HomeMy WebLinkAboutHeritage Center Facade Restoration Project j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
VILLAGE OF OAK BROOK Purchasing Division 1200 Oak Brook Road Oak Brook, IL 60523 (630) 368-5164
REQUEST FOR PROPOSAL
HERITAGE CENTER FACADE RESTORATION PROJECT (TUCKPOINTING)
August 2023
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
TABLE OF CONTENTS
SECTION 1. REQUEST FOR PROPOSALS ............................................................................................... 2
A. NOTICE – POSTED ON VILLAGE WEBSITE FRIDAY AUGUST 11, 2023: ..................................................... 2
B. PROJECT DESCRIPTION ...................................................................................................................... 3
SECTION 00101 PROPOSALFORM ........................................................................................................ 3
PROPOSAL FORM FOR HERITAGE CENTER FAÇADE RESTORATION PROJECT ................................................. 4
PART 2 – PRODUCTS ............................................................................................................................ 10
PART 3 – EXECUTION ........................................................................................................................... 10
PART 2 - PRODUCTS ............................................................................................................................ 13
PART 3 - EXECUTION ............................................................................................................................ 13
PART 2 - PRODUCTS ............................................................................................................................ 19
PART 3 - EXECUTION ............................................................................................................................ 21
1. SEALANTS: COLOR SAMPLES OF CURED SEALANT FOR SELECTION OF COLOR BY THE OWNER AND
ARCHITECT. .............................................................................................................................................. 26
PART 2 - PRODUCTS ............................................................................................................................ 26
PART 3 - EXECUTION ............................................................................................................................ 27
1.2 DESCRIPTION ........................................................................................................................... 29
1.3 DEFINITIONS ............................................................................................................................. 29
1.4 WORK NOT INCLUDED IN THIS SECTION .............................................................................. 29
1.5 MEASUREMENT AND PAYMENT .............................................................................................. 30
1.6 REFERENCES ........................................................................................................................... 30
1.7 QUALITY ASSURANCE ............................................................................................................. 30
1.8 SUBMITTALS ............................................................................................................................. 31
1.9 MOCK-UP FOR APPROVAL OF FINAL COLORS ...................................................................... 32
1.10 DELIVERY AND STORAGE ....................................................................................................... 32
1.11 WEATHER AND TEMPERATURE ............................................................................................. 32
1.12 SCAFFOLDING AND PROTECTION .......................................................................................... 32
2.2 PAINT MATERIALS .................................................................................................................... 33
3.2 PAINT PERFORMANCE AND FIELD QUALITY ASSURANCE ................................................... 35
3.3 PAINT SYSTEMS ....................................................................................................................... 36
3.4 EXTERIOR PAINTING ................................................................................................................ 36
3.5 CLEANING ................................................................................................................................. 36
C. GENERAL TERMS AND CONDITIONS ............................................................................................... 43
SECTION 2. PROPOSAL INSTRUCTIONS ............................................................................................... 53
A. GENERAL INFORMATION .................................................................................................................... 53
B. REFERENCES ................................................................................................................................... 54
C. PROPOSERS CERTIFICATION ............................................................................................................ 56
D. SEXUAL HARASSMENT POLICY .......................................................................................................... 58
E. PREVAILING WAGE AFFIDAVIT ........................................................................................................... 59
F. CERTIFICATION OF PAYROLL RECORDS ............................................................................................. 60
G. PERFORMANCE/LABOR AND MATERIAL BOND SAMPLES ...................................................................... 61
SECTION 3. REVIEW PROCESS ............................................................................................................. 66
A. EVALUATION OF PROPOSALS AND SELECTION .................................................................................... 66
B. BASIS OF AWARD ............................................................................................................................. 66
2
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
Section 1. Request for Proposals
A. Notice – posted on Village website Friday August 11, 2023:
Village of Oak Brook Request for Proposals Heritage Center Facade Restoration Project August 2023
The Village of Oak Brook is soliciting proposals for Heritage Center Facade Restoration Project.
Proposals should be addressed to:
Rania Serences
Purchasing and Budgeting Coordinator
Village of Oak Brook
1200 Oak Brook Road
Oak Brook, IL 60523
A Pre-Proposal Meeting and site visit will be held in the SE Dean Board Room of the Butler Government
Center, 1200 Oak Brook Road, Oak Brook, Illinois, 60523, at 10:00 A.M., Thursday, August 17, 2023.
Attendance at this meeting is mandatory. Failure to attend this meeting disqualifies a company from
submitting a proposal on this work. This meeting is an opportunity to ask questions concerning the
specifications and to visit the Heritage Center located at 1112 Oak Brook Road, Oak Brook, Illinois 60523.
The closing date and time for receipt of proposals is Thursday, August 24, 2023, 3:00 P.M. prevailing
time. Proposals received after the submittal time will be rejected and returned unopened to the sender.
A complete proposal package is on file for inspection and may be downloaded from the Village’s website at
www.oak-brook.org, or picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook,
Illinois 60523, between the hours of 8:00 A.M. and 4:30 P.M., Monday through Friday. There is no charge
for the package.
The Village reserves the right to reject any or all proposals, waive or not to waive any irregularities therein,
and to accept the proposal considered to be in the best interest of the Village.
3
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
B. Project Description
I. Introduction
The Heritage Center is a 1 & 2-story community building construction circa 1921. The facades are a
combination of brick masonry, limestone, and articulated wood trims. The building’s facades openings are
of decorative windows of different shapes and doors. The building is experiencing water infiltration along
the 2nd floor at the northwest and southwest corners (see aerial photo).
The approximately 6,000 square feet Heritage Center is located on the corner of 31st Street and Oak
Brook Road. The building is setback serval yards from the streets and is placed diagonally. The main
entrance faces the intersecting streets. The historic brick masonry structure has two stories in the center
with one-story wings at each side (see aerial photo and others).
Frank Osgood Butler donated the land and funded the construction of the schoolhouse. The Old Butler
School was built in 1921 in the architectural style known as Georgian Revival. It included features of the
Federal style on facades. In the typical Georgian Revival style, the chimneys are on opposite sides of
structure. The architect’s name is unknown. The building was added in 2003 to the National Register of
Historic Places. The building has been an important community-gathering place for many generations and
various events.
In 1975, the Oak Brook Historical Society was established in Old Butler School to serve the community as
resource for research and preserving the history of Oak Brook. The schoolhouse is now called the
Heritage Center.
II. Proposal Form and Specifications
SECTION 00101
PROPOSALFORM
PROPOSAL FROM: Name:
Address:
Telephone: Date:
THE UNDERSIGNED:
1. Acknowledges receipt of:
A. Addenda: No. , dated .
No. , dated .
4
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
2. Has examined the site and all proposal documents, upon which this proposal is based, and is
cognizant of the Contract requirements and conditions affecting the Work.
3. Agrees to:
B. Hold this Proposal open until 90 calendar days after the Proposal due date.
C. Accept the provisions of the Instructions to Proposers regarding consideration of proposals.
D. Enter into and execute a Construction Contract, as required by the Village of Oak Brook.
4. Proposes to furnish all labor, materials, equipment, and services, including overhead and profit,
and to perform all Work necessary for the completion of the Project, as drawn and specified, in
strict accordance with the above-named Construction Contract Documents, for the prices
outlined below. The Unit Prices listed on the attached Proposal form shall be the basis for both
the determination of this Proposal and for adjusting the Contract Sum for actual quantities of
work performed. The Unit Prices shall remain constant through completion of all phases of work.
5. Should more or less work be required, Architect shall adjust work quantity and cost/credit
will be recorded on a Village of Oak Brook Change Order form, based on contract unit
costs.
Proposal Form for
Heritage Center
Façade Restoration
Project
(Tuckpointing Restoration)
Note: For a complete description of the repairs, see Summary of Work, 00101.
WORK
ITEM
NO.
WORK DISCRIPTION
EST. QTY
UNITS
OF
MEAS.
TOTAL PRICE
Section A (Parapet - North)
1 Performance and Payment Bond 1 Lump Sum $
2 Mobilization and General Provisions 1 Lump Sum $
3 Site Protection 1 Lump Sum $
4 Tuckpointing 1 Lump Sum $
Total $
Note: See Aerial Map for location of
Section listed on proposal sheets.
5
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
COST PER UNIT ITEM SHOULD ADDITIONAL WORK BE NECESSARY
WORK
ITEM
NO.
WORK DISCRIPTION
EST. QTY
UNITS
OF
MEAS.
UNIT PRICE
Scope of Work for Repairs
1 Tuckpointing 1 SF $
2 Waterproofing existing lintel
(includes see detail 4.)
1 LF $
3 Lintel Replacement 1 LF $
4 Brick Replacement 1 SF $
5 Sealant Replacement (incl. Door,
Window, & Louvers Frames)
1 LF $
6 Paint Door and Window Frames $
a) Door Frames 1 Each $
b) Window Frames
c) Louvers
1
1
Each
Each
$
$
6
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
6. LISTING OF MAJOR SUBCONTRACTS: Major subcontractors must be included in the
proposal form. The Undersigned states that he will employ reputable and experienced
Subcontractors for the separate portions of the Work, who are as follows:
SUBCONTRACTORS PORTION OF WORK (DESCRIPTION)
7. Proposes the following voluntary alternates to the Contract requirements or specifications:
Additional space may be used on a separate page to further discuss the benefits of proposed
voluntary alternate.
PROPOSED VOLUNTARY ALTERNATE PROPOSED CHANGE IN BASE PROPOSAL
8. Affirms that he/she has enclosed the following required attachments:
A. A Completed Proposal Form Spreadsheet.
B. A proposed Construction Schedule, indicating the sequence of work, starting and completion
dates for all tasks.
C. Names and resumes for the Superintendent and proposed candidate(s) for Foreman.
PROPOSER
(Legal name of person, firm, or Corporation)
By:
(Name)
(Title)
If a Corporation
ATTEST:
(Secretary)
7
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
8
j:\worddoc\rfp\2023 rfp\heritage center facade restoration project.doc
- END OF SECTION -
9
SECTION 00102
SUMMARY OF WORK
PART 1 – GENERAL
1.01 BASE PROPOSAL/SCOPE OF WORK
A. The following is a summary of the work to be included in the Scope of Work for the
Base PROPOSAL. The Base Proposal incorporates work to be performed on all
elevations.
B. The Architect will perform an initial inspection with the Contractor at the start of work
at each section to verify specific areas where repairs are to be performed.
C. During the performance of the work, the Architect will visit the site to observe
progress and verify that it is being performed in accordance with the Construction
Documents. The Contractor shall allow the Architect access to the exterior walls to
observe the work in progress.
D. Refer to attached photographs and details.
E. Scope of Work for Repairs:
1. Tuckpointing: Grind and point deteriorated or cracked masonry brick joints, at
locations shown on the photographs or where directed by the Architect. See
attached tuckpointing detail for further information. Color of new mortar to be
selected and approved by Owner.
2. Lintel Replacement: Replace steel lintels above door frames and windows on
the facades. See designated lintels shown on photographs or where directed
by the Architect.
(a) Perform the following:
a) Remove three (3) brick courses or one (1) soldier brick course
above the damaged lintel
b) Coat new lintel 100% with heavy duty antirust paint (i.e. Tnemec or
equal) and install. Color to be selected and approved by Owner.
c) New steel lintels to bear 6” (minimum) over masonry walls at each end.
d) Install stainless steel drip edge at bottom of angle and apply self-
adhesive waterproofing membrane flashing over the steel lintel and
S.S. drip edge
e) Install end dams at each end and termination bar with 16” O.C.
stainless steel fasteners and seal top of term bar (see lintel detail
for more information).
f) Install three (3) brick courses or one (1) soldier brick course
above new matching bricks and mortar (new bricks to match
existing masonry). See attached lintel detail for further
information.
10
3. Brick Replacement: Replace distressed brick masonry at locations shown on
the photographs or at other locations of distressed brick masonry designated
by the Architect. Color, texture, and shape of new brick to be selected and
approved by Owner.
4. Sealant Replacement: Remove deteriorated sealant around perimeter of
window frames and door frames. Frames and masonry surfaces to be scraped
and cleaned for the installation of new sealant prime. Install bond breaker tape
or backer rod and apply new sealant as per attached detail or as directed by
Architect. Color of sealant to be selected and approved by Owner.
5. Paint Door and Window Frames: Window frames and door frames to be
scraped and cleaned from deteriorated paint. Prime wood or metal frames as
per manufacturer’s product data sheets. Apply two finish exterior paint as
shown on photographs or as directed by Architect. Color of paint to be
selected and approved by Owner.
(a) Miscellaneous metals such as decorative and/or staircase shall be scraped,
primed, and apply two coast of exterior finish paint. Color of paint to be
selected and approved by Owner.
(b) Decorative wood surfaces shall be scraped, primed, and apply two coast
of exterior paint. Color of paint to be selected and approved by Owner.
PART 2 – PRODUCTS
Not Used
PART 3 – EXECUTION
Not Used
END OF SECTION
11
SECTION 00301
MORTAR
(Tuckpointing)
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Furnish all labor, materials, tools, and equipment and perform all work necessary for
and incidental to providing materials and pre-mixed mortar as specified herein, in
accordance with the provisions of the Contract requirements.
