IB-06
Bidder Warranties
IB-2
IB-07
Submission of Bid Proposals
IB-3
IB-08
Bid Proposals to Conform to Requirements
of Legal Advertising
IB-3
IB-09
Competency of Bidder
IB-3
IB-10
Local Business Preference
IB-3
IB-11
Consideration of Bid Proposals
IB-3
IB-12
Withdrawal of Bid Proposals
IB-4
IB-13
Acceptance of Bid Proposals
IB-4
IB-14
Performance and Payment Bond
IB-4
IB-15
Prices Firm
IB-4
IB-16
Cash Billing Discounts
IB-4
IB-17
Catalogs
IB-4
IB-18
Authorized Dealer/Distributor
IB-4
IB-19
Trade Names
IB-5
IB-20
Samples
IB-5
IB-21
Notices
IB-5
IB-22
Compliance with Laws - Public Contracts
IB-5
INSTRUCTIONS TO BIDDERS
IB-01 DEFINITIONS
A.
BIDDER shall mean the individual or business entity submitting a Bid Proposal to supply any or all of the services
or goods required by the Contract Documents.
B.
BID PROPOSAL shall mean the Contract Documents as completed by the Bidder which constitutes the Bidder's
offer.
C.
CONTRACT shall mean the agreement between the College and Contractor as set forth in the Contract Documents
and as awarded by the College of DuPage Board of Trustees.
D.
CONTRACT DOCUMENTS shall mean collectively the Instructions to Bidders, General Conditions, Special
Conditions, Specifications, Attachments, and Addenda, if any, Bid Proposal, Site Inspection Certificate, Contractor
Certifications and Forms for Minority Participation. The above documents shall be considered as one integrated
document setting forth the obligations of the parties.
E.
CONTRACTOR shall mean the individual or business entity submitting a Bid Proposal and to whom the College of
DuPage Board of Trustees awards the Contract.
F.
COLLEGE shall mean the College of DuPage, Community College District No. 502, a body politic and corporate of
the State of Illinois.
G.
DIRECTOR shall mean the person or persons authorized by the College to act in connection with this Contract.
Such authorization shall not include any power to change the scope of the Contract or to obligate the College to pay
additional sums beyond the amount of the Contract awarded by the College of DuPage Board of Trustees.
H.
PURCHASING MANAGER shall mean the Purchasing Manager of the College of DuPage.
I.
SPECIFICATIONS shall mean the description of the required services, Contract Goods, equipment, personnel,
volume and use statistics and all requirements for the scope of work set forth in the Contract Documents.
IB-02 PREPARATION OF PROPOSALS
The Bidder shall provide three (3) copies of its Bid Proposal on the proposal forms provided. Unless otherwise stated, all
blank spaces on the proposal forms shall be fully completed. Bidder bears all responsibility for error or omissions in the
submission of the Bid Proposal.
IB-03
SITE INSPECTION CERTIFICATE
When required in the legal advertisement or the Special Conditions, the Bidder shall visit the job-site and shall carefully
examine and become familiar with all conditions which may in any way affect the performance of the Contract and shall
submit certification of such inspection along with the Bid Proposal. The dates and conditions of the site inspection are
determined by College.
IB-1
IB-04
BID DEPOSIT
When required in the legal advertisement, the Bid Proposal shall be accompanied by cashier's check, certified check or
surety bond in the amount shown in the legal advertisement or as may be prescribed in these Contract Documents. A
certified or cashier's check shall be drawn on a responsible bank doing business in the United States and shall be made
payable to the order of the College of DuPage. The Surety issuing the bond must have a general rating of "A", and shall be
a Class V or higher in the financial size category as defined by Best's Key Rating Guide - Property and Casualty. Failure to
submit the bid deposit shall constitute an informal Bid Proposal and such Bid Proposal shall be rejected.
The Bidder hereby agrees that the bid deposit shall be forfeited to the College as liquidated damages and not as penalty in
the event Bidder fails to comply with IB-11, IB-13, or otherwise fails or refuses to honor the Bid Proposal upon award of the
Contract by the College.
The bid deposit of all bidders will be returned, with the exception of the Contractor, after the College has awarded the
Contract. The bid deposit of the Contractor will be returned after the Contract has been awarded and the Contractor has
submitted all insurance documentation and the Performance and Payment Bond, as required by the Contract Documents.
IB-05
EXCEPTIONS
If any Bidder intends to take any deviations or exceptions from the Specifications or other Contract Documents, Bidder shall
submit to the Purchasing Manager a written request for a deviation or exception prior to the date and time of Bid Opening.
If the Purchasing Manager considers such deviation or exception acceptable, the Purchasing Manager shall issue an
Addendum setting forth such deviation or exception from the Specifications or other Contract Documents which shall be
applicable to all Bidders submitting a Bid Proposal. If no Addendum is issued by the Purchasing Manager, then such
deviation or exception shall be deemed rejected. The College may reject any Bid Proposal containing deviations or
exceptions not previously accepted through a written Addendum. A copy of such Addendum will be mailed or delivered to
each Bidder receiving a set of such Contract Documents. Bidder shall acknowledge receipt of each Addendum issued in
the space provided on the proposal form. All written requests for deviations or exceptions shall be addressed to:
Purchasing Department
College of DuPage
Room BIC 1540
425 Fawell Blvd.
Glen Ellyn, Illinois 60137
IB-06
BIDDER WARRANTIES
The submission of a Bid Proposal shall constitute a warranty that: (i) Bidder has carefully and thoroughly
reviewed the Contract Documents and has found them complete and free from ambiguities and sufficient to
describe the Contract work; (ii) Bidder and all workmen and/or employees it intends to use in the performance
of this Contract are skilled and experienced in the type of work or services called for by the Contract
Documents; and (iii) neither the Bidder nor any of its employees, agents, suppliers or subcontractors have
relied on any verbal representations from the College, or any of the College's employees, agents, or
consultants, in preparing the Bid Proposal.
IB-2
IB-07
SUBMISSION OF BID PROPOSALS
All Bidders shall submit the bound copy of the sealed Bid Proposal in an envelope and shall deliver them to
Purchasing Manager, College of DuPage, Room BIC 1540, 425 Fawell Blvd., Glen Ellyn, Illinois 60137 by the date
and hour for the Bid Opening as shown in the legal advertisement. The sealed envelope submitted by the
Bidder shall carry the following information on the face of the envelope: Bidder's name, address, subject
matter of Bid Proposal, advertised date of Bid Opening and the hour designated for Bid Opening as shown in
the legal advertisement.
IB-08
BID PROPOSALS TO CONFORM TO REQUIREMENTS OF LEGAL ADVERTISING
The College will not entertain or consider any Bid Proposals: (i) received after the exact time specified in the
legal advertisements; (ii) not accompanied by the required bid deposit; or (iii) in any other way failing to
comply fully with the conditions stated in the legal advertisement.
IB-09
COMPETENCY OF BIDDER
No Bid Proposal will be accepted from or Contract awarded to a Bidder that is in arrears or is in default to the
College upon any debt or Contract, or that is a defaulter, as surety or otherwise upon any obligation to said
College, or has failed to perform faithfully any previous contract with the College.
IB-10
LOCAL BUSINESS PREFERENCE
When two (2) or more responsible bidders submit the same low bid, the contract award will be determined by
drawing lots in a public meeting unless one bidder is a local bidder within the District boundaries and one is a
non-local bidder, in which event the local bidder will be awarded the contract.
IB-11
CONSIDERATION OF BID PROPOSALS
The College reserves the right to reject or accept any or all Bid Proposals, to extend the bidding period, to waive
technicalities in the Contract Documents and/or to direct that the project be abandoned or rebid prior to award
of the Contract.
Contracts for construction or related services required to be publicly bid will be awarded at the sole discretion
of the College. In determining the lowest responsible bidder, the College may consider the following as well as
other criteria:
1) Ability, capacity and skill of the bidder to perform the contract or provide the service required.
2) Capacity of the bidder to perform the contract or provide the service promptly, or within the time specified,
without delay or interference.
3) Character, integrity, reputation, judgment, experience and efficiency of the bidder including, but not limited
to, past performance record; default under previous contracts, whether or not such contract was with the
College; competency; and failure to pay or satisfactorily settle all bills due for labor and material on former
contracts
4) Quality of performance of previous contracts or services.
5) Previous and existing compliance by the bidder with laws and ordinances relating to the contract or service.
6) Sufficiency of the financial resources and financial ability of the bidder to perform the contract or service.
7) Quality, availability and adaptability of the supplies, machinery, plant or other equipment or contractual
services to the particular use required.
8) Ability of the bidder to provide future maintenance and service for the use of the subject of the contract,
including guarantees.
9) Recent findings by state or federal agencies regarding compliance with pertinent public acts.
IB-3
IB-12
WITHDRAWAL OF BID PROPOSALS
Bidders may withdraw their Bid Proposals at any time prior to the time specified in the legal advertisement as
the date and hour set for the Bid Opening. However, no Bidder shall withdraw, cancel or modify its Bid
Proposal for a period of ninety (90) calendar days after said advertised Bid Opening.
IB-13
ACCEPTANCE OF PROPOSALS
The Purchasing Manager shall notify the successful Bidder, in writing, of award of the Contract by the College
within ninety (90) days from the Bid Opening date. Upon receipt of the Notice of Award, the Contractor shall
promptly secure, execute and deliver to the Purchasing Manager any documents required herein.
IB-14
PERFORMANCE AND PAYMENT BOND
When required in the legal advertisement or Special Conditions, the successful Bidder shall furnish a
Performance and Payment Bond in the full amount of the Contract on the College Form, a specimen of which is
provided herein. The Surety issuing the Performance and Payment Bond must have a general rating of "A" and
shall be a Class V or higher in the financial size category as defined by Best's Key Rating Guide-Property and
Casualty.
In the event that the Bidder fails to furnish the Performance and Payment Bond within fourteen (14) calendar
days after service of the Notice of Award, the College may elect to retain Bidder's bid deposit as liquidated
damages and not as a penalty and the Contract may be terminated. The parties agree that the sum of the bid
deposit is a fair estimate of the amount of damages that the College will sustain due to the Bidder's failure to
furnish the Performance and Payment Bond and the termination of the Contract.
IB-15
PRICES FIRM
All prices quoted in the Bid Proposal shall be firm and will not be subject to increase during the term of the
Contract awarded to the Contractor, except as otherwise provided in these Contract Documents.
IB-16
CASH BILLING DISCOUNTS
Cash billing or percentage discounts for payment will not be considered in evaluating Bid Proposals.
IB-17
CATALOGS
Each Bidder shall submit in DUPLICATE, where necessary or when requested catalogs, descriptive literature,
and detailed drawings, fully detailing features, designs, construction, appointment and finishes not covered in
the Specifications but necessary to fully describe the materials, Contract Goods or work proposed to be
furnished.
IB-18
AUTHORIZED DEALER/DISTRIBUTOR
The Bidder must be: (i) the manufacturer; (ii) an authorized dealer/distributor; or (iii) able to promptly secure
the necessary genuine parts, assemblies and/or accessories as supplied by the original equipment
manufacturer (O.E.M.), along with any necessary schematics or drawings to fulfill the contractual obligations.
Further, the Bidder must be able to furnish original product warranty and manufacturer’s related services such
as product information, products re-call notices, etc. Proof of ability to transfer product warranty to the College
is to be submitted with the Bid Proposal.
IB-4
IB-19
TRADE NAMES
In cases where an item is identified by a manufacturer's name, trade name, catalog number, or reference, it is
understood that the Bidder proposes to furnish the item identified and does not propose to furnish an "equal"
unless the proposed "equal" is definitely indicated therein by the Bidder. The College reserves the right to
review and award alternate Contracts, if the commodity and/or service are suitable to its requirement.
The reference to the above catalog is intended to be descriptive and not restrictive and to indicate to the
prospective Bidder articles that shall be satisfactory. Bid Proposals on other makes and catalogs shall be
considered, provided each Bidder states on the face of the Bid Proposal exactly what is being proposed to be
furnished or forwards with the Bid Proposal an illustration, or other descriptive matter which shall clearly
indicate the character of the article covered by the Bid Proposal.
The College reserves the right to approve as an equal, or to reject as not being an equal, any article the Bidder
proposes to furnish which contains major or minor variations from Specifications but which may comply
substantially.
IB-20
SAMPLES
Bidders may be asked upon request of the Purchasing Manager or the Director to furnish and deliver a
representative sample sufficient to effectively evaluate each item listed in the Bid Proposal. All samples must
be delivered F.O.B. DESTINATION, FREIGHT PREPAID to an identified delivery location within five (5) business
days of the request. Samples submitted must be identical to those specified in the Bid Proposal. Submission of
other than the samples reflected in the Bid Proposal or failure to furnish samples within the required time
period shall be cause for rejection of the Bid Proposal. All samples are subject to mutilation and will not be
returned. Bidders shall bear the cost of any samples and shipping or delivery costs related thereto.
IB-21
NOTICES
All communications and notices between the College and Bidders regarding the Contract Documents shall be in
writing and hand delivered or delivered via first class United States mail, postage prepaid. Notices to the
Bidders shall be addressed to the name and address provided by the Bidders; notices to the Purchasing
Manager shall be addressed to Purchasing Manager, College of DuPage, Room BIC 1540, 425 Fawell Blvd., Glen
Ellyn, Illinois 60137.
IB-22
COMPLIANCE WITH LAWS - PUBLIC CONTRACTS
This Contract is a competitively bid public contract of the College of DuPage subject to laws and ordinances
governing public contracts. The Bidder shall at all times observe and comply with all laws, ordinances,
regulations and codes of the Federal, State and other local government agencies which may in any manner
affect the preparation of the Bid Proposal or effect the performance of the Contract. If the Bidder observes
that any of the Contract Documents are at variance therewith, it shall promptly notify the Purchasing Manager
in writing and necessary changes shall be effected by appropriate modification.
END OF SECTION
IB-5
SPECIFICATIONS
1.0
General and Technical Requirements
Conditions of the bid that include the work “must” or “shall” describe a mandatory requirement. All
specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder
is able to comply with a given specification or condition of bid, the college reserves the right to delete
that specification or condition of bid. FAILURE TO MEET A MANDATORY REQUIREMENT SHALL
DISQUALIFY THE BID.
Contract shall provide all work as indicated on drawings and specification issued with the Bid Package
2015 0050, all dated 13 Feb 2015 and listed below.
Smith Group JJR drawings 1 thru 6
Specification sections 31 1000, 31 2000, 31 2500, 32 0513, 32 8000, 32 92000
Contractor is aware that water, sanitary sewer, storm sewer, gas, electric and irrigation lines are
located within the confines of the work area and has included utility location/marking prior to
beginning any earthwork. Included in this task, a minimum 2 days before earthwork begins, is
coordinating a joint utility meeting (after markings) where COD, designer and Contractor go over the
marked out utilities and the work plan.
Contractor is aware that irrigation valvles (boxes), lines and heads exist within the regraded area and
has accounted for reinstallation and testing of irrigation system as a part of this scope of work.
1.0 SPECS
GENERAL CONDITIONS
BID CONTRACTS
INDEX
Section
Subject
Page
GC-01
Subcontracting or Assignment of
Contract or Contract Funds
GC-1
GC-02
Indemnification
GC-1
GC-03
Inspection and Responsibility
GC-1
GC-04
Payment and Invoices
GC-1
GC-05
Prepaid Fees
GC-1
GC-06
Taxes
GC-2
GC-07
Price Reduction
GC-2
GC-08
Contractor Credits
GC-2
GC-09
Disputes
GC-2
GC-10
Modifications and Amendments
GC-2
GC-11
Default
GC-3
GC-12
College's Remedies
GC-3
GC-13
Contractor's Remedies
GC-3
GC-14
Delays
GC-3
GC-15
Insurance Requirements
GC-4/5
GC-16
Patents, Copyrights and Licenses
GC-6
GC-17
Compliance with Laws
GC-6
GC-18
Delivery
GC-6
GC-19
Prohibition of Discrimination and Harassment
GC-6
GC-20
Material Safety Data Sheet
GC-6
GC-21
Conduct of the Contractor
GC-7
GC-22
Accident Reports
GC-7
GC-23
Use of Premises
GC-7
GC-24
General Notice
GC-7
GC-25
Termination for Convenience
GC-7
GENERAL CONDITIONS
GC-01 SUBCONTRACTING OR ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS
Once awarded, this Contract shall not be subcontracted or any part thereof assigned without the express written approval
of the College. In no case, however, shall such approval relieve the Contractor from his obligations or change the terms of
the Contract. The Contractor shall not transfer or assign any Contract funds or claims due or to become due without the
advance written approval of the Purchasing Manager. The unauthorized subcontracting or assignment of the Contract, in
whole or in part, or the unauthorized transfer or assignment of any Contract funds, either in whole or in part, or any interest
therein, which shall be due or are to become due the Contractor shall have no effect on the College and are null and void.
The Contractor shall identify any and all contractors and subcontractors it intends to use in the performance of the
Contract. All such persons shall be subject to the prior approval of the College.
The Contractor and its employees, contractors, subcontractors, agents and representatives are, for all purposes arising out
of this Contract, independent contractors and are not employees of the College. It is expressly understood and agreed that
the Contractor and its employees, contractors, subcontractors, agents and representatives shall in no event as a result of a
contract be entitled to any benefit to which College employees are entitled, including, but not limited to, overtime,
retirement benefits, worker’s compensation benefits and injury leave or other leave benefits.
GC-02 INDEMNIFICATION
The Contractor covenants and agrees to indemnify and save harmless the College and its trustees, officials, employees,
agents and representatives, and their respective heirs, successors and assigns, from and against any and all costs,
expenses, attorney's fees, losses, damages and liabilities incurred or suffered directly or indirectly from or attributable to
any claims arising out of or incident to the performance or nonperformance of the Contract by the Contractor, or the acts or
omissions of the officers, agents, employees, contractors, subcontractors, licensees or invitees of the Contractor. The
Contractor expressly understands and agrees that any Performance Bond or insurance protection required of the
Contractor, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify the College as
hereinabove provided.
GC-03 INSPECTION AND RESPONSIBILITY
The College shall have a right to inspect any Contract Goods used in carrying out this Contract and shall be responsible
for the quality and standards of all materials or completed work furnished under this Contract. Contract Goods or
completed work not complying herewith may be rejected by the Purchasing Manager and/or the Director and shall be
replaced and/or re-performed by the Contractor at no cost to the College. Any Contract Goods rejected shall be removed
within a reasonable time from the premises of the College at the entire expense of the Contractor, after notice has been
given by the College to the Contractor that such Contract Goods have been rejected.
GC-04 PAYMENT AND INVOICES
All invoices submitted by the Contractor shall be in accordance with the cost provisions contained in the Contract
Documents. College of DuPage will only accept electronic invoices, which can be in any format, including but not limited to
PDF, Word, Excel. Invoices must reference the COD Purchase Order Number. Invoices are to be emailed to
invoicing@cod.edu. Questions about payment status or other inquiries please email acctpay@cod.edu or call 630-9422228. Contractor must agree to receive all payments from the College via an Automated Clearing House (ACH) transfer
(CCD file format only).
GC-05 PREPAID FEES
In the event this Contract is terminated by either party, for cause or otherwise, and the College has prepaid for any service
or Contract Good to be provided pursuant to this Contract, Contractor shall refund to the College, on a prorated basis to
the effective date of termination, all amounts prepaid for such service or Contract Good not actually provided as a result of
the termination. The refund shall be made within fourteen (14) days of the effective date of termination.
GC-1
GC-06 TAXES
Federal Excise Tax does not apply to materials purchased by the College by virtue of Exemption Certificate No. 362594972. Illinois Retailers' Occupation Tax, Use Tax and Municipal Retailers' Occupation Tax do not apply to materials or
services purchased by the College by virtue of statute. The price or prices quoted herein shall include any and all other
federal and/or state, direct and/or indirect taxes which apply to this Contract. The College's State of Illinois Sales Tax
Exemption Identification No. is E-9997-3391-06.
GC-07 PRICE REDUCTION
If at any time after the contract award, Contractor makes a general price reduction in the price of any goods covered by the
Contract, the equivalent price reduction based on similar quantities and/or considerations shall apply to this Contract for
the duration of the Contract period. Such price reductions shall be effective at the same time and in the same manner as
the reduction in the price to customers generally.
GC-08 CONTRACTOR CREDITS
To the extent the Contractor gives credits toward future purchases of goods or services, financial incentives, discounts,
value points or other benefits based on the purchase of the materials or services provided for under this Contract, such
credits belong to the College and not any specific using department. Contractor shall report any such credits to the
Purchasing Manager.
GC-09 DISPUTES
Any dispute arising under the Contract between the College and Contractor shall be decided by the Purchasing Manager.
The complaining party shall submit a written statement detailing the dispute and specifying the specific relevant Contract
provision(s) to the Purchasing Manager. Upon request of the Purchasing Manager, the party complained against shall
respond to the complaint in writing within five days of such request. The Purchasing Manager will reduce his decision to
writing and mail or otherwise furnish a copy thereof to the Contractor and Director. Dispute resolution as provided herein
shall be a condition precedent to any other action at law or in equity. Notwithstanding a dispute, Contractor shall continue
to discharge all its obligations, duties and responsibilities set forth in the Contract during any dispute resolution proceeding
unless otherwise agreed to by the College in writing.
GC-10 MODIFICATIONS AND AMENDMENTS
The parties may during the term of the Contract make modifications and amendments to the Contract but only as provided
in this section. Such modifications and amendments shall only be made by mutual agreement in writing.
In the case of Contracts not approved by the Board, the Purchasing Manager may amend a contract provided that any
such amendment does not extend the Contract by more than one (1) year, and further provided that the total cost of all
such amendments does not increase the total amount of the Contract beyond $25,000. Such action may only be made
with the advance written approval of the Purchasing Manager. If the amendment extends the Contract beyond one (1) year
or increases the total award amount beyond $25,000, then Board approval will be required.
In the case of Contracts approved by the Board, the total cost of all such amendments shall not increase the Contract by
more than 10% of the original contract award and the term may only be extended for up to one (1) year. Such action may
only be made with the advance written approval of the Purchasing Manager.
In the case of Contracts approved by the Board, modifications and amendments which individually or cumulatively result in
additional costs of greater than 10% of the original awarded amount or which extend the term of the Contract by more than
one (1) year shall be deemed as authorized with the advance approval of the College of DuPage Board of Trustees.
No College department or employee thereof has authority to make any modifications or amendments to this Contract. Any
modifications or amendments to this Contract made without the express written approval of the Purchasing Manager is
void and unenforceable.
GC-2
GC-11 DEFAULT
Contractor shall be in default hereunder in the event of a material breach by Contractor of any term or condition of this
Contract where Contractor has failed to cure such breach within ten (10) days after written notice of breach is given to
Contractor by the College, setting forth the nature of such breach.
A material breach of the contract by the Contractor includes but is not limited to the following:
1.
Failure to begin performance under this Contract within the specified time;
2.
Failure to perform under this Contract with sufficient personnel, equipment, or materials to ensure completion of
said performance within the specified time or failure to assign qualified personnel to ensure completion within the
specified time;
3.
Performance of this contract in an unsatisfactory manner;
4.
Refusal to perform services deemed to be defective or unsuitable;
5.
Discontinuance of performance of Contractor’s obligations under the Contract or the impairment or the reasonable
progress of performance;
6.
Becoming insolvent, being declared bankrupt or committing any act of bankruptcy or insolvency;
7.
Any assignment of this contract for the benefit of creditors;
8.
Any cause whatsoever which impairs performance in an acceptable manner; or
9.
Any other material breach of any term or condition of this Contract.
