CAPITAL CITY DEVELOPMENT CORPORATION 121 N 9th St, Suite 501, Boise, Idaho 83702 PROJECT MANUAL & INVITATION TO BID 2014 Old Boise Streetscapes Project (As revised by Addenda Nos. 1, 2 and 3) IMPORTANT DATES Bid Issued April 1, 2014 Mandatory Pre-Bid Conference & Site Tour April 9. 2014 1:30 p.m. Mandatory Bidder Registration deadline April 9, 2014 5:00 p.m. BIDS DUE & BID OPENING April 30, 2014 3:00 p.m. PLEASE NOTE: All dates in this Project Manual & Invitation to Bid are in calendar year 2014 and all times are Boise, Idaho local time, unless otherwise noted. OWNER’S REPRESENTATIVE / PROJECT CONSULTANTS OWNER’S REPRESENTATIVE OWNER’S PROJECT MANAGER/ MORGAN MAIOLIE PROJECT ENGINEER LANDSCAPE ARCHITECT KIM SIEGENTHALER, RLA PROJECT SPECIALIST RICARDO ZAVALA, P.E. JENSEN-BELTS ASSOCIATES CAPITAL CITY DEVELOPMENT CORP. QUADRANT CONSULTING, INC. 495 MAIN ST 121 N. 9TH ST, STE 501 1904 W. OVERLAND RD BOISE ID 83702 BOISE ID 83702 BOISE, ID 83702 208-343-7175 EXT 5 208-384-4264 208-342-0091 STRUCTURAL ENGINEER ELECTRICAL ENGINEER STRATA INC (SUBCONSULTANT TO QCI) (SUBCONSULTANT TO QCI) (SUBCONSULTANT TO QCI) CRAIG BRASHER, P.E. TYLER VICTORINO, P.E. MICHAEL WOODWORTH AHJ ENGINEERS, P.C. MUSGROVE ENGINEERING, P.A. 8653 W HACKAMORE DR 5418 N. EAGLE ROAD, #140 234 S. WHISPERWOOD WAY BOISE, ID 83709 BOISE, ID 83713 BOISE, ID 83709 208-376-8200 208-323-0199 208-384-0585 EXT 323 BLANK PAGE PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 1 of 49 CAPITAL CITY DEVELOPMENT CORPORATION 121 N. 9th St., #501, Boise, Idaho 83702 PROJECT MANUAL & INVITATION TO BID 2014 Old Boise Streetscapes Project CONTENTS Page Part 1: Invitation to Bid (Including Submission Instructions) .......................................... 6 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. Project Manual & Contract Documents ............................................................ 6 Scope of Work & Schedule .............................................................................. 7 Base Bid; Basis of Contract Award ...................................................... 8 Responsibilities for Streetscape Furnishings ........................................ 8 Storage for Historic Street Lights .......................................................... 9 Cost/Use Tax for Street Furnishings................................................... 10 Erosion & Sediment Control Requirements ........................................ 10 Asbestos Abatement (added by Add No. 2; revised by Add No. 3) .... 10 Status of Plans.................................................................................... 10 Construction Schedule & Phasing .................................................. 1011 City Hall Parking Garage & Streetscape Project ................................ 11 Silva Cell Tree and Stormwater Management System ............................... 1112 Owner’s Project Team .................................................................................... 13 Communications during Bidding Process ....................................................... 14 Summary of Dates ...................................................................................... 1415 Bidder Registration ..................................................................................... 1516 Mandatory Pre-Bid Conference & Mandatory Site Tour ............................. 1516 Licensing Requirements ............................................................................. 1617 Public Nature of Submissions ........................................................................ 17 Submission Requirements ......................................................................... 1718 Bid Security ................................................................................................ 1819 Form of Contract ............................................................................................ 19 Bid Opening & Contract Award .................................................................. 1920 Selection Criteria & Appeal ........................................................................ 1920 Insurance Requirements (as revised by Add No. 2) ....................................... 20 Bond Requirements (as revised by Add No. 2) .......................................... 2122 Questions ....................................................................................................... 22 Attachment A: Project Location & Work Areas .................................................................. 2324 Attachment B-1: Legal Notice ............................................................................................ 2426 Attachment B-2: Advance Announcement ......................................................................... 2527 Attachment C: Registration Form ....................................................................................... 2628 Attachment D: Revised Bid Form, Contractor’s Affidavit Concerning Taxes and Waiver & Release (as revised by Add No. 2) .................................................................................... 2830 PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 2 of 49 Part 2: ConsensusDOCSTM Contract – Contract Form & Supplementary Provisions 3840 Part 3: Division 01 Specifications (General Requirements) ........................................ 4244 General Requirements 01 1000 01 5000 01 7700 Summary Temporary Facilities and Controls Closeout Procedures Part 3 - Appendix A: Stormwater Pollution Prevention Plan (SWPPP) Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPAcompleteforissue.pdf Please Note: Part 3 - Appendix A has been posted on CCDC’s website as a download for Bidders (see Link above). Appendix A has not been included in the print version of this Project Manual & Invitation to Bid due to the volume of material. If you are unable to get the Link to work, please contact Ross Borden, CCDC Contracts Manager ([email protected]) or Pam Sheldon, Contracts Assistant ([email protected]) or call 208-384-4265. Appendix A is hereby incorporated into and made a part of the Project Manual by this reference. Part 4: 2014 Old Boise Streetscapes Project - Drawings & Technical Specifications.. 46 Civil Drawings: C-1 Civil Notes C-2 Civil Details (as revised by Add No. 2) C-3 Civil Details (as revised by Add No. 2) C-4 Demolition Plan – 5th and Idaho Street (northwest corner) C-5 Demolition Plan – 6th Street (Main-Idaho St northend) C-6 Demolition Plan – Main Street and 6th Street (northeast corner) C-7 Demolition Plan – Main Street (6th-5th St eastend) C-8 Demolition Plan – Main Street and 6th St Vaults C-9 Site Civil Plan – 5th and Idaho Street (northwest corner) (as revised by Add No. 2) C-10 Site Civil Plan – 6th Street (Main –Idaho St northend) C-11 Site Civil Plan – Main and 6th Street (northeast corner) (as revised by Add No. 2) C-12 Site Civil Plan – Main Street (6th-5th St eastend) (as revised by Add No. 2) C-13 Site Civil Plan – Main Street and 6th St Vaults C-14 Silva Cell Plan – 5th and Idaho Street (northwest corner) (as revised by Add No. 2) C-15 Silva Cell Plan – 6th Street (Main –Idaho St northend) (as revised by Add No. 2) C-16 Silva Cell Plan – Main and 6th Street (northeast corner) (as revised by Add No. 2) C-17 Silva Cell Plan – Main Street (6th-5th St eastend) (as revised by Add No. 2) ESC-1 Erosion and Sediment Control Plan - 5th and Idaho Street (northwest corner) ESC-2 Erosion and Sediment Control Plan - 6th Street (Main-Idaho St. northend) ESC-3 Erosion and Sediment Control Plan - Main and 6th Street (northeast corner) ESC-4 Erosion and Sediment Control Plan - Main Street (6th-5th St. eastend) ESC-5 Erosion and Sediment Control Plan - Main Street and 6th St Vaults PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 3 of 49 Streetscape Drawings: ST-1 Streetscape Notes ST-2 Streetscape Details ST-3 Streetscape Details ST-4 Streetscape Plan – 5th and Idaho Street (northwest corner) ST-5 Streetscape Plan – 6th Street (Main –Idaho St northend) ST-6 Streetscape Plan – Main and 6th Street (northeast corner) ST-7 Streetscape Plan – Main Street (6th-5th St eastend) ST-8 Streetscape Plan – Main Street and 6th St Vaults ST-9 Streetscape Specifications Electrical Drawings: EG-1 Electrical Legends and Schedules EG-2 Electrical Specifications EG-3 Electrical Specifications E-1 Electrical Demolition Plan – 5th and Idaho Street (northwest corner) E-2 Electrical Demolition Plan – 6th Street (Main –Idaho St northend) E-3 Electrical Demolition Plan – Main and 6th Street (northeast corner) E-4 Electrical Demolition Plan – Main Street (6th-5th St eastend) E-5 Electrical Plan – 5th and Idaho Street (northwest corner) E-6 Electrical Plan – 6th Street (Main –Idaho St northend) E-7 Electrical Plan – Main and 6th Street (northeast corner) E-8 Electrical Plan – Main Street (6th-5th St eastend) E-9 Electrical Details Mechanical Drawings: M-1 Vault Mechanical Plan M-2 Vault Mechanical Specifications Structural Drawings: S-1.1 General Structural Notes & Special Inspections S-1.2 Overall Site Plan S-2.1 Enlarged Plan – Main Street: Idaho Blueprint and Supply (as revised by Add No. 2) S-2.2 Enlarged Plan - Main Street: Idaho Blueprint and Supply S-3.1 Enlarged Plan – 6th Street: Grainey’s Pub S-3.2 Enlarged Plan – 6th Street: Grainey’s Pub S-4.1 Enlarged Plan – 6th Street: Pioneer Tent Building S-5.1 Structural Details S-5.2 Structural Details Part 4 - Appendix B: Silva Cells – Specifications Section 32 9450 Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPAcompleteforissue.pdf Part 4 - Appendix C: Planting Soils for Silva Cells – Specifications Section 32 9456 Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPCcompleteforissue.pdf Part 4 – Appendix D-1: Asbestos Report #201403736 for Idaho Blueprint Vault prepared by Fiberquant Analytical Services and dated 4-1516 -2014 (added by Add No. 2) (date of report revised by Add No. 3) PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 4 of 49 Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPDcompleteforissue.pdf Part 4 – Appendix D-2: Asbestos Report #201404021 for Tom Grainey’s Vault prepared by Fiberquant Analytical Services and dated 4-24-2014 – pages 1-2 (added by Add No. 3). Link: http://www.ccdcboise.com/AboutCCDC/documents/AsbestosReport-TomGraineysVault201404021.pdf Appendices B, C, and D-1 and D-2 have been included in the PDF and PDF and print version of this Project Manual & Invitation to Bid following page 47. Appendices B, C, and D-1 and D-2 have also been posted on CCDC’s website as downloads for Bidders. Appendices B and C have not been included in the print version of this Project Manual & Invitation to Bid due to the volume of material. Links are noted above. If you are unable to get these links to work, please contact Ross Borden, CCDC Contracts Manager ([email protected]) or Pam Sheldon, Contracts Assistant ([email protected]) or call 208-384-4265. (Revised by Add No. 2 and Add No. 3.) Appendices B, C, and D-1 and D-2 are hereby incorporated into and made a part of the Project Manual by this reference. (Revised by Add No. 2) PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 5 of 49 PART 1 INVITATION TO BID (Including Submission Instructions) Capital City Development Corporation (CCDC), Boise’s urban renewal agency, is requesting sealed bids from public works contractors licensed by the State of Idaho to construct streetscape improvements on several block faces in the Old Boise Historic Area in downtown Boise, ID. (“2014 Old Boise Streetscapes Project” or “Project”). The Project includes the following locations or “Work Areas” located in close proximity to each other: A: Northwest corner of 5th and Idaho streets (adjacent to Chandlee Building). B: 6th Street between Idaho and Main streets, east side only, and including modifications to existing vault under sidewalk adjacent to Pioneer Tent Building at 106 N. 6th Street. C: Main Street between 5th & 6th streets, north side only. D: Eliminating vault under sidewalk in front of/adjacent to Tom Grainey’s Pub at 109 S. 6th Street. E. Eliminating vault under sidewalk in front of/adjacent to Idaho Blueprint & Supply at 619 W. Main Street. Attachment A is a map showing the Project Location and Work Areas. Legal Notice of this Invitation to Bid (“Bid Invitation”) will be published on March 31 and April 7. A copy of the Legal Notice is included as Attachment B-1. An informational advance notice will be published on March 24, which is included as Attachment B-2. 1. PROJECT MANUAL & CONTRACT DOCUMENTS Project Manual Project Manual consists of the items in Parts 1 through 4 in this document dated March 31, 2014 (“Project Manual”). Attachments, Exhibits and Appendices described in this Project Manual are incorporated by reference. The Project Manual will be available at CCDC (121 N. 9th Street, Suite 501, Boise ID) and on CCDC’s website beginning on April 1, 2014. http://www.ccdcboise.com/AboutCCDC/JobOpportunities.aspx. Contract Documents Contract Documents (“Contract Documents”) consist of: Project Manual. Contract form as modified by the Project Manual and as presented to the successful Bidder for execution. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 6 of 49 General, supplementary and other conditions stated in the Contract Documents. Division 01: General Requirements. 2014 Old Boise Streetscapes - Drawings and Technical Specifications. All addenda and informational memoranda issued by CCDC or by Quadrant Consulting, Inc., CCDC’s Project Manager/Project Engineer for this Project. Bidder’s Bid. See Part 1: Sect. 13 – “Form of Contract” for more information. Definitions of Terms For purposes of this Project Manual and the Contract Documents: 2. The term “Project Manual” refers to this entire document consisting of Parts 1 –4. The term “Invitation to Bid” refers to Part 1of the Project Manual. A “Bidder” is a licensed public works contractor registering with the intent to submit a bid and/or submitting a bid (“Bid”) in response to this Bid Invitation. The terms “agreement” and “contract” are equivalent. The terms “Capital City Development Corporation”, “CCDC” and “Owner” are equivalent. The terms “CCDC Board of Commissioners” and “CCDC Board” are equivalent. The terms “CCDC’s Project Manager”, “Project Manager” and “Project Engineer” are equivalent. The terms “ACHD” and “Ada County Highway District” are equivalent. SCOPE OF WORK & SCHEDULE The Scope of Work (referred to as the “Work” or the “Project” in this Project Manual) generally consists of: a. b. c. d. e. f. g. h. i. j. k. Demolition of existing streetscape, asphalt, and utility improvements. Underground utility installation. Excavation for and installation of Silva Cell tree and stormwater management system below finish grade. Preparation of sidewalk and street subgrade. Installation of brick pavers. Installation of concrete curb, gutter and sidewalk. Asphalt paving. Installation of landscaping, irrigation and streetscape furnishings identified as Contractor’s responsibility. Pick-up, transport and installation of streetscape furnishings provided by Owner. (See item titled “Responsibilities for Streetscape Furnishings” later in this Part 1: Sect. 2 for more information.) Eliminating two vaults under sidewalks adjacent to 109 S. 6th St and 619 W. Main St. Partial demolition of walls of existing vault adjacent to Pioneer Tent Building (106 N. 6th St.) to lower wall height; install new structural slab above vault and install brick pavers on top of slab to match finished grade of sidewalk. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 7 of 49 CCDC is the Owner. Morgan Maiolie, CCDC Project Specialist, will serve as Owner’s Representative. CCDC has retained Ricardo Zavala, P.E. as CCDC’s Project Manager/Project Engineer. Base Bid; Basis of Contract Award The Project includes Work Areas in CCDC’s River Myrtle-Old Boise urban renewal district (“District”). The Base Bid is for Work Areas A through E listed above and generally shown in Attachment A, and for all Work described in the General Requirements and Drawings & Technical Specifications in Parts 3 and 4 of this Project Manual. There are no bid alternates. The CCDC Board will decide whether to award a contract, and if awarded, the successful contractor will be selected based on the lowest responsive bid as determined by the CCDC Board and the selection criteria in Part 1: Sect. 15 – “Selection Criteria & Appeal”. The contract award will be to a single Bidder for the Base Bid amount. Responsibilities for Streetscape Furnishings Constructing the Project includes the installation of a variety of streetscape furnishings. CCDC has made it a practice to order some of these furnishings prior to the Contractor being selected due to long delivery lead times and cost savings. Also this year, CCDC has an inventory of street furnishings in its warehouse which it needs to reduce, so CCDC is using as much of this inventory as possible to supply furnishings for the Project. Figure 1 identifies the selected Contractor’s and CCDC’s responsibilities regarding streetscape furnishings for this Project (see page 8 below). This list also appears in Division 01 Section 01 1000.1.18 “Responsibilities for Streetscape Furnishings” in Part 3: of this Project Manual. Except for the historic street lights, CCDC will store the furnishings the agency is ordering or has in inventory in CCDC’s warehouse located at 620 S. 9th Street, Boise ID. The Contractor will be responsible for retrieving and transporting these furnishings when they are needed on the Project Site. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 8 of 49 FIGURE 1: RESPONSIBILITIES FOR STREETSCAPE FURNISHINGS Item Order & Purchase Storage Retrieve from Storage & Transport to Project Site Order & Take Delivery Install at Project Site Anchor bolts for historic street lights Contractor Contractor Contractor Bike Racks Contractor Contractor Contractor Brick Pavers (Endicott) Contractor Contractor Contractor Street Trees Contractor Contractor Contractor Trash Receptacles Contractor Contractor Contractor Benches CCDC Supply from Inventory CCDC Warehouse Contractor Contractor Historic Street Lights, including poles, glass globes, LED fixtures and banner arms. CCDC Order & Purchase For information on Contractor’s responsibility for storage - see item “Storage of Historic Street Lights” below and Section 01 1000.1.18.C. Contractor Contractor Tree Grates & Frames CCDC Order/ Supply from Inventory At: CCDC Warehouse, 620 S. 9th Street, Boise, ID. Contractor Contractor Trench Drain Grates & Frames CCDC Supply from Inventory CCDC Warehouse Contractor Contractor Storage of Historic Street Lights CCDC has conducted a competitive bidding process for purchasing the historic street lights. Alloway Electric Co., Inc. has been selected as the supplier for the light poles, glass globes and LED fixtures. CCDC expects to order the historic street by April 4, 2014. Manufacturing and delivery typically takes 8-10 weeks. CCDC expects to select the Contractor for the Project on May 12 at which time the electrical subcontractor will be known. CCDC has included in the Project Specifications that the selected Contractor shall take delivery and store the historic street lights until needed for installation, or may choose to have the Contractor’s electrical subcontractor take delivery and store the historic street lights. The selected Contractor is responsible for transport of the historic street lights to the Project Site. The selected Contractor shall order and install the anchor bolts for the historic street lights so they are available when needed in the construction sequence. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 9 of 49 Cost/Use Tax for Street Furnishings: The selected Contractor will purchase most of the brick pavers and all of the street trees, anchor bolts for the historic street lights, bike racks and trash receptacles shown for installation on the Drawings & Technical Specifications. CCDC will provide to the selected Contractor a portion of the brick pavers and all of historic street lights (without anchor bolts), tree grates and frames, trench drain grates and frames, and benches shown for installation on the Drawings & Technical Specifications. CCDC is a tax exempt entity and does not pay sales tax on the street furnishings it purchases. The selected Contractor is responsible for paying use tax to the State of Idaho for CCDCpurchased furnishings. CCDC will provide a chart to prospective Bidders at the mandatory Pre-Bid Conference with cost estimates for the street furnishings it is providing to Contractor so Bidders can calculate the use tax the selected Contractor will owe to the State of Idaho. Erosion & Sediment Control Requirements Project Engineer has estimated that the area disturbed by the Project is less than one acre so filing a Notice of Intent to obtain coverage under the U.S. Environmental Protection Agency’s National Pollutant Discharge Elimination System (NPDES) construction general permit is NOT required. Project Engineer has prepared a draft Stormwater Pollution Prevention Plan (SWPPP) and filed it with Boise City. The draft SWPP is included in Project Manual in Part 3 – Appendix A. Selected Contractor will be responsible for completing and obtaining approval of the SWPPP, obtaining any required permits and paying permit fees to Boise City and ACHD. Asbestos Abatement (added by Add No. 2; revised by Add No. 3) Project Engineer has engaged Strata Inc. to test for asbestos in the vaults adjacent to Idaho Blueprint & Supply and Tom Grainey’s Pub. The laboratory results for the vault at Idaho Blueprint & Supply have been received and show 2-5% chrysotile asbestos present in the floor tile and black mastic used to install the floor tiles, and in the black mastic used to install the ceiling tiles. A copy of the lab results for the vault at Idaho Blueprint & Supply is included as Appendix D-1 to the Project Manual. Note #11 on Sheet S-2.1 in Drawings requires the Selected Contractor to abate/dispose of asbestos material as required by Idaho Department of Environmental Quality (DEQ) and the U.S. Environmental Protection Agency (EPA). The laboratory results for the vault at Tom Grainey’s Pub show a negative result for all surfaces tested. Pages 1-2 of the report, which summarize the test results, are included as Appendix D-2 to the Project Manual. A copy of the full report is available at CCDC’s offices. Based on the test results, no asbestos abatement is required in Tom Grainey’s vault. are pending. Results will be provided to the Bidders as soon as they are received, and will be included as Appendix E to the Project Manual. If asbestos is detected at a level requiring abatement, a note similar to Note #11 on Sheet S-2.1 will be added to Sheet S-3.1 in Drawings. Status of Plans Owner’s consultant team has prepared the construction drawings dated March 31, 2014 for the Project, which are being issued with this Bid Invitation (“Bid Set”). Quadrant Consulting, Inc. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 10 of 49 submitted the Permit Set (“Permit Set”) to ACHD on February 21, 2014. Project Engineer expects to have comments from ACHD by March 28, 2014 and approved plans by April 11, 2014. Drawing revisions resulting from ACHD comments will be distributed to the Bidders by an addendum. AHJ Engineers, P.C. (“AHJ Engineers”) submitted the structural plans and the SWPPP for the Project to Boise City on March 14, 2014. Boise City has indicated that review will take two to four weeks or to April 11, 2014. The permit review fees have been paid by AHJ Engineers. Contractor will be responsible for obtaining and paying for any required building permit. Jensen-Belts Associates submitted the Design Review application and plans to Boise City on February 14, 2014, and has received an approval letter. No other plan approvals or permits are required from the Design Review section. Construction Schedule & Phasing The CCDC Board is expected to award the contract for the Project on May 12. The selected Contractor will be expected to mobilize and be ready to commence Work on June 2 subject to the issuance of a Notice to Proceed. The contract will require the selected Contractor to achieve Substantial Completion in 68 days (August 8, 2014) and Final Completion within 21 days thereafter (August 29, 2014). Owner’s phasing requirements for the Project are stated in Division 01 Section 1000.1.6 “Project Milestones and Phasing”. In summary, these requirements include: a. Work Areas A, B and C: b. Excavation for and installation of Silva Cell System shall occur in one Work Area at a time, and on one block face at a time so no two block faces have an open excavation and installation occurring at the same time. Excavation for and installation of Silva Cell System on each block face shall be completed within ten (10) calendar days. If Contractor is delayed in completing excavation and installation work due to circumstances beyond Contractor’s control, Contractor shall be entitled to an equitable extension of time. If completion of excavation and installation work is not achieved within the required ten (10) day period, or within an approved time extension, liquidated damages of $250.00 apply. Work Areas D and E: Removal of vaults at shall be completed by July 15, 2014. The Project Engineer has learned from ACHD that they will not have restrictions on the phasing of the Work. Typical ACHD requirements for use of the street right-of-way and on temporary closures will be applied. City Hall Parking Garage & Streetscape Project Boise City has scheduled renovations to the City Hall parking garage and a streetscape project in summer, 2014 (“City Hall Project”) which is across 6th Street from Work Area B in CCDC’s Old Boise Streetscapes Project. The sidewalk and parking lane on the west side of 6th St from Idaho to Main will be closed from May to August for the garage project, and from Idaho south to PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 11 of 49 midblock k in Septemb ber and Octo ober for Phase 1 of the sstreetscape project. As a result, the e sidewalk on the westt side will be e not availab ble for re-rou ting pedestrrian traffic when work is being done in Work Area A B. The e Project Eng gineer has le earned from m ACHD thatt work on both th sides of 6 Street can proceed simultaneous s sly as long a as work area as are confin ned to the sidewalk and parking g lanes. Tem mporary clos sures of travvel lanes will be allowed.. Approval ffrom ACHD fo or closures of o the sidewa alk, parking lanes and tra avel lanes w will be require ed and typiccal ACHD re equirements will be appliied. CCDC ha as contacted d Rob Bousffield, Boise City’s C projecct manager fo or the City H Hall Project, about coordination between CCD DC, Boise City C and ACH HD as the Citty Hall and O Old Boise Streetsca apes projectts move forw ward. Rob Bousfield B will attend the p pre-bid meeting and the e preconstructtion meeting g for the Old Boise Stree etscapes Pro oject. 3. SILVA S CELL L TREE AND D STORMWA ATER MANA AGEMENT SYSTEM The 2014 4 Old Boise Streetscape es Project inc cludes insta allation of a S Silva Cell Tre ee and Stormwa ater Management System m (Silva Celll System) in Work Areass A, B and C C. The Silva Cell System is a modularr soil contain nment system m manufactu ured by DeepRoot Green Infrastructture LLC (Dee ep Root). In nstalling a Siilva Cell systtem below p paved surfacces like sidew walks, plaza as and park king lots allow ws trees planted in tree wells or land dscape islan nds in these paved areas to access a larger volum me of soil, th hus extendin ng the life of the tree and d allowing it to grow to a mature size. Each Silv va Cell is composed of a frame and a deck. Fra ames are 48 8” long x 24” wide x 16” h high, and each h one holds 10 cubic fee et of soil. Th hey can be sstacked one, two or three e high before e they are topped with deck to crea ate a maxim mum containm ment area fo or lightly com mpacted loam m soil (see illustration below). b PROJECT MANUAL & IN NVITATION TO O BID (as revise ed by Add Noss. 1,2 & 3) 2014 OLD BOISE STREE ETSCAPES PR ROJECT – MARCH 31, 2014A APRIL 25, 2014 Page 12 2 of 49 FRAME Six rigid vertical posts protrude from the bottom of the frame to support hardscapes along with the weight of any load they carry. Their rounded edges prevent significant stress concentrations, meaning that the supported hardscapes are in no danger of sinking due to compressive forces. DECK The deck is a rigid platform with six recesses positioned to snap securely on the six posts of the frame. Openings on the deck allow ample room for air and water to penetrate to the enclosed soil. The Silva Cell System works like suspended pavement by transferring above ground loads down to a compacted subbase while the interior of the system is filled with a lightly compacted loam or bio-retention soil. All that lightly compacted loam is available for root growth. The trees and the soil they grow in also act as a powerful on site stormwater management system absorbing and intercepting significant amounts of water and creating what is essentially an underground rain garden. According to the DeepRoot website, the Silva Cell is a rigorously engineered product that has undergone extensive FEA, lab and field testing. There are over 500 installations in nine different countries. The 2014 Old Boise Streetscapes Project and companion project on the east side of Boise City Hall are the first installations in Idaho. Silva Cell Systems have been installed in Utah, Nevada, Oregon and Washington. Boise City has evaluated the Silva Cell System and is requiring its use in downtown Boise streetscapes. CCDC understands that DeepRoot will send a representative to Boise to train construction personnel and to advise the selected Contractor on how to install a Silva Cell System during construction. CCDC is requiring that the installation be inspected by a manufacturer’s representative prior to its acceptance of the installation. Requirements regarding phasing, installation, inspection and warranty of the Silva Cell System are set forth in Division 01 Section 01 1000.1.6. “Project Milestones & Phasing and Section 01 1000.1.19 “Silva Cell Tree and Stormwater Management System”. Technical specifications have been included in Appendices B and C and in Part 4 – Drawings & Technical Specifications included in this Project Manual. Additional information of Silva Cell Systems is available at the following link: http://www.deeproot.com/products/silva-cell/overview Shawn Freedberg, manufacturer’s representative at DeepRoot for Idaho, has indicated to CCDC that Bidders seeking information on cost of materials and time required for installation of Silva Cell systems, etc. are welcome to contact him or DeepRoot’s technical manager, Pat Greeley. Contact information for these individuals is in Division 01 Section 01 1000.1.11.C. 4. OWNER’S PROJECT TEAM CCDC has retained Ricardo Zavala, P.E., of Quadrant Consulting, Inc. as the Project Engineer for the Project. During the bidding process, Ricardo Zavala will be the Bidders’ primary point of contact for questions on the Project and on the technical specifications and drawings. The diagram below identifies team members and illustrates the working relationships and how the communication is expected to flow on this Project during the bidding process. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 13 of 49 Owner’s Representative Morgan Maiolie CCDC Project Specialist For questions on the Project, technical specifications and drawings, contact: BIDDERS Bidder’s Primary Contact Ricardo Zavala, P.E. Owner’s Project Manager/ Project Engineer Quadrant Consulting, Inc. 208-342-0091 [email protected] For questions on bidding process or registration, contact: Ross Borden, Contracts Manager 208-384-4264 [email protected] 5. COMMUNICATIONS DURING BIDDING PROCESS Direct questions on registration, bidding and/or submission procedures to: Ross Borden, Contracts Manager Capital City Development Corporation 208-384-4264 [email protected] Bidders should direct all other communications including questions on the Project, Division 01 General Requirements, Drawings & Technical Specifications during the bidding process to CCDC’s Project Engineer. Ricardo Zavala, P.E. Quadrant Consulting, Inc. (QCI) 208-342-0091 [email protected] a. Bidders shall notify Project Engineer of any ambiguity, inconsistency, or error that they may discover upon examination of the Project Manual. b. Questions and requests for clarification or modification of the Project Manual, including but not limited to the General Requirements, Technical Specifications and/or Drawings (“Questions and Requests re: Project Manual”) should be submitted in writing to Project Engineer no later than 5:00 p.m., April 21. Written questions and requests regarding the Project Manual may be delivered in person, by mail, courier, fax or email. Responses to verbally submitted questions are not guaranteed. c. Last day for Addenda affecting the Scope of Work, Technical Specifications or Drawings to be issued is April 23. Notice of Addenda will be sent to registered Bidders and posted on CCDC’s website: PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 14 of 49 http://www.ccdcboise.com/AboutCCDC/JobOpportunities.aspx d. Objections to the Technical Specifications and/or Drawings or bidding procedures in this Project Manual (“Objections”) should be made no later than 5:00 p.m., April 25 and shall be sent in writing to Project Engineer. Objections may be delivered in person, by mail, courier, fax or email. Verbal objections will not be accepted. 6. SUMMARY OF DATES Due dates and times appear throughout this Bid Invitation and Project Manual and are summarized below. Where there is a conflict between this Summary Chart and elsewhere in this Invitation to Bid and Project Manual, this chart shall govern. All dates are in calendar year 2014. All times are Boise, Idaho local time. Bid issued 2014 DATE April 1 Legal Notice published Mar 31, Apr 7 Mandatory Pre-Bid Conference & Site Tour EVENT TIME ----- PART 1 – SECT. NO. Face Page ----- Sect. 1 April 9 1:30 p.m. Sect. 8 Bidder Registration deadline April 9 5:00 p.m. Sect. 7 Questions and Requests for Clarification deadline April 21 5:00 p.m. Sect. 5 Last day for Addenda to be issued April 23 ----- Sect. 5 Objections to Drawings, Technical Specifications and/or bidding procedures deadline April 25 5:00 p.m. Sect. 5 Bids Due April 30 3:00 p.m. Sect. 11 Bid Opening April 30 3:00 p.m. Sect. 14 Contract Awarded May 12 Noon** Sect. 14 Registered Bidders notified of Contract Award May 12 ----- Sect. 15 5:00 p.m. Sect. 15 End of Appeal Period May 19 ** The May 12 CCDC Board meeting begins at noon at CCDC. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 15 of 49 7. BIDDER B REG GISTRATION Prospecttive Bidders are required d to register in writing wiith CCDC no o later than 5 5:00 p.m. Ap pril 9 using the e Registratio on Form inclu uded as Atta achment C in n this Bid Invvitation and Project Man nual. The Registration Forrm may be submitted: a. b. c. d. In perso on at CCDC offices. By mail or courier to o: Ca apital City Development Corporation n Atttention: Ro oss Borden 12 21 N. 9th St., Suite 501 Bo oise, ID, 837 702 By ema ail to rborden n@ccdcboise e.com By fax to: Ross Borrden at (208)) 384-4267. Failure to o submit the required Re egistration Form waives any CCDC obligation to o provide no otice of any modifications to the bid so olicitation pro ocess and/o or responsess to question ns concerning the bidding process. p A Bid B from an n unregisterred Bidder m may not be accepted. Bidders bea ar all responsibility for confirming that CCDC has received r and d recorded tthe Bidder’s registration. 