B. 100% of all façade mortar shall be re-pointed. Custom color mortar can be obtained
from Henry Frerk Sons or be field matched by the mason using DCS masonry
pigments. There is an option, if approved by Owner for the Contractor to select
another mortar manufacturer. The mortar color shall be approved by the Owner before
work commences. It is suggested that all cleaning and stone patching repairs be
completed before re pointing. Failed common brick should be replaced with lime mortar
to match the dominant color (the modern Portland cement, lime, and sand from the
previous repointing job) unless 100% of brick is to be repointed (recommended) then a
lime mortar (N.H.L 3.5) should be used.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 00302 - Brick Masonry
1.03 REFERENCES
A. Except as modified by this Specification, applicable portions of the following reference
standards shall govern the Work:
1. ASTM C 1707-09 – Pozzolanic Hydraulic Lime
2. ASTM C 144 - Standard Specification Aggregate for Masonry Mortar
3. ASTM C 207 06 - Standard Specification for Hydrated Lime for Masonry
Purposes
4. ASTM C 270 06 - Standard Specification for Mortar for Unit Masonry
5. ASTM C 780 06 - Standard Test Method for Preconstruction and Construction
Evaluation of Mortars for Plain and Reinforced Unit Masonry
6. ASTM C 780 – Standard Test Method for Preconstruction and Construction
Evaluation of Mortars and Plain and Reinforced Masonry
1.04 QUALITY ASSURANCE
A. Mixer Qualifications: Must have experience in preparation of masonry mortar.
Apprentices must be fully supervised by an experienced journeyman.
B. Mortar Testing: Upon request by the Owner, the Contractor shall engage a qualified
independent testing laboratory to perform specified tests of mortar. Costs for such
tests will be paid by the Owner.
12
1.05 SUBMITTALS
A. Manufacturer’s printed literature including instructions for handling, storing, and use, as
well as “spec data” sheets for all materials specified for this specification section.
B. Certifications: Prior to delivery of materials to the project site, submit to the Architect
certificates attesting to compliance with the applicable specifications referenced herein,
including:
1. Pre-Mixed Mortar Product Data Sheets
2. Sand Gradation
1.06 DELIVERY, STORAGE, AND HANDLING
A. All materials received at the site shall arrive in unopened packaging and shall be
unloaded with care and handled to avoid any damage or contamination of the
materials.
B. All materials shall be stored, covered, and protected from the weather in
strict compliance with the manufacturer’s recommendations.
C. The locations for storage shall be approved by the Owner.
D. Packaged materials shall be stored above ground on platforms permitting air circulation
beneath them.
E. Sand shall be stored in a manner to avoid direct contact with ground surfaces, and to
prevent contamination from dirt, debris, etc.
1.07 TRIAL REPAIR
A. Provide a sample of the mortar work installed in a trial repair area at a location mutually
agreed upon with the Architect and Owner. Upon approval, the quality of the Work
used in the trial repair area shall be established as the standard for the project and
remain available throughout the entire job. Do not discard, it must be present until the
facade restoration is 100% completed. The trial repair shall consist of the following:
1. A sample of pre-mixed mortar for use in pointing brick masonry joints.
2. A sample of setting mortar for new brick masonry.
3. Provide up to three (3) samples of new mortar installed in a trial repair area at
locations mutually agreed upon with the Architect and Owner for the purpose of
selecting the appropriate finished mortar appearance. Samples are to be
minimum 4 sq. ft. in area. Additional samples may be required by the Contractor
until an acceptable mortar color is found.
13
PART 2 - PRODUCTS
2.01 MATERIALS
A. Cementitious Materials:
1. Niagara PHL mortar pre-mix
2. MASONRY CEMENTS WILL NOT BE ALLOWED.
B. Sand: ASTM C 144, except that the grading shall comply with the limits specified in
Section 4.3 of Brick Institute of America (BIA) Technical Note 8A.
C. Admixtures:
1. No air-entraining admixtures or materials containing air-entraining admixtures
shall be used in mortar.
2. No antifreeze compounds or other substances, including calcium chloride, shall
be added to mortar.
D. Water: Clean, potable, and free from deleterious amounts of acids, alkalis, or organic
materials.
E. Mortar Colors: Inorganic compounds used in the proportions recommended by the
manufacturer, but in no case exceeding 10% of the cement volume, except that carbon
black may not exceed 3% of the weight of the cement.
2.02 AESTHETICS
A. Colors for new mortar shall be approved by the Owner and Architect as part of the Trial
Repair.
B. The new mortar shall match the existing mortar in composition, texture, particle size,
and appearance.
C. Where possible, use colored aggregates to obtain desired mortar color.
2.03 PROPORTIONS
A. Niagara PHL or equal blended hydraulic lime
PART 3 - EXECUTION
3.01 MORTAR REMOVAL
A. Grind or chisel out mortar joints to a depth of at least 2 1/2 times the width of the joint
or deeper until sound original mortar is located.
B. Remove all mortar fins left by the grinder from the top and bottom bricks so pointing
mortar obtain a direct bond to the brick.
14
C. Remove all dust and debris from joints to ensure sound bonding.
D. Perform the above steps without damaging the masonry units or building.
E. Control of water absorption of the material. Substrate should not have standing water
rapidly absorbed. A fine mist may be used to control the rate of absorption. Any
issues that my attribute to the substrate retaining moisture must be repaired prior to
work being done.
F. The typical mix ratio for PHL is 3.5 is 1:3 (lime vs. sand) based on volume. Do not use
frozen materials mixed with or coated with ice or frost.
G. The lime and sand should be mixed prior to adding any water to ensure there is not to
much water in the mix.
H. After a dry mix of lime and sand is thoroughly performed, add water carefully for the
correct consistency. Note: Too much water can cause the material to shrink and
become weak.
I. When the temperature of surrounding air is, or is anticipated to be, 40oF and falling, or
90oF and rising within 24 hours of Work, take precautions to protect masonry materials
and installed masonry work. Comply with BIA Technical Note 1, “All-Weather
Construction.” A copy of this document is available from the Architect upon request.
3.02 WALL PREPARATION
A. Pre-wet the wall with copious amounts of water (SSD). Setting up a lawn sprinkler on the
masonry and letting it run for an hour or so is usually a very good way to ensure the wall
is thoroughly wet. Simply misting the wall with a hand sprayer or Hudson sprayer is NOT
sufficient.
B. Lime mortar is a very dry mix, so you want to keep the walls from absorbing what little
water is in the mix. If your walls are not thoroughly pre-wetted your mortar will fail, and/or
the color will shift.
C. Protect the walls from high winds, direct sunlight and/or heat by tenting the area with
dampened burlap attached at the wall on the top and draped over the scaffold.
3.03 MORTAR FOR SETTING NEW MASONRY
A. Curing process: Material to be protected from drying wind, frost, direct sun, and
rain for a minimum of 7 days. The use of wet burlap, plastic and fine misting may be
necessary in conditions that are required. Freezing conditions will require special care
to be taken to avoid freezing the mortar.
B. Mortar can be mixed by hand or in a modern mortar mixer. Mix the dry materials for 2
minutes, add some water and mix for 5 minutes. Let mortar stand for 30 minutes then
re-mix for another three minutes to required consistency.
C. USE A TIMER: Add water slowly as the mixer is running to help control the amount
added. It is very easy to add too much water.
15
The final consistency of the mortar should be that of brown sugar. To test for proper
consistency, you can do either of the following:
D. Test 1: Grab a handful of mixed mortar and form it into a ball. Toss the ball into the air
and let it land in your palm several times. The ball of mortar should just barely hold
together without breaking apart, but it should not leave very much (if any) residue on
your skin.
E. Test 2: Take a handful of mixed mortar and squeeze it in your palm. If the mortar
readily oozes between your fingers you have mixed with too much water. If the mortar
just starts to push between your fingers, you have a good workable consistency.
F. Dry lime mixes are good for the integrity of the mortar. The drier the mix the less mortar
smears you will get on the building during the pointing process. Most lime mortar
pointing projects can be completed with little or no washing afterwards which saves the
contractor significant time and money and extends the life of the job by not having the
fine aggregates removed by washing.
G. Apply the mortar in 1/4” lifts, waiting until the previous lift is thumb print hard before
applying the next lift.
H. Tool mortar joints when the installed mortar is thumbprint hard. Proper timing of the
tooling is important to achieve uniformity in appearance. If the mortar is tooled while it
is too soft, its final color can often appear lighter than expected, and hairline cracks
may occur. If mortar is tooled after becoming too hard, there may be dark streaks
called "tool burning" and good closure of the mortar against the masonry units will not
be achieved. There are a variety of pointing styles that you can choose from, but we
always recommend tooling in the same style as the original. Based on our
observations, you may want to consider using a beaded joint profile to mimic the
original joints found on the rest of the façade. The common brick joints should be struck
with a reverse weather strike. The surface of the brick repointing mortar can be stippled
with a short bristle chip brush to further enhance the weathered appearance of the new
mortar. Custom pointing tools may be required depending on the final profile you
select. Never allow your mason to brush freshly laid mortar joints as this destroys the
aesthetics of the mortar and smears mortar across the brick.
I. In some cases, it may be necessary to remove fresh mortar smears from newly
pointed work. The most effective period to clean new mortar smears is between 14-28
days after the masonry has been installed. Thoroughly saturate the section of wall you
wish to clean with water and, working from the bottom upward spray or scrub onto the
wet wall Prosoco Vanatrol mixed at one-part chemical to 8-10 parts water. Vanatrol is
a mild hydrofluoric acid, so it is necessary to wear proper protection, use acid
resistant tools and protect plants, windows, metal, and anything else you do not want
the acid to destroy.
J. Allow the Vanatrol to dwell on the surface for 10 seconds and scrub mortar smears with
a stiff acid resistant brush. Heavy buildup of excess mortar can be removed by
scraping it with a wooden scraper or brick similar in color to the units the house is
constructed with. Never use a metal scraper as the acid will react with the metal and
may embed permanent metallic stains into the masonry.
16
K. It is important not to let the cleaner dry into the masonry as this may leave a residue
and cause permanent staining. To avoid streaking, keep adjacent and lower wall
surfaces wet and rinsed free of cleaning residues. Avoid more than one reapplication
over the same area as repeated applications may cause a white detergent film to be
deposited on the masonry surface.
L. Rinse the masonry thoroughly by hand or with a power washer on a low setting with a
fan tip using fresh water to remove all cleaning chemicals, free sand, loose material,
and debris. Rinse from the bottom of the work area to the top. Thorough rinsing is
extremely important to ensure that all residues are removed from the porous masonry.
3.04 CLEAN-UP
A. At the completion of masonry work, remove all equipment and supplies used for mixing
mortar.
B. Clean up all debris, refuse, and surplus materials, remove them from the site, and
properly and legally dispose, off site, of all such materials.
END OF SECTION
17
SECTION 00302
BRICK MASONRY
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Furnish all labor, materials, tools, and equipment and perform all Work necessary for
and incidental to brick masonry repairs as specified herein, and in accordance with the
provisions of the Contract requirements.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 00301 – Mortar
B. Section 00401 – Sealants
C. Section 00402 – Exterior Painting
1.03 REFERENCES
A. All masonry work shall be performed in accordance with the ACI 530.1-95/ASCE 6-
95/TMS 602-95, “Specifications for Masonry Structures.”
1.04 QUALITY ASSURANCE
A. Contractor: Must have experience in construction and supervision of brick masonry
repair and restoration work.
B. Bricklayer/Tuckpointer Qualifications: Must have a minimum of two (2) years’
experience in brick masonry restoration work, except for apprentices, which must be
fully supervised by an experienced bricklayer/tuckpointer.
C. Testing of New Brick Units: Upon request by the Owner, the Contractor shall engage a
qualified independent testing laboratory to perform specified tests of brick units in
accordance with ASTM C 67. The Owner will pay costs for such tests. Test reports for
units manufactured within the previous six months will be accepted in lieu of performing
new tests.
1.05 SUBMITTALS
A. Manufacturer’s printed literature includes instructions for handling, storing, and use, as
well as “spec data” sheets for all materials specified for this specification section.
B. Test Reports: Test reports from an independent testing laboratory for all face brick
units to be incorporated into the Work, showing:
1. Compressive strength
2. 24-hour cold-water absorption
3. 5-hour boil absorption
18
4. Saturation coefficient
5. Initial rate of absorption (suction)
C. Certifications: Prior to delivery of materials to the project site, submit to the Architect
certificates attesting to compliance with the applicable specifications referenced herein.
D. Samples:
1. Not less than five (5) brick units, showing variations in color and texture.
2. Three (3) Dur-O-Wall repair anchors.
3. Three (3) masonry wall ties.
4. Three (3) of each type of fastener and anchor to be used.
5. Three (3) 6-inch lengths of membrane flashing.
6. Three (3) 6-inch lengths of stainless-steel drip edge.
7. Three (3) 6-inch lengths of stainless-steel termination bar.
E. Material Safety Data Sheets: Maintain a copy of MSDS at the project site for all
materials and products for which such information is required.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Materials shall be stored in such a manner as to prevent damage or place undue stress
on the existing structure or the roofing systems of the building.
B. All materials received at the site shall arrive in unopened packaging and shall be
unloaded with care and handled to avoid any damage or contamination of the
materials.
C. All materials shall be stored, covered and protected from the weather in strict
compliance with the manufacturer’s recommendations.
D. The Owner’s Agent shall approve the locations for storage.
E. Brick units, accessories, and other packaged materials shall be stored above ground
on wood pallets or other platforms.
F. All damaged, contaminated, or otherwise unsuitable materials shall be removed from
the project site.
1.07 TRIAL REPAIRS
A. Provide a sample of the brick masonry repair work installed in a trial repair area at a
location mutually agreed upon with the Architect and Owner’s Agent. Upon approval,
the quality of the Work used in the trial repair area shall be established as the standard
for the project. The trial repair shall consist of the following:
1. A sample of brick masonry crack repair, two feet in length.
2. A sample of grinding and pointing brick masonry joints, 4 ft. x 4 ft. area.
3. A sample of lintel angle removal and replacement, including flashing with end
dam.
4. A sample of removal and reconstruction of distressed brick masonry.
5. A sample installation of two repair anchors.
19
B. Provide samples of new pointing mortar installed in mock-up locations in accordance
with Section 00301 for the purpose of selecting the finished appearance of mortar.
Samples are to be minimum 4 ft. x 4 ft. in area.
1.08 TEMPERATURE REQUIREMENTS
A. When the temperature of surrounding air is, or is anticipated to be, 40 degrees F and
falling, or 90 degrees F and rising within 24 hours of Work, take precautions to protect
masonry materials and installed masonry work. Comply with BIA Technical Note 1, “All-
Weather Construction.” A copy of this document is available from the Architect.