College shall be in default hereunder if any material breach of the Contract by the College occurs which is not cured by the
College within forty-five (45) days after written notice of breach has been given by Contractor to the College, setting forth
the nature of such breach.
GC-12 COLLEGE'S REMEDIES
If the Contractor fails to remedy a material breach during the ten (10) day cure period pursuant to General Condition GC11, Default, the College shall have the right to terminate this Contract provided, however, that the College shall give
Contractor prior written notice of its intent to terminate. Following notice of breach to Contractor, the College reserves the
right to withhold payments owed to Contractor until such time as Contractor has cured the breach which is the subject
matter of the notice. In addition, the College shall have the right to pursue all remedies in law or equity.
GC-13 CONTRACTOR'S REMEDIES
If the College has been notified of breach and fails to remedy the breach during the forty-five (45) day cure period pursuant
to General Condition GC-11, Default, the Contractor shall have the right to terminate this Contract provided, however, that
Contractor shall give the College thirty (30) days prior written notice of termination.
Contractor shall have the right to pursue all remedies available in law or equity. In all cases the Contractor's damages
shall be those provable damages not to exceed the value of the Contract as awarded by the College of DuPage Board of
Trustees. Contractor shall not disrupt the operation or repossess any component thereof.
GC-14 DELAYS
Contractor agrees that no charges or claims for damages shall be made by Contractor for any delays or hindrances from
any cause whatsoever during the progress of any portion of this Contract.
GC-3
GC-15 INSURANCE REQUIREMENTS
1) The Contractor shall require all policies of insurance that are in any way related to the work and are secured and
maintained by Contractor and all tiers of subcontractors to include clauses providing that each underwriter shall waive
all of its rights of recovery, under subrogation or otherwise, against College of DuPage, Board of Trustees and
employees of the College.
2)
The Contractor shall waive all rights of recovery against College of DuPage, Board of Trustees, employees of the
College and other Contractors and subcontractors which Contractor may have or acquired because of deductible
clauses in or inadequacy of limits of any policies of insurance that are in any way related to the work and that are
secured and maintained by Contractor.
3)
The Contractor shall require all tiers of subcontractors to waive the rights of recovery against College of DuPage and
all tiers of subcontractors.
Insurance Requirements of the Contractor
Prior to the effective date of this Contract, the Contractor, at its cost, shall secure and maintain at all times, unless
specified otherwise, until completion of the term of this Contract the insurance specified below.
Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor's
responsibility for payment of damages resulting from its operations under this Contract. The insurance purchased and
maintained by the Contractor shall be primary and not excess or pro rata to any other insurance issued to the College.
The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except
with respect to the limits of the insurer's liability.
The limits of liability shall be as stated below, unless, prior to the effective date of this Contract, written approval is granted
by the College of DuPage Department of Risk Management for variance from those limits.
1.
Coverages
(a)
Workers Compensation Insurance
Workers' Compensation shall be in accordance with the laws of the State of Illinois or any other
applicable jurisdiction.
The Workers Compensation policy shall also include the following provisions:
(b)
(1)
Employers' Liability coverage with a limit of
$500,000 each Accident
$500,000 each Employee
$500,000 Policy Limit for Disease
(2)
Broad form all states coverage
Commercial General Liability Insurance
(1)
The Commercial General Liability shall be on an occurrence form basis to cover bodily injury
and property damage including loss of use.
General Liability limits shall not be less than $1,000,000 per occurrence and
$2,000,000 aggregate combined single limit for bodily injury and property damage. The
General Liability policy shall include, without limitation the following coverages:
GC-4
GC-15 INSURANCE REQUIREMENTS (CON’T.)
(c)
(a)
All premises and operations;
(b)
Broad Form Blanket Contractual Liability;
(c)
Products/Completed Operations;
(d)
Broad Form Property Damage Liability;
(e)
Cross Liability.
Comprehensive Automobile Liability Insurance
Comprehensive Automobile Liability to cover all owned, non-owned and hired automobiles, trucks
and trailers. The Comprehensive Automobile Liability limits shall not be less than the following:
(d)
1)
Liability - All Autos: Bodily Injury & Property Damage - $1,000,000 per Occurrence
2)
Uninsured/Motorists: Per Illinois Requirements
Umbrella/Excess Liability Insurance
In addition to the coverages and limits specified above, Contractor and Sub-Contractors of any tier shall
secure and maintain a limit of liability no less than:
2.
1)
$2,000,000 each occurrence for all liability
2)
$2,000,000 in the aggregate per policy year separately with respect to products and
completed operations
Additional requirements
(a)
Additional Insured
College of DuPage, its officials, employees and agents shall be named as additional insured
under the Commercial General Liability policy.
(b)
Qualification of Insurers
All insurance companies providing coverage shall be licensed or approved by the Department of
Insurance, State of Illinois, and general rating of "A", and shall be a Class V or higher in the financial size
category as listed in A.M. Best's Key Rating Guide, current edition or interim report. Companies with
ratings lower than “A”, V will be acceptable only upon written consent of the College of DuPage
Department of Risk Management.
(c)
Insurance Notices
All policies of insurance which may be required under terms of this Contract shall be endorsed to
provide that the insurance company shall notify the Purchasing Manager, College of DuPage Room BIC
1540, 425 Fawell Blvd., Glen Ellyn, Illinois 60137 at least 30 days prior to the effective date of any
cancellation or modification of such policies. When required in the Special Conditions, the successful
Bidder shall furnish prior to the date on which Contractor commences performance of the contract,
Certificates of Insurance maintained by Contractor.
In no event shall any failure of the College to receive Certificates of Insurance required hereof or to
demand receipt of such Certificates of Insurance be construed as a waiver of Contractor's obligations to
obtain insurance pursuant to these insurance requirements.
GC-5
GC-16 PATENTS, COPYRIGHTS AND LICENSES
Contractor agrees to hold harmless and indemnify the College, its officers, agents, employees and affiliates from and
defend, at its own expense (including reasonable attorneys', accountants' and consultants' fees), any suit or proceeding
brought against College based upon a claim that the ownership and/or use of equipment, hardware and software or any
part thereof utilized in performing Contractor's services constitutes an infringement of any patent, copyright or license or
any other intellectual property right.
In the event the use of any equipment, hardware or software or any part thereof is enjoined, Contractor with all reasonable
speed and due diligence shall provide or otherwise secure for College, at the Contractor's election, one of the following: the
right to continue use of the equipment, hardware or software; an equivalent system having the Specifications as provided
in this Contract; or to modify the system or its component parts so that it becomes non-infringing while performing in a
substantially similar manner to the original system, meeting the Specifications of this Contract.
GC-17 COMPLIANCE WITH LAWS
The Contractor shall observe and comply with the laws, ordinances, regulations and codes of Federal, State and other
local government agencies which may in any manner affect the performance of the Contract, including but not limited to
those College rules as set forth in the Certifications attached hereto and incorporated herein. Assurance of compliance
with this requirement by the Contractor's employees, agents or subcontractors shall be the responsibility of the Contractor.
The Contractor shall secure and pay for all federal, state and local licenses, permits and fees required hereunder.
GC-18 DELIVERY
All Contract Goods shipped to the College shall be shipped F.O.B., DESTINATION, FREIGHT PREPAID. Arrangements
shall be made in advance by the Contractor in order that the College may arrange for receipt of the materials.
Truck deliveries will be accepted before 3:00 P.M. on weekdays only. No deliveries will be accepted on Saturdays,
Sundays or College Holidays. The College is not responsible for delivery delays due to waiting times for loading and
unloading at dock locations.
The quantity of Contract Goods delivered by truck will be ascertained from a weight certificate issued by a duly licensed
Public Weight-Master. In the case of delivery by rail, weight will be ascertained from bill of lading from originating line, but
the College reserves the right to re-weigh at the nearest available railroad scale.
The College reserves the right to add new delivery locations or delete previously listed delivery locations as required during
the Contract period. The only restriction regarding the College's right to add new delivery locations shall be that any new
or additional location shall be within the geographical boundaries of the College of DuPage.
GC-19 PROHIBITION OF DISCRIMINATION AND HARASSMENT
No student, employee, Board member, or visitor will discriminate against or harass a student, employee or visitor on the
basis of race, color, religion, sex, national origin, age, disability, sexual orientation or any other unlawful basis. The College
will not tolerate discrimination or harassment. Individuals found to have violated this policy will be subject to disciplinary
action up to and including termination and/or expulsion from the College as determined by such administrative or Board
action as is required by Illinois law or by Board policy. Individuals who retaliate against any employee for filing a complaint
or participating in harassment investigation shall be subject to disciplinary action .
GC-20 MATERIAL DATA SAFETY SHEET
Where required under the Illinois "Toxic Substance Disclosure to Employees Act", Illinois Compiled Statutes, 1994, 820
ILCS 255/1, Contractor shall submit with each delivery of Contract Goods, a Material Safety Data Sheet.
GC6
GC-21 CONDUCT OF THE CONTRACTOR
The Contractor agrees to inform the College on a timely basis of all of the Contractor's interests, if any, which are or which
the Contractor reasonably believes may be incompatible with any interest of the College. The Contractor shall not use for
personal gain or make other improper use of privileged information which is acquired in connection with the Contract.
GC-22 ACCIDENT REPORTS
The Purchasing Manager and Director shall be given written notification within twenty-four (24) hours of any occurrence,
on the site or otherwise, which pertains in any way to this Contract and involves the Contractor's personnel, or those of any
of his subcontractors or others whether said occurrence be in the nature of bodily injury to employees or third parties or
property damage.
The report shall include the name of person(s) injured, name of his employer, date, time and location of occurrence, extent
of injury and/or damage, name(s) of eyewitnesses, and who treated the person(s) for injuries sustained, and such other
information as may be relevant. The Contractor shall notify the College of DuPage Police of any occurrence requiring an
official police record. The accident report should indicate whether the police were notified and, if so, the number of the
police report.
GC-23 USE OF PREMISES
Contractor shall confer with the Director to ascertain full knowledge of all rules and regulations of the College facilities
relative to this Contract and shall comply therewith. The Contractor shall confine the operations of its employees to the
limits indicated by laws, ordinances, permits and/or direction of the Director and shall not encumber the premises with
materials or debris. The Contractor shall not load or permit any part of the structure to be loaded with a weight that will
endanger its safety.
The College reserves the right to prohibit any person from entering any College facility for any reason. All subcontractors,
agents and employees of the Contractor shall be accountable to the Director while on any College property and shall abide
by all security regulations imposed by the College.
GC-24 GENERAL NOTICE
All notices required pursuant to this Contract shall be in writing and addressed to the parties at their respective addresses
set forth below. All such notices shall be deemed duly given if hand delivered or if deposited in the United States mail,
registered or certified, return receipt requested. Notice as provided herein does not waive service of summons or process.
TO THE COLLEGE:
Purchasing Manager
College of DuPage
Room BIC 1540
425 Fawell Blvd.
Glen Ellyn, Illinois 60137
Grading and Restoration North of Pond 9
TO THE CONTRACTOR:
At address provided in its bid document or as otherwise indicated in writing to the College.
GC-25 TERMINATION FOR CONVENIENCE
The College may terminate this Contract, or any portion, at any time by notice in writing from the College to the Contractor.
GC-26 GUARANTEES AND WARRANTIES
All guarantees and warranties required shall be furnished by the Contractor and shall be delivered to the Director before
final voucher on the Contract is issued. The Contractor agrees that the Contract Goods or services to be furnished shall
be covered by the most favorable commercial warranties the Contractor gives to any customer for the same or
substantially similar Contract Goods or services and that the rights and remedies so provided are in addition to and do not
limit any rights afforded to College.
GC-7
GC-27 STANDARD OF CONTRACT GOODS
Only new, originally manufactured Contract Goods will be accepted by the College. The College will not accept any
Contract Goods that have been refurbished, rebuilt, restored or renovated in any manner. In addition, experimental
materials will not be acceptable. Contract Goods not produced by regular production methods and/or which have not been
offered for sale to the public through accepted industry trade channels for a reasonable period of time prior to the offering
of the proposal, will be considered experimental.
GC-28 CONFIDENTIALITY AND OWNERSHIP OF DOCUMENTS
Contractor acknowledges and agrees that information regarding this Contract is confidential and shall not be disclosed,
directly, indirectly or by implication, or be used by Contractor in any way, whether during the term of this Contract or at any
time thereafter, except solely as required in the course of Contractor’s performance of Services hereunder. Contractor
shall comply with the applicable privacy laws and regulations affecting Owner and will not disclose any of Owner’s records,
materials, or other data to any third party. Contractor shall not have the right to compile and distribute statistical analyses
and reports utilizing data derived from information or data obtained from Owner without the prior written approval of
Owner. In the event such approval is given, any such reports published and distributed by Contractor shall be furnished to
Owner without charge.
All documents, data, studies, reports, work product or product created as a result of the performance of Service(s) shall be
the property of the College of DuPage. It shall be a breach of this Contract for the Contractor to reproduce or use, any
documents, data, studies, report, work product or product obtained from the College of DuPage or created hereby for its
own purposes or to be copied and used by any third party. During the performance of the Services herein provided for, the
Contractor shall be responsible for any loss or damage to the documents herein enumerated while they are in his
possession, and any such document lost or damaged shall be restored at the expense of the Contractor. Full access to the
work during the preparation of the plans shall be available to the College and other public agencies interested in this work.
GC-29 QUANTITIES
The quantities of materials required for the performance of the Contract are estimates for the purpose of determining an
approximate total Contract amount and may not be the actual quantities required during the term of the Contract. The
College reserves the right to increase or decrease the quantities at the Contract price, to correspond to the actual needs of
the College. The College will be obligated to order and pay for only such quantities as are from time to time ordered,
delivered, and accepted on purchase orders issued by the Purchasing Manager.
GC-30 AUDIT; EXAMINATION OF RECORDS
The Contractor agrees that the College of DuPage Auditor or any of its duly authorized representatives shall, until
expiration of three (3) years after the final payment under the Contract, have access and the right to examine any books,
documents, papers, canceled checks, bank statements, purveyor's and other invoices, and records of the Contractor
related to the Contract, or to Contractor's compliance with any term, condition or provision thereof. The Contractor shall
be responsible for establishing and maintaining records sufficient to document the costs associated with performance
under the terms of this Contract.
The Contractor further agrees that it shall include in all of its subcontracts hereunder a provision to the effect that the
subcontractor agrees that the College of DuPage Auditor or any of its duly authorized representatives shall, until expiration
of three (3) years after final payment under the subcontract, have access and the right to examine any books, documents,
papers, canceled checks, bank statements, purveyor's and other invoices and records of such subcontractor involving
transactions relating to the subcontract, or to such subcontractor's compliance with any term, condition or provision
thereunder or under the Contract.
In the event the Contractor receives payment under the Contract, reimbursement for which is later disallowed by the
College, the Contractor shall promptly refund the disallowed amount to the College on request, or at the College's
option, the College may credit the amount disallowed from the next payment due or to become due to the Contractor under
any contract with the College.
GC-8
GC-31 GOVERNING LAW
This Contract shall be governed by and construed under the laws of the State of Illinois. The Contractor irrevocably agrees
that, subject to the College's sole and absolute election, any action or proceeding in any way, manner or respect arising
out of the Contract, or arising from any dispute or controversy arising in connection with or related to the Contract, shall be
litigated only in courts within the County of DuPage, State of Illinois, and the Contractor consents and submits to the
jurisdiction thereof. In accordance with these provisions, Contractor waives any right it may have to transfer or change the
venue of any litigation brought against it by the College pursuant to this Contract.
GC-32 TOBACCO-FREE CAMPUS POLICY
Use of tobacco and tobacco-related products (including electronic cigarettes) is prohibited on all College of DuPage
premises, in all indoor College facilities and in all College vehicles. “College of DuPage Premises” includes all land,
building, facilities and other property leased or rented by the College, whether on a short-term or long-term basis; owned
by the College (including adjacent streets and sidewalks); subject to the control of the College but not leased, rented, or
owned; and where an official College activity is held and where students, faculty, or staff are present or are participants in
the official College activity. Tobacco use is permitted inside private vehicles. The improper disposal of tobacco and
tobacco-related products from a vehicle while on College of DuPage premises is prohibited. Improper disposal includes,
but is not limited to, spitting smokeless tobacco product, littering, and anything that creates fire hazards. It is the
responsibility of all faculty, staff, students and visitors to comply with this policy. Refusal to comply with this policy may
result in citations issued by Campus Police and/or disciplinary action by the appropriate administrative office.
GC-33 WAIVER
No term or provision of this Contract shall be deemed waived and no breach consented to unless such waiver or consent
shall be in writing and signed by the party claimed to have waived or consented. The waiver of any such provision shall be
strictly limited to the identified provision.
GC-34 ENTIRE CONTRACT
It is expressly agreed that the provisions set forth in this Contract constitute all the understandings and agreements
between the parties. Any prior agreements, promises, negotiations, or representations not expressly set forth in this
Contract are of no force and effect.
GC-35 FORCE MAJEURE
Neither Contractor nor College shall be liable for failing to fulfill any obligation under this Contract if such failure is caused
by an event beyond such party's reasonable control and which is not caused by such party's fault or negligence. Such
events shall be limited to acts of God, acts of war, fires, lightning, floods, epidemics, or riots.
GC-36 REIMBURSABLE EXPENSES FOR NON-EMPLOYEES
Reimbursements of reasonable expenses incurred by certain non-employees such as consultants, speakers, performers,
etc. who perform services for the College will be made based solely upon a written agreement executed before the
commencement of such services. All such reimbursements will be approved by the appropriate authorized signatory
before payment will be made. Such approval indicates that the reimbursement is within limitations of the budget and Board
policy.
GC – 37 APPRENTICESHIP AND TRAINING
Bidder certifies that Contractor and all subcontractors participate in applicable apprenticeship and training programs
approved
by
and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training.
GC – 37 EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTON
Bidder certifies that this Contractor has an Equal Employment Opportunity and Affirmative Action Program which complies with
Executive Order 11246
and 11375, the Vietnam Era Veterans’
Readjustment Assistance Act of 1974, and the
Rehabilitation Act of 1973, and their
implementing regulations.
AND takes appropriate action toward equal employment opportunities to all persons regardless of their race, color, religion or
creed, sex, national origin, ancestry, age, marital status,
sexual orientation, gender identity and expression, arrest record,
military status or unfavorable discharge from military service, citizenship status, use of lawful products while not at work,
physical or
mental handicap or disability (if otherwise able to perform the essential functions of the job with reasonable
accommodation), or other
factors which cannot lawfully be the basis for
an employment decision. The term “employment
opportunities” includes hiring, promotion, termination, wages, benefits, and all other privileges, terms, and conditions of employment.
GC-9
GC – 38 BID RIGGING/BID ROTATING
Contractor certifies that it is eligible for bidding on public contacts and is not in violation of either paragraph 33E-3 or 33E-4 of
Public
Act 86-150, 720 ILCS 5.
GC 39 PREVAILING WAGE
820
Contractor certifies that it is eligible for bidding on public contracts and has complied with section 11a of the Prevailing Wage Act,
ILCS 130.01-12.
GC-40 CONTRACT INTERPRETATION
Whenever the singular is used herein, the masculine, feminine and neuter gender shall be deemed to include the others.
The headings of articles, paragraphs and sections in this Contract are included for convenience only and shall not be
considered by either party in construing the meaning of this Contract. If any provision or clause of this Contract shall be
held to be invalid, such provision or clause shall be deleted from the Contract and the Contract shall be construed to give
effect to the remaining portions thereof.
This Contract shall be interpreted and construed based upon the following order of precedence of component parts. Such
order of precedence shall govern to resolve all cases of conflict, ambiguity or inconsistency.
1.
2.
3.
4.
5.
6.
7.
8.
Addenda, if any.
Execution Forms
Specification.
Special Conditions.
General Conditions.
Instruction to Bidders.
Legal Advertisement.
Bid Proposal.
END OF SECTION
GC-10
BID FORM
FOR
NAME OF PROJECT
PRE-BID CONFERENCE: 19 February 2015
TIME: 9:30 AM
LOCATION:
College of DuPage
Purchasing Department
425 Fawell Blvd
Berg Instructional Center, Room BIC 1540
Glen Ellyn, IL 60137
DEADLINE FOR SUBMISSION OF QUESTIONS: 5:00 p.m., 5 March 2015
BID DUE DATE: 12 March 2015
TIME: 2:00 PM
DELIVER SEALED BIDS TO:
To: College of DuPage
Purchasing Department
425 Fawell Blvd.
Berg Instructional Center, Room BIC 1540
Glen Ellyn, IL 60137
FIRM NAME:
the undersigned
A.
Proposes to furnish all labor, materials, equipment and services as required to satisfactorily
complete all Work, described here in as required for the completion of the Grading and
Restoration North of Pond all in accordance with the Drawings prepared by the C o l l e g e o f
D u P a g e a n d this Bid Form. The bidder and all bidder’s subcontractors must participate in
applicable apprenticeship and training programs approved by and registered with the United
States Department of Labor’s Bureau of Apprenticeship and Training.”
B.
All work required by the foregoing documents will be accomplished for the lump Sum Bid
Price of
Dollars ($
(Show amount in both words and figures. In case of discrepancy, amount shown in words will govern.)
The Lump Sum Bid Price above EXCLUDES all applicable sales and/or use taxes;
1 of 4
).
C.
Bidder agrees that if written notice of the acceptance of this bid is mailed or delivered to the
undersigned within 60 days after the Bid Due Date, or any time thereafter before it is
withdrawn, the undersigned shall meet a representative of College of DuPage to execute the
Contract. Performance and Payment Bonds and the appropriate insurance certificates will be
delivered to the College of DuPage at the time of execution of the Contract. Failure to execute
said contract within ten (10) days after receipt of Notice to Award may be considered a default
under the obligation of the bid bond.
D.
The above price includes all stipulations and requirements of Addenda No. ______ and ______
E.
MILESTONE SCHEDULE DATES
1.
2.
3.
4.
F.
Anticipated Date of Notice to Proceed: After April 16, 2015
Commence Submittals: Upon Receipt of Notice to Proceed
Commence Jobsite work for the proposal: April 30, 2015
Complete Jobsite work for this proposal: May 30, 2015
TRADE SUBCONTRACTORS
The following trade subcontractors are proposed for the item of work listed.
Trade
subcontractors are subject to review per the General Conditions. List only firms that will supply
labor at the site.
ITEM OF WORK
TRADE SUBCONTRACTORS
G. UNIT PRICES
Unit Prices shall be used, where applicable, to make adjustments to the cost of the Work due to
changes. All Unit Prices submitted shall be complete in-place prices (unless noted otherwise)
and include all costs for overhead, profit, labor, materials, equipment, and any other incidentals
related to the completion of the Work, and shall remain firm for the period of the contract. Unit
prices listed are for additive work.
2 OF 4
H. ALTERNATE PRICES
An Alternate Price shall include all costs associated with the changes, omissions, additions or
other adjustments to the Work of this bid package (Contract) which are described in the
Alternate, or are reasonably inferable there from. Claims for extras resulting from changes
caused by the acceptance or rejection of any Alternate will not be allowed. Alternate Prices
shall also include all costs of overhead, profit and bonds associated with the work of the
Alternate, whether additive or deductive.
The Drawings, Specifications and other Contract Documents shall be considered appropriately
modified by either the acceptance or rejection of the various Alternates. The College of DuPage
expressly reserves the right to accept or reject any, or all, Alternate Prices, and in any sequence
prior to or after award. Acceptance or rejection of any Alternate does not relieve the Bidder of
timely completion of the Work within the time periods indicated.
Alternate Price 1 – Credit to exclude Fencing and Gate shown C-200 $ ______________
I.
