HomeMy WebLinkAbout2025 SC Property Improvements ProjectouHt
0
U,
Village of Oak Brook
SPORTS CORE PROPERTY
IMROVEMENTS
-/
Bid Opening Date:. ........March27,2025
Bid Opening Time:. .........10:00 AM
Bid Opening Location: ............But1er Government Center
Bid Deposit:...... .....10%of the Amount of Bid
Performance and Labor and Materials Bonds ........100% of the Amount of Bid
Dan Schroeder, P.E.
Christopher B. Burke Engineering, Ltd.
9575 West Higgins Road, Suite 600
Rosemont, Illinois 6001 8
(847) 823-0500
Submit Bids to:
Rania Serences, Purchasing & Budgeting Coordinator
Butler Government Center
1200 Oak Brook Road
Oak Brook,lL 60523
Note: This cover sheet is an integral part of the contract documents and is, as are all of the
following documents, part of any contract executed between the Village of Oak Brook and any
successful BIDDER. Do not detach any portion of this document. Invalidation could result.
J t
062-070855
=REGISIERED
PROFESSIONAT
ENGINEER
OF
6;
tt N
ifr
Obtain information from:
SPORTS E PROPERW
TABLE OF CONTENTS
BIDDING DOCUMENTS
1. lnvitation for Biddeas Proposals
2. General lnstructions to Bidders
3. Special lnstructions to Bidders
4. Bidder's Proposal
5. Bidder's Sworn Acknowledgment
6. Bidder's Sworn Work History Statement
7. Form of Bid Bond
8. Request for Additional lnlormation
L Bidder's Sworn Statement of Responsibility
10. Notice of Award
CONTRACT
Contract Agreement
Contractor's Certification
Schedule of Prices
General Conditions of Contract
Special Conditions of Contract
Contract Drawings
Special Provisions
Form of Performance Bond
Form of Labor and Material Payment Bond
Prevailing Wage Ordinance
ENTS
1
2
3
4
5
b
7
8
10
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
BID PACKAGE
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
INVITATION FOR BIDDER'S PROPOSALS
OWNER:
Villaoe of Oak Brook
1200 Oak Brook Road
Oak Brook. lL 60523
1. lnvitation to Bid
Owner invites sealed Bidder's Proposals for lhe Work described in detail in the Contract
and generally described as follows:
Contractor shall expand the parking lot at Oak Brook Golf Club and install a concrete pad
at the Oak Brook Golf Club driving range for future installation of a shelter by others.
Work under lhis Conlract will generally include, but is not limited;. Earth Excavation at both locations.. Concrete Curb Type B in the expanded parking lot. Aggregate Subgrade lmprovement, HMA Base course and HMA Surface Course
in expanded parking lot. Pavement markings. Concrete Pad at Oak Brook Golf Club driving range. Grading and landscaping. Other work as described within the plans and specifications
2. geIilelLl@
Allterms capitalized in this lnvitation for Bidder's Proposals and in the olher
Bidding Documents are deflned in the Bidding Documents and the Contract and shall
have such defined meanings wherever used. The Bid Package consists of the Bidding
Documents and the Contract, both as hereinafler defined.
3. The Biddinq Documents
The Bidding Documents consist ofthe following documents, all of which are
by this reference made a part of this lnvitation for Bidder's Proposals as though fully set
forth herein:
I
ENGINEER:
Christopher B. Burke Enoineerino. Ltd.
9575 W. Hiooins Rd.. Suite 600
Rosemont. lL 60018
INVITATION
(1) lnvitation for Bidde/s Proposals;
(2) General lnstructions to Bidders;
(3) Special lnstructions to Bidders;
(4) Addenda, if issued;
(5) Bidder's Proposal;
(6) Bidder'sSwornAcknowledgment;
(7) Bidder's Sworn Work History Statement;
(8) Form of Bid Bond:
(9) Request for Additional lnformation, if any;
(10) Biddeis Sworn Statement of Responsibility, if requested;
(11) Other lnformation Submitted by Bidder, if requested; and
(12) Notice ofAward.
4. I@l@!
The Contract consists of the following documents, all oI which are by this
reference made a part of this lnvitation for Bidder's Proposals as though fully set forth
herein;
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(s)
Contract Agreemenl;
Conlractor's Certification ;
Schedule of Prices;
General Conditions of Contract;
Special Conditions of Contract;
Contract Drawings;
Speciflcations;
Form of Performance Bond;
Form of Labor and Material Payment Bond;
2-
INVITATION
(10) Prevailing Wage Ordinance, Certified Payroll; and
(1'l) Addenda, if issued
Engineer may, during construction, furnish such additional Contract Drawings and
Specifications or such other explanations as Engineer may consider necessary lo
illustrate or explain the Work in further detail. The successful Bidder shail be required to
comply with the requirements of all such additional Contract Drawings and Specilications
or other explanations, all of which shall be considered pari of the Contract and shall not
be considered as indicating additionalWork.
5. lnspection and Examination
The Bidding Documents and the Contract may be examined at the office of
the Engineer, as listed above. The Bidding Documents can be downloaded from
QuestcDN via the Christopher B. Burke Engineering Ltd. (CBBEL) website
httD://cbbel.com/biddinq-info/ or at www.ouestcdn.com under Login using QuestCDN #
9586495 for a non-refundable charge of $50.00. A QuestCDN login will be required.
contact QuestcoN.com at 952-233-1632 or info@questcdn.com for assistance in
membership registration and downloading this digital project information. Contractors
must purchase bid documents and be shown on the Bidder's Planholder List in order to
bid. Bids received from contractors who are not in the Bidder's Planholder List will be
rejected. Addenda will be issued only lo plan holders. Questions should be directed to
Dan Schroeder (847) 823-0500 o r dschroede cbbel.com
Each prospective Bidder shall, before submitting ils Bidder's Proposal,
carefully examine the Bidding Documents and the Contract. Each prospective Bidder
shall inspect in detail the Work Site and the surrounding area and shall familiarize itself
with all local conditions, including subsurface, underground and other concealed
conditions, affecting the Contract, the Work and the Work Site. The Bidder whose
Bidder's Proposal is accepted will be responsible for all errors in its Bidder's Proposal
including those resulting from its failure or neglect to make a lhorough examination and
investigation of the Bidding Documents, the Contract, and the conditions ofthe Work Site
and the surrounding area.
6. Bid Openino
Owner will receive sealed Bidder's Proposal for the Work until
10:00 o'clock, a.m., local time, March 27, 2025, al Owner's office listed above (Attn:
Rania Serences, Purchasing & Budgeting Coordinator), at which time, or as soon
thereafter as possible, all Biddefs Proposals will be publicly opened and read aloud within
the SE Dean Board Room ofthe Butler Governmenl Center. Bids received afterthis date
and time will be returned to the sender unopened.
INVITATION
A. Bid Securilv. Each Bidder's Proposal shall be accompanied by a
security deposit of ten (10%) percenl of the Bidder's Price Proposal in the form of (1) a
Cashieas Check or Certitied Check drawn on a solvent bank insured by the Federal
Deposii lnsurance Corporation and payable without condition to Owner or (2) a Bid Bond
in the form included in the Bidding Documents from a surety company licensed to do
business in the State of lllinois with a general rating of A minus and a financial size
category of Class X or better in Best's lnsurance Guide.
B. Performance and Payment Bonds. The successful Bidder will be
required to furnish a Performance Bond and a Labor and Material Payment Bond upon
award of the Contract, each in the penal sum of the full amount of the Contraci Price, in
the form included in the Conlract and from a surety company meeting lhe 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 in the form included in the Contract
Documents upon award ofthe Contract to Bidder.
C. lnsurance. The successful Bidder will be required to lurnish
certificates of insurance as required by Section 4.2 of the Contract Agreement, Article lV
of the General Conditions of Contract, and Section 4 of the Special Conditions of Contract
upon award of the Contract. Each Bidder's Proposal must be accompanied by a lelter
from Bidder's insurance carrier or its agent certifying that said insurer has read the
requirements set forth in the Contract and will issue the required certificates and policies
of insurance upon award of the Conlracl to Bidder.
DATED this 14th day of March 2025.
Byj Netasha Scarpiniti
Village Clerk
4-
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE
GENERAL INSTRUCTIONS TO BIDDERS
Section
Examination of Bidding Documents, Contract, and Work Site
lnterpretation ofthe Bidding Documents and the Contract.....
Calculation of Unit Price Proposals and Compensation .........
Prevailing Wages....
Taxes and Benefits...................
Permits and Licenses..................
Preparation of Bidder's Proposal.............
Signatu re Requirements.........................
Bid Security............
Surety and lnsurance Commilments ......................................
Submission of Bidder's Proposals ...........
Withdrawal of Biddeis Proposals...........
Public Opening of Bidder's Proposals.....
Qualilication of 8idders...........................
Disqualification of Bidders ............ ..........
Award of Contract...
Notice of Awardi Effective Date of Award...............................
Failure to Sign Contract..................
Time of Starting and Completion..............
Confidenliality.........
RTY IMPROVEMENT s
Paoe
1.
2.
4.
5.
6.
7.
8.
9.
'10
11
12
IJ
14
15
16
17
18
19
20
.1
.3
.3
.4
.4
.4
,5
.6
.7
.8
.8
.8
.9
.9
10
11
11
12
13
't3
TABLE OF CONTENTS
-i-
VILLAGE OF OAK BROOK
CONTFACT FOR THE CONSTRUCTION OF
SPORTS CORE PROP RTY IMPROVEMENTS
GENERAL INSTRU IONS TO BIDDERS
1. Examination of Biddinq Documents. Contract. and work Site
A. Biddino Documents and the Contract. Each prospective Bidder
shall, before submitting ils Bidder's Proposal, carefully examine the Bidding Documents
and the Contract as delined in the lnvitation for Bidder's Proposals and included in this
Bid Package. The Contract contains provisions applicable not only to the successful
Bidder but also to all of its Subcontractors and Suppliers. ln making copies of the Bidding
Documents and lhe Contract available to prospective Bidders, owner and Engineer do
so only for the purpose of obtaining Bidder's Proposals and such provision does not
confer a license or grant for any olher use.
B. Work and Work Site Conditions. Each prospective Bidder shall,
before submitting its Bidder's Proposal, personally inform itself, by on-site inspection and
investigalion and by such other appropriate and lawful means as it may wish, of all
conditions under which the Work is to be performed; of the obstacles, unusual conditions
or difficulties that may be encountered, whether or not referred to in the Bidding
Documents or the Contract; and of all other relevant matters concerning the Work Site
and the surrounding area, including subsurface, underground and other concealed
conditions. ln examining the Work Site and the surrounding area, special attention shall
be given to lhe cost and feasibility of the Work to be performed thereon, including the
arrangement and conditions of existing or proposed slruclures that will affect, or that will
be affected by, the Work; the procedures necessary for maintenance of uninterrupted
operationsi the need to interrupt operations for any reason; and the availability and cost
of the means and methods of accomplishing the Work. Any prospective Bidder desiring
to make borings, exploralions or observations to determine conditions at or around lhe
Work Site shall obtain permission from Owner or from any other property owner, as
appropriate, prior to commencemenl of any such activity.