1.09 PROTECTION
A. Work Areas:
1. The Contractor shall cover, or otherwise protect from the weather, all partially
completed areas of Work at the end of each working day or shutdown, or when
work is not in progress.
2. Extend cover a minimum of 24 inches beyond each side of openings in walls.
3. Cover shall be securely fastened in place.
4. New mortar shall be prevented from staining existing and new materials adjacent
to work areas.
B. Existing Areas:
1. Erect temporary protection as necessary to prevent the spread of dust into the
interior, and to protect the interior from the weather.
2. Protect all windows, landscaping, and sidewalks below from droppings of mortar.
3. Immediately remove mortar in contact with windows and with the face of adjacent
masonry.
1.10 UNANTICIPATED CONDITIONS
A. Where conditions are uncovered that are not anticipated by the Drawings and
Specifications, the Contractor shall notify the Architect immediately before any repairs
are initiated. The Architect will review the condition and make a determination on how
to properly proceed with the Work.
PART 2 - PRODUCTS
2.01 MASONRY UNITS (Note: Brick color, texture, and shape to be selected and approved
by Owner.
A. Face Brick: ASTM C 216, Grade SW, Type FBS, and as follows:
1. For the North and Courtyard Elevations, size, texture, and color of face brick shall
match existing bricks. The process of selecting an appropriate replacement brick
unit may require several submittals by the Contractor.
2. Hebron Prairie Common Brick shall be used for rebuilding large areas within
common brick walls, including the West Elevation and parapet rebuilding.
3. If sufficient quantities of face brick cannot be salvaged, use new face brick for
repairs at other locations.
20
4. The Contractor shall provide uncored brick for corners, jambs, sills, and special
shapes where required.
5. Corner and jamb units shall have finished faces on the two adjacent sides of the
units.
6. Header brick units shall have a finished face on one end.
7. Minimum compressive strength shall be 2,500 psi.
8. Do not exceed variations in color and texture of samples accepted by Owner and
Architect.
9. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is
rated "not effloresced."
B. Salvaged Brick:
1. Salvaged brick shall be sound and cleaned free of mortar and dirt. No chips
larger than the size of a nickel will be permitted. The Contractor and Architect
shall review salvaged brick units at the start of the project to establish acceptable
criteria for acceptance of salvaged units. Following the establishment of those
criteria, the Architect reserves the right to reject chipped brick units.
a. Salvaged FACE brick units are to be used on the building walls for
localized small areas of brick replacement.
b. Salvaged COMMON brick units are to be used on the building walls for
localized areas of brick replacement other than the west elevation or
parapet rebuilding.
2.02 ACCESSORIES
A. Structural Steel Lintel Angles:
1. ASTM A 36 angles sized as necessary to be properly installed to support code-
required loads for existing window opening size and conditions. Minimum size for
lintel angle shall be 4in. X 4in. X 5/16 in. Minimum bearing at each end of new
loose-laid lintels shall be 6 inches. Spacing for anchors is to be determined by
structural evaluation for each specific condition. Max. anchor spacing to be 24
inches o.c. and 6 inches from any end.
2. All lintel angles are to be shop fabricated prior to hot-dipped galvanizing.
3. Structural steel shall be hot-dipped galvanized in accordance with ASTM A 123.
4. Clean exposed portions of lintel angles with “Oakite, #747” phosphate wash prior
to painting.
5. Paint exposed portions in accordance with Section 00402.
B. Masonry Wall Ties: Adjustable Triangular Type, Series No. 5801445, stainless steel,
with 3/16-inch diameter pintle, and 5-1/2-inch anchor, as manufactured by Dur-O-Wall,
Inc. or approval equal.
C. Masonry Repair Anchors: Series No. 5005 Repair Anchor manufactured by Dur-O-
Wall, Inc.
D. Lintel Angle Anchors into Masonry Back-up: Type 304 stainless steel masonry sleeve
anchor, manufactured by Hilti Corporation, or equal, 5/8-inch diameter, min. 4 in.
embedment.
21
E. Anchors and Fasteners (General): Shall conform to ASTM A 276, Type 304, stainless
steel, unless otherwise noted.
F. Painting Steel: See Section 00402
G. Flashing: 40 mil, self-adhesive, cold-applied sheet, “Perm-A-Barrier” wall flashing. Lab
and seam edge sealer is to be “Bituthene Mastic.” Substrate surface conditioner, if
necessary, shall be “Perm-A-Barrier Surface conditioner.” All products are
manufactured by W.R. Grace and Company.
H. Flashing Termination Bar: Minimum 16 ga. by 1 inch in width, 300 series stainless steel
bar, with pre-punched, or pre-drilled holes for fasteners at 12 inches on center.
Alternative products may be submitted for review by the Architect.
I. Fasteners for Termination Bar: 3/16-inch diameter by 1-1/2-inch-long min., 300 series
stainless steel “Metal Hit Anchor” manufactured by Hilti Corporation. Alternative
products may be submitted for review by the Architect.
J. Flashing Drip Edge: Minimum 28-gauge, 300 series, stainless steel sheet. Fabricate to
profile shown on Drawings, including 3/8-inch, hemmed drip edge.
K. Expansion Joints: “AA3410 Joint-Tite”, by AA Wire Products Company, preformed
neoprene joint filler, ASTM D 1056 compressible neoprene, of size and thickness
necessary for specific joint application, but minimum of 3/8-inch thickness, or Architect
approved equal.
L. Weeps: 100 percent cotton cord, ¼ inch diameter, 12 inches long, min., inserted into
clear plastic tube where exposed on exterior and where it penetrates sealant joints.
M. Plastic shims: If used, shall be Korolath shim strips, thicknesses and sizes as required
for proper installation of fasteners, or Architect approved equal.
N. Exterior Sealant: See Section 00401, “Sealants.”
O. Masonry Cleaner: “Enviro-Klean Mortar and Grout Remover,” as manufactured by
ProSoCo, Inc. of Kansas City, Kansas.
P. Water: Clean, potable, and free from deleterious amounts of acids, alkalis, or organic
materials.
PART 3 - EXECUTION
3.01 DEMOLITION
A. Removal of Brick Masonry: At locations shown on the Drawings, or where directed by
the Architect, remove existing distressed or deteriorated brick masonry. Also remove
deteriorated or otherwise distressed back-up masonry. Insure that these operations will
not damage or crack surrounding masonry that is intended to remain. All existing
22
sound bricks that are damaged shall be removed and replaced by the Contractor at his
expense.
B. At all locations where demolition is performed, inspect all brick units removed from the
exterior walls. Salvage sound face brick units meeting the standards set at the start of
the project for salvaged units. Clean all mortar from all brick surfaces. Store salvaged
units at the Owner’s storage area.
3.02 GENERAL ERECTION REQUIREMENTS
A. Bond Pattern: Bond pattern of new masonry work shall match existing masonry on the
building. Where possible, install new true header brick units at locations where
previous headers existed.
B. Joining of Work: Where new masonry abuts existing masonry to remain, brick units
shall be toothed in running bond areas, and shall be installed in existing bond patterns
at other areas to naturally blend with surrounding masonry.
C. Cutting Brick Units: Where necessary to cut brick units, do so with a motor-driven saw.
Do not break brick units with hand tools.
D. Mortar Joint Thickness: Lay all brick masonry with joint thicknesses to match existing.
3.03 ERECTION OF MASONRY
A. Wetting Brick Units: If brick suction exceeds 30 grams/minute/30 sq. in., one (1) day
before brick units are to be used, place a hose on pile of bricks until water wets all brick
units and runs from pile. In extremely warm weather, place hose on pile several hours
before bricks are to be used.
B. Installation:
1. Lay masonry as plumb and true to line as adjacent surfaces will permit.
2. Lay with completely filled head and bed mortar joints.
a. Do not furrow bed joints.
b. Butter ends of brick with sufficient mortar to completely fill head joints.
3. Do not pound corners and ends to fit stretcher units after they are set in position.
Where an adjustment must be made after brick has been placed, remove and
replace mortar.
C. Back-Up Walls:
1. All voids in back-up masonry that are exposed during the repair work shall be
filled solid with mortar. At locations where back-up masonry is intended to
remain, but is distressed and requires significant repair or reconstruction, notify
the Architect for direction prior to proceeding.
2. Notify the Architect of all spalls in the concrete structure that are exposed during
the demolition work. Repair of concrete spalls will be performed at the direction of
the Architect, with approval from the Owner’s Agent.
23
D. Anchor new exterior masonry wythe to existing back-up with true header brick units
installed in pattern to match original masonry.
E. Where it is not possible to install true headers, install adjustable masonry wall ties:
1. Maximum tie spacing:
a. Vertically: 16 inches on center
b. Horizontally: 16 inches on center
2. No wall tie is required in a replacement area less than two square feet in area.
3. Locate pintles of ties in the middle of the horizontal mortar joints of the face brick
masonry. End of pintles shall be 1 inch short from the face of the masonry.
F. Tooling of Exterior Joints:
1. Tool joints to a concave profile.
2. Tool joints with a round jointer, slightly larger than the width of the joint.
3. Tool after mortar is “thumbprint” hard.
G. Remove excess mortar from exterior wall surfaces as the work progresses.
3.04 TUCKPOINTING
A. Remove existing mortar in joints to a depth of at least ¾ inch. Remove additional
mortar to greater depth, if it is found to be unsound or deteriorated. Remove all traces
of mortar on brick surfaces within the joint interface to be tuckpointed, including head
joints. Remove all loose material and dust. Care shall be taken during cutting not to
damage the brick. Surfaces of brick to receive new mortar must be free of all mortar
and dust.
B. Thoroughly rinse mortar joints with water to completely remove all loose material and
dust.
C. Wet the mortar joints thoroughly before applying fresh mortar. Allow water to soak in
until there is no free-standing water, and masonry is in a saturated surface dry
condition. Pack mortar tightly in thin layers, allowing each layer to become “thumbprint”
hard before packing the next layer. Continue to pack in layers until the joint is filled.
D. Tool the surface to a concave profile using a metal striking tool.
E. Remove excess mortar from exterior wall surfaces as the work progresses.
3.05 SEALANT INSTALLATION
A. Refer to Section 00401.
3.06 CLEANING OF MASONRY WORK
A. Perform punch list repairs prior to cleaning masonry work.
B. For masonry wall areas where repairs are made only at selected areas:
1. Remove excess mortar as the work proceeds.
24
2. Thoroughly rinse the exterior walls with a low-pressure (maximum pressure of 50
psi) water rinse. Use a soft-fibered masonry washing brush or wooden paddle as
necessary.
3. If this cleaning process does not result in a satisfactory visual appearance due to
excessive mortar on the brickwork, clean using specified product in accordance
with the manufacturer’s instructions.
C. At the Contractor’s option, information on alternate methods of cleaning masonry may
be submitted to the Architect for review.
3.07 CLEAN-UP
A. At the completion of masonry work, remove all scaffolding, tools, equipment, and
unused materials from the project site.
B. Clean up all debris, refuse, and surplus materials, remove them from the site, and
properly and legally dispose, off site, of all such materials.
END OF SECTION
25
SECTION 79000
SEALANTS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Furnish all labor, materials, tools and equipment and perform all work necessary and
incidental to providing and installing terra cotta as specified herein.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 00301 – Mortar
B. Section 00302 – Brick Masonry
C. Section 099723 – Painting
1.03 QUALITY ASSURANCE
A. Sealant Manufacturer: Sealant manufacturer’s representative shall visit the building to
become familiar with the project. The sealant manufacturer’s representative shall also
review all proposed sealant profiles and approve of the use of their sealant for these
applications. The sealant manufacturer shall perform necessary tests to verify
compatibility of sealant with all materials that will come into contact with the sealant.
The Contractor shall consult with the representative of the sealant manufacturer.
B. Contractor: Must have a minimum of five (5) years’ experience in construction and
supervision of masonry repair and restoration work.
C. Except as modified by the drawings and specifications, all sealant work shall be in
accordance with ASTM C-1193 and sealant manufacturer’s recommendations and
guidelines.
D. Pre-construction field adhesion testing:
1. At site prior to general installation, conduct field adhesion tests of joint sealants
to actual joint substrates using proposed joint preparation methods.
2. Conduct tests for each type of sealant and substrate.
3. Locating field-test joints where inconspicuous or as approved by Architect.
4. Include new areas and areas typical of those requiring removal of existing
sealants.
5. Test method: Use manufacturer's standard field adhesion test methods and
methods proposed for joint preparation to verify proper priming and joint
preparation techniques required to obtain optimum adhesion of joint sealants to
joint substrate.
6. Evaluate and report results of field adhesion testing.
7. Joints installed during pre-construction field adhesion testing that are accepted
shall be retained as standard of acceptability and incorporated into Work.
26
1.04 SUBMITTALS
A. Submit three samples of each of the following items intended for use on the project:
1. Sealants: Color samples of cured sealant for selection of color by the
Owner and Architect.
2. Backer Rod: One (1) foot section of each different type of backer rod to be used
on the project.
3. Bond Breaker Tape: One full or partial roll of bond breaker to be used on the
project.
B. Manufacturer’s printed literature including installation instructions, recommendations,
and guidelines for:
1. Sealant
2. Backer Rod
3. Bond Breaker Tape
C. Sealant manufacturer shall submit a written statement regarding his visit to the
building, review of the project, and applicability of the sealant for this project.
D. Sealant compatibility and adhesion test reports shall be submitted by the sealant
manufacturer indicating that all substrates which come into contact with, or are in close
proximity to, the sealants have been tested for compatibility and adhesion with the
sealant.
1.05 DELIVERY, STORAGE, AND HANDLING
A. All materials received at the site shall arrive in unopened packaging and shall be
unloaded with care and handled to avoid any damage or contamination of the
materials.