8. MANDATOR M RY PRE-BID CONFEREN NCE & SITE E TOUR A manda atory Pre-Bid d Conference e and Site Tour T of the W Work Areas w will be held a at 1:30 p.m.,, Wednesd day, April 9 at a CCDC. The T Site Tour will comme ence immed diately follow wing the Pre--Bid Conferen nce. Attenda ance will be recorded at the Pre-Bid d Conference e and at the conclusion of the Site Tour. T Bids received fro om Bidders s not attend ing the man ndatory Pre e-Bid Conference and ma andatory Sitte Tour may y not be acc cepted. CCDC Pllaza 121 Building 12 21 N 9th ST, Su uite 501 Bo oise, ID 9th St Those atttending the Pre-Bid Con d to park in one of CCD nference are e encouraged DC’s six downtow wn public parrking garage es. The Easttman Parkin ng Garage att 848 W Main Street is nearest to t CCDC. Bring tickets pulled p when entering an ny CCDC parking garage e to the Pre--Bid Conferen nce for valida ation. PROJECT MANUAL & IN NVITATION TO O BID (as revise ed by Add Noss. 1,2 & 3) 2014 OLD BOISE STREE ETSCAPES PR ROJECT – MARCH 31, 2014A APRIL 25, 2014 Page 16 6 of 49 9. LICENSING REQUIREMENTS Idaho Code requires that public works contractors have a valid public works contractor license (PWC license) when submitting a Bid and when contracting for and performing public works construction. Bidders must have the appropriate PWC license issued by the State of Idaho to submit a Bid for the Project. According to the Public Works Contractor Licensing Bureau in the Idaho Division of Building Safety, the appropriate PWC license for the Project is either a Type 2 or a Type 4 with specialties which allowing the license holder to self-perform 50% of the Work. CCDC uses the Idaho Division of Building Safety’s (DBS) online license search utility to verify that Bidders meet PWC license requirements. https://data.dbs.idaho.gov/etrakit2/Idaho_LicenseSearch.aspx CCDC checks PWC licenses when Bidders register, on the day Bids are due, and on the day the CCDC Board is expected to make the contract award. Bidders must inform CCDC if the Bidder’s license is filed under a name different than that used to register with CCDC, e.g. a “doing business as” or assumed business name. License information returned by an DBS online database search must show that the Bidder’s license is active and not expired, that the Bidder has the correct type of license for the work to be performed, the correct specialty/specialties if applicable, and that the Bid limit for the Bidder’s class is at or higher than the total amount of the Bidder’s Bid. If a license search shows a Bidder’s license to be expired on the date the Bid is submitted and/or on the date the contract award is made, CCDC considers the license expired unless: 10. CCDC confirms that the Division of Building Safety considers the Bidder’s license to be active due to the license being in the process of renewal; A Bidder must inform CCDC if the Bidder has obtained an extension from the Division of Building Safety. The DBS database does not list license extensions. CCDC will then confirm the license has been extended by DBS. PUBLIC NATURE OF SUBMISSIONS CCDC is a public agency. All documents in its possession are public records. Submissions are public records and, except as noted below, will be available for inspection and copying by any person. If any Bidder claims any part of any submission is exempt from disclosure under the Idaho Public Records Law, the Bidder shall clearly mark and segregate any such materials and submit them in a separate and sealed envelope, clearly marked as “Confidential Information.” Such Confidential Information will be returned to Bidder after the contract is awarded to the successful Bidder. By submitting any Confidential Information, Bidders expressly agree to defend, indemnify and hold CCDC harmless from any claim or suit arising from CCDC’s refusal to disclose such materials. Any proprietary or otherwise sensitive material contained in or with any submission is subject to potential disclosure. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 17 of 49 11. SUBMISSION REQUIREMENTS All documents required for submission of a Bid shall be submitted in sealed opaque envelope. One (1) original submission and one (1) copy (total of two) are required, except that only one original bid security is required. The original submission should contain the documents with original signatures and the bid security and should be marked as “Original.” Bidder’s name shall be on the outside of the sealed envelope. If submitted by mail, the sealed envelope shall be enclosed in a separate mailing envelope with “SEALED BID ENCLOSED” on the front of the envelope. Sealed Bids must be received by CCDC at the address below by 3:00 p.m., Wednesday, April 30. Capital City Development Corporation Attention: 2014 Old Boise Streetscapes 121 N. 9th Street, Suite 501 Boise, ID 83702 Late or incomplete submissions will not be accepted. Email or fax submissions will not be accepted. Bidder assumes full responsibility for the timely delivery of its bid to CCDC. CCDC will not pay any costs associated with submitting a sealed Bid. CCDC reserves the right to reject any or all submissions not conforming to the intent and purpose of the Bid Invitation whenever such action appears to be in the best interests of CCDC. To be considered, each Bid shall include the following minimum information: a. Completed and signed Bid Form (Attachment D) including: a. signed Contractor’s Affidavit Regarding Taxes; b. Signed Waiver & Release. If an Addendum or Addenda have been issued between April 1 and April 30, the Bid Form shall include an acknowledgement that the Bidder has received such Addendum or Addenda and the Bid reflects this updated information where indicated on the Bid Form. Failure by Bidder to acknowledge that Bidder has received an Addendum or Addenda may subject the Bidder to disqualification. b. Proof the Bidder and listed subcontractors have Public Works Contractor’s licenses issued by the State of Idaho. Proof may be in the form of valid license numbers being listed on the Bid Form and/or providing a copy of the license in the Bid submission. c. Proof of Bid Security (see Part 1: Sect. 12 – “Bid Security”) No other material will be considered. CCDC may, at its own discretion, accept such submissions as it deems to be in the best public interest and in furtherance of the purposes of the Idaho Urban Renewal Law, or it may proceed with further selection processes, or it may reject any and all submissions as provided for in the Idaho Urban Renewal Law Title 50, Chapter 20 and Title 67, Chapter 28 of the Idaho Code. CCDC reserves the right to, in its discretion, waive any immaterial defects in any submissions, reissue the Bid Invitation, and invite additional persons or firms to submit bids. CCDC reserves PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 18 of 49 the right to reject any submissions based on real or apparent conflict of interest, to reject any submission containing inaccurate or misleading information, and to request additional data and information from any and all respondents. All submissions will be considered public documents under applicable state law except to the extent portions of the submissions are otherwise protected under state law. (See Part 1: Sect. 10 – “Public Nature of Submissions.”) 12. BID SECURITY All Bids shall be accompanied by a bid security that is not less than 5% of the total Base Bid amount. The bid security shall be in the form of either cash; a cashier’s check made out to CCDC; a certified check made out to CCDC; or a Bidder’s bond executed by a surety company authorized to do business in the State of Idaho. The bid security received from all Bidders will be returned promptly after CCDC and the successful Bidder have executed the contract, or, if no award has been made within thirty days after opening of Bids, upon demand of Bidder at any time thereafter, so long as Bidder has not been notified of the acceptance of the Bid. If the successful Bidder fails to execute the contract described in Part 1: Sect. 13 – “Form of Contract”, the amount of the Bidder’s bid security shall be forfeited to CCDC, with the proceeds being deposited in a designated fund out of which the reasonable expenses for procuring substitute performance shall be paid. See Part 1: Sect. 15 – Selection Criteria & Appeal for additional information on the use of the bid security. 13. FORM OF CONTRACT CCDC anticipates executing one contract with a single contractor for the 2014 Old Boise Streetscapes. If the contract for the Project is awarded, the form of each contract shall be ConsensusDOCS 200: Standard Agreement and General Conditions between Owner and Contractor (“Consensus Contract”) as modified by supplementary conditions prepared by CCDC. A sample copy of the Consensus Contract (as revised by Add No. 2) is available at CCDC and is posted on CCDC’s website: http://www.ccdcboise.com/AboutCCDC/JobOpportunities.aspx Supplementary conditions are contained in Part 2 of this Project Manual. All Bidders should review the proposed contract and the supplementary conditions. CCDC reserves the right to make revisions to the contract provisions prior to presenting the final contract to the successful Bidder for execution. All the terms and conditions of the executed contract are binding on the successful Bidder. By submitting a Bid, the Bidder represents that the Bidder has reviewed and taken into account the provisions in the contract form as modified by the supplementary conditions prepared by CCDC. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 19 of 49 14. BID OPENING & AWARD Bids will be publicly opened immediately following the close of the bid period at 3:00 p.m. on April 30. It is anticipated that the Project contract award decision will be made by the CCDC Board at its May 12 meeting. CCDC Board meetings begin at 12:00 noon at CCDC. Bidders will be notified of the contract award by email or an alternate method as soon as practicable after CCDC Board action. CCDC desires to execute the contract with the successful Bidder and issue a Notice to Proceed for Work to commence on June 2 provided the successful Bidder has supplied evidence of required licenses, insurance and bonding. 15. SELECTION CRITERIA & APPEAL Selection will be based on the procurement rules set forth in Idaho Code Section 67-2805(3) (a). Final selection is made by the CCDC Board. The CCDC Board has the right to waive or alter submission requirements or to reject any or all submissions, consistent with Idaho law. CCDC reserves the right, on the refusal or failure of the successful Bidder to execute the CCDC contract or furnish the required proof of insurance and bonds as described in Part 1: Sects 13, 14, 16 and 17, to award the 2014 Old Boise Streetscapes contract to the next lowest qualified Bidder. If CCDC awards the CCDC contract to the next lowest qualified Bidder, the amount of the lowest qualified Bidder’s bid security will be applied by CCDC to the difference between the lowest responsive Bid for the Project and the next lowest responsive Bid for the Project, and the surplus, if any, shall be returned to the lowest Bidder if cash or check is used, or to the surety on the Bidder’s bond if a bond is used, less reasonable administrative costs not to exceed twentyfive percent (25%) of the amount of the Bidder’s bid security. If any participating Bidder objects to CCDC’s award of the 2014 Old Boise Streetscapes contract, that Bidder shall respond in writing to the notice of the bid award from CCDC within seven (7) days of the date of transmittal of the notice, stating the express reason or reasons that the award decision of CCDC’s governing board is in error. The deadline for appealing the bid award for the 2014 Old Boise Streetscapes Project is 5:00 p.m. May 19 if the CCDC Board awards the contract at is April 30 meeting. Upon receipt of such objection, the CCDC Board or its designee shall review the award and determine whether to affirm, modify or re-bid, setting forth the reason or reasons for its decision. At completion of the review process, CCDC may proceed as it deems to be in the public interest. The issuance of this Bid Invitation and the receipt and evaluation of sealed Bids does not obligate CCDC to award a contract. CCDC will pay no costs incurred by Bidders in responding to this Bid Invitation. CCDC may in its discretion cancel this process at any time prior to execution of a contract without liability. 16. INSURANCE REQUIREMENTS (as revised by Add No. 2) Upon execution of the Contract and prior to commencing any Work under the Contract, Selected Contractor shall obtain at its sole cost and expense and thereafter maintain, for the duration of the Contract, at least the minimum insurance coverages set forth below: (a) Worker’s compensation insurance as required by applicable law or regulation; PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 20 of 49 (b) Employer’s liability insurance in the minimum amount of $100,000 each accident for bodily injury, $100,000 each employee for bodily injury by disease and $500,000 policy limit for bodily injury by disease; (c) Commercial general liability (“CGL”) insurance covering all operations by or on behalf of Selected Contractor with minimum limits of liability of $15,000,000 for each occurrence and $25,000,000 aggregate for both bodily injury and property damage. Selected Contractor may provide insurance up to the required limits through a CGL policy or through a CGL policy and an umbrella policy. The aggregate limits shall apply separately to the Project, or the Selected Contractor shall obtain separate insurance to provide the required limit which shall not be subject to depletion because of claims arising out of any other project or activity of the Selected Contractor. The CGL insurance policy shall name Owner as Additional Insured and shall protect its officers, agents and employees from and against claims for bodily injury, property damage, personal injury and advertising injury that shall be no less comprehensive and no more restrictive than the coverage provided by Insurance Services Office (ISO) form for Commercial General (CG 00 01 04 13). By its terms or appropriate endorsements such insurance shall include the following coverage, to wit: Bodily Injury, Property Damage, Fire Legal Liability (not less than the replacement value of the portion of the premises occupied), Personal Injury, Blanket Contractual, Independent Contractors, Premises Operations, Products and Completed Operations for a minimum of two (2) years following Final Completion of the Project. The policy cannot be endorsed to exclude the perils of explosion (x), collapse (c) and underground (u) exposures without the specific written approval of the Owner. Owner shall be named as an Additional Insured by the terms of the policy or by an endorsement issued by the insurer; and (d) Automobile liability insurance including coverage for owned, hired, and non-owned automobiles. The limits of liability shall not be less than $1,000,000 combined single limit each accident for bodily injury and property damage combined. Selected Contractor shall require each of its subcontractors to include in their liability insurance policies coverage for automobile contractual liability. The automobile liability insurance policy shall name Owner as Additional Insured and shall protect its officers, agents and employees from and against claims. All insurance required in this Agreement the Contract shall be occurrence based coverage as opposed to claims based coverage and shall be procured from companies which are authorized to do business in Idaho. To the extent commercially available to the Selected Contractor from its current insurance company, insurance policies required under this Agreementthe Contract shall contain a provision that the insurance company or its designee must give the Owner written notice transmitted in paper or electronic format: (a) 30 Days before coverage is non-renewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Prior to commencing the Work and upon renewal or replacement of the insurance policies, the Selected Contractor shall furnish the Owner with certificates of insurance until one year after Substantial Completion or longer if required by the AgreementContract. In PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 21 of 49 addition, if any insurance policy required under this Agreementthe Contract is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, the Selected Contractor shall give Owner prompt written notice upon actual or constructive knowledge of such condition. Selected Contractor may include all subcontractors as insureds under the Selected Contractor’s policies in lieu of separate policies by each subcontractor. Selected Contractor shall furnish Owner with a copies of the CGL policies or endorsement naming Owner as an Additional Insured and certificates of insurance including the required endorsements for Selected Contractor and all subcontractors not included under Selected Contractor’s policy prior to execution of the contract by Owner and prior to any work being performed. All insurance provided by Selected Contractor under the Contract shall include a waiver of subrogation by the insurers in favor of Owner. Selected Contractor hereby releases CCDC, including its respective affiliates, directors, and employees, for losses or claims for bodily injury, property damage covered by Selected Contractor’s insurance or other insured claims arising out of Selected Contractor’s performance under the Contract. The foregoing insurance coverage shall be primary and noncontributing with respect to any other insurance or self-insurance that may be maintained by Owner. The fact that the Selected Contractor has obtained the insurance required in this Section 16 shall in no manner lessen or affect the Selected Contractor’s other obligations or liabilities set forth in the Contract. Additional Insured coverage as required in this subparagraph shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to Owner. 17. BOND REQUIREMENTS (as revised by Add No. 2) Bidders shall provide bid security as part of the Bid submissions as described in Part 1: Invitation to Bid, Section 12 “Bid Security”. Selected Contractor shall furnish a Payment and Performance Bond or Bonds prior to execution of the Contract. The penal sum of the Payment Bond and of the Performance Bond shall each be 100% of the original Contract Price. Any increase in the Contract Price that exceeds 10% in the aggregate shall require a rider to the Bonds increasing penal sums accordingly. Up to such 10% amount, the penal sum of the Bond shall remain equal to 100% of the Contract Price. Such Payment and Performance Bond or Bonds shall be executed by a surety company or companies duly authorized to do business in this state and shall be payable to Owner. The performance bond shall include coverage in favor of CCDC for correction of Defective Work by the Selected Contractor for two years following Substantial Completion of the Work. 18. QUESTIONS Questions on the Project, Division 01 General Requirements, Drawings and Technical Specifications; and requests for clarification should be directed to: Ricardo Zavala, P.E., Owner’s Project Manager/Project Engineer Quadrant Consulting, Inc. 1904 W. Overland Rd PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 22 of 49 Boise, ID 83705 208-342-0091 [email protected] Questions about registration or bidding process should be directed to: Ross Borden, Contracts Manager Capital City Development Corporation 121 N. 9th Street, Suite 501 Boise, ID 83702 (208) 384-4264 [email protected] PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 23 of 49 ATTA ACHMENT A PROJ JECT LOCA ATION & WO ORK AREA AS PROJECT MANUAL & IN NVITATION TO O BID (as revise ed by Add Noss. 1,2 & 3) 2014 OLD BOISE STREE ETSCAPES PR ROJECT – MARCH 31, 2014A APRIL 25, 2014 Page 24 4 of 49 BLANK PAGE PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 25 of 49 ATTACHMENT B-1 LEGAL NOTICE INVITATION TO BID 2014 OLD BOISE STREETSCAPES Capital City Development Corporation (“CCDC”), Boise City, Idaho’s urban renewal agency, invites public works contractors licensed by the State of Idaho to submit sealed bids to construct the 2014 Old Boise Streetscapes at various locations in downtown Boise, ID. Work will generally consist of sidewalk demolition and replacement; removal and replacement of asphalt paving and curb and gutter work; utility work; and installation of streetscape elements including brick pavers, street trees and grates, irrigation, historic lights and other sidewalk furnishings. Work also includes excavation for and installation of Silva Cell tree and stormwater management system below finish grade and eliminating two below grade vaults. Interested individuals and firms are invited to obtain the Invitation to Bid and Project Manual, which includes submission instructions, technical specifications and plans, and a map of the Project Location and Work Areas, from the CCDC website: http://www.ccdcboise.com/AboutCCDC/JobOpportunities.aspx Bid materials will be available beginning on March 31, 2014. CCDC is located at 121 N. 9th Street, Suite 501, Boise, ID. Office hours are weekdays 8:00 a.m. to 5:00 p.m. A mandatory Pre-Bid Conference and Site Tour for bidders and interested parties will be conducted at CCDC at 1:30 p.m., April 9, 2014. Prospective bidders are required to complete and submit to CCDC a registration form by 5:00 p.m. April 9, 2014. The registration form is available on the CCDC website. Bids received from unregistered bidders may not be accepted. Submissions will be accepted until 3:00 p.m. Wednesday, April 30, 2014. Bids will be opened immediately following the submission deadline. The CCDC Board of Commissioners is expected to award the contract at its regular monthly meeting on May 12, 2014 at CCDC. Late or incomplete submissions will not be accepted. Email or fax submissions will not be accepted. Contact Ross Borden, Contracts Manager, at [email protected] or (208) 384-4264 for additional information. CCDC will pay no costs associated with submitting a sealed bid. CCDC reserves the right to reject any or all submissions not conforming to the intent and purpose of this Invitation to Bid whenever such action appears to be in the best interests of CCDC. Published March 31 and April 7, 2014 PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 26 of 49 ATTACHMENT B-2 ADVANCE ANNOUNCEMENT NOTICE BID INVITATION FOR 2014 OLD BOISE STREETSCAPES Capital City Development Corporation (“CCDC”), the urban renewal agency for the city of Boise, Idaho, invites public works contractors licensed by the State of Idaho to submit a sealed bid to construct the 2014 Old Boise Streetscapes at various locations in downtown Boise, ID. Work will consist of sidewalk demolition and replacement; removal and replacement of paving and curb work; utility work; and installation of streetscape elements including brick pavers, street trees and grates, irrigation, historic lights and sidewalk furnishings. Work also includes excavation for and installation of Silva Cell tree and stormwater management system below finished grade. An official public notice of this Bid Invitation will be published on March 31 and April 7, 2014 in this newspaper. Beginning March 31, 2014, the Project Manual including the Bid Invitation, submission instructions, technical specifications and plans will be posted on CCDC’s website at http://www.ccdcboise.com/AboutCCDC/JobOpportunities.aspx and will be available at CCDC’s office. CCDC’s office is located at 121 N. 9th St., Ste. 501, Boise, ID; office hours are 8:00 a.m. to 5:00 p.m. A mandatory pre-bid conference & mandatory site tour will be held on April 9, 2014 at 1:30 p.m. at CCDC’s offices. Prospective bidders are required to register with CCDC by April 9, 2014 at 5:00 p.m. A registration form will be included in the bid materials. Bid submissions will be accepted until 3:00 p.m. on April 30, 2014. A map showing work areas has been posted at CCDC’s website at the link noted above. All other information will be available starting March 31, 2014. Pub. March 24, 2014 PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 27 of 49 ATTACHMENT C REGISTRATION FORM NOTICE OF INTENT TO SUBMIT BID FOR 2014 OLD BOISE STREETSCAPES Registration Deadline: 5:00 p.m. April 9, 2014 o Bidders are required to register with CCDC. o Submissions from unregistered Bidders may not be accepted. o PLEASE PRINT OR TYPE the following information (except signature) and return to CCDC in-person, by mail, courier, email or fax. TO: Capital City Development Corporation Attention: Ross Borden 121 N. 9th Street, Suite 501 Boise, ID 83702 [email protected] Voice: (208) 384-4264 Fax: (208) 384-4267 Prospective Bidder: Name: __________________________________________________ Contact Person: __________________________________________________ Address: __________________________________________________ __________________________________________________ Telephone # __________________________________________________ Cell Phone # __________________________________________________ Email Address: __________________________________________________ Public Works Contractors License #: ____________________________________________ Signature of Bidder’s Authorized Representative: ____________________________________________ Signature ____________________________________________ Print or Type Name and Title Date: _______________________ PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 28 of 49 BLANK PAGE PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 29 of 49 ATTACHMENT D REVISED BID FORM INCLUDING CONTRACTOR’S AFFIDAVIT CONCERNING TAXES and WAIVER & RELEASE TO: Capital City Development Corporation Attention: 2014 Old Boise Streetscapes 121 N. 9th Street, Suite 501 Boise, Idaho 83702 PROJECT: 2014 Old Boise Streetscape PROJECT LOCATION: See Exhibit A Please Type or Print the following info: DATE: ________________________ SUBMITTED BY: Company Name: ____________________________________________________ Name: ____________________________________________________ Title: ____________________________________________________ Address: ____________________________________________________ ____________________________________________________ Project Mgr. (if different): ______________________________________________ Address (if different): ______________________________________________ Telephone: ____________________________________________________ E-Mail: ____________________________________________________ Idaho Public Works Contractor’s License No. _______________________________________ Name of Entity holding the PWC License: __________________________________________ 1. 2014 OLD BOISE STREETSCAPES – WORK AREAS The 2014 Old Boise Streetscapes are located in CCDC’s River Myrtle–Old Boise urban renewal district in downtown Boise and include the Work Areas listed below and shown on Exhibit A. A: Northwest corner of 5th and Idaho streets (adjacent to Flying M Coffee House). B: 6th Street between Idaho and Main streets, east side only, and including modifications to existing vault under sidewalk adjacent to Pioneer Tent Building at 106 N. 6th Street. C: Main Street between 5th & 6th streets, north side only. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 30 of 49 2. D: Eliminating vault under sidewalk in front of/adjacent to Tom Grainey’s Pub at 109 S 6th Street. E. Eliminating vault under sidewalk in front of/adjacent to Idaho Blueprint & Supply at 619 W Main Street. OFFER (“BASE BID”) Having examined Work Areas A through E for the proposed Project as listed above and shown on Exhibit A to this Bid Form; and having examined the Project Manual Part 1: Invitation to Bid, Part 2: ConsensusDOCSTM Contract - Contract Form & Supplementary Conditions and Part 3: Division 01 Specifications prepared by Owner;, and Part 4: Drawings & Technical Specifications prepared by Jensen Belts Associates, PLLC, Quadrant Consulting, Inc., AHJ Engineers, P.C. and Musgrove Engineering PA, dated March 31, 2014, including all Attachments, Exhibits and Appendices incorporated into the Project Manual by reference; which documents have been prepared for the Project and included in Parts 3 and 4 of the Project Manual; and being familiar with all of the conditions surrounding the Project including the availability of materials and labor, the undersigned hereby proposes to furnish all labor, materials and supplies as specified, and to perform the Work in accordance with the Contract Documents within the time set forth therein and at the prices stated below. These prices are to cover all expenses incurred in bonding, obtaining insurance and performing the Work required under the Contract Documents, of which this Bid is a part. Base Bid – Old Boise Streetscapes Bidder agrees to perform all Work on the 2014 Old Boise Streetscapes Project as shown in Exhibit A to this Bid Form, and as described in the Project Manual, including but not limited to the Division 01 General Requirements and Drawings & Technical Specifications, for the sum of: _________________________________________________________ ($____________) In words In numbers ***** The Bidder agrees that the Base Bid offer is good and may not be withdrawn for period of thirty (30) calendar days after the scheduled closing time for receiving Bids. 3. CHANGE ORDER UNIT PRICES Bidders shall provide unit prices for the items listed below in Schedule A: Change Order Unit Prices. These unit prices apply to and shall be the same for Base Bid and any subsequent and approved Change Orders. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 31 of 49 Schedule A: Change Order Unit Prices Item Amount Unit of Measure Basis of Amount 1. Unclassified excavation below subgrade $ CY 10 - 20 CY 2. Concrete sidewalk, complete, including prep. $ SF 20 - 100 SF 3. Asphalt repair paving, complete, including prep. $ SF 20 - 100 SF 4. Install standard 6” curb and gutter, including prep. $ LF 10 - 20 LF 5. Saw cut asphalt / concrete paving $ LF 10 - 50 LF 6. Sidewalk demolition and removal $ SF 20 - 100 SF 7. Asphalt demolition and removal $ SF 20 - 100 SF 8. Curb and gutter demolition and removal $ LF 10 – 20 SF 9. Geotextile fabric (for Silva Cell installation) $ SF 300-1000 SF Change Order unit prices for quantities in excess of the ranges stated above are subject to negotiation between CCDC and selected Contractor (“Selected Contractor”). 4. INFORMATIONAL SCHEDULE The Project includes installation of Silva Cell Systems, which have not been used before in CCDC streetscapes. CCDC is seeking information on Bidders cost estimates for installation of these systems. CCDC is not using this information to decide if it will proceed with the Silva Cell installation or to determine the lowest responsive bid. This information is to assist with future project budgeting. Bidders shall complete Schedule B below as part of this Bid Form. For purposes of this Schedule B, the lump sum price for each of the identified areas shall include all labor, materials and equipment required to comply with the specifications in Appendix B, Appendix C and Part 4 – Drawings & Technical Specifications (Sheets C-3 and C-14, 15, 16 and 17) for the following: Excavation to depths and shapes indicated on Drawings for Silva Cell installation. Subgrade preparation & placement of geotextile fabric Installation of geotextile fabric over subgrade; as a curtain between edge of Silva Cells and backfill areas to be compacted; and above Silva Cell deck. Compaction of subgrade, sub base, backfill and aggregate base courses placed on top of decks (exclude cost of compaction testing to be provided by Owner) Placement of aggregate sub base (below Cell frame). Installation of the Silva Cells and Silva Cell decks. Installation of anchoring spikes and zip ties. Installation of bridging slabs as required. Use of strongbacks while installing planting soil and backfill. Installation of root barrier Preparation and placement of planting soil in Silva Cells. Testing of compaction of planting soil (to prevent over compaction) Installation of solid and perforated drain lines and inspection risers for drainage. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 32 of 49 Drip irrigation system Backfilling. Placement of aggregate base course (above Cell deck). The list above is intended to isolate the costs that are unique to the installation of the Silva Cell System – and would not otherwise be included in the Project. The lump sum prices in Schedule B shall NOT include cost of labor, materials and equipment for: Traffic control. Irrigation system for street trees. Installation of root barrier required by Sheet ST-2 – Detail 1 “Tree Well Section” in Part 4: Drawings & Technical Specifications in the Project Manual Placement of pavers. All other costs required for demolition, construction of the Project and placement of streetscape furnishings not related to the Silva Cell installations. The lump sum prices in Schedule B shall NOT include: Mobilization/General Conditions/Permitting/SWPPP. Schedule B: Silva Cells Installation Unit of Measure Cost AREAS WITHOUT DRAIN LINES Work Area A – Idaho St & 5th St Frontage (see Sheets C-3 and C-14 in Part 4 – Drawings & Technical Specifications) LS Work Area B south end – 6th St Frontage from match line to Main St and Work Area C west end from 6th St to match line (see Sheets C-3 and C-16 in Part 4 – Drawings & Technical Specifications) LS AREAS WITH DRAIN LINES Work Area B north end - 6th St Frontage from Idaho St to Asphalt Alley (see Sheets C-3 and C-15 in Part 4 Drawings & Technical Specifications) LS Work Area C east end – Main St from match line to 5th St (see Sheets C-3 and C-17 in Part 4 – Drawings & Technical Specifications) LS Total Cost for Installation of Silva Cell Systems PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 33 of 49 5. ACCEPTANCE This Bid shall be open to acceptance and is irrevocable for thirty (30) days from Bid closing date. Within fourteen (14) days from receiving a written notice of acceptance of this Bid, Bidder shall execute the contract and shall deliver evidence of required insurance coverages and bonds in the amounts required by the contract. 6. CONTRACT TIME Bidder hereby agrees to commence the Work on a date to be specified in writing by CCDC as part of a Notice to Proceed and to substantially complete the Work within sixty-eight (68) calendar days thereafter, as stipulated in the Contract Documents or as amended by a Change Order approved by Owner. Bidder further agrees to pay as liquidated damages, the sum of FIVE HUNDRED dollars ($500.00) for each consecutive day thereafter that the Work is not substantially complete. Bidder hereby agrees to achieve Final Completion of the Work within twenty-one (21) calendar days after the date of Substantial Completion, as stipulated in the Contract Documents or as amended by a Change Order approved by Owner. Bidder further agrees to pay as liquidated damages, the sum of FIVE HUNDRED DOLLARS ($500.00) for each consecutive day thereafter that the Work is not finally complete. Bidder agrees to notify CCDC in a timely manner if the Work cannot be completed within the specified time frames, and provide an explanation of why the Work is delayed. Liquidated damages shall not apply to time required for Selected Contractor to install street trees, if planting is delayed due to weather conditions, and to install street furniture, if the delivery date for the street furniture is delayed by the manufacturer or supplier. 