Notwithstanding anything set forth in this Subsection 1B, it shall remain the
successful Bidder's responsibility to (i) determine during construciion the presence and
location of any underground obstructions and to make adjustments in the alignment or
grade of the Work to pass around, over, or under them, and (ii) determine during
construclion lhe presence and location of any adverse soil conditions and to take all
necessary action to eliminate, address, or olherwise deal with such adverse soil
conditions, all without any equitable adjustment in the Contract Time or, excepl as
expressly provided, and only to lhe limited extent set forth, in Sections 2.1 through 2.3 of
the General Conditions of Contract included in this Bid Package, the Contract Price.
1
GENERAL INSTRUCTIONS
C. Ouantities. Each prospective Bidder shall, before submitting its
Bidder's Proposal, safisry ilself, by personal inspection and investigation oflhe Work Site
or by such other appropriate and lawful means as it may wish, as lo the correctness of
any quantities listed in the Bidding Documents.
D. Eouipment. Materials. and Supplies. Each Bidder shall base its
Bidder's Proposal on new, undamaged, first-quality equipment, materials, and supplies
complying fully with the Contract, and in the event any Bidder names or includes in its
Bidder's Proposal equipment, materials, or supplies that do not conform, such Bidder
shall, if awarded the Contract, be responsible for furnishing equipment, materials, and
supplies thal fully conform to the Contract al no increase in the Bidder's Price Proposal.
E. lnformation Provided by Owner. Vvhen information pertaining lo
subsurface, underground or other concealed conditions or obstructions, soils analysis,
borings, test pits, buried structures, utility locations or conditions, conditions of existing
slructures, and similar site information or data and other investigations is shown or
indicated on the Contract Drawings included in this Bid Package, is distributed with the
Bidding Documents or the Contract, or is otheMise made available to any prospective
Bidder by Owner, such information is shown, indicated, distributed, or made available
solely for the convenience of such prospective Bidder and is nol part of the Bidding
Documenls or the Contract. Owner assumes no responsibility whatsoever in respect lo
the sulficiency or accuracy of any such information, and there is no guaranty or warranty,
either expressed or implied, that the conditions indicated are representative of those
existing throughout the Work or the Work Site, or that the conditions indicated are
representalive of those existing at any particular location, or that unanticipated conditions
may not be present.
F. Reoresentation and Warranty of Bidder. Each Bidder submitting a
Bidder's Proposal expressly lhereby represenls and warrants that it has had an adequate
period of lime to conduct, and has conducted, the independent examinalions, inspections
and investigations required by these General lnstructions to Bidders. Each Bidder
submitting a Bidder's Proposal expressly thereby further represents and warrants that
Bidder's Price Proposal includes such allowances for contingencies, as Bidder deems
appropriate with respecl to such risks and changes in the Work as lhe successful Bidder
is responsible for dealing with under the Contract withoul any equitable adjustment in the
Contract Price or Contract Time.
G. Remedies for Failure to Comolv. The successful Bidder will be
responsible for all errors in its Bidde/s Proposal resulting from such Bidder's failure or
neglect to complywith these General lnstruclions to Bidders. The successful Bidder shall
bear all damages and costs associated therewith, arising lherefrom, or resulting from
matters or conditions first discovered during lhe progress of the Work, including, but not
limited to, damages or costs resulting from, arising out of, or in any way related to
increases in lime-relaled cosls; increases in costs of labor, equipment, materials, or
supplies; costs of additional personnel; costs of additional equipment; costs of additional
premium time for personnel or equipment; increase in costs for Bond or insurance
-2-
GENERAL INSTRUCTIONS
premiums; lower labor productivityi lost proflts or allernative income; effects on other
contracts; and costs of demobilization and remobilization.
2. lnterpretation of the Biddino Documents and the Contract
A. Defined Terms. All terms capilalized in these General lnstructions
to Bidders and in the other Bidding Documents are defined in the Bidding Documents and
the Contract and shall have such defined meanings wherever used.
B. lmolied Terms. If any workmanship, equipment, materials, or
supplies that are not direclly or indirectly set forth in the Contract are nevertheless
necessary to the proper provision, performance, and completion of the whole of the Work
in accordance with the intent of the Contract, each prospeclive Bidder shall undersland
such workmanship, equipment, malerials, or supplies to be implied and shall provide for
such workmanship, equipment, materials, or supplies in its Bidder's Proposal as fully as
if it were particularly described.
C. Addenda. No interpretation of the Bidding Documents or the
Contract will be made except by written addendum duly issued by Engineer
("Addendum"). No interpretalion not contained in an Addendum shall be valid or have
any force or effect whatever.
All Addenda issued prior to the opening of Bidder's Proposals shall become
a part ofthe Bidding Documents orthe Contract, as the case may be. Each prospective
Bidder shall be responsible for inquiring from time to time as to the availability ofAddenda.
lf any prospective Bidder is in doubt as to the true meaning of any part of
the Bidding Documents or the Contract, such prospective Bidder shall submit to Engineer
a written request for an interpretation thereof as far in advance of the scheduled opening
of Bidder's Proposals as possible.
Engineer shall use its best efforts to issue Addenda in response to all valid,
appropriate, and timely inquiries, but accepts no responsibility for doing so. lnquiries not
answered by Addenda shall be considered invalid, inappropriate, or untimely inquiries.
D. lnformal Responses. Neither Owner nor Engineer will give oral
answers or instructions in response to any inquiries received prior to the award of the
Contract regarding the meaning of the Bidding Documents or the Conlract nor any oral
indication as to the validity of any such inquiry. Any such oral answer, instruction or
indication shall not be binding, shall be deemed to be unauthorized and given informally
forlhe convenience ofthe Person making the inquiry, shall not be guaranteed, and shall
not be relied upon by any prospective Bidder. By submitting a Bidder's Proposal, each
Bidder shall be deemed to have agreed lhat such information has not been used as a
basis of its Bidder's Proposal and that the giving of any such information does not entitle
such Bidderto assertany claim ordemand againsl Owneror Engineer on accountthereof.
GENERAL INSTRUCTIONS
3. Calculation of Unit Price ProDosals and Compensation
On all items for which Bidder's Proposals are to be received on a unit price
basis, Bidder's Proposals will be compared on the basis of the approximate number of
units stated in the Bidding Documents multiplied by each Bidder's respective Price
Proposalfor each Unit Price ltem.
Payment on the Contract foreach Unit Price ltem willbe based on lhe actual
number of acceplable units of such Unit Price ltem installed complete in place, measured
on lhe basis defined in the Contract.
The approximate quantities stated in the Bidding Documenls shall not be
used in establishing the compensation due under the Contract. Such stated quantities
are Engineeis estimate only for Owner's convenience in comparing Bidder's Proposals
and shall not be relied upon by prospective Bidders. Any increases in lhe number of units
of Unit Price ltems required lo complete the Work resulting from risks or changes in the
Work that lhe successful Bidder is responsible for dealing with under the Conlracl without
any equitable adjustment in the Contract Price shall be paid for at the respective Price
Proposal for each such Unit Price ltem.
No Bidder shall, afrer submission of its Bidder's Proposal, dispule or
complain of any estimate of Unit Price ltems conlained in the Bidding Documents nor
assert that there was any misunderslanding in regard to the nature or amount of Work to
be done.
4. Prevailino Waoes
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. lf 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 addilional 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.
4-
Contractor will comply with the lllinois prevailing wage law, as amended from time to time
and made available on the Department of Labofs official websile. Not less than the
prevailing rate of wages as found by the lllinois Department of Labor shall be paid to all
laborers, workers and mechanics performing work under the Contract. lfthe Department
of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics
under the Conlract, the revised prevailing rate ofwages shall apply to the Contract and
Contraclor 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 lo Village of Oak Brook. Contraclor shall indemnify,
GENERAL INSTRUCTIONS
defend and hold Village of Oak Brook harmless from any loss, including but not limited
to Village ol Oak Brook's attorney's fees, resulting from Contraclor's failure to comply
with this prevailing wage clause. All bonds applicable to the Contract shall include a
provision as willguarantee the faithful performance ofthe 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, lhe number of hours worked each day, the starting and ending times ofwork each
day, the worker's hourly rale, 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 benefil, il applicable, and the plan administrator of each fringe benefit.
The Contractor and each subconlractor shall submit monthly, in person, by mail, or
electronically a certified payroll to the Department of Labor, through the database
created by Section 5.'l of 820 ILCS 1 30. The certified payroll shall consist of a complete
copy of the records. The certified payroll shall be accompanied by a statement signed
by the conlractor or subconlractor 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
rale of hourly wages requiredi and (iii) the contractor or subcontractor is aware that filing
a certilled 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 investigalors of the Department or the
Department of Labor.
s @E!!!-Ee!e!!ts
Owner is exempt from state and local sales, use and excise taxes. Bidder's
Price Proposal shall not include any such taxes. A letter of exemption will be provided to
the successful Bidder, if necessary. Owner will not reimburse, nor assist the successful
Bidder in obtaining reimbursement for, any state or local sales, use or excise taxes paid
by the successful Bidder. The successful Bidder shall be required to reimburse Owner
for any such taxes paid.
Bidder's Price Proposal shall include all other 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 other similar benefits. lt shall be the sole responsibility of each
prospective Bidder to determine the applicability and amount ofsuch taxes, contribulions,
GENERAL INSTRUCTIONS
and premiums and no exlra compensation shall be paid by Owner for the successful
Bidder's failure lo include these cosls in its Bidder's Proposal.
6. Permits and Licensos
Except as otherwise expressly provided in the Special Condilions of
Contract included in this Bid Package, Bidder's Price Proposal shall include the cosl of
oblaining all permits, licenses, and other approvals and aulhorizalions required by law for
performance of the Work. lt shall be the sole responsibility of each prospective Bidder to
determine the applicable permits, licenses, and other approvals and aulhorizations and
no extra compensaiion shall be paid by Owner for lhe successful Bidder's failure to
include these costs in its Bidder's Proposal. The successful Bidder shall be required to
display all permits, licenses and other approvals and authorizations as required by law.
7. Preparation of Bidder's Proposal
Bidder's Proposals to enter into the Conlract lor the Work shall be made
only on the blank Bidder's Proposal form furnished by Owner and included in this Bid
Package. Entries on the Bidder's Proposal form shall be typed or legibly written in ink.
Price Proposals are to be written by words and by figures as provided on
the Bidder's Proposal form. ln case of any conflict, words shall prevail. ln case of any
error in adding or multiplying individual items, the prices listed for individual items shall
control over any incorrect total of such items. A Bidder's Proposal may be rejected if it
does not contain a requesled price for each and every item named in the Bidder's
Proposal form or may be interpreted as bidding "no charge'to Owner for any item left
blank, except as may be otherwise provided in the Special lnstructions to Bidders
included in lhis Bid Package.
Prospeclive Bidders are warned against making alterations of any kind to
the Bidde/s Proposal form or lo any enlry thereon. Bidder's Proposals that contain
omissions, conditions, alteralions, or additions not called for by the Bidding Documents
may be rejected or interpreted so as to be most favorable to Owner.
Bidder's Proposals that are not submitted on the Bidder's Proposal form
furnished by Owner or thal are separated from this bound Bid Package may be reiected.