B. All materials shall be stored, covered, and protected from the weather in strict
compliance with the sealant manufacturer’s recommendations. The locations for
storage shall be approved by the Owner.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Sealant material for sealing of masonry-to-metal, terra cotta-to-metal, metal-to-metal,
and metal-to-glass joints shall be one part neutral-cure, silicone sealant in accordance
with ASTM C920 Type S, Grade NS, Class 50, such as Dow Corning 795 or approved
equal. Color to be selected by Owner from manufacturer’s standard colors. Different
colors may be selected for different joint applications.
B. Sealant material for sealing of masonry-to-masonry joints shall be a one-part silyl-
terminated polyether sealant such as Sonolastic 150 as manufactured by BASF; or
approved equal. Color to be selected by Owner from manufacturer’s standard colors.
Different colors may be selected for different joint applications.
C. Backer rod shall be extruded, closed cell polyurethane foam or polyurethane jacketed
polyurethane foam, non-bleeding, non-staining, oversized 30 to 50 percent, or as
otherwise recommended by the sealant manufacturer.
27
D. Bond Breaker Tape: Recommended by the sealant manufacturer for the specific joint
surface and conditions.
E. Primers shall be used for all exterior sealants. Primer shall be as recommended by the
manufacturer of the sealant for the specific joint surface and conditions.
F. Joint Cleaner shall be as recommended by the manufacturer of the sealant for the
specific joint surface and conditions; compatible with joint forming materials.
G. Compatibility: Provide materials that are compatible with one another and with
substrates under project conditions.
H. Other Materials: Provide other materials not specifically described herein or shown on
the drawings but required for the complete and proper execution of the work.
PART 3 - EXECUTION
3.01 FIELD QUALIFICATION TEST
A. Perform specified preparation and joint sealant work on representative samples for
each different sealant material and joint.
B. As a check for adhesion, at least one hand-pull test shall be conducted after the
sealant sample is fully cured. This will be done at each type of sample joint. The
adhesion test shall be performed by the Architect or sealant manufacturer’s
representative.
C. Verify with the sealant manufacturer the proper techniques for repair areas. Repair the
sealant in the test areas by cleaning, priming, and applying new sealant. Assure that
the bond between the new and test sealants is obtained.
D. The Owner and Architect reserve the right to perform additional random field adhesion
tests as the Work progresses. The Contractor will be required to repair all of the test
locations at no cost to the Owner.
3.02 SUBSTRATE PREPARATION
A. The sealant manufacturer shall have a qualified representative visit the site at the
beginning of the sealant joint work, and periodically thereafter, as necessary to ensure
the proper installation of the sealant materials.
B. Examine all surfaces to receive new sealant. All surfaces must be clean, dry, sound,
and free of frost. At all times, follow the manufacturer’s recommendations. Application
or installation of materials constitutes acceptance of the substrate.
C. Verify dimensions of sealant joints by field measuring all joint locations to receive new
sealant to ensure that proper sealant joint profiles will be maintained.
D. Remove all dirt, grease, debris, unsound substrate materials, and residues of existing
sealants.
E. Clean and prepare all sealant contact surfaces with sealant manufacturer’s approved
solvent and cleaner.
28
3.03 SEALANT INSTALLATION
A. Install all materials in accordance with ASTM C1193 and the sealant manufacturer’s
printed instructions. Unless otherwise directed, conform with the following:
1. Sealant shall not be installed below an ambient or surface temperature of 40
degrees F. Do not apply sealant materials if precipitation appears imminent
within 24 hours of installation. All sealants installed contrary to these
requirements are subject to rejection by the Architect.
2. Mask or otherwise prevent sealant and/or required primers from staining existing
adjacent construction.
3. Apply sealant primer to sealant substrate surfaces.
4. Install appropriate backer rod or bond breakers.
5. Place sealant in joints according to sealant manufacturer’s recommendations.
6. Confine new sealant materials to joint areas shown.
7. Compress sealant in joints, and tool to profile and width-to-depth ratios in
accordance with the sealant manufacturer’s recommendations and with ASTM C
962, “Standard Guide for Use of Elastomeric Joint Sealants.”
8. For sealant applied at cracks in exposed flat surfaces, and at upward-facing
joints, tool new sealant to a smooth, flat profile, flush with the surface of the
substrate.
9. Clean excess sealant from adjacent surfaces immediately after application, using
solvents or cleaners recommended by the sealant manufacturer.
B. If a new tooled sealant joint becomes damaged or disfigured prior to sealant being fully
cured, the damaged sealant shall be repaired:
1. If damaged sealant has not skinned and can be properly re-tooled, re-tool the
sealant to the proper joint configuration and concave profile.
2. If damaged sealant has skinned or cured, allow it to completely cure, and remove
the damaged portion from the joint. Completely clean the joint substrate
surfaces. Install new primer, backer rod or bond breaker tape, and sealant to the
correct joint configuration and profile.
3. Cure sealants in accordance with the manufacturer’s written instructions to attain
maximum durability and adhesion to substrate surfaces as soon as possible.
3.04 CLEAN-UP
A. Completely remove excess sealant from all surfaces at completion of the Work.
B. Clean up all debris, refuse, and surplus materials, remove them from the site, and
properly and legally dispose, off site, of all such materials.
END OF SECTION
29
SECTION 00402
PAINTING
1. GENERAL
1.1 WORK INCLUDES
A. Paint materials
B. Accessory materials
1.2 DESCRIPTION
A. This work includes the painting and finishing of exterior surfaces
throughout the Contract, including surface preparation, priming, and
coats of paint specified.
B. The work includes the field painting of bare and covered pipes and
of hangers, exposed steel and iron work, and primed metal surfaces
of equipment except as otherwise indicated.
C. The work includes restoration of existing painted surfaces as indicated.
D. Paint exposed surfaces whether or not colors are designated in any
schedule, except where the natural finish of the material is
specifically indicated as a surface not to be painted. Where surfaces
are not specifically identified, paint such surfaces the same as
adjacent similar surfaces.
E. The paint systems specified indicate the basic painting systems.
Deviations within the system, such as the use of two finish coats in lieu of
undercoat and finish, will be permitted only where such procedure is
recommended by the paint manufacturer and approved by the Owner.
F. The work includes the removal and replacement of sealant backing
and sealant at all expansion and control joints in concrete masonry
surfaces.
1.3 DEFINITIONS
A. The term “paint” as used herein means all coating systems materials, and
includes primers, emulsions, enamels, stain, sealers and fillers, and
other applied materials whether used as prime, intermediate, or finish
coats.
1.4 WORK NOT INCLUDED IN THIS SECTION
A. Nonferrous Metal Surfaces: Anodized aluminum, stainless steel,
copper, and similar nonferrous metal materials will not require finish
painting unless otherwise indicated or specified.
30
B. Operating Parts and Labels:
1. Moving parts of operating units, mechanical and electrical parts, such
as valve and damper operators, linkages, sensing devices, motor
and fan shafts, and expansion joints, will not require finish painting
unless otherwise indicated.
2. Do not paint over code-required labels, such as UL, FM and WH, or
equipment identification, performance rating, name, or
nomenclature plates.
C. Miscellaneous Surfaces: Rubber and elastomeric sealants, cementitious
fireproofing, and machined surfaces of metal hardware and related
fittings will not require finish painting.
1.5 MEASUREMENT AND PAYMENT
A. General
1. Paint and related work will not be measured separately for payment
but will be paid for as part of the contract lump sum price for the
work. See Proposal Form for more information.
1.6 REFERENCES
A. American National Standards Institute (ANSI):
1. ANSI A13.1 Scheme for the Identification of Piping Systems
B. Painting and Decorating Contractors of America (PDCA):
1. “Painting and Decorating Craftsman’s Manual and Textbook”
C. Steel Structures Painting Council (SSPC):
1. Steel Structures Painting Manual, Volume 2, “Systems
and Specifications”
1.7 QUALITY ASSURANCE
A. Regulatory Requirements: Paint products and solvents shall comply
with the latest regulations of governing authorities regarding permissible
content of volatile organic compounds (VOC).
B. Quality Standards:
1. Paints, enamels, stains, lacquers, and varnishes shall be applied in
accordance with the manufacturers’ latest specifications,
instructions, and recommendations.
C. Paint Coordination:
31
1. Provide finish coats that are fully compatible with the prime paints
used. Field-applied primers shall be supplied by the same
manufacturer as the intermediate (if any) and finish coats used.
Review prime paints to ensure compatibility of the coating system for
each of the various substrates. Provide barrier coats over
incompatible primers or remove and re-prime as required.
D. Paint Manufacturer’s Review:
1. Before purchasing paint materials, review the proposed paint
systems, materials, and substrates with qualified representatives of
the proposed paint products manufacturer. Obtain manufacturer’s
concurrence of the proposed paint systems, or any recommended
changes thereto, before providing product data, samples, and mock-
ups specified in Articles 1.8 AND 1.9 herein.
1.8 SUBMITTALS
A. Manufacturers’ Review: Submit record of paint manufacturer’s review as
specified.
B. Product Data:
1. Submit a complete list of all materials proposed for use, together
with manufacturers’ product specifications for such products
including backer rod and sealants.
2. No claim by the Contractor concerning the unsuitability of any
material specified, or the Contractor’s inability to produce first class
work with such materials, will be considered.
C. Colors and Samples: (Owner to approve “ALL” Paint Colors)
1. Colors: The Owner will prepare a Color Schedule with samples for
guidance of the painter, and reserves the right to select, allocate,
and vary colors on different surfaces throughout the project, subject
to the limitation that not more than 15 percent of bright or deep
colors will be selected.
2. Samples:
a. Before beginning work, prepare for approval a sample of each
color, texture and finish required. Such samples, when
approved, shall constitute standards for color, texture, and
finish of completed work.
b. Make samples 8 by 10 inches in size and upon
materials corresponding with those to be finished on
the project.
c. When samples are rejected, a maximum of two additional
modified samples may be required, in each instance, to
obtain approval.
d. Approved samples shall be marked for identification and shall be
distributed to the Owner as required.
e. Mock-up for approval of final colors shall match the approved
colors and samples.
f. Samples for color and mock-up for sealant backing and
sealant will be required for Owner approval.
32
1.9 MOCK-UP FOR APPROVAL OF FINAL COLORS
A. Final coat of paint and finish shall not be applied until the colors and
textures have been approved by the Owner. To accomplish this, the
Contractor shall paint a sample panel of approximately 24 square feet
of the colors and textures selected on every surface of the building to
be painted. The Owner will approve the sample panels or direct
changes as desired.
B. The Contractor shall be on the job and be prepared to change sample
panels to colors and textures desired. The Contractor shall notify the
Owner at least three days in advance of when sample panels will be
ready to receive approval.
1.10 DELIVERY AND STORAGE
A. Deliver paint materials to the site in original, unopened packages
and containers with labels intact and seals unbroken.
B. Store materials, tools, and equipment in a locked, properly ventilated,
designated storage space on the site, assigned for this purpose.
Receiving, opening, and mixing of paint materials shall be performed in
this storage space. Keep storage space neat, clean, and accessible at
all times. Protect areas from paint spillage.
C. Place paint-soaked or solvent-soaked rags, waste, and other materials
that might constitute a fire hazard in closable metal containers and
remove from the premises at the close of each day’s work. Take all
necessary precautions to avoid fire danger.
1.11 WEATHER AND TEMPERATURE
A. Surfaces shall be painted only when they are free from moisture. No
painting on exterior surfaces shall be performed less than 72 hours of
actual drying weather after a rain, or during periods of dew or fog.
Receiving surfaces shall be properly dried out before proceeding with
the work.
B. No painting shall be performed when temperature is below 40 degrees F
and above 90 degrees F or when the relative humidity is above 90
percent, unless recommended otherwise in writing by the paint
manufacturer.
1.12 SCAFFOLDING AND PROTECTION
A. Furnish, maintain, and remove all scaffolding, ladders, and planks
required for this work, and all drop Cloths for the protection of concrete
walks, floors, adjacent surfaces, prefinished materials, building
fixtures, and similar surfaces.
33
B. Painted and finished surfaces subject to damage or defacement due to other work
in the station or building shall be properly protected and covered. The Contractor
shall be responsible for damage to painted work and for that other work caused by
painting operations under this Section until final acceptance by the Owner.
1. PRODUCTS
2.1 PAINT QUALITY STANDARDS
A. Paint and painter’s finish shall be the highest quality products of nationally
recognized manufacturers specializing in the manufacture of paint products.
Minimum percentage solids (MPS) required for the paint products herein
specified shall be as indicated in the following example: MPS:35.
B. Provide primer and undercoated paints produced by the same
manufacturer as the intermediate and finish coats. Use thinners approved
by the paint manufacturer which meet previously referenced regulatory
requirements and provide only to recommended limits.
C. Provide primers and under coaters which are suitable for each surface to
be painted and which are compatible with specified intermediate and
finish paint coats.
D. Materials necessary to complete the painting work are herein
generically specified. Except as otherwise specified, materials for any
one paint system shall be by the same manufacturer.
E. Minimum dry film thicknesses (MDFT), in mils, and the number of coats
required to obtain such thicknesses shall be in accordance with the
paint manufacturer’s application instructions and recommendations.
2.2 PAINT MATERIALS
A. Type and Manufacture: The following products constitute the standards
for the primers, intermediate, and finish coats of the paint systems
herein specified in Articles 3.4 and 3.5.
1. Ferrous Metal Primer: Alkyd, Anti-Corrosive for Metal
2. Galvanized Metal Primer: As recommended in writing by topcoat
manufacturer.
3. Masonry Surface Conditioner: Acrylic latex masonry filler. MPS:35.
4. Exterior Masonry Paint: Exterior 100 percent acrylic latex masonry
paint. MPS:35.
34
5. Exterior Wood Primer: Exterior wood primer as recommended by the
manufacturer for the location and conditions. MPS:40.
6. Exterior House and trim Paint: Exterior enameled house and trim
paint for wood and metal, MPS: 40.