ALLOWANCES
The Bidder includes the following Allowances and rates in the total Lump Sum Bid Price of the
Base Bid for this project. Further to Article 3.8 in the General Conditions and unless noted
otherwise below, the following allowance amounts include the General Contractor’s cost of
materials less applicable discounts, delivery to the site, applicable taxes, unloading, handling,
installation, allowable overhead and profit. All other costs associated with completing the work
described in the allowance is included in the base bid but outside of the allowance amount.
Unforseen Conditions Allowance: $5,000.00
J.
SCOPE OF WORK
1. Description of Work Included
Tthe Work of this Contract shall INCLUDE but are not limited to all of the following:
a.
b.
c.
All items of work required by, and/or specified in, those Sections of the
Specifications which are included in attached Specifications.
All items of work related to the Project which are shown on the Contract
Drawings.
All general provisions and items indicated in the attachment A section of the contract
documents.
3 OF 4
CERTIFICATIONS
THE UNDERSIGNED IS CAUTIONED TO CAREFULLY READ THESE CERTIFICATIONS PRIOR TO SIGNING THE
SIGNATURE PAGE. SIGNING THE SIGNATURE PAGE SHALL CONSTITUTE A WARRANTY BY THE UNDERSIGNED
THAT ALL THE STATEMENTS, CERTIFICATIONS AND INFORMATION SET FORTH WITHIN THESE CERTIFICATIONS
ARE TRUE, COMPLETE AND CORRECT AS OF THE DATE THE SIGNATURE PAGE IS SIGNED. THE
UNDERSIGNED IS NOTIFIED THAT IF THE COLLEGE LEARNS THAT ANY OF THE FOLLOWING CERTIFICATIONS
WERE FALSELY MADE, THAT ANY CONTRACT ENTERED INTO WITH THE UNDERSIGNED SHALL BE SUBJECT TO
TERMINATION.
A. Prevailing Wage Act. To the extent required by law, Contractor shall not pay
less than the prevailing wage as established pursuant to an Act Regulating the Wages of
Laborers, Mechanics, and Other Workman employed under Contract for Public Workers
820 ILCS 130/1 et seq.
B. Human Rights Act. To the extent required by law, Contractor shall abide by
the Illinois Human Rights Act, 775 ILCS 10/0.01 et seq.
C. Drug Free Workplace. To the extent required by law, Contractor shall abide
with the requirements of the Drug Free Workplace Act 30 ILCS 580.1 et seq.
D. Sexual Harassment Policy. Contractor represents by the signing of this
Agreement that it has a written sexual harassment policy that is in accordance with 775
ILCS 5/2-105 (A) (4).
E.
Non-debarment. By executing this agreement Contractor certifies that it has
not been debarred from public contracts in the State of Illinois for violating either 33E-3 or
33E-4 of the Public Contracts Act, 720 ILCS 5/33E-1 et seq.
F.
Fair Employment Practice Contractor is in compliance with all State and Federal laws regarding Fair
Employment Practice as well as all rules and regulations.
G. Our company has an Equal Employment Opportunity and Affirmative Action Program which complies with
Executive Order 11246, the Vietnam Era Veterans’ Readjustment Assistance Act of 1974, and the
Rehabilitation Act of 1973.
Yes _______ No _______
H, Our company certifies that Contractor and all subcontractors participate in applicable apprenticeship and
training programs approved by and registered with the United States Department of Labor’s Bureau of
Apprenticeship and Training.
ADVICE
MINORITY/WOMAN-OWNED, DISADVANTAGED BUSINESS? YES_____ NO_____. If yes, please attach copy of
certification and advise certification number and expiration date below:
STATE NEGOTIATED BID/ COOPERATIVE AGREEMENT: YES _____ NO _______ Contract No. ___________
Name of Certifying Entity: _________________________________________________________
Certification #: ________________ _____________
CE-1
Expiration Date:
_____
SIGNATURE PAGE
Check One:
 SOLE PROPRIETOR  PARTNERSHIP (and/or JOINT VENTURE)  LIMITED LIABILITY COMPANY
 CORPORATION
The undersigned acknowledges receipt of a full set of Contract Documents and Addenda Numbers __________________
(None unless indicated here). The undersigned makes the foregoing Bid subject to all of the terms and conditions of the
Contract Documents. The undersigned certifies that all of the foregoing statements of the Vendor Certifications are true
and correct. The undersigned warrants that all of the facts and information submitted by the undersigned in connection
with this Bid are true and correct. Upon award and execution of this Contract by the College of DuPage Board of Trustees,
the undersigned agrees that execution of this Bid shall stand as the undersigned's execution of this Contract.
BUSINESS NAME:__________________________________________________________________________
BUSINESS ADDRESS:
____________________________________________________________________________________________
BUSINESS TELEPHONE:
FAX NUMBER:
EMAIL ADDRESS:
CELLULAR TELEPHONE NUMBER:
FEIN/SSN:
AUTHORIZED SIGNATURE:
_______
PRINT NAME:
TITLE: _____________________________________________________________________________________
DATE:
Subscribed to and sworn before me this
day of
, 2015.
My commission expires:
X
Notary Public Signature
Notary Seal
*
Attach hereto a partnership resolution or other document authorizing the individual signing this Signature
Page to so sign on behalf of the Partnership.
**
If the LLC is not registered in the State of Illinois, a copy of a current Certificate of Good Standing from the
state of incorporation must be submitted with this Signature Page.
*** Attach either a certified copy of the by-laws, articles, resolution or other authorization demonstrating such
persons to sign the Signature Page on behalf of the LLC.
*** If the corporation is not registered in the State of Illinois, a copy of the Certificate of Good Standing from the
state of incorporation must be submitted with this Signature Page.
***** In the event that this Signature Page is signed by any persons other than the President and Secretary, attach
either a certified copy of the corporate by-laws, a resolution or other authorization by the corporation,
authorizing such persons to sign the Signature Page on behalf of the corporation.
CE-2
COLLEGE OF DUPAGE SIGNATURE PAGE
ON BEHALF OF THE COLLEGE OF DUPAGE, A BODY POLITIC AND CORPORATE OF THE STATE OF
ILLINOIS, THIS CONTRACT IS HEREBY EXECUTED BY:
SENIOR VICE-PRESIDENT ADMINISTRATION AND TREASURER
DATED AT GLEN ELLYN, ILLINOIS THIS _____ DAY OF______________________, ,2015
THE COLLEGE HEREBY ACCEPTS:
THE FOREGOING PROPOSAL AS IDENTIFIED IN THE CONTRACT DOCUMENTS FOR CONTRACT FOR
Grading and Restoration North of Pond 9
TOTAL AMOUNT OF CONTRACT: $
(DOLLARS AND CENTS)
FUND CHARGEABLE:
CE-3
SECTION 31 1000
SITE PREPARATION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions and Division 1
Specification Sections, apply to this Section.
1.2
Referenced Specifications
A. Section 31 2000, Earth Moving
B. Section 32 0513, Topsoil
C. Section 32 9200, Lawns
1.3
SUMMARY
A. Scope of Work: This Section includes the following:
1. Protecting existing trees and vegetation to remain.
2. Removing trees and other vegetation.
3. Clearing and grubbing.
4. Topsoil stripping.
5. Removing above-grade site improvements
B. Definitions:
1. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt,
and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red
than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects
more than two inches in diameter; and free of weeds, roots, and other deleterious
materials.
2. Course Aggregate: Material to comply with Section 1004 of Standard Specifications for
Road and Bridge Construction, latest Edition.
3. Fine Aggregate: Material to comply with Section 1003 of Standard Specifications for
Road and Bridge Construction, latest Edition.
C. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and all other Divisions of the Project Manual, apply to this Section.
1.4
SUBMITTALS
A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings,
adjoining construction, and site improvements that might be misconstrued as damage caused
by site clearing.
1.5
QUALITY ASSURANCE
A. Stake perimeter of area to be cleared and grubbed with 3’ wood lath at all changes in
direction and 25’ o.c. for review by Landscape Architect and prior to beginning any clearing.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 1000 - 1
PART 2 - MATERIALS
A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in
Section 31 2000, EARTH MOVING.
1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not
available on-site.
2. Except for materials necessary for filling and restoration, or to remain on Owner's
property, cleared materials shall become Contractor's property and shall be removed
from the site.
B. NO TOPSOIL STRIPPED FROM THE EXISTING PROJECT AREAS SHALL BE RE-USED
ON SITE.
C. Herbicides shall be as specfed within the refrerenced sections and as submitted by contractor
for approval. Materials shall be as regulated by municipal and county ordinances unless
superceded by Federal regulations.
D. Roundup, or approved equal, shall be used as the Herbicide to kill all all turf grass.
PART 3 - EXECUTION
A. General
1. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent
occupied or used facilities during site-clearing operations.
a. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner Representative and authorities having jurisdiction.
b. Provide alternate routes around closed or obstructed traffic ways if required by
authorities having jurisdiction.
2. Salvageable Improvements: Carefully remove items indicated to be salvaged and store
as directed by the Owner Representative's.
3. Notify utility locator service for area where Project is located before site clearing.
B. Preparation
1. Protect and maintain benchmarks and survey control points from disturbance during
construction.
2. Provide erosion-control measures to prevent soil erosion and discharge of soil-bearing
water runoff or airborne dust to adjacent properties and walkways.
3. Locate and clearly flag trees and vegetation to remain or to be relocated.
4. Protect existing site improvements to remain from damage during construction.
Restore damaged improvements to their original condition, as acceptable to Owner or
their Construction Manager.
C. Clearing and Grubbing
1. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of
new construction. Removal includes digging out stumps and obstructions and grubbing
roots.
a. Do not remove trees, shrubs, and other vegetation indicated to remain or to be
relocated.
b. Cut minor roots and branches of trees indicated to remain in a clean and careful
manner where such roots and branches obstruct installation of new construction.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 1000 - 2
c.
Completely remove stumps, roots, obstructions, and debris extending to a depth of
18 inches below exposed subgrade.
d. Use only hand methods for grubbing within drip line of remaining trees.
2. Fill depressions caused by clearing and grubbing operations with satisfactory soil
material, unless further excavation or earthwork is indicated.
a. Place fill material in horizontal layers not exceeding eight inch loose depth, and
compact each layer to a density equal to adjacent original ground.
3. All tree and shrubs to be removed shall be chipped or, shredded and removed from the
site on the same day that they are cut down or uprooted
4. Existing sodded/grass turf areas, which are to to receive new sod and/or seed but not
topsoil, shall be treated with Roundup per manufacturer’s directions. Wait a period of 2
weeks ( or per directions) until all material is dead – reaply if required until material is
dead. Then cultivate the dead grass and soil to a depth of 4” (or as otherwise shown on
drawings). Rake cultivated soil area to a smooth and level grade to drain, crushing all
clumps to size less than 2” in diameter as preparation for seed or sod.
D. Topsoil Stripping
1. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling
with underlying subsoil or other waste materials.
a. Strip surface soil of unsuitable topsoil, including trash, debris, weeds, roots, and other
waste materials.
2. Stockpile topsoil materials away from edge of excavations without intermixing with
subsoil. Grade and shape stockpiles to drain surface water.
a. Do not stockpile topsoil within drip line of remaining trees.
b. Stripped topsoil and other materials shall be disposed of at a State certified location
as required for waste material disposal.
E. Site Improvements
1. Remove existing above- and below-grade improvements as indicated and as necessary
to facilitate new construction.
2. Remove all exsiting fences, as shown on drawings, included the complete removal and
proper offsite disposal of all components including post, rails, wires and foundations.
3. Remove slabs, paving, curbs, gutters, and aggregate base as indicated.
a. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut along
line of existing pavement to remain before removing adjacent existing pavement.
Saw-cut faces vertically.
b. Paint cut ends of steel reinforcement in concrete to remain with two coats of antirust
coating, following coating manufacturer's written instructions. Keep paint off surfaces
that will remain exposed.
F. Disposal
1. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished
materials, and waste materials, including trash and debris, and legally dispose of them off
Owner's property.
END OF SECTION
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 1000 - 3
THIS PAGE INTENTIONALLY BLANK
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 1000 - 4
SECTION 31 2000
EARTH MOVING
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
B.
Section Includes:
1.
Preparing subgrades for walks and pavements.
2.
Subbase course for concrete walks and pavements.
3.
Subbase course and base course for asphalt paving.
4.
Excavating and backfilling trenches for utilities and pits for buried utility structures.
Related Sections:
1.
1.3
Section 311000 "Site Preparation" for site stripping, grubbing, stripping and stockpiling
topsoil, and removal of above- and below-grade improvements and utilities.
DEFINITIONS
A.
Backfill: Soil material or controlled low-strength material used to fill an excavation.
B.
Base Course: Aggregate layer placed between the subbase course and paving material.
C.
Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before
laying pipe.
D.
Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.
E.
Drainage Course: Aggregate layer supporting the slab-on-grade that also minimizes upward
capillary flow of pore water.
F.
Excavation: Removal of material encountered above subgrade elevations and to lines and
dimensions indicated.
G.
1.
Authorized Additional Excavation: Excavation below subgrade elevations or beyond
indicated lines and dimensions as directed by Architect. Authorized additional
excavation and replacement material will be paid for according to Contract provisions for
unit prices.
2.
Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length.
3.
Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated
lines and dimensions without direction by Architect. Unauthorized excavation, as well as
remedial work directed by Architect, shall be without additional compensation.
Fill: Soil materials used to raise existing grades.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 1
H.
Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical
and electrical appurtenances, or other man-made stationary features constructed above or
below the ground surface.
I.
Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill
immediately below subbase, drainage fill, drainage course, or topsoil materials.
J.
Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground
services within buildings.
1.4
RFERENCES
A.
1.5
Illinois Department of Transportation Standard Specifications for Road and Bridge Construction,
current edition, herein referred to as IDOT.
ACTION SUBMITTALS
A.
B.
1.6
Product Data: For each type of the following manufactured products required:
1.
Geotextiles.
2.
Controlled low-strength material, including design mixture.
3.
Warning tapes.
Samples for Verification: For the following products, in sizes indicated below:
1.
Geotextile: 12 by 12 inches.
2.
Warning Tape: 12 inches long; of each color.
INFORMATIONAL SUBMITTALS
A.
Qualification Data: For qualified testing agency.
B.
Material Test Reports: For each on-site and borrow soil material proposed for fill and backfill
as follows:
C.
1.7
1.
Classification according to ASTM D 2487.
2.
Laboratory compaction curve according to ASTM D 1557.
Pre-excavation Photographs or Videotape: Show existing conditions of adjoining construction
and site improvements, including finish surfaces that might be misconstrued as damage caused
by earth moving operations. Submit before earth moving begins.
POST-CONSTRUCTION SUBMITTALS
A.
Topographic Survey: The Contractor shall furnish a post-construction as-built engineering
survey performed by a State of Illinois registered surveyor. The survey shall include the
following:
1.
College of DuPage reference points of beginning and both horizontal and vertical
coordinate positions.
2.
All finished topography contours at one-foot intervals.
3.
All building perimeter and all hardscape (walls, walls, steps, etc.)
4.
Light fixtures and electrical service lines.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 2
1.8
5.
Spot elevations of the base of all light fixtures, flag poles, and bollards.
6.
All utilities, both above and below grade, identified by a contractor-hired utility locator and
J.U.L.I.E. Include spot elevations for RIMs of all above grade structures.
7.
Invert elevations for storm water and sanitary lines in structures for all structures within
project limits shall be noted; however, the extent to which these utilities are connected to
adjacent public and private right-of-way- must be documented to the first connecting
structure.
QUALITY ASSURANCE
A.
Testing and Inspection Service
1.
The Contractor shall engage (and pay all cost) for soil testing and inspection services to
perform sampling and testing of soil materials proposed for use in the work.
2.
The Contractor shall engage (and pay all cost) for soil testing and inspection service to
perform sampling and testing of in place soil materials for quality control during earthwork
operations, with the exception of those outlined in 1.4, A., 4. e. in this section.
3.
Laboratory Tests
a.
Soil classification tests in accordance with ASTM D2487.
b.
Mechanical analysis and consistency tests of excavated material or other material
which may be proposed by the Contractor for use. Determine also the amount of
non-durable and organic material. Test may include ASTM D422 (Particle Size),
D4318 (Liquid Limit, Plastic Limit and Plasticity), D1140 (Fines), or D427
(Volumetric Shrinkage).
c.
Moisture-density tests of each type of soil material the Contractor proposes to use
in accordance with ASTM D1557.
d.
Bearing capacity of the soil under foundations by calibrated penetrometers.
e.
After testing, the testing laboratory shall inform the Landscape Architect in writing
of its recommendations for compaction of the soil samples submitted for testing.
One copy of each report shall be sent to the Contractor and Landscape Architect.
The Contractor shall comply with such recommendations.
4.
Field Control Tests
a.
The soil testing laboratory shall conduct field tests for density of soil in place of
subgrade for cut and for all compacted areas as referenced to be compacted
within these specifications. Soil testing locations shall be marked by testing agency
in field and remain undisturbed until authorized by Landscape Architect to be
removed.
b.
When, in the judgment of the Landscape Architect, there is reasonable doubt that
a fill or backfill material exhibits characteristics of the material which has been
proposed for use, a field-conducted one point proctor test will be performed. If the
moisture-density coordinates of the one point proctor test do not fall on the curve
which has been established by laboratory tests, a sample of that material shall be
tested in the laboratory for conformance to the specifications.
c.
Density of soil in place test in accordance with ASTM D1556, sand cone method,
or ASTM D2922 nuclear method, shall be made for each 5,000 square feet of
subgrade and each compacted layer of backfill and fill 24 inches or less in depth
and as directed by the Landscape Architect.
d.
One copy of each report shall be submitted to the Contractor. Reports will
designate the location of the work tested.
e.
All soil materials to be removed from the site shall comply with all Federal and
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 3
State of Illinois EPA testing requirements including EPA CCDD. A contract
allowance has been included to cover the costs for CCDD testing including but not
limited to licensed P.E. labor and laboratory testing fees. These allowance
amounts are listed on the bid form section 00 4100.
The College of DuPage has existing established profiles for CCDD materials from
other locations (outside the limits of this project) on the Glen Ellyn campus with the
following dump sites. These sites are provided for information only and the College
makes no guarantees regarding the site’s capacity or willingness to accept spoil
materials:
Chicago Elmhurst Stone (CCDD)
400 W. First Street
Elmhurst, IL 60126
630-832-4000
Bluff City Materials (CCDD)
2252 Southwind Blvd.
Bartlett, IL 60103
630-497-8700
Republic Services, Inc./Congress Development Co Landfill (CCDD)
4100 W. Frontage Road
Hillside, IL 60162
Phone: (708) 544-5195
B.
1.9
Pre-excavation Conference: Conduct conference at Project site.
PROJECT CONDITIONS
A.
B.
Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied
or used facilities during earth moving operations.
1.
Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction.
2.
Provide alternate routes around closed or obstructed traffic ways if required by Owner or
authorities having jurisdiction.
Utility Locator Service:
1.
Notify J.U.L.I.E. at 1-800-892-0123 for area where Project is located before beginning
earth moving operations.
2.
Coordinate pre-construction Utility Locate Meeting with owner prior to mobilization.
C.
Do not commence earth moving operations until temporary erosion- and sedimentation-control
measures, specified in Section 312500 "Erosion Control and Sediment Controls," are in place.
D.
The following practices are prohibited within protection zones:
1.
Storage of construction materials, debris, or excavated material.
2.
Parking vehicles or equipment.
3.
Foot traffic.
4.
Erection of sheds or structures.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 4
5.
Impoundment of water.
6.
Excavation or other digging unless otherwise indicated.
7.
Attachment of signs to or wrapping materials around trees or plants unless otherwise
indicated.
E.
Do not direct vehicle or equipment exhaust towards protection zones.
F.
Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones.
PART 2 - PRODUCTS
2.1
SOIL MATERIALS
A.
ALL AGGREGATE MATERIAL, NOT USED IN A PAVEMENT MIXTURE, MUST BE A
RECYCLED CONCRETE PRODUCT OR NATURAL STONE OTHER THAN LIMESTONE.
ABSOLUTELY NO LIMESTONE (CRUSHED OR WHOLE) SHALL BE USED FOR
PAVEMENT BASE OR UTILITY TRENCH BACKFILL.
B.
General: Provide borrow soil materials when sufficient satisfactory soil materials are not
available from excavations.
C.
Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to
ASTM D 2487, or a combination of these groups; free of rock or gravel larger than 3 inches in
any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.
D.
Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT
according to ASTM D 2487, or a combination of these groups.
1.
Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of
optimum moisture content at time of compaction.
E.
Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed
stone, and natural or crushed sand; IDOT Subbase Granular Material, Type A in accordance
with all requirements of IDOT Sections 311.05 and 1004.04 unless otherwise noted.
F.
Aggregate Base Course: Naturally or artificially graded mixture of natural or crushed gravel,
crushed stone, and natural or crushed sand; CA-6 in accordance with all requirements of IDOT
Sections 351.05 and 1004.04 for IDOT Aggregate Base.
G.
Granular Backfill: Naturally or artificially graded mixture of natural or crushed gravel, crushed
stone, and natural or crushed sand; CA-6 in accordance with all requirements of IDOT Section
1004.04 for IDOT Granular Embankment, Special.
H.
Granular Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed
stone, and natural or crushed sand; CA-11 or CA-13 in accordance with all requirements of
IDOT Section 1004.01.
I.
Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed
gravel; CA-7 in accordance with all requirements of IDOT Section 1004.01.
J.
Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and
natural sand; CA-18 in accordance with all requirements of IDOT Section 1004.05 for Porous
Granular Embankment and Backfill.
K.
Sand: ASTM C 33; fine aggregate.
L.
Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 5
2.2
GEOTEXTILES
A.
B.
2.3
Subsurface Drainage Geotextile: Nonwoven needle-punched geotextile, manufactured for
subsurface drainage applications, made from polyolefins or polyesters; with elongation greater
than 50 percent; complying with AASHTO M 288 and the following, measured per test methods
referenced:
1.
Grab Tensile Strength: 157 lbf; ASTM D 4632.
2.
Sewn Seam Strength: 142 lbf; ASTM D 4632.
3.
Tear Strength: 56 lbf; ASTM D 4533.
4.
Puncture Strength: 56 lbf; ASTM D 4833.
5.
Apparent Opening Size: No. 40 sieve, maximum; ASTM D 4751.
6.
Permittivity: 0.5 per second, minimum; ASTM D 4491.
7.
UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355.
Separation Geotextile: Woven geotextile fabric, manufactured for separation applications,
made from polyolefins or polyesters; with elongation less than 50 percent; complying with
AASHTO M 288 and the following, measured per test methods referenced:
1.
Grab Tensile Strength: 247 lbf; ASTM D 4632.
2.
Sewn Seam Strength: 222 lbf; ASTM D 4632.
3.
Tear Strength: 90 lbf; ASTM D 4533.
4.
Puncture Strength: 90 lbf; ASTM D 4833.
5.
Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751.
6.
Permittivity: 0.02 per second, minimum; ASTM D 4491.
7.
UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355.
CONTROLLED LOW-STRENGTH MATERIAL
A.
2.4
Controlled Low-Strength Material: Self-compacting, low-density, flowable concrete material
produced from the following:
1.
Portland Cement: ASTM C 150, Type I or Type II.
2.
Fly Ash: ASTM C 618, Class C or F.
3.
Normal-Weight Aggregate: ASTM C 33, 3/4-inch nominal maximum aggregate size.
4.
Foaming Agent: ASTM C 869.
5.
Water: ASTM C 94/C 94M.
6.
Air-Entraining Admixture: ASTM C 260.
7.
Compressive Strength: 1500 psi at 28 days.
ACCESSORIES
A.