Each Bidder shall securely staple into its Bidder's Proposal a copy of each
Addendum issued for the Bidding Documents and the Contract and shall include in the
place provided therefor in the Bidder's Proposal form a listing of all such Addenda.
Bidder's Proposals that fail to comply with this lnstruction may be rejected.
Each Bidder shall complete, sign as required pursuant to Section 8 ofthese
General lnstructions to Bidders, and submit with its Bidder's Proposal all of the following
documentalion:
-6-
GENERAL INSTRUCTIONS
(1)Biddefs Sworn Acknowledgment included in this Bid
Package;
(2\ Bidder's Sworn Work History Statement included in this Bid
Package;
(3) Bid Security as required by Section 9 of these General
lnstructions to Bidders:
(4) Surety Commitment Letter as specified in the lnvitation for
Bidder's Proposals;
lnsurance Commitment Letter as specified in the lnvitation for
Bidder's Proposals; and
(6) Such other documentation, ifany, as may be required by any
Special lnstructions to Bidders included in this Bid Package.
Every Bidder submitting a Bidder's Proposal shall be conclusively deemed
lo have evidenced an intention to be bound thereby whether or not lhe requirements for
signing Bidder's Proposals found in Section 8 of these General lnstruclions to Bidders
are satisfied. However, any Bidder's Proposalthat fails to comply with Section 8 of these
General lnstructions to Bidders may nevertheless be rejected.
lf a deficiently prepared Bidder's Proposal is not rejected, Owner may
demand correction of any deficiency and award lhe Contract to Bidder upon satisfactory
compliance with this lnstruction.
8. SiqnatureReouirements
A. Bidder's Proposals. The following requirements shall be observed in
lhe signing of each Bidder's Proposal:
(1) Coroorations. Each Bidder's Proposal submitted by a
corporation shall be signed by the President or other
authorized officer of the corporation and shall also bear the
attesting signature of lhe Secretary or Assistant Secretary of
the corporation.
(2) Partnershios. Each Bidder's Proposal submitted by a
parlnership shall be signed by all of its general partners or by
an attorney-in-fact. lfsigned by an attorney-in-fact, there shall
be attached to the Bidder's Proposal a power of attorney
executed by all of the general partners of such partnership
evidencing authority of such attorney-in-fact to sign the
Bidder's Proposal.
-7-
(5)
GENERAL INSTRUCTIONS
(3) lndividuals. Each Bidder's Proposal submitted by an
individual shall be signed by such individual or by an attorney-
in-fact. lf signed by an aftorney-in-fact, there shall be attached
to the Bidder's Proposala power ofattorney executed by such
individual evidencing the authority of such attorney-in-fact to
sign the proposal.
(4)Joint Ventures. Each Bidder's Proposal submitted by a joint
venture shall be signed by each signatory ofthe joint venture
agreement by which such joint venlure was formed in
accordance with the applicable provisions of (1), (2) and (3)
above or by an attorney-in-fact. lf signed by an attorney-in-
facl, there shall be attached to the Bidder's Proposal a power
of attorney executed by each signatory to the joint venture
agreement evidencing the authority ofsuch attorney-in-facl to
sign the proposal.
Any Bidder's Proposal that fails to comply with this lnstruction may be
rejected, or, if not rejected, Owner may demand correction thereofand award the Contract
to Bidder upon satisfactory compliance with this lnstruction.
B. Other Documents. The signature requiremenls set forth in
Subsection 8A shall apply to all other documents in the Bid Package required to be
executed by Bidder, Bidder's sureties and Bidder's insurance representatives as well as
to the Contract Agreement, lhe Contractor's Certification and all other required
documentation related to the Contract.
Any Bidder's Proposal that fails to comply with this lnstruction may be
rejected, or, if not rejected, Owner may demand correction thereofand award the Contract
to Bidder upon satisfactory compliance with this lnstruction.
L Bid Securitv
A. Required Bid Securitv. Every Bidder's Proposal shall be
accompanied by a 10% bid security in the form of a Cashier's Check, Certified Check or
Bid Bond as specified in the lnvitation for Bidder's Proposals ("Bid Security'), which Bid
Security shall stand as a guaranty that (1) il Bidder is determined to be one of the Most
Favorable Bidders (see Section 'l48 below), Bidder will submit all additional information
requested by Owner: (2) if such Bidder's Proposal is accepted, Bidder will timely file the
Bonds and the certificates and policies of insurance required by the Contract; and (3) if
such Bidder's Proposal is accepted, Bidder will timely execute the Contract Agreemenl,
the Contractoas Certification, and all other required documentation related to the
Contract.
-8-
Any Biddels Proposal that fails to comply with this lnstruction may be
rejected, or, il not re.iected, Owner may demand correction of any deflciency and award
the Contract to Bidder upon satislactory compliance wilh this lnstruction.
B. Return of Bid Securitv. Bid Security submitted in the form of
Cashier's Checks or Certifled Checks will be returned to all except the Most Favorable
Bidders within five Days after the opening of Bidder's Proposals, and to the Most
Favorable Bidders within five Days atter execution ofthe Contract Agreement by Owner'
Bid Bonds will not be returned unless otheMise requesled by Bidder.
C. Liouidated Damaoes. lf a Most Favorable Bidder fails to timely
submit all additional information requested by Owner, or if the successful Bidder fails to
timely and properly submit all required Bonds, certificates and policies of insurance, or if
the successful Bidder fails to timely and properly execute the Coniract Agreement, the
Contractois Certification and all other required documentation related to the Contract' it
will be difficult and impracticable to ascertain and determine lhe amount of damage that
Owner willsustain by reason ofany such failure. Forsuch reason, every Bidder shall, by
submitting its Biddeis Proposal, be deemed lo agree thal Owner shall have the right, at
its option in the event of any such default, to retain or recover as reasonably eslimated
liquidated damages, and not as a penalty, the entire amount of the Bid Security or ten
percenl of the Bidder's Price Proposal, whichever is greater, or to exercise any and all
equilable remedies il may have against the defaulting Bidder.
10. Suretv and lnsura nce Commitrnents
Every Biddeis Proposal shallbe accompanied by:
(1) A letter from a surety company, licensed to do business in the
State of lllinois with a general rating of A minus and a financial
size category of Class X or better in Best's lnsurance Guide,
slating that il will execute Bonds in the form included in the
Contract Documents upon award of the Contract to Bidder.
12\ A letter from Bidder's insurance carrier or its agent certifying
that said insurer has read the insurance requirements set forth
in the Contract and will issue the required cerlilicates and
policies of insurance upon award of the Contract to Bidder'
Any Biddels Proposal that fails to comply with this lnstruction may be
rejected, or, if not rejected, Owner may demand correction of any deficiency and a\'vard
the Contract to Bidder upon satisfactory compliance with this lnstruction.
11. Submission of Bidder's Proposal
One copy of each Bidder's Proposal, properly signed' together with the
required Bid Security (see Section 9), the required surety and insurance commitment
letters (see Section 10) and all other required documents, shall be enclosed in a sealed
-9-
GENERAL INSTRUCTIONS
GENERAL INSTRUCTIONS
envelope or package and shall be addressed and delivered to the place, before the time,
and in the manner designated in the lnvitation for Bidder's Proposals. Each sealed
envelope or package containing a Biddels Proposal shall be identified as such and shall
be marked with the title of lhe Contracl and Bidder's full legal name. All documents
designated in the Bidding Documenls or the Contract, including any Addenda, will be
considered part of each Bidder's Proposal whether attached or not. The Biddels
Proposalform shall not be removed from this bound Bid Package.
12. Withdrawal of Bidder's Proposal
Any Bidder's Proposal may be withdrawn at any time prior to the opening of
any Bidder's Proposal, provided that a request in writing, executed by Bidder in the
manner specified in Section I of these General lnstructions to Bidders, for the withdrawal
ofsuch Bidder's Proposal is filed with Owner priorto the opening ofany Bidder's Proposal.
The withdrawal of a Bidder's Proposal prior to opening of any Bidder's Proposal will not
prejudice the righl of Bidder to file a new Bidder's Proposal.
No Bidder's Proposal shall be withdrawn without the consent of Owner for
a period of 90 Days affer the opening of any Bidder's Proposal. Any Bidder's Proposal
may be withdrawn at any time following the expiration of said 90 Day period, provided
that a request in writing, executed by Bidder in the manner specilied in Section I of these
General lnstructions to Bidders, for the withdrawal of such Bidder's Proposal is Iiled with
Owner after said 90 Day period. lf no such request is filed, the date for acceptance of
such Bidder's Proposal shall be deemed to be extended until such a request is liled or
until Owner executes a Contract pursuant to the lnvitation for Biddels Proposals or until
Owner affirmatively and in wriling rejects such Bidder's Proposal.
13. Public Openinq of Bidder's Prooosals
Bidder's Proposals will be opened and the Price Proposals will be read
aloud publicly at lhe time and place indicated in the lnvitation for Bidder's Proposals or
as soon thereafter as possible. Bidders or their agents are invited to be present. All
Bidder's Proposals received after the specified time of opening will be returned unopened.
14. Qualification of Bidders
A. Factors. Owner intends lo award the Contract only to a Bidder lhat
furnishes satisfactory evidence that it has the requisite experience, ability, capital,
facilities, plant, organization and staffing to enable it to perform the Work successfully and
promptly and to complete the Work for the Contract Price and within the Contract Time.
B. Mosl Favorable Bidders. A preliminary determination as to eligibility
of up to three Bidders (herein referred to as "Most Favorable Bidders") who shall be
eligible for further consideration shall be made on the basis of the amount of the Bidder's
Price Proposals, Owner's prior experience with the Bidders, Owner's knowledge of the
Bidders' performance on other relevant projecls, and all other relevant facts or matters
-10-
GENERAL INSTRUCTIONS
mentioned in the Bidding Documents or the Contract or lhat Owner may legally consider
in making its determination. The making of such a preliminary delermination shall not
waive Owner's right to reject any and all Bidder's Proposals nor waive such other rights
as are set forth in Section 16 ofihese General lnstructions to Bidders.
C. Default. lf a Bidder is or has been in default on a contract with Owner
or in the payment ot monies due Owner, its Bidder's Proposal will not be considered.
D. Deflciencies. Owner expressly reserves the right in its sole and
absolute discretion to disqualify any Bidder that:
C. Final Determination. The final selection of the successful Bidder
from among the Most Favorable Bidders shall be made on the basis of the above-
mentioned factors and any additional information lhat may be requested ofall or any one
or more ofthe Most Favorable Bidders. Such additional information may include, but is
not limited to, a listing ofavailable personnel, planl and equipment; a description of current
work loads and any pending bids or proposals; financial and litigation statements; and
any other pertinent information. lf such additional information is required, Owner shall
issue a Request for Additional lnformation to one or more of the l\rost Favorable Bidders.
ln the event Owner issues a Request for Additional lnformation, the responding Bidder
shall provide such information within two business days after receipt of said Request for
Additional lnrormation or such other period as may be set forth lherein. Failure to so
answer shall, at Owner's option, be grounds for the imposition of liquidated damages, as
more specifically set forth in Section 9 above.