7. SUBCONTRACTORS Pursuant to Section 67-2310, Idaho Code, commonly known as the naming law, Bidder is required to list the name and address of subcontractors who will perform plumbing, HVAC and electrical work, if such work is required for the Project. If such work is not required, Bidder shall indicate “Not Applicable” in the list below. Plumbing: ______ Applicable ______ Not Applicable Subcontractor: __________________________________________________ Address: __________________________________________________ PWC License No. _____________________________________ Plumbing License No. _____________________________________ PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 34 of 49 HVAC: ______ Applicable ______ Not Applicable Subcontractor: __________________________________________________ Address: __________________________________________________ PWC License No. _____________________________________ HVAC License No. _____________________________________ Electrical: ______ Applicable Subcontractor: __________________________________________________ Address: __________________________________________________ PWC License No. _______________________________________ Electrical License No. _______________________________________ ______ Not Applicable For informational purposes, list the name and Public Works Contractor’s License number for other subcontractors Bidder intends to employ on this Project, unless a subcontractor is exempt from licensing by Section 54-1903(i), Idaho Code. Excavation: _______________________________________PW Contractor’s License No._____________ Paving: _______________________________________PW Contractor’s License No._____________ Landscaping: _______________________________________PW Contractor’s License No. ____________ Landscape Irrigation: _______________________________________PW Contractor’s License No. ____________ Other: _______________________________________PW Contractor’s License No. ____________ Attach a separate page to list additional subcontractors. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 35 of 49 8. ADDENDA & CLARIFICATION MEMORANDA The following Addenda have been received and the resulting modifications to the Contract Documents, including the Project Manual, are reflected in the Bid Sum. Addendum No. _____________________________ Dated ______________________ Addendum No. _____________________________ Dated ______________________ Addendum No. _____________________________ Dated ______________________ Clarification Memo No. _______________________ Dated ______________________ Clarification Memo No. _______________________ Dated ______________________ Attach a separate page to confirm receipt of additional Addenda or Clarification Memoranda. 9. BID FORM SIGNATURE The person executing this Bid Form on behalf of the Bidder does hereby covenant and warrant that he or she has full right, power, and authority to submit this Bid and to bind the Bidder to the Base Bid and to the conditions stated in Bid Form; that execution and delivery of Bid Form were duly authorized by proper action of the Bidder; that no consent, authorization or approval of any person, board, or other entity is necessary to execute and deliver the Bid Form and submit the Bid except as have been obtained and are in full force and effect. Please Type or Print the following information (except signature). ________________________________________________________________________ Full Name of Proprietorship, Partnership, Corporation Submitting Bid (“Bidder”) Authorized Representative: Signature ___________________________________________ Print Name: ___________________________________________ Print Title: ___________________________________________ Company: ___________________________________________ Date: ___________________________________________ IMPORTANT: The Bid Form must also include: CONTRACTOR’S AFFIDAVIT REGARDING TAXES WAIVER & RELEASE Bids submitted without signed copies of these two documents will be rejected. Bid Form continues PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 36 of 49 10. CONTRACTOR’S AFFIDAVIT CONCERNING TAXES Please Type or Print the following information (except signature). STATE OF _____________________ COUNTY OF ___________________ Pursuant to the Chapter 15, Title 63, Idaho Code, I the undersigned, being duly sworn, depose and certify that all taxes, excises and license fees due to the State of Idaho and its taxing units, for which I or my property is liable, then due or delinquent, have been paid, or arrangements have been made, before entering into a contract for construction of any public works in the State of Idaho. _______________________________________________________________ Contractor/Company _______________________________________________________________ Address _______________________________________________________________ City, State & Zip Code By: ____________________________________________________________ Authorized Representative _______________________________________________________________ Print Name & Title Subscribed and sworn to before me this ________ day of _______________ 20__. ____________________________________ Notary Public, residing at ____________________________________ Commission Expires: ___________________ Bid Form continues PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 37 of 49 11. WAIVER & RELEASE The undersigned has read and fully accepts CCDC’s discretion and non-liability as stipulated herein, expressly for, but not limited to, CCDC’s decision to proceed with a selection process in response to the Invitation to Bid for the 2014 Old Boise Streetscapes Project (“Project”) A. Discretion of CCDC: CCDC reserves the right in its sole discretion and judgment for whatever reason it deems appropriate to, at any time unless contrary to applicable state law: 1) Modify or suspend any and all aspects of the process seeking a contractor to construct Project. 2) Obtain further information from any person, entity, or group, including, but not limited to, any person, entity, or group responding to CCDC’s Invitation to Bid (any such person, entity, or group responding is, for convenience, hereinafter referred to as “Bidder”), and to ascertain the depth of Bidder’s capability and experience for construction of Project and in any and all other respects to meet with and consult with any Bidder or any other person, entity, or group; 3) Waive any formalities or defects as to form, procedure, or content with respect to its Invitation to Bid and any responses by any Bidder thereto; 4) Accept or reject any sealed Bid received in response to the Invitation to Bid, including any sealed Bid submitted by the undersigned; or select any one submission over another; 5) Accept or reject all or any part of any materials, plans, drawings, implementation programs, schedules, phrasings and proposals or statements, including, but not limited to, the nature and type of Bid. B. Non-Liability of CCDC 1) The undersigned agrees that CCDC shall have no liability whatsoever of any kind or character, directly or indirectly, by reason of all or any decision made at the discretion of CCDC as identified above. 2) The undersigned agrees that it has carefully and thoroughly reviewed the Contract Documents, including but not limited to the Project Manual as defined in Part I – Sect. 1 of the Project Manual & Invitation to Bid and have found them to be complete and free from ambiguities and sufficient for their intended purpose. Bidder’s Signature _______________________________________ Print Name: _______________________________________ Print Title: _______________________________________ Company Name: _______________________________________ Date: _______________________________________ Bid Form continues PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 38 of 49 EXHIBIT E A PROJ JECT LOCA ATION & WO ORK AREA AS END OF BID FORM PROJECT MANUAL & IN NVITATION TO O BID (as revise ed by Add Noss. 1,2 & 3) 2014 OLD BOISE STREE ETSCAPES PR ROJECT – MARCH 31, 2014A APRIL 25, 2014 Page 39 9 of 49 PART 2 CONSENSUSDOCSTM CONTRACT CONTRACT FORM & SUPPLEMENTARY CONDITIONS A. CONTRACT FORM The form of the Contract will be a ConsensusDOCS 200: Standard Agreement and General Conditions between Owner and Contractor as modified by CCDC. The Consensus Contract form may be reviewed at CCDC, 121 N. 9th Street, Suite 501, Boise ID. The provisions in the ConsensusDOCS 200 form and the Supplementary Conditions below are subject to additional change and/or modification prior to CCDC’s execution on the contract with the selected Bidder. B. SUPPLEMENTARY CONDITIONS For purposes of these supplementary conditions, CCDC and Owner are equivalent terms. 1. RIGHT OF CONTROL: Owner agrees that it will have no right to control or direct the details, manner, or means by which Contractor accomplishes the results of the services performed hereunder. Contractor has no obligation to work any particular hours or days or any particular number of hours or days. Contractor agrees, however, that its other contracts and services shall not interfere with the performance of its services under this Agreement. Owner agrees to coordinate Project schedules, respective commencements and deadlines with Contractor. 2. RECORDS ACCESS AND AUDITS: Contractor shall maintain complete and accurate records with respect to costs incurred and manpower expended under this Agreement. All such records shall be maintained according to generally accepted accounting principles, shall be clearly identified, and shall be readily accessible. Such records shall be available for review by Owner representatives for three (3) years after final payment. Copies shall be made available upon request. 3. FEDERAL, STATE, AND LOCAL PAYROLL TAXES: Neither federal, state or local income taxes, nor payroll taxes of any kind shall be withheld and paid by Owner on behalf of Contractor or the employees of Contractor. Contractor shall not be treated as an employee with respect to the services performed hereunder for federal or state tax purposes. Contractor understands that Contractor is responsible to pay, according to law, Contractor's income tax. Contractor further understands that Contractor may be liable for self-employment (Social Security) tax to be paid by Contractor according to law. 4. LICENSES AND LAW: Contractor represents that it possesses the requisite skill, knowledge, and experience necessary, as well as all licenses required to perform the services under this Agreement. Contractor further agrees to comply with all applicable laws, ordinances, and codes of Federal, State and local governments in the performance of the services hereunder. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 40 of 49 5. FRINGE BENEFITS: Because Contractor is engaged in its own independently established business, Contractor is not eligible for, and shall not participate in, any employee pension, health, or other fringe benefit plans of Owner. 6. AMENDMENTS: This Agreement, including the amount of compensation and the scope of work, may be amended only in writing, upon mutual agreement of both Owner and Contractor. 7. NOTICES: Any and all notices required to be given by either of the parties hereto, unless otherwise stated in this Agreement shall be in writing and be deemed communicated when mailed in the United States mail, certified, return receipt requested, addresses as follows: Owner: Executive Director Capital City Development Corporation 121 N. 9th Street, Suite 501 Boise, ID 83702 (208) 384-4264 Contractor: Company Contact Person Title Address City / State / Zip Telephone Email ______________________________________________ ______________________________________________ ______________________________________________ ______________________________________________ ______________________________________________ ______________________________________________ ______________________________________________ (Telephone numbers are listed here for convenience and not to be used for notices required to be in writing.) 8. DISCRIMINATION PROHIBITED: In performing the services required herein, Contractor shall not discriminate against any person on the basis of race, color, religion, sex, national origin or ancestry, age or handicap. Violation of this section shall constitute a material breach of this Agreement and be deemed grounds for cancellation, termination or suspension of the Agreement by Owner, in whole or in part, and may result in ineligibility for further work for Owner. 9. ATTORNEY FEES: Should any litigation or arbitration be commenced between the parties hereto concerning this Agreement, the prevailing party shall be entitled, in addition to any other relief as may be granted, to costs and reasonable attorneys' fees as determined by arbitrator or court of competent jurisdiction. This provision shall be deemed to be a separate contract between the parties and shall survive any default, termination, or forfeiture of this Agreement. 10. NUMERATION: Owner and Contractor acknowledge the Agreement may contain gaps in the numbering of the provisions. Despite the gaps in the numbering, Owner and Contractor acknowledge the Agreement is the complete Agreement between them. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 41 of 49 11. SILENCE OF SPECIFICATION: The apparent silence of this specification and supplemental specifications as to any detail, or the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only best commercial practice is to be used. Any exception to this specification shall be cause for rejection. Owner reserves the right to verify specification compliance and other information with published sources as deemed necessary. 12. ACCIDENT PREVENTION: The Contractor shall provide and maintain work environments and procedures which will: a) Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities. b) Comply with all local, County, State, or other applicable legal requirements and will exercise all legally required safety precautions at all times. c) Ensure that all Contractor employees who are performing Work in the streets wear an appropriate safety vest. d) Avoid interruptions of Government operations and delays in Project completion dates; and will exercise due care during the performance of work to protect from damage all existing facilities, structures, landscaping and utilities on local jurisdiction and private property. e) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall: i) Provide appropriate safety barricades, signs, and signal lights; ii) Ensure that any additional measures the Owner determines to be reasonably necessary for the purposes are taken. iii) Take every reasonable effort to keep sidewalks, vehicle travel lanes, driveways and crosswalks open at all times. v) Report to Owner immediately any Contractor caused damages. vi) Effect the prompt repair any damage to any public property incurred while installing the required items. Repairs to be completed as quickly as is reasonably possible and as required by local ordinance. 13. ALL ITEMS MUST BE NEW: All items to be furnished must be new and unused; all goods shall be delivered and installed ready for use. The Contractor warrants that all equipment furnished will be new equipment in good working order and will include at no additional charge to Owner any standard warranty normally furnished by the manufacturer with this equipment. 14. EMPLOYMENT OF IDAHO RESIDENTS IN PUBLIC WORKS CONSTRUCTION. Contractor shall comply with Idaho Code Section 44-1001 in performing the Work on the Project. This Code provision is reproduced here for convenience from the State of Idaho website as of March 19, 2014, and shall be verified by Contractor. The link to the website is as follows: http://www.legislature.idaho.gov/idstat/Title44/T44CH10SECT44-1001.htm 44-1001. EMPLOYMENT OF RESIDENTS OF IDAHO -- WAGE SCALE -- FEDERAL FUNDS. In all state, county, municipal, and school construction, repair, and maintenance work under any of the laws of this state the contractor, or person in charge thereof must employ ninety-five percent (95%) bona fide Idaho residents as employees on any such contracts except PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 42 of 49 for procurement authorized in section 67-2808(2), Idaho Code, or where under such contracts fifty (50) or less persons are employed the contractor may employ ten percent (10%) nonresidents, provided however, in such a case employers must give preference to the employment of bona fide Idaho residents in the performance of such work; provided, that in work involving the expenditure of federal aid funds this act shall not be enforced in such a manner as to conflict with or be contrary to the federal statutes prescribing a labor preference to honorably discharged soldiers, sailors, and marines, prohibiting as unlawful any other preference or discrimination among the citizens of the United States. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 43 of 49 PART 3 DIVISION 01 SPECIFICATIONS (GENERAL REQUIREMENTS) PLEASE NOTE: Division 01 Specifications for the 2014 Old Boise Streetscapes Project follow this page. Technical Specifications for the 2014 Old Boise Streetscapes Project are in Part 4 – Drawings & Technical Specifications (see page 46). General Requirements 01 1000 01 5000 01 7700 Summary Temporary Facilities and Controls Closeout Procedures Part 3 - Appendix A: Stormwater Pollution Prevention Plan (SWPPP) Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPAcompleteforissue.pdf Please Note: Part 3 - Appendix A has been posted on CCDC’s website as a download for Bidders (see Link above). Appendix A has not been included in the print version of this Project Manual & Invitation to Bid due to the volume of material. If you are unable to get the Link to work, please contact Ross Borden, CCDC Contracts Manager ([email protected]) or Pam Sheldon, Contracts Assistant ([email protected]) or call 208-384-4265. Appendix A is hereby incorporated into and made a part of the Project Manual by this reference. PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 44 of 49 BLANK PAGE PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 45 of 49 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 SECTION 01 1000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. B. Supplemental Specifications: The following standards and specifications are included in the Project Manual as supplemental specifications by this reference. Comply with the most current version of these supplemental specifications unless otherwise stated in the Drawings & Technical Specifications for the 2014 Old Boise Streetscapes Project. 1. 2. 3. 4. 5. Idaho Standards for Public Works Construction (ISPWC). Ada County Highway District Standard Supplemental Specifications and Standard Drawings. City of Boise Supplemental Standard Specifications. Silva Cells Specifications – see Appendix B at this link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPBcompleteforissue.pdf Planting Soil for Silva Cells Specifications – see Appendix C at this link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPCcompleteforissue.pdf Appendices B and C have been posted on CCDC’s website as downloads for Contractor (see Links above). Appendices B and C have not been included in the print version of this Project Manual due to the volume of material. If you have difficulty using these links, please contact Ross Borden, CCDC Contracts Manager at 208-384-4264; [email protected] or Pam Sheldon, CCDC Contracts Assistant at 208-384-4264; [email protected]. Appendices B and C are hereby incorporated into and made a part of the Project Manual by this reference. 1.2 SUMMARY A. Section Includes: 1. 2. 3. 4. 5. 6. 7. 8. SUMMARY Project information. Work covered by Contract Documents. Definitions. Project milestones and phasing Work restrictions. Insurance, bonds and licensing. Permits. Owner’s project team. 01 1000 - 1 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 13. 14. 15. 16. 17. 18. 19. 20. B. 1.3 Schedule of values. Applications for payment. Contract modifications. Responsibilities for streetscape furnishings. Silva Cell Tree and Stormwater Management System Contractor responsibilities for community relations. Project Site signage. Specification and Drawing conventions. Related Requirements: 1. C. 03/31/2014 See Division 01 Section 01 5000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's and adjacent public and/or private facilities. For purposes of this Division 01 Section 01 1000 “Summary” requirements applicable to the Project Site are also applicable to each individual Work Area unless otherwise noted. PROJECT INFORMATION A. Project Identification: 2014 Old Boise Streetscapes Project (“Project”) 1. Project Location & Work Areas: Project includes five Work Areas in close proximity to each other in the Old Boise Historic Area. Work Areas are listed below and shown on Exhibit 3 the end of this Division 01 Section 01 1000. a. b. c. d. e. B. Owner: Capital City Development Corporation (CCDC). 1. C. Area A: Northwest corner of 5th and Idaho streets (adjacent to Chandlee Building). Area B: 6th Street between Idaho and Main streets, eastside only, and including but not limited to partial demolition of walls of an existing vault adjacent to the Pioneer Tent Building to lower wall height; install new structural slab above vault and install brick pavers on top of slab to match finished grade of sidewalk. Area C: Main Street between 5th & 6th streets, north side only. Area D: Eliminating vault under sidewalk in front of/adjacent to Tom Grainey’s Pub at 109 S. 6th St. Area E: Eliminating vault under sidewalk in front of/adjacent to Idaho Blueprint & Supply at 619 W. Main Street. Owner’s Representative: Morgan Maiolie, Project Specialist; phone 208-384-4264; email [email protected]. Owner’s Project Manager/Project Engineer: Quadrant Consulting, Inc. 1. 2. 3. 4. SUMMARY Ricardo Zavala, P.E.; phone: 208-342-0091; email: [email protected]. Structural Engineer: Craig Brasher, P.E., AHJ Engineering as subconsultant to Quadrant Consulting, Inc. Electrical Engineer: Tyler Victorino, P.E., Musgrove Engineering as subconsultant to Quadrant Consulting, Inc. Construction Materials Testing: Michael Woodworth, P.E. Strata Inc, as subconsultant to Quadrant Consulting, Inc. 01 1000 - 2 CCDC D. 2014 OLD BOISE STREETSCAPES PROJECT Project Landscape Architect: Jensen Belts Associates 1. E. 1.4 03/31/2014 Kim Siegenthaler, RLA; phone: 208-343-7175; email: [email protected] For purposes of the Project Manual and Contract Documents, the terms “agreement” and “contract” are equivalent; the terms “Capital City Development Corporation”, “CCDC” and “Owner are equivalent; and “Owner’s Project Manager”, “CCDC”s Project Manager”, “Project Manager and Project Engineer are equivalent. WORK COVERED BY CONTRACT DOCUMENTS (PROJECT SCOPE) A. The Project Scope or Work is defined by the Contract Documents. For convenience, the Work may be summarized as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. B. Type of Contract: 1. 1.5 Demolition of existing streetscape, asphalt, and utility improvements. Underground utility installation. Excavation for and installation of Silva cell tree and stormwater management system below finish grade. Preparation of sidewalk and street subgrade. Installation of brick pavers. Installation of concrete curb, gutter, and sidewalk. Asphalt paving. Furnishing and installing landscaping, irrigation and streetscape furnishings identified as Contractor’s responsibility. Pick-up, transport and installation of streetscape furnishings provided by Owner. (See Division 01 Section 01 1000.1.18 “Responsibilities for Streetscape Furnishings” for more information.) Eliminating two vaults under sidewalks adjacent to 109 S. 5th St and 619 W. Main St. Partial demolition of walls of existing vault adjacent to Pioneer Tent Building (106 N. 6th St.) to lower wall height; install new structural slab above vault and install brick pavers on top of slab to match finished grade of sidewalk. Project will be constructed under one contract which will be awarded to the selected Contractor, who shall be responsible for completion of the Project, if the CCDC Board of Commissioners decides to award a contract. The contract will be a ConsensusDOCS 200: Standard Agreement and General Conditions between Owner and Contractor (“Consensus Contract”) as modified by supplementary conditions prepared by Owner. DEFINITIONS A. Architect: For purposes of the Project, in all provisions of the Project Manual and the Contract Documents, the term “Owner’s Project Manager / Project Engineer” shall be substituted for the term “Architect”. For purposes of the Project Manual and the Contract Documents, the term “Owner’s Project Manager”, “Project Manager” and “Project Engineer” shall be equivalent. See also Division 01 Sections 01 1000.1.5.F “Owner’s Project Manager” and 1.5.G “Project Engineer”. SUMMARY 01 1000 - 3 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 B. Construction Period: Period of time between the issuance of a Notice to Proceed and issuance of a Notice of Final Completion and final payment to Contractor by Owner. C. Contractor’s Project Manager: Individual designated by Contractor as having authority to represent, make decisions and act on behalf of Contractor, and who has supervisory authority over the Work being performed in specified Work Areas for the Project. For the purpose of the Project Manual and Contract Documents, the terms “Contractor’s Project Manager” and “Project Superintendent” are equivalent. D. Days: Times expressed in days mean calendar days unless specifically stated as business days (Monday through Friday). E. Final Completion: Point in execution of Contract in which Contractor believes that Scope of Work is complete in accordance with all specifications, drawings and Contract requirements, all Punch List items have been completed, and the Project Manager has reviewed the Work and issued a Notice of Final Completion to Contractor. F. Owner’s Project Manager: Individual retained by Owner to perform day-to-day field oversight of the Project on Owner’s behalf and to serve as prime point of contact for Contractor. The Project Manager shall possess full authority to receive instructions from Owner and to act on those instructions. See also Division 01 Section 01 1000.1.5.G “Project Engineer”. G. Project Engineer: Licensed individual retained by Owner to perform civil engineering design and surveying, prepare bidding and construction documents, prepare erosion and sediment control plans, submit plans and obtain plan approval from the Ada County Highway District (ACHD) and other agencies having jurisdiction, perform construction administration and act as Owner’s Project Manager for the Project. See also Division 01 Section 01 1000.1.5.F “Owner’s Project Manager”. H. Project Manager: See Owner’s Project Manager. I. Project Site: The area or areas of land with defined limits on which the Work of the Project is to be performed. For purposes of the Project, the Project Site consists of five Work Areas listed in Division 01 Section 01 1000.1.3.A. “Project Identification”, illustrated in Figure 3 following this Division 01 Section 01 1000 “Summary” and described in detail in the Drawings. See Drawings for specific limits of Project Site for the Project. J. Project Superintendent: See Contractor’s Project Manager. K. RFI: Request from Contractor seeking information required by or clarifications of the Contract Documents. L. Site: See “Project Site”. M. Substantial Completion: Point in execution of Contract at which Contractor believes Scope of Work is complete, and Project Manager has reviewed the Work and issued a Notice of Substantial Completion to Contractor. Refer to Contract and Division 01 Section 01 7700 “Closeout Procedures” for additional Substantial Completion procedures. SUMMARY 01 1000 - 4 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 1. 2. Contractor shall substantially complete the Work within 68 calendar days from the date the Notice to Proceed is issued, except as otherwise provided in the Contract Documents. Work will be done during the months of June, July, August and September, 2014. Owner is willing to grant a partial extension of the 68-day period for achieving Substantial Completion to allow for installation of streetscape furnishings as shown in Drawings if: a. N. 1.6 03/31/2014 Delivery dates from manufacturers and/or suppliers of the furnishings require that Contractor install the furnishings after the 68-day period for achieving Substantial Completion. Any increase in the 68-day period shall be approved in writing in the form of a Change Order. Work Areas: The Project includes five Work Areas where Work is expected to be performed. These Work Areas are identified by letters A. through E. as generally shown on Figure 3 following this Division 01 Section 01 1000 “Summary”. Specific limits of Work Areas are shown in the Drawings. Collectively, the Work Areas constitute the Project Site. PROJECT MILESTONES AND PHASING A. Owner’s Project Schedule requires Contractor to meet the following milestones: 1. Commence Work on June 2, 2014, subject to issuance of a Notice to Proceed by Owner, provided that: 2. Work Areas A, B and C: Each of these Work Areas requires preparation for and installation of a Silva Cell tree and stormwater management system (“Silva Cell System” or “System”). Owner advises that this installation requires excavating approximately three (3) feet deep for close to the entire length of the Work Area (but omitting the corners at intersections). The excavated area extends more or less from the building face to the curb to allow for side slopes at the perimeter of the installation area. a. b. c. SUMMARY To minimize disruption to adjacent businesses and to normal use of the public right-of-way, excavation for and installation of the Silva Cell System shall occur in one Work Area at a time, and on one block face at a time so that no two block faces have an open excavation area and installation of the System occurring at the same time. To limit the amount of time the excavation area is open, excavation for and installation of the Silva Cell System on each block face shall be completed within ten (10) calendar days. The System shall be considered installed when the decks have installed on the entire System on the block face and placement of the geotextile fabric and aggregate base course over the decks and compaction of the aggregate base course, placement of the setting bed and installation of the pavers is complete. If Contractor is delayed in completing installation of the Silva Cell System by any cause beyond the control of Contractor, the Contractor shall be entitled to an equitable extension of the required ten (10) day period in the same manner as is allowed for an equitable extension of the Contract Time in Section 6.6 of the Contract. Approval of an equitable extension shall be in the form of a written Change Order approved by the Owner, Project Manager and Contractor. 01 1000 - 5 CCDC 2014 OLD BOISE STREETSCAPES PROJECT d. 1.7 03/31/2014 If completion of the installation of the Silva Cell System is not achieved within the required ten (10) calendar day period or within a time extension allowed by an approved Change Order, Contractor shall pay TWO HUNDRED FIFTY dollars ($250.00) for each consecutive day thereafter that installation of the System is not complete. 3. Work Areas D and E: Commence work on vaults in Work Areas D and E as soon as is practical following execution of the Contract to minimize disruption to restaurants and bars during the height of the summer season. Complete work in Areas D and E by July 15, 2014, or as otherwise approved in writing by Project Manager. 4. Achieve Substantial Completion of all Work required by Contract Documents by August 8, 2014 and achieve Final Completion by August 29, 2014. 5. See Division 01 Section 01 1000.1.7 for requirements regarding work restrictions, restricted days and work hours, construction in the public right of way and closures. WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and sidewalks and with other requirements of authorities having jurisdiction. Comply with work restrictions stated in the right-of-way permit issued by ACHD and other ACHD restrictions and restrictions in approvals from other agencies having jurisdiction. Comply with the requirements in Division 01 Section 01 1000.1.6. “Project Milestones and Phasing.” 2. 3. B. Restricted Days: Comply with the following restrictions on work days. 1. 2. 3. C. No work shall be performed on June 21, 2014 to avoid disruption of the AMRAP Street Games. (The games will occupy Idaho and Main streets from 6th to 2nd streets and 6th through 3rd streets between Idaho and Grove streets.) Information on the route and time for the July 4, 2014 parade in downtown Boise has not yet been made available. No work shall be performed in any Work Area where construction activity would cause disruption to the 4th of July Parade in downtown Boise. (Owner advises based on the parade route used last year that Work Area A may be affected, but the remaining Work Areas should not be affected.) Project Manager will provide Bidders with information on the 4th of July Parade route and additional restricted days, if any, at the Preconstruction Meeting or as soon as such information becomes available. Work Hours: Exercise care and good judgment on when operations causing high levels of noise or other disturbances are performed so as to minimize impacts on nearby residents and businesses. Storefront businesses front on and/or are adjacent to and take access from all Work Areas. Residential units are in close proximity to Work Area B (The Veltex) and Work Area D (CW Moore Apartments). Approved work hours shall be as follows, or as otherwise approved by Project Manager in writing: SUMMARY 01 1000 - 6 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 1. 2. D. 03/31/2014 Monday – Friday: 7:00 a.m. to 6:30 p.m. Saturday & Sunday: 8:00 a.m. to 6:30 p.m. Protection of Existing Utilities; Utility Interruptions: Contractor is advised that utility infrastructure owned by Ada County Highway District (ACHD), Boise City Public Works Department, Idaho Power Company, Intermountain Gas Company, CenturyLink Communications and United Water Idaho is in place within the Project Limits. 1. 2. Exercise extreme care when working in the vicinity of existing utilities. Retain and protect all utilities within the Project Limits not specifically identified for abandonment or relocation. Do not disrupt utility services without notification to utility provider and Project Manager at least five (5) business days prior disruption. E. Contact information for utility providers is listed in Division 01 Section 01 1000.1.11.C. “Contact Information for Coordination Activities.” F. Construction in Public Rights-of-Way; Temporary Closures: All Work Areas require work in public rights-of-way. Sidewalks and vehicular travel lanes are expected to remain open to pedestrians, bicyclists and motorists except for temporary closures during construction activity. 1. 2. 3. 4. 5. G. Provide continuous access during business hours throughout the duration of the Work for all main entries and emergency exits for businesses which front on and/or take access from or have emergency exits affected by the construction activity. Maintain continuous driveway access to parking lots taking access to streets through Work Areas, except for temporary closures coordinated with parking lot owners and the Project Manager. Contractor is responsible for developing means and methods, including but not limited to alterations to project scheduling, weekend or evening work, or approved use of alternate construction materials to ensure this requirement is met. Implement the Access Plan required by Division 01 Section 01 1000.1.7.G and make adjustments as needed during the construction period to maintain access and emergency exiting for adjacent businesses. Notify Project Manager and Owner of any proposed adjustments prior to their implementation. Install fencing, barricades, or other measures to direct travel by the general public through Work Areas, prevent the general public from entering portions of Work Areas under active construction, protect the Work from damage and protect public safety. (See Division 01 Section 01 5500.3.4 for additional requirements regarding securing Work Areas.) Contractor shall obtain and pay for right-of-way permits as required by ACHD for the Work. Temporary closures and/or re-routing of motorist and/or pedestrian and bicycle traffic are subject to approval by authorities having jurisdiction. (See Division 01 Section 01 1000.1.11.C for contact information.) Securing Work Areas: Secure portions of the Work Areas where construction activity is occurring from entry by the general public and allow the general public to travel through Work Areas to access to businesses fronting on, and/or taking access from Work Areas. See Division 01 Section 01 1000.1.6.F “Construction in Public Rights-of-Way; Temporary Closures” for requirements re: maintaining access to adjacent buildings. Contractor is responsible for selecting appropriate materials and methods to identify which part(s) of a given Work Area are open to use by the general public and which part(s) are closed during the construction period. SUMMARY 01 1000 - 7 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 Contractor shall advise Project Manager no later than the Preconstruction Meeting of the proposed materials and methods Contractor proposes to use to keep each Work Area safe for the general public. Proposed materials and methods are subject to Project Manager approval. Contractor is responsible for the safety of each Work Area on a continuing basis throughout the construction period. 