Warning Tape: Acid- and alkali-resistant, polyethylene film warning tape manufactured for
marking and identifying underground utilities, 6 incheswide and 4 mils thick, continuously
inscribed with a description of the utility; colored as follows:
1.
Red: Electric.
2.
Yellow: Gas, oil, steam, and dangerous materials.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 6
3.
Orange: Telephone and other communications.
4.
Blue: Water systems.
5.
Green: Sewer systems.
PART 3 - EXECUTION
3.1
PREPARATION
A.
Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards created by earth
moving operations.
B.
Protect and maintain erosion and sedimentation controls during earth moving operations.
C.
Protect subgrades and foundation soils from freezing temperatures and frost. Remove
temporary protection before placing subsequent materials.
3.2
DEWATERING
A.
Prevent surface water and ground water from entering excavations, from ponding on prepared
subgrades, and from flooding Project site and surrounding area.
B.
Protect subgrades from softening, undermining, washout, and damage by rain or water
accumulation.
1.
3.3
Reroute surface water runoff away from excavated areas. Do not allow water to
accumulate in excavations. Do not use excavated trenches as temporary drainage
ditches.
EXPLOSIVES
A.
3.4
Explosives: Do not use explosives.
EXCAVATION, GENERAL
A.
Unclassified Excavation: Excavate to subgrade elevations regardless of the character of
surface and subsurface conditions encountered. Unclassified excavated materials may include
rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time
will be authorized for rock excavation or removal of obstructions.
1.
B.
Classified Excavation: Excavate to subgrade elevations. Material to be excavated will be
classified as earth.
1.
3.5
If excavated materials intended for fill and backfill include unsatisfactory soil materials
and rock, replace with satisfactory soil materials.
Earth excavation includes excavating pavements and obstructions visible on surface;
underground structures, utilities, and other items indicated to be removed; together with
soil, boulders, and other materials not classified as rock or unauthorized excavation.
EXCAVATION FOR WALKS AND PAVEMENTS
A.
Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations,
and subgrades.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 7
3.6
EXCAVATION FOR UTILITY TRENCHES
A.
Excavate trenches to indicated gradients, lines, depths, and elevations.
1.
B.
Excavate trenches to uniform widths to provide the following clearance on each side of pipe or
conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of
pipe or conduit unless otherwise indicated.
1.
C.
D.
3.7
Clearance: As indicated.
Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support
of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and
barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and
sharp objects along trench subgrade.
1.
For pipes and conduit less than 6 inches in nominal diameter, hand-excavate trench
bottoms and support pipe and conduit on an undisturbed subgrade.
2.
For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to
support bottom 90 degrees of pipe or conduit circumference. Fill depressions with
tamped sand backfill.
3.
For flat-bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support
conduit on an undisturbed subgrade.
4.
Excavate trenches 6 inches deeper than elevation required in rock or other unyielding
bearing material to allow for bedding course.
Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe and conduit
elevations to allow for bedding course. Hand-excavate deeper for bells of pipe.
1.
E.
Beyond building perimeter, excavate trenches to allow installation of top of pipe below
frost line.
Excavate trenches 6 inches deeper than elevation required in rock or other unyielding
bearing material to allow for bedding course.
Trenches in Tree- and Plant-Protection Zones:
1.
Hand-excavate to indicated lines, cross sections, elevations, and subgrades. Use
narrow-tine spading forks to comb soil and expose roots. Do not break, tear, or chop
exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots.
2.
Do not cut main lateral roots or taproots; cut only smaller roots that interfere with
installation of utilities.
SUBGRADE INSPECTION
A.
Notify Architect and third party testing agency when excavations have reached required
subgrade.
B.
If third party testing agency determines that unsatisfactory soil is present, continue excavation
and replace with compacted backfill or fill material as directed.
C.
Proof-roll subgrade below the building slabs and pavements with a pneumatic-tired and loaded
10-wheel, tandem-axle dump truck weighing not less than 15 tons to identify soft pockets and
areas of excess yielding. Do not proof-roll wet or saturated subgrades.
1.
Completely proof-roll subgrade in one direction. Limit vehicle speed to 3 mph.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 8
2.
Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as
determined by Owner's Representative, and replace with compacted backfill or fill as
directed.
D.
Authorized additional excavation and replacement material will be paid for according to Contract
provisions for changes in the Work.
E.
Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or
construction activities, as directed by Architect, without additional compensation.
3.8
UNAUTHORIZED EXCAVATION
A.
Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of
concrete foundation or footing to excavation bottom, without altering top elevation. Lean
concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by
Architect.
1.
3.9
Fill unauthorized excavations under other construction, pipe, or conduit as directed by
Architect.
STORAGE OF SOIL MATERIALS
A.
Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing.
Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.
1.
3.10
A.
B.
3.11
Stockpile soil materials away from edge of excavations. Do not store within drip line of
remaining trees.
BACKFILL
Place and compact backfill in excavations promptly, but not before completing the following:
1.
Construction below finish grade including, where applicable, subdrainage, dampproofing,
waterproofing, and perimeter insulation.
2.
Surveying locations of underground utilities for Record Documents.
3.
Testing and inspecting underground utilities.
4.
Removing concrete formwork.
5.
Removing trash and debris.
6.
Removing temporary shoring and bracing, and sheeting.
7.
Installing permanent or temporary horizontal bracing on horizontally supported walls.
Place backfill on subgrades free of mud, frost, snow, or ice.
UTILITY TRENCH BACKFILL
A.
Ensure proper inspection by governing jurisdictions has taken place prior to backfilling of
utilities.
B.
Place backfill on subgrades free of mud, frost, snow, or ice.
C.
Place and compact bedding course on trench bottoms and where indicated. Shape bedding
course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings,
and bodies of conduits.
D.
Backfill voids with satisfactory soil while removing shoring and bracing.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 9
E.
Place and compact initial backfill of granular backfill, free of particles larger than 1 inch in any
dimension, to a height of 12 inches over the pipe or conduit.
1.
Carefully compact initial backfill under pipe haunches and compact evenly up on both
sides and along the full length of piping or conduit to avoid damage or displacement of
piping or conduit. Coordinate backfilling with utilities testing.
F.
Place and compact final backfill of satisfactory soil to final subgrade elevation.
G.
Install warning tape directly above utilities, 12 inches below finished grade, except 6
inches below subgrade under pavements and slabs.
3.12
SOIL FILL
A.
Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill
material will bond with existing material.
B.
Place and compact fill material in layers to required elevations as follows:
C.
3.13
A.
3.14
1.
Under grass and planted areas, use satisfactory soil material.
2.
Under walks and pavements, use granular backfill.
3.
Under steps and ramps, use granular backfill.
4.
Under building slabs, use granular backfill.
5.
Under footings and foundations, use granular backfill.
Place soil fill on subgrades free of mud, frost, snow, or ice.
SOIL MOISTURE CONTROL
Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before
compaction to within 2 percent of optimum moisture content.
1.
Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain
frost or ice.
2.
Remove and replace, or scarify and air dry, otherwise satisfactory soil material that
exceeds optimum moisture content by 2 percent and is too wet to compact to specified
dry unit weight.
COMPACTION OF SOIL BACKFILLS AND FILLS
A.
Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material
compacted by heavy compaction equipment, and not more than 4 inches in loose depth for
material compacted by hand-operated tampers.
B.
Place backfill and fill soil materials evenly on all sides of structures to required elevations, and
uniformly along the full length of each structure.
C.
Compact soil materials to not less than the following percentages of maximum dry unit weight
according to ASTM D 1557:
1.
Under structures, building slabs, steps, and pavements, scarify and recompact top 12
inches of existing subgrade and each layer of backfill or fill soil material at 95 percent.
2.
Under walkways, scarify and recompact top 6 inches below subgrade and compact each
layer of backfill or fill soil material at 95 percent.
3.
Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 10
compact each layer of backfill or fill soil material at 90 percent.
4.
3.15
A.
B.
3.16
For utility trenches, compact each layer of initial and final backfill soil material at 95
percent.
GRADING
General: Uniformly grade areas to a smooth surface, free of irregular surface changes.
Comply with compaction requirements and grade to cross sections, lines, and elevations
indicated.
1.
Provide a smooth transition between adjacent existing grades and new grades.
2.
Cut out soft spots, fill low spots, and trim high spots to comply with required surface
tolerances.
Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding.
Finish subgrades to required elevations within the following tolerances:
1.
Turf or Unpaved Areas: Plus or minus 1 inch.
2.
Walks: Plus or minus 1 inch.
3.
Pavements: Plus or minus 1/2 inch.
SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS
A.
Place subbase course and base course on subgrades free of mud, frost, snow, or ice.
B.
On prepared subgrade, place subbase course and base course under pavements and walks as
follows:
3.17
A.
B.
1.
Shape subbase course and base course to required crown elevations and cross-slope
grades.
2.
Place subbase course and base course 6 inches or less in compacted thickness in a
single layer.
3.
Place subbase course and base course that exceeds 6 inches in compacted thickness in
layers of equal thickness, with no compacted layer more than 6 inches thick or less
than 3 inches thick.
4.
Compact subbase course at optimum moisture content to required grades, lines, cross
sections, and thickness to not less than 95 percent of maximum dry unit weight according
to ASTM D 1557.
FIELD QUALITY CONTROL
Special Inspections: Owner will engage a qualified special inspector to perform the following
special inspections:
1.
Determine prior to placement of fill that site has been prepared in compliance with
requirements.
2.
Determine that fill material and maximum lift thickness comply with requirements.
3.
Determine, at the required frequency, that in-place density of compacted fill complies with
requirements.
Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to
perform tests and inspections.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 11
C.
Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with
subsequent earth moving only after test results for previously completed work comply with
requirements.
D.
Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167,
ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following
locations and frequencies:
E.
3.18
1.
Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill
layer, at least one test for every 2000 sq. ft. or less of paved area or building slab, but in
no case fewer than three tests.
2.
Foundation Wall Backfill: At each compacted backfill layer, at least one test for
every 100 feet or less of wall length, but no fewer than two tests.
3.
Trench Backfill: At each compacted initial and final backfill layer, at least one test for
every 150 feet or less of trench length, but no fewer than two tests.
When testing agency reports that subgrades, fills, or backfills have not achieved degree of
compaction specified, scarify and moisten or aerate, or remove and replace soil materials to
depth required; recompact and retest until specified compaction is obtained.
PROTECTION
A.
Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion.
Keep free of trash and debris.
B.
Repair and reestablish grades to specified tolerances where completed or partially completed
surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent
construction operations or weather conditions.
1.
C.
Where settling occurs before Project correction period elapses, remove finished surfacing,
backfill with additional soil material, compact, and reconstruct surfacing.
1.
3.19
A.
Scarify or remove and replace soil material to depth as directed by Architect; reshape
and recompact.
Restore appearance, quality, and condition of finished surfacing to match adjacent work,
and eliminate evidence of restoration to greatest extent possible.
DISPOSAL OF SURPLUS AND WASTE MATERIALS
Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and
debris, and legally dispose of them off Owner's property, unless otherwise directed by Owner.
END OF SECTION
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2000 - 12
SECTION 31 2500
EROSION AND SEDIMENT CONTROLS
PART 1 - GENERAL
RELATED DOCUMENTS
1.1
A.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2
A.
Section Includes:
1.
B.
1.3
Constructing and maintaining all existing and any new, temporary and/or permanent
erosion control systems as shown on the plans or as ordered by the Owner's
Representative during the life of the contract to control erosion and sediment damage to
swales, slopes, utilities, roadways, adjacent properties and water resources through the
use of basins, erosion blankets, temporary seeding, silt fence, inlet protection and other
erosion control devices or methods.
Related Specifications
1.
Section 311000 - "Site Preparation"
2.
Section 312000 - "Earthwork"
REFERENCES
A.
Illinois Department of Transportation (IDOT) Standard Specifications for Road and Bridge
Construction, current edition, herein referred to as IDOT.
B.
National Resources Conservation Service, 2009 Illinois Urban Manual, (NRCS Urban Manual).
C.
Illinois Department of Environmental Protection (IEPA) Environmental Regulations for the State
of Illinois, Title 35 of the Illinois Administrative Code.
D.
Illinois Department of Environmental Protection General NPDES Permit for Construction Site
Activities (NPDES Permit No. ILR10). This Permit can be located
at: http://www.epa.state.il.us/water/permits/storm-water/general-construction-permit.pdf
1.4
QUALITY ASSURANCE
A.
Regulatory Requirements
1.
1.5
All work is to be installed in accordance with the requirements for erosion controls of the
Illinois EPA under the National Pollutant Discharge Elimination System (NPDES) permit.
In case of any discrepancies between the standards of the above agencies and the
contract documents, the agency’s standards shall prevail. All discrepancies shall be
brought to the attention of the Owner's Representative.
INSPECTIONS AND MAINTENANCE
A.
The Contractor shall conduct and document soil erosion and control inspections of the entire
construction project including permitted locations and potentially impacted streams.
Inspections are required and shall be performed in compliance with IEPA Stormwater Permit
Requirements.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 1
B.
Inspections shall be performed on this schedule thereafter until the site is permanently
stabilized to determine if the permit requirements are being met. Where sites have been finally
or temporarily stabilized, or runoff is unlikely due to winter conditions (e.g. site covered with
snow, ice or frozen ground), such inspection only has conducted once per week.
C.
The inspection report shall contain:
D.
1.6
1.
The type of inspection (e.g. anticipated rainfall events, during or within twenty-four hours
after 0.5 inch or greater rainfall event or by-weekly),
2.
Deficiencies in meeting permit requirements,
3.
Photo documentation of deficiencies,
4.
Repairs needed and completed or schedule of repair if immediate repair is impracticable,
5.
The forecasted rainfall percentage for each day between inspections, and
6.
The approximate duration (or start and ending times) of 0.5 inch or greater rainfall event.
The Contractor shall make necessary maintenance and repairs relative to deficiencies in these
permit conditions or requirements within twenty-four hours after inspections unless conditions
make a particular activity impracticable.
SUBMITTALS
A.
The Contractor shall furnish shop drawings for materials used to implement the erosion control
plan including but not limited to the following:
1.
Silt Fence
2.
Erosion Control Blankets
3.
Entrance Stone
4.
Inlet filter and inlet protection
5.
Temporary Seeding
PART 2 - PRODUCTS
2.1
GENERAL
A.
Provide materials as indicated on the Drawings, in compliance with the NRCS Illinois Urban
Manual, subject to approval and modification by the Owner, Owner's Representative and the
local enforcing agency.
B.
When the design or contract includes permanent erosion control or stormwater control features,
the contractor may employ these items to control erosion and stormwater during construction
activities. However, these features shall be fully cleaned and restored to the original design
providing full function for the intended permanent use prior to acceptance of the work.
2.2
SILT FENCE
A.
Fabric: Meet specified minimums in the following table:
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 2
Woven Geotextile
Fabric
Non-Woven Geotextile
Fabric
85%
85%
50 lbs. per linear inch 70
lbs. per linear inch
Slurry flow rate
30 lbs. per linear inch
50 lbs. per linear inch
0.3 gal./min./square
feet
Water flow rate
15 gal./min./square feet
220 gal./min./square feet
UV resistance
70%
85%
Physical Property
Filtering efficiency
Textile strength at 20%
elongation Standard strength
Extra strength
4.5 gal./min./square feet
B.
Height – a minimum of 18 inches above ground level (30 inches maximum).
C.
Reinforcement – fabric securely fastened to posts with wood lathe.
D.
Support Posts: 2 x 2 inch hardwood posts. Steel fence posts may be substituted for hardwood
posts (steel posts should have projections for fastening fabric).
1.
2.3
Spacing: Eight feet maximum if fence is supported by wire mesh fencing, Six feet
maximum for extra-strength fabric without wire backing.
CONSTRUCTION ACCESS
A.
B.
Dimensions:
1.
Width – 20 feet minimum or full width of entrance/exit drive, whichever is greater.
2.
Length – 70 feet minimum.
3.
Thickness – six inches minimum.
Materials:
1.
One to two and one-half inch diameter washed aggregate shall be IDOT Coarse
Aggregate gradation CA-1, 2, 3, or 4.
2.
Rock shall be IDOT Coarse Aggregate Gradation CA-1, CA-2, CA-3, or CA-4.
3.
Geotextile fabric underlayment used as a separation layer to prevent Intermixing of
aggregate and the underlying soil material and to provide greater bearing strength when
encountering wet conditions or soils with a seasonal high water table limitation).
PART 3 - EXECUTION
3.1
GENERAL
A.
Erosion control must be considered by the Contractor prior to exposing any erodible material.
Site grading and drainage operations are to be conducted in a manner to prevent or lessen
excessive soil erosion of the construction site work area.
B.
Install temporary erosion control measures as indicated on the drawings as soon as possible
after construction begins.
C.
The Owner or Owner's Representative has the authority to limit the surface area of erodible
earth material exposed by clearing and grubbing, excavation, borrow and embankment
operations and to direct the Contractor to provide immediate temporary or permanent erosion
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 3
control measures. The Contractor will be required to incorporate all permanent erosion control
features into the project at the earliest practicable time to minimize the need for temporary
controls. Cut slopes shall be temporarily seeded and mulched as the excavation proceeds to
the extent considered desirable and practical.
D.
The temporary erosion control system installed by the Contractor shall be properly maintained
to control siltation at all times during the life of the contract. If the Contractor fails to maintain
the temporary erosion control system the Owner or Owner's Representative may, after having
given the Contractor 48 hours written notice, proceed to maintain the system as deemed
necessary, and the cost thereof shall be deducted from any compensation due, or which may
become due the Contractor under this contract.
E.
Remove soil and debris from structures, roadways, pipes, ditches, and other appurtenances to
restore proper functioning.
3.2
SILT FENCE
A.
3.3
Install in accordance with “Silt Fence”, Standard IL-620 of the Illinois Urban Manual.
STABILIZED CONSTRUCTION ENTRANCE
A.
Construct and maintain Tracking Pads in accordance with the Drawings. Provide each
entrance to the site with a stone tracking pad at least 70 feet in length with a minimum thickness
of 6 inches. The tracking pad shall be the full width of the egress point, minimum 14 feet.
Inspect tracking pads on a daily basis and replace aggregate when no longer effective.
B.
If necessary, provide a crushed aggregate paved parking area.
C.
If applicable, wash water shall be discharged to sedimentation basins, sedimentation vessels, or
other such control areas. Untreated wash water shall not be routed to storm sewers or waters
of the state.
3.4
CLEAN UP
A.
Remove temporary erosion control measures at the completion of construction, unless
otherwise directed by the Owner's Representative to remain in place. Take care during
removal to minimize siltation of nearby drainage courses.
END OF SECTION
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 4
SECTION 31 2500
EROSION AND SEDIMENT CONTROLS
PART 1 - GENERAL
RELATED DOCUMENTS
1.1
A.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2
A.
Section Includes:
1.
B.
1.3
Constructing and maintaining all existing and any new, temporary and/or permanent
erosion control systems as shown on the plans or as ordered by the Owner's
Representative during the life of the contract to control erosion and sediment damage to
swales, slopes, utilities, roadways, adjacent properties and water resources through the
use of basins, erosion blankets, temporary seeding, silt fence, inlet protection and other
erosion control devices or methods.
Related Specifications
1.
Section 311000 - "Site Preparation"
2.
Section 312000 - "Earthwork"
REFERENCES
A.
Illinois Department of Transportation (IDOT) Standard Specifications for Road and Bridge
Construction, current edition, herein referred to as IDOT.
B.
National Resources Conservation Service, 2009 Illinois Urban Manual, (NRCS Urban Manual).
C.
Illinois Department of Environmental Protection (IEPA) Environmental Regulations for the State
of Illinois, Title 35 of the Illinois Administrative Code.
D.
Illinois Department of Environmental Protection General NPDES Permit for Construction Site
Activities (NPDES Permit No. ILR10). This Permit can be located
at: http://www.epa.state.il.us/water/permits/storm-water/general-construction-permit.pdf
1.4
QUALITY ASSURANCE
A.
Regulatory Requirements
1.
1.5
All work is to be installed in accordance with the requirements for erosion controls of the
Illinois EPA under the National Pollutant Discharge Elimination System (NPDES) permit.
In case of any discrepancies between the standards of the above agencies and the
contract documents, the agency’s standards shall prevail. All discrepancies shall be
brought to the attention of the Owner's Representative.
INSPECTIONS AND MAINTENANCE
A.
The Contractor shall conduct and document soil erosion and control inspections of the entire
construction project including permitted locations and potentially impacted streams.
Inspections are required and shall be performed in compliance with IEPA Stormwater Permit
Requirements.
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 1
B.
Inspections shall be performed on this schedule thereafter until the site is permanently
stabilized to determine if the permit requirements are being met. Where sites have been finally
or temporarily stabilized, or runoff is unlikely due to winter conditions (e.g. site covered with
snow, ice or frozen ground), such inspection only has conducted once per week.
C.
The inspection report shall contain:
D.
1.6
1.
The type of inspection (e.g. anticipated rainfall events, during or within twenty-four hours
after 0.5 inch or greater rainfall event or by-weekly),
2.
Deficiencies in meeting permit requirements,
3.
Photo documentation of deficiencies,
4.
Repairs needed and completed or schedule of repair if immediate repair is impracticable,
5.
The forecasted rainfall percentage for each day between inspections, and
6.
The approximate duration (or start and ending times) of 0.5 inch or greater rainfall event.
The Contractor shall make necessary maintenance and repairs relative to deficiencies in these
permit conditions or requirements within twenty-four hours after inspections unless conditions
make a particular activity impracticable.
SUBMITTALS
A.
The Contractor shall furnish shop drawings for materials used to implement the erosion control
plan including but not limited to the following:
1.
Silt Fence
2.
Erosion Control Blankets
3.
Entrance Stone
4.
Inlet filter and inlet protection
5.
Temporary Seeding
PART 2 - PRODUCTS
2.1
GENERAL
A.
Provide materials as indicated on the Drawings, in compliance with the NRCS Illinois Urban
Manual, subject to approval and modification by the Owner, Owner's Representative and the
local enforcing agency.
B.
When the design or contract includes permanent erosion control or stormwater control features,
the contractor may employ these items to control erosion and stormwater during construction
activities. However, these features shall be fully cleaned and restored to the original design
providing full function for the intended permanent use prior to acceptance of the work.
2.2
SILT FENCE
A.
Fabric: Meet specified minimums in the following table:
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 2
Woven Geotextile
Fabric
Non-Woven Geotextile
Fabric
85%
85%
50 lbs. per linear inch 70
lbs. per linear inch
Slurry flow rate
30 lbs. per linear inch
50 lbs. per linear inch
0.3 gal./min./square
feet
Water flow rate
15 gal./min./square feet
220 gal./min./square feet
UV resistance
70%
85%
Physical Property
Filtering efficiency
Textile strength at 20%
elongation Standard strength
Extra strength
4.5 gal./min./square feet
B.
Height – a minimum of 18 inches above ground level (30 inches maximum).
C.
Reinforcement – fabric securely fastened to posts with wood lathe.
D.
Support Posts: 2 x 2 inch hardwood posts. Steel fence posts may be substituted for hardwood
posts (steel posts should have projections for fastening fabric).
1.
2.3
Spacing: Eight feet maximum if fence is supported by wire mesh fencing, Six feet
maximum for extra-strength fabric without wire backing.
CONSTRUCTION ACCESS
A.
B.
Dimensions:
1.
Width – 20 feet minimum or full width of entrance/exit drive, whichever is greater.
2.
Length – 70 feet minimum.
3.
Thickness – six inches minimum.
Materials:
1.
One to two and one-half inch diameter washed aggregate shall be IDOT Coarse
Aggregate gradation CA-1, 2, 3, or 4.
2.