15. Disqualification of Bidders
A. More Than One Bidder's Proposal. No more than one Biddels
Proposal for the Work described in the Contract shall be considered from any single
corporation, partnership, individual or joint venture, whether under the same or different
names and whether or not in conjunction with any other corporalion, partnership,
individual or joint venture. Reasonable grounds for believing lhat any corporation,
partnership, individual or joint venture is interested, as a principal, in more than one
Bidder's Proposal for the Work may cause the rejection of all Bidder's Proposals in which
such corporation, partnership, individual or joint venture is interested. Nothing contained
in this Subsection 15A shall prohibit any single corporation, partnership, individual orjoint
venture, whether under the same or different names and whether or not in conjunction
with any other corporation, partnership, individual or ioint venture, from submitting a bid
or quoting prices to more than one Bidder for equipment, materials and supplies or labor
to be furnished as a Subcontractor or Supplier.
B. Collusion. lfthere are reasonable grounds for believing thatcollusion
exists among any Bidders, all Bidder's Proposals of the participants in such collusion will
not be considered.
-11-
GENERAL INSTRUCTIONS
(1) submils a Bidder's Proposalthat does not contain a lump sum
or unit price for each pay item requested;
(2) submits a Bidder's Proposal on a form other than the Bidder's
Proposal form included in the Bidding Documents or alters
such form or detaches any part of such form from this bound
Bid Package;
(3) submits a Bidder's Proposal that contains omissions,
alteralions, unauthorized additions, conditional or alternate
bids, or irregularities of any kind thal may tend to make the
Bidder's Proposal incomplete, indefinite or ambiguous as to
its meaning, including, but not limited lo, conditional surety
and insurance commitment lettersi
submiis an unsigned or improperly signed Bidder's Proposal;(4)
(5)submits a Bidder's Proposal conlaining any provision
reserving the right to accepl or reject an award or to enler into
a Contracl pursuant to award; or
(6) submits a Bidder's Proposalthat is not prepared in ink.
lf the deficient Bidder is not disqualified, Owner may demand correction of
any deliciency and award the Contract to Bidder upon satisfactory compliance with these
General lnstructions to Bidders and any Special lnstructions to Bidders included in this
Bid Package.
16. Award of Contralt
A. Reservation of Rights. Owner reserves the ri ght to accept the
Bidder's Proposal that is, in its judgment, the best and most favorable to the interests of
Owner and the public; to reject the low Price Proposal; to accept any item of any Bidder's
Proposal; to reject any and all Bidder's Proposals; to accept and incorporale corrections,
clarifications or moditications following the opening of the Bidder's Proposals when to do
so would not, in Owner's opinion, prejudice the bidding process or create any improper
advantage to any Bidder; and lo waive irregularities and informalities in the bidding
process or in any Bidder's Proposal submitted; provided, however, lhat the waiver of any
prior defect or informality shall not be considered a waiver of any future or similar defects
or informalities, and Bidders should not rely upon, or anticipate, such waivers in
submitting their Bidder's Proposals.
B. Firm Offers. All Bidder's Proposals are firm offers to enter into the
Contract and no Bidder's Proposals shall be deemed rejected, notwithstanding
acceptance of any other Bidder's Proposal, until the Contract has been execuled by both
Owner and the successful Bidder or until Owner affirmalively and in writing expressly
rejects such Bidder's Proposal.
GENERAL INSTRUCTIONS
C. Time of Award. lt is expected thattheawardof the Contract, if it is
awarded, will be made within 90 Days following the opening of the Bidder's Proposals.
Should administrative difficulties be encountered after the opening of the Biddefs
Proposals, including the annulment of any award, that may delay an award or subsequent
award beyond such 90 Day period, Owner may accept any Bidder's Proposal for which
the date for acceplance has been extended as provided in Section 12 of these General
lnstructions to Bidders in order to avoid the need for re-adverlisement. No Bidder shall
be under any obligation to extend the date for acceptance of its Biddeas Proposal. Failure
of one or more of the Bidders or their sureties to extend the date for acceptance of its
Bidder's Proposal shall not prejudice the right of Owner to accept any Bidder's Proposal
for which the date for acceptance has been exiended.
17. Notice of Award:Date of Award
lf the Contract is awarded by Owner, such award shall be effective when a
Notice of Award, in the form included in this Bid Package, or similar, has been delivered
to the successful Bidder ("Effective Date of Award'). Engineer will prepare two (2)copies
of the Contract based upon Biddeas Proposal and will submit them to the successful
Bidderwith lhe Notice ofAward. Successful Bidderwill have fourteen ('14)daysto return
fully executed contract, certificate of insurance, and required bonds to the Owner.
18. Failure to Siqn Contract
A. Annulment of Award:Liouidated Damaoes. The failure or refusal of
a successful Bidder to comply or to otheMise fail or refuse to Sign the contract shall be
just cause for the annulment of the award and the imposition of liquidated damages or
the exercise of equitable remedies, bolh as more specifically set forth in Section I above.
B. Subsequent Awards. U pon annulment of an award, Owner may
accept, and award a Contract based on, any other Bidder's Proposal as Owner, in its sole
judgment, deems to be the best or may invite new Proposals or may abandon the bidding
process or the Work.
'19. Time of Startinq and Completion
Work shall commence, shall be continuously and diligently proseculed, and
shall be completed within the Contract Time stated in the Contract.
BIDDERS ARE DIRECTED TO THE GENERAL AND SPECIAL CONDITIONS OF
CONTRACT INCLUDED IN THIS BID PACKAGE FOR PROVISIONS CONCERNING
COORDINATION OF THE WORK wlTH OTHER WORK BEING UNDERTAKEN BY OR
FOR OWNER. NO CLAIMS FOR DELAY OR INTERFERENCE BASED ON ANY SUCH
OTHER WORK WILL BE ALLOWED.
BIDDERS ARE DIRECTED TO THE GENERAL AND SPECIAL CONDITIONS OF
CONTRACT INCLUDED IN THIS BID PACKAGE FOR PROVISIONS, IF ANY,
GENERAL INSTRUCTIONS
RELATED TO LIQUIDATED DAMAGES FOR DELAYS IN COMPLETION OF THE
WORK OR ANY PORTION THEREOF.
Each Bidder shall identify any information submitted in the bidding process
that is considered by it to be confidentialor proprietary. Ownershallnot disclose, outside
the bidding process, at any time, either during or subsequent to the bidding process, any
such designated confidential or proprietary information, unless such disclosure will nol
cause competitive harm, or such information was actually known to Owner prior to its
submission by Bidder, or such information was properly obtained or developed
independently by Owner, or Bidder consents to such disclosure. Notwithstanding the
foregoing, each Bidder, by its submission of its Bidder's Proposal, acknowledges thal
Owner is subject to the lllinois Freedom of lnformation Act, 5 ILCS 140/1 qtSCq., and that
no disclosure made in good faith by Owner pursuant to such Act shall be deemed to
violate this Section.
-14-
20. Confidentialitv
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY ITIIPROVEIIIENTS
SPECIAL INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
Section
Special Bidding Considerations......................
Special Construction Considerations........
Paqe
I
2
1
1
-t-
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPECIAL INSTRUCTIONS TO BIDDERS
1. Special Biddino Considerations
2. SpecialConstructionConsiderations
1
I' ADDENDUM #1
s po Rrs co JJ' inr.ir"J 3i+.:'' fi'hovE M E Nrs
Date: March21,2025
BIDS DUE Thursday, March 27,2024AT 10:00 Al[ (unchanged)
I acknowledge the receipt of Addendum #1 for the above referenced project:
Signed:
of
N:\OAKAROOKUrl0677\Admln\Addend81\Ol Add€ndum rr't 2025 03 d@x Page 4 of 4
27th
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROP RTY IMPROVEMENTS
BIDDER'S PROPOSAL
Full Name of Bidder Schroeder Asphalt Services, lnc ("Bidde/')
Principa I Office Address PO Box 831 Huntley, lL60'142
Local Office Address 11022 S. Grant Highway Marengo, IL 60152
Contact person Brent Schroeder Telep Ssns 815-923-4380
TO: Village of Oak Brook ("Owner")
1200 Oak Brook Road
Oak Brook, lllinois 60523
Attention: Tim O'Malley,.lnterim Public Works Director
Bidder acknowledges and agrees that all capitalized brms in this Bidder's
Propoaal shall have the meaning given to them in the Biddlng Documenb and the
Contract.
Bldder warrants and represents that Bidder has carefully examined the Work Slte
descrlbed below and its envlrons and has reviewed and underctood all documonts
included, referred to, or mentloned in this bound Bid Packago, including Addenda
Nos. 1 , [if none, write "NONE"!, which are securely stapled to the end of
this Bidder's Proposal.
1. Work Proposal
A. Contract and Work. lf this Bidder's P roposal is accepted, Bidder
proposes, and agrees, lhat Bidder will contract with Owner, in the form of the Conhact
Agreement included in this Bid Package: (1) to provide, perform, and complete atthe site
or sites described in this Bid Package ('Work Site') and in the manner described and
specified in this Bid Package 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 Sports Core Property lmprovements, together with
related attachments, equipment and appurtenances thereto; (2) to procure and furnish all
permits, licenses, and olher governmental approvals and authorizations necessary in
connection therewith except as otheMise expressly provided in the Special Conditions of
Contract included in this Bid Package; (3) to procure and furnish all Bonds and all
certificates and policies of insurance specified in this Bid Package; (4) to pay all
-1-
PROPOSAL
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 or pursuant to,
lhe Contract: all of which is herein referred to as the "Work."
B. Manner and Time of Performance. lf this Bidder's Proposal is
accepted, Bidder proposes, and agrees, that Bidder will perform the Work in the manner
and time prescribed in this Bid Package and according to the requirements of Owner
pursuant thereto.
C. General. lf this Bidder's Proposal is accepted, Bidder proposes, and
agrees, that Bidder will do all other things required of Bidder or Contractor, as the case
may be, by this Bid Package. .