7. Enamel undercoat: Alkyd or acrylic latex enamel undercoat.
MPS: 35.
8. Semi-Gloss Enamel: Alkyd or acrylic latex enamel, semi-gloss
sheen, washable. MPS: 35.
9. Eggshell Enamel: Alkyd or acrylic latex enamel, eggshell, washable.
MPS:35.
10. Heavy-Duty Glass Enamel: Heavy-duty, industrial grade,
polyurethane, gloss sheen. MPS:45.
B. Accessory Materials:
1. Shellac: ASTM D207, Type I, bleached, No. 4, cut with pure grain
alcohol.
2. Thinner: As recommended by the manufacturer for the
respective product.
3. Spackle or Putty: Standard commercial product manufactured for
the purpose, thoroughly mixed to prevent the possibility of
shrinkage. Use exterior grade for exterior Work. Spackles or
putty containing white lead will not be permitted for use on this
Project.
4. Sealant Backing: Compatible with substrate and sealant to
meet ASTM 1330.
5. Sealant: Silicone-type, non-staining, non-sag compatible
with substrate to meet ASTM 920.
2. EXECUTION
3.1 PREPARATION OF SURFACES
A. Existing Painted Surfaces to be Painted:
1. Concrete, Masonry, and Stucco Surfaces:
a. Exterior concrete, masonry, and stucco surfaces shall be
sandblasted by the “wet” sandblast method to remove all existing
paint film from these surfaces.
1) When “wet” sandblasting is not permitted by jurisdictional
authority, surfaces shall be selectively power wire-brushed to
remove loose and defective paint film. Edges of removed paint
film shall be feathered out to conceal such edges in the
finished work.
b. Surfaces not to be sandblasted shall be properly masked
and otherwise protected to preclude damage to these
surfaces.
c. Protection of the public and adjacent buildings from the residue
of sandblasting operations shall be provided in accordance
with the requirements of the jurisdictional authority.
35
2. Wood Surfaces: All wood surfaces shall be power sanded as required to
remove all peeling, flaking, blistering, loose, or otherwise defective
existing paint surfaces.
3. Metal Surfaces: Immediately preceding power-tool cleaning, pressure
wash and rinse existing painted metal surfaces. Where access problems
or the likelihood of damaging adjacent surfaces exist, wash and rinse.
Existing painted metal surfaces shall be power-tool cleaned in
accordance with SSPC-SP 3 to remove loose and defective paint
surfaces, and then feathered smooth. Rust shall be completely removed.
Then solvent clean surfaces in accordance with SSPC-SP 1 to remove
dust and apply prime coat of Ferrous Metal Primer or Galvanized Metal
Primer, as applicable, to existing surfaces as herein specified in Articles
3.4 and 3.5.
B. Hardware and Fixtures:
1. Hardware, hardware accessories, plates, lighting fixtures, and similar
items in place shall be removed prior to painting and replaced upon
completion of each space.
2. Heating and other equipment adjacent to walls shall be
disconnected, using workers skilled in appropriate trades, and
moved to permit wall surfaces to be painted. Following completion of
painting, they shall be expertly replaced and reconnected.
C. Exposed Plumbing, Mechanical, and Electrical Items:
1. Items without factory finish such as conduits, pipes, ducts, grilles,
registers, vents, access panels, and items of similar nature shall be
finished to match adjacent wall and ceiling surfaces, unless
otherwise directed. Paint visible surfaces behind vents, registers,
and grilles flat black.
2. Wash exposed metal with solvent, prime and paint as scheduled or
specified. Spray paint wherever practicable. Do not paint
concealed conduits, piping, and ducts.
3.2 PAINT PERFORMANCE AND FIELD QUALITY ASSURANCE
A. Painting shall be performed by skilled and experienced painters,
working under the supervision of a capable Supervisor. Materials shall
be thinned only for proper workability and in compliance with the
manufacturer’s specifications.
B. Paint material shall be evenly brushed or smoothly flowed on without runs
or sagging, and free from drops, ridges, laps, and brush marks. Assure
that all coats are thoroughly dry before applying succeeding coats. Sand
surfaces between coats as necessary to produce a smooth finish and as
may be required for adhesion of succeeding coats.
36
3.3 PAINT SYSTEMS
A. Provide three-coat work (unless otherwise specified), consisting of prime coat,
intermediate coat, and finish Coat, in texture and color as selected and
approved by the Owner.
B. Exterior paint systems are specified and identified herein by letter and the
systems specified correspond to the finishes indicated on the Owner’s
Schedule and Drawings.
C. The herein specified paint systems indicate the minimum dry mil film
thickness (MDFT) required for the particular paint system. Paint shall be
applied at the manufacturer’s recommended rate to achieve the proper
MDFT specified. If a manufacturer normally does not utilize an intermediate
coat in its paint system to achieve the specified MDFT, then the intermediate
coat may be omitted.
3.4 EXTERIOR PAINTING
A. Paint System “A” – Paint Finish on Concrete, Masonry, and Stucco:
Prime Coat: Masonry Surface Conditioner, tinted toward finish color
Intermediate Coat: Exterior Masonry Paint
Finish Coat: Exterior Masonry Paint MDFT: 6
B. Paint System “B” – Paint Finish on Ferrous and Galvanized Metal:
Prime Coat: For new ferrous metal: Field-apply Ferrous Metal Primer. For
shop primed ferrous Metal: Apply touchup primer. For galvanized metal:
Galvanized Metal Primer touch-up. For existing ferrous and galvanized metal:
Rust-inhibitive primer as recommended by manufacturer of finish coats.
Intermediate Coat: Heavy-Duty Gloss Enamel
Finish Coat: Heavy-Duty Gloss Enamel MDFT: 6
C. Paint System “C” – Paint Finish on Wood:
Prime Coat: Factory-primed (new surfaces). Exterior Wood Primer
(existing surfaces).
Intermediate Coat: Exterior House and Trim Paint
Finish Coat: Exterior House and Trim Paint MDFT: 7
3.5 CLEANING
A. Clean and retouch the work as necessary for a first-class application. All
surfaces of the station or building and surrounding areas shall be left clean
and neat in all respects, free from any paint spots, smears, smudges, or stain.
- END OF SECTION -
37
SECTION 00501
CLEANING
PART 1 - GENERAL
1.1 DESCRIPTION
A. During construction, coordinate all other Contractors and Subcontractors to maintain
premises and public properties free from accumulations of waste, debris, and rubbish caused
by operations.
B. Work areas are to be broom swept at the close of each workday.
B. At completion of Work, remove waste materials, rubbish, tools, equipment, machinery, and
surplus materials; and clean all sight-exposed surfaces.
1.2 RELATED SECTIONS
A. Specified elsewhere:
1. Section 00100 - Summary of Work.
1.3 SAFETY REQUIREMENTS
A. Maintain safety requirements for the Project in accordance with all applicable provisions of
the General Conditions, Supplementary Conditions, and Division 1 of the Specifications.
B. Hazards control:
1. Store volatile waste in covered metal containers and remove it from the premises daily.
2. Prevent accumulation of waste, which creates hazardous conditions.
3. Provide adequate ventilation when using volatile or noxious substances.
C. Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution
laws:
1. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or
sanitary drainage system.
2. Do not dispose of waste into streams or waterways.
PART 2 - PRODUCTS
2.1 MATERIALS
A. To clean the surface of any material, use only the cleaning agent recommended by the
material manufacturer appropriate for the surface to be cleaned.
38
PART 3 - EXECUTION
3.1 DURING CONSTRUCTION
A. Execute cleaning on a daily basis, to ensure that building, grounds, and public properties are
broom swept and maintained free from accumulations of waste materials debris, and rubbish.
B. Coordinate and require that all Contractors and Subcontractors conform to their part of
cleaning work on a daily basis. Do not stockpile debris from demolition unless stored in a
dumpster or other container.
C. Each Contractor and Subcontractor shall be responsible for providing their own on-site
dump containers for collection of waste materials, debris, rubbish.
D. Wet down dry materials and rubbish to prevent blowing dust.
E. Waste materials, debris, and rubbish removed from site shall be legally disposed of at public
or private dumping areas off Owner's property.
F. Handle materials in a controlled manner with as few handlings as possible; do not drop or
throw materials from heights.
G. Schedule cleaning operations so that dust and other contaminants resulting from the cleaning
process will not fall on wet, newly painted surfaces.
3.2 FINAL CLEANING
A. Employ experienced workmen, for final cleaning.
B. Throughout the life of the Project, clean all common spaces and roofs that have been soiled
by the construction work. This cleaning work shall be done to the satisfaction of the Owner or
Building Engineer.
C. In preparation for substantial completion, conduct final inspection of exposed interior
surfaces.
D. Remove grease, dust, dirt, stains and other foreign materials from exposed interior surfaces.
E. Enforce and require that all Contractors and Subcontractors clean their work before
permanently leaving the Work.
F. Owner will assume responsibility for cleaning as of the time designated on the Certificate of
Substantial Completion for the Owner's acceptance of the Project or portion thereof.
- END OF SECTION -
39
North
Aerial View
K
West
A
South
East
Waterproofing Lintel
Completed November
2022, 1st Floor.
Section “A” Completed May 2019
(No Work)
Section “K” Completed November
2018 (No Work)
North
40
A
K
Waterproofing Lintel
Completed November
2022, 1st Floor.
Section “K” Completed November
2018 (No Work)
Section “A” Completed May 2019
(No Work)
A
Section “A” Completed May 2019
(No Work)
Photo 1. View of the north and west elevations.
Photo 2. View of the north and east elevations.
41
Photo 3. View of the south and west elevations.
III. Special Conditions
1. Contractor shall have five (5) years of experience which is comparable in type and scope to
this project.
2. All work shall be done during the work hours as specified by the Public Works Director or his
Designee. Any change in the work schedule must have prior written approval from the
Village of Oak Brook.
3. The project will be done on consecutive workdays until completed, delays only to inclement
weather or act of God.
4. Contractor is required to obtain all necessary permits from the Village of Oak Brook, and
schedule required inspections through Community Development.
5. The contractor shall supply the Village phone numbers where he/she can be reached after
normal working hours.
6. The contractor shall post a Village of Oak Brook supplied sign- in a prominent and readily
visible location- that provides 24-hour contact information.
A
Section “A” Completed May 2019
(No Work)
42
7. The contractor must submit with the proposal five (5) references, names and phone
numbers of similar projects completed.
8. The contractor must submit all manufacturers’ literature on all materials that will be used on
this project, including M.S.D.S. (Material Safety Data Sheets) prior to any work beginning.
9. A storage location for supplies, ladders and scaffolding shall be mutually agreed upon
between the Village and the contractor before any material is stored on site. Deliver material
with manufacturers labels intact and legible, store material on raised platforms and cover
material with protective covering.
10. Before work is started, deliver to the job site sufficient material to complete the project.
11. If a dumpster is required, the location of the dumpster placement shall be mutually agreed
upon between the Village and the contractor.
12. All ladders and scaffolding shall be maintained during the course of this project and shall be
secured at the end of each workday.
13. Provide barricades to ensure that falling debris will not injure anyone, and to prevent public
access to the work area at all times. Yellow “CAUTION” tape will be placed below the
immediate work areas of laborers and scaffolds to warn the public of men working overhead.
14. At all times the work and storage areas shall be kept in a clean, orderly, and picked-up
manner, to prevent debris from blowing. Clean adjoining streets and immediate vicinity at
the end of each workday. Sidewalks, windowsills, roofs, and other work areas will be broom
swept to remove all debris. Daily material and debris not placed into dumpster will be
removed from the site.
15. Upon completion of the project the work area shall be cleaned. All debris and remaining
material and supplies shall be removed from the jobsite, including the dumpster, within 72
hours of completion.
15. Upon completion the Contractor shall supply a one-year warranty covering material and
workmanship; contractor shall submit sample warranty with proposal.
43
C. General Terms and Conditions
1. PREPARATION AND SUBMISSION OF PROPOSALS:
A. The proposal shall be submitted in an opaque sealed envelope on or before the time
stated and shall bear the name of the individual, firm, or corporation submitting the
Proposal and the Proposal Name - “Heritage Center Facade Restoration
Project”.
B. Proposers may attach separate sheets to the proposal for the purpose of
explanation, exception, alternate proposal and to cover unit prices, if needed.
C. Proposers may withdraw their proposal either personally or by written request at any
time before the hour set for the proposal opening and may resubmit it. No proposal
may be withdrawn or modified after the receipt of proposals due date except where
the award of contract has been delayed for a period of more than ninety (90) days.
D. In submitting this proposal, the proposer further declares that the only person or
party interested in the proposal as principals are those named herein; and that the
proposal is made without collusion with any other person, firm, or corporation.
E. The proposer further declares that he has carefully examined this entire Proposal
Package, and he has familiarized himself with all of the local conditions affecting the
contract and the detailed requirements of this work and understands that in making
the proposal he waives all rights to plead a misunderstanding regarding same.
F. The proposer further understands and agrees that if his proposal is accepted, he is
to furnish and provide all necessary machinery, tools, apparatus, and other means to
do all of the work and to furnish all of the materials specified in the contract, except
such materials as are to be furnished by the Village, in the manner and at the time
therein prescribed, and in accordance with the requirements therein set forth.
G. The proposer further agrees that if the Village decides to extend or shorten the work,
or otherwise alter it by extras or deductions, including elimination of one or more of
the items, as provided in the specifications, he will perform the work as altered,
increased, or decreased.
H. The proposer further agrees that the Village representative may at any time during
the progress of the work covered by this Contract, order other work or materials
incidental thereto and that all such work and materials as do not appear in the
proposal or contract as a specific item covered by a lump sum price, and which are
not included under the proposal price for other items in the Contract, shall be
performed as extra work.
I. The proposer further agrees to execute all documents within this Proposal Package,
for this work and present all of these documents to the Village.
J. The proposer further agrees to execute all documents within this Proposal Package,
obtain a Certificate of Insurance for this work and present all of these documents
within fifteen (15) days after the receipt of the Notice of Award and the Contract by
him.