Rock shall be IDOT Coarse Aggregate Gradation CA-1, CA-2, CA-3, or CA-4.
3.
Geotextile fabric underlayment used as a separation layer to prevent Intermixing of
aggregate and the underlying soil material and to provide greater bearing strength when
encountering wet conditions or soils with a seasonal high water table limitation).
PART 3 - EXECUTION
3.1
GENERAL
A.
Erosion control must be considered by the Contractor prior to exposing any erodible material.
Site grading and drainage operations are to be conducted in a manner to prevent or lessen
excessive soil erosion of the construction site work area.
B.
Install temporary erosion control measures as indicated on the drawings as soon as possible
after construction begins.
C.
The Owner or Owner's Representative has the authority to limit the surface area of erodible
earth material exposed by clearing and grubbing, excavation, borrow and embankment
operations and to direct the Contractor to provide immediate temporary or permanent erosion
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 3
control measures. The Contractor will be required to incorporate all permanent erosion control
features into the project at the earliest practicable time to minimize the need for temporary
controls. Cut slopes shall be temporarily seeded and mulched as the excavation proceeds to
the extent considered desirable and practical.
D.
The temporary erosion control system installed by the Contractor shall be properly maintained
to control siltation at all times during the life of the contract. If the Contractor fails to maintain
the temporary erosion control system the Owner or Owner's Representative may, after having
given the Contractor 48 hours written notice, proceed to maintain the system as deemed
necessary, and the cost thereof shall be deducted from any compensation due, or which may
become due the Contractor under this contract.
E.
Remove soil and debris from structures, roadways, pipes, ditches, and other appurtenances to
restore proper functioning.
3.2
SILT FENCE
A.
3.3
Install in accordance with “Silt Fence”, Standard IL-620 of the Illinois Urban Manual.
STABILIZED CONSTRUCTION ENTRANCE
A.
Construct and maintain Tracking Pads in accordance with the Drawings. Provide each
entrance to the site with a stone tracking pad at least 70 feet in length with a minimum thickness
of 6 inches. The tracking pad shall be the full width of the egress point, minimum 14 feet.
Inspect tracking pads on a daily basis and replace aggregate when no longer effective.
B.
If necessary, provide a crushed aggregate paved parking area.
C.
If applicable, wash water shall be discharged to sedimentation basins, sedimentation vessels, or
other such control areas. Untreated wash water shall not be routed to storm sewers or waters
of the state.
3.4
CLEAN UP
A.
Remove temporary erosion control measures at the completion of construction, unless
otherwise directed by the Owner's Representative to remain in place. Take care during
removal to minimize siltation of nearby drainage courses.
END OF SECTION
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH OF POND 9
ISSUED FOR BID 02.13.2015
31 2500 - 4
SECTION 32 0513
TOPSOIL
PART 1
1.1
- GENERAL
SUMMARY
A. Section includes all soil materials designated as topsoil and planting mix as shown
on the documents and referenced with the project manual.
B. Related Sections
1.2
1. Earth Moving
Section 31 2000
2. Lawns
Section 32 9200
SUBMITTALS
A. Topsoil Agronomic Test Reports: Submit certified copies of topsoil test reports to the
Landscape Architect, including testing company recommendations for amending
topsoil to meet project specifications.
B. One pound sample (enclosed in 3mil clear plastic bag secured with plastic cable tie)
of each and every soil and soil component.
C. Topographic survey (see Earth Moving Specification)
1.3
QUALITY ASSURANCE
A. Testing
1. The Contractor shall engage and pay for an approved agronomic soil testing
laboratory and an approved physical analysis testing laboratory. The cost of
testing is the responsibility of the Contractor. Laboratory: A&L Great Lakes
Laboratories, Inc. 3505 Conestoga Drive, Fort Wayne, Indiana 46808, phone
260-483-4759 or approved equal.
2. All agronomic soil sampling and testing shall comply with procedures specified in
the USDA Ag. Handbook 60: Diagnosis and improvement of Saline and Alkali
Soils.
B. Required Tests
1. Chemical analysis indicating:
a. Fertility: pH, nitrate nitrogen, ammonia nitrogen, phosphate phosphorous,
potassium, calcium, magnesium.
b. Nutrient data to be given in parts per million (ppm).
2. Physical properties including:
a. Organic content
b. Particle size distribution
c. Permeability
d. Saturated hydraulic conductivity in one hour.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 0513 - 1
PART 2
2.1
- PRODUCTS
TOPSOIL
A. Any import topsoil from offsite must meet the testing requirements within these
specifications.
B. Any import topsoil required shall be furnished as specified below:
1. A fertile, friable, loamy surface soil without admixture of subsoil and free of
stones, stumps, root, trash, debris, and other materials deleterious to plant
growth.
2. The pH range shall be 6.5 to 7.8. Topsoil that does not meet this pH range will
be amended by the addition of pH adjusters approved by the Landscape
Architect.
3. Nutrient data as follows:
Phosphorus
Potassium
Calcium
Magnesium
Cation Exchange Capacity
Soluble Salt
Min. 75 lb./Ac
Min. 300 lb./Ac
Min. 1,500 ppm
Min. 100 ppm
Min. 20 mea/100g
Max. 1,000 ppm
4. Organic content shall not be less than 3 percent and not greater than 10 percent
determined by loss through ignition.
5. Gradation:
a. All topsoil shall be ‘pulverized’ and screened.
Sieve Designation
1” screen
¼” screen
No. 10 U.S.S. mesh sieve
No. 140 U.S.S.
No. 270 U.S.S.
Percent Passing
100
97 - 100
95 - 100
60 - 90
25 - 50
b. Clay content determined by Bouyoucous Hydrometer Test shall range
between 5 percent and 25 percent.
c. Percentages shall be based on dry weight of the sample.
2.2
ORGANIC MATTER
A. Shall be comprised of one of the following:
manure, or peat moss.
composted leaf mulch, well-rotted
B. Shall contain no deleterious elements.
C. Shall contain no material larger than 1” in composite diamter.
PART 3
- EXECUTION
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 0513 - 2
3.1
SOIL AMENDMENTS
A. If topsoil amendments are required as determined by the testing lab in order to meet
project specifications, incorporate such amendments in a manner approved by the
Landscape Architect at no additional cost to the Owner.
3.2
TOPSOIL INSTALLATION
A. Subgrade Preparation
1. Maintain rough grades in the areas to be topsoiled in a uniform condition so as to
prevent future depressions. Prior to placing topsoil, repair disturbances to
previously graded areas and remove surplus subgrade material associated with
any landscape construction. Scarify areas to a depth of 6 inches prior to topsoil
placement. Scarifications to have a maximum 2 foot separation and be cut in two
directions, one perpendicular to the other.
B. Placing Topsoil
1. Uniformly distribute topsoil on lawn areas in sufficient quantity to provide
minimum full depth, as shown on drawings, of soil after compaction and finish
grading. Topsoil shall be spread, cultivated and lightly compacted to prevent
future settlement, dragged and graded to finished grade.
2. Topsoil, when placed, shall be dry enough so as not to puddle or bond. Do not
place topsoil when the subgrade is frozen, excessively wet, extremely dry or in a
condition otherwise detrimental to proper grading or lawn operation.
C. Finished Grades
1. Finished grades shall slope to drain, be free of depressions or other irregularities
after thorough settlement and compaction of soil, and shall be uniform in slope
between grading controls and the elevations indicated. Maximum tolerance from
design elevation shall be ½”.
2. Finished grade for lawn areas shall meet existing grades at contract limits and be
½ inch below finished grade.
3. All finished grading in lawn shall slope to drain properly and leave no standing
water in any area as determined in the sole opinion of the Landscape Architect.
END OF SECTION
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 0513 - 3
FOR REFERENCE
SECTION 32 8000
IRRIGATION SYSTEMS
PART 1 - GENERAL
1.1
SECTION INCLUDES
A. Provide all engineering, labor, associated materials (whether specified or not), equipment,
and supervision required to construct the irrigation system including, but not limited to:
1.
Valves, mechanical and electric.
2.
Field wiring.
3.
Piping; subsurface and pressure.
4.
Sprinkler heads, both rotary, spray and quick coupling valves.
5. Irrigation Controllers.
1.2
SCOPE OF WORK
A. Immediately upon notice to proceed the contractor shall prepare irrigation shop
drawings for the entire irrigation system. The shop drawings shall include all of the
information indicated under 1.11.D and include the manufacturer and model number of all
materials. The shop drawings shall also identify all connections to the existing irrigation
mains and proposed electrical junction boxes. The shop drawings must be designed by a
Certified Irrigation Designer (CID) and shall also include the designer’s CID certification
number and seal. Catalog cuts for all materials shall accompany the shop drawings.
B. The Contractor shall identify, in the shop drawings, the need for the extension of any
irrigation mains or electrical lines to provide service to the automated controllers.
C. Shop drawings shall indicate appropriate valving as shown on the plans. Valves shall be
added to the irrigation main (4” and larger) as necessary to provide:
1. Valves at all connections to irrigation mains (connections to mains 4” and larger).
2. Valves along any mainline pipe to be constructed shall be spaced at no more than
500 feet along the mainline.
3. Valves shall be located at all tees such that each mainline pipe radiating from the tee can
be isolated by closing no more than 3 valves.
4. Valves shall be located on either side of roadway crossings.
5. Valves shall be located on either side of driveway or parking lot crossing such that the
crossing can be isolate with no more than 4 zones being out of service.
D. The Contractor’s designer shall confirm that designs presented in the plans and add heads
or reconfigure the system as necessary to provide 100% double coverage of all irrigated
areas shown in the plans. Contractor shall also confirm that all pipe sizes are adequate for
the anticipated flows for each of the zones. No additional compensation will be provided for
additional heads, valves, piping or other necessary equipment that is necessary to provide
adequate coverage of all areas to be irrigated. The contractor must provide a system that
meets the audit requirements outlined under paragraph 3.5 below for the lump sum fee
listed in the proposal. No
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 8000 - 1
additional compensation will be provided for adjustments/modifications to the system (either
before or after the review of shop drawings) to meet the audit criteria.
E. The Irrigation Contractor shall coordinate with the Landscape Contractor and Irrigation
Auditor and make recommendation for a watering schedule for this specific project. The
recommendation should take into account soils and plant material for this project. The
recommended watering schedule shall be submitted to the Owner in writing for review and
comment. The watering schedule, as modified by the Owners, shall be input into the irrigation
controller prior to the punch list walk through.
1.3
SUBMITTALS AND SUBSTITUTIONS
A. Irrigation systems shall be installed with Hunter or Rainbird components as identified in the
subsequent sections or approved equal equipment, including sprinkler heads, controllers,
subsurface irrigation and valves.
B. Submittal for substitutions shall be documented with the bid and shall include hydraulic
calculations, substituted products detailed specifications and locations for all substituted
equipment. Any bid which contains products that do not meet the specification of the
equipment specified herein shall be rejected at the owner’s option.
C. Cut sheets shall be submitted for all specified products. Substitutions shall be submitted prior
to biding based on the substitution process in General Conditions and herein.
D. Materials, equipment and methods of installation shall comply with, at a minimum, the
following codes and standards:
1. All local and state laws and ordinances, and with all the established codes
applicable thereto.
2. National Electrical Code.
3. American Society for Testing and Materials (ASTM).
4. National Sanitation Foundation (NSF).
1.4
EXAMINATION OF SITE
A. The contractor acknowledges that he has examined the site, and the submission of his bid
shall be considered evidence that examination and acceptance of plan, details and
specification has been made.
B. The Contractor shall provide and pay for all transportation required to deliver and remove
from the site all materials and equipment, as required for all the work shown and specified.
1.5
CONDUCT OF WORK
A. The Contractor shall maintain a skilled foreman on the site during the entire installation of
his work. The foreman shall have the authority to act for all matters pertaining to the work.
B. The Contractor shall be responsible for coordination of his work with the other trades.
C. The Contractor shall confine his operations to the areas to be improved and to the
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 8000 - 2
areas allotted him for materials and storage.
1.6
DELIVERIES, HANDLING AND STORAGE
A. Materials shall be delivered to the site in accordance with manufacturer’s
recommendations for shipment and protection of materials.
B. Handling of materials as recommended by manufacturer.
C. Storage of all materials in locations designated and approved by Owner.
D. The Contractor shall be responsible for securing all material stored on site. The Owner
shall not be responsible for the theft of any materials or equipment until said materials
and/or equipment have been accepted and turned over to the Owner for it’s operation and
maintenance.
1.7
CONTRACTOR’S RESPONSIBILITY
A. The Contractor shall be responsible for his work, to include his subcontractors and every
part thereof and for all materials, tools, and property of every description used in connection
therewith.
B. The Contractor shall protect the Owner against all liabilities, claims, or demands for injuries
or damages to any person or property growing out of the performance of the work under this
contract.
1.8
CONTRACTOR QUALIFICATIONS
A. Contractor’s qualifications: Minimum of 3 years’ experience installing irrigation systems of
comparable size and scope. References and Client contact information for a minimum of 3
similar projects completed within the last 5 years. The contractor shall be listed as a
“Certified Irrigation Contractor” (CIC) by the Irrigation Association of Falls Church, VA.
www.irrigation.org. No contract shall be issued without documented verification of
qualification requirement. The contractor shall provide a copy of their CIC and CID certificate
with the bid.
1.9
CODES, INSPECTIONS, LICENSES AND PERMITS
A. The entire installation shall fully comply with all local and state laws and ordinances and with
all the established codes applicable thereto including Owner.
B. The Contractor shall take out all required permits, arrange for all necessary inspections
and shall pay any fees and expenses in conjunction with the same as a part of the work
under this Section.
1.10
SITE CONDITIONS
A. Take precautions to insure that equipment and vehicles do not disturb or damage existing
site grading, walks, curbs, pavements, utilities, plants, and other existing items and
elements on public and private property.
B. Repair damage caused by Contractor’s negligence at no cost to the Owner. It is the
Contractors responsibility to document the existing conditions with photographs.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 8000 - 3
C. Existing Utilities:
1. Verify locations and depths of all underground utilities prior to commencing excavation.
The Contractor shall contact JULIE for the location of all utilities on public rights-of-way.
2. Locate existing non-private underground utilities in areas of work. If utilities are to remain
in place, provide adequate means of support and protection during this work.
3. Private utilities shall be located by the Contractor at the Contractor’s expense prior to
commencement of work.
4. Public and/or private underground utilities that are damaged during to course of
excavation processes shall be repaired by the Contractor at their sole expense.
5. If unmarked or incorrectly marked utilities be encountered during excavation, contact
Owner and utility owner immediately for direction.
6. Cooperate with Owner and utility companies in keeping respective services and facilities
in full operation at all times.
7. Do not interrupt existing utilities serving facilities occupied and used by Owner or others
during occupied hours, except when permitted in writing by Owner and, then, only after
acceptable temporary utility services have been provided.
8. Provide minimum of 48-hour notice to Owner and Owner’s Representative and receive
written notice to proceed before interrupting any utility.
D. Underground Structures
1. Underground structures, including boulders that are encountered during excavation that
are in conflict with the proposed work shown on the plan shall be avoided if possible by
adjustment of the depth or alignment of the proposed work.
2. The proposed work shall still meet the requirements for minimum depth and any
changes in the alignment shall be documented on the record drawings.
3. If alignment and depth adjustment cannot be made and it becomes necessary to remove
the obstruction or structure in conflict, the Contractor shall be paid for additional cost
incurred for removal of conflicting structure.
4. All additional work for which the Contractor is seeking additional compensation must be
documents in writing and approved in advance.
E. Protection of Persons and Property:
1. Barricade open excavations occurring as part of this work and post warning lights.
2. Operate warning lights as recommended by authorities having jurisdiction.
3. Protect structures, utilities, sidewalks, pavements, curbs, and other facilities from damage
caused by settlement, lateral movement, undermining, washout, and other hazards
created by this work. Any damage to existing facilities shown to remain shall be
repaired or replaced at the Owner’s option, at the expense of the Contractor.
1.11
SUBMITTALS
1. Record Drawings in accordance with paragraph 1.13.
2. Irrigation Audit Documentation, calculations and report in accordance with paragraph
3.5
3. Valve Keys (if any are required under section 2.0)
4. Quick coupler keys (if any are required under section 2.0)
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 8000 - 4
1.12
INSPECTIONS
A. Inspection of completed work will be performed by the College or their representative. In
general the inspections will be performed as the work progresses. However, the following
coordination is required.
1. The contractor shall notify the when thrust blocking has been installed and shall leave
all thrust block exposed for inspection by the College.
2. All installed pipe connections and fittings shall have evidence that a two-step gluing
process has been used and purple primer shall be visible on all joints.
3. All pipe spigot ends shall be marked with a permanent marker such that the
insertion length into fitting bells can be verified after joints have been made.
4. All valve installation shall be inspected by the College prior to backfilling. The
contractor shall allow 24-hours for the College to perform all valve inspections.
Documentation of valve inspections will be required prior to progress payments
payment.
1.13
POST CONSTRUCTION DOCUMENTATION
A. After completion of the system installation, the Contractor shall furnish to the Owner, three
sets of “Drawings of Record” on D size (24” x 36”) paper. The Contractor shall also furnish
the drawings electronically in AutoCAD 2007 format on a CD-ROM. Both electronic and hard
copies of the “Drawings of Record” shall be submitted to the College for approval within
30 days of substantial completion.
B. Dimensions from two fixed points for all main line isolation valves, zone valves, and wire
splice boxes will be required on the “Drawings of Record”.
C. Record drawings shall be provide, reviewed and approved prior to the punchlist walk through
so that accuracy can be confirmed during the walk through.
D. The record drawings shall include the following at a minimum:
1. Mainline and Lateral Pipes and their types and sizes;
2. Control valve locations, sizes, zone numbers and areas of coverage;
3.
Manual shut off valves and their sizes;
4.
Sprinkler heads (with sizes and manufactures model number);
5.
Quick couplers (with sizes);
6. Valve boxes (with sizes and type);
7.
sleeves (with pipe type and sizes);
8. Sprinklers, controller, rain shut off device, filter, and back flow prevention
equipment (if necessary);
9. Points of connection including type of water sources, size, flow rates, and
operating pressure range;
10. Electrical Connection and details;
11. Control wire locations, splice locations, splice box locations and connection details;
12. Dates and Scale;
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 5
13. Contractor’s name, address and telephone number;
14. Contractor’s license number (where applicable);
15. Designer’s names, address, and telephone number;
16. Designer’s professional registration number (where applicable);
E. Provide the manufacturers' recommended operating instructions for all major components
incorporated into the irrigation system.
F. Provide system operation manuals, maintenance schedules, and recommended schedule of
operation including average application rates, with seasonal adjustments for each zone.
G. Provide all required testing and inspection certificates to the owner or owner’s
representative.
H. 2 full size hard copies, and a CD-ROM with PDF and AutoCAD ver. 2007 shall be
provided of all post construction documents.
1.14
GUARANTEE
A. The irrigation system contractor shall assume full responsibility for the proper installation of
the system. The irrigation system contractor shall make all, warranty repairs within 48
hours.
B. For a period of one (1) year from the date of Owner’s acceptance of maintenance and
operation of work performed under this Section, the Contractor shall promptly furnish and
install any and all parts and equipment, which prove defective in material, workmanship, or
installation at no additional cost to Owner.
During construction and the one (1) year guarantee period, the Contractor shall drain
and winterize the irrigation system(s) each fall for the winter and shall put the irrigation
system(s) back into operation each spring at no additional cost to Owner.
C. Any damage to adjacent facilities or landscaping, caused by a warranty failure or
warranty repair of the irrigation work performed under this contract shall be repaired at no
cost to the Owner. All repairs shall be made by a Contractor that is has expertise with
the type of repair to be performed and is acceptable to the Owner.
D. The Contractor will not be responsible for routine maintenance during the warranty period.
E. The warranty period shall start upon the Owner’s acceptance of operation and
maintenance responsibilities as defined under Section 3.6.
PART 2- PRODUCTS
2.1
SPRINKLER HEADS - SPRAY TYPE (Hunter PRS 30 formerly Institutional spray or
approved equal):
A. The sprinkler shall be of the fixed spray type designed for in-ground installation. The sprinkler
shall be capable of accepting all Hunter Institutional spray, stream, flood, and micro spray
nozzles and male-threaded risers and extenders. The sprinkler shall operate within a 20 - 30
PSI pressure range.
B. The body and cap of the sprinkler shall be injection molded from ABS, a noncorrosive, impact-resistant, UV-resistant, heavy-duty plastic material. The sprinkler shall
have a screen filter, stainless steel or plastic.
C . The sprinkler shall have a single-piece riser/body seal that flushes only upon retraction to
clear any debris from around the riser, and a stainless steel spring to ensure positive
retraction.
COLLEGE OF DUPAGE
95% CONSTRUCTION DOCUMENTS
2014 INFRASTRUCTURE IMPROVEMENTS
32 8000 - 6
The seal shall have no flush during pop-up to allow the maximum number of sprinklers per
station.
D. The sprinkler shall be capable of nozzle alignment via a two-piece ratcheting riser.
The sprinkler shall be available in models with a check valve that will prevent low head
drainage with elevation differences up to 7'. Sprinklers Heads that have a side inlet, shall
have a 1/2" NPT plug installed in the side inlet.
E. All Sprinkler head shall have a rubber top and be marked “non-potable water”.
2.2
SPRINKLER HEADS - SPRAY TYPE (Hunter PRS 40 or approved equal):
A. The sprinkler shall be of the fixed spray type designed for in-ground installation. The sprinkler
shall be capable of accepting all Hunter Institutional spray, stream, flood, and micro spray
nozzles and male-threaded risers and extenders. The sprinkler shall operate within a 30 - 40
PSI pressure range.
B. The body and cap of the sprinkler shall be injection molded from ABS, a noncorrosive, impact-resistant, UV-resistant, heavy-duty plastic material. The sprinkler shall
have a screen filter, stainless steel or plastic.
C. The sprinkler shall have a single-piece riser/body seal that flushes only upon retraction to
clear any debris from around the riser, and a stainless steel spring to ensure positive
retraction. The seal shall have no flush during pop-up to allow the maximum number of
sprinklers per station.
D. The sprinkler shall be capable of nozzle alignment via a two-piece ratcheting riser.
The sprinkler shall be available in models with a check valve that will prevent low head
drainage with elevation differences up to 7'. Sprinklers Heads that have a side inlet, shall
have a 1/2" NPT plug installed in the side inlet.
E. All Sprinkler head shall have a rubber top and be marked “non-potable water”.
2.3
SPRINKLER HEADS – ROTOR TYPE (Hunter I-20 Ultra SS, I-25, I-35, I-40 or
approved equal):
A. The full- or part-circle sprinklers shall be a gear-driven rotary type. Part-circle models
shall be adjustable. The sprinkler shall have interchangeable nozzles with a radius
adjustment screw.
B. The body and cap of the sprinkler shall be molded of a non-corrosive, impactresistant, UV-resistant, heavy-duty plastic material. The sprinkler shall have a plastic filter
screen sized to prevent entry of foreign material to the nozzle. All components shall be
removable from the top of the sprinkler case.
C. The sprinkler shall have a single-piece stainless steel riser/body seal that regulates flushing
during pop-up and retraction to clear any debris from around the riser, and a heavy-duty
stainless steel spring to ensure positive retraction.
D. The sprinkler shall be capable of accepting any one of 24 nozzles. The nozzles shall be
available in short and standard trajectories.
E. All Sprinkler head shall have a rubber top and be marked “non-potable water”.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 7
2.4
QUICK COUPLING VALVES:
A. Quick Coupling Valves: Rainbird 1” Quick Coupler Model 5LRC (or approved equal).
B. Install quick coupling valve (as per detail).
C. Provide (2) matching quick coupler keys per project site (i.e. 2 each for projects 13-6, 13-7
etc.) with hose swivels.