2. Contract Price Propoeal
lf this Bidder's Proposal is accepted, Bidder wilt, except as othenarise
provided in Article tl of the General Conditions of Cont.act included in this Bid Package,
take in full payment for the Work and all other matters set forth under Section 1 above,
including overhead and profit; taxes, contributions, and premiums; compensation to all
Subcontractors and Supplierd; and such risks and changes in the Work as Biddel or
Contractor, as the case may be, is responsible for dealing with under the Contract without
any equitable adjustment in the Contract Price, the compensation set forth on the
following 'schedule of Prices' ("Price Proposal"), which Schedule of Prices Bidder
understands and agrees will be made a part ofthe Contract Documents:
-2-
PROPOSAL
SCHEDULE OF PRICES
Item Unit Quantlty Unit Price TotalCode
b lr47-o201 01 000 TEMPORARY FENCE FOOT 320.0
20101200 TREE ROOT PRUNING EACH 1.0 5oo 5o
590.0 €L ?o,vao202001 00 EARTH EXCAVAT]ON CU YD
20201200
REMOVALAND DISPOSAL OF
UNSUITABLE MATERIAL
(UNDERCUTS)
CU YD 95.0 q("l,tf5-
21 001 000 GEOTECHNICAL FABRIC FOR
GROUND STABILIZATION SQ YD 1s.0 {1{
21 1 01 505 TOPSOIL EXCAVATION AND
PI.ACEMENT CU YD 270.0 qo ll21Boa
2s2001 00 SODDING SQ YD 2420.0 lo,g 7{,41s
100.0 t3 | $oo28000305TEMPORARY DITCH CHECKS FOOT
FOOT 715.0 3 2,lq{28000400 PERIMETER EROSION BARRIER
28000500 INLET AND PIPE PROTECTION EACH 1.0 2fi lot)
q{4,11{30300001 AGGREGATE SUBGRADE
lMPROVEMENT CU YD 95.0
90.0 -7 u?o35101600AGGREGATE BASE COURSE, TYPE
B4"SQ YD
lL,tto35102000
AGGREGATE BASE COURSE, TYPE
Bg"SQ YD 865.0 rY
o,L40600290BTTUMTNOUS MATERTALS (TACK
coAT)POUND 200.0
TON 150.0 lcl{LIfl{D40603080HOT-MIXASPHALT BINDER
COURSE,IL.19.O, NsO
TON 100.0 l-? {h,5oo40604060HOT-MIX ASPHALT SURFACE
couRSE, lL-9.5, MlX "D", N50
SQ YD 75.0 L lCo42001300 PROTECTIVE COAT
SQ FT 200.0 It,9 Lrboo42400200PORTLAND CEMENT CONCRETE
SIDEWALK 5 INCH
SQ YD 175.0 t3 2,21{44000100 PAVEMENT REMOVAL
240.0 g I r4zo44000300CURB REMOVAL FOOT
FOOT 405.0 71,{9 17,1{'7,9-60600605 CONCRETE CURB, TYPE B
3,oa>3,tl)D671 00100 MOBILIZATION L SUM 1.0
SQ FT 14.0 4o €ln72000100SIGN PANEL - TYPE 1
/oD {o>72400500
REMOVE SIGN PANEL ASSEMBLY -
TYPE A EACH 5.0
105.0 lo Ztlao72800100
TELESCOPING STEEL S]GN
SUPPORT FOOT
-3-
5973.0PAINT PAVEMENT MARKING . LINE
4"FOOT78001 1 10
400.0 bttD8'1028720
UNDERGROUND CONOUIT,
COILABLE NONMETALLIC CONOUIT,
1'DIA.
l.5oDFOOT
,b(
t?
I,L!81702120
ELECTRIC CABLE IN CONDUIT,
600v (XLP-TYPE USE) l/C NO. 8
12.5 391{LIGHT POLE FOUNDATION, 24'
DIAMETER FOOT btD83600200
FOOT 10.0 ItUobxx008195
EXPLORATION EXCAVATION
(uTrLrTY)
EACH 'l.0
luo
13t@ Ii,roaN/A LIGHT POLE
L SUM 1.0 vl,{&t'1,(6DN/A SIGN LIGHTING, COMPLETE
bbvSO YD LO.5:N/A
SHREDDED HARDWOOO BARK
MULCH. 3'
L1t1q{ASPHALT SURFACE SEALCOAT GAL 1790.0N/A
1.0 Ab,w 5b,o',oN/A PORTLAND CEMENT CONCRETE
DRIVING RANGE PAD. COMPLETE L SUM
132.0 1fl',LDN/A REMOVE AND REINSTALL SPLIT 2.
RAIL CEDAR FENCE FOOT VD
SO FT 'Lo loooN/A REMOVE AND REINSTALL BRICK
PAVERS
1_0 ul,Px70102't6 TRAFFIC CONTROL AND
PROTECTION, (SPECIAL)
L SUM 1.0
t{,oo
4,lac rl,l@N/A CONSTRUCTION LAYOUT
ALLOW s1.oo s1s,0oo.ooN/A ITEMS AS ORDERED BY ENGINEER
b\\ lja,PBldder's Total Proposal =
PROPOSAL
PAINT PAVEMENT MARKING .
LETTERS AND SYMBOLS SO FT 51,'tf'18.6 77800'1100 o{5 011,
It is expressly understood and agreed that:
The approximale quantities set forth in this Schedule of Pices
for each Unit Price ftem are Engineer's estimate only, that
Owner reserves the right to ,nclease or decrease such
quantities, and that payment for each Unit Prlce ltem shell be
made only on tte acfual number of acceptable units ol such Unit
Price ltem installed complete in place, measured on the basis
defined in the Con/ract;l
t1
tf ? , a u,t
-4-
B. BASIS FOR DETERMINING PRICES
FOOT
1200.0
32.0
30.0
L SUM
g,{9
15000.0
3
PROPOSAL
Work that Bidder or Contractor, as the case may be, is responsible
for dealing with under the Contract without any equitable adjustment
in the Contract Price;
Bidder or Contractor, as the case may be, shall be compensated only
in accordance with the Contract and shall not be entitled to equitable
adjustments in the Contract Price as a result of any claims by
Subcontrabtors or Suppliers arising only under their Subcontracts
and not provided for in the Contract;
Owner is not subiect to state or local sales, use and excise taxes and
no such taxes are included in this Schedule of Prices;
4
5 All other ?pplicable federal, state, and local taxes of every kind and
nature applicable to the Work as well as all laxes, contributions, and
premiums for unemployment insurance, old age or retirement
benefits, pensions, annuities, or other similar benefits are included in
this Schedule of Prices; and
All costs, royalties, and fees arising from the use on, or the
incorporalion into, the Work of patented equipment, materials,
supplies, 'tools, appliances, devices, processes, or inventions are
included in this Schedule of Prices.
6
All claim or right lo ldispute or complain of any such estlmaled quantity, or to asserl
that therc was any misunde6tanding in regard to the nature or amount of any Unit
Prtce ttem to be prcvided or pertormed, or toJ claim any additional compensation by
reason of such risks, changes, and Subcontractor or Supplier claims, or payment of any
such tax, contribution, or prerhium or any such cost, royalty or fue is hereby waived and
released.
-5
PROPOSAL
3. Contract Time Proposal
lf this Bidder's Proposal is accepted, Bidder will commence the Work
immediately upon execution by Owner of the Contract Agreement ('Commencement
Date") and will perform the Work diligently and continuously and will complete the Work,
by no later than May 30, 2025 ('Completion Date').
4. Firm Proposal
All prices and other terms stated in this Bidder's Proposal are firm and shall
not be subject to withdrawal, escalation, or change for a period of 90 Days after the date
on which any Bidder's Proposal is opened or such extended acceptance date for Bidder's
Proposals as may be established pursuant to Sections 12 and 16 of the General
lnstructions to Bidders.
5. BidderReoresentations
A. No Collusion. Bidder warrants and represents that the only Persons
interested in this Biddeds Proposal as principals are those named in the Bidder's Sworn
Acknowledgment attached h6reto and that this Bidder's Proposal is made without
collusion wilh any other Person.
B. Not Barred. Bidder warrants , represents and certifies that it is not
baned by law from contracting with Owner or with any unit of state or local government.
C. Qualified. Bidder warrants and represents that it has the requisite
experience, ability, capital, facilities, plant, organization and staff to enable Bidder to
perform the Work successfully and promptly and to commence and complele the Work
within the Contract Price and Contract Time Proposals set forth above. ln support thereof,
Bidder submits the attached.Sworn Work Hislory Statement. ln the event Bidder is
preliminarily deemed to be one of the Most Favorable Bidders, Bidder hereby agrees to
furnish upon request, within two business days or such longer period as may be set forth
in the request, such additional information as may be neoessary to satisry Owner that
Bidder is adequately prepared to fulfill the Contract.
D. Owner's Reliance. Bidder acknowledges that Owner is relying on all
warranties, representations a4d statements made by Bidder in this Bidder's Proposal.
6. 9urety and lnsurance
Bidder herewith tenders surety and insurance commitment letters as
specified in Section 7 of the lnvitation for Bidder's Proposals included in this Bid Package.
7. Bid Securitv
Bidder herewith tenders a Cashieds Check, Certified Check, or Bid Bond as
specified in Section 7 of the lnvitation for Bidder's Proposals included in this Bid Package
-6-
PROPOSAL
for the sum of 10% ofTotal Base Bld dollars (
equal to ten (10%) percent of Bidder's Price Proposal (Bid Security')
8. Owne r's Remedies
9. Owne Riohts
DATED this:Zth- day e1 March 2025 .
Attest/Wtness Schroeder Asphalt Services, I
tI
,1
r () ,
; i.i):"
, ir'.i- (J)'- (t -n
-7-
'rrrrrirrr
Title: Ronald Schroeder, President Title:
PROPOSAL
ADDENDA TO BID PACKAGE
Each Bidder shaJl securely staple to this page any and all Addenda issued
prior to the opening of Bidder's Proposals. Each Bidder shall also list all such Addenda
in the place provided therefor in the Bidder's Proposal form.
lf Bidder received no Addenda, Bidder shall so indicate by placing an'X' in
the box below:
No"'Addenda Received
-8-
!
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE P ROP RTY IMPROVEM ENTS
BIDDER'S S WORN ACKNOWLED GMENT
Ronald Schroeder ('Deponent'), being first dulY swom
ized as indicated below
Bidder in support of its
ADDRESS
PO 8ox 831 Huntley, lL 60142
PO Box 831 Huntley, lL 60142
PO Box 831 Huntley, lL 60'142
on oath, deposes and states that the undersigned Bidder is organ
and that all statements herein made are made on behalf of such
Bidder's Proposal for the above Contract and that Deponent is authorized to make them.
Deponent also deposes and states that Bidder has carefully prepared,
reviewed and checked its Bidder's Proposal and lhal the statements contained in its
Bidder's Propbsal and in this Acknowledgment are true and correct'
GOMPLETE APPLICABLE SECTION ONLY
1 . Corooration
Bidderisacorporationthatisorganizedandexistingunderthelawsofthe
State of lllinois , that is qualified to do business in the State of lllinois, and that is
operating under the legal name of Schroeder Asphalt Services, lnc'
Pursuant to a Resolution of the corporation's Board of Directors taken on
Ronald Schroeder who is the
of the corporation, is authorized to sign this Bid der's Proposal,
the Contract and all documents re laled thereto
The officers of the corporation are as follows:
NAME
President
Ronald Schroeder
Jennifer Graves
Rachael McDow
Ron Schroeder
The stockholders of the corporation who own 10 percent or more of its
stock of any class are as follows:
-1-
May 8, 1997
TITLE
President
Vice President
Secretary
Treasurer PO Box 831 Huntley, lL 60142
2. Partne6hip
Bidder is a partnership that is organized, existing and registered under
the laws of the State of lllinois pursuant to that certain Partnership Agreement dated as
of-,thatisqualifiedtodobusinessintheStateof-,andthat
ls operating under lhe legal name of _.