1. H. If necessary to protect public safety during the construction period, Project Manager may require Contractor at any time to use at a minimum 48 inch wide rolls of Orange Polyethylene (HDPE) Mesh Fencing Fabric or its equivalent to identify areas in the Project Site that under construction and/or closed to public access. Access Plan: Submit a plan no later than the Preconstruction Meeting for review and written acceptance by the Project Manager on how access is to be maintained to businesses and other occupied spaces fronting on Work Areas during the construction period (“Access Plan”). Provide details on the following: 1. 2. 3. 4. 5. In general, how travel on sidewalks by the general public will be routed during construction and how the requirements in Division 01 Section 01 100.1.7.F for continuous access for all main entries and emergency exits for businesses fronting on the construction activity will be achieved. How excavation for the Silva Cell installation will be sequenced on each block face where Silva Cell installation is shown on Drawings. How a pedestrian passageway will be made available to main business entrances and methods to be used to bridge over excavated areas and/or to create a protected pedestrian passageway along storefronts, if applicable. How emergency exiting from abutting buildings will be preserved. Whether travel by the general public will need to be temporarily re-routed during construction and how it will be re-routed. I. Parking Meters: Contractor shall obtain authorization for and implement parking space closures as required by Boise City Parking Control. J. Street Lights: Temporary disruption of street lights will be necessary. Contact Mike Hedge, Boise City Public Works, at least five (5) business days prior to disruption of street lights or circuits. (See Division 01 Section 01 1000.1.11.C for contact information.) K. Traffic Signals: Disruption of traffic signals is not anticipated. If disruption is unavoidable, contract Mike Young at ACHD and notify Project Manager at least five (5) business days prior to disruption of traffic lights. (See Division 01 Section 01 1000.1.11.C for contact information.) L. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to adjacent property owners, tenants, businesses and residents. 1. M. Notify Project Manager and the appropriate contact individuals listed in Division 01 Section 01 1000.1.11.C for the affected Work Area not less than two (2) business days in advance of proposed disruptive operations. Nonsmoking Buildings: Smoking is not permitted within 25 feet of building entrances, operable windows, or outdoor-air intakes. SUMMARY 01 1000 - 8 CCDC N. 1.8 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 Controlled Substances: Use of tobacco products and other controlled substances on Project Site is not permitted. INSURANCE, BONDS AND LICENSING A. Insurance: Refer to Project Manual, Part 1, Sect. 15. B. Bonds: Refer to Project Manual, Part 1, Sect. 16. C. Public Works Contractor Licensing: Refer to Project Manual, Part 1, Sect. 8. 1.9 PERMITS A. Contractor shall be responsible for identifying all permits required for the Work to proceed and for obtaining and paying for all required permits. Known permits include: 1. 2. 3. 1.10 Right-of-Way Permit; Contact: Ada County Highway District. Electrical Permit; Contact: Boise City Planning and Development Services Dept. Building Permit; Contact: Boise City Planning and Development Services Dept. OWNER’S PROJECT TEAM A. Owner: CCDC is providing the funding for the Project, conducting the bidding process, selecting the contractor and acting as Owner of the Project during construction. Morgan Maiolie, Project Specialist, will act as Owner’s Representative. B. Owner’s Project Manager / Project Engineer / Contractor’s Point of Contact: Ricardo Zavala, Quadrant Consulting, Inc. will act as Owner’s Project Manager during the bidding process and construction of the Project. C. Owner’s Project Team consists of the individuals identified in Figure 1 below. This diagram illustrates working relationships among Owner’s Project Team members and how communication is expected to flow with bidders during the bidding process and the selected Contractor during the construction period. SUMMARY 01 1000 - 9 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 FIGURE 1: OWNER’S PROJECT TEAM Owner’s Representative Morgan Maiolie Project Specialist For questions on the Project, technical specifications and drawings, contact: Owner’s Design Team Owner’s Project Manager Project Engineer Ricardo Zavala, P.E., Quadrant Consulting, Inc. 208-342-0091 [email protected] Quadrant Consulting, Inc. Civil Engineering For questions on bidding process or registration, contact: Landscape Architect Kim Siegenthaler, RLA, Jensen Belts Associates Ross Borden, Contracts Manager 208-384-4264 [email protected] BIDDERS (during bidding) SELECTED CONTRACTOR (during construction) Structural Engineering Craig Brasher, P.E. AHJ Engineers P.C. (subconsultant to Quadrant Consulting) Electrical Engineering Tyler Victorino, P.E. Musgrove Engineering, PA (subconsultant to Quadrant Consulting) Construction Materials Testing Michael Woodworth, P.E. Strata Inc (subconsultant to Quadrant Consulting) 1.11 A. GENERAL COORDINATION PROCEDURES Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations included in different Sections of Specifications that depend on each other for proper installation, connection, and operation. 1. 2. 3. B. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. Make adequate provisions to accommodate items scheduled for later installation. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: SUMMARY 01 1000 - 10 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 1. 2. 3. 4. 5. C. 03/31/2014 Preparation of Contractor's construction schedule. Preparation of the schedule of values. Installation and removal of temporary facilities and controls. Delivery and processing of submittals. Project closeout activities. Contact Information for Coordination Activities 1. Ada County Highway District Ed Merrill 860-6624 Mike Young 387-61192 or 860-6655 Work in Right of Way Inspections Signal Interconnect 2. Boise City Public Works Dept. Mike Hedge 388-4719 Street Light Coordination Historic Light Inspection 3. Boise City Parking Services Tyler Johnson 384-3773 Parking Meter Coordination 4. Qwest Communications Janet Sanchotena 385-2344 Telephone 5. Idaho Power Company Dave Stephens 322-2045 or 861-7718 Electric Power Infrastructure Power Vaults 6. Intermountain Gas Company Greg Watkins 377-6846 Natural Gas Infrastructure 7. United Water Idaho John Lee 362-1300 Water Service; Valves 8. Boise City Fire Dept. Lamar Mortsen 384-3950 Fire Hydrants 9. DeepRoot Shawn Freedberg DeepRoot – Idaho Representative 415-746-1549 – Direct 415-580-0286 – Cell [email protected] Silva Cell Installation Pat Greeley DeepRoot Technical Manager 612-840-9004 - Cell [email protected] SUMMARY 01 1000 - 11 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 10. City Hall Parking Garage & Streetscape Project Rob Bousfield Boise City Public Works Department 384-3914 [email protected] 11. Work Area A 03/31/2014 Chandlee Building 500 W. Idaho St. Rebekah Ward Thornton-Oliver-Keller – Property Manager 378-4600 [email protected] 12. Work Area B Pioneer Tent Building – 106 N. Main St Parking Lot – 521 W. Idaho St Old Boise LLC 106 N. 6th St., Ste. M-2, Boise ID Larry Rose 845-7852 [email protected] Law Office/Photo Studio 112 N. 6th St Cathy H. Daley 404 S. 8th St, Ste. 166, Boise ID 208-343-1288 [email protected] 13. Work Area C Pioneer Tent Building – 560 W. Main St Zoom Care – 510 W. Main St See Old Boise LLC – see Work Area B ` 14. Bandana Running & Walking 504 W. Main St Laurel Marino Pacific Commercial Property Management LLC 208-948-3430 [email protected] Work Area D – 109 S. 6th St. Idaho Statesman Building (Historic Site) Statell Ltd Larry Rose SUMMARY 01 1000 - 12 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 845-7852 [email protected] 15. Work Area E – 619 W. Main St. Idaho Blueprint & Supply Christian Cummins 344-7878 [email protected] 1.12 A. REQUESTS FOR INFORMATION (RFIs) General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI to the Project Manager, with a copy to Owner. All RFIs shall be submitted by Contractor. 1. 2. 3. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. C. RFI Form: Contractor use the RFI Form provided at the end of this Section, or an alternative form acceptable to the Project Manager. Project Manager will return RFIs submitted to Project Manager by any other entity whether controlled by Contractor or otherwise with no response. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. Project name. Base Bid number. Bid Alternate number, if applicable. Date. Name of Contractor. Name of Contractor’s Project Manager. RFI number, numbered sequentially. RFI subject. Specification Section number and title and related paragraphs, as appropriate. Drawing number and detail references, as appropriate. Field dimensions and conditions, as appropriate. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. Contractor's signature. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. Potential costs or savings. Project Manager’s Action: Project Manager will review each RFI, determine action required, and respond. Allow 48 hours (weekends omitted) for Project Manager's response for each RFI. RFIs received by Project Manager after 1:00 p.m. will be considered as received the following working day. SUMMARY 01 1000 - 13 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 1. Project Manager’s action may include a request for additional information, in which case Project Manager's time for response will date from time of receipt of additional information. Project Manager’s action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Work Change Request. Refer to Contract requirements. 2. a. 1.13 A. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Project Manager in writing within 48 hours (weekends omitted) of receipt of the RFI response. PROJECT MEETINGS General: Schedule and conduct meetings and conferences at Project Site unless otherwise indicated. 1. 2. 3. B. 03/31/2014 Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Project Manager of scheduled meeting dates and times. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Project Manager, within three days of the meeting. Preconstruction Meeting: Owner shall schedule and conduct a Preconstruction Meeting at a time convenient to Contractor and Project Manager, but no later than fourteen days after execution of the Agreement and prior to start of construction. 1. 2. 3. Conduct the conference to review responsibilities and personnel assignments. Attendees: Authorized representatives of Owner, Owner’s Project Manager, Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. Agenda: Discuss items of significance that could affect progress, including the following: a. b. c. d. e. f. g. h. i. j. k. l. m. SUMMARY Tentative construction schedule. Phasing. Designation of key personnel and their duties. Lines of communications. Communication and community relations plan (see Division 01 Section 01 1000.1.20.) Procedures for processing field decisions and Change Orders. Procedures for RFIs. Procedures for testing and inspecting. Procedures for processing Applications for Payment. Distribution of the Contract Documents. Submittal procedures. Work restrictions (days and hours). Responsibility for temporary facilities and controls. 01 1000 - 14 CCDC 2014 OLD BOISE STREETSCAPES PROJECT n. o. p. q. r. s. t. 4. C. Procedures for moisture and mold control. Work and storage areas. Safety and Security Plan (see Division 01 Section 01 5000.3.4.C). Equipment deliveries and priorities. First aid. Security. Progress cleaning. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. Progress Meetings: Contractor shall conduct a weekly Progress Meeting with Owner’s Project Manager, Project Landscape Architect and Owner’s Representative each week during the construction period to coordinate construction activities and identify and resolve issues arising during construction. 1. 2. 3. Location: Progress Meetings are typically held in the field but may be held at Owner’s offices if an office location is needed. Attendees: Contractor, Owner’s Project Manager, Project Landscape Architect, Owner’s Representative and any subcontractors or subconsultants needed in attendance to better coordinate the work. Contractor shall be responsible for notifying subcontractors, and Owner’s Project Manager shall be responsible for notifying subconsultants needed in attendance. Agenda: Items to be discussed include the following: a. b. c. Project Schedule. Status of Work, including any specific field issues/ questions. Review present and future needs of each entity present, including the following: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 4. 1.14 A. 03/31/2014 Interface requirements. Status of submittals. Deliveries. Site utilization and access. Quality and work standards. Status of correction of deficient items. Field observations. Testing results. Status of RFIs. Pending changes. Minutes: Landscape Architect shall be responsible for preparing and distributing meeting minutes to Contractor, Owner’s Project Manager/Project Engineer, Owner and any subcontractors or subconsultants that have work assignments resulting from the meeting. CONSTRUCTION SCHEDULE; PROGRESS REPORTS Contractor shall submit a tentative Construction Schedule including all activities, locations, and dates to Project Manager at or before the Preconstruction Meeting. Submit a detailed Construction Schedule for Project Manager’s review and approval prior to commencement of Work. Contractor shall not begin any surface demolition or surface work until after it receives a SUMMARY 01 1000 - 15 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 written notice to proceed. Contractor shall diligently maintain progress and complete the work by the required Substantial and Final Completion dates. B. Contractor shall begin construction only after receipt of a written Notice to Proceed. C. Construction Schedule will provide for a minimum of disruption to adjacent residents and businesses. D. Contractor shall update the Construction Schedule as the Work progresses and provide a copy of schedule revisions to the Project Manager as they occur. At a minimum, Contractor shall provide an updated schedule no later than the first business day of each month. Schedule revisions which would affect Contractor’s ability to complete the Work by the established Substantial Completion or Final Completion date require Project Manager and Owner approval through issuance of an approved Change Order. E. Construction Progress Report; Contractor shall provide a monthly progress report on the Project suitable for distribution to the CCDC Board of Commissioners at the Board’s monthly board meeting. Contractor’s report shall be submitted by the first of each month during the construction period. The type and level of information provided by Contractor shall be acceptable to Owner. Owner will provide Contractor with a template for the progress report at the Preconstruction Meeting. 1.15 A. SCHEDULE OF VALUES Coordination: Coordinate preparation of Schedules of Values with preparation of Contractor's construction schedule 1. 2. B. Submit the initial Schedules of Values for Project Manager’s review and approval prior to or by the date established for the Preconstruction Meeting. Maintain the Schedule of Values during the construction period. If the Schedule of Values is revised, submit the updated Schedule of Values for Project Manager’s review and approval after each meeting or other activity where revisions have been recognized or made. Format and Content: Use Specification Sections as a guide to establish line items. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the Schedule of Values: a. b. c. d. e. f. Project name Base Bid number Bid Alternate number (if applicable) Name of Contractor’s Project Superintendent. Contractor's name and address. Date of submittal. 2. Arrange the Schedule of Values consistent with format of AIA Documents G702 and G703 and or a similar format acceptable to the Project Manager which provides the same information. The Application for Payment included at the end of this Section includes a sample form for a Schedule of Values. SUMMARY 01 1000 - 16 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 3. 4. 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. Each item in the Schedules of Values and Payment Applications shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. 6. 1.16 A. 03/31/2014 Temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at Contractor's option. Schedule Updating: Update and resubmit the Schedule of Values before the next Application for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum associated with a Base Bid Sub-Schedule of Values and/or a Bid Alternate Sub-Schedule of Values. APPLICATIONS FOR PAYMENT Refer to Contract requirements. Use the Application for Payment form provided at the end of this Section, which includes a Schedule of Values, or an alternative form acceptable to the Project Manager. Any alternative form shall include a Schedule of Values. 1.17 CONTRACT MODIFICATIONS A. Minor changes in the Work: Project Manager will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on Field Order Form with a copy to Owner. B. Owner-Initiated Proposal Requests: Project Manager will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or Contract Time. If necessary, the description will include supplemental or revised Drawings and/or Specifications. Owner Initiated Proposal Request will be issued along with a completed form to describe the proposed change to the Work that requires pricing. A sample Owner-Initiated Proposal Request form has been included at the end of this Section for reference. 1. 2. Proposal Requests issued by Project Manager are not instructions either to stop work in progress or to execute the proposed change. Within seven days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. b. c. d. SUMMARY Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Include costs of labor and supervision directly attributable to the change. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and 01 1000 - 17 CCDC 2014 OLD BOISE STREETSCAPES PROJECT e. 03/31/2014 finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. Contractor Quotation Form: Use form acceptable to Project Manager. C. Work Change Directives: Refer to Contract requirements. Work Change Directives shall be issued by Project Manager to Contractor after written approval by Owner. Project Manager shall use the Work Change Directive form provided at the end of this Section, or an alternative form prepared by the Project Manager. D. Contractor-Initiated Work Change Request: Refer to Contract requirements. Contractor may request changes to the Work that would affect the Contract Sum or Contract Time by submitting a Work Change Request to Project Manager. Use form acceptable to Project Manager. Approval of Work Change Requests that affect the Contract Sum or Contract Time shall be in the form of a Change Order. E. Contractor Claims for Contract Changes: Refer to Contract requirements. If occurrences beyond Contractor’s control or latent or changed conditions require modifications to the Contract Sum or Contract Time, Contractor may initiate a Claim for a Contract change. Use form acceptable to Project Manager. Approval of a Claim that affects the Contract Sum or Contract Time shall be in the form of a Change Order. Contractor Claims for Contract changes shall be submitted separately for each Base Bid and each Bid Alternate affected by the Claim. F. Change Orders: Refer to Contract requirements. Use Change Order form attached at the end of this Section, or a similar form acceptable to Project Manager. Change Orders shall be approved in writing by Contractor, Project Manager and Owner to be effective. 1.18 A. RESPONSIBILITIES FOR STREETSCAPE FURNISHINGS General: Contractor is responsible for ordering, purchasing, taking delivery, storing, transporting and installing streetscape furnishings is as stated in Figure 2 below. FIGURE 2 RESPONSIBILITIES FOR STREETSCAPE FURNISHINGS Order & Take Delivery Install at Project Site Contractor Contractor Contractor Contractor Contractor Contractor Contractor: Amount required by Drawings & Specifications Contractor Contractor Item Order & Purchase Anchor bolts for historic street lights Bike Racks Brick Pavers (Endicott) SUMMARY Storage Retrieve from Storage & Transport to Project Site 01 1000 - 18 CCDC 2014 OLD BOISE STREETSCAPES PROJECT Order & Purchase Item Storage Retrieve from Storage & Transport to Project Site 03/31/2014 Order & Take Delivery Install at Project Site Street Trees Contractor Contractor Contractor Trash Receptacles Contractor Contractor Contractor Benches CCDC Supply from Inventory CCDC Warehouse Contractor Contractor Historic Street Lights, including poles, glass globes, LED fixtures and banner arms. CCDC Order & Purchase See Section 01 1000.1.18.C for information Contractor’s responsibility for storage. Contractor Contractor Tree Grates & Frames CCDC Order/ Supply from Inventory At: CCDC Warehouse, 620 S. 9th Street, Boise, ID. Contractor Contractor Trench Drain Grates & Frames CCDC Supply from Inventory CCDC Warehouse Contractor Contractor B. Contractor’s Responsibilities for Owner-Supplied Furnishings: For streetscape furnishings supplied by Owner, Contractor is responsible for material pickup from storage location, transport to and installation at the Project Site. See Division 01 Sections 01 1000.1.18.C and D for information on storage locations. 1. 2. C. Contractor shall remove and dispose of all packaging materials and related debris. Packaging materials and related debris shall not be left at Owner’s storage facility. If such items are left, Project Manager will contact Contractor to retrieve and dispose of these items in a lawful manner meeting the requirements of authorities having jurisdiction. Retain all packing statements and deliver to Owner. Storage Location for Historic Street Lights: Owner has conducted a competitive bidding process for purchasing the historic street lights. Alloway Electric Company, Inc. has been selected as the supplier for the light poles, glass globes, LED fixtures and banner arms. Owner expects to order the historic street lights by March 28, 2014. Manufacturing and delivery typically takes 8-10 weeks. Owner expects to select the contractor for the Project on May 12, 2014. 1. SUMMARY The selected Contractor shall take delivery and store the historic street lights until needed for installation, or may choose to have the Contractor’s electrical subcontractor take delivery and store the historic street lights. The selected Contractor is responsible for transport of the historic street lights to the Project Site. 01 1000 - 19 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 2. 03/31/2014 The selected Contractor shall order and install the anchor bolts for the historic street lights so they are available when needed in the construction sequence. D. Storage Location for Other Owner-Supplied Furnishings: Owner will furnish the tree grates and frames, trench drain grates and frames, benches, trash cans, bike racks and trench drain frames and covers required for the Project. These furnishings will be stored at Owner’s warehouse at 620 S. 9th Street, Boise ID. Contractor shall notify Project Manager and Owner at least two (2) business days prior to when furnishings are needed from the warehouse so Owner coordinate opening the warehouse for construction personnel to retrieve the furnishings. E. Purchase and Installation of Anchor Bolts for Historic Street Lights: Specifications require that Contractor selected for the Project to order, purchase and install the anchor bolts for the historic street lights since this step happens near the beginning of construction sequence. F. Contractor’s Responsibility for Payment of Use Taxes: CCDC is a tax exempt entity and so does not pay sales tax on the street furnishings it buys. Contractor is responsible for paying use tax to the State of Idaho for materials furnished by CCDC. 1.19 SILVA CELL TREE AND STORMWATER MANAGEMENT SYSTEM A. Specifications and Drawings: Specifications for materials, preparation, installation and testing for Silva Cell installation and for Planting Soil for Silva Cells are stated on Drawings and in manufacturer’s specifications. Manufacturer’s specifications for Silva Cells and for Planting Soil for Silva Cells are available at links to Owner’s website listed in Division 01 Section 01 1000.1.1 “Related Documents”. B. Silva Cell Installation Phasing: Contractor shall phase Silva Cell installation in accordance with requirements stated in Division 01 Section 01 1000.1.6.A.2 “Work Areas A, B and C”. C. Training: Silva Cell manufacturer includes training for construction personnel in the cost of the Silva Cell product. Manufacturer shall provide and construction personnel shall participate in training as described in Project Manual – Part 4: Appendix B, Section 32 9450.1.6.C “Training” prior to commencing any excavation for or installation of any part of the Silva Cell System. Refer to Section 32 9450.1.6.C for a more detailed description of the training program. D. Mockup & Construction Observation 1. 2. 3. SUMMARY Prior to general preparation for and installation of the Silva Cell System, Contractor shall use the first Work Area selected for construction from Work Areas A, B and C as a mockup. At a minimum the mock up shall consist of at least one half of a block face and shall include drainage lines. See Project Manual – Part 4: Appendix B, Section 32 9450.1.6.D “Silva Cell System Mock Up” for requirements related to Contractor’s construction of the Silva Cell System mock up and construction observations by manufacturer’s representative and Project Manager. Contractor may proceed with general preparation for and installation of the Silva Cell System upon Owner’s receipt of a written, signed letter from the manufacturer that the Silva Cell System mockup meets all of the manufacturer’s specifications and guidelines for the Silva Cell System installation and Owner accepts the manufacturer’s letter in writing. 01 1000 - 20 CCDC E. 1.20 A. 2014 OLD BOISE STREETSCAPES PROJECT Connecting Street Tree Irrigation Lines to Private Water Supply: Owner advises that the owners of the Chandlee Building in Work Area A and the Pioneer Tent Building in Work Areas B and C have given permission for the irrigation system serving the street trees to be connected to the water service lines for these buildings (see Drawings and Specifications). Contractor shall notify and coordinate with property owners/property management companies at least three (3) business days prior to when these water connections are scheduled to be made and if temporary shut-off of water service is required. Contacts for the property owners/property management companies for these adjacent buildings are listed in Division 01 Section 01 1000.1.11.C. CONTRACTOR RESPONSIBILITIES FOR COMMUNITY RELATIONS Prior to commencement of construction, participate with Project Manager and Owner in developing a communication and community relations plan and problem-solving approach for resolving day-to-day issues, concerns and complaints raised by property owners, building owners, tenants, residents, customers, visitors and the general public which may be affected by construction activities in the Work Areas during the construction period. (“Other Parties Affected by Construction”). 1. 2. 3. 4. 5. 1.21 A. 1.22 A. 03/31/2014 Assume responsibility for communicating the importance of maintaining good community relations during the Project to employees, subcontractors and other construction personnel. Enlist employees, subcontractors and other construction personnel in implementing the community relations plan. Identify a point person employed by Contractor who will represent Contractor and be responsible taking calls from and meeting with Other Parties Affected by Construction in the Works Areas associated with each Contract. Provide contact information for the point person which can be given to the general public. Contractor’s Project Manager and point person, if different, shall attend meetings with the Owner, Project Manager, and Other Parties Affected by Construction to address community relations issues as needed. PROJECT SITE SIGNAGE Refer to Division 01 Section 01 5000.3.3.D “Project Site Signage”. SPECIFICATION AND DRAWING CONVENTIONS Specification Content: Specifications (including Division 01 General Requirements and Technical Specifications) use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. SUMMARY Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 01 1000 - 21 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 2. B. Specification requirements shall be performed by Contractor unless specifically stated otherwise. Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail on the Drawings. One or more of the following are used on the Drawings to identify materials and products: 1. 2. C. 03/31/2014 Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard and scheduled on Drawings. Division 01: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) FORMS REFERENCED IN THIS SECTION 01 1000.1.13.A 01 1000.1.17.A 01 1000.1.18.B 01 1000.1.18.C 01 1000.1.18.D 01 1000.1.18.E 01 1000.1.18.F Request for Information (RFI) (included) Application for Payment – Schedule of Values (included) Owner-Initiated Proposal Request (included) Work Change Directive (included) Work Change Request (form acceptable to Project Manager) Contractor Claims for Contract Changes (form acceptable to Project Manager) Change Order (included) END OF SECTION 01 1000 SUMMARY 01 1000 - 22 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 FIGURE 3 PROJECT LOCATION & WORK AREAS SUMMARY 01 1000 - 23 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 BLANK PAGE SUMMARY 01 1000 - 24 CCDC 2014 OLD BOISE STREETSCAPES 03/31/2014 REQUEST FOR INFORMATION PROJECT: RFI#: ___________________ ITEM: __________________________________________________________________________ REF. DWG. OR SPEC.: ______________________________________________________________ SCHEDULE IMPACT? YES NO COST IMPACT? YES NO REQUEST RETURN BY: ___________________________ DESCRIPTION/REQUEST: _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________ ORIGINATOR: _______________ FIRM: ___________________ DATE: ______________ RESPONSE _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ _________________________________________ BY: _____________________ FIRM: ______________________ DATE: _______________ This is not an authorization to proceed with work involving additional costs and/or time. Notification must be given in accordance with the Contract Documents if any response causes any changes to the Contract Documents. REQUEST FOR INFORMATION 1 CCDC 2014 OLD BOISE STREETSCAPES 03/31/2014 BLANK PAGE REQUEST FOR INFORMATION 2 ® TM AIA Document G709 – 2001 Work Changes Proposal Request PROJECT (Name and address): PROPOSAL REQUEST NUMBER: 000 DATE OF ISSUANCE: OWNER (Name and address): CONTRACT FOR: General Construction CONTRACT DATE: FROM ARCHITECT (Name and address): OWNER: ARCHITECT: CONSULTANT: CONTRACTOR: FIELD: ARCHITECT’S PROJECT NUMBER: OTHER: TO CONTRACTOR (Name and address): Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Zero ( 0 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): ATTACHMENTS (List attached documents that support description): REQUESTED BY THE ARCHITECT: (Signature) (Printed name and title) AIA Document G709™ – 2001. Copyright © 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 15:41:48 on 12/14/2009 under Order No.1000387097_1 which expires on 2/4/2010, and is not for resale. User Notes: (3659373850) 1 CCDC 2014 OLD BOISE STREETSCAPES 03/31/2014 BLANK PAGE WORK CHANGES PROPOSAL REQUEST AIA G709 – 2001-2 CCDC 2014 OLD BOISE STREETSCAPES 03/31/2014 WORK CHANGE DIRECTIVE No. __________________ DATE OF ISSUANCE _________________ OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ___________________ EFFECTIVE DATE ___________________ PROJECT MGR’s Project No. _________________ You are directed to proceed promptly with the following change(s): Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Price: Unit Prices Lump Sum Cost of the Work______________________ Estimated increase (decrease) in Contract Price: Estimated increase (decrease) in Contract Times: $_____________________________________. Substantial Completion: ______ days; If the change involves an increase, the estimated Ready for final payment: ______ days. amount is not to be exceeded without further authorization. ____________________________________________________________________________________ AUTHORIZED: RECOMMENDED: ____________________________________ ____________________________________ OWNER’S PROJECT MANAGER OWNER By: ___________________________________ By: ___________________________________ EJCDC No. 1910-8-F (1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America and the Construction Specifications Institute. CCDC 2014 OLD BOISE STREETSCAPES 03/31/2014 WORK CHANGE DIRECTIVE INSTRUCTIONS A. GENERAL INFORMATION This document was developed for use in situations involving changes in the Work which, if not processed expeditiously, might delay the Project. These changes are often initiated in the field and may affect the Contract Price or the Contract Times. This is not a Change Order, but only a directive to proceed with Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Times a Field Order should be used. B. COMPLETING THE WORK CHANGE DIRECTIVE FORM Owner’s Project Manager initiates the form, including a description of the items involved and attachments. Based on conversations between Owner’s Project Manager and Contractor, Owner’s Project Manager completes the following: METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the method to be used in determining the final cost of Work involved and the estimated net effect on the Contract Price. If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed Work is completed, another Work Change Directive must be issued to change the estimated price or Contractor may stop the changed Work when the estimated time is reached. If the Work Change Directive is not likely to change the Contract Price, the space for estimated increase (decrease) should be marked "Not Applicable". Once Owner’s Project Manager has completed and signed the form, all copies should be sent to Owner for authorization because Owner’s Project Manager alone does not have authority to authorize changes in Price or Times. Once authorized by Owner, a copy should be sent by Owner’s Project Manager to Contractor. Price and Times may only be changed by Change Order signed by Owner and Contractor with Owner’s Project Manager's recommendation. Paragraph 10.03.A.2 of the General Conditions requires that a Change Order be initiated and processed to cover any undisputed sum or amount of time for Work actually performed pursuant to this Work Change Directive. Once the Work covered by this directive is completed or final cost and times are determined, Contractor should submit documentation for inclusion in a Change Order. THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE OR CONTRACT TIMES. A CHANGE ORDER, IF ANY, SHOULD BE CONSIDERED PROMPTLY. CHANGE ORDER DATE PROJECT NAME 2014 Old Boise Streetscapes Change Order No. # Project No. N/A PROJ. LOCATION A: NW corner of 5th and Idaho streets B: 6th St between Idaho and Main streets (east side only) C: Main Street between 5th & 6th streets (north side only) D: Vaults at 109 S. 6th St. and 619 W. Main St (removal) E: Vault at 106 N. 6th St. (modification) CONTRACTOR Name of Firm Project Manager Address Telephone Cell Phone Email OWNER Project Manager Firm Address Telephone Email Capital City Development Corp. Ricardo Zavala, P.E. Quadrant Consulting, Inc. 1904 W. Overland Rd Boise ID 83702 208‐342‐0091 [email protected] This contract is a CONSENSUSDOCS 200 ‐ STANDARD AGREEMENT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR for Pioneer Corridor Connection ‐ Lump Sum Price. Signed by OWNER, DATE Signed by CONTRACTOR, DATE Revised OWNER, DATE METHOD OF PAYMENT: Description of Change: The following changes are hereby made to the Contract for the above referenced project: The Contract Amount WILL / WILL NOT change by execution of this Change Order: Initial Contract Amount Previous Contract Change Order Amounts: Contract Sum Prior to this Change Order: Increased / Decreased Contract Sum by Execution of this Change Order Revised Contract Total Pioneer Corridor Connection Change Order No # ____ Page 1 The Contract Time WILL / WILL NOT change for the Work as follows: NOTES: To be effective, this Change Order must be approved by the following, acknowledging agreement herewith, including any adjustment in the Contract Amount and/or Contract Time: CONTRACTOR: Signature Date Signature Date Signature Date OWNER'S PROJECT MANAGER / ENGINEER OWNER: Pioneer Corridor Connection Change Order No # ____ Page 2 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 SECTION 01 5000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. 