2.5
AUTOMATIC CONTROL VALVES
A. Automatic control valves shall be Hunter ICV Filter Sentry series (or approved equal) of the
size specified in the plans.
B. Solenoid control valves shall be completely serviceable while installed in line or shall have a
union connection on the downstream side; shall have body and bonnet constructed of
heavy-duty glass-filled nylon, a flow control device; shall operate on approximately 24 volts,
be normally closed, be slow-closing globe type; and shall be SPECIFIED BY the College of
DuPage Grounds Department as the automatic controller used in the work.
C. Pressure reduction riser in-line spring check valve, if any, shall have a body constructed of
type PVC. The valve stem shall be 18-8 stainless steel with BUNA-N poppet seal. The 1/2pound spring shall be 18-8 stainless steel. The valve shall have male x female threads, 3/4
inch NPT.
D. Valves used in the electrically controlled automatic system shall be a globe / angle
configuration.
E. All valves shall have, and external and internal bleed to manually turn them on.
A. Valves 1 ½” and larger shall have a manual flow control.
B. Valves size and location – refer to plan.
C. All automatic control valves shall be marked with the corresponding zone number with a
stamped brass disc permanently affixed to the valve body.
2.2
CONTROLLER
A. Controller shall be Hunter ACC 4200SS (with 42 station capacity installed) with
stainless steel cabinet.
B. If the plans state the Hunter ACC-4200 SS to be mounted on a stainless steel
pedestal it should be an ACC-4200SS with an ACC-PED-SS
C. At a minimum, Controller shall have a 365 minimum day calendar, 0 – 10 hour station
run times, seasonal adjust from 0% - 200%.
D. Controller to have a Rain/weather Sensor port built into the unit.
E. The Controller shall include an integrated smartport for the ICR and SRR remote
receivers.
F. Controller to have all necessary equipment and ports and shall provide cellular/gsm
interconnection option (ACC-COM-GSM) at each new controller location.
G. Electrical service for the proposed controller will be available within 10 feet of the
proposed controller location. The Contractor will be responsible for extending the
electrical service up to 10 feet from an existing junction box or existing irrigation
controller.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 8
2.3
WEATHER SENSOR
A. A weather sensor shall be installed at each new controller location and shall be a Hunter
solar sync-senor approved equal.
B. The weather sensor shall be capable of interrupting the power from the irrigation
controller to the valves when rainfall exceeds a pre-selected amount.
C. The weather sensor shall carry a conditional five-year exchange warranty.
D. Installation location shall be coordinated with the College staff.
E. Installation shall be per the manufacturers recommendations.
F. No wiring will be permitted on the exterior of the building.
2.4
WIRE AND FITTINGS
A. When selecting the wire take into consideration the length of wire run, static water
pressure, the primary input voltage to the controller and the number of valves on the system
that will run simultaneously.
B. All field wiring (electrical control wires) shall be type PE copper for operation of 600
maximum voltage. Consult with the owner regarding the use of single or multi
stranded wire and wire gauge.
C. Make field wire connections with King waterproof wire nuts (or approved equal) and provide
expansion turns at every 200-foot with 6 feet of slack at each electric valve.
(All wiring shall be installed in accordance with local and national electrical codes
requirements and Installed as per manufacturer’s recommendation.)
D. All wire connections shall be made using UL approved connectors.
E. All field control wire shall be UL approved direct bury wire.
F. Any multiple valves operating on one zone shall have its own signal wire from the
controller.
G. Any future wires stubbed from initial installation must run from controller to approximate
location (show on plan) and installed in a valve box.
H. Future wires shall be a different color from initial installation. Ten feet of slack wire shall left
at controller box location.
2.5
I.
No splices of the wire will be allowed between valves or the controller. In the event that a
splice is required or at the direction/approval of the owner, the splice shall be made in a
valve box per 2.16 below.
J.
There shall be a minimum of 6 spare wires in each cable used to connect the
controller to the automatic control valves. These wires shall be marked at each end with
waterproof marking tape as spares.
P.V.C. PIPING:
A. All PVC Piping shall be sized as shown on drawings.
B. All 2” and larger pipe shall be virgin, high impact, polyvinyl chloride (PVC) pipe. And rated for
175 PSI for continuous service as 73 degree F and meet SDR 21 dimensions ratio for wall
thickness.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 9
C. Pipe shall conform to A.S.T.M. (American Society for Testing and Materials) standards
D2241 & D2672 or latest revision.
D. Materials shall conform to all requirements of A.S.T.M., D1784, or latest revision.
E. All PVC pipe shall be furnished in 20’-0” lengths. All lateral line pipe shall have one end
belled for solvent weld connection.
F. All PVC pipe shall be continuously and permanently marked with manufacturer’s name,
material, size, and schedule or type.
G. A two-step gluing process must be used.
H. All PVC mainline piping shall include the installation of a trace wire. The trace wire shall be
connected and exposed within each valve box to allow for the location of all mainline piping
from the valves back to the sources.
2.6
PIPE FITTINGS:
A. Solvent weld P.V.C. or EBAA Iron Megalug Ductile Iron fittings shall be allowed at the
Contractor’s option.
B. P.V.C.
1. All pipe fittings shall be Schedule 40, and constructed for solvent weld
attachment to PVC pipe.
All Schedule 40 fittings shall be full sized. Any required reduction of pipe size shall
be accomplished with slip by slip or slip by female pipe thread reducer bushings.
Molded reducing type fittings will not be accepted.
2. Conform to ASTM D-1784, ASTM D-2466.
3. A two step gluing process shall be used and purple primer shall be visible at all joints
and fittings. See Section 2.20.
C. Ductile Iron
1. All ductile iron fittings shall be EBAA Iron Inc. Megalug Series 2000PV or
approved equal.
2.
All ductile iron fittings shall be Constructed of ASTM A536 Ductile Iron
3.
All ductile iron fittings shall include Torque Limiting Twist-Off Nuts
4.
All ductile iron fittings shall have MEGA-BOND® Restraint Coating System
5. The Mechanical Joint Follower Gland shall be incorporated into the restraint
6. Heavy Duty thick wall design
7. Include all accessories complete with appropriate restraint, gasket, lubrication, and
bolting hardware.
8. Install in accordance with manufacturer recommendations
2.7
POLYETHYLENE PIPE:
A. All pipe 1-1/2” and smaller pipe shall be flexible non-toxic polyethylene pipe made from
100% virgin material meeting N.S.F. (National Sanitation Foundation) standard
#14 for use in pressure potable water applications, for 800 design stress.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 10
B. All sizes shall have a minimum 100 P.S.I. working pressure rating. All polyethylene pipe
shall be continuously and permanently marked with the manufacturer’s name, material,
size, and schedule. Pipe shall conform to A.S.T.M., D2239, and D1248 (3C5PE34) or
latest revision.
C. All polyethylene pipe shall be furnished in minimum 100-foot rolls.
D. The polyethylene pipe shall be as manufactured by Cresline, Eagle Plastics or
approved equal.
2.8
POLYETHYLENE FITTINGS:
A. All polyethylene fittings shall be the plastic insert type and used in conjunction with crimp
type stainless steel clamps. Combination FPT insert tees or insert ells shall be used to
connect the sprinkler heads to the polyethylene pipe.
B. The insert fittings shall be as manufactured by Cresline, Spears or an approved equal.
C. The clamps shall be as manufactured by Otiker or an approved equal. Two clamps per
fitting shall be used.
D. Tapping saddles for connection of polyethylene pipe to PVC pipe will not be allowed.
2.9
SLEEVES:
A. Sleeving for all irrigation piping and control wires shall be provided beneath all
pavement and walks and shall be two times the diameter of the pipe to be inserted or as
shown on the plans. Sleeve pipe material shall be a minimum of Schedule 80 PVC if the
pipe is to be installed by open cut or directional bore and shall be galvanized steel if to
be installed by pushing or ramming.
B. The contractor shall be responsible for providing sleeves for all irrigation crossings
regardless of whether or not they are shown on the plans. If additional sleeves are
required, they shall be installed at no cost to the owner and shall be shown on the shop
drawings.
C. The ends of all sleeves shall be permanently marked on the pavements above each sleeve.
An “I” shall be chiseled or sawed into the pavement above ach end of the sleeve.
2.10
THRUST BLOCK:
A. Provide thrust blocks at all changes in direction of mainline piping, elbows, plugs, and the
opposite side of tee branches.
B. Thrust blocks shall be installed upon all constant-pressure pipe or mainline pipe of 3”
diameter or greater.
C. Thrustblocks shall be poured PC concrete at all changes in direction of 45 degrees and
greater, all tees, and end caps, on all pipes 3” diameter and larger.
D. All thrust blocks must be inspected by the College or their representative prior to
backfilling. If the thrust blocking is not witnessed and documented by the College staff
prior to backfilling, the Contractor may be required to excavate and expose thrust
blocking prior to approval of the system and final payment. All cost for exposing the
thrustblocks shall be borne solely by the Contractor.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 11
2.11
SWING JOINTS:
A. Rotary Sprinkler head and Quick Couplers (and any head with a 1” or larger connection) Swing joints shall be utilized to connect all rotary sprinkler heads and quick couplers to the
lateral piping. Swing joints shall be PVC double O-ring swing joint, sch 80 wall thickness as
manufactured by the Spears Company SJ-2A-0701 or an approved equal. Swing Joint Riser
Assemblies carry a rated working pressure of 315 psi at 73°F and are pressure tested to
Schedule 80 specifications per ASTM D1599, long term (1000 hours) and pressure tested
to Class 315 specifications per ASTM D1598. Swing Joint Riser Assemblies shall have a
Five (5) Year Standard Product Warranty
B. Rotary Sprinkler head and Quick Couplers (and any head with a ¾” connection) - Swing
joints shall be utilized to connect all rotary sprinkler heads to the lateral piping. Swing joints
shall be PVC double O-ring swing joint, sch 80 wall thickness as manufactured by
Rainbird (TSJ-12075) or an approved equal. Swing Joint Riser Assemblies carry a rated
working pressure of 315 psi at 73°F and are pressure tested to Schedule 80
specifications per ASTM D1599, long term (1000 hours) and pressure tested to Class 315
specifications per ASTM D1598. Swing Joint Riser Assemblies shall have a Five (5) Year
Standard Product Warranty
C. Spray Heads (and any head with a 1/2” or smaller connection) – Flexible Swing joints
shall be utilized to connect all spray sprinkler heads to the lateral piping. Flexible swing
joints shall be manufactured by Dura Plastic Products (FSM-005) or approved equal. Swing
joint must have a 315 p.s.i. working pressure rating under ASTM 3139 Standard. Assembly
shall be protected by a 4-Year Performance Warranty.
D. The swing joint shall allow stable positioning of the sprinkler to grade during
installation and allow flexibility in three dimensions to reposition the sprinkler head.
E. The connections shall be any combination of a tapered 1/2", 3/4" or 1” Male National Pipe
Thread, as specified.
2.12
MANUAL VALVES
A. 2” diameter and greater
a. All Isolation Valves shall be AWWA approved iron body resilient seal wedge disc,
non-rising stem with a square operating nut and flanged hubs sized for IPS PVS
pipe.
b. All Isolation Valves shall be as manufactured by American Flow Control,
Waterous or an approved equal. The Contractor shall provide the Owner with two
isolation valve operating keys.
c.
Any necessary ductile iron fittings shall be as manufactured by Harrington
Corporation or approved equal.
d. Manual Shut off valves shall be located as indicated on the plans and as
detailed in this Specification Section paragraph 1.2.C and the valve box details
as specified in this Specification Section.
e. Provide one (1) valve keys per project site (i.e. 1 each for projects 13-6, 13-7, etc.).
B. Less than 2” diameter
a. Chrome plated brass ball, silicon bronze stem
b.
Blowout-proof stem
c.
Standard lever handle
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 12
d.
Threaded end connections
e. Dezincification resistant
f.
Conforms to MSS SP-110
g. All valve shall have a threaded connection on each side of the valve integral to the
valve body.
2.13
VALVE AND CONTROL ACCESS BOXES
A. Control valve boxes shall be located in 10-inch diameter valve pits or 16x10-3/4x12 inch
rectangular boxes for individual valves. Multiple valves shall be placed in larger rectangular
boxes as appropriate.
B. Quick coupler valve boxes shall be located in 10-inch diameter round valve pits.
C. Individual manual valves shall be located in 10-inch diameter round valve pits or 16x103/4x12 inch (12” x 18” nominal) rectangular boxes for individual valves.
D. All valve boxes shall be Pentek Irrigation Turf Boxes or an approved equal. The box and
cover color shall be green.
2.14
TRACE MATERIALS
A. Trace materials is require for all irrigation piping including laterals.
B. Trace wire shall be buried directly with the proposed irrigation pipe.
C. Trace wire for irrigation pipes shall be installed with 2’ feet of slack in each valve box.
All trace wires shall be joined with a wire nut and a single pigtail No. 14 wire shall be
provided for signal hook up.
D. Metalic core trace tape for lateral lines shall be installed with 2’ of slack in each valve box and
shall be tied together in a manner that will allow a signal lead to be attached to one location
such that all terminated tape received the signal.
E. Plastic trace tape shall be installed with 2’ of slack in each valve box and shall be tied
together.
F. All trace materials shall be neatly organized within each valve box so that maintenance
access to valves is not impeded.
G. Trace materials shall meet the requirements of Section 31 2316 except as modified below.
The following irrigation pipes will be installed with the listed trace materials:
1. 4” dia. and greater mainline pipes - No. 6 insulated copper wire AND plastic trench
tape at 12” below grade.
2. Less than 4” dia. mainline pipes - No. 14 insulated copper wire AND plastic trench
tape at 12” below grade.
3. Lateral pipes - EITHER No. 14 insulated copper wire OR metallic core trace tape.
H. Trace wire insulation and all trace tapes shall be purple in color. Trace tape shall be
imprinted with the words “irrigation” or “reclaimed water” in text along the length of the
tape.
I.
Main line pipes are those pipes between the water source and the automated
irrigation valves. Lateral pipe are those pipes that are located between the automated
irrigation valves and the irrigation heads.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 13
2.15
CONTROL VALVE TAGS
Tags shall be 1-1/2” x 5” x 1/16” thick, and be manufactured of solid brass. Text shall be ¾”
Aerial (Bold) font etched 1/32” into the tag. Each tag shall have a ¼” dia. perforation ½”
from one end of the tag. The word “ZONE” shall be stamped on the tag followed by the zone
number from the irrigation system as-built or as directed by the College. Tags shall be
permanently secured to the valve with a stainless steel chain.
2.16
PVC CEMENT MATERIALS
A. Cement
1. Christie Red Hot & Blue Glue or approved equal
2. Suitable for use with PVC Types I & II, potable water, DWV, and SW pipe and fittings
up to 6” diameter. Schedules 40 and 80.
3. Cement color: Clear
4. VOC Level: 510 gpl
5. Meets ASTM D2564
6. MSDS # 92 & 367
B. Primer
1. Christies Purple Primer or approved equal
2. Suitable for use with PVC pipe and fittings, schedule 40 & Schedule 80.
3. Primer color: Purple
4. VOC Level: 510 gpl
5. Meets ASTM F656, MSDS #62 & 372
PART 3 - EXECUTION
3.1
LAYOUT
A. As shown on Drawings.
B. Irrigation system layout is diagrammatic. The Contractor in the field shall establish exact
locations of piping, sprinkler heads, subsurface irrigation, valves, and other components
at time of installation and on the approved shop drawings.
1. Space sprinkler components as indicated and as per manufacture recommendations.
2. Minor adjustments in system layout will be permitted to clear existing fixed
obstructions; final system layout shall be acceptable to the Owner’s Representative
based on the approved shop drawings.
3.2
TIMING
A. The successful bidder must agree to commence work on or before a date to be
specified in a written “Notice to Proceed” and to fully complete the work within the number
of calendar days shown on his bid form.
B. Coordinate time schedule with Owner’s representative and adjacent work performed by
others in separate contracts.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 14
3.3
INSTALLATION
1. Excavation and Backfilling: Excavation shall include all materials encountered, except
materials that cannot be excavated by normal mechanical means.
2. Excavated trenches of sufficient depth and width to permit proper handling and
installation of pipe, wire and fittings.
3. If the pulling method is used (except subsurface and drip), the pipe “plow” shall be a
vibratory type.
4. Excavate to depths required to provide 2” depth of earth fill or sand bedding for piping
when rock or other unsuitable bearing material is encountered.
5. Fill to match adjacent grade elevations with approved earth fill material. Place and
compact fill in layers not greater than 6” depth immediately after the backfill has been
placed. Care shall be taken not to disturb the pipe or its foundation.
6. Provide approved earth fill or sand to a point 4” above the top of pipe.
7. Overfill with approved excavated or borrow fill materials free of lumps or rocks larger
than 3” in any dimension. Level, compact, and water settle. Should settlement occur,
refill and re-sod as required at no additional cost to the Owner.
8.
Except as indicated, install irrigation mains at the depth indicated under 1.3.H.2.
9. Excavate trenches and install piping and fill during the same working day. Do not leave
open trenches or partially filled trenches open overnight.
10. A trace wire shall be included with the installation of all PVC main line piping. The trace
wire shall be continuous and without splice in all trenches. Any splicing shall be
performed in valve boxes. Trace wire shall be visible and accessible in all valve boxes
for the mainline piping. Trace wire shall be taped or fastened to the centerline of the
pipe at 10 foot centers such that the trace wire is not dislodged from the pipe during
backfill operations.
11. Installation for the PVC lateral piping shall be either open cut trench or vibratory plow.
B. Pressure Plastic Pipe:
1. Install plastic pipe in accordance with manufacturer’s installation instructions.
2.
All spigot ends of pipe shall be marked, with a permanent marker, such that the
insertion length of the pipe can be verified after pipe joints have been completed.
3. Saw cut square. Remove all burrs and shavings from saw cuts.
4.
Make plastic-to-plastic joints with a 2 step solvent welded joints or slip seal joints.
Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings
in accordance with pipe manufacturer’s instructions.
5.
Allow joints to set at least 24 hours before pulling or pressure is applied to the system.
6. All solvent weld joints are to be completed using the primer and a heavy body PVC
cement indicated in section 2.20.
7. Uncoil poly-pipe and insert fitting full depth. Install fitting and crimp type connectors
per manufactures recommendation.
8. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by
acceptable methods when pipe installation is not in progress and over all non- working
hours.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 15
9. Piping layout indicated is diagrammatic only. Route piping to avoid plants, ground cover
and structures.
10. Pipe may be installed by open cut or vibratory plow. All open cut installation shall be
restored with trench spoil material similar to that which was excavated.
11. It shall be the responsibility of the Contractor to provide adequate protection to
compensate for expansion or contraction of the plowed pipe during installation. Plowed
pipe should be provided with adequate time to adjust to ground temperature before
any connections are made.
12. Pipe shall be installed to the following minimum depths:
Pipe Size
Control Wire
Irrigation Pipe - 1"
Irrigation Pipe - 2"
Irrigation Pipe - 3"
Irrigation Pipe - 4"
Irrigation Pipe - 6"
Irrigation Pipe - 8"
Depth below
finished grade
18”
18"
18"
18"
24"
30"
30"
C. Sprinklers, fittings, valves, and accessories:
1. Install fittings, valves, sprinkler heads, risers, and accessories in accordance with
manufacturer’s instructions, except as otherwise indicated.
2. All piping, valves, and fittings are to be adequately supported, anchored, braced or
strapped to withstand hydraulic thrust. Provide concrete thrust blocks where required
at fittings and valves. Special attention shall be paid to ensure that the thrust block
mass is sufficient to restrain pipe, valve or fitting movement.
3. All horizontal bends on mainlines shall be buttressed with either poured concrete or
concrete block as all changes in direction. Concrete buttress dimensions shall be
determined in the field by the contractor.
4. It shall be the responsibility of the Contractor to provide adequate protection to
compensate for expansion or contraction of the plowed pipe during installation. Plowed
pipe should be provided with adequate time to adjust to ground temperature before
any connections are made.
5. Set sprinkler heads perpendicular to finish grades, except as otherwise indicated or as
per manufacturer’s recommendations.
6. Locate sprinkler equipment as per Shop Drawings. Any deviations from Shop
Drawings shall be approved by owner’s representative. Do not exceed sprinkler head
spacing distances indicated on plan.
7. Install quick-coupling valves in minimum 10” valve box and on 3 elbow swing joint
assembly as per manufacturer’s recommendation.
8. Install automated irrigation head in funny pipe connects as specified elsewhere in this
specification.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 16
9.
Install fittings and accessories as shown or required to complete the system.
10. Install controller as detailed.
11. Waterproof wire conduit to provide a complete, waterproof, permanent, and neat job.
12. Ground controller in accordance with manufacturer’s recommendations.
13. Install in-ground control valves in a valve access box as indicated.
14. Install valve access boxes on a suitable base of gravel to provide a level foundation at
proper grade and to provide drainage of the access box.
15. Seal threaded connections on pressure side of control valves as per manufacturer’s
recommendations.
D. Field Wiring:
1. Required electrical work shall conform to the National Electric Code, latest edition.
2.
Install electric control cable in the piping trenches wherever possible. When not
possible place wire in trench adjacent to pipe. Install wire with slack to allow for thermal
expansion and contraction. Expansion joints in wire may be provided at 200-foot
intervals. Where necessary to run wire in a separate trench, provide a minimum cover of
18”.
3. Provide sufficient slack at site connections at remote control valves in control boxes,
and at all wire splices to allow raising the valve bonnet or splice to the surface without
disconnecting the wires when repair is required.
4.
Connect each remote control valve to one station of a controller except as
otherwise indicated.
5. Connect remote control valves to a common ground wire system independent of all other
controllers.
6.
Make field wire connections to remote control electric valves and splices of wire in the
field; using UL listed burial splice connectors in accordance with manufacturer’s
recommendations.
7.
Mark all wires in splice boxes AND all zone valve boxes to clearly indicate which zone
they control (i.e. Controller X, Zone X) which waterproof marking labels.
8.
Mark all spare wires in all splice boxes AND all zone valve boxes to clearly
indicate which zone they control (i.e. Controller X, Spare X) which waterproof
marking labels.
E. Sleeves:
1. Sleeves are required where ever the proposed irrigation piping or control wire crosses
beneath a paved surface. The following requirements shall be followed:
a. Pipe and wire crossing under roads, walkways, permanent fixtures, etc. shall be
enclosed in Sleeving. Sleeving depth shall be a minimum of 24” and a maximum
of 32” under items crossed (curbs, roadways, pathways.)
b. Sleeve diameter shall be a minimum of two size larger than the pipe which is carries.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 17
c.
All sleeves shall extend beyond the edge of paving or construction by a
minimum of 12”.
d. The ends of all sleeves shall be marked by cutting, grinding or stamping an “I” into the
pavement or curb over each end of the sleeve.
e. Provide tight joints to prevent leakage of water and corrosion build-up on the joint.
F. Flushing, Testing, and Adjustment:
1. Prior to punch list walk through and inspection by the Owners Representative, the
Contractor shall perform the following testing.
a. After completion of the piping system and prior to backfilling and the installation of
the sprinkler heads, the entire system shall be tested for leaks and thoroughly
flushed under pressure to remove any dirt, scale, or other material.
b. Testing of pipe shall not be done until all joints have had least twenty-four
(24) hours to set and cure. During cold weather, refer to cement manufacture
recommendation before testing. Do not conduct any testing when temperatures
are at, below or fast approaching freezing point. No water under pressure shall
come in contact with any joint during the specified curing period. In hot weather,
water shall not be permitted to stand in pipes until
after backfilling is completed. Water used in testing shall be drained from
pipes after completion of testing.
c.