The general partners of the partnership are as follows:
PERCENTAGE
OWNE RSHIP
NAME
Ronald Schroeder
ADDRESS
PO Box 83'l Huntley, lL 60142
individual
whose
ACKNOWLEDGMENT
PERCENTAGE
OWNERSHIP
100%
whose full name is
residence address is
and whose business
on
Pursuant to a'-power of attorney executed by all of the General Partners
-,
a certified copy of which is hereto attached,
is the attorney-in-fact for the partnership and is authorized
to sign this Bidder's Proposal, the Contract and all documenls related thereto for the
partnership. lstrike out this paragraph if not applicable]
Bidder is an
address is
assumed name, said trade or assumed
lf operating under a trade or
name is as follows:
-2-
NAME ADDRESS
3. lndividual
ACKNOWLEDGMENT
Pursuant to a power of aftorney executed by Bidder on
, a certified copy of which is hereto attached,
is the attorney-in-fact for Bidder and is authorized
hact and all documents related thereto for Bidder.
licablel
ace
is the
to sign this Biddeis Proposal, the Con
[Strike out this paragraph ifhot app
4. Joint Venture
Bidder is a j oint venture that is organized and existing under the laws of
the State of purs uant to that certain Joint Venture Agreement dated as ot
that is qualified to do business in the State of
-,
and that is
operating under the legal name ol
-.
The signatories to the aforesaid Joint Venture Agreement are as follows:
PERCENTAGE
NAME ADDRESS OWNERSHIP
[For each signatory indicate the type of entity (Corporation = "C"; Partnership =;P"; and lndividual = "1") and provide, on s€parate sheets, the lnformation required
in Paragraph 1,2, or 3 above, as applicablel
Pursuant to a power of attorney executed by al I signatories to the
rtilied copy of which
attorney-in-fact for
aforesaid Joint Venture Agreement on
is hereto attached,
Bidder and is authorized to sign this Bidder's Proposal, the Contract and all documents
related thereto for Bidder, [Strike out this paragraph if not applicablel
(_).,
(_)
(_)
(_)
(--)'
-3-
ACKNOWLEDGMENT
DATED this zz day of March 202s
AllesUWitness $chroeder Asphalt Services, lnc.
1997 .'a,'r)
tL IrNo
*
19
Expires:
ry Public
-4-
YILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMP ROVEMENTS
BIDDER'S SWORN WOR K HISTORY STATEMENT
Ronald Schroeder ('Deponent'), being first duly
swom on oath, deposes and states that all statements made in this Sworn Work History
Statement are made on behalf of the undersigned Bidder in support of its Bidde/s
Proposal for the above Contract and that Deponent is authorized to make them.
Deponent also deposes and states that Bidder has carefully prepared,
reviewed and checked this Swom Work History Statement and that the statements
contained in this Swom Work History Statemenl are true and correct.
IF NECESSARY FOR FULL D]SCLOSURE, ADD SEPARATE SHEETS
JOINT VENTURES MUST SUBMIT SEPARATE SWORN WORK
HISTORY STATEMENTS FOR THE JOINT VENTURE
AND FOR EACH SIGNATORY TO THE JOINT VENTURE AGREEi'ENT
Nature of Business
State the nature of Bidde/s business:
Aspalt Paving, Aggreg"ate Base, Excavation
,|
2 Composition of Work
During the pasl three years, Bidder's work has consisted of:
2o % Fedenl 8o % As Contractor
2o o/o As Subcontractor
8o % Bidder's Forces
2o % Subcontractors
o % Materials
70 % Other Public
% Private
Years in Business
10
J
State the nuFber of years that Bidder, under its cunent name and
organization, has been continuously engaged in the aforesaid business: 28 years
-1-
WORK HISTORY STATEMENT
4. PredecessorOrqanizations
lf Bidder has been in business under its current name and organization
for less than five years, list any predecessor organizations:
YEARSNAME
N/A
5. Business Licenses
List all business licenses currently held by Bidder:
ISSUING AGENCY TYPE NUMBER EXPIRATION
ALL LOCAL MUNICIPALITIES
6. Related Exoerience
List three projects most comparable to the Work completed by Bidder' or
its predecessors, in the past fiire years:
PROJE CT ONE PROJECTTWO PROJECTTHREE
PLEASE SEE ATTACHED
Owner Address
-2-
. ADDRESS
Owner Name
Reference
Telephone Number
Type of Work
Contractor
(lf Bidder was)
(Subcontractor)
Amount of Conkact
Date Commenced
Date Completed
DATED this 27 day of March ,202i .
AttesUWitness Schroeder Asphalt Services, lnc.
By:
1;fls. Ronald Schroeder, President 111;s. Rachael McDow, Secretary
Subscribed and Sworn to
before me ffiis 27ttt d6y
of March ,2025
Notary Public
SEE GENERAL INSTRUCTIONS TO BIDOERS, SECTION 8,
FOR SIGNATURE REOUIREMENTS
qO E
1
13
AL
I
o
99
.*.
iac)io
N
MY Commission ExPires: 1211112028
OFFICIAL SEAT
CTLIA i' CALBOIY
"t'tfl HSBIii":i 3ll!'ff
-
tily Connilslon Etphcs oectmblr 11,2028
-3-
WORK HISTORY STATEMENT
PROJECTONE PROJECTTWO PROJECTTHREE
By:
ASPHf,LT SENVIGES, INC.
PO 8()X 831
HUNIIEY II" 60 I 42
PHCNIT:1 tn r5) 02:t-4380rAx: (815)923"438e
JOB REFERENCES
Village of Arlingtdil Heights
33 S. Arlington HeighG Rd.
Arlington Heights, lL 60005
2013,2014,2015, 2016, 2018. 2019 HMA Restoration
2013 - $83,000.00 (6t10 - 6n3113\ t2014 - $325,000.00 (d10 - 111't6t't4l t
2015 - $265,008.12 (4t13 - 11t1s115) t 2016 - $549,966.'t3 /
2017 . $508,261.80 / 201 I - $90,043.93 / 2018 - $547,000 / 2019 - $480,000 /
2020 - 523,770.34 I 2021- $5O7 ,286.72 I 2O22-y73,954.25
2024 Patching Program - $202,106.39 ( 5i6/24 - 1ol2ol24 |
Villag€ of Arlingtoil H€ights
Patrick Smith (Engineer lnspector) - 847/368-5250
osmith@vah.com
Village of Streamwood
301 E. lrving Park Road
Streamwood, lL 60107
2024 MFT Rssurfacing
2013,2014 - 2015 - 2016 - 2019 - 2021 Roadway Maintenance Program
2018 - $748,007.85 (5t21 - 9t31t18l2019 - $727,867.O1(6t3 - 1At20t19l t
2020 - $1,750,466.85 (5118 - 10118t202O], t2oz',t - $673,473.20
2022 - $1,457 ,627 .15
2024 - $835,518.15
Village of Streamwood
Matt Mann, Director ol Engineering & Public Wor*s - 630-736-3850
Mmann(Asfeamwood.oro
rt
Village of Hoffrnan Estates
'19o0 Hassell Road
Hoflman Estales, lL 60169
2022 - 2022 Street Revitalization Program
2023 - 2023 Street Revitalization Program
2022 - $6,300,000
2023 - S6,319,081.97
Village of Hoffrnan Estates
Andy LoBosco, P. E. - Senior Projecl Menager - 847-815-8590
Andv LoBosco@Hoff manestates orq
Village of Gilberts
87 Galligan Road
Gilberis, lL 601'36
Timber Trail Subdivasion & 2024 Roadway Program
2022 - $2,753,9s1
2024 - $625,425.70
Robinson Engineering
Company:
Project(s):
Amount(s)
Engineer:
Company:
Project(s):
Amount(s)
Engineer
Company:
Project(s):
Amount(s)
Engine€r:
Company:
Project;
Amoun(s)
Engineer.
John Hannigan -'Projecl Engineer - 70&3316700
Jhannigqn@reltd.com
Villags of Palatine
200 E. Wood St.
Palatine. lL 60067
2023 - Cr*cent Avanue and Ellis Strset lmprovamentg
2O2O - 2O2O MFf Street Rehabilitation $726,10'l.57
2020 - Wood Str€et & Greeley Slreet Resurfacing $365,793.63
2022 - $1 ,323,631 .04
2023 - $1,736,918.76
Village of Palstine
Matt Gr6nning / Engineer - 847/359-9044
Morennino@oalaline.il.us
Village of Huntley
10987 Main Street
Huntley, lL 60142
2022 Various Streeis
2022 - Cornell Dav€lopment
2022 - $483,914.50 Woodstock Str€ot / 2022 - $2,074,787.65 Corn€ll Devolopment
Christopher B. Burks
Gr€g Sanders - 847-417-0059
osandors@cbbel:com
Village of Burr Ridg€
7660 Counly Line Road
Burr Ridgo, lL 60527
2022 MFT Rosd Program, 2023 Road Program
2022 - $685,47S.60
2023 - $87s,337.55
2024 Rd Program - $669,660.45
Jam6s Miedema, P.E. 630i323-4733 x6010
Village of Burr RidgB
imiedema@bun-ridoe.oov
Villago of Carol Stream
500 N. Gary Avenuo
Carol Stream, lL 60188
2018 Flexible Pav€ment Project
2020 Flexible Pavement Project
$'1,921,872.65 (2018) t $3,174,446.O5 (2020) 2022- $565,980.50
Village of Carol Stream
Adem Fr€derick 630/868-2263
sf rederick(@carolstroam.oro
Mllage ot Lake in The Hills
600 Harvest Gate
Lake ln he Hills, lL 60156
2022 - lndustrial Oriv€ Roadway Resurfacing & Orainage lmprowmerts
$1.258,346
Chastain Engineers
Steve FGrichs, Projecl Engineer - 847-2874732
Sfrerichs@chastainengineers.com
Company:
Proiect(s):
Amount(s)
Engineer:
Company:
Project
Amount(s)
Engine€r:
Company.
Engineer:
Compeny:
Projects;
Amounts:
Engineer:
Company:
Project:
Amount(s)i
Projocts:
Amounts:
Engineer:
Projects:
Amounts:
Engin€ar:
Companyi
ProjecG:
Amounts:
Engineer:
Company
Projects
Engineer
Company:
Projects:
Engineer:
Companyl
Projects:
Engineer:
Village of Lombard
1051 S. HammeBchmidt Aven
Lombard, lL 60148
2019 Asphalt Paving & Patching Program
$'1,415,003.61
Village of Lombard
Tom Oixon (Civil Engin€ering Technician) 630/620-59718.@r,l*"!T!rd",
Village oI Roselle
474 Congrgss Circle North
Roselle, lL 60172
2021 Str€sl lmprovem€nls/ 2023 Skeet lmprovements
2021 - $674,430.00
2023 - $1,228,405.07
Village of Roselle
Karen Young, oir,eclor of Public Worl(s 630/671-2365
kavouno(Arcsell il us
Village of River Forest
400 Pa Avehue,
River Forest, lL 6030s
2024 REBUILD lllinois Street lmprov. Proj. - $832,475.00 (5/13124 - 8l3l24l
2024 Street Patching Program - $94,885.15 (On24 - 10113124)
2024 Street lmprovement Project - $612,486.30 (515124 * 101291241
Villag6 of Ri\€r Forest
Bill Koclanis - Civil Engineering Tedrnician -708-7'14-3550
bkoclanis@vrf.us
City of Waukegan
1700 N. McAree Ro6d.
Wauk€gan, lL 60085
FY2024 LSLR Ro3d Prog ram - $4,480,3'l 8. 88 (3118124 - 8111124)
City of Waukegan
Chris Garland - Direclor of Public Works - 847-360-0944
chris.oarland(Awaukeoanil.oov
Villag€ ofGrayslake
10 South Seymot rAvenu€,
Grayslake, lllinois 60030
2025 Road Progrsm - $1,412,000 73 (
City of Wbukegan
Chris Garland - Director ol Public Works - 847-36G09r14
chris.oarland(Owaukeoanil oov
Company:
VILLAGE OF OAK BROOK
CONTRACT FORTHE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
BID BONO
KNOWALL MEN BY THESE PRESENTS: that
Schroeder Asphalt Services, lnc.