44
K. The proposer further agrees to begin work not later than ten (10) days after receipt of
the Notice to Proceed from the Village, unless otherwise provided, and to execute
the work in such a manner and with sufficient materials, equipment and labor as will
insure its completion within the time limit specified within the proposal package, it
being understood and agreed that the completion within the time limit is an essential
part of the contract and time is of the essence.
L. By submitting a proposal, the proposer understands and agrees that, if his proposal
is accepted, and he fails to enter into a contract forthwith, he shall be liable to the
Village for any damages the Village may thereby suffer, including any indirect and
consequential damages.
M. No proposal will be considered unless the party offering it shall furnish evidence
satisfactory to the Village that he has necessary facilities, ability, and pecuniary
resources to fulfill the conditions of the Contract.
2. SUBSTITUTIONS:
Not Applicable.
3. CONDITIONS:
A. The Village is exempt from Federal excise tax and the Illinois Retailer's Occupation
Tax. This proposal cannot include any amounts of money for these taxes. The total
amount proposal includes all applicable federal, state, and local taxes of every kind
and nature applicable to the work as well as all taxes, contributions, and premiums for
unemployment insurance, old age or retirement benefits, pensions, annuities, or
similar benefits and all costs, royalties and fees arising from the use on, or the
incorporation into, the work, of patented or copyrighted equipment, materials, supplies,
tools, appliances, devices, processes, or inventions. All claim or right to claim
additional compensation by reason of the payment of any such tax, contribution,
premium, costs, royalties, or fees is hereby waived and released by Proposer.
B. To be valid, the proposals shall be itemized so that selection for purchase may be
made, there being included in the price of each unit the cost of delivery (FOB
Destination).
C. The Village shall reserve the right to add or to deduct from the base proposal and/or
alternate proposal any item at the prices indicated in itemization of the proposal.
D. All proposals shall be good for ninety (90) days from the date of the proposal opening.
4. WARRANTY:
Proposer warrants that all work, equipment, labor, and materials furnished hereunder will
conform in all respects to the terms of the Proposal Package, including all specifications and
standards, and will be free of defects in materials and workmanship. The Proposer also
warrants that the work shall be performed in accordance with the highest standards of
professional practice, care, and diligence practiced by recognized firms in performing
services of a similar nature in existence at the time of performance. The warranties
45
expressed shall be in addition to any other warranties expressed in this Proposal Package,
or expressed or implied by law, which are hereby reserved unto the Village.
5. PAYMENT:
The Village of Oak Brook authorizes the payment of invoices on the second and fourth
Tuesday of the month. For consideration on one of these dates, payment request must be
received no later than fourteen (14) days prior to the second or fourth Tuesday of the month.
The Proposer shall submit request for payment with the appropriate waivers for the work on
or before the twenty-sixth (26) of the month, on an approved payment request form, for work
performed and material and supplies purchased, delivered and suitably stored on the job site
and/or built into the work through the twenty-fifth (25) of the month.
Request for payment shall be based on a basic contract schedule of values approved by the
Village. Request for payment for extra work and credits for deductions from the work shall
be itemized and attached to the contract payment request as a sub-total amount due at the
time of the payment requested and subjected to the terms of payment as provided herein.
Notwithstanding any other provision of the Contract and without prejudice to any of the
Village’s other rights or remedies, the Village shall have the right at any time or times,
whether before or after approval of any pay request, to deduct and withhold from any
progress or final payment that may be or become due under the Contract such amount as
may reasonably appear necessary to compensate the Village for any actual or prospective
loss due to: (1) work that is defective, damaged, flawed, unsuitable, nonconforming, or
incomplete; (2) damage for which Proposer is liable under the Contract; (3) state or local
sales, use, or excise taxes from which the Village is exempt; (4) liens or claims of lien
regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless of
merit; (6) delay in the progress or completion of the work; (7) inability of Proposer to
complete the Work; (8) reasonable doubt that the Contract can be completed for the balance
of the contract price then unpaid; (9) reasonable doubt that the balance of the contract price
then unpaid is not adequate to cover actual or liquidated damages, if any; (10) failure of
Proposer to properly complete or document any pay request; (11) any other failure of
Proposer to perform any of its obligations under this Contract; or (12) the cost to the Village,
including attorneys’ fees and administrative expenses, of correcting any of the aforesaid
matters or exercising any one or more of the Village's remedies set forth in the Proposal
Package.
The Village shall be entitled to retain any and all amounts withheld pursuant to this Section
until Proposer shall have either performed the obligation or obligations in question or
furnished security for such performance satisfactory to the Village. The Village shall be
entitled to apply any money withheld or any other money due to Proposer under the Contract
to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits,
judgments, awards, attorneys’ fees, and administrative expenses incurred, suffered, or
sustained by the Proposer and chargeable to the Proposer under the Contract.
The final payment constituting the unpaid balance of the cost of the work and the retention
shall be paid by the Village within thirty (30) days after work shall have been completed and
accepted by the Village’s Representative and the contract fully performed.
Payments made pursuant to the provisions to this agreement shall not be considered as
evidence of performance or acceptance of work either in whole or in part and the Village
46
specifically reserves any and all rights under the contract of this agreement which shall not
be considered waived when payments are made.
6. LIQUIDATED DAMAGES:
It is also understood and agreed that if the Village determines the Proposer failed to
perform either by observing the established schedule or failing to perform to the level of
service established herein for more than two (2) consecutive working days, the Village shall
reserve the right to impose liquidated damages for said failure to perform, but not as
penalty. The Village will serve notice either personally or in writing stating the reasons for
imposing liquidated damages on the Proposer providing twenty-four (24) hour notice to
correct such items. If at the end of the twenty-four (24) hour period the Proposer has not
made the necessary corrections, the Proposer shall pay liquidated damages to the Village
in the amount of $500 per day. This failure to perform shall include repeated incidents of
any of the following: failure to perform any of the items under the scope of services, failure
to respond to or resolve Village complaints, failure to adhere to any and all terms and
conditions specified in the contact documents. The Village reserves the right to attempt to
work through these items prior to imposing liquidated damages.
7. PERFORMANCE CLAUSE:
In the event the quality of service becomes unacceptable, the Village reserves the right
to cancel the contract after giving thirty (30) days written notice.
8. INDEMNIFICATION:
The Proposer shall protect, indemnify, save, and hold forever harmless the Village and/or its
officers, officials, employees, volunteers and agents from and against all liabilities,
obligations, claims, damages, penalties, causes of action, costs and expenses, including
without limitation court costs, insurance deductibles and attorney's fees and expenses, which
the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or
sustain, or for which the Village and/or its officers, officials, employees, volunteers and
agents may become obligated by reason for any accident, injury to or death of persons or
loss of or damage to property, or civil and/or constitutional infringement of rights (specifically
including violations of the Federal Civil Right Statutes), arising indirectly or directly in
connection with or under, or as a result of, this or any Agreement by virtue of any act or
omission of any of the Proposer's officers, employees, subcontractor, and/or agents,
provided that the Proposer shall not be liable for claims, obligations, damages, penalties,
causes of action, costs and expenses arising solely by any act or omission of the Village's
officers, officials, employees, volunteers and/or agents.
The Proposer shall hold the Village harmless for any and all claims for labor, material,
apparatus, equipment, fixtures or machinery furnished to the Proposer for the purpose of
performing the work under the contract; and the payment of all direct and indirect damages
to any person, firm, company or corporation suffered or sustained on account of the
performance of such work during the time the contract is in force.
9. INSURANCE:
Certificates of Insurance shall be presented to the Village within fifteen (15) days after the
receipt by the Proposer of the Notice of Award and the unexecuted contract, it being
understood and agreed that the Village will not approve and execute the contract, nor will the
47
proposal guarantee be returned until acceptable insurance certificates are received and
approved by the Village Attorney. The Village of Oak Brook must be listed as certificate
holders and as additional insured. An additional insured endorsement must accompany the
certificate of insurance.
Each Proposer performing any work pursuant to a contract with the Village of Oak Brook and
each permittee working under a permit as required pursuant to the provisions of Article III of
Chapter 12 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as
"Insured") shall be required to carry such insurance as specified herein. Such Proposer and
permittee shall procure and maintain for the duration of the contract or permit insurance
against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work under the contract or permit, either by the
Proposer, permittee, or their agents, representatives, employees, or subcontractor.
A Proposer or permittee shall maintain insurance with limits no less than:
A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury,
personal injury, and property damage, provided that when the estimated cost of the
work in question does not exceed $25,000, the required limit shall be $1,000,000;
B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for
bodily injury and property damage;
C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as
required by the Labor Code of the State of Illinois and Employer's Liability limits of
$1,000,000 per accident.
Any deductibles or self-insured retention must be declared to and approved by the Village.
At the option of the Village, either the insurer shall reduce or eliminate such deductible or
self-insured retention as respects the Village, its officers, officials, employees, and
volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses to the extent of such deductible or
self-insured retention.
The policies shall contain, or be endorsed to contain, the following provisions:
D. General Liability and Automobile Liability Coverage -
(1) The Village, its officers, officials, employees and volunteers are to be covered
as additional insureds as respects to: liability arising out of activities performed
by or on behalf of the Insured; premises owned, occupied or used by the
Insured. The coverage shall contain no special limitations on the scope of
protection afforded to the Village, its officers, officials, employees, volunteers or
agents.
(2) The Insured's insurance coverage shall be primary insurance as respects the
Village, its officers, officials, employees, volunteers and agents. Any insurance
or self-insurance maintained by the Village, its officers, officials, employees,
volunteers or agents shall be in excess of the Insured's insurance and shall not
contribute with it.
48
(3) Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to the Village, its officers, officials, employees, volunteers or
agents.
(4) The Insured's insurance shall apply separately to each covered party against
whom claim is made or suit is brought except with respect to the limits of the
insurer's liability.
E. Worker's Compensation and Employer's Liability Coverage
The policy shall waive all rights of subrogation against the Village, its officers,
officials, employees, volunteers and agents for losses arising from work
performed by the insured for the Village.
Each insurance policy shall be endorsed to state that coverage shall not be suspended,
voided, canceled or not renewed by either party, reduced in coverage or in limits except
after thirty (30) days prior written notice by certified mail has been given to the Village.
Each insurance policy shall name the Village, its officers, officials and employees,
volunteers and agents as additional Insureds. Insurance is to be placed with insurers with
a Best's rating of no less than A: VII.
Each Insured shall furnish the Village with certificates of insurance and with original
endorsements effecting coverage required by this provision. The certificate and
endorsements for each insurance policy are to be signed by a person authorized by that
insurer to bind coverage on its behalf. The certificates and endorsements are to be on
forms approved by the Village and shall be subject to approval by the Village Attorney
before work commences. The Village reserves the right to require complete, certified
copies of all required insurance policies, at any time.
Each insured shall include all subcontractors as insureds under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for
subcontractor shall be subject to all of the requirements stated herein.
10. PERFORMANCE AND PAYMENT BONDS: The successful Bidder will be required to
furnish a Performance Bond and a Labor and Material Payment Bond on award of the
Contract, each in the penal sum of the full amount of the Contract Price, on forms
provided by, or otherwise acceptable to, Owner, from a surety company meeting the
requirements set forth above. Each Bidder’s Proposal must be accompanied by a letter
from such a surety company stating that it will execute Bonds on forms provided by, or
otherwise acceptable to, Owner, on award of the Contract to Bidder.
11. SAFETY:
The Proposer and any subcontractor shall comply with all the provisions of the Federal
Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended.
12. NON-DISCRIMINATING:
The proposer, its employees and subcontractor, agrees not to commit unlawful
discrimination and agrees to comply with applicable provisions of the Illinois Human Rights
Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules
applicable to each.
49
13. EQUAL OPPORTUNITY:
The Proposer will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, ancestry, national origin, place of birth, age or
handicap unrelated to bona fide occupational qualifications.
14. PREVAILING RATE OF WAGES:
All wages paid by the Contractor and each subcontractor shall be in compliance
with The Prevailing Wage Act (820 ILCS 130), as amended, except where a
prevailing wage violates a federal law, order, or ruling, the rate conforming to the
federal law, order, or ruling shall govern. If the Department of Labor revises the
wage rates, the revised rate, as made available on the Department’s official
website, shall apply to this contract and the Contractor will not be allowed additional
compensation because of said revisions. The Contractor shall be responsible to
notify each subcontractor of the wage rates set forth in this contract and any
revisions thereto.
Contractor will comply with the Illinois prevailing wage law, as amended from time to
time and made available on the Department of Labor’s official website. Not less
than the prevailing rate of wages as found by the Illinois Department of Labor shall
be paid to all laborers, workers and mechanics performing work under the Contract.
If the Department of Labor revises the prevailing rate of wages to be paid laborers,
workers or mechanics under the Contract, the revised prevailing rate of wages shall
apply to the Contract and Contractor shall have the sole responsibility and duty to
pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to
each person to whom a revised rate is applicable. Revision of the prevailing wages
shall not result in an increase in the Contract sum or other cost to Village of Oak
Brook. Contractor shall indemnify, defend, and hold Village of Oak Brook harmless
from any loss, including but not limited to Village of Oak Brook’s attorney’s fees,
resulting from Contractor’s failure to comply with this prevailing wage clause. All
bonds applicable to the Contract shall include a provision as will guarantee the
faithful performance of the obligation to pay the prevailing rate of wages.