The test shall consist of pressurizing the system to 180 psi and closing the pump
station isolation valve. The pressure in the system shall not drop more than 7 psi in
three hours.
2. Upon system completion, perform system testing. Make necessary repairs and retestrepaired sections as required.
3. Adjust sprinklers after installation for proper and adequate distribution of the water
over the coverage pattern. Adjust for the proper arc of coverage.
4. Tighten nozzles on spray type sprinklers after installation.
5. Adjust all electric remote control valve flow control stems and pressure regulating devices
for system balance where applicable.
6. Test and demonstrate operation of the sprinkler system to the owners
representative.
7. Fully flush all subsurface piping manually and demonstrate flush valves for proper
operation.
8. After completion and testing of the system, the Contractor will instruct the Owner’s
personnel in the proper operation and maintenance of the system to the satisfaction of
the Owner’s grounds maintenance supervisor.
3.4
SYSTEM WINTERIZATION
A. The irrigation system shall be designed to be winterized by purging the water from the
piping system and control valves through the sprinkler heads via the induction of high volume
compressed air with a minimum 300 to 450 CFM air compressor.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 18
B. At a minimum, the first winterization and spring start-up of the newly installed system shall be
the responsibility of the Irrigation Contractor that has installed the system.
C. The winterization and spring start up requirement shall be utilized to train the Owner’s
grounds maintenance personnel in the proper procedure of same.
3.5
NEW INSTALLATION AUDIT REQUIREMENTS
A. Prior to turn over, the Irrigation System is to be audited by a certified irrigation auditor as
certified by the (IA) Irrigation Association. A copy of the auditors valid certification shall be
provided to the College prior to the start of the audit.
B. The audit shall not be performed prior to the installation of all proposed landscaping.
All turf shall be cut by the Contractor (to the standards of the College) prior to the audit.
C. The audit must be performed in accordance with the Irrigation Association Guidelines for a
Landscape Irrigation Audit. Attached.
D. Each and every zone shall be audited (including performing catchment and associated
calculations). A base watering schedule shall be provided to the College.
E. The College shall be provided copies of all documentation found in steps 2 and 3 in the
attached Irrigation Audit Guidelines
F. The results of the audit must provide a uniformity rate (DULQ) of 75% or better for each
zone. If the results of the audit do not meet these criteria, the system shall be
adjusted/modified (and the audit performed again) at no additional cost to the Owner. The
College must be provided copies of all results prior to any adjustments and after adjustments.
G. The audit must be completed and all required paperwork submitted to the College within
30 day of substantial completion of construction (weather permitting). The irrigation audit
documentation must be submitted and approved by the College and/or their
representative prior to the punch list walkthrough and project closeout.
H. The Irrigation Audit shall be performed by an independent Certified Irrigation Auditor.
The Auditor may not be directly employed by the Certified Irrigation Designer or the
Contractor. The selection of an Auditor is subject to the approval of the Owner. The Auditor
to be used for this project must be identified on the Bid Form.
I.
3.6
All cost related to the audit of the irrigation system shall be included in the base bid.
OPERATION AND MAINTENANCE ACCEPTANCE:
A. The College will accept the project for their operation and maintenance once the
following have been completed:
1. Completion of all irrigation system construction.
2. Completion of all irrigation punch list work and verification walk through.
3. Completion and acceptance of the Irrigation Audit for all zones.
4. Complete and acceptance of Irrigation As-built drawings.
5. Completion of all landscaping construction.
6. Completion of all landscaping punch list work and verification walk through.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 19
7. Submittal of a map or exhibit of the areas to be turned over to the College for their
operation and maintenance.
8. Written memorandum from Owners representative that the above items have been
completed
B. A punch list inspection/walk through will consist of the follow key elements:
1.
Head count and layout
2. Valve locations and numbering.
3.
Controller location(s)
4. System operation
5. As built review
6.
Final product submittals, including owner’s manuals, adjustment instructions and
performance specifications.
7. Warranty documentation and contact information
8.
Written notification, signed by owner’s representative and the contractor, indicating
system completion in compliance with drawings, specifications, contracts and industry
standards.
C. The Contractor shall instruct the Owner in the operation of the system, including
adjustment of sprinklers, controller(s) and valves.
D. Upon (written) acceptance, the Owner will assume operation and maintenance of the system
except that the Contractor shall perform all work required under paragraph
1.14 above.
END OF SECTION
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
95% CONSTRUCTION DOCUMENTS
32 8000 - 20
THIS PAGE INTENTIONALLY BLANK
SECTION 32 9200
LAWNS
PART 1 - GENERAL
1.1
SUMMARY
A. Section includes spreading and finish grading of topsoil, sod installation and maintenance
operations as indicated on plans and specified herein.
1.2
RELATED SECTIONS
A. Section 31 1000 Site Preparation
B. Section 32 0513 Topsoil
C. Section 31 2000 Earth Moving
1.3
QUALITY ASSURANCE
A. Contractor’s Qualifications
1. The work of this section shall be performed by a contractor specializing in sodding
landscape installation.
1.4
SUBMITTALS
A. Submit name of sod grower who will be supplying sod for the project. The Landscape
Architect reserves the opportunity to physically inspect the sod, prior to purchase and
shipment by contractor, unless other arrangements are made with Landscape Architect.
B. Fertilizer manufacturer and material specifications for review and approval by the Landscape
Architect.
C. Submit to the Landscape Architect the location of the sod supply. Indicate the producers'
fields and lane that will be dedicated to the project. The sod supplier shall submit to on-site
inspections of the designated area to be used as the sod source by the Landscape Architect.
D. The sod supplier shall submit a grow-in schedule for the sod including but not limited to:
1. Water - amount and frequency
2. Fertilization - rates, ratios and timing (include time and amount when sod was last
fertilized by grower)
3. Weed control
4. Pest control
5. Mowing - cutting height, frequency, equipment
E. At Substantial Completion, supply a detailed maintenance schedule for all maintenance work,
as defined in Part 3.7, to take place between Substantial Completion and Operation and
Maintenance Acceptance.
1.5
SUBSTANTIAL COMPLETION
A. General: Prior to Substantial Completion review, the Contractor must confirm that the sod
has been installed for a minimum of two weeks prior to date of the Substantial Completion
walk-through.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
ISSUED FOR BID 02.13.2015
32 9200 - 1
1.6
OPERATION AND MAINTENANCE ACCEPTANCE
A. The College will accept the project for their operation and maintenance once the following
have been completed:
1. Completion of all landscape construction.
2. Completion of all landscape punch list work and verification walk though.
3. Written memorandum from the Owner’s Representative that the above items have been
completed.
1.7
FINAL ACCEPTANCE
A. General: Final inspection and acceptance will be at the end of the turf establishment period.
Acceptance will be based upon a satisfactory stand of turf having 100 percent ground cover
of species established with no bare areas. Areas, which do not meet the contract
requirements, in the sole opinion of the landscape architect, shall be resodded. Repair
rejected areas of turf within acceptable planting dates as directed by the Landscape Architect
and repair shall be made with sod, not seed. No sod piece shall be smaller than 24” x 54”.
PART 2 - PRODUCTS
2.1
TOPSOIL
A. Refer to Section 32 0513, Topsoil and Planting Mix.
2.2
SOD
A. Provide a sod comprised of a blend of at least 4 bluegrass cultivars. Sod shall be 16 to 24
months old. Sod shall be free of any objectionable grass and broad leaf weeds.
B. Harvesting procedure
1. Uniformity of cut is required. Sod shall have maximum 1/2” of topsoil across the width
and length of each large roll. Edges shall be cut at 90-degree angles to provide for tight
fit during installation.
2. Thickness and width shall be kept to strict dimensions. Width shall be a minimum of 24
inches and a minimum length of 54 inches. All sod shall be of the same width.
3. Landscape Architect may reject sod not meeting specifications as determined by the
Landscape Architect’s sole judgment.
4. All sod shall be transported to site and placed on the surface to be sodded within twentyfour (24) hours after cutting.
5. Sod cutting and shipping shall be coordinated with the sod installers.
6. Contractor will protect sod against drying and breaking during all stages of harvest,
delivery and installation. Any netting associated with harvest and delivery will be
removed before sod is installed.
2.3
FERTILIZER
A. Initial fertilizer applied to soil before sod installation shall be a complete fertilizer, part of the
elements of which are derived from organic sources. The percentages of weight shall be 1010-10, or as modified per recommendation of soil testing results.
B. Subsequent fertilizer shall be as identified in 1.4.D.2. and 3.7.D.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
32 9200 - 2
PART 3 - EXECUTION
3.1
FINISH GRADING
A. Topsoil
1. Distribute topsoil in quantity sufficient to meet finish grades. Topsoil shall be cultivated,
lightly compacted to prevent future settlement, dragged, and graded to finished grade.
B. Finished Grades
1. Finished grades shall slope to drain, be free of depressions or other irregularities after
thorough settlement and compaction of soil, and shall be uniform in slope between
grading controls and the elevations indicated.
2. Finished grade shall meet existing grades at contract limits and be 1” inch below top of
curbs and paving.
3. Topsoil shall be graded and compacted to meet existing finish grades.
3.2
PREPARATION
A. All weed and other organic material must be removed to root depth prior to placing any sod
on topsoil. Weeds shall be removed by application of a weed killer (Round Up Pro or
approved equal) used in accordance with IPM requirements minimum 14 days in advance of
sodding. After weeds and vegetation have died, use power rake to remove all roots and
organic matter. Submit environmentally friendly product alternative for Landscape architects
review.
3.3
LAWN INSTALLATION
A. Immediately before sodding, scarify, loosen, float and drag topsoil as necessary to bring it to
the proper condition. A minimum of a 3” depth of scarification shall be accepted. Remove
any organic or inorganic matter larger than 1/2 inch in diameter.
B. Uniformly distribute fertilizer by mechanical means at the rate of 40 pounds actual nitrogen
per acre. Work fertilizer into the top 3 inches of soil. Cultivating equipment shall be set so
that the fertilizer will not penetrate to the soil more than 3 inches. Do not apply fertilizer when
there is possibility of rain before lawn areas can be sodded.
3.4
SODDING
A. Install sod at least two weeks prior to date of Substantial Completion or as discussed and
approved by Landscape Architect.
B. Take extra caution in installing sod around irrigation heads and valve boxes as to not damage
or bury irrigation items.
C. Correct all inequalities and soft spots before the sod is laid. Sod must be installed within 24
hours of harvesting. Lay sod solidly with joints staggered so that no voids occur between the
strips. Roll sod with a 200-pound roller within 24 hours after it is laid unless rain occurs. If
rain prohibits rolling within those 24 hours, roll sod within the first rain-free 24 hours
thereafter. Sodded areas shall be rolled with a 200-pound roller a second time within 7 days
after installation. The finished surface shall be true to grade shall be smooth, even, and
equally firm at all points.
D. Keep sodded areas moist for the maintenance period. After the sod is installed, remove and
resod all areas which have browned out or fail to show a uniform stand of grass.
E. Install sod with the length of material perpendicular to the finish grade surface drainage
pattern.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
32 9200 - 3
F. Install sod so that the only pieces less than 24” x 54” are located adjacent to planting areas or
buildings and not paved surfaces or curbed areas.
G. To control weeds, sod installed prior to May 15th or after September 15th must have a ‘Lawn
Pro Super Winterizer w/ Plus 2 weed control’ (Scott’s or approved equal product) applied in
accordance with the manufacturer’s recommendation. Sod installed in between those dates
shall have a ‘Lawn Pro Super Turf Builder w/ Plus 2 weed control’ (Scott’s or approved equal
product) applied in accordance with the manufacturer’s recommendation.
H. If the sod shall discolor in any manner (brown), in the sole opinion of the Landscape
Architect, during the application of fertilizer and at any other time during the maintenance
period, the Contractor shall replace all discolored areas, as determined by the Landscape
Architect, to ensure one uniform color.
I.
3.5
Contractor shall be responsible for ensuring that the sod shall not shift, move or slide from its
originally installed position, by whatever means necessary. The methods for ensuring the
sod to remain in the installed position shall be discussed with the Landscape Architect and
approved. However, it shall remain the sole responsibility of the Contractor to repair any sod,
which shifts resulting in greater than ½” jointing between sod pieces. The jointing shall be
filled with 5 blend blue grass only seed mix (see 3.7.E). All sod which shifts greater than ½”
shall be removed and replaced.
REPAIRS
A. Repair existing lawns damaged by operations under the contract. Repair shall include finish
grading, sodding as required to match existing grade and turf, including maintenance of
repaired areas.
3.6
GUARANTEE
A. Contractor shall guarantee that the sod shall be of rigorous growth, free of disease, for a oneyear period after Operation and Maintenance Acceptance. The Contractor shall be fully
responsible for the watering and maintenance of lawns (as described in Section 3.7) until
Operation and Maintenance Acceptance is given as described in Section 1.6. Beyond the
date of Operation and Maintenance Acceptance, through the end of the one-year guarantee
period, the Contractor shall visit the site as often as necessary – a minimum of one visit per
week during the growing season – to ensure that the Owner is maintaining the sod properly.
The Contractor shall inform the Landscape Architect and Owner immediately, via confirmed
receipt e-mail, if there is any maintenance conducted by the Owner, which will result in a less
than thriving rigorous growing sod. Any failure of notification will obligate the Contractor to
repair any sod areas, which are damaged during the guarantee period.
3.7
MAINTENANCE
A. Maintain and water lawns until date of Operation and Maintenance Acceptance.
Maintenance to include watering, weeding, resodding, mowing, trimming and edging. Each
mowing shall occur weekly or when the grass has reached a height of 4” inches, whichever
occurs first. Mow to a height of 3-1/2” inches.
B. Fill any depressions or settlement that occurs beneath the sod by removing and replacing the
sod within 14 days following installation. Re-sod, do not seed, bare spots, which occur during
the maintenance period.
C. Irrigate as required to supplement natural rainfall so that all lawn areas receive sufficient
water for normal plant growth.
D. Refertilization shall be repeated after the first two lawn mowings have been made. Use this
same analysis commercial fertilizer, in order to achieve 1 pound of actual N per 1,000 square
feet.
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
32 9200 - 4
E. All sod shall remain in position with tight jointing. The Contractor must maintain sod in the
originally installed position. Should the Contractor require means or devices to control
movement those means and devices shall be acceptable to the Landscape Architect and
Owner. Joints, which may develop during the installation and warranty period, must be
repaired with sod within seven days. Seeding of joints less than ½” shall be permitted with a
five-variety bluegrass seed blend.
END OF SECTION
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
32 9200 - 5
THIS PAGE INTENTIONALLY BLANK
COLLEGE OF DUPAGE
2014 INFRASTRUCTURE IMPROVEMENTS
32 9200 - 6
COLLEGE OF DUPAGE
College of DuPage
DRAINAGE IMPROVEMENTS NORTH OF POND 9
Glen Ellyn, IL
Project Area
February 13, 2015
Issued for Bid
SGJJR Project Number: 20475.000
North
Prepared for:
Sheet List Table
Sheet Number
G-0.00
C-1.00
C-2.00
C-2.01
C-3.00
C-3.01
Prepared by:
Sheet Title
COVER
EXISTING CONDITIONS PLAN
SITE PREPARATION AND EROSION CONTROL PLAN
EROSION CONTROL DETAILS
SITE RESTORATION AND GRADING PLAN
SITE RESTORATION PLANT LIST & DETAILS
NOT TO SCALE
PROJECT VICINITY MAP
Facilities, Planning & Construction
425 Fawell Boulevard
Glen Ellyn, Illinois 60137
630.942.2972
35 EAST WACKER DRIVE
SUITE 2200
CHICAGO, IL 60601
312.641.0510
www.smithgroupjjr.com
Project Location
North
NOT TO SCALE
PROJECT LOCATION MAP
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH
OF POND 9
747
COLLEGE OF DUPAGE
748
425 FAWELL BOULEVARD
GLEN ELLYN, ILLINOIS
748
Valve Vault
Irrigation Box
EXISTING CONDITION NOTES
74
7
749
748
1.
SURVEY BACKGROUND OBTAINED FROM TOPOGRAPHIC SURVEY DATED
04.17.2014 AND 01.20.2015, PREPARED BY HAEGER ENGINEERING.
SMITHGROUPJJR MAKES NO GUARANTEE NOR ASSUMES ANY LIABILITY AS
TO THE COMPLETENESS AND/OR ACCURACY OF THE SURVEY.
2.
SUPPLEMENTAL BACKGROUND INFORMATION HAS BEEN OBTAINED FROM
DESIGN FILES PROVIDED BY LEGAT ARCHITECTS.
3.
SUPPLEMENTAL ROADWAY BACKGROUND INFORMATION HAS BEEN
PROVIDED FROM DESIGN FILES BY SMITHGROUPJJR, INC. DATED 08.06.2014.
4.
AN ELECTRONIC COPY OF AUTOCAD 2013 DRAWING FILES WILL BE
PROVIDED FOR LAYOUT OF PROPOSED FACILITIES DESIGNED BY
SMITHGROUPJJR AND SHOULD BE USED ONLY FOR THOSE FACILITIES. NO
GUARANTEE IS MADE BY SMITHGROUPJJR FOR THE ACCURACY OF WORK
PROVIDED BY OTHERS.
5.
ALL CONTROL OF TRAFFIC REQUIRED TO PERFORM THE WORK SHALL BE
THE CONTRACTOR'S RESPONSIBILITY IN ACCORDANCE WITH IDOT
STANDARDS AND SPECIFICATIONS. CONTRACTOR SHALL COORDINATE ALL
TRAFFIC CONTROL MEASURES WITH THE OWNER'S REPRESENTATIVE PRIOR
TO INSTALLATION.
LIMITS OF WORK
35 EAST WACKER DRIVE
SUITE 2200
CHICAGO, IL 60601
312.641.0510
www.smithgroupjjr.com
ISSUED FOR
REV
DATE
BENCHMARKS
ISSUED FOR BID
NOTE: THE HORIZONTAL COORDINATES AND BASIS OF BEARING SHOWN HEREON
ARE BASED ON NAD83(2012) ILLINOIS EAST ZONE 1201 STATE PLANE
COORDINATES AS REFERENCED FROM KARA COMPANY'S RTK NETWORK.
74
8
747
APPROXIMATE LOCATION OF IRRIGATION
CONTROL BOXES (V.I.F.), TYP.
02/13/2015
BM # 1110
PK NAIL
N: 1885597.0069
E: 1052694.5299
ELEV.: 750.21 NAVD 88 (GEOID 12A)
LOCATION: NORTHWEST CORNER OF SITE. EDGE OF PAVEMENT, 5 FEET EAST OF
HYDRANT, 27.38 FEET NORTH OF CURB INLET, AND 53.30 FEET NORTHWEST OF
BUILDING.
BM # 103
CROSS NOTCH
N: 1885577.3406
E: 1053402.9999
ELEV.: 750.16 NAVD 88 (GEOID 12A)
LOCATION: NORTHEAST CORNER OF SITE IN CONCRETE WALK.
SEALS AND SIGNATURES
BM # 1925
CROSS NOTCH
N: 1884533.2049
E: 1053119.9107
ELEV.: 749.61 NAVD 88 (GEOID 12A)
LOCATION: CENTER OF SITE. IN CONCRETE WALK, 330 FEET NORTH OF
MAINTENANCE BLDG., 15.35 FEET SOUTHWEST OF INLET , 5.82 FEET EAST OF
EDGE OF PAVEMENT.
BM # 2519
CROSS NOTCH
N: 1883993.1502
E: 1053201.9180
ELEV.: 748.58 NAVD 88 (GEOID 12A)
LOCATION: SOUTHEAST CORNER OF SITE. WEST EDGE OF CONCRETE WALK, 9.46
FEET SOUTHEAST OF INLET, 94 FEET NORTHEAST OF CONCRETE WALL, 74.71
FEET NORTHWEST OF TELEPHONE MANHOLE.
KEY PLAN
N
DRAWING TITLE
EXISTING CONDITIONS PLAN
1" = 20'
SCALE
20475.000
PROJECT NUMBER
C-1.00
CALL
DRAWING NUMBER
SITE PREPARATION AND EROSION CONTROL LEGEND
LIMIT OF WORK
CONSTRUCTION FENCE
1
C-2.01
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH
OF POND 9
SILT FENCE
CLEAR AND GRUB
STABILIZED CONSTRUCTION
ENTRANCE
747
4
C-2.01
COLLEGE OF DUPAGE
PROTECT ELEMENT
748
2
C-2.01
425 FAWELL BOULEVARD
GLEN ELLYN, ILLINOIS
INLET FILTER
748
SITE PREPARATION AND EROSION CONTROL NOTES
74
7
1.
INSTALL ALL EROSION CONTROL DEVICES PRIOR TO ANY EARTHWORK ACTIVITIES.
2.
ALL EROSION CONTROL DEVICES SHALL BE MAINTAINED FOR THE DURATION OF THE
PROJECT, OR AS DIRECTED BY THE ENGINEER.
3.
INSTALL INLET FILTERS AT ALL EXISTING STORM SEWER INLETS AND NEW CATCH
BASINS WITHIN THE CONSTRUCTION LIMITS AND AS NOTED ON THE PLAN.
4.
NO SUSPENDED SEDIMENT WILL BE PERMITTED TO LEAVE THE CONSTRUCTION SITE.
THE CONTRACTOR, AT NO ADDITIONAL COST TO THE OWNER, SHALL REMOVE ALL
SEDIMENT INCLUDING, BUT NOT LIMITED TO, CLEANING SEWERS, SEDIMENT REMOVAL
AND RESEEDING, PAVEMENT SWEEPING, AND EROSION CONTROL BARRIER REPAIRS.
5.
NO CONSTRUCTION DEBRIS, SOIL AGGREGATES, OR OTHER MATERIALS SHALL BE
TRACKED ON TO CITY OR PRIVATE DRIVES OR STREETS. SWEEP / CLEAN STREETS
WEEKLY AND AS REQUIRED BY OWNER AND/OR CIVIL ENGINEER.
6.
UNLESS OTHERWISE INDICATED, ALL STRUCTURAL EROSION AND SEDIMENT CONTROL
PRACTICES SHALL BE CONSTRUCTED ACCORDING TO MINIMUM STANDARDS AND
SPECIFICATIONS IN THE LATEST REVISION OF THE ILLINOIS URBAN MANUAL PUBLISHED
BY THE ILLINOIS ENVIRONMENTAL PROTECTION AGENCY (IEPA) AND THE NATURAL
RESOURCES CONSERVATION SERVICE (NRCS).
7.
IT IS THE RESPONSIBILITY OF THE GENERAL CONTRACTOR TO INFORM ANY
SUB-CONTRACTOR(S) WHO MAY PERFORM WORK ON THIS PROJECT, OF THE
REQUIREMENTS IN IMPLEMENTING AND MAINTAINING THESE EROSION CONTROL
PLANS.
749
748
35 EAST WACKER DRIVE
SUITE 2200
CHICAGO, IL 60601
312.641.0510
www.smithgroupjjr.com
LIMITS OF WORK
CONSTRUCTION FENCE, TYP.
ISSUED FOR
ISSUED FOR BID
8.
ANY APPLICABLE STORM WATER POLLUTION PREVENTION PLAN (SWPPP) SHALL BE
FOLLOWED ALONG WITH THE MINIMUM SOIL EROSION AND SEDIMENT CONTROL (SESC)
MEASURES SPECIFIED HEREIN. THE SWPPP WILL BE KEPT ONSITE DURING
CONSTRUCTION FOR INSPECTION.
9.