(Here insert full name and address of Biddefl
as Principal, hereinafler called Bidder, and
Hudson Insurance Company
(Here insert full name and address of Surety)
as Surety, a corporation organized and existing under the laws of the State of
Delaware hereinafler called Sureg, are held and firmly bound unto the Village of Oak
Brook, 1200, Oak Brook Road, Oak Brook, lllinois 60523, as Obligee, hereinafter called
Owner, in the full and j USt SUm Of I'en Pcrccnt ofAmount Dollarsd
$ 10%), for the payment of which sum of money well and truly to be made,
Bidder and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, Bidder has submitted a Bidder's Proposal dated
20_, to Owner entitled "Contract for the Construction of SPORTS
CORE PROPERTY IMP ROVEMENTS Bidder's Proposal' (the "Proposal"), 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 Bidder shall timely submit all additional information that is required of it
and, if the Proposal shall be accepted by Owner, Bidder shall (1) timely submit all the
Bonds and all the certificates of insurance required of it, (2) timely execute the Contract
Agreement and the Contractor's Certification, in the form included in the bound Bid
Package, and all other required documentation related to the Contract, and (3) in all other
respects, perform the agreement created by Owner's acceplance of the Proposal, 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 the
obligations ol Surety under this bond shall be in no way impaired or affected by any
extension of the time within which Owner may accept the Proposal, and Surety does
hereby waive notice of any such extension.
-1-
BID BOND
Owner shall have no obligation to actually incur any expense or correct
any deficient performance of Bidder 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 27th dayof March ,2025 .
AttesWVitness:PRINCIPAL Schroeder lrat,''!'+,,'.. 1', '.
By:
Tfle: [
Atteswvitness:
By:
Title:
SUR
By:
Title:
:. (.
ETY Hudson Insurance
lames L Moore,Attomey-ln-Fact
9!L l..r"
,/,'-//,?
Title: Lisa Marotta, Witness
SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 8,
FOR SIGNATURE REQUIREMENTS
-2-
STATE Ot .LtNOtS
COUNTY OT DUPAGE
on March27th,2025, before me, lisa Marotta, a Notary Public in and for said county and State,
residing therein, duly commissioned and sworn, personally appeared, James l. Moore known to
me to be Attorney-in-Fact of Hudson lnsurance Company the corporation desffibed in
and that executed the within and foregoing instrument, and known to me to be the person who
executed the said instrument in behalf of the said corporation, and duly acknowledBed
to me that such corporation executed the same.
lN WITNESS WHEREoF, I have hereunto set my hand and affixed my official seal, the day and year stated in
this certificate above.
My Commission Expires, February 7,2026
Commission No.946275
Lisa Marotta, Notary Public
otr(l^r lIA
ulr lrm1'tl
NOlatY lllluc. tT lt or tltflo5
^ry
(qrrnn l.n l.r1l.' Lhr,'r, tota
,
HuDSoN
t\11 il({f',t( t (;llr)trl.
POWER OF ATTORNEY
KNOW nl,l, MUN BY I'HllSti PRESFN'I'S: That IIUDSON INSURANCII COMPANY, a corporation of the State of Delaware, with
officesat100Willianr Stleet.NewYork,Nera,York.10038.hasnrade,constilutedandappointed,andbythesepresents,doesnrake,cortstituteand
appoint
Stephen T. Kazmcr,,lrmcs l. Moore,'l'uricse l\f . Pisciotlo, Dawn L. Il{organ, Jrnnifer J. McComb
of thr Srate of Illinois
itstrucandlawful Attorney(s)-in-Fact,at NewYork.NervYork,eacholthemalonetohavelull p()wertoactwilhouttheotherorothers,totnake.
cxecute and deliver on its hehalt as Sureb,, bonds and underlakings given for any and all purposcs, also lo execute and deliver on its behalf as
aftircsaid renewals, cxtonsions. agre$mcnts, waivcrs, consents or stipulations rclating to such bonds ot'undertakings providcd, howcvcr. that no singlc
hond or undertaking shall obligate said Cornpany ltrr any portion of the penal sunr thercof in exccss of thc sutn of Twenty Five Million
Dollars (S25,000,000.00).
Such bonds and undertakings rvhen duly cxccuted by said Attorney(s)-in-Fact. shall be hinding upon said Company as full;,and to lhe same
extent as il'signed by the l'rcsident ofsaid Cornpany undcl its cotporatc scal attcslcd by its Secrctary.
In Witness Whereof, Il(ll)SON lNSt.lRANCl", COMPANY has caused these presents to be nf its SeniorVice President thercunto duly
rized, on this I 5th tlay of Novcrnhcr .20 24 al Nerv York, New York.
IIT)DSON INSTIRAN(]}) COMPANY
)
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROP RTY IMPROVEMENTS
REQUEST FOR ADDITIONAL INFORMATION
rO IA9SI-EN9BNE-DIDDEBL FROM: Village of Oak Brook
1200 Oak Brook Road
IADDRESS OF
FAVORABLE
Oak Brook. lllinois 60523
("Bidder")
Aftn: Tim O'Malley
Public Works Director
("Owner')
Owner has preliminarily found your Bidder's Proposal for lhe 'contract
for the Construction of @ dated
to be one ofthe most fuvorable to the interesls of Owner.
To be eligible for further consideralion, you must provide the items of
information checked below;
E 1. The attached Sworn Statement oI Responsibility.
a 2. Other lnformation identified as follows:
ILIST OTHER REQUIRED INFORMATIONI
The requested information must be provided at lhe address ofOwner set
forth above within _ business days of your receipt of this Request.
Failure to supply the requested information within the indicated time shall
result, at Owner's option, in the imposition of liquidated damages as more specifically set
forth in Section 9 of the General lnslruclions to Bidders.
DATED this day ot
-2025
Village Manager
By
1
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
BIDDER'S SWORN STATE ENT OF RESPONSIBILITY
Confidential
THIS FORM NEED NOT BE COMPLETED WHEN
SUBMITTING INITIAL BIDDER'S PROPOSAL
Ronald Schroeder
deposes and states that all statements made in this Sworn Statement of Responsibility
are made on behalf of the undersigned Bidder in support of its Bidder's Proposal for the
above Contract and that Deponent is authorized to make them.
Deponent also deposes and states that Bidder has carefully prepared,
reviewed and checked this Sworn Statement of Responsibility and that the statements
contained in this Sworn Statement of Responsibility are true and correct.
IF NECESSARY FOR FULL DISCLOSURE, ADD SEPARATE SHEETS
JOINT VENTURES MUST SUBMIT SEPARATE SWORN
STATEMENTS OF RESPONSIBILITY FOR THE JOINT VENTURE
AND FOR EACH SIGNATORY TO THE JOINT VENTURE AGREEMENT
1. Superintendent
The following superintendent will be assigned to supervise the Work:
NAME
Matt Roeder
YEARS IN
CURRENT
OCCUPATION
2. Owned Equipment
The following equipment is owned by Bidder, is in good working order, and
is available for, and will be employed in, the Work:
30+
-1-
("Deponent"), being first duly sworn on oath,
SPECIAL
QUALIFICATIONS
F;.0) ErOri.o^ce--
Off;r. Expn-ie^,<
Eopi?*)- E rpeien"<-
STATEMENT OF RESPONSIBILITY
EQUIPMENT DESCRIPTION (INCLUDING AGE)
"Please see Attached Equipment List
3. Purchased Eouipment
The following equipment is known by Bidder to be available, will be
purchased by Bidder, and will be employed in the Work:
EOUIPMENT DESCRIPTION INCLUI DING AGE)
NUMBER
AVAILABLE
N/A
4. Leased Eouioment
The following equipment is known by Bidder to be available, will be leased
by Bidder, and will be employed in the Work:
EQUIPMENT DESCRIPT ION (INCLUDING AGE)
N/A
-2-
NUMBER
AVAILABLE
NUMBER
AVAILABLE
STATEMENT OF RESPONSIBILITY
EQUIPMENT DESCRIPTION INCLU DING AGE)
5. lnventorv
The following materials and supplies are currently in Bidder's inventory, are
uncommitted to any other project, and will be employed in the Work:
QUANTITY
INVENTORY ITEM AVAILABLE
N/A
6. Subcontractors'andSuppliers'Commitments
Bidder has entered into contracts for, or has received firm offers for, all
subcontract work and all materials required to complete the Work except as noted and
explained below:
N/A
7 . Subcontractor and Supplier Relations
Bidder normally employs one or more of the following subcontractors or
suppliers for projects such as the Work:
SUBCONTRACTOR OR SUPPLIER