1.2 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. See Division 01 Section 01 1000 "Summary" for work restrictions and limitations on utility interruptions. C. For purposes of this Division 01 Section 01 5000 “Temporary Facilities and Controls”, requirements applicable to the Project Site are also applicable to each individual Work Area unless otherwise noted. D. The terms “CCDC Project Manager”, “Project Manager” and “Project Engineer” are equivalent. 1.3 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated in Division 01 Section 01 5000.3.2 “Temporary Utility Installation”. PART 2 - PRODUCTS 2.1 MATERIALS A. 2.2 Securing Work Areas: See Division 01 Section 01 1000.1.7.G “Securing Work Areas” for minimum requirements for fencing used to secure work areas if Project Manager determines that fencing is required to protect public safety during the construction period. EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. TEMPORARY FACILITIES AND CONTROLS 01 5000 - 1 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. 3.2 TEMPORARY UTILITY INSTALLATION A. Water Service: Contractor shall furnish own water supply for construction operations. Do not connect to public water mains or property owners’ water service lines for water required for construction operations. B. Wastewater: Dispose of any wastewater from construction operations at an approved off-site location. Do not dispose of wastewater into public sanitary sewer system, public storm drains or public or private landscaped areas. Disposal of wastewater into any storm sewer is strictly prohibited under Title 8, Chapter 15 of the Boise City Code. Contractor is responsible for proper off-site disposal in a legal manner of all wastewater generated by the Work and for any associated disposal fees. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Temporary toilets shall be secured when construction personnel are not present in the adjacent Work Area. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. D. Electric Power Service: Do not connect to Owner’s, Boise City’s or private property owners’ electric power. Contractor shall furnish own electric power for construction operations. E. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions, if required for construction operations or security on Project Site. 3.3 SUPPORT FACILITIES INSTALLATION A. Staging and Storage Areas: Use Project Site and adjacent public rights-of-way for staging and storage areas. Use of public rights-of-way is contingent upon Contractor gaining approval from Ada County Highway District. 1. 2. Contractor shall determine the location and extent of staging and storage areas on the Project Site at its discretion subject to approval by authorities having jurisdiction. Such staging and storage areas shall not interfere with progress on the Project Site or cause a safety hazard to construction personnel or others. Contractor shall install fencing or barricades around the perimeter of staging and storage areas to discourage entry by individuals other than those having specific permission to be in the staging and storage areas. Fencing shall be either orange polyethylene (HDPE) mesh TEMPORARY FACILITIES AND CONTROLS 01 5000 - 2 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 3. 4. fencing fabric (minimum 48-inch wide rolls) or fencing material acceptable to Project Manager. Materials used for barricades shall be acceptable to Project Manager. Contractor accepts responsibility for the security of any materials, equipment, supplies or other goods kept in staging or storage areas as part of Contract. Stored goods shall be secured against damage, theft, vandalism and mischief. If additional staging or storage areas are required off site, Contractor shall be responsible at its sole cost and expense for making arrangements for additional staging and storage areas. B. Parking: Contractor shall be responsible at its sole cost and expense for making arrangements for parking needed by its operations. C. Waste Disposal Facilities: 1. 2. D. 3.4 Provide waste collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Technical Specification sections and final cleaning requirements in Division 01 Section 01 7700 “Closeout Procedures”. Trash dumpsters on adjacent properties to the Project Site shall not be used for waste disposal. Project Site Signage: Contractor may install one (1) construction sign visible from adjacent rightsof-way in Work Areas A, B, and C with the following information: Project name, Contractor name and contact information. Sign shall be a maximum of 16 square feet in size. Size, materials and placement shall be subject to approval by Project Manager and authorities having jurisdiction. Do not place signs in vision triangle at intersections where the signs may become hazards for motorists, pedestrians and others using the right-of-way. Remove upon issuance of Certificate of Final Completion for Project. Construction signs shall not be posted in Work Areas D and E due to the small size of these Work Areas. Owner advises Contractor that Owner intends to post signs in Work Areas identifying the work as a CCDC project and the expected timeline for construction. SAFETY, SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project Site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. 1. 2. C. Comply with work restrictions specified in Division 01 Section 01 1000 "Summary." Comply with all requirements set forth in the approved Stormwater Pollution Prevention Plan (SWPPP) and permit issued by Boise City and ACHD. Safety and Security Measures: Project Site consists of five Work Areas at various locations within the Old Boise Historic Area in downtown Boise. These Work Areas are in public rights-of-way. 1. Install temporary enclosures within Work Areas as is practical and advisable to protect public safety, protect construction in progress or completed, and secure equipment, materials and work products while maintaining the general public’s access to adjacent buildings (see TEMPORARY FACILITIES AND CONTROLS 01 5000 - 3 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 2. 3. 4. 5. 6. Division 01 Section 01 1000.1.7.F “Construction in Public Rights-of-Way; Temporary Closures” for additional information on building access). Fencing shall be either orange polyethylene (HDPE) mesh fencing fabric (minimum 48-inch wide rolls) or fencing material acceptable to the Project Manager. Parking lanes may be used for staging and temporary storage of materials if temporary enclosures or other measures are installed to protect public safety and secure equipment and materials, and use of parking lanes is approved by ACHD and Boise City. Portions of sidewalks being improved as part of the Work are expected to be contained within security fencing until work is completed and the sidewalks are safe for use by pedestrians and others who typically use downtown sidewalks. Submit a fencing and security plan to Project Manager prior to or at the Preconstruction Meeting (“Safety and Security Plan”). Provide fencing, barricades, signs, and/or other measures to prevent the general public from gaining access to those portions of Work Areas that are under active construction. Protect construction, in progress and completed, from other construction operations and from damage, theft, vandalism and mischief. D. Traffic Controls: Travel lanes in street rights-of-way shall remain open to traffic except during temporary street closures approved by ACHD. Implement traffic controls during right-of-way closures as required by authorities having jurisdiction. E. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Maintenance: Maintain facilities in good operating condition until removal. B. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Materials and facilities that constitute temporary facilities are the property of Contractor. C. Care of Permanent Construction and Facilities: Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. Repair of replacement of construction and cleaning shall be at the sole cost of the Contractor. 1. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 01 Section 01 7700 "Closeout Procedures." END OF SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS 01 5000 - 4 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 SECTION 017700 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.7 RELATED DOCUMENTS C. 1.8 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. SUMMARY C. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: Coordinate list below with "Related Requirements" subparagraphs. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Closeout Submittals Substantial Completion procedures. Final Completion procedures. List of Incomplete Items (Punch List) Warranties; Correction of Work Operations and maintenance manuals. Project Record Documents. Materials. Final cleaning. Repair of the Work. D. For purposes of this Division 01 Section 01 7700 “Closeout Procedures”, requirements applicable to the Project Site are also applicable to each individual Work Area unless otherwise noted. E. The terms “CCDC Project Manager”, “Project Manager” and “Project Engineer” are equivalent. 1.9 CLOSEOUT SUBMITTALS C. Contractor shall submit the following items at time of closeout: 1. 2. 3. 4. Warranties for products and completed operations where required and proof that taxes, fees, and similar obligations were paid Updated final statement accounting for final changes to the Contract Sum. AIA Document G706, “Contractor’s Affidavit of Payment of Debts and Claims”. AIA Document G706A, “Contractor’s Affidavit of Release of Liens”. CLOSEOUT PROCEDURES 01 7700 - 1 CCDC 1.10 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 SUBSTANTIAL COMPLETION PROCEDURES C. Contractor's List of Incomplete Items (“Punch List”): Prepare and submit a list of items to be completed and corrected, indicating the value of each item on the list and reasons why the Work is incomplete. See Division 01 Section 01 7700.1.6 for specific requirements on how the Punch List is to be prepared. D. Submittals Prior to Substantial Completion: Complete the following a minimum of seven days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. 2. 3. 4. E. Procedures Prior to Substantial Completion: Complete the following a minimum of seven days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. 2. 3. 4. F. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. Submit closeout submittals as required by this Division 01 Section 01 7700 “Closeout Procedures” including operation and maintenance manuals, Project Record Documents, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. (See Section 01 7700.2.1 “Operations and Maintenance Manuals” and Section 01 7700.2.2 “Project Record Documents” for specific information on these items.) Submit closeout submittals specified in this Division 01 Section 01 7700 “Closeout Procedures” and in Technical Specifications on Drawing Sheet ST-9 including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. Submit test/adjust/balance records. Terminate and remove temporary facilities from Project Site, along with mockups unless approved by Project Engineer to be incorporated into the Work, construction tools, and similar elements. Complete final cleaning requirements (see Division 01 Section 01 7700.3.2). Repair and restore existing buildings and improvements if damaged and/or defaced by construction activity whether inside or outside Project Site to match existing condition prior to commencement of construction. (Contractor is advised to make a photographic record of existing condition of buildings and improvements adjacent to Work Areas.) Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects including touchup painting. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of seven days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Project Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Project Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Project Engineer, that must be completed or corrected before certificate will be issued. CLOSEOUT PROCEDURES 01 7700 - 2 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 1. 2. 1.11 Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. Results of completed inspection will form the basis of requirements for final completion. FINAL COMPLETION PROCEDURES C. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion, complete the following: 1. 2. 3. D. Inspection: Submit a written request for final inspection to determine acceptance a minimum of five days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Project Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Project Engineer will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. 1.12 Submit a final Application for Payment according to Contract requirements. Certified List of Incomplete Items: Create Punch List of items to be completed or corrected for the Project. Submit certified copy of Project Engineer's Punch List for the Project, endorsed and dated by Project Engineer. Certified copy of each Punch List shall state that each item has been completed or otherwise resolved for acceptance. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. LIST OF INCOMPLETE ITEMS (PUNCH LIST) C. Organization of List: Include name and identification of each Work Area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the Project Site. Use the Punch List form included at the end of this Division 01 Section 01 7700 “Closeout Procedures” or a similar form acceptable to Project Engineer that provides the same information. 1. Create Punch Lists for the Project organized by Work Area, if more than one Work Area is included in the Punch List, and major elements in the Work performed. a. b. c. d. e. f. 2. Project name. Work Area. Date. Name of Project Superintendent/Contractor’s Project Manager. Name of Contractor. Page number. Submit list of incomplete items in a format acceptable to the Project Engineer. Project Engineer will annotate the list of items and return to Contractor. CLOSEOUT PROCEDURES 01 7700 - 3 CCDC 1.13 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 WARRANTIES; CORRECTION OF WORK A. Contractor’s Warranty: Provisions in Section 1.1 “Warranty” in Contract shall apply. (See also Division 01 Section 01 7700.18.D “Correction of Work” for additional requirements during one year period following Substantial Completion B. Warranties Required by Technical Specifications: Requirements regarding warranties appear in Technical Specification on Drawing Sheet ST-9. C. Manufacturer’s and Supplier’s Warranties 1. Identify each product expected to be used in the Work that has a manufacturer’s or supplier’s written warranty. For warranted products such as Silva Cells, irrigation equipment, site furnishings, pavers, sod and plant materials, submit warranty information to the Project Engineer as soon as the product is received by Contractor for installation. 2. Silva Cell Warranty: Obtain manufacturer’s warranty issued to Owner or transferred by Contractor as purchaser to Owner with Deep Root’s approval that the Silva Cell product will be free of defects in materials and workmanship, and perform to DeepRoot’s written specifications for the warranted product, when installed and used as specifically provided in the product’s installation guidelines for a period of 20 years from the date of purchase. 3. Time of Submittal a. b. c. 4. 5. D. File documentation required by the manufacturer or supplier for the warranty to be effective in a timely manner so warranty rights are not lost. Provide copies of this documentation to Project Engineer. If the Project Engineer or Owner is required to submit documentation to the manufacturer or supplier to activate a warranty, notify the Project Engineer promptly so due dates for filing, if any, are not missed. If the warranty is triggered by Substantial or Final Completion, submit warranties at the appropriate time to Project Engineer. Project Engineer may request Contractor to submit warranties at an earlier date when warranties commence earlier than Substantial Completion, or when delay in submittal of warranties might limit Owner's rights under warranty. Organize warranty documents in an orderly sequence based on the Technical Specification sections. Provide additional copies of each warranty to include operation and maintenance manuals. CORRECTION OF WORK 1. Requirement for Correction of Defective Work: Contractor is required to correct any Defective Work promptly and at its own cost and time for one year after date of Substantial Completion as stated in Section 1.2 “Correction of Work within One Year” in Contract. CLOSEOUT PROCEDURES 01 7700 - 4 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 PART 2 - PRODUCTS 2.7 OPERATIONS AND MAINTENANCE MANUALS C. Format: Submit operations and maintenance manuals for irrigation system in each of the following formats: (Owner requires PDF and paper copies.) 1. PDF electronic file. Assemble each manual into a composite electronically-indexed file. Submit on digital media acceptable to Project Engineer. a. b. Name each indexed document file in composite electronic index with applicable item name. Include a complete electronically-linked operation and maintenance directory. Enable inserted reviewer comments on draft submittals. 2. Two paper copies provided to CCDC. Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. 3. One paper copy provided to each property owner responsible for extended maintenance of irrigation system. a. b. Owner advises that the irrigation system in Work Area A will be connected to the Chandlee Building’s water system, and the irrigation system in Work Area B and C will be connected to the Pioneer Tent Building’s water system. Contact information for these buildings is in Division 01 Section 01 1000.1.11.C. Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. Conduct operation walk-through meeting with each owner on-site. Obtain signature from each owner that they have received a copy of the operation and maintenance manual for the irrigation system connected to their property, and have attended an on-site, walk through meeting at their property. CCDC will provide a form for Contractor’s use in obtaining signatures; Contractor shall return the signed forms to CCDC. D. Manual Submittal: Submit each manual in final form prior to requesting inspection for Substantial Completion and at least 7 days before commencing demonstration and training. Project Engineer will return copy with comments. 1. E. Correct or modify each manual to comply with Project Engineer's comments. Submit copies of each corrected manual within 7 days of receipt of Project Engineer's comments and prior to commencing demonstration and training. Organization: Each manual shall contain the following materials, in the order listed: 1. 2. 3. Title page identifying the Project name, name and address of Owner, date of submittal, name and contact information for Contractor. Table of contents listing each system, subsystem and components comprising these systems and included in the manual. Manual contents. CLOSEOUT PROCEDURES 01 7700 - 5 CCDC F. 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. 2. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. File Names and Bookmarks: Enable bookmarking of individual documents based upon file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel upon opening file. G. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes. 1. Binders: Heavy-duty, three-ring, vinyl-covered, binder, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-11-inch (215-by-280-mm) paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. 2. 3. Identify each binder on front and spine, with printed title "2013 STREETSCAPE PROJECT - OPERATION AND MAINTENANCE MANUAL.” Dividers: Heavy-paper dividers with plastic-covered tabs for each system and subsystem included in the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title in the Technical Specifications (see Drawing Sheet ST-20). Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. H. Content: Include the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. Product name and model number. Use designations for products indicated in Contract Documents. Manufacturer's name. Equipment identification with serial number of each component. Equipment function. Operating characteristics. Limiting conditions. Complete nomenclature and number of replacement parts. Reordering information. Include a separate map for each Work Area identifying the location of the water meter(s) which supply water to the irrigation system in the Work Area. The map shall have reference information including building locations, building entrances and landmarks on block face(s) to illustrate the general location of the water meter(s), a detail showing the location of the water meter(s) if inside a private building and the routing of the line which connects the Project irrigation system to the building owner’s water system. If multiple meters are part of the irrigation system for a Work Area, include on the map a schematic drawing showing which irrigation lines are connected to which meter. Contractor may CLOSEOUT PROCEDURES 01 7700 - 6 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 use copies of excerpts from Record Drawings to provide these schematic drawings if acceptable to Project Engineer. The meter locations and diagrams of irrigation lines shall be clear and easy to read. I. Operating Procedures: Include the following, as applicable: 1. 2. 3. J. Routine and normal operating instructions. Regulation and control procedures. Special operating instructions and procedures Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. 2. 3. 4. Inspection procedures. Troubleshooting procedures. Schedule for routine maintenance. Repair instructions. K. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. 2.8 PROJECT RECORD DOCUMENTS C. General: This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. 2. Record Drawings. Record Specifications. D. Record Product Data: Contractor shall provide all product data used on the Project as part of the Operations and Maintenance Manual described in Division 01 Section 01 7700.2.1 “Operations and Maintenance Manuals.” E. Record Drawing and Specifications Submittal: Submit two sets of marked-up record prints. Project Engineer will indicate whether general scope of changes, additional information recorded and quality of drafting are acceptable. If the submittal is not acceptable to Project Engineer it will be returned to Contractor for corrections. 1. 2. F. Record Specifications shall include any changes to the Specifications that appear on the Drawings resulting from addenda and Contract modifications. Project Engineer will indicate whether specifications have been properly edited and quality of notes is acceptable. If the submittal is not acceptable to Project Engineer, Specifications shall be returned to Contractor for corrections. Final Record Specifications may be submitted in a separate document from the Record Drawings or as part of the Record Drawings as described in Division 01 Sections 01 7700.2.2. G “Record Specifications, Format” below. After Record Drawings are approved, provide two sets of prints and one PDF electronic copy, both in color. Record Drawings, General: Maintain two set of marked-up paper copies of Contract Drawings and Shop Drawings. CLOSEOUT PROCEDURES 01 7700 - 7 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 1. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record prints. a. b. c. 2. 3. 4. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. Mark Contract Drawings and Shop Drawings completely and accurately. Utilize personnel proficient at recording graphic information in production of marked-up record prints. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. Colored pencil marks are to be made bold enough such that if they are scanned the marks will be legible. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. G. Record Drawings, Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWINGS/ AS-BUILTS" in a prominent location. 1. 2. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. Identification: As follows: a. b. c. d. e. Project name. Date. Designation "PROJECT RECORD DRAWINGS/ AS-BUILTS." Name of Project Superintendent/Contractor’s Project Manager. Name of Contractor. H. Record Specifications, General: Mark Record Specifications to indicate the actual product installation where installation varies from that indicated in Specifications on Drawings, addenda, and Contract modifications. 1. 2. 3. 4. I. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. Note related Change Orders and Record Drawings where applicable. Record Specifications, Format: Project Engineer shall confer with Contractor and shall determine which of the following methods is acceptable for submittal of Record Specifications. CLOSEOUT PROCEDURES 01 7700 - 8 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 1. 2. J. Submit Record Specifications as one paper copy and scanned PDF electronic file(s) of marked up paper copy of Specifications and provide notations on Record Drawing sheets where original Specifications where Specifications have been revised and cross references to the Record Specifications document; or Add revisions resulting from changes in Specifications to the Record Drawing sheets. Indicate revisions by clouding. Recording of Record Documents: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. K. Maintenance of Record Documents: Store record documents in the field apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Project Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Project Engineer's reference during normal working hours. PART 3 - EXECUTION 3.7 MATERIALS C. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. 3.8 Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum FINAL CLEANING C. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. D. Technical Specifications: Requirements regarding cleaning appear in the Technical Specifications on Drawing Sheet ST-9. E. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. F. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: 1. Clean each Work Area, areas affected by construction activity outside the Project Site, storage areas and staging areas of rubbish, waste material, litter, and other foreign substances. CLOSEOUT PROCEDURES 01 7700 - 9 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 2. 3. 4. 5. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. Freshen and rake mulch in planter beds, tree circles and under trees. Clean surfaces of site furnishings to remove dust, dirt, staining, mortar or grout droppings and other foreign substances. Surface of furnishings shall be in new condition as of the date the Certification of Final Completion is issued. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Remove tools, construction equipment, machinery, and surplus material from Project Site. a. b. G. 3.9 Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Leave Project Site clean and ready for use. Construction Waste Disposal: Comply with waste disposal requirements in Division 01 Section 01 5000 "Temporary Facilities and Controls.” REPAIR OF THE WORK C. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. D. Storage for Historic Street Lights: Contractor, or Contractor’s designated subcontractor shall provide secure storage for CCDC-provided historic street lights and related components (light poles, glass globes, LED light fixtures, banner arms, etc.) from the point in time when the historic street lights are delivered to the Boise area to the point in time when the historic street lights are transported to the Project Site for installation. Contractor shall assume responsibility for the condition, storage, safety and protection from damage for the historic street lights and related components from time of delivery to time of installation, inspection and acceptance by Boise City. Cost of storage for the historic street lights shall be paid by the Contractor or Contractor’s designated subcontractor. E. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. 2. Replace chipped, damaged, discolored, spalled and/or broken concrete, and brick pavers. Repair or replace damaged or malfunctioning irrigation parts and installations. Touch up and otherwise repair and restore marred or exposed finishes and surfaces so the repair or restoration work is undetectable. Replace finishes and surfaces that show evidence of repair or restoration work. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. CLOSEOUT PROCEDURES 01 7700 - 10 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 3. 4. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and defective and/or noisy ballasts to comply with requirements for new fixtures. F. Replace plant material which is dead, not surviving or in poor condition at the time of Substantial Completion. All replacement work shall be done prior to issuance of the Certificate of Final Completion for the Project, except if necessary due to weather conditions and temperatures, shall be done in the next planting season. All replacement work shall be done at no cost to Owner. G. Repair, refinish or replace site furnishings that have been damaged, dented, scraped or defaced by the time of Substantial Completion. Furnishings which cannot be repaired or refinished to new condition shall be replaced. All replacement work shall be done prior to issuance of the Certificate of Final Completion for the Project, and shall be done at no cost to Owner. H. Repair and restore existing buildings and improvements if damaged and/or defaced by construction activity whether inside or outside Project Site to match existing condition prior to commencement of construction. (Contractor is advised to make a photographic record of existing condition of buildings and improvements adjacent to Work Areas.) FORMS REFERENCED IN THIS SECTION 01 7700.1.6 Punch List Form (included) END OF SECTION 01 7700 CLOSEOUT PROCEDURES 01 7700 - 11 CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 BLANK PAGE CLOSEOUT PROCEDURES 01 7700 - 12 Contract For: A/E Project Number: Site Visit Date: From (A/E): Owner Consultants Description Copyright 1996, Construction Specifications Institute, 601 Madison Street, Alexandria, VA 22314-1791 Copies: Signed by: Attachments Item Room Location Number Number (Area) Page of Date: Correction/Completion Date September 1996 CSI Form 14.1A File Verification A/E Check The following items require the attention of the Contractor for completion or correction. This list may not be all-inclusive, and the failure to include any items on this list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. To (Contractor): Project: PUNCH LIST CCDC 2014 OLD BOISE STREETSCAPES PROJECT 03/31/2014 04/02/2014 Added to Project Manual by Add No. 1 BLANK PAGE PUNCH LIST 2 2014 OLD BOISE STREETSCAPES PROJECT APPENDIX A STORMWATER POLUTION PREVENTION PLAN (SWPPP) Quadrant Consulting, Inc., Project Engineer for the 2014 Old Boise Streetscapes Project, has prepared a draft SWPPP using the template available on the Environmental Protection Agency’s website. General information on preparing a SWPPP and the template can be found at: http://cfpub.epa.gov/npdes/stormwater/swppp.cfm. The draft SWPPP prepared by Quadrant Consulting, Inc. has been posted on CCDC’s website and is available for download at the following link: Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPAcompleteforissue_001.pdf A. Contractor shall comply with all requirements as may pertain to stormwater management throughout the Project duration as specified by Boise City and the Ada County Highway District (ACHD). Contractor should review the draft SWPPP which follows this page. \included in Appendix A prior to submitting a Project Bid. B. Contractor is solely responsible for producing and maintaining a SWPPP throughout the Project duration, either by finalizing the draft document provided or providing a similar acceptable document conforming to Boise City and ACHD requirements. Contractor may use this draft as a starting point to prepare a SWPPP or Contractor can prepare its own SWPPP for purposes of meeting the requirements described in this Appendix A. BLANK PAGE PART 4 DRAWINGS & TECHNICAL SPECIFICATIONS Technical Specifications for the Project are contained in: Drawings & Technical Specifications prepared by Jensen Belts Associates PLLC, Quadrant Consulting, Inc., AHJ Engineers, P.C., and Musgrove Engineering PA. Link: Drawings - 11” x 17” in PDF format http://www.ccdcboise.com/AboutCCDC/documents/2014OldBoiseStreetscapeBIDSET11x17.pdf Link: Drawings - Full sized in PDF format http://www.ccdcboise.com/AboutCCDC/documents/2014OldBoiseStreetscapeBIDSET.pdf Please Note: Drawings C-2, C-3, C-9, C-11, C-12, C-14, C-15, C-16 and C-17 and the list of Plan Notes on S-2.1 have been revised by Add No. 2. The original bid plan sets posted at the links above have NOT been revised. Revised drawings that supplement the bid plan set are posted at: Link to revised Civil Drawings: http://www.ccdcboise.com/AboutCCDC/documents/Add2-CivilSheetrevisions.pdf Link to revised Plan Notes on S-2.1: http://www.ccdcboise.com/AboutCCDC/documents/Add2-StructuralSheetrevisions.pdf Part 4 Appendices B through D-2 are listed after the Drawing List (pp. 47-48). These Appendices are included in the print and PDF version of the Project Manual & Invitation to Bid dated April 25, 2014 and posted on CCDC’s website. They are also posted separately as individual documents on CCDC’s website. See the Appendices List on page 48-49 for links. Appendix B – Silva Cells –Specifications Section 32 9450 Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPBcompleteforissue.pdf Appendix C – Planting Soils for Silva Cells – Specifications Section 32 9456 Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPCcompleteforissue.pdf Appendix D - Asbestos Report #201403736 for Idaho Blueprint Vault prepared by Fiberquant Analytical Services and dated 4-15-2014 (added by Add No. 2) Link: Please Note: Appendices B, C and D have been posted on CCDC’s website as downloads at the links noted above. information is included in the note that follows the drawing list below – see page 46 Full sized drawings are separately bound and available for review at: CCDC Idaho Associated General Contractors PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 46 of 49 121 N. 9th Street, Suite 501 Boise ID 83702 208-384-4264 Plan Room 1649 W. Shoreline Dr., Suite 100 Boise ID 83702 208-344-2531 Full-sized and 11” x 17” PDF drawings are available for download and printing on the CCDC website: http://www.ccdcboise.com/AboutCCDC/JobOpportunities.aspx Full-sized and 11” x 17” PDF drawings are also on file at Idaho Blueprint & Supply under the name “CCDC - 2014 Old Boise Streetscapes Project”. Instructions on how to order prints from Idaho Blueprint are posted on the CCDC website. List of Drawings (posted separately on CCDC website.) Drawings: C-1 Civil Notes C-2 Civil Details (as revised by Add No. 2) C-3 Civil Details (as revised by Add No. 2) C-4 Demolition Plan – 5th and Idaho Street (northwest corner) C-5 Demolition Plan – 6th Street (Main-Idaho St northend) C-6 Demolition Plan – Main Street and 6th Street (northeast corner) C-7 Demolition Plan – Main Street (6th-5th St eastend) C-8 Demolition Plan – Main Street and 6th St Vaults C-9 Site Civil Plan – 5th and Idaho Street (northwest corner) (as revised by Add No. 2) C-10 Site Civil Plan – 6th Street (Main –Idaho St northend) C-11 Site Civil Plan – Main and 6th Street (northeast corner) (as revised by Add No. 2) C-12 Site Civil Plan – Main Street (6th-5th St eastend) (as revised by Add No. 2) C-13 Site Civil Plan – Main Street and 6th St Vaults C-14 Silva Cell Plan – 5th and Idaho Street (northwest corner) (as revised by Add No. 2) C-15 Silva Cell Plan – 6th Street (Main –Idaho St northend) (as revised by Add No. 2) C-16 Silva Cell Plan – Main and 6th Street (northeast corner) (as revised by Add No. 2) C-17 Silva Cell Plan – Main Street (6th-5th St eastend) (as revised by Add No. 2) ESC-1 Erosion and Sediment Control Plan - 5th and Idaho Street (northwest corner) ESC-2 Erosion and Sediment Control Plan - 6th Street (Main-Idaho St. northend) ESC-3 Erosion and Sediment Control Plan - Main and 6th Street (northeast corner) ESC-4 Erosion and Sediment Control Plan - Main Street (6th-5th St. eastend) ESC-5 Erosion and Sediment Control Plan - Main Street and 6th St Vaults Streetscape Drawings: ST-1 Streetscape Notes ST-2 Streetscape Details ST-3 Streetscape Details ST-4 Streetscape Plan – 5th and Idaho Street (northwest corner) ST-5 Streetscape Plan – 6th Street (Main –Idaho St northend) ST-6 Streetscape Plan – Main and 6th Street (northeast corner) ST-7 Streetscape Plan – Main Street (6th-5th St eastend) ST-8 Streetscape Plan – Main Street and 6th St Vaults ST-9 Streetscape Specifications PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 47 of 49 Electrical Drawings: EG-1 Electrical Legends and Schedules EG-2 Electrical Specifications EG-3 Electrical Specifications E-1 Electrical Demolition Plan – 5th and Idaho Street (northwest corner) E-2 Electrical Demolition Plan – 6th Street (Main –Idaho St northend) E-3 Electrical Demolition Plan – Main and 6th Street (northeast corner) E-4 Electrical Demolition Plan – Main Street (6th-5th St eastend) E-5 Electrical Plan – 5th and Idaho Street (northwest corner) E-6 Electrical Plan – 6th Street (Main –Idaho St northend) E-7 Electrical Plan – Main and 6th Street (northeast corner) E-8 Electrical Plan – Main Street (6th-5th St eastend) E-9 Electrical Details Mechanical Drawings: M-1 Vault Mechanical Plan M-2 Vault Mechanical Specifications Structural Drawings: S-1.1 General Structural Notes & Special Inspections S-1.2 Overall Site Plan S-2.1 Enlarged Plan – Main Street: Idaho Blueprint and Supply (as revised by Add No. 2) S-2.2 Enlarged Plan - Main Street: Idaho Blueprint and Supply S-3.1 Enlarged Plan – 6th Street: Grainey’s Pub S-3.2 Enlarged Plan – 6th Street: Grainey’s Pub S-4.1 Enlarged Plan – 6th Street: Pioneer Tent Building S-5.1 Structural Details S-5.2 Structural Details PART 4 – APPENDICES B, C, & CD-1 AND D-2 Appendices B, C, and D-1 and D-2 are listed below. They have been included in the PDF and and print version of this Project Manual & Invitation to Bid following page 49. Appendices B, C, and D-1 and D-2 have also been posted on CCDC’s website as downloads for Bidders. Appendices B and C have not been included in the print version of this Project Manual & Invitation to Bid due to the volume of material. Links are noted abovebelow. If you are unable to get these links to work, please contact Ross Borden, CCDC Contracts Manager ([email protected]) or Pam Sheldon, Contracts Assistant ([email protected]) or call 208-384-4265. (Revised by Add No. 2 and Add No. 3.) Appendices B, C, and D-1 and D-2 are hereby incorporated into and made a part of the Project Manual by this reference. (Revised by Add No. 2 and by Add No. 3) Appendix B: Silva Cells – DeepRoot Specifications Section 32 9450 Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPBcompleteforissue.pdf Appendix C: Planting Soils for Silva Cells – DeepRoot Specifications Section 32 9456 Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPCcompleteforissue.pdf PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 48 of 49 Appendix D-1: Asbestos Report #201403736 for Idaho Blueprint Vault prepared by Fiberquant Analytical Services and dated 4-1516 -2014 (added by Add No. 2) (date of report revised by Add No. 3) Link: http://www.ccdcboise.com/AboutCCDC/documents/2014StreetscapeAPPDcompleteforissue.pdf Appendix D-2: Asbestos Report #201404021 for Tom Grainey’s Vault prepared by Fiberquant Analytical Services and dated 4-24-2014 – pages 1-2 (added by Add No. 3). Link: http://www.ccdcboise.com/AboutCCDC/documents/AsbestosReport-TomGraineysVault201404021.pdf ` PROJECT MANUAL & INVITATION TO BID (as revised by Add Nos. 1,2 & 3) 2014 OLD BOISE STREETSCAPES PROJECT – MARCH 31, 2014APRIL 25, 2014 Page 49 of 49 2014 OLD BOISE STREETSCAPES PROJECT APPENDIX B SECTION 32 9450 SILVA CELLS DeepRoot, the manufacturer of Silva Cells, has prepared specifications for the materials and installation required by the manufacturer for the Silva Cells System installation. These specifications (Section 32 9450) are included in the Project Manual as this Appendix B. The specifications follow this page. Additional specifications for materials and installation are shown in the Project Manual – Part 4: Drawings & Technical Specifications. BLANK PAGE SECTION 32 9450 SILVA CELLS PART 1 ‐ GENERAL 1.1 RELATED DOCUMENTS A. 1.2 General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. SUMMARY A. Section Includes: 1. B. Furnishing and installing Silva Cell system, including: geotextile, aggregates, sub base material, backfill, drainage system, root barrier, and the installation of planting soil. Related Sections 1. Division 32 – Exterior Improvements a. 2. 1.3 Project Manual – Part 4: Appendix B ‐ Section 32 9456 “Planting Soil for Silva Cells” Project Manual – Part 4: Drawings & Technical Specifications (“Project Manual – Part 4: Drawings”) DEFINITIONS A. Aggregate Sub Base (below Cell frame): Aggregate material between the bottom of the Silva Cell frame and the compacted subgrade below, designed to distribute loads from the frame to the subgrade. B. Aggregate Base Course (above Cell deck): Aggregate material between the paving and the top of the Silva Cell deck below designed to distribute loads across the top of the deck. C. Aggregate Setting Bed – For Pavers (above Cell deck): Aggregate material between the aggregate base course and unit surface pavers, designed to act as a setting bed for the pavers. D. Backfill: The earth used to replace or the act of replacing earth in an excavation beside the Silva Cell frames to the excavation extents. E. Bridging Slab: Bridging slabs are to be used in locations where spacing larger than 3 inches (75 mm) is necessary between Silva Cell frames. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 1 ‐ SECTION 32 9450 SILVA CELLS F. Finish Grade: Elevation of finished surface of planting soil or paving. G. Geotextile: A geosynthetic fabric, applied to either the soil surface or between materials, providing filtration, separation, or stabilization properties. H. Inspection Riser for Drainage: Vertical, perforated pipe installed at tree openings to allow access for visual inspection of water levels at base of Silva Cell system. Designers to determine frequency of risers, one riser for every three trees is recommended. **May be modified to act as a cleanout for drain lines. This variation would not be perforated. I. Irrigation: Trees planted in the Silva Cell system must receive adequate water to ensure survival of the living system during periods of drier weather. Harvest of natural rainwater or supplemental water must be a part of the system, either through pressurized or non‐pressurized systems, within the soil of the Silva Cell system. J. Planting Soil: Soil as defined in Division 2 Section 32 9456, Planting Soil for Silva Cells, intended to fill the frames and other planting spaces. K. Root Barrier: Plastic root diversion device. L. Root package: The earthen package containing the root system of the tree as shipped from the nursery. M. Silva Cells: Plastic structural cellular system with posts, beams and decks designed to be filled with planting soil for tree rooting and support of vehicle loaded pavements. The soil within the cells may also be used as part of rainwater filtering, retention and detention systems. N. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill. O. Strongback: Modified Silva Cell frame designed to be attached to top of Silva Cells for stability while installing planting soil and backfill. P. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. Q. Tree: A perennial woody plant with one or several trunks and a distinct crown and intended to become large enough to shade people and or vehicles. R. Zip Tie: A tensioning device or tool used tie similar or different materials together with a specific degree of tension. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 2 ‐ SECTION 32 9450 SILVA CELLS 1.4 SUBMITTALS A. No later than fourteen (14) days prior to start of installation of items in this section, the Contractor shall provide submittals required in this section to the Project Engineer for review and approval. B. Product Data: For each type of product, submit manufacturer's product literature with technical data sufficient to demonstrate that the product meets these specifications. 1. For bulk materials, including soils and aggregates, Include analysis of the materials by a recognized laboratory made that demonstrates that the material meets the specification requirements. 2. Silva Cell manufacturer's letter of review and approval of the project, plans, details and specifications for compliance with product installation requirements. C. Compaction testing results related to Silva Cell installation: Submit results of bulk density testing of planting soil installed in the mock up and general installation of Silva Cells to the Project Engineer (see Section 32 9450.3.7.Q.3). (Owner is responsible for compaction testing of subgrade, sub base, backfill and aggregate base courses placed on top of decks as per Section 32 9450.1.6.B. below.) D. Qualification Data: Submit documentation of the qualifications of the Silva Cell installer sufficient to demonstrate that the installer meets the requirements of paragraph "Quality Assurance". 1.5 SEQUENCING AND SCHEDULING A. General: Prior to the start of Work, prepare a detailed schedule of the work for coordination with other trades. B. Schedule all utility installations prior to beginning work in this section. C. Where possible, schedule the installation of Silva Cells after the area is no longer required for use by other trades and work. Protect installed Silva Cells from damage in the event that work must occur over or adjacent to the completed Silva Cells. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Silva Cells and related products shall be installed by a qualified installer whose work has resulted in successful installation of planting soils and planter drainage systems, underground piping, chambers and vault structures. 1. Submit list of completed projects of similar scope and scale to the Project Engineer, demonstrating capabilities and experience. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 3 ‐ SECTION 32 9450 SILVA CELLS 2. The installer and the field supervisor shall have a minimum of five years successful experience with construction of similar scope in dense urban areas. 3. Installer's Field Supervision: Installer is required to maintain an experienced full‐ time supervisor on Project site when work is in progress. This person shall be identified during the Pre‐installation Conference, with appropriate contact information provided, as necessary. The same supervisor shall be utilized throughout the Project, unless a substitution is submitted to and approved in writing by the Project Engineer. B. Compaction Testing by Owner: Quadrant Consulting, Inc. will provide compaction testing of the subgrade, sub base, backfill and aggregate base courses placed on top of decks, paid for by Owner. Testing results shall be provided to Contractor. C. Training: Silva Cell manufacturer includes training for construction personnel in the cost of the Silva Cell product. Manufacturer will conduct training by interactive Webinar session(s) delivered at Owner’s offices or at an alternate location selected by Contractor and Project Manager. Contractor and construction personnel responsible for installation of any part of the Silva Cell System shall participate in training prior to commencing any excavation for or installation of the Silva Cell System. Project Manager/Project Engineer will also attend the training. D. Silva Cell System Mock Up: 1. Prior to any excavation for or installation of the Silva Cell System, Contractor shall use the first Work Area selected for construction from Work Areas A, B, and C for construction of a mock up. At a minimum the mock up shall consist of at least one half of a block face and shall include drainage lines. 2. Manufacturer’s representative shall be present on site during the entire preparation and installation process starting with excavation and concluding with installation of the Silva Cell decks, placement of the geotextile fabric and aggregate base course over the deck, compaction of the aggregate base course, placement of the setting bed and installation of the pavers. The manufacturer’s representative shall conduct construction observations and advise construction personnel on how to meet manufacturer’s specifications and guidelines as preparation and installation progresses. Project Manager/Project Engineer shall also be present on site during the entire preparation and installation process. 3. Contractor shall schedule testing as required by the Project Manual – Part 4: Drawings, and Part 4: Appendices B and C. Services required for testing compaction of the subgrade, aggregate sub base, backfill and aggregate base courses shall be provided and paid for by the Owner (see Sections 32 9450.3.3.A, 32 9450.3.6.B, 32 9450.3.7.P and 32 9450.3.10.F). Contractor shall provide and pay for testing of compaction levels of the planting soil installed in the Silva Cells (see Section 32 9450.3.7.Q.3). 4. Contractor shall construct the mock up in a manner which meets the manufacturer’s specifications and guidelines for preparation for and installation 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 4 ‐ SECTION 32 9450 SILVA CELLS of a Silva Cell system, and meets the specifications in the Project Manual – Part 4: Drawings. Manufacturer shall confirm that the mockup meets the manufacturer’s specifications and guidelines in a written signed, letter to the Owner. 1.7 5. Contractor may proceed with installation of the Silva Cell system upon Owner’s receipt of a written, signed letter from the manufacturer that the mock up meets all of the manufacturer’s specifications and guidelines for preparation and installation of the Silva Cell System and the Owner accepts the manufacturer’s letter in writing. 6. The mock up area may remain as part of the installed Work provided it remains in good condition, is protected from damage during the remainder of the construction process, meets manufacturer’s specifications and guidelines at the time of Project Acceptance, and is acceptable to Project Manager and Owner. Should damage occur, all damaged components of the construction/installation shall be repaired to the satisfaction of the manufacturer’s representative, Project Manager and Owner. If repair of one or more of the damaged components is not possible, these components shall be replaced. The cost of repair and/or replacement shall be the responsibility of the Contractor. LAYOUT AND ELEVATION CONTROL A. 1.8 Provide layout and elevation control during installation of Silva Cells. Utilize grade stakes, benchmarks, surveying equipment and other means and methods to assure that layout and elevations conform to the layout and elevations indicated on the plans. PERMITS AND CODE COMPLIANCE A. 1.9 Comply with applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary permits/approvals from all such authorities. DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws, if applicable. Protect materials from deterioration during delivery and while on the project site. B. Bulk Materials: 1. Do not deliver or place backfill, soils and soil amendments in frozen, wet, or muddy conditions. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 5 ‐ SECTION 32 9450 SILVA CELLS 2. Provide protection including tarps, plastic and or matting between all bulk materials and any finished surfaces sufficient to protect the finish material. C. Provide erosion‐control measures to prevent erosion or displacement of bulk materials and discharge of soil‐bearing water runoff or airborne dust to adjacent properties, water conveyance systems, and walkways. Provide additional sediment control to retain excavated material, backfill, soil amendments and planting mix within the project limits as needed. D. Silva Cells: Protect Silva Cells from damage during delivery, storage and handling. 1.10 A. B. 1. Store under tarp to protect from sunlight when time from delivery to installation exceeds one week. Storage should occur on smooth surfaces, free from dirt, mud and debris 2. Handling is to be performed with equipment appropriate to the size (height) of Cells and site conditions, and may include, hand, handcart, forklifts, extension lifts, or small cranes, with care given to minimize damage to Silva Cell frames, decks and adjacent Silva Cells. PROJECT CONDITIONS Verification of Existing Conditions and Protection of New or Existing Improvements: Before proceeding with work in this section, the Installer shall carefully check and verify all dimensions, quantities, and grade elevations, and inform the Project Engineer immediately of any discrepancies. 1. Carefully examine the civil, record, and survey drawings to become familiar with the existing underground conditions before digging. Verify the location of all aboveground and underground utility lines, infrastructure, other improvements, and existing trees, shrubs, and plants to remain including their root system, and take proper precautions as necessary to avoid damage to such improvements and plants. 2. In the event of conflict between existing and new improvements notify the Project Engineer in writing and obtain written confirmation of any changes to the work prior to proceeding. 3. When new or previously existing utility lines are encountered during the course of excavation, notify the Project Engineer in writing and make recommendations as to remedial action. Proceed with work in that area only upon approval of appropriate remedial action. Coordinate all work with the appropriate utility contractors, utility company or responsible public works agency. Weather Limitations: Do not proceed with work when subgrades, soils and planting soils are in a wet, muddy or frozen condition. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 6 ‐ SECTION 32 9450 SILVA CELLS C. 1.11 A. 1.12 A. 1.13 A. 1.14 A. Protect partially completed Silva Cell installation against damage from other construction traffic with highly visible construction tape, fencing, or other means until construction is complete. Prevent all non‐installation related construction traffic over the completed Silva Cell installation; allowing only loads less than the design loads. PROTECTION Protect open excavations and partially completed Silva Cell installation from access and damage when work is in progress, and following completion with highly visible construction tape, fencing, or other means until all construction is complete. WARRANTY Manufacturer’s Warranty: Silva Cell manufacturer's product warranty shall apply. Submit manufacturer's product warranty. PROJECT WORK Coordinate installation with all other work that may impact the completion of the work. PRECONSTRUCTION MEETING Prior to the start of the installation of Silva Cells, meet at the site with the Project Engineer, general contractor and the Silva Cells installer to review installation layout, procedures, means and methods. PART 2 ‐ PRODUCTS 2.1 SILVA CELLS A. Fiberglass‐reinforced polypropylene structures including frames and decks designed to support sidewalk loads and designed to be filled with soil for the purpose of growing tree roots, and rainwater filtering, detention and retention. B. Silva Cell Frames: 400 mm x 600 mm x 1200 mm (16 inches x 24 inches x 48 inches). C. Silva Cell Deck: 5 cm x 600 mm x 1200 mm (2 inches x 24 inches x 48 inches). Deck to include manufactured installed galvanized steel tubes. D. Silva Cell Strongback: 400 mm x 600 mm x 150 mm (24 inches x 48 inches x 6 inches) modified Silva Cell Frame units designed to stiffen and align the frames as planting soil and backfill material is placed. Strongbacks are to be removed prior to placing decks. They are to be reused as the work progresses. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 7 ‐ SECTION 32 9450 SILVA CELLS E. Silva Cell Deck Screws: Manufacturer's supplied stainless steel screws to attach decks to frames. F. Manufacturer: DeepRoot Partners, L.P. (Deep Root); 530 Washington Street, San Francisco, CA 94111; 415.781.9700; 800.458.7668; fax 415.781.0191; www.deeproot.com. 2.2 ANCHORING SPIKES A. 2.3 10" (250 mm) long X 19/64" (8 mm) diameter, spiral, galvanized timber spikes. Utilize 4 spikes in each frame on the first layer of Silva Cells to anchor the frames to the aggregate sub base. SOLID AND PERFORATED DRAIN LINES A. 2.4 Any solid or perforated drain lines to be specified by project engineer. INSPECTION RISER FOR DRAINAGE: A. Rigid, PVC schedule 40 pipe, 4” diameter. B. Cap: 4” Schedule 40 PVC cleanout with square head threaded plug. 2.5 GEOTEXTILE ABOVE SILVA CELL DECK A. Geotextile shall be nonwoven polypropylene fibers, inert to biological degradation and resistant of naturally occurring chemicals, alkalis and acids. 1. 2. 3. 4. 5. 6. 7. 8. 9. B. Grab tensile strength: 200 lbs (900 N) minimum (ASTM D 4632 test method) Elongation: 50% minimum (ASTM D 4632 test method) Trapezoid tear strength: 80 lbs (350 N) minimum (ASTM D 4533 test method) Mullen burst strength: 350 psi (2400 kPa) minimum (ASTM D 3786 test method) Puncture strength: 110 lbs (490 N) minimum (ASTM D 4833 test method) CBR puncture strength: 500 lbs (2225 N) minimum (ASTM D 6241 test method) Apparent opening size: 80 sieve (0.18mm) maximum (ASTM D 4751 test method) Flow rate: 90 gal/min/ft2 (3870 l/min/m2) minimum (ASTM D 4491 test method) UV Resistance (at 500 hours): 70% strength retained Products meeting this specification: 1. ADS Geosynthetics 0801T as manufactured by ADS Geosynthetics, http://www.ads‐pipe.com 2. Mirafi 180 N as manufactured by Ten Cate Nicolon, Norcross, GA, http://www.tencate.com 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 8 ‐ SECTION 32 9450 SILVA CELLS a. 3. In Canada, distributed by Geosynthetic Systems and Armtec (as Armtec 250) Geotex 801 as manufactured by Propex Geosynthetics, Chattanooga, TN, http://www.geotextile.com a. In Canada, distributed by Nilex (as Nilex 4553) 2.6 GEOTEXTILE ON SUBGRADE AND AT BACKFILL A. Geotextile shall be woven high‐tenacity polypropylene yarns, woven into a network such that the yarns retain their resistance and shall be inert to biological degradation and resistant of naturally occurring chemicals, alkalis and acids. 1. 2. 3. 4. 5. 6. 7. 8. 9. B. Products meeting this specification: 1. 2.7 Tensile Strength (at ultimate): 2640 lbs/ft (MD) and 2460 lbs/ft (CD) (ASTM D 4595 test method) Tensile Strength (at 2% strain): 480 lbs/ft (MD) and 588 lbs/ft (CD) (ASTM D 4595 test method) Tensile Strength (at 5% strain): 1212 lbs/ft (MD) and 1356 lbs/ft (CD) (ASTM D 4595 test method) Factory Sewn Seam: 1250lbs/ft (ASTM D 4884 test method) Flow rate: 50 gal/min/ft2 (ASTM D 4491 test method) Permeability: 0.04 cm/sec (ASTM D 4491 test method) Permittivity: 0.70 sec‐1 (ASTM D 4491 test method) Apparent Opening Size (AOS): 30 U.S. Sieve (ASTM D 4751 test method) UV Resistance (at 500 hours): 80% strength retained (ASTM D 4355 test method) Mirafi HP270 as manufactured by Ten Cate Nicolon, Norcross, GA, http://www.tencate.com AGGREGATE SUB BASE (BELOW CELL FRAME) A. 2.8 ¾” (Type I) aggregate meeting ISPWC Section 802 Part 2.2 Table 1 AGGREGATE BASE COURSE (ABOVE CELL DECK) A. 2.9 SEE AGGREGATE SUB BASE SETTING BED FOR UNIT PAVERS (ABOVE CELL DECK) A. Aggregate as required by Project Manual – Part 4: Drawings. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 9 ‐ SECTION 32 9450 SILVA CELLS 2.10 A. BACKFILL MATERIAL (ADJACENT TO SILVA CELLS): SEE AGGREGATE SUB BASE 2.11 PLANTING SOIL: Planting Soil used to fill Silva Cells shall meet specifications in Section 32 9456 ‐ Planting Soil for Silva Cells and in Appendix C in Project Manual ‐ Part 4: Drawings. 2.12 ROOT BARRIER A. Root Barrier shall be DeepRoot; Tree Root Barriers; UB 18‐2, manufactured by DeepRoot Partners, L.P. (Deep Root); 530 Washington Street, San Francisco, CA 94111; 415.781.9700; 800.458.7668; fax 415.781.0191; www.deeproot.com. Or approved equal. PART 3 ‐ EXECUTION 3.1 LAYOUT APPROVAL A. 3.2 Prior to the start of work, layout and stake the limits of excavation and horizontal and vertical control points sufficient to install the Silva Cells and required drainage features in the correct locations. EXCAVATION A. Excavate to the depths and shapes indicated in Project Manual – Part 4: Drawings. Base of excavation shall be smooth soil, level and free of lumps or debris. B. Do not over‐excavate existing soil beside or under the limits of excavation required for the installation. If soil is over‐excavated, install compactable fill material in lifts not more than 8 inches (200 mm) deep and compact to a minimum of 95% of maximum dry density at optimum moisture content in accordance with ASTM D 698 Standard Proctor Method. C. Confirm that the depth of the excavation is accurate to accommodate the depths and thickness of materials required throughout the extent of the excavation. D. Confirm that the width and length of the excavation is a minimum of 6 inches (150 mm), in all directions, beyond the edges of the Silva Cells. 3.3 SUBGRADE COMPACTION A. Subgrade soil shall be compacted to a minimum of 95% of maximum dry density at optimum moisture content in accordance with ASTM D 698 Standard Proctor Method. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 10 ‐ SECTION 32 9450 SILVA CELLS Owner shall provide and pay for testing to confirm that compaction of the subgrade below the Silva Cells meets this specification. B. Proof compact the subgrade with a minimum of three passes of a suitable vibrating compacting machine or apply other compaction forces as needed to achieve the required subgrade compaction rate. C. Apply additional compaction forces at optimum water levels. D. The subgrade shall be approved by the Project Engineer prior to proceeding with the installation of the geotextile. 3.4 INSTALLATION OF GEOTEXTILE OVER SUBGRADE A. Where indicated in Project Manual – Part 4: Drawings, install geotextile over compacted subgrade. B. Removal of the geotextile as a standard component of the Silva Cell system must be determined by professional civil or geotechnical engineer. C. Install the geotextile with a minimum joint overlap of 18 inches (450 mm) between sections of material. Ensure geotextile is laid flat with no folds or creases. 3.5 INSTALLATION OF INSPECTION RISERS FOR DRAINAGE A. Cut PVC pipe to fit vertically from Silva Cell deck to finish surface. B. Manually perforate riser. Pipe should be rigid at level of pavement section, and perforated through level of Silva Cell system. C. Wrap pipe in geotextile and secure with zip ties. Brace riser for the remainder of installation to secure its location and elevation. D. Install caps on top of each riser flush with grade. 3.6 INSTALLATION Of AGGREGATE SUB BASE BELOW SILVA CELL FRAME A. Install aggregate sub base to the depths indicated in Project Manual – Part 4: Drawings, under the first layer of Silva Cell frames. Sub base aggregate shall extend a minimum of 6 inches (150mm) beyond the edge of the Cell frames. B. Aggregate sub base layer shall be compacted to a minimum of 95% of maximum dry density at optimum moisture content in accordance with ASTM D 698 Standard Proctor Method. Compact the subgrade with a minimum of three passes of a suitable vibrating compacting machine or apply other compaction forces as needed to achieve the required subgrade compaction rate. Owner shall provide and pay for testing to confirm that compaction of the aggregate sub base meets this specification. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 11 ‐ SECTION 32 9450 SILVA CELLS C. The maximum slope on the surface of the sub base shall be 5%. Where proposed grades on finished paving are greater than 5%, the Cells shall be stepped to maintain proper relationships to the finished grade. D. The grade and elevations of the base under the Silva Cells shall be approved by the Project Engineer prior to proceeding with the installation of the Silva Cells. 3.7 INSTALLATION OF SILVA CELLS, PLANTING SOIL, GEOTEXTILE, AND BACKFILL A. Identify the outline layout of the structure and the edges of paving around tree planting areas on the floor of the excavation, using spray paint or chalk line. B. Lay out the first layer of Silva Cell frames on the sub base. Verify that the layout is consistent with the required locations and dimensions of paving edges to be constructed over the Silva Cells. C. Check each Silva Cell frame unit for damage prior to placing in the excavation. Any cracked or chipped unit shall be rejected. D. Place frames no less than 1 inch (25 mm) and no more than 3 inches (75 mm) apart at base. In the event that spacing between Cells exceeds 3 inches (75 mm), bridging slab details and methods shall be used to span these gaps. E. Install Silva Cell frames around, over, or under existing or proposed utility lines as indicated on plans. F. Where any two adjacent Silva Cell frames must be installed at different elevations, the upper frame shall be supported by aggregate sub base with a maximum slope of 1:1. This may require installation of aggregate sub base within the adjacent lower Cell frame. No two frames shall differ in elevation by more than 15 inches (375 mm). G. Assure that each frame sits solidly on the surface of the sub base. Frames shall not rock or bend over any stone or other obstruction protruding above the surface of the sub base material. Frames shall not bend into dips in the sub base material. The maximum tolerance for deviations in the plane of the sub base material under the bottom of the horizontal beams of each Silva Cell frame shall be 1/4 inch (6 mm) in 4 feet (1200 mm). H. Adjust sub base material including larger pieces of aggregate under each frame to provide a solid base of support. 1. Anchor each Silva Cell into sub base with four‐10 inch (250 mm) spikes, driven through the molded holes in the Cell frame base. The purpose of the anchoring system is to maintain cell spacing and layout during the installation of planting soil and backfill. 2. For applications where Silva Cells are installed over waterproofed structures, develop a spacing system consistent with requirements of the waterproofing 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 12 ‐ SECTION 32 9450 SILVA CELLS system. Do not use anchoring nails that will come within 6" or less of any waterproofing material. I. Install the second layer of Silva Cell frames on top of the first layer. Comply with manufacturer’s requirements to correctly register and connect the Silva Cell frames together. J. Register each frame on top of the lower frame post. Rotate each frame registration arrow in the opposite direction from the frame below to assure that connector tabs firmly connect. Each frame shall be solidly seated on the one below. K. Build layers as stacks of frames set one directly over the other. Do not set any frame half on one cell frame below and half on an adjacent frame. L. Install Strongbacks on top of the Silva Cell frames prior to installing planting soil and backfill. 1. Strongbacks are required only during the installation and compaction of the planting soil and backfill. 2. Strongbacks should be moved as the work progresses across the installation. 3. Strongbacks shall be removed prior to the installation of Silva Cell decks. M. Install planting soil, geotextile and backfill as indicated in the Project Manual – Part 4: Drawings. The process of installation requires that these three materials be installed and compacted together in several alternating operations to achieve correct compaction relationships within the system. N. Where required, place the geotextile curtain along the outside of the limit of the Silva Cell frames. 1. Geotextile curtains are required between the edge of the Silva Cells and any soils to be compacted to support paving beyond the area of Silva Cells. Do not place geotextile curtains between the edge of the Silva Cells and any planting area adjacent to the Silva Cells. 2. Pre‐cut the geotextile to allow for 6 inches (150 mm) minimum under lapping below backfill, and 12 inches (300 mm) minimum overlapping top of Silva Cell stack. 3. Where Silva Cell layout causes a change direction in the plane of the geotextile, slice the top and bottom flaps of the material so that it lies flat on the top of the cell deck and aggregate base course along both planes. 4. Provide a minimum of 457 mm (18 inch) overlaps between different sheets of geotextile. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 13 ‐ SECTION 32 9450 SILVA CELLS 5. Place the geotextile in the space between the Silva Cell frames and the sides of the excavation. Attach the geotextile to the Silva Cell frames using 3/16 inch x 14‐inch (5x350 mm) zip ties. Attach with zip ties at every cell and at cell deck. O. Install no more than two layers of Silva Cell frames before beginning to install planting soil and backfill. Compact the planting soil within the Silva Cell frames and the backfill material outside the frames in alternating lifts until the desired elevations and density is achieved in both planting soil and backfill. P. Install and compact backfill material in the space between the Silva Cells and the sides of the excavation in lifts that do not exceed 8 inches (200 mm). Q. 1. Backfill shall be compacted to a minimum of 95% of maximum dry density at optimum moisture content in accordance with ASTM D 698 Standard Proctor Method using a powered mechanical compactor. Use a pneumatic compacting tool or narrow foot jumping jack compactor for spaces less than 12 inches (300 mm) wide and a 12‐inch wide jumping jack compactor or larger equipment in wider spaces. Owner shall provide and pay for testing to confirm that compaction of backfill meets this specification. 