The Contractor and each subcontractor shall make and keep, for a period of not
less than 3 years, records of all laborers, mechanics, and other workers employed
by them on the project; the records shall include each worker’s name, address,
telephone number when available, last four digits of their social security number,
gender, race, ethnicity, veteran status, classification or classifications, the hourly
wages paid in each period, the number of hours worked each day, the starting and
ending times of work each day, the worker’s hourly rate, the worker’s hourly
overtime wage rate, the worker’s hourly fringe benefit rates, the name and address
of each fringe benefit fund, the plan sponsor of each fringe benefit, if applicable, and
the plan administrator of each fringe benefit. The Contractor and each
subcontractor shall submit monthly, in person, by mail, or electronically a certified
payroll to the Department of Labor, through the database created by Section 5.1 of
820 ILCS 130. The certified payroll shall consist of a complete copy of the records.
The certified payroll shall be accompanied by a statement signed by the contractor
or subcontractor which states that: (i) such records are true and accurate; (ii) the
hourly rate paid to each worker is not less than the general prevailing rate of hourly
50
wages required; and (iii) the contractor or subcontractor is aware that filing a
certified payroll that he or she knows to be false is a Class B misdemeanor.
Upon seven (7) business days’ notice, the contractor and each subcontractor shall
make available for inspection and copying at a location within this State during
reasonable hours, the records to the public body in charge of the project, its officers,
and agents, and to the Director of Labor and his deputies and agents. The
Contractor and each subcontractor shall permit his/her employees to be interviewed
on the job, during working hours, by compliance investigators of the Department or
the Department of Labor.
15. COPIES OF DOCUMENTS
The number of copies of Contract and Bond required to be executed is as follows:
a) Three (3) original counterparts of the Contract documents will be required
to be executed.
16. EXECUTION OF DOCUMENTS
The proposer, in signing his proposal on the whole or on any portion of the work, shall
conform to the following requirements:
Proposals signed by an individual other than the individual represented in the Proposal
documents shall have attached thereto a power of attorney evidencing authority to sign the
Proposal in the name of the person for whom it is signed.
Proposals which are signed for a partnership shall be signed by all of the partners or by an
attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the Proposal a
power of attorney evidencing authority to sign the proposal, executed by the partners.
Proposals which are signed for a corporation, shall have the correct corporate name
thereof and the signature of the President or other authorized officer of the corporation
manually written below the corporate name.
If such Proposal is manually signed by an official other than the President of the
Corporation, a certified copy of a resolution of the board of directors evidencing the
authority of such official to sign the Proposal should be attached to it. Such Proposal shall
also bear the attesting signature of the Secretary of the corporation and the impression of
the corporate seal.
The Contract shall be deemed as have been awarded when formal notice of award shall
have been duly served upon the intended awardee.
17. INDEPENDENT CONTRACTOR:
There is no employee/employer relationship between the Proposer and the Village.
Contractor is an independent Contractor and not the Village’s employee for all purposes,
including, but not limited to, the application of the Fair Labors Standards Act minimum
wage and overtime payments, Federal Insurance Contribution Act, the Social Security
Act, the Federal Unemployment Tax Act, the Worker’s Compensation Act (820 ILCS
305/1, et seq.). The Village will not (i) provide any form of insurance coverage, including
51
but not limited to health, worker’s compensation, professional liability insurance, or other
employee benefits, or (ii) deduct any taxes or related items from the monies paid to
Contractor. The performance of the services described herein shall not be construed as
creating any joint employment relationship between the Contractor and the Village, and
the Village is not and will not be liable for any obligations incurred by the Contractor,
including but not limited to unpaid minimum wages and/or overtime premiums, nor does
there exist an agency relationship or partnership between the Village and the Contractor.
18. ASSIGNMENT
Neither the Village nor the Proposer shall assign or transfer any rights or obligations
under this Agreement without the prior written consent of the other party, which consent
shall not be unreasonably withheld.
19. GOVERNING LAW
This Agreement shall be governed by, construed, and enforced in accordance with the
internal laws, but not the conflicts of laws rules, of the State of Illinois. The forum for
resolving any disputes concerning the parties’ respective performance or failure to
perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial
Circuit, DuPage County, Illinois.
20. COMPLIANCE WITH LAWS
Proposer, in performing the work and fulfilling its obligations under the contract must
comply with all applicable provisions of the federal, State, and local laws, regulations, rules,
and orders.
21. NON-WAIVER OF RIGHTS
No failure of the Village to exercise any power given to it hereunder or to insist upon
strict compliance by the proposer with its obligations hereunder, and no custom or
practice of the Village at variance with the terms hereof, and no payment made
constitutes a waiver of the Village’s right to demand exact compliance with the terms
hereof.
22. LIENS, CLAIMS, ENCUMBRANCES
Proposer warrants and represents that all the goods and materials ordered herein are
free and clear of all liens, claims, or encumbrances of any kind. If at any time any notice
of any lien is filed for or by reason of any equipment, materials, supplies, or other item
furnished, labor performed, or other thing done in connection with the equipment or this
Contract, then Proposer shall, promptly and without charge, discharge, remove, or
otherwise dispose of such lien, or, if permitted by the Village, furnish a bond or other
collateral satisfactory to the Village to indemnify the Village against such lien. Until such
discharge, removal or disposition, or furnishing of any permitted bond or other collateral,
the Village shall have the right to retain from any money payable under this Contract an
amount that the Village, in its sole judgment, deems necessary to satisfy such lien and to
pay the costs and expenses, including attorneys’ fees and administrative expenses, of
any actions brought in connection therewith or by reason thereof.
52
23. NEGOTIATIONS
The Village reserves the right to negotiate specifications, terms, and conditions which may
be necessary or appropriate to the accomplishment of the purpose of the RFP. The Village
may require the entire proposal be made an integral part of the resulting contract. This
implies that all responses, supplemental information, and other submissions provided by
the proposer during discussions or negotiations will be held by the Village as contractually
binding on the successful proposer.
24. PROPOSERS RESPONSIBILITIES
The selected Proposer will be required to assume responsibility for all services offered in
this proposal. The Village will consider the selected Proposer to be the sole point of
contact with regard to contractual matters, including payment of any and all charges
resulting from the contract.
25. FORCE MAJEURE
A force majeure occurrence is an event or effect that cannot be reasonably anticipated
or controlled and is not due to the negligence or willful misconduct of the affected
party.
Unless otherwise agreed in the agreement between the parties expressly or
impliedly, where a party to a agreement fails to perform one or more of its
contractual duties, the consequences set out in this clause will follow if and to the
extent that the party proves: (a) that its failure to perform was caused by an
impediment beyond its reasonable control; (b) that it could not reasonably have
been expected to have taken the occurrence of the impediment into account at the
time of the signing of the contract; and (c) that it could not reasonably have avoided
or overcome the effects of the impediment.
A party invoking this clause shall be presumed to have established the conditions
described in the preceding paragraph in the case of the occurrence including, but
not limited to, one or more of the following impediments or other similar causes
beyond the control of the proposer or the Village in the performance of the agreement
where non-performance, by exercise of reasonable diligence, cannot be prevented:
• acts of God or natural disaster such as but not limited to violent storm,
cyclone, typhoon, hurricane, tornado, blizzard, earthquake, volcanic activity,
landslide, tidal wave, tsunami, flood, damage or destruction by lightning, drought;
• acts of war (whether declared or not), armed conflict or the serious threat of
the same (including but not limited to hostile attack, blockade, military embargo),
hostilities, invasion, act of a foreign enemy, extensive military mobilization;
• civil war, riot, rebellion, revolution, military or usurped power, insurrection, civil
commotion or disorder, mob violence, act of civil disobedience;
• acts of public enemies, acts of terrorism, sabotage or piracy;
• plague, epidemic, pandemic, outbreaks of infectious disease or any other
public health crisis, including quarantine or other employee restrictions;
53
• act of authority whether lawful or unlawful, compliance with any law or
governmental order, rule, regulation or direction, curfew restriction, expropriation,
compulsory acquisition, seizure of works, requisition, nationalization;
• explosion, fire, destruction of machines, equipment, factories and of any kind
of installation, prolonged break-down of transport, telecommunication or electric
current;
• general labor disturbance such as but not limited to boycott, strike and lock-
out, go-slow, occupation of factories and premises;
• shortage or inability to obtain critical material or supplies to the extent not
subject to the reasonable control of the subject Party.
The affected party shall provide the other party with written notice of any force
majeure occurrence as soon as the delay is known and provide the other party with a
written contingency plan to address the force majeure occurrence. Furthermore, the
affected party shall use its commercially reasonable efforts to resume proper
performance within an appropriate period of time. Notwithstanding the foregoing, if the
force majeure condition continues beyond 30 days, the parties to the agreement shall
jointly decide on an appropriate course of action that will permit fulfillment of the
parties’ objectives under the contract.
Proposer shall not be entitled to an adjustment in agreement price or other non-price
related items caused by or within the control of proposer. Delay, disruption, and
interference attributable to and within the control of a subcontractor or supplier shall be
deemed to be within the control of proposer.
Section 2. Proposal Instructions
A. General Information
A Pre-Proposal Meeting and site visit will be held in the SE Dean Board Room of the Butler
Government Center, 1200 Oak Brook Road, Oak Brook, Illinois, 60523, at 10:00 A.M., Thursday,
August 17, 2023. Attendance at this meeting is mandatory. Failure to attend this meeting
disqualifies a company from submitting a proposal on this work. This meeting is an opportunity to
ask questions concerning the specifications and to visit the Heritage Center located at 1112 Oak
Brook Road, Oak Brook, Illinois 60523.
Four (4) copies of the proposal shall be submitted in a sealed envelope to:
Rania Serences
Purchasing and Budgeting Coordinator
Village of Oak Brook
1200 Oak Brook Road
Oak Brook, IL 60523
and clearly marked on the outside of the envelope “Heritage Center Facade Restoration
Project” on or before 3:00 p.m., prevailing time, Thursday, August 24, 2023. Proposals
received after the submittal time will be rejected and returned unopened to the sender.
54
B. References
Your Company Name:
(Please Print)
The Proposer shall list five (5) current references with needs similar to the Village of Oak Brook
for whom Proposer has provided comparable services. Please include company name,
address, telephone number, year(s) employed by referenced firms, contact person, and type of
work you performed for that entity.
1. Company Name/Municipality:
Address:
Phone: ( )
Contact Person:
Type of Work and Date Performed:
2. Company Name/Municipality:
Address:
Phone: ( )
Contact Person:
Type of Work and Date Performed:
3. Company Name/Municipality:
Address:
55
Phone: ( )
Contact Person:
Type of Work and Date Performed:
4. Company Name/Municipality:
Address:
Phone: ( )
Contact Person:
Type of Work and Date Performed:
5. Company Name/Municipality:
Address:
Phone: ( )
Contact Person:
Type of Work and Date Performed:
56
C. Proposers Certification
The undersigned, being first duly sworn an oath, deposes and states that he has the authority to
make this certification on behalf of the proposer for the construction, product, commodity, or
service briefly described as follows:
“HERITAGE CENTER FACADE RESTORATION PROJECT”
1) The undersigned certifies that, pursuant to Chapter 720, Section 5/33E of the Illinois
Compiled Statutes, 1993, the proposer is not barred from proposal on this agreement as a
result of a conviction for the violation of State of Illinois laws prohibiting PROPOSAL-rigging
or PROPOSAL-rotating.
2) The undersigned states under oath that, pursuant to Chapter 65, Section 5/11-42.1-1 of the
Illinois Compiled Statutes, 1993, the proposer is not delinquent in the payment of any tax
administered by the Illinois Department of Revenue.
3) The undersigned certifies that, pursuant to Chapter 775, Section 5/2-105. of the Illinois
Compiled Statutes, 1993, the proposer has a written sexual harassment policy in place
including the following information:
a) An acknowledgment of the illegality of sexual harassment.
b) The definition of sexual harassment under State law.
c) A description of sexual harassment, utilizing examples.
d) The Consultant’s internal complaint process including penalties.
e) The legal recourse, investigative and complaint process available through the
Illinois Department of Human Rights and the Human Rights Commission.
f) Directions on how to contact the Department or the Commission.
This business firm is: (check one)
_____ Corporation _____ Partnership _____ Individual
Firm Name:
Address:
City, State, ZIP:
Signature:
Name Printed:
Title:
Telephone: __________________________ Date: ____________________
57
ATTEST:
___________________________
-SEAL-
SUBSCRIBED AND SWORN TO
before me this ______ day
of _____________, 2023.
_____________________________
Notary Public
58
D. Sexual Harassment Policy
hereinafter referred to as “Proposer” having
submitted a PROPOSAL/proposal for to the Village of Oak
Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Proposer has a written sexual
harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4) including the following
information:
1) An acknowledgment of the illegality of sexual harassment.
2) The definition of sexual harassment under State law.
3) A description of sexual harassment, utilizing examples.
4) The proposer’s internal complaint process including penalties.
5) The legal recourse, investigative and complaint process available through the Illinois
Department of Human Rights and the Human Rights Commission.
6) Directions on how to contact the Department or the Commission.
7) An acknowledgment of protection of a complaint against retaliation as provided in Section
6-101 of the Human Rights Act.
Each proposer must provide a copy of such written policy to the Illinois Department of Human
Rights upon request.
By:
Authorized Agent of Proposer
Subscribed and sworn to
before me this _____ day
of , 2023
___________________________________
Notary Public
59
E. Prevailing Wage Affidavit
I, ___________________________(name of signatory), on oath hereby state and certify
that _____________________________ (name of Contractor), pursuant to a Contract dated
___________, 2023, with the Village of Oak Brook for the
Project, has complied and will comply with all laws, including those relating to the
employment of labor, the payment of the current general prevailing rate of hourly wages for
each craft or type of worker or mechanic needed to execute the Contract or perform such work,
and also the current general prevailing rate for legal holiday and overtime work, as ascertained
by the Illinois Department of Labor for DuPage County, Illinois, and those prevailing rates are
paid and shall be paid for each craft or type of worker or mechanic needed to execute the
aforesaid Contract or to perform such work. _____________________________ (name of
Contractor) has also complied and will comply with all record keeping requirements established
in the Prevailing Wage Act (820 ILCS 130/0.01, et seq.