TRADE
OR TYPE
DiNatale Construction Concrete
Reliable Landscaping, LLC Landscaping
Utility Dynamics
-3-
Electrical
NUMBER
AVAILABLE
ASPHALT SERIITCES, rNC
PICK UP IRUCKS YEAR MAKE MODEL SERIAL#PLATE #
636 2016 GMC SIERRA 2s00HD 1GT22REG3G2419950 2030483 DECEMBER
637 2019 AUDI - RON 07 SUV 46090US JANUARY
638 2017 FORD F-150 1FTEW1 EP2HPAO8318 MARCH
639 2017 FORD F-2s0 1FT7W2B63HEC60983 27302558
641 2015 1FTFW1EF9FFB4922O 24454105 AP RIL
642 2013 FORD F-150 1FTMF1CM4DKD72178 28251118 MARCH
643 - lennard CHEVROLET SILVERADO 1500 3GCPYBEK2NG173289 3275040B IANUARY
d44 - kyle 2022 CHEVROLET SILVERADO 1500 1GCPDKEK4NZ636531 34989168 OCTOBER
645 - runner 2022 CHEVROLET SILVERADO 1500 3GCNAAED2NG653341 38101748 MAY
SERYICE TRUCKS YEAR MAKE MODELrWEIGHT SER'AL #
767 2020 FORD F550 .1FDUFsGTsLEE51313 189189H JUNE
768 2020 FORD F550 1FDUF5GT6LEE5O9O1 189190H JUN E
772 2005 GMC c4500 - 32,000 1GDE4V1295F5'10161 33000K JUNE 24451K
780 2003 CHEVROLET cs500 - 32,000 1G8E5E1163F517272 26837K JUNE
785 2004 PETERBILT FLATBED 330 - 36,000 2NPNHD7X74M834678 JUNE
790 2001 PETERBILT FLATBED 330 2NPNHD7X71M564766 202t7L JU NE
792 2011 FORD FLATBED F450 1FDTF4GT2BEC82193 31507K JU NE
793 2011 FORD FLATBED F450 1FDTF4GT6BEC82231 31506K JU NE
2008 FORD 1FDAF57R48EBO8233 31510K JU NE
'708 2011 FORD FLATBED F450 1FDTF4GT4BEC8223O JU NE
796 2011 FORD FLATBED 1FDTF4GT6BEC82214 32549K JU NE
798 2011 FORD FLATBED F450 ,I FDTF4GT1BEC82l70 32547K JUNE
799 2016 FORD F550 1FDUF5GY2GEA59441
701 (SALT)CHEVROLET w450 J88C4B161570126'16 3581MG JUN E
702 (SALT)2002 FREIGHTLINER FLTO 1FVABTAKg2HK9757O
703 2019 FORD F-350 XL 1 FD8W3HT9KEE7O91 8 33933K
704 20't9 1FD0XSGT7KEC',|1447 33934K JUNE
705 20't7 FORD F-550 XL 1FDUFsGT3HED95413 33855K
706 F-450 BARRICADE 1FDTF4GT4PDAO6O59 JUNE
707 2023 FORD F-550 XL MECHANIC 1 FDUF5HTOPEC12157 31510K JU NE
708 2018 F-450 XL 1FDTF4GT8JE897938 31506k JU NE
709 2018 FORD F-450 XL 1FDTF4GT6JEC62737 34302K JU NE
I I I I I I I I
t REVISION: MAY 23,2024
EXP. MONTH
21238908
MARCH
FORD F-150
2022
22725t
794 - REMOVE F550
32s48k
F450
t67252F JUNE
2005
3610M1 JUN E
JUNE
FORD F.550 XL
JUNE
195060F2023FORD
FORD
SIX WHEELERS YEAR MAKE MODEL SERIAL#
750 2019 PETERBILT 348 2NP3LJ0X6KM263700 48895R JUN E
751 2008 PETERBILT 340 2NPRLN0X88tVI75018 i 52792R JUN E
752 2012 PETERBILT 348 2NP3LN0X5CM134873 52510R JUNE 48153R
759 2022 PETERBILT 348 2NP3LJ0X7NM779746 49568R JUN E
774 2008 PETERBILT 340 2NPRLNOXO8M75O188 52791R
744 2025 PETERBILT 548 2NP8LJ0X5S11697127 37396R JUN E
749 2025 PETERBILT 548 2NP8LJOXsSI\i]697128 52543R
SEM'S YEAR MAKE MODEL SERIAL #
770 20't3 PETERBILT 388 1XPWD40X3DD18542't 449417 JUNE
777 2009 PETERBILT 388 'lxPWDB9X09D781066 257242 JUNE
789 2008 PETERBILT 388 1XPWD40X38D740549 573652 JUNE
YEAR MAKE MODEL SERIAL #
'1991 INTERNATIONAL 9300 2HSFBG2R1MC043132 17937MR IUNE
783 '1999 KENWORTH TSOOB 1NKDLToXl XR827548 23124MR IU NE
744 2003 PETERBILT 330 2NPNLDOX03M803666 22637 MR IU NE
747 2012 INTERNATIONAL DURASTAR 3HAt\4 t\4AAN0C1605340 2293MN IU NE
TRAILERS YEAR MAKE MODEUWEIGHT SER'AL #
T3 2002 IIV]PERIAL 'tI9F516202037227 s
r4 1996 DYNAWELD 40,000 4U161AEX4VtX33960 6903TN JU NE
T5 2002 EAGER BEAVER 36,000 112H8V3222L0605 t7 6280T1 IUNE
T9 2005 LANDOL 10,000 '1 LHT'10DT751014198 134125TD IU NE
T'10 2005 EAGER BEAVER 36,000 't'12H8V32951070305 IUNE
T11 2007 KRUZ 1K95D222a7 K226316 137613ST NON EXPIRE
T13 2007 CLASSIC GRACO STRIP '10wcv12107wo42443 1157H2-TA APRIL
114 2007 TRAIL MASTER 45JA3FS'137100't 220
T15 2003 IIV]PERIAL 1T9FS'162630372248
r'17 2007 HOIuEI\4ADE TD300898
T18 2000 MCKEEVER 10,000 1M98A1826Y1510278 722a8ID JUNE
T19 '1999 DYNAWELD 32,000 4U't81AEXOX1038651 71654IK JUNE
T20 1992 EAGER BEAVER 36,000 1 't 2H5V325N1040095 5799T1 IU NE
r22 2006 SNO PRO 5FG20FL25A1022947
r26 2008 DTC PIT BOSS 1D913272P78059762 NON EXPIRE
r27 2010 IMPERIAL LB-10-16 10.000 1TgFS1628AD372't 18 7956210 IU NE
tltl tlltttttt Iltt
JUN E
JUNE
5285T1
I
W
r------r----t
-
JUNEr282008IMPERIALLB-1zt-16 14,000 1T9FS 162680372418 79756TE
4U161AEX6V1X34284
1 12HAN30311056865
JU NE
JUNE
T29
T32
1997
2001 EAGER BEAVER
36,000
10HDB 40,000
12656TKI
4U1814FXoY1038942 6905TNT33DYNAWELD40,000
!41221rE JUNET34 M 2018 IMPERIAL LB-14-18 14,000 72137
T35 C IMPERIAL LB-1+18 14,000 72114 4667 3TE
7492 TN JU NET362018TOWMASTERT-40 4KN8F3522K1160666
JU NET38 (BLACK)2021 IMPERIAL sw-14-20 1T9Fs2021t{t0372254
sw-14-20 1T9FS2025M0372256 118029TE JUNET39 (RED)2021 IMPERIAL
121705TET402022 IMPERIAL sw-14-20 1T9FS2029N0372097
IMPERIAL tT9FS2020N0372098 121706rET41
1E9332696NE1 1 1216r42ETNYREPAVER
r43 2016 EAGER BEAVER 27 FT TRAILER 1 12H8V348G1081 123
112H8V3228LO74',121 7692TNT442008 EAGER BEAVER 27 FT TRAILER
JUNET452023IMPERIALSW-1ZL2O 1T9FS202XP0372094
ETNYRE PAVER 1E9335811RE111123T462024
't40878TEr472024IMPERIALWIDEBOY1T9FS2029R0372025
2024 IMPERIAL WIDEBOY 1T9Fs2027RO372024 140877rET48
VAC.TRON 121386T492012
SKIDLOADERS YEAR MAKE MODEL SER'AL #
SR25O SSL NEM47863641620't5
NEM4785704172015CASESR25O SSL
421 2014 SR25O SSL NEM478460
NEM4827184232014CASE
426 20't8 CASE SV34O
CASE SR27O NMH436735427
428 2018 CASE TR34O JAFTR34OPHM436976
2018 CASE SR270 JAFSR27OAHM436727429
JAFSR27OEHM4367334302018CASESR270
431 2019 CASE SR27O JAFSR27OPJM451934
TR34O JAFTR34OJJM453O264322019CASE
433 2019 CASE SV28O NJM452268
2019 CASE SR27O NHM439634434
SR279 NJM4531464352019CASE
2020 CASE TR34O NJM451948436
TR34O JAFTR34OKHM4361714372018CASE
I
IIII
-
III
-IIIIIIII
IIIIII I
DYNAWELD
T30 2004 IMPERIAL 1T9FS 162040372330 JUNE
6902TN
2000
2018 JUNE
118028TE
2022 sw-14-20
2022
7693TN
135073TE
968756ST
1P555
CASE
CASE
TR32O
NMH436121
2018
IIIIIIIIIIII
438 2019 CASE TR34O JAFTR34OCJM453027
439 CASE TR34O NJM45'1776
440 2019 CASE SR27O JAFSR27OKKM476453
441 CASE sR270 JAFSR27OCJM459O33
442 CASE NNM411830
443 2021 CASE TR34OB JAFTR34OPMM497O13
ENDLOADER YEAR MAKE MODEL SER'AL #
403 1998 CASE 570 MXT GRADING TRACTOR JJGO225716
404 KOMATSU A30230
418 1990 CAT IT28B 1HF01568
419 1997 CAT WHEELLOADER 924F 5NN01190
420 CAT WHEELLOADER 926E 94202315
ASPHALT PAVERS YEAR MODEL SERIAL#
P7 1993 SPAULDING PATCHER 931607-79
P10 2004 AP655C cDG00342
P11 MIDLAND WIDENER 285
2008 LEEBOY 8515 CRAWLER 51117
P13 20't1 APlOOOD CATAP1 OOKEADOO43T 44,780 lbs 44,780 lbs
P16 LEEBOY 5000 101152
P17 2020 AP655 CATAP655KMH600533X WARRRANTY
P18 CATERPILLAR APlOOOF CATAP"t00cAc400245
P19 2022 ROAD WIDENER ATTACH FHR-3452
P20 LEEBOY 8515 304318
P21 LEEBOY 406289
P22 2008 CAT AP-1055D CATAPl O5PFACOOsS9
P23 2024 CAT 5300B 5300-440126
ASPHALT ROLLERS YEAR MAKE MODEL SERIAL#
308 2004 INGERSOLL RAND DD12 179060
200s DYNAPAC cc122C 60117778
318 2005 INGERSOLL RAND DD3O 181212
321 2003 cc142 60212538
2006 CAT c8534D CATCB534AEAAOO478
328 2002 DD24 168999
IIIrIIIIIIII
II,IIIIIII
2019
2018
2021 TR34OB
1997 WA32O
1988
MAKE
CATAP655C
2004 SPD-8
P12
CATERPILLAR
2016
CATERPILLAR
2016
2021
2023 8510E
317
DYNAPAC
326
INGERSOLL RAND
329 2001 INGRAM ROLLER AE3'l5C 31510004
331 2002 HYPAC cTuA 109422901528
332 2007 INGERSOLL RAND DD30 171589
334 2007 CAT cB534D CATC8534KEAAOO46O
HM1.5021 HM150213352015HAMMHD12w (48)H2300303
336 2015 HAMM HD13W (sl)H2012473 HM14020 HM14020
HAMM HD14W H2310249
339 2017 HAMM HD12W (48)H2301068
340 HYPAC HP C784
u1 2007 HAMM HD14W H1720216 Casey Eng.
u2 2018 HAMM HD12W WGHOH2OOTHAAO9Tl4
HAMM HD14W H2010676
345 2018 HAMM HD14 H2310402
2014 VOLVO DD,I20B vcED120BVoS287040
348 2011 VOLVO DD138HF vcE0D138P0S27s531
350 2013 VOLVO DD12OB vcED120BKoS287003
DYNAPAC CS151 204
352 DYNAPAC cs151 210
2022 CATERPILLAR c84 64900296
354 2006 INGERSOLL RAND DD-118HF 148422
355 2021 CATERPILLAR CB34B CATCB34BCXMOl 103
356 2008 SAKAI R2H-1 RR4-50692
357 2007 HYPAC cTuA 901422901670
358 2016 CATERPILLAR CATC866BH86600125
359 2016 CATERPILLAR C864B oATCB64BTC5600186
360 2020 CATERPILLAR cB4.4 cAT0c844V65100101
361 2023 CATERPILLAR C84.O c4T0c840H64900467
362 2023 CATERPILLAR cB4.4 cAT0c844A65100231
cB4.4 cAToc844C651001003632020 CATERPILLAR
364 2023 CATERPILLAR cB,4.4 c4T0cB44J65100242
365 2014 SAKAI 850ND 4SW5&50216
366 2019 SAKAI SWS50ND 4SWs&50287
SUBGRADE ROLLERS YEAR