2. Maintain the geotextile curtain between the Silva Cells frames and the backfill material. 3. Install backfill in alternating lifts with the planting soil inside the Silva Cells. Fill the first layer or layers of frames with planting soil, specified in Section 32 9456 Planting Soil for Silva Cells. 1. Bring planting soil to the site using equipment and methods that do not overly mix and further damage soil peds within the soil mix. Soil mixes shall not be blown or pumped into the Silva Cells using soil blowing equipment. 2. Install in lifts that do not exceed 16 inches (400 mm). Lightly compact the soil inside the frames at each lift to remove air pockets and settle the soil within the frames. 3. Contractor shall check soil compaction levels using a penetrometer or densitometer to achieve uniform level of compaction no greater than 80% of maximum dry density. Frequency of testing shall be determined by manufacturer’s representative during construction of the mockup required in Section 32 9456.1.6.D. and by Project Engineer during general construction of the Silva Cell installation 4. If the planting soil becomes overly compacted, remove the soil and reinstall. Use hand tools or other equipment that does not damage the Silva Cell frames. 5. Do not walk directly on horizontal beams of the frames. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 14 ‐ SECTION 32 9450 SILVA CELLS 6. Work soil under the horizontal frame beams of the second level of Silva Cell frames and between columns eliminating air pockets and voids. Fill each frame such that there is a minimum of 10 inches (250 mm) of soil over the top of horizontal frame beams before beginning compaction. 7. The top 1‐2 inches (25‐50 mm) of each frame post should remain exposed above the soil to allow the placement of the next frame or deck. R. After the first two layers of Silva Cell frames have been installed, filled with planting soil and backfilled, proceed to install the third layer, if required, of Silva Cells frames. Comply with manufacturer’s requirements to correctly register and connect the Silva Cell frames together. S. Remove the strongbacks. Sweep any soil from tops before adding the next layer of frames. T. Register each frame on top of the lower frame post. Rotate each frame registration arrow in the opposite direction from the frame below to assure that connector tabs firmly connect. Each frame shall be solidly seated on the one below. U. Build layers as stacks of frames set one directly over the other. Do not set any frame half on one Silva Cell frame below and half on an adjacent frame. V. Install Strongbacks on top of third layer of Silva Cells. W. Continue to install and compact the planting soil within the Silva Cell frames and the backfill material outside the frames in alternating lifts until the desired elevations and density is achieved in both soils. X. The planting soil shall be brought to level not more than 1‐inch (25mm) below the bottom of the Silva Cell deck when installed. Y. Obtain final approval by the Project Engineer of soil installation prior to installation of the Silva Cell deck. Z. Remove Strongbacks after planting soil and backfill has been compacted to the top of the entire set of Silva Cells. AA. Leave 1‐inch (25 mm) air space, below Silva Cell deck as indicated in the Project Manual – Part 4: Drawings. 3.8 IRRIGATION AND WATER HARVESTING SYSTEM INSTALLATION A. Install irrigation and water harvesting system per the Project Manual – Part 4: Drawings. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 15 ‐ SECTION 32 9450 SILVA CELLS 3.9 SILVA CELL DECK INSTALLATION A. Install the Silva Cell Decks over the top of each frame stack. Clean dirt from the tops of the Silva Cell frame columns. Register the deck and make connections as recommended by the manufacturer to secure the deck to the top of the Silva Cell frame. Secure each deck at the four corners with screw fasteners as recommended by the manufacturer. Assure that each deck is seated firmly on the frame top with all connectors attached. B. Install and compact remaining backfill material such that the soil outside the limits of the Silva Cells is flush with the top of the installed deck. 3.10 INSTALLATION OF GEOTEXTILE, AND AGGREGATE OVER THE DECK A. Overlap geotextile from the sides of the Silva Cells over the top of the Silva Cell Decks, with minimum of 12 inches (300mm) overlap. B. Place geotextile over the top of the deck and where indicated in the Project Manual – Part 4: Drawings, extending beyond the outside edge of the excavation by at least 18 inches (450 mm). Any joints must be overlapped by a minimum of 18 inches (450 mm). C. Install the aggregate base course (including aggregate setting bed if installing unit pavers) over the geotextile immediately after completing the installation of the fabrics. Work the aggregate from one side of the deck to the other to assure that the fabric and aggregate conforms to the Silva Cell deck contours. Do not apply aggregate in several positions at the same time. 1. Aggregate base course shall be a minimum of 4 inches (100mm) thick under pored in place concrete paving. 2. Aggregate base course shall be a minimum of 12 inches (300mm) thick under unit pavers, asphalt paving, or porous paving. D. Load the aggregate from equipment that is outside the limits of the excavated area. Work over material already in place. E. For large or confined areas, where aggregate cannot easily be placed from the edges of the excavated area, obtain approval for the installation procedure and types of equipment to be used in the installation from the Silva Cell manufacturer. F. Compact aggregate base course(s) in lifts not to exceed 6" in depth, to 95% of maximum dry density at optimum moisture content in accordance with ASTM D 698 Standard Proctor Method. Utilize a roller or plate compactor with a maximum weight of 1000 pounds. Make sufficient passes with the compacting equipment to attain the required compaction. Owner shall provide and pay for testing to confirm that compaction of aggregate base course meets this specification. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 16 ‐ SECTION 32 9450 SILVA CELLS 3.11 INSTALLATION OF PAVING ABOVE THE SILVA CELL SYSTEM A. Place paving material over Silva Cell system per project specifications (see Project Manual – Part 4: Drawings). Take care when placing paving or other backfill on top of Silva Cell system not to damage the system components. B. Turn down edge of all concrete paving to Silva Cell deck along the edges of all planting areas to retain the aggregate base course. C. When paving is a unit paver or other flexible material, provide a concrete curb under the paving at the edge of the Silva Cell deck to retain the aggregate base course material. 3.12 INSTALLATION OF BRIDGING SLABS (WHERE APPLICABLE) A. Bridging slabs are to be used in locations where spacing larger than 3 inches (75 mm) is necessary between Silva Cell frames. B. Replace aggregate base course material with a minimum 4 inch (100 mm) concrete slab beneath paving. The paving shall extend beyond the gap between Silva Cells at a minimum of 24 inches (610 mm). C. If spacing (gap) between Silva Cells is larger than 12 inches (300 mm), the concrete slab must be increased to 6 inch (150 mm) thickness. If spacing (gap) between Silva Cells is larger than 18 inches (450 mm), steel reinforcing shall be added to the slab. Reinforcing is to be designed by the project structural engineer. In no case shall the space between Silva Cells be greater than 30 inches (750 mm). 3.13 A. 3.14 INSTALLATION OF ROOT BARRIERS Install root barrier in accord with manufacturer's reviewed installation instructions. If using an approved equal, install root barrier in accord with Project Landscape Architect’s instructions. INSTALLATION OF PLANTING SOIL WITHIN THE TREE PLANTING AREA A. Prior to planting trees, install additional planting soil, to the depths indicated, within the tree opening adjacent to paving supported by Silva Cells. B. Remove all rubble, debris, dust and silt from the top of the planting soil that may have accumulated after the initial installation of the planting soil within the Silva Cells. C. Assure that the planting soil under the tree root ball is compacted for the entire soil depth to 85‐90% to prevent settlement of the root ball. D. The planting soil within the tree opening shall be the same soil as in the adjacent Silva Cells. 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 17 ‐ SECTION 32 9450 SILVA CELLS E. 3.15 A. 3.16 Cover the planting soil finished grade as shown in Project Manual – Part 4: Drawings. REPAIR OF CUT GEOTEXTILE In the event that any geotextile over subgrades or the Silva Cell decks must be cut during or after installation, repair the seam with a second piece of geotextile that overlaps the edges of the cut by a minimum of 12‐inches in all directions prior to adding aggregate material. PROTECTION A. Ensure that all construction traffic is kept away from the limits of the Silva Cells until the final surface materials are in place. No vehicles shall drive directly on the Silva Cell deck or aggregate base course. B. Provide fencing and other barriers to keep vehicles from entering into the area with Silva Cell supported pavement. C. Maintain a minimum of 4 inches (100 mm) of aggregate base course over the geotextile material during construction. D. When vehicle must cross Silva Cells that does not have final paving surfaces installed, use construction mats designed to distribute vehicle loads to levels that would be expected at the deck surface once final paving has been installed. Use only low impact track vehicles with a maximum surface pressure under the vehicle of 4 pounds per square inch, on top of the mats over Silva Cells prior to the installation of final paving. 3.17 A. CLEAN UP Perform cleanup during the installation of work and upon completion of the work. Maintain the site free of soil and sediment, free of trash and debris. Remove from site all excess soil materials, debris, and equipment. Repair any damage to adjacent materials and surfaces resulting from installation of this work. END OF SECTION 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 18 ‐ SECTION 32 9450 SILVA CELLS Submittal Checklist for Reference Only Contractor shall provide submittals required to the Project Engineer for review and approval. The Submittal process may take up to fourteen (14) days prior to installation of the Silva Cell system and should be executed as soon as possible after the contract is awarded. 1.4 Compaction testing results Testing of mock up results Compaction testing log 1.5 Schedule of work and coordination with other trades Required schedules Name and work experience of field supervisor 1.6 Installer qualifications List of completed projects of similar scale Name and work experience of field supervisor 2.1 Silva Cells Manufacturers product literature Manufacturers product warranty Silva Cell manufacturer's letter of review and approval of the project, plans, details and specifications for compliance with product installation requirements. 2.2 Anchoring Spikes Manufacturers product literature 2.3 Solid and perforated drain lines Manufacturers product literature 2.4 Inspection risers and caps Manufacturers product literature 2.5 Geotextile above Silva Cell deck Manufacturers product literature 2.6 Geotextile on subgrade and at backfill Manufacturers product literature 2.7 Aggregate sub base Supplier certificate for material meeting this specification including particle size distribution data Compaction testing results 2.8 Aggregate base course Supplier certificate for material meeting this specification including particle size distribution data Compaction testing results 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 19 ‐ SECTION 32 9450 SILVA CELLS 2.10 Backfill Material Supplier certificate for material meeting this specification including particle size distribution data Compaction testing results 2.12 Root barrier Manufacturers product literature 32 9450 ‐ Silva Cell © 2013 Deep Root Partners, L.P. Version 2.4 Updated 5/31/13 ‐ 20 ‐ 2014 OLD BOISE STREETSCAPES PROJECT APPENDIX C SECTION 32 9456 PLANTING SOIL FOR SILVA CELLS DeepRoot, the manufacturer of Silva Cells, has prepared specifications for the planting soil used in Silva Cell installations. These specifications (Section 32 9456) are included in the Project Manual as this Appendix C. The specifications follow this page. BLANK PAGE SECTION 32 9456 PLANTING SOIL for SILVA CELLS 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. Section Includes: 1. B. 1.3 Furnishing and installation of Planting Soil within the Silva Cell system. Related Sections: 1. Division 32 – Exterior Improvements a. Project Manual – Part 4: Appendix B ‐ Section 32 9450 “Silva Cells” 2. Project Manual ‐ Part 4: Drawings & Technical Specifications (“Project Manual – Part 4: Drawings”) DEFINITIONS A. Clay: Soil particles smaller than 0.002mm. B. Existing Site Soil: 1. Existing site soil that is clean, coarse grained fill soil meeting the requirements of the Unified Soil Classification system for soil type GW, GP, GC with less than 40% fines, SW, and SC with less than 40% fines. Soil shall be sufficiently friable to be mixed with the required compost and installed into the Silva Cell system. 2. Existing site soil shall be free of, trash and other debris. It shall be free of stones, stumps, roots, or other similar objects larger than three inches, and shall be free of toxic material injurious to plant growth. C. Planting Soil Mix: Soil, of a variety of textures, defined in this section, intended to fill the Silva Cell frames and other planting spaces to support the growth of trees and other plants. All planting soils within this specification shall be suitable for the germination of seeds and the support of vegetative growth. D. Screened Soil: Typical of stockpiled soils available direct from a soil supplier. Screening eliminates soil peds, and should be limited in the soil mixing process. 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐1‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS E. Silt: Soil particles ranging in size from 0.002‐0.05mm. F. Silva Cells: Plastic structural cellular system with post, beams and decks designed to be filled with planting soil for tree rooting and/or used for water storage and support vehicle loaded pavements. G. Soil Peds: Clumps of soil that naturally aggregate during the soil building process. Creating a soil mix shall be done in a way that maintains the soil peds. Refrain from over‐mixing. H. Topsoil: Fertile, friable, loamy soil, harvested from natural topsoil sources; free from subsoil, refuse, roots, heavy or stiff clay, stones larger than 1 inch, contaminants, noxious seeds, sticks, brush, litter, and other deleterious substances; suitable for the germination of seeds and the support of vegetative growth. I. Tree: A perennial woody plant with one or several trunks and a distinct crown and intended to become large enough to shade people and or vehicles. 1.4 SUBMITTALS A. Upon forty‐five (45) days prior to start of installation of items in this section, the Contractor shall provide submittals required in this section to the landscape architect for review and approval. B. Soil test analysis: Submit soil testing results from an approved soil‐testing laboratory for each soil mix for approval. 1. 2. 3. 4. All testing will be at the expense of the Contractor. The landscape architect may request additional planting mix tests on different mix component ratios in order to attain results that more closely meet the mix requirements. The testing laboratory shall be a member of the Soil Science Society of America's, North American Proficiency Testing Program (NAPT), and have a minimum of five years experience with the test protocols of the United States Golf Association ‐ Green Section. All testing shall comply with the requirements of the Methods of Soil Analysis Part 1 and 3, published by the Soil Science Society of America. Soil testing shall be required as defined below: a. Physical analysis. 1. 2. 3. USDA particle size analysis shall be provided for gravel, clay, silt, and sand fractions USDA soil texture Fines Modulus Index for each sand source 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐2‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS 4. Infiltration/Permeability/Hydraulic Conductivity testing shall be done using ASTM D 2434 or ASTM F1815 at 80% AND 85% compaction at proctor density (ASTM D 698‐91). a. This is a LABORATORY TEST to determine water flow at specified compaction rates. Laboratories that provide this testing include: b. i. Hummel Soil Labs, www.turfdoctor.com; (607) 387‐ 5694, 35 King Street, PO Box 606, Trumansburg, NY, 14886. Turf Diagnostics & Design, www.turfdiag.com; (913)‐ 723‐3700, 613 E. 1st Street, Linwood, KS, 66052. ii. b. Chemical analysis. Note that nutrient levels and chemical analysis shall include recommendations from the testing laboratory for ranges of each element appropriate for the types of plants to be grown in the soil mix. 1. 2. 3. 4. 5. 6. Nutrient levels by parts per million including phosphorus, potassium, calcium, magnesium, manganese, iron, copper, zinc and calcium Percent organic content pH Soluble salt by electrical conductivity Cation Exchange Capacity (CEC) Chemical analysis shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. C. Product Data: For each type of product, submit manufacturer's product literature with technical data sufficient to demonstrate that the product meets the requirements of the specification. D. Material Certificates: Submit material certificates for all natural and bulk material indicating that the material meets the requirements of the specification. E. Samples for Verification: one gallon minimum per soil component or soil mix. Label samples to indicate product, source location, specification number, characteristics, and locations in the Work. Samples will be reviewed for appearance only. Compliance with all other requirements is the exclusive responsibility of the contractor. Delivered materials shall closely match the samples. 1. Planting mix samples shall be labeled as to the percentage of each component. 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐3‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS 1.5 SOIL INSTALLATION MOCK UP AND COMPACTION EVALUATION A. Prior to the installation of planting soil within the Silva Cells, construct a mock up of the complete installation at the site. The installation of the mock up shall be in the presence of the landscape architect. B. The Silva Cell mock up shall be as described in Section 32 9450.1.6.D Silva Cells. 1.6 SCHEDULING A. General: Prior to the start of Work, prepare a detailed schedule of the work for coordination with other trades. B. Schedule all utility installations prior to beginning work in this section. C. Where possible, schedule the installation of planting soil within the Silva Cells immediately after the installation of the Silva Cell frames. Protect installed Silva Cells from damage in the event that work must occur over or adjacent to the completed Silva Cells. 1.7 QUALITY ASSURANCE A. 1.8 Installer Qualifications: Soil within the Silva Cells shall be installed by the same contractor who is installing the Silva Cells. See Specification Section 32 9450 Silva Cells for installer qualifications. PERMITS AND CODE COMPLIANCE A. 1.9 Comply with applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary permits/approvals from all such authorities. DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws, if applicable. Protect materials from deterioration during delivery and while on the project site. B. Bulk Materials: Do not deliver or place backfill, soils and soil amendments in frozen, wet, or muddy conditions. 1. Bulk materials shall be stored and staged in a location approved by landscape architect or as indicated on the plans and in a manner that prevents damage to the site or the stored materials. 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐4‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS 2. Provide protection including tarps, plastic and or matting between all bulk materials and any finished surfaces sufficient to protect the finish material. C. Provide erosion‐control measures to prevent erosion or displacement of bulk materials and discharge of soil‐bearing water runoff or airborne dust to adjacent properties, water conveyance systems, and walkways. Provide additional sediment control to retain excavated material, backfill, soil amendments and planting mix within the project limits as needed. D. Protect Silva Cells from damage during installation of planting soil. 1.10 PROJECT CONDITIONS A. During the installation of Planting Soil within the Silva Cells comply with all project conditions in Specification Section 32 9450 Silva Cells. B. Weather Limitations: Do not proceed with work when subgrade, soils and planting soils are in a wet, muddy or frozen condition. 1.11 A. 1.12 PROJECT WORK Coordinate installation with all other work that may impact the completion of the Silva Cell installation. PRECONSTRUCTION MEETING A. Prior to the start of the installation of Planting Soil within the Silva Cells, meet at the site with the landscape architect, general contractor and the Silva Cell installer to review installation layout, procedures, means and methods. PART 2 ‐ PRODUCTS 2.1 A. COARSE SAND Coarse sand, ASTM C‐33 Fine Aggregate, with a Fines Modulus Index of 2.8 and 3.2. 1. 2. 3. Sands shall be clean, sharp, natural sands free of limestone, shale and slate particles. Sand pH shall be lower than 7.0 Provide the following particle size distribution: 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐5‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS Sieve size 3/8” #4 #8 #16 #30 #50 #100 #200 B. 2.2 % Passing 100 95‐100 80‐100 50‐85 25‐60 5‐30 4‐10 2‐4 Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by Project Landscape Architect based on plant material specified and testing recommendations. COMPOST A. Compost shall meet the requirements of the US Composting Council “Landscape Architecture/Design Specifications for Compost Use”, section “Compost as a Landscape Backfill Mix Component”, with the following additional requirements: 1. B. C. 2.3 A. Compost feedstock shall be yard waste trimmings and/or source‐separated municipal solid waste to produce fungi‐dominated compost. Compost shall not be derived from biosolids or industrial residuals. Compost testing and analysis: Compost analysis shall be provided by the Compost supplier. Before delivery of the Compost, the supplier must provide the following documentation: 1. A statement that the Compost meets federal and state health and safety regulations. 2. Compost testing methodologies and sampling procedures shall be as provided in Test methods for the Examination of Composting and Compost (TMECC), as published by the US Composting Council. Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. TOPSOIL Topsoil texture shall be a naturally produced soil of loam, sandy loam to sandy clay loam, within the following parameters, and suitable for the germination of seeds and the support of vegetative growth. 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐6‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS B. Physical Parameters Parameter Gravel Sand Silt Clay Chemical Parameters Parameter Organic Matter pH C. D. 2.4 A. 2.5 A. B. C. Units % by volume % by volume % by volume % by volume Acceptable Range Less than 10% 30‐70% 10‐50% 10‐25% Units % Dry Weight pH Units Acceptable Range 2‐8% 5.0 to 7.3 Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. FERTILIZER Local soil types and conditions may require supplemental nutrients. If noted by the soil testing facility, add slow‐release, organic fertilizer based on plant requirements. 1. Fertilizers should NOT be added in Bioretention applications. 2. Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. EXISTING SOIL MIX Physical Parameters Material Compost Existing soil Physical Requirements of Existing Soil Parameter Gravel Sand Silt Clay Units % by volume % by volume Acceptable Range 20% 80% Units % by volume % by volume % by volume % by volume Acceptable Range Less than 15% 30‐80% 5‐60% 0‐35% Chemical Parameters Parameter pH Units pH Units Acceptable Range 5.5 to 7.3 Existing site soils shall be used only after excavated and approved by the project Landscape Architect. 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐7‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS D. Do not screen or over mix to maintain soil peds. Soil peds or clumps up to 4 inches in diameter are acceptable in the soil mix. E. Once mixing is complete, cover stock piles with tarps or heavy plastic to protect soil from drying, saturation and erosion. F. Project Landscape Architect shall approve all existing soil source locations and depths prior to excavation. G. Fertilizers, where indicated by soil test and approved by project Landscape Architects shall be added during soil mixing. H. Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 2.6 UNSCREENED SOIL MIX A. This soil is a mix of coarse sand, topsoil and compost to achieve the following parameters: B. Physical Parameters Material Coarse Sand Compost Topsoil 1. Units % by volume % by volume % by volume Acceptable Range 35‐50% 12‐17% 35‐50% Adjust the ratio of the components to achieve infiltration rates between 2 and 3 inches per hour when compacted to 80‐85% maximum dry density. C. Chemical Parameters Parameter pH Units pH Units Acceptable Range 5.5 to 7.3 D. Do not screen or over mix to maintain soil peds. Soil peds or clumps up to 4 inches in diameter are acceptable in the soil mix. E. Fertilizers, where indicated by soil test and approved by project Landscape Architect, shall be added during soil mixing. F. G. Once mixing is complete, cover stock piles with tarps or heavy plastic to protect soil from drying, saturation and erosion. Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐8‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS 2.7 SCREENED SOIL MIX A. This soil is a mix of sand, silt, and clay to achieve the following parameters: B. Physical Parameters Material Units Gravel > 2mm % by dry weight Sand % by dry weight (>55% of sand must be classified as medium to coarse sand) Silt % by dry weight Clay % by dry weight Organic matter % by dry weight 1. Acceptable Range Less than 10% 60‐80% 5‐20% 5‐20% 3‐5% Adjust the ratio of the components to achieve infiltration rates between 2 and 3 inches per hour when compacted to 80‐85% maximum dry density. C. D. E. 2.8 A. Chemical Parameters Parameter pH Units pH Units Acceptable Range 5.5 to 7.3 Once mixing is complete, cover stock piles with tarps or heavy plastic to protect soil from drying, saturation and erosion. Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. BIORETENTION SOIL MIX Bioretention soil shall be a planting mix which meet the following parameters: Parameter Units Acceptable Range Silt and Clay Combined % by dry weight Less than 12% Organic matter content % Loss on ignition by dry weight 3‐7% Hydraulic conductivity ASTM D 2434 or ASTM F1815 2.5”‐4.5”/hour at 85% compaction NOTE: Hydraulic conductivity may be modified to meet minimums required by local regulators. Parameter Units Acceptable Range Phosphorus mg/kg Less than 200 Cation Exchange Capacity meq/g More than 10 B. Planting mix shall be thoroughly mixed prior to installation. C. Submittals shall be completed per Section 32 9456.1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐9‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS 2.9 A. MUNICIPALLY APPROVED BIORETENTION SOIL MIXES There is a growing list of municipalities and other governing agencies that have custom bioretention soil mixes. The following have been approved for substitution in the Silva Cell system. Municipally Approved Bioretention Soil shall comply with all local requirements and the submittal requirements of these specifications for Bioretention Soil. 1. Washington State Department of Ecology: Bioretention soil shall meet the most current requirements as outlined in Volume III‐Hydrologic Analysis and Flow Control BMPs, Appendix III‐C, Washington State Department of Ecology Low Impact Development Design and Flow Modeling Guidance, Section 7.7.1. 2. City of Seattle: Bioretention soil shall meet the requirements of the most current requirements as outlined in the City of Seattle Bioretention Soil Specification. PART 3 ‐ EXECUTION Install planting soil in Silva Cells as described in Section 32 9540 Silva Cells. END OF SECTION 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐10‐ SECTION 32 9456 PLANTING SOIL for SILVA CELLS Submittal Checklist for Reference Only Contractor shall provide submittals required to the landscape architect for review and approval. The Submittal process may take up to two months prior to installation of the Silva Cell system and should be executed as soon as possible after the contract is awarded. All testing will be at the expense of the Contractor. SOIL COMPONENT SUBMITTALS – PRIOR TO SOIL MIXING COMPOST Certificate of compliance with federal and state health and safety regulations Lab analysis for physical, organic and chemical requirements, and feed stock percentage One gallon sample COARSE SAND Lab analysis for physical and chemical composition One gallon sample TOPSOIL Lab analysis for physical and chemical composition One gallon sample SOIL MIX SUBMITTALS – FOR FINAL APPROVAL BY LANDSCAPE ARCHITECT 2.6 EXISTING SOIL MIX Lab analysis for physical and chemical composition 2.7 UNSCREENED SOIL MIX Lab analysis for physical and chemical composition Infiltration test results at 80‐85% compaction One gallon sample 2.8 SCREENED SOIL MIX Lab analysis for physical and chemical composition Infiltration test results at 80‐85% compaction One gallon sample 2.9 BIORETENTION SOIL MIX Lab analysis for physical and chemical composition Hydraulic conductivity test results at 85% compaction One gallon sample OTHER SUBMITTALS FERTILIZER Lab analysis of soils for nutrient deficiencies & recommendations 32 9456 – Planting Soil for Silva Cells Version 2.3 11‐15‐2011 © 2011 DeepRoot Green Infrastructure ‐11‐ BLANK PAGE 2014 OLD BOISE STREETSCAPES PROJECT APPENDIX D-1 Asbestos Report #201403736 for Idaho Blueprint Vault (Prepared by Fiberquant Analytical Services and dated 4-1516-2014) (Added by Add No. 2; Relabeled and report date corrected by Add No. 3) DOCUMENT FOLLOWS THIS PAGE. BLANK PAGE Polarized Light Microscope (PLM) Analysis for Asbestos in Bulk Sample JobNumber: Client: 201403736 STRATA INC 8653 W HACKAMORE DR BOISE, ID Office Phone: FAX: # Samples: Client Job: 15 PLM 83704-0000 (208) 376-8200 (208) 376-8201 Rec: 4/16/2014 Method: EPA 600/R-93/116 Idaho Blueprint Report Date: The "New" Method; see below PO Number: BOP14129 4/16/2014 Date Analyzed: Method and Analysis Information: 4/16/2014 Fiberquant Internal SOP: Routing Number: PLMn Each bulk sample is first dissected under a 7-30x magnification stereo-microscope. This examination is used to determine the general type of sample, how many and what type of layers it has, and initial estimates of fiber types and quantities. Second, liquid media mounts are made of each layer - such mounts may be of selected fibers (used solely for identification purposes) or may be representative of the layer as a whole (used for quantitation purposes). The mounts may be made in a synthetic Canadian balsam, one of several solvents, or in refractive index oils (media of known refractive index). Generally, a variety of different mounts are made: some optimized for fiber visibility, some optimized for fiber identification, and some optimized for fiber quantitation. The mounted slides are then examined at 50-400x magnification on a Nikon Labphot-pol microscope. Optical characteristics are used to identify each observed fiber type; the optical data are contained for each sample on its detail analysis sheet, attached. Current EPA and NESHAP regulations designate a result of <=1 % asbestos as "negative" and >1 % asbestos as "positive". Samples containing layers that have been determined to be "positive" may have to be handled differently during a renovation or demolition than samples whose layers have been determined to be "negative." The method of fiber identification and quantitation is the “Standard Operating Procedures for the Analysis of Asbestos in Bulk Samples using Polarized Light Microscopy”, Chapter 7 of the Quality Assurance and Management Manual. This SOP and its associated reporting have been designed to satisfy all requirements in both EPA Method 600/M4-82-020 (The Interim Method) and EPA Method 600/R-93/116 (The New Method). The Interim Method is the required method for AHERA (US EPA 40 CFR Pt. 763), but this method calls for the reporting of composited results of multi-layered samples that is no longer an acceptable reporting practice in most circumstances. Current EPA rules, such as NESHAP (US EPA 40CFT Pt. 61), as well as NVLAP accreditation policies, call for separate reporting for each layer of multi-layered samples. The New Method contains the same procedures for identification and quantification of asbestos as does the Interim Method, except that multi-layered samples are reported to comply with the latest US EPA rule. Fiberquant not only reports the asbestos content of each layer of multi-layered samples separately (satisfying current EPA and NVLAP reporting requirements), but Fiberquant also reports what percentage of the sample each layer comprises. Therefore, the results may be arithmetically composited to satisfy the reporting requirements of the Interim Method. The method of fiber quantitation is an estimation technique in which the analysts quantitation is routinely calibrated by reference quantitation standards, and which has been shown to be equivalent in precision and accuracy to point counting. Friability is estimated for the purposes of deciding when to point count. Friabilities determined in the field take precedence over those determined in the laboratory. Those sample layers which are friable and estimated by the analyst to contain <= 1% asbestos are point counted using 400 points. Such point counting is required by NESHAP (National Emission Standards for Hazardous Air Polutants, Nov. 1990) in order to rely on analytical results that are <= 1%. The coefficient of variation for the estimation quantitation technique is 100% in the range 05%. This means that PLM analysis is not capable of conclusively determining whether a layer containing close to 1% asbestos is actually "positive" or "negative". For this reason, Fiberquant refers to results where asbestos was detected but <= 1% as "borderline negative", and results where asbestos was >1 % but <= 2% as "borderline positive" to indicate the uncertainty in assigning a "positive" or "negative" label. In the sample summary, "ND" means that no asbestos was detected during the analysis. A "Tr" or "Trace" of asbestos reported is defined for our purposes as the detection of several asbestos fibers during the analysis; this level would be right at the limit of detection for the method. Trace is only reported on the analysis detail - in the summary a trace would be reported as <=1%. The limit of detection (the smallest % of asbestos that can be detected) varies greatly depending on the matrix in which the asbestos is found. As little as 0.001% asbestos can be detected in favorable samples, while detection in unfavorable samples may approach the detection limit of 1% stated in the method. During the analysis, the analyst, for Fiberquant identification purposes only, determines