CONTRACTOR:
By: _____________________________________
Title: ___________________________________
SUBSCRIBED AND SWORN TO BEFORE
ME THIS _____ DAY OF _______________, 2023
________________________________________
NOTARY PUBLIC
60
F. Certification of Payroll Records
I, ___________________ (name of person executing this certificate), do hereby certify
that I am the duly qualified and acting __________________ (title) for ____________________
, (name of contractor) and, as such, am authorized to certify payroll records as true and
accurate for such company in accordance with the requirements of Section 5 of the Prevailing
Wage Act (820 ILCS 130/5) (the "Act").
I do hereby further certify that the following document is a true and accurate copy of the
records of all laborers, mechanics, and other workers employed by _____________ (name
of contractor) on the _____________ Project (the "Project") for the Village of Oak Brook (the
“Village”), including each such worker's name, address, telephone number, social security
number, classification or classifications; and the hourly wages paid in each pay period, hours
worked each day, and the starting and ending times of work each day for each such worker on
such Project.
I do hereby further certify that the hourly rate paid to each worker is not less than the
general prevailing rate of hourly wages required by the Act, and that _______________
(name of contractor), and I on behalf of such contractor, are fully aware that filing a
certified payroll that we know to be false is a Class B misdemeanor. I further certify that upon
two (2) business days' notice, if requested, we and any subcontractor hired by us shall make
available for inspection the records required in the Act to the District, its officers and agents, and
to the Director of Labor, his deputies and agents, at reasonable hours at a location within the
State of Illinois.
Date: ____________________, 2023
____________________________________
(Name of Contractor)
____________________________________
(Signature)
____________________________________
(Printed Name)
____________________________________
(Title)
Subscribed and sworn to before me.
this ____ day of _____________, 2023.
Notary Public ______________________________
61
G. Performance/Labor and Material Bond Samples
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that [FULL NAME, ADDRESS AND
ORGANIZATION OF CONTRACTOR], as Principal, hereinafter called Contractor, and [FULL
NAME AND ADDRESS OF SURETY], as Surety, a corporation organized and existing under
the laws of the State of [INCORPORATION], hereinafter called Surety, are held and firmly
bound unto the Village of Oak Brook, as Obligee, hereinafter called Owner, in the full and just
sum of [CONTRACT PRICE] Dollars ($[CONTRACT PRICE]), for the payment of which sum of
money well and truly to be made, Contractor and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents, said
amount to include payment of actual costs and damages and for attorneys’ fees, architectural
fees, design fees, engineering fees, accounting fees, testing fees, consulting fees,
administrative costs, court costs, interest and any other fees and expenses resulting from or
incurred by reason of Contractor’s failure to promptly and faithfully perform its contract with
Owner, said contract being more fully described below, and to include attorneys’ fees, court
costs and administrative and other expenses necessarily paid or incurred in successfully
enforcing performance of the obligation of Surety under this bond.
WHEREAS, Contractor has entered into a written agreement dated [DATE OF
CONTRACT AGREEMENT], with Owner entitled “Contract Agreement Between Village of Oak
Brook and [CONTRACTOR’S NAME] for the Construction of Golf Course Hole #13 C-Wall
Removal and Replacement Project” (the “Contract”), the terms and conditions of which are by
this reference incorporated herein as though fully set forth herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT
if Contractor shall well, truly, and promptly perform all the undertakings, covenants, terms,
conditions, and agreements of said otherwise, under the Contract, including, but not limited to,
Contractor’s obligations under the Contract: (1) to provide, perform and complete at the Work
Site and in the manner specified in the Contract all necessary work, labor, services,
transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water,
waste disposal, information, data, and other means and items necessary for the design, if any,
construction, and installation of the Golf Course Hole #13 C-Wall Removal and Replacement
Project, together with related attachments, equipment, and appurtenances thereto; (2) to
procure and furnish all permits, licenses, and other governmental approvals and authorizations
necessary in connection therewith except as otherwise expressly provided in the Special
Conditions of Contract; (3) to procure and furnish all bonds and certificates and policies of
insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes; (5) to
do all other things required of Contractor by the Contract; and (6) to provide, perform, and
complete all of the foregoing in a proper and workmanlike manner and in full compliance with,
and as required by and pursuant to, the Contract; all of which is herein referred to as the “Work,”
whether or not any of said Work enter into and become component parts of the improvement
contemplated, then this obligation shall be null and void; otherwise it shall remain in full force
and effect.
Surety, for value received, hereby stipulates and agrees that no changes,
modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances
on the part of either Owner or Contractor to the other in or to the terms of said Contract; in or to
62
the schedules, plans, drawings, or specifications; in or to the method or manner of performance
of the Work; in or to Owner-furnished facilities, equipment, materials, services, or sites; or in or
to the mode or manner of payment therefor, shall in any way release Contractor and Surety or
either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or
affect the obligations of Surety on this bond, all notice of any and all of the foregoing changes,
modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances,
and notice of any and all defaults by Contractor or of Owner’s termination of Contractor being
hereby waived by Surety.
Notwithstanding anything to the contrary in the foregoing paragraph, in no event
shall the obligations of Surety under this bond in the event of Contractor’s default be greater
than the obligations of Contractor under the Contract in the absence of such Contractor default.
In the event of a default or defaults by Contractor, Owner shall have the right to
take over and complete the Contract upon 30 calendar days’ written notice to Surety, in which
event Surety shall pay Owner all costs incurred by Owner in taking over and completing the
Contract.
At its option, Owner may instead request that Surety take over and complete the
Contract, in which event Surety shall take reasonable steps to proceed promptly with completion
no later than 30 calendar days from the date on which Owner notifies Surety that Owner wants
Surety to take over and complete the Contract.
Owner shall have no obligation to actually incur any expense or correct any
deficient performance of Contractor in order to be entitled to receive the proceeds of this bond.
No right of action shall accrue on this bond to or for the use of any person or
corporation other than Owner or the heirs, executors, administrators, or successors of Owner.
Signed and sealed this ___ day of ______, 2023.
Attest/Witness: PRINCIPAL: [NAME OF CONTRACTOR]
By: _______________________ By: ___________________________________
[NAME OF CONTRACTOR’S
EXECUTING OFFICER]
Title: ________________________ Title: [TITLE OF CONTRACTOR'S
EXECUTING OFFICER]
Attest/Witness: SURETY: [NAME OF SURETY]
By: _______________________ By: ___________________________________
Title: ________________________ Title: ___________________________________
Telephone: _____________________________
63
LABOR AND MATERIAL PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that [FULL NAME, ADDRESS AND
ORGANIZATION OF CONTRACTOR], as Principal, hereinafter called Contractor, and [FULL
NAME AND ADDRESS OF SURETY], as Surety, a corporation organized and existing under
the laws of the State of [INCORPORATION], hereinafter called Surety, are held and firmly
bound unto the Village of Oak Brook, as Obligee, hereinafter called Owner, for the use and
benefit of itself and of claimants as hereinafter defined, in the full and just sum of [CONTRACT
PRICE] Dollars ($[CONTRACT PRICE]), to be paid to it or the said claimants or its or their
assigns, to which payment well and truly to be made Contractor and Surety bind themselves,
their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by
these presents, said amount to include attorney’s fees, court costs, and administrative and
other expenses necessarily paid or incurred in successfully enforcing performance of the
obligation of Surety under this bond.
WHEREAS, Contractor has entered into a written agreement dated [DATE OF
CONTRACT AGREEMENT], with Owner entitled “Contract Agreement Between Village of Oak
Brook and [CONTRACTOR’S NAME] for the Construction of Golf Course Hole #13 C-Wall
Removal and Replacement Project” (the “Contract”), the terms and conditions of which are by
this reference incorporated herein as though fully set forth herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT
if Contractor shall promptly pay or cause to be paid all sums of money that may be due to any
claimant with respect to Contractor’s obligations under the Contract: (1) to provide, perform,
and complete at the Work Site and in the manner specified in the Contract all necessary work,
labor, services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas,
electric, water, waste disposal, information, data, and other means and items necessary for
design, if any, construction, and installation of the Golf Course Hole #13 C-Wall Removal and
Replacement Project, together with related attachments, equipment, and appurtenances
thereto; (2) to procure and furnish all permits, licenses, and other governmental approvals and
authorizations necessary in connection therewith except as otherwise expressly provided in the
Special Conditions of Contract; (3) to procure and furnish all bonds and certificates and policies
of insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes;
(5) to do all other things required of Contractor by the Contract; and (6) to provide, perform,
and complete all of the foregoing in a proper and workmanlike manner and in full compliance
with, and as required by and pursuant to, the Contract; all of which is herein referred to as the
“Work,” whether or not any of said Work enter into and become component parts of the
improvement contemplated, then this obligation shall be null and void; otherwise it shall remain
in full force and effect.
For purpose of this bond, a claimant is defined as one having a direct contract
with Contractor or with a subcontractor of Contractor to provide, perform or complete any part
of the Work.
Contractor and Surety hereby jointly and severally agree that every claimant
who has not had all just claims for the furnishing of any part of the Work paid in full, including,
without limitation, all claims for amounts due for materials, lubricants, oil, gasoline, rentals of, or
service or repairs on, machinery, equipment, and tools consumed or used in connection with
the furnishing of any part of the Work, may sue on this bond for the use of such claimant, may
64
prosecute the suit to final judgment for such sum or sums as may be justly due such claimant,
and may have execution therein; provided, however, that Owner shall not be liable for the
payment of any costs or expenses of any such suit. The provisions of 30 ILCS 550/1 and 30
ILCS 550/2 shall be deemed inserted herein, including the time limits within which notices of
claim must be filed and actions brought under this bond.
Contractor and Surety hereby jointly agree that Owner may sue on this bond if
Owner is held liable to, or voluntarily agrees to pay, any claimant directly, but nothing in this
bond shall create any duty on the part of Owner to pay any claimant.
Surety, for value received, hereby stipulates and agrees that no changes,
modifications, alterations, omissions, deletions, additions, extensions of time, or forbearances
on the part of Owner or Contractor to the other in or to the terms of said Contract; in or to the
schedules, plans, drawings, or specifications; in or to the method or manner of performance of
the Work; in or to Owner-furnished facilities, equipment, materials, services, or sites; or in or to
the mode or manner of payment therefor shall in any way release Contractor and Surety or
either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or
affect the obligations of said Surety on this bond, all notice of any and all of the foregoing
changes, modifications, alterations, omissions, deletions, additions, extensions of time, or
forbearances and notice of any and all defaults by Contractor or of Owner’s termination of
Contractor being hereby waived by Surety.
Signed and sealed this ___ day of ______, 2023.
Attest/Witness: PRINCIPAL: [NAME OF CONTRACTOR]
By: _______________________ By: ___________________________________
[NAME OF CONTRACTOR’S
EXECUTING OFFICER]
Title: ________________________ Title: [TITLE OF CONTRACTOR'S
EXECUTING OFFICER]
Attest/Witness: SURETY: [NAME OF SURETY]
By: _______________________ By: ___________________________________
Title: ________________________ Title: ___________________________________
Telephone: _____________________________
65
State of Illinois )
) SS.
County of ________ )
I, __________________, a Notary Public in and for said county, do hereby certify that
_________________________________________ (names of individuals signing on behalf of
Principal and Surety) who are each personally known to me to be the same persons whose
names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY,
appeared before me this day in person and acknowledged respectively, that they signed and
delivered said instrument as their free and voluntary act for the uses and purposes therein set
forth.
Given under my hand and notarial seal this ____ day of ____________, 2023.
__________________________________
Notary Public
My commission expires:
_____________________
66
Section 3. Review Process
A. Evaluation of Proposals and Selection
The proposals received will be evaluated by the Village on the basis of professional
qualifications, previous experience on similar projects, satisfaction of previous clients on work
performed for them, contract price, and the proposal that best meets the needs of the Village.
Vendors will be contacted during the evaluation if further information is needed. The Village
may choose to interview one or more vendors before final selection is made.
This Request for Proposal does not commit the Village to award a contract, to pay any costs
incurred in the preparation of a proposal based on this request, or to procure or contract for
services. All proposals submitted in response to this Request for Proposal become the
property of the Village. The Village reserves the right to accept or reject any or all proposals
received as a result of this request, to negotiate with qualified vendors, or to cancel in part or in
its entirety the Request for Proposal, if it is in the best interest of the Village to do so. The
Village may require the proposer selected to participate in negotiations concerning contract
price or the nature and extent of services to be provided. The results of such negotiations
shall be incorporated into the final contract between the Village and the proposer.
B. Basis of Award
Village staff will perform an evaluation of the proposals received. Appropriate finalist(s) may be
interviewed by the Village, after which a selection will be made.
The Village reserves the right to reject any or all proposals and to waive any informality or
technical error and to accept any proposal deemed most favorable to the interests of the
Village. The Village will review proposals based on the following criteria:
1. Compliance with RFP. Adherence to all conditions and requirements of the RFP.
2. Understanding of the Project. The proposers understanding of the engagement, the
Village’s objectives, and the nature and scope of the work involved.
3. Services to be Provided. The exact type and nature of the proposers proposed
services and how they accomplish the objectives of the project.
4. Qualifications of the Proposer. The proposer’s capability in all respects to perform fully
all contract requirements, and the integrity and reliability which will assure good faith
performance. This criterion includes:
• The experience of the contractor and its record on projects of a similar nature.
• The availability of necessary personnel and other resources to successfully
complete the project specified herein on a timely basis.
5. Costs. Proposed contract price.
6. Ability, capacity and skill to fulfill the contract as specified.
67
7. Ability to supply the commodities; provide the services or complete the construction
promptly, or within the time specified, without delay or interference.
8. Character, integrity, reputation, judgment, experience and efficiency.
9. Quality of performance on previous contracts.
10. Previous and existing compliance with laws and ordinances relating to the contract.
11. Sufficiency of financial resources.
12. Quality, availability and adaptability of the commodities, services or construction, in
relation to the Village’s requirements.
13. Ability to provide future maintenance and service under the contract.
14. Number and scope of conditions attached to the proposal.
15. Record of payments for taxes, licenses or other monies due the Village.