TEMPORARY SOIL STABILIZATION SHALL BE APPLIED TO TOPSOIL STOCKPILES AND
DISTURBED AREAS WHERE CONSTRUCTION ACTIVITY WILL NOT OCCUR FOR A PERIOD
OF MORE THAN 21 CALENDAR DAYS.
10.
PERMANENT SOIL STABILIZATION SHALL BE DONE WITHIN 14 CALENDAR DAYS AFTER
COMPLETION OF FINAL GRADING OF THE SOIL.
11.
INSPECTION OF SESC MEASURES SHALL BE COMPLETED BY THE CONTRACTOR'S
CERTIFIED STORMWATER OPERATOR AT LEAST ONCE EVERY 7 CALENDAR DAYS AND
WITHIN 24 HOURS OF A STORM 0.5 INCHES OR GREATER. SESC MEASURES WILL BE
MAINTAINED TO PERFORM THEIR INTENDED FUNCTION UNTIL THE SITE IS
PERMANENTLY STABILIZED.
CLEAR AND GRUB, TYP.
REV
DATE
02/13/2015
74
8
747
12.
ALL TEMPORARY ROADWAYS, ACCESS DRIVES AND PARKING AREAS SHALL BE
STABILIZED AND BE OF SUFFICIENT WIDTH AND LENGTH TO PREVENT SEDIMENT FROM
BEING TRACKED ONTO PUBLIC OR PRIVATE ROADWAYS. ANY SEDIMENT REACHING A
PUBLIC OR PRIVATE ROAD SHALL BE REMOVED BY STREET CLEANING (NOT BY WATER
FLUSHING) AS NECESSARY, OR BEFORE THE END OF EACH WORKDAY.
13.
TIRES AND WHEEL WELLS OF VEHICLES AND CONSTRUCTION EQUIPMENT SHALL BE
FREE OF DIRT AND/OR SEDIMENT BEFORE LEAVING A CONSTRUCTION AREA TO
PREVENT TRACKING ONTO A PUBLIC OR PRIVATE PAVED ROAD OR SIDEWALK.
14.
TRUCKS LOADED WITH WASTE MATERIAL THAT MAY BE CARRIED OFF BY WIND OR RAIN
SHALL BE COVERED PRIOR TO LEAVING THE CONSTRUCTION SITE.
15.
ALL ONSITE DRAINAGE STRUCTURES WITHIN THE CONSTRUCTION AREA AND DOWN
SLOPE WITHIN THE PUBLIC RIGHT-OF-WAY SHALL BE PROTECTED WITH SEDIMENT
CONTROL MEASURES.
16.
THE DISCHARGE OF SEDIMENT INTO THE SEWER SYSTEM, AS PART OF SITE
DEWATERING, MUST BE CONTROLLED AND MINIMIZED TO PREVENT CLOGGING OF THE
SEWER SYSTEM. CONTRACTOR SHALL REVIEW CONDITIONS WITH OWNER AND
ENGINEER PRIOR TO START OF CONSTRUCTION. CONTRACTOR SHALL CLEAN ONSITE
AND DOWNSTREAM SYSTEMS AS REQUIRED BY OWNER AND CITY.
17.
THE USE, STORAGE, AND DISPOSAL OF CHEMICALS, CEMENT, AND OTHER COMPOUNDS
AND BUILDING MATERIALS USED ON THE CONSTRUCTION SITE SHALL BE MANAGED
DURING THE CONSTRUCTION PERIOD TO PREVENT THEIR ENTRANCE INTO THE SEWER
SYSTEM.
18.
ALL TEMPORARY SESC MEASURES SHALL BE REMOVED WITHIN 30 DAYS AFTER FINAL
SITE STABILIZATION IS ACHIEVED OR AS DIRECTED BY THE ENGINEER.
19.
THE PROPOSED GRADING PLAN ASSUMES THE REMOVAL OF AN AVERAGE 6" DEPTH OF
TOPSOIL. CONTRACTOR TO VERIFY EXISTING DEPTH IN FIELD AND STRIP AND
STOCKPILE FULL DEPTH.
PROTECT STORM
STRUCTURE
PROTECT STORM
STRUCTURE
STABILIZED CONSTRUCTION
ENTRANCE
APPROXIMATE LOCATION OF IRRIGATION
CONTROL BOXES (V.I.F.), TYP.
PROTECT
IRRIGATION BOXES
PROTECT EXISTING
PAVEMENT AND CURB
INLET FILTER, TYP.
PROTECT FLARED
END SECTION
SILT FENCE., TYP.
CONSTRUCTION FENCE GATE
SILT FENCE, TYP.
PROTECT FLARED
END SECTION
N
SEALS AND SIGNATURES
KEY PLAN
DRAWING TITLE
SITE PREPARATION AND
EROSION CONTROL PLAN
1" = 20'
SCALE
20475.000
PROJECT NUMBER
C-2.00
CALL
DRAWING NUMBER
FILTER FABRIC
FASTENER - MIN. NO. 10 GAGE WIRE
4 PER POST REQUIRED. (TYP.)
5' MAX
(TYP)
GALVANIZED STEEL FRAME
COLLEGE OF DUPAGE
LIFT HANDLES
DRAINAGE IMPROVEMENTS NORTH
OF POND 9
2'
MIN
FILTER FABRIC
STEP 1
FILTER FABRIC
POSTS
GEOTEXTILE FILTER BAG
WITH REINFORCED POLYESTER
OUTER MESH
COLLEGE OF DUPAGE
ROUND INLET FILTER
NOTE:
TEMPORARY INLET SEDIMENT FILTER TO BE INSTALLED ON ALL CATCH BASINS AND STORM
INLETS. INLET FILTER TO BE ROUND IPP INLET FILTER AS MANUFACTURED BY INLET & PIPE
PROTECTION, INC (847-722-0690) OR APPROVED OTHER. CLEAN FILTER AS NEEDED.
STEP 2
F FLOW
DIRECTION O
D LINE
ED GROUN
UNDISTURB
GALVANIZED STEEL
FRAME
425 FAWELL BOULEVARD
GLEN ELLYN, ILLINOIS
STORMWATER MANAGEMENT SYSTEM
MAINTENANCE TASKS AND SCHEDULE
(REAR CURB GUARD FLAP INCLUDED
FOR CURB BOX INLET FILTERS)
DURING CONSTRUCTION
LIFT HANDLES
6"
MIN
TASKS
COMPACTED BACKFILL
STEP 3
6"
MIN
STAINLESS STEEL
LOCKING BAND
FABRIC ANCHOR SECTION
PLAN FOR ATTACHING TWO SILT FENCES
NOTES:
1.
TEMPORARY SEDIMENT FENCE SHALL BE INSTALLED PRIOR TO ANY GRADING WORK. IN THE
AREA TO BE PROTECTED. THEY SHALL BE MAINTAINED THROUGHOUT THE CONSTRUCTION
PERIOD AND REMOVED IN CONJUNCTION WITH THE FINAL GRADING AND SITE STABILIZATION.
2. FILTER FABRIC SHALL MEET THE REQUIREMENTS OF MATERIAL SPECIFICATION 592 GEOTEXTILE
TABLE 1 OR 2, CLASS I WITH EQUIVALENT OPENING SIZE OF AT LEAST 30 FOR NONWOVEN AND
50 FOR WOVEN.
3. FENCE POSTS SHALL BE EITHER STANDARD STEEL POST OR WOOD POST WITH A MINIMUM
CROSS-SECTIONAL AREA OF 3.0 SQ. IN.
1
GEOTEXTILE FILTER BAG
WITH REINFORCED POLYESTER
OUTER MESH
(REAR CURB GUARD FLAP INCLUDED
FOR CURB BOX INLET FILTERS)
NOTES:
1. PLACE THE END POST OF THE SECOND FENCE INSIDE THE END POST OF THE FIRST FENCE.
2. ROTATE BOTH POSTS AT LEAST 180 DEGREES IN A CLOCKWISE DIRECTION TO CREATE A
TIGHT SEAL WITH THE FABRIC MATERIAL.
3. DRIVE BOTH POSTS A MINIMUM OF 18 INCHES INTO THE GROUND AND BURY THE FLAP.
Silt Fence
Inlet Filter
Scale: NOT TO SCALE
SCHEDULE
INSPECT FOR ACCUMULATED SEDIMENT
X
X
WEEKLY AND AFTER EACH 1/2" RAIN EVENT
REMOVAL OF ACCUMULATED SEDIMENT > 1' DEEP
X
X
AS REQUIRED
INSPECT FOR EROSION
X
WEEKLY AND AFTER EACH 1/2" RAIN EVENT
REESTABLISH PERMANENT CONTROLS, ERODED AREAS
X
AS REQUIRED
INSPECT FOR FLOATABLES AND DEBRIS
X
REMOVE FLOATABLES AND DEBRIS
X
CERTIFIED STORMWATER MANAGEMENT INSPECTIONS
X
X
WEEKLY AND AFTER EACH 1/2" RAIN EVENT
PROFESSIONAL ENGINEER, REPORTING TO DEVELOPER
X
X
AS REQUIRED
MODIFICATIONS PER ENGINEERING RECOMMENDATION
X
X
MONTHLY
STREET SWEEPING
X
X
AS NEEDED
35 EAST WACKER DRIVE
SUITE 2200
CHICAGO, IL 60601
312.641.0510
www.smithgroupjjr.com
WEEKLY AND AFTER EACH 1/2" RAIN EVENT
AS REQUIRED
CONSTRUCTION OBSERVATIONS
RECTANGLE INLET FILTER
NOTE:
TEMPORARY INLET SEDIMENT FILTER TO BE INSTALLED ON ALL CATCH BASINS AND STORM
INLETS. INLET FILTER TO BE RECTANGLE IPP INLET FILTER AS MANUFACTURED BY INLET & PIPE
PROTECTION, INC (847-722-0690) OR APPROVED OTHER. CLEAN FILTER AS NEEDED.
2
Scale: NOT TO SCALE
OVERFLOW FEATURE
SWALES & DITCHES
ELEVATION
FILTER FABRIC
OVERFLOW FEATURE
STORM SEWER SYSTEM
18"MIN
(TYP)
STAINLESS STEEL
LOCKING BAND
3
Stormwater Management & Erosion Control Schedule
ISSUED FOR
REV
ISSUED FOR BID
DATE
02/13/2015
EXISTING
GROUND
A
CONCRETE WASH OUT
B
10' MIN
L = 70'
B
* MUST EXTEND FULL WIDTH
OF INGRESS AND EGRESS
OPERATION.
3" Min
A
EXISTING
PAVEMENT
10' MIN
10' MIN
COARSE AGGREGATE
3" Min
20'
20'
POSITIVE DRAINAGE TO
SEDIMENT TRAPPING
DEVICE.
SEALS AND SIGNATURES
FILTER FABRIC
PLAN VIEW
SECTION A-A
L = 70'
5:1 SLOPE
FILTER FABRIC
EXISTING GROUND
6" MIN
3'
EXISTING
PAVEMENT
6'- 7"
MOUNTABLE BERM
(OPTIONAL)
KEY PLAN
SIDE ELEVATION
NOTES:
4
1.
FILTER FABRIC SHALL MEET THE REQUIREMENTS OF MATERIAL SPECIFICATION 592 GEOTEXTILE, TABLE I OR
CLASS I, II OR IV AND SHALL BE PLACED OVER THE CLEARED AREA PRIOR TO THE PLACING OF ROCK.
2.
ROCK OR RECLAIMED CONCRETE SHALL MEET ONE OF THE FOLLOWING IDOT COARSE AGGREGATE
GRADATION, CA-1, CA-2, CA-3 OR CA-4 AND BE PLACED ACCORDING TO CONSTRUCTION SPECIFICATION 25
ROCKFILL USING PLACEMENT METHOD 1 AND CLASS III COMPACTION.
3.
ANY DRAINAGE FACILITIES REQUIRED BECAUSE OF WASHING SHALL BE CONSTRUCTED ACCORDING TO
MANUFACTURERS SPECIFICATIONS.
4.
IF WASH RACKS ARE USED THEY SHALL BE INSTALLED ACCORDING TO THE MANUFACTURER'S
SPECIFICATIONS.
REINFORCED CONCRETE
DRAIN SPACE
SECTION B-B
Stabilized Construction Entrance
DRAWING TITLE
EROSION CONTROL DETAILS
Scale: NOT TO SCALE
1" = 20'
SCALE
20475.000
PROJECT NUMBER
C-2.01
CALL
DRAWING NUMBER
RESTORATION & GRADING LEGEND
COLLEGE OF DUPAGE
LIMIT OF WORK
745
MAJOR CONTOUR
746
MINOR CONTOUR
746.50
SPOT ELEVATION
DRAINAGE IMPROVEMENTS NORTH
OF POND 9
DRAINAGE SWALE
2.00%
SLOPE
747
DRAINAGE ARROW
COLLEGE OF DUPAGE
SOD & 8" TOPSOIL
748
748
PERMANENT EROSION MAT
425 FAWELL BOULEVARD
GLEN ELLYN, ILLINOIS
RESTORE VEGETATION
ME
MEET EXISTING ELEVATION
RIM
RIM ELEVATION
HPS
HIGH POINT OF SWALE
35 EAST WACKER DRIVE
SUITE 2200
CHICAGO, IL 60601
312.641.0510
www.smithgroupjjr.com
4. 5
0%
SITE RESTORATION NOTES
1.
COORDINATE ADJUSTMENT OF UTILITY STRUCTURES WITH THE APPROPRIATE UTILITY
PROVIDER. NO WORK TO PUBLIC OR PRIVATE UTILITIES SHALL BE DONE WITHOUT
WRITTEN CONSENT BY UTILITY OWNER. ALL UTILITY STRUCTURES, INCLUDING BUT NOT
LIMITED TO: CLEAN-OUTS, MANHOLES, CATCH BASINS, STRUCTURES, VALVE BOXES,
SHUT OFF VALVES, VAULT COVERS, ELECTRICAL VAULT COVERS, ELECTRICAL PULL
BOXES, ETC. TO REMAIN SHALL BE ADJUSTED TO FINISH GRADE UNLESS OTHERWISE
NOTED.
2.
EXISTING UTILITY STRUCTURES THAT REQUIRE ADJUSTMENTS GREATER THAN 6" SHALL
USE PRECAST CONCRETE ADJUSTMENT RINGS TO ACHIEVE FINAL PROPOSED GRADES.
3.
GRADES SHALL SLOPE TO DRAIN, BE FREE OF DEPRESSIONS OR OTHER IRREGULARITIES
AFTER COMPACTION OF SOIL AND INSTALLATION OF PAVEMENT, AND SHALL BE UNIFORM
IN SLOPE BETWEEN THE ELEVATIONS INDICATED.
4.
FINISH GRADES SHALL MEET EXISTING GRADES AT LIMIT OF WORK AND BE 1/2" BELOW
TOP OF CURBS AND ADJACENT PAVING.
5.
MAINTAIN AND ESTABLISH TURF BY WATERING, FERTILIZING, WEEDING, MOWING,
TRIMMING, REPLANTING, AND PERFORMING OTHER OPERATIONS AS REQUIRED TO
ESTABLISH HEALTHY, VIABLE TURF. ROLL, REGRADE, AND REPLANT BARE OR ERODED
AREAS AND REMULCH TO PRODUCE A UNIFORMLY SMOOTH TURF.
74
7
4.50%
747
749
748
LIMITS OF WORK
%
3.00
3.00%
LE @
SWA
ISSUED FOR
REV
2.00
%
ISSUED FOR BID
74
6.
MOW TURF AS SOON AS TOP GROWTH IS TALL ENOUGH TO CUT. REPEAT MOWING TO
MAINTAIN SPECIFIED HEIGHT WITHOUT CUTTING MORE THAN 1/3 OF GRASS HEIGHT.
REMOVE NO MORE THAN 1/3 OF GRASS-LEAF GROWTH IN INITIAL OR SUBSEQUENT
MOWINGS. DO NOT DELAY MOWING UNTIL GRASS BLADES BEND OVER AND BECOME
MATTED. DO NOT MOW WHEN GRASS IS WET.
7.
PROMPTLY REMOVE SOIL AND DEBRIS CREATED BY TURF WORK FROM PAVED AREAS.
CLEAN WHEELS OF VEHICLES BEFORE LEAVING SITE TO AVOID TRACKING SOIL ONTO
ROADS, WALKS, OR OTHER PAVED AREAS
DATE
02/13/2015
746
8
2.00%
MIN.
744
SOD & 8" TOPSOIL, TYP.
743
2.00%
MIN.
ADJUST RIM ELEVATION TO
MEET FINISHED GRADE, TYP.
747
745
SEALS AND SIGNATURES
APPROXIMATE LOCATION OF IRRIGATION
CONTROL BOXES (V.I.F.), TYP.
ADJUST RIM ELEVATION TO
MEET FINISHED GRADE, TYP.
KEY PLAN
SOD & 8" TOPSOIL WITH
PERMANENT EROSION MAT
742
ADJUST/RELOCATE IRRIGATION
VALVES AS NECESSARY TO MEET
FINISHED GRADE, TYP.
RESTORE VEGETATION
& STONE SHORELINE,
SEE SHEET C-3.01 FOR
DETAILS
N
DRAWING TITLE
SITE RESTORATION AND
GRADING PLAN
1" = 20'
SCALE
20475.000
PROJECT NUMBER
C-3.00
CALL
DRAWING NUMBER
COLLEGE OF DUPAGE
DRAINAGE IMPROVEMENTS NORTH
OF POND 9
AGGREGATE MAINTENANCE EDGE 8" THICK, SEE NOTE #1.
AGGREGATE BASE, 6" THICK
GEOTEXTILE FABRIC
6" MAX.
BORDER PLANTINGS (PLUGS),
SEE NOTE 5.
AQUATIC PLANTINGS,
SEE NOTE 4.
COLLEGE OF DUPAGE
SOD
NORMAL WATER LEVEL
425 FAWELL BOULEVARD
GLEN ELLYN, ILLINOIS
PERMANENT EROSION MAT
(SEE SHEET C-3.00 FOR
LOCATION), SEE NOTE #2.
1"
741.00
POND
TEMPORARY EROSION MAT,
SEE NOTE #3.
NOTES:
1. AGGREGATE MAINTENANCE EDGE SHALL BE SALVAGED AND RE-USED
EXISTING STONE AT AREA OF POND EDGE THAT WILL BE DISTRUBED AS A
PART OF THIS PROJECT. SEE C-3.00 FOR LIMITS OF DISTURBANCE AND
RE-INSTALLATION.
TURF REINF. MAT (TRM)
ANCHORED PER SPEC
CUT OPENING FOR PLUG
2. PERMANENT EROSION MAT SHALL BE A MACHINE-PRODUCED TURF
REINFORCEMENT MAT OF 100% COCONUT FIBER MATRIX INCORPORATED
INTO A PERMANENT THREE DIMENSIONAL TURF REINFORCEMENT MATTING.
FINISHED GRADE
RANDOMLY MIXED PLANTS
3. TEMPORARY EROSION MAT SHALL BE STRAW/JUTE BLANKET
CONSTRUCTED WITH A 100% AGRICULTURAL STRAW MIX WITH JUTE AND
COTTON NETTING ON TOP AND BOTTOM, BE 100% BIODEGRADABLE, AND
HAVE A TYPICAL FUNCTIONAL LONGEVITY OF 12 MONTHS. PLASTIC WEAVING
WILL NOT BE PERMITTED.
4" TS
PLANT A
PLANT B
35 EAST WACKER DRIVE
SUITE 2200
CHICAGO, IL 60601
312.641.0510
www.smithgroupjjr.com
4. AQUATIC PLANTINGS SHALL BE CAREX VULPINOIDEA (BROWN FOX SEDGE),
PLUGS. AQUATIC PLANTINGS SHALL BE PLANTED IN MID-MAY.
1
Pond Edge Treatment
5. BORDER PLANTINGS SHALL BE EQUAL QUANTITY ASTER NOVAE-ANGILAE
(NEW ENGLAND ASTER) AND ELYMUS VIRGINICUS (VIRGINIA WILD RYE), #1 AT
12" O.C. BORDER PLANTINGS SHALL BE PLANTED IN MID-MAY. WITH BORDER
PLANTINGS, APPLY ASTER NOVAE-ANGILAE (NEW ENGLAND ASTER) SEED
AND ELYMUS VIRGINICUS (VIRGINIA WILD RYE) SEED AT 50 OUNCES/ACRE
ALONG WITH TRITICUM AESTIVUM (WINTER WHEAT) SEED AT 200
OUNCES/ACRE AS TEMPORARY COVER CROP.
3
Aquatic Plantings
Scale: Not to Scale
Scale: Not to Scale
ISSUED FOR
REV
ISSUED FOR BID
DATE
02/13/2015
SEALS AND SIGNATURES
KEY PLAN
2
Aquatic Plantings
Scale: Not to Scale
DRAWING TITLE
SITE RESTORATION DETAILS
1" = 20'
SCALE
20475.000
PROJECT NUMBER
C-3.01
CALL
DRAWING NUMBER
ADDENDUM
www.smithgroupjjr.com
Page 1 of 1
College of DuPage: Grading & Restoration North
of Pond 9
March 6, 2015
1
PROJECT
ISSUE DATE
ADDENDUM NO.
20475.000
Jim Forrester
PROJECT NUMBER
PREPARED BY
THIS ADDENDUM IS ISSUED BEFORE OPENING OF BIDS TO INFORM THE BIDDERS OF
REVISIONS TO THE BIDDING DOCUMENTS AND IS HEREBY MADE A PART OF THE BIDDING
DOCUMENTS.
ALL REQUIREMENTS CONTAINED IN THE BIDDING DOCUMENTS SHALL APPLY TO THIS
ADDENDUM. THE GENERAL CHARACTER OF THE WORK CALLED FOR IN THIS ADDENDUM
SHALL BE THE SAME AS ORIGINALLY SET FORTH IN THE APPLICABLE PORTIONS OF THE
BIDDING DOCUMENTS FOR SIMILAR WORK, UNLESS OTHERWISE SPECIFIED HEREIN; AND
ALL INCIDENTAL WORK NECESSITATED BY THIS ADDENDUM AS REQUIRED TO COMPLETE
THE WORK SHALL BE INCLUDED IN THE BID, EVEN THOUGH NOT PARTICULARLY
MENTIONED IN THIS ADDENDUM.
NO DRAWINGS ARE ISSUED WITH THIS ADDENDUM.
THE FOLLOWING DRAWING(S), DATED 03.06.2015, ARE ISSUED WITH THIS ADDENDUM
AND FORM A PART HEREOF.
The attached drawings and specification pages or written changes shall become part of
the bidding documents and be used to formulate a price for the work to be indicated on the
bid form page in the Project Manual, dated January 26, 2015. The drawing changes will
become part of the Issued for Construction set that is submitted later.
DRAWINGS
1.
Sheet 1 of 1 IRRIGATION IMPACT
This sheet has been added to the documents for reference only, and is
attached to this addendum. It provides further information on existing
irrigation in the project area that will be impacted.
OTHER
1.
Pre-Bid Meeting Sign-in Sheet
This sign-in sheet has been added to the documents for reference.
.
-END OF ADDENDUMp:\20475.000\ca\bid\addendum #1\2015-0306 addendum #1.docx
JJR, LLC
|
3 5 E A S T W A C K E R D R I V E , S U I T E 2 2 0 0 , C H I C A G O , IL 6 0 6 0 1
|
T 312.641.0510
F 312.641.0668
FOR REFERENCE
03.06.2015
2"
2"
2"
2"
2"
2"
2"
2"
2"
2"
2"
2"
2"
2"
6"
2"
2"
2"
2"
4"
2"
2"
2"
2"
2"
2"
2"
2"
2"
2"
6"
Download