the "apparent sample type" and "apparent layer types." It must be emphasized that these types are only what is apparent. Often, different materials appear similar or identical after sampling, so the analyst may assign a type other than what was sampled. Floor tiles present a special problem for PLM asbestos analysis. Floor tile can contain chrysotile fibers so thin that they cannot be resolved by optical methods. In such a case, we may observe a percentage of asbestos which is lower than the actual percentage, or not observe asbestos at all when some is present. For this reason, floor tiles reported as negative should be confirmed to be negative using transmission electron microscope (TEM) analysis. Likewise, vermiculite insulation materials containing traces of asbestiform asbestos present a problem for routine PLM analysis - the amphiboles are sometimes present in trace amounts inhomogeneously distributed. For this reason, loose vermiculite samples reported as negative should be confirmed to contain no amphibole using hydroseparation techniques. The samples were analyzed under the following ongoing quality assurance program: Blank samples are routinely analyzed to maintain contamination-free materials. Each analyst has at least a bachelor's degree in physical science, and has also completed extensive training specific to asbestos analysis for 1-3 months before being allowed to analyze client samples. Qualitative reference samples are routinely analyzed to assure that analysts can identify asbestos and asbestos-look-alike fibers. Quantitative reference samples are routinely analyzed to calibrate and characterize the 5025 S. 33rd Street Page 1 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 estimation procedure. Microscope alignment is checked each day. Refractive index oils are calibrated at least quarterly. At least 10% of client samples are re-analyzed from scratch by a different analyst than the original, and any discrepancies are resolved for the sample and similar sample types before the results are reported. All quality checks performed for these samples were in control except as detailed in the "Analytical Notes" below. All analysts participate in interlab round robins and proficiency testing to assure competence. Fiberquant is accredited by NVLAP (Lab #101031) for the analysis of bulk samples for asbestos using PLM. Accreditation does not imply endorsement by the EPA, any other United States governmental agency or any private agency or association. Each lab analysis refers only to the sample tested, and may not, due to the sampling process, be representative of the material sampled. This report may not be reproduced except in full, without the approval of Fiberquant Analytical Services. Some results may have been calculated using client supplied data, such as volume or area sampled, for which Fiberquant assumes no liability for accuracy. Job Analysis Notes: PLM Analysis Summary: Job Number: Sample Number Layer Sample # Color Lab Number Apparent Layer Type * M-DW-001A 201403736 Apparent Sample Type * 2014-03736- 1 Wall System tan brown paint panel no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white white paint texture/joint compound no asbestos detected no asbestos detected Layer # 5 Layer # 6 off-white white paper/cardboard texture/joint compound no asbestos detected no asbestos detected Layer # 7 Layer # 8 tan white paper/cardboard drywall core no asbestos detected no asbestos detected M-DW-001B 2014-03736- 2 tan brown paint panel no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white white paint texture/joint compound no asbestos detected no asbestos detected Layer # 5 Layer # 6 off-white white paper/cardboard texture/joint compound no asbestos detected no asbestos detected Layer # 7 Layer # 8 tan white paper/cardboard drywall core no asbestos detected no asbestos detected M-DW-001C 2014-03736- 3 tan brown paint panel no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white white paint texture/joint compound no asbestos detected no asbestos detected Layer # 5 Layer # 6 off-white white paper/cardboard texture/joint compound no asbestos detected no asbestos detected Layer # 7 Layer # 8 tan white paper/cardboard drywall core no asbestos detected no asbestos detected M-CPT-002A 2014-03736- 4 orange yellow carpet mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white yellow carpet mastic no asbestos detected no asbestos detected Layer # 5 tan fabric M-CPT-002B Carpet orange yellow carpet mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white yellow carpet mastic no asbestos detected no asbestos detected Layer # 5 tan fabric M-CPT-002C Carpet orange yellow carpet mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white yellow carpet mastic no asbestos detected no asbestos detected Layer # 5 tan fabric M-VFT-003A Flooring tan black floor tile mastic 2-5% chrysotile asbestos 2-5% chrysotile asbestos Layer # 3 Layer # 4 brown black floor tile mastic 2-5% chrysotile asbestos 2-5% chrysotile asbestos M-VFT-003B 2014-03736- 8 tan black floor tile mastic 2-5% chrysotile asbestos 2-5% chrysotile asbestos Layer # 3 Layer # 4 brown black floor tile mastic 2-5% chrysotile asbestos 2-5% chrysotile asbestos Page 2 of 11 Phoenix, Arizona 85040-2816 Positive Layer? Yes Flooring Layer # 1 Layer # 2 5025 S. 33rd Street Positive Layer? No no asbestos detected 2014-03736- 7 Layer # 1 Layer # 2 Sample # Positive Layer? No no asbestos detected 2014-03736- 6 Layer # 1 Layer # 2 Sample # Positive Layer? No no asbestos detected 2014-03736- 5 Layer # 1 Layer # 2 Sample # Positive Layer? No Carpet Layer # 1 Layer # 2 Sample # Positive Layer? No Wall System Layer # 1 Layer # 2 Sample # Positive Layer? No Wall System Layer # 1 Layer # 2 Sample # Positive Layer Yes or No Asbestos Results Layer # 1 Layer # 2 Sample # Idaho Blueprint Phone: 602-276-6139 Fiberquant, Inc. Positive Layer? Yes 1-800-743-2687 FAX: 602-276-4558 Sample # M-VFT-003C 2014-03736- 9 Flooring Layer # 1 Layer # 2 tan black floor tile mastic 2-5% chrysotile asbestos 2-5% chrysotile asbestos Layer # 3 Layer # 4 brown black floor tile mastic 2-5% chrysotile asbestos 2-5% chrysotile asbestos Sample # M-CT-004A 2014-03736- 10 Miscellaneous Layer # 1 Layer # 2 off-white yellow miscellaneous mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 brown green miscellaneous mastic no asbestos detected no asbestos detected Layer # 5 Layer # 6 orange green miscellaneous mastic no asbestos detected no asbestos detected Layer # 7 tan wood Sample # M-CT-004B Miscellaneous off-white yellow miscellaneous mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 brown green miscellaneous mastic no asbestos detected no asbestos detected Layer # 5 Layer # 6 Layer # 7 orange green tan miscellaneous mastic wood no asbestos detected no asbestos detected no asbestos detected M-CT-004C 2014-03736- 12 off-white yellow miscellaneous mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 brown green miscellaneous mastic no asbestos detected no asbestos detected Layer # 5 Layer # 6 orange green miscellaneous mastic no asbestos detected no asbestos detected Layer # 7 tan wood M-PLAS-005A Ceiling Tile brown off-white acoustical tile mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 various black coating mastic no asbestos detected 2-5% chrysotile asbestos Layer # 5 off-white plaster M-PLAS-005B Ceiling Tile brown off-white acoustical tile mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 various black coating mastic no asbestos detected 2-5% chrysotile asbestos Layer # 5 off-white plaster M-PLAS-005C Positive Layer? Yes no asbestos detected 2014-03736- 14 Layer # 1 Layer # 2 Sample # Positive Layer? No no asbestos detected 2014-03736- 13 Layer # 1 Layer # 2 Sample # Positive Layer? No Miscellaneous Layer # 1 Layer # 2 Sample # Positive Layer? No no asbestos detected 2014-03736- 11 Layer # 1 Layer # 2 Sample # Positive Layer? Yes Positive Layer? Yes no asbestos detected 2014-03736- 15 Ceiling Tile Layer # 1 Layer # 2 brown off-white acoustical tile mastic no asbestos detected no asbestos detected Layer # 3 Layer # 4 various black coating mastic no asbestos detected 2-5% chrysotile asbestos Layer # 5 off-white plaster no asbestos detected Positive Layer? Yes * Apparent Sample Types and Apparent Layer Types are as they appeared to the analyst. Since many types of materials appear similar after sampling damage, the apparent type of material may not be the actual type of material. 5025 S. 33rd Street Page 3 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 PLM Analysis Details Sample Job Number: M-DW-001A Analyzed By JCJ 201403736 Lab Number 2014-03736- 1 4/16/2014 Homogeneous No An? OK Idaho Blueprint Sampled: Condition: acceptable Apparent Smp Type Wall System # Layers 8 Pos Layer? No Fibrous Solid # Sub-Samples 21 Non-Fibrous Components (in approx. decreasing order): powder, binder, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 paint panel 1 20 tan brown 1 1 n.d. 90-100% - - - - - 3 4 paint texture/joint compound 1 3 off-white white 1 3 n.d. n.d. - - - - - 5 6 paper/cardboard texture/joint compound 3 1 off-white white 2 3 90-100% n.d. - - - - - 7 8 paper/cardboard drywall core 5 66 tan white 2 3 90-100% <=1% - - - - - 20-30% - - - - - Total % 100 Overall % cellulose fiber Fiber Identification: Refractive Index Determinations Fibers 1 cellulose fiber Color Mrph Iso Pleo Bi Elg Ext W F N N H + U Oil Col Par Col Per RI Par RI Per 2 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of paint matrix using solvent. Procedure: dissolution of joint compound/texture matrix using acid. Sample M-DW-001B Analyzed By JCJ 4/16/2014 Homogeneous No Lab Number 2014-03736- 2 Sampled: An? OK Apparent Smp Type Wall System # Layers 8 Pos Layer? No Condition: acceptable Fibrous Solid # Sub-Samples 21 Non-Fibrous Components (in approx. decreasing order): powder, binder, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 paint panel 1 20 tan brown 1 1 n.d. 90-100% - - - - - 3 4 paint texture/joint compound 1 3 off-white white 1 3 n.d. n.d. - - - - - 5 6 paper/cardboard texture/joint compound 3 1 off-white white 2 3 90-100% n.d. - - - - - 7 8 paper/cardboard drywall core 5 66 tan white 2 3 90-100% <=1% - - - - - 20-30% - - - - - Total % 100 Overall % cellulose fiber Fiber Identification: Fibers 1 cellulose fiber Color Mrph Iso Pleo Bi Elg Ext W F N N H + U Oil Refractive Index Determinations Col Par Col Per RI Par RI Per 2 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of paint matrix using solvent. Procedure: dissolution of joint compound/texture matrix using acid. 5025 S. 33rd Street Page 4 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 PLM Analysis Details Sample Job Number: M-DW-001C Analyzed By JCJ 201403736 Lab Number 2014-03736- 3 4/16/2014 Homogeneous No An? OK Idaho Blueprint Condition: acceptable Sampled: Apparent Smp Type Wall System # Layers 8 Pos Layer? No Fibrous Solid # Sub-Samples 21 Non-Fibrous Components (in approx. decreasing order): powder, binder, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 paint panel 1 20 tan brown 1 1 n.d. 90-100% - - - - - 3 4 paint texture/joint compound 1 3 off-white white 1 3 n.d. n.d. - - - - - 5 6 paper/cardboard texture/joint compound 3 1 off-white white 2 3 90-100% n.d. - - - - - 7 8 paper/cardboard drywall core 5 66 tan white 2 3 90-100% <=1% - - - - - Overall % 20-30% - - - - - Total % 100 cellulose fiber Fiber Identification: Refractive Index Determinations Fibers 1 cellulose fiber Color Mrph Iso Pleo Bi Elg Ext W F N N H + U Oil Col Par Col Per RI Par RI Per 2 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of paint matrix using solvent. Procedure: dissolution of joint compound/texture matrix using acid. Sample M-CPT-002A Analyzed By JCJ 4/16/2014 Homogeneous No Lab Number 2014-03736- 4 Sampled: An? OK Apparent Smp Type Carpet # Layers 5 Pos Layer? No Condition: acceptable Fibrous Mat # Sub-Samples 15 Non-Fibrous Components (in approx. decreasing order): polymer, filler, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 carpet mastic 48 1 orange yellow 2 1 80-90% n.d. n.d. n.d. - - - - 3 4 carpet mastic 48 1 off-white yellow 1 1 80-90% n.d. n.d. n.d. - - - - 5 fabric 2 tan 1 n.d. 90-100% - - - - Overall % 80-90% >1-2% - - - - Total % 100 synthetic fiber (extr cellulose fiber Fiber Identification: Refractive Index Determinations Fibers 1 synthetic fiber (extruded) cellulose fiber 2 3 4 Color Mrph Iso Pleo Bi Elg Ext V W E F N N N N H H + + P U Oil Col Par Col Per RI Par 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of carpet matrix and mastic using solvent. 5025 S. 33rd Street Page 5 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 RI Per PLM Analysis Details Sample Job Number: M-CPT-002B Analyzed By JCJ 201403736 Lab Number 2014-03736- 5 4/16/2014 Homogeneous No An? OK Idaho Blueprint Condition: acceptable Sampled: Apparent Smp Type Carpet # Layers 5 Fibrous Mat Pos Layer? No # Sub-Samples 15 Non-Fibrous Components (in approx. decreasing order): polymer, filler, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 carpet mastic 48 1 orange yellow 2 1 80-90% n.d. n.d. n.d. - - - - 3 4 carpet mastic 48 1 off-white yellow 1 1 80-90% n.d. n.d. n.d. - - - - 5 fabric 2 tan 1 n.d. 90-100% - - - - Overall % 80-90% >1-2% - - - - Total % 100 synthetic fiber (extr cellulose fiber Fiber Identification: Fibers 1 2 Color Mrph Iso Pleo Bi Elg Ext synthetic fiber (extruded) V E N N H + P cellulose fiber W F N N H + U Oil Refractive Index Determinations Col Par Col Per RI Par RI Per 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of carpet matrix and mastic using solvent. Sample M-CPT-002C Analyzed By JCJ Homogeneous No Lab Number 2014-03736- 6 4/16/2014 An? OK # Layers 5 Sampled: Apparent Smp Type Carpet Pos Layer? No Condition: acceptable Fibrous Mat # Sub-Samples 15 Non-Fibrous Components (in approx. decreasing order): polymer, filler, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 3 4 carpet mastic carpet mastic 48 1 48 1 orange yellow off-white yellow 2 1 1 1 80-90% n.d. 80-90% n.d. n.d. n.d. n.d. n.d. - - - - 5 fabric 2 tan 1 n.d. 90-100% - - - - Overall % 80-90% >1-2% - - - - Total % 100 Fiber Identification: synthetic fiber (extr cellulose fiber Refractive Index Determinations Fibers 1 synthetic fiber (extruded) cellulose fiber 2 3 Color Mrph Iso Pleo Bi Elg Ext V W E F N N N N H H + + P U Oil Col Par Col Per RI Par 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of carpet matrix and mastic using solvent. 5025 S. 33rd Street Page 6 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 RI Per PLM Analysis Details Sample Job Number: M-VFT-003A Analyzed By JCJ 201403736 Lab Number 2014-03736- 7 4/16/2014 Homogeneous No An? OK Idaho Blueprint Condition: acceptable Sampled: Apparent Smp Type Flooring # Layers 4 Non-fibrous Solid Pos Layer? Yes # Sub-Samples 12 Non-Fibrous Components (in approx. decreasing order): filler, polymer, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 floor tile mastic 49 1 tan black 1 1 2-5% 2-5% - - - - - 3 4 floor tile mastic 49 1 brown black 1 1 2-5% 2-5% - - - - - Overall % 2-5% - - - - - Total % 100 Fiber Identification: chrysotile asbestos Refractive Index Determinations Fibers 1 chrysotile asbestos Color Mrph Iso Pleo Bi Elg Ext Oil Col Par Col Per RI Par W A N N L + P 1.550 db/ly sb/o 1.561 RI Per 1.553 2 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of floor tile matrix and mastic using solvent. Sample M-VFT-003B Analyzed By JCJ Homogeneous No Lab Number 2014-03736- 8 4/16/2014 An? OK # Layers 4 Condition: acceptable Sampled: Apparent Smp Type Flooring Pos Layer? Yes Non-fibrous Solid # Sub-Samples 12 Non-Fibrous Components (in approx. decreasing order): filler, polymer, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 floor tile mastic 49 1 tan black 1 1 2-5% 2-5% - - - - - 3 4 floor tile mastic 49 1 brown black 1 1 2-5% 2-5% - - - - - Overall % 2-5% - - - - - Total % 100 chrysotile asbestos Fiber Identification: Refractive Index Determinations Fibers 1 2 chrysotile asbestos Color Mrph Iso Pleo Bi Elg Ext Oil Col Par Col Per RI Par W A N N L + P 1.550 db/ly sb/o 1.561 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of floor tile matrix and mastic using solvent. 5025 S. 33rd Street Page 7 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 RI Per 1.553 PLM Analysis Details Sample Job Number: M-VFT-003C Analyzed By JCJ 201403736 Lab Number 2014-03736- 9 4/16/2014 Homogeneous No An? OK Idaho Blueprint Condition: acceptable Sampled: Apparent Smp Type Flooring # Layers 4 Non-fibrous Solid Pos Layer? Yes # Sub-Samples 12 Non-Fibrous Components (in approx. decreasing order): filler, polymer, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 floor tile mastic 49 1 tan black 1 1 2-5% 2-5% - - - - - 3 4 floor tile mastic 49 1 brown black 1 1 2-5% 2-5% - - - - - Overall % 2-5% - - - - - Total % 100 Fiber Identification: chrysotile asbestos Refractive Index Determinations Fibers 1 chrysotile asbestos Color Mrph Iso Pleo Bi Elg Ext Oil Col Par Col Per RI Par W A N N L + P 1.550 db/ly sb/o 1.561 RI Per 1.553 2 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of floor tile matrix and mastic using solvent. Sample M-CT-004A Analyzed By JCJ Homogeneous No Lab Number 2014-03736- 10 4/16/2014 An? OK # Layers 7 Condition: acceptable Sampled: Apparent Smp Type Miscellaneous Pos Layer? No Fibrous Solid # Sub-Samples 19 Non-Fibrous Components (in approx. decreasing order): polymer, binder, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 miscellaneous mastic 32 1 off-white yellow 1 1 n.d. n.d. - - - - - 3 4 miscellaneous mastic 32 1 brown green 1 1 10-20% n.d. - - - - - 5 6 miscellaneous mastic 32 1 orange green 1 1 10-20% n.d. - - - - - 7 wood 1 tan 1 90-100% - - - - - Overall % 10-20% - - - - - Total % 100 Fiber Identification: cellulose fiber Refractive Index Determinations Fibers 1 cellulose fiber Color Mrph Iso Pleo Bi Elg Ext W F N N H + U Oil Col Par Col Per RI Par 2 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of matrix using solvent. Samples are counter top material. 5025 S. 33rd Street Page 8 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 RI Per PLM Analysis Details Sample Job Number: M-CT-004B Analyzed By JCJ 201403736 Lab Number 2014-03736- 11 4/16/2014 Homogeneous No An? OK Idaho Blueprint Condition: acceptable Sampled: Apparent Smp Type Miscellaneous # Layers 7 Pos Layer? No Fibrous Solid # Sub-Samples 19 Non-Fibrous Components (in approx. decreasing order): polymer, binder, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 miscellaneous mastic 32 1 off-white yellow 1 1 n.d. n.d. - - - - - 3 4 miscellaneous mastic 32 1 brown green 1 1 10-20% n.d. - - - - - 5 6 miscellaneous mastic 32 1 orange green 1 1 10-20% n.d. - - - - - 7 wood 1 tan 1 90-100% - - - - - Overall % 10-20% - - - - - Total % 100 cellulose fiber Fiber Identification: Fibers 1 2 cellulose fiber Color Mrph Iso Pleo Bi Elg Ext W F N N H + U Oil Refractive Index Determinations Col Par Col Per RI Par RI Per 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of matrix using solvent. Samples are counter top material. Sample M-CT-004C Analyzed By JCJ Homogeneous No Lab Number 2014-03736- 12 4/16/2014 An? OK # Layers 7 Sampled: Condition: acceptable Apparent Smp Type Miscellaneous Pos Layer? No Fibrous Solid # Sub-Samples 19 Non-Fibrous Components (in approx. decreasing order): polymer, binder, Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 miscellaneous mastic 32 1 off-white yellow 1 1 n.d. n.d. - - - - - 3 4 miscellaneous mastic 32 1 brown green 1 1 10-20% n.d. - - - - - 5 6 miscellaneous mastic 32 1 orange green 1 1 10-20% n.d. - - - - - 7 wood 1 tan 1 90-100% - - - - - Overall % 10-20% - - - - - Total % 100 cellulose fiber Fiber Identification: Refractive Index Determinations Fibers 1 cellulose fiber Color Mrph Iso Pleo Bi Elg Ext W F N N H + U Oil Col Par Col Per RI Par 2 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of matrix using solvent. Samples are counter top material. 5025 S. 33rd Street Page 9 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 RI Per PLM Analysis Details Sample Job Number: M-PLAS-005A Analyzed By JCJ 201403736 Lab Number 2014-03736- 13 4/16/2014 Homogeneous No An? OK Idaho Blueprint Condition: acceptable Sampled: Apparent Smp Type Ceiling Tile # Layers 5 Pos Layer? Yes Fibrous Mat # Sub-Samples 15 Non-Fibrous Components (in approx. decreasing order): powder, rock, polymer Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 acoustical tile mastic 30 2 brown off-white 3 1 90-100% n.d. n.d. n.d. - - - - 3 4 coating mastic 3 5 various black 1 1 n.d. n.d. n.d. 2-5% - - - - 5 plaster 60 off-white Total % 100 2 n.d. n.d. - - - - Overall % 20-30% <=1% - - - - cellulose fiber Fiber Identification: Fibers Color 1 2 chrysotile asbestos Mrph Iso Pleo Bi Elg Ext cellulose fiber W F N N H + U chrysotile asbestos W A N N L + P Oil Refractive Index Determinations Col Par Col Per RI Par RI Per 1.550 db/ly sb/o 1.561 1.553 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of matrix using acid. Sample M-PLAS-005B Analyzed By JCJ Homogeneous No Lab Number 2014-03736- 14 4/16/2014 An? OK # Layers 5 Sampled: Apparent Smp Type Ceiling Tile Pos Layer? Yes Condition: acceptable Fibrous Mat # Sub-Samples 15 Non-Fibrous Components (in approx. decreasing order): powder, rock, polymer Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 3 4 acoustical tile mastic coating mastic 30 2 3 5 brown off-white various black 3 1 1 1 90-100% n.d. n.d. n.d. n.d. n.d. n.d. 2-5% - - - - 5 plaster 60 off-white Total % 100 2 n.d. n.d. - - - - Overall % 20-30% <=1% - - - - Fiber Identification: cellulose fiber chrysotile asbestos Refractive Index Determinations Fibers 1 cellulose fiber chrysotile asbestos 2 3 Color Mrph Iso Pleo Bi Elg Ext Oil Col Par Col Per RI Par W W F A N N N N H L + + U P 1.550 db/ly sb/o 1.561 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of matrix using acid. 5025 S. 33rd Street Page 10 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 RI Per 1.553 PLM Analysis Details Sample Job Number: M-PLAS-005C Analyzed By JCJ 201403736 Lab Number 2014-03736- 15 4/16/2014 Homogeneous No An? OK Idaho Blueprint Condition: acceptable Sampled: Apparent Smp Type Ceiling Tile # Layers 5 Pos Layer? Yes Fibrous Mat # Sub-Samples 15 Non-Fibrous Components (in approx. decreasing order): powder, rock, polymer Layers Percents of Each Fiber # Layer Type % Color Friability Fib 1 Fib 2 Fib 3 Fib 4 Fib 5 Fib 6 1 2 acoustical tile mastic 30 2 brown off-white 3 1 90-100% n.d. n.d. n.d. - - - - 3 4 coating mastic 3 5 various black 1 1 n.d. n.d. n.d. 2-5% - - - - 5 plaster 60 off-white Total % 100 2 n.d. n.d. - - - - Overall % 20-30% <=1% - - - - cellulose fiber Fiber Identification: Fibers 1 2 Color chrysotile asbestos Mrph Iso Pleo Bi Elg Ext cellulose fiber W F N N H + U chrysotile asbestos W A N N L + P Oil Refractive Index Determinations Col Par Col Per RI Par RI Per 1.550 db/ly sb/o 1.561 1.553 3 4 5 6 Sample Analytical Note Procedure: tweased apart using forceps. Procedure: dissolution of matrix using acid. Fr=Friability: 1=very non-friable; 2= non-friable; 3=friable; 4=highly friable Colors: B=black;BL=blue;BR=brown;CL=clear;G=Green;GY=gray;OR=orange;OW=off-white;PN=pink;PU=purple;R=red;TN=tan;W=white;Y=yellow;V=various Fiber Morphology: A=fine fibers/bundles, white, sinewy, flexible; B=fine fibers/bundles, w-br, straight, broomed ends; C=fine fibers/bundles, blue, straight, broomed ends; D=fine to coarse fibers, CL-B, brittle; E=coarse fibers,CL or dyed, striated; F=coarse fibers or splinters, W-BR, ribbon-like; G=lath-like or shards, low aspect ratio, may taper Iso=isotropism - may be yes or no; Pleo=pleochroism - may be yes or no; Bi=birefringence - may be None, Low, Medium or High Elg=sign of elongation - may be +, - or B (both); Ext=extinction - may be Parallel, Oblique, None or Undulating; Oil=medium used to for dispersion staining Col Par=dispersion staining colors parallel to the fiber (fiber/halo): b/w=black/white; dg/py=dark gray/pale yellow; vg/y=violet gray/yellow; db/ly=dark blue/lemon yellow; vb/g= vivid blue/gold; sb/o=sky blue/orange; pb/r=pale blue/red; gb/dr=gray blue/dark red; w/b=white/black. Col Perp=same only perpendicular to fiber. RI Par=refractive index parallel to fiber; RI Perp=refractive index perpendicular to fiber Analyst: JASON C. JEDINAK Printed: 16-Apr-14 Original Print Date: 16-Apr-14 Larry S. Pierce, Approved Accreditation Signatory 5025 S. 33rd Street Page 11 of 11 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 2014 OLD BOISE STREETSCAPES PROJECT APPENDIX D-2 Asbestos Report #201404021 for Tom Grainey’s Vault – Pages 1-2 (Prepared by Fiberquant Analytical Services and dated 4-24-2014) Please Note: Pages 1-2 of the Fiberquant report summarize the asbestos test results and indicate that no asbestos was detected in any of the samples. The full report is available at CCDC’s offices. If any individual is interested in reviewing the full report, please contact Ross Borden, CCDC Contracts Manager at 208-384-4264 or [email protected]. (Added by Add No. 3) DOCUMENT FOLLOWS THIS PAGE. BLANK PAGE Polarized Light Microscope (PLM) Analysis for Asbestos in Bulk Sample JobNumber: Client: 201404021 STRATA INC 8653 W HACKAMORE DR BOISE, ID Office Phone: FAX: # Samples: Client Job: 9 PLM 83704-0000 (208) 376-8200 (208) 376-8201 Rec: 4/24/2014 Method: EPA 600/R-93/116 Tom Grainey's Report Date: The "New" Method; see below PO Number: BO14129A 4/24/2014 Date Analyzed: Method and Analysis Information: 4/24/2014 Fiberquant Internal SOP: Routing Number: PLMn Each bulk sample is first dissected under a 7-30x magnification stereo-microscope. This examination is used to determine the general type of sample, how many and what type of layers it has, and initial estimates of fiber types and quantities. Second, liquid media mounts are made of each layer - such mounts may be of selected fibers (used solely for identification purposes) or may be representative of the layer as a whole (used for quantitation purposes). The mounts may be made in a synthetic Canadian balsam, one of several solvents, or in refractive index oils (media of known refractive index). Generally, a variety of different mounts are made: some optimized for fiber visibility, some optimized for fiber identification, and some optimized for fiber quantitation. The mounted slides are then examined at 50-400x magnification on a Nikon Labphot-pol microscope. Optical characteristics are used to identify each observed fiber type; the optical data are contained for each sample on its detail analysis sheet, attached. Current EPA and NESHAP regulations designate a result of <=1 % asbestos as "negative" and >1 % asbestos as "positive". Samples containing layers that have been determined to be "positive" may have to be handled differently during a renovation or demolition than samples whose layers have been determined to be "negative." The method of fiber identification and quantitation is the “Standard Operating Procedures for the Analysis of Asbestos in Bulk Samples using Polarized Light Microscopy”, Chapter 7 of the Quality Assurance and Management Manual. This SOP and its associated reporting have been designed to satisfy all requirements in both EPA Method 600/M4-82-020 (The Interim Method) and EPA Method 600/R-93/116 (The New Method). The Interim Method is the required method for AHERA (US EPA 40 CFR Pt. 763), but this method calls for the reporting of composited results of multi-layered samples that is no longer an acceptable reporting practice in most circumstances. Current EPA rules, such as NESHAP (US EPA 40CFT Pt. 61), as well as NVLAP accreditation policies, call for separate reporting for each layer of multi-layered samples. The New Method contains the same procedures for identification and quantification of asbestos as does the Interim Method, except that multi-layered samples are reported to comply with the latest US EPA rule. Fiberquant not only reports the asbestos content of each layer of multi-layered samples separately (satisfying current EPA and NVLAP reporting requirements), but Fiberquant also reports what percentage of the sample each layer comprises. Therefore, the results may be arithmetically composited to satisfy the reporting requirements of the Interim Method. The method of fiber quantitation is an estimation technique in which the analysts quantitation is routinely calibrated by reference quantitation standards, and which has been shown to be equivalent in precision and accuracy to point counting. Friability is estimated for the purposes of deciding when to point count. Friabilities determined in the field take precedence over those determined in the laboratory. Those sample layers which are friable and estimated by the analyst to contain <= 1% asbestos are point counted using 400 points. Such point counting is required by NESHAP (National Emission Standards for Hazardous Air Polutants, Nov. 1990) in order to rely on analytical results that are <= 1%. The coefficient of variation for the estimation quantitation technique is 100% in the range 05%. This means that PLM analysis is not capable of conclusively determining whether a layer containing close to 1% asbestos is actually "positive" or "negative". For this reason, Fiberquant refers to results where asbestos was detected but <= 1% as "borderline negative", and results where asbestos was >1 % but <= 2% as "borderline positive" to indicate the uncertainty in assigning a "positive" or "negative" label. In the sample summary, "ND" means that no asbestos was detected during the analysis. A "Tr" or "Trace" of asbestos reported is defined for our purposes as the detection of several asbestos fibers during the analysis; this level would be right at the limit of detection for the method. Trace is only reported on the analysis detail - in the summary a trace would be reported as <=1%. The limit of detection (the smallest % of asbestos that can be detected) varies greatly depending on the matrix in which the asbestos is found. As little as 0.001% asbestos can be detected in favorable samples, while detection in unfavorable samples may approach the detection limit of 1% stated in the method. During the analysis, the analyst, for Fiberquant identification purposes only, determines the "apparent sample type" and "apparent layer types." It must be emphasized that these types are only what is apparent. Often, different materials appear similar or identical after sampling, so the analyst may assign a type other than what was sampled. Floor tiles present a special problem for PLM asbestos analysis. Floor tile can contain chrysotile fibers so thin that they cannot be resolved by optical methods. In such a case, we may observe a percentage of asbestos which is lower than the actual percentage, or not observe asbestos at all when some is present. For this reason, floor tiles reported as negative should be confirmed to be negative using transmission electron microscope (TEM) analysis. Likewise, vermiculite insulation materials containing traces of asbestiform asbestos present a problem for routine PLM analysis - the amphiboles are sometimes present in trace amounts inhomogeneously distributed. For this reason, loose vermiculite samples reported as negative should be confirmed to contain no amphibole using hydroseparation techniques. The samples were analyzed under the following ongoing quality assurance program: Blank samples are routinely analyzed to maintain contamination-free materials. Each analyst has at least a bachelor's degree in physical science, and has also completed extensive training specific to asbestos analysis for 1-3 months before being allowed to analyze client samples. Qualitative reference samples are routinely analyzed to assure that 5025 S. 33rd Street Page 1 of 7 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558 analysts can identify asbestos and asbestos-look-alike fibers. Quantitative reference samples are routinely analyzed to calibrate and characterize the estimation procedure. Microscope alignment is checked each day. Refractive index oils are calibrated at least quarterly. At least 10% of client samples are re-analyzed from scratch by a different analyst than the original, and any discrepancies are resolved for the sample and similar sample types before the results are reported. All quality checks performed for these samples were in control except as detailed in the "Analytical Notes" below. All analysts participate in interlab round robins and proficiency testing to assure competence. Fiberquant is accredited by NVLAP (Lab #101031) for the analysis of bulk samples for asbestos using PLM. Accreditation does not imply endorsement by the EPA, any other United States governmental agency or any private agency or association. Each lab analysis refers only to the sample tested, and may not, due to the sampling process, be representative of the material sampled. This report may not be reproduced except in full, without the approval of Fiberquant Analytical Services. Some results may have been calculated using client supplied data, such as volume or area sampled, for which Fiberquant assumes no liability for accuracy. Job Analysis Notes: PLM Analysis Summary: Job Number: Sample Number Layer Sample # Color Lab Number Apparent Layer Type * M-FB-001A 201404021 Apparent Sample Type * 2014-04021- 1 Wall System red brown surface wood no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white white paint texture/joint compound no asbestos detected no asbestos detected Layer # 5 Layer # 6 off-white tan paint paper/cardboard no asbestos detected no asbestos detected M-FB-001B 2014-04021- 2 red brown surface wood no asbestos detected no asbestos detected Layer # 3 Layer # 4 off-white white paint texture/joint compound no asbestos detected no asbestos detected Layer # 5 Layer # 6 off-white tan paint paper/cardboard no asbestos detected no asbestos detected M-FB-001C 2014-04021- 3 red brown surface wood no asbestos detected no asbestos detected Layer # 3 Layer # 4 Layer # 5 white off-white tan caulk paint paper/cardboard no asbestos detected no asbestos detected no asbestos detected S-PLAS-002A Layer # 1 Layer # 2 Sample # green white 2014-04021- 4 paint texture/joint compound S-PLAS-002B tan green debris paint Layer # 3 white texture/joint compound Sample # S-PLAS-002C Layer # 1 Layer # 2 Sample # green white Wall System Wall System paint texture/joint compound Wall System 2014-04021- 7 Wall System paint texture/joint compound no asbestos detected no asbestos detected Layer # 3 Layer # 4 tan white paper/cardboard drywall core no asbestos detected no asbestos detected S-DWS-003B # # # # 1 2 3 4 Layer # 5 Sample # 2014-04021- 8 paint texture/joint compound fabric paper/cardboard no no no no white drywall core no asbestos detected 2014-04021- 9 Positive Layer? No Wall System off-white white yellow tan S-DWS-003C Positive Layer? No no asbestos detected no asbestos detected off-white white Layer Layer Layer Layer Positive Layer? No no asbestos detected Layer # 1 Layer # 2 Sample # Positive Layer? No no asbestos detected no asbestos detected 2014-04021- 6 S-DWS-003A Positive Layer? No no asbestos detected no asbestos detected 2014-04021- 5 Layer # 1 Layer # 2 Positive Layer? No Wall System Layer # 1 Layer # 2 Sample # Positive Layer? No Wall System Layer # 1 Layer # 2 Sample # Positive Layer Yes or No Asbestos Results Layer # 1 Layer # 2 Sample # Tom Grainey's asbestos asbestos asbestos asbestos Positive Layer? No detected detected detected detected Wall System Layer # 1 Layer # 2 off-white white paint texture/joint compound no asbestos detected no asbestos detected Layer # 3 Layer # 4 yellow white fabric drywall core no asbestos detected no asbestos detected Positive Layer? No * Apparent Sample Types and Apparent Layer Types are as they appeared to the analyst. Since many types of materials appear similar after sampling damage, the apparent type of material may not be the actual type of material. 5025 S. 33rd Street Page 2 of 7 Phoenix, Arizona 85040-2816 Phone: 602-276-6139 Fiberquant, Inc. 1-800-743-2687 FAX: 602-276-4558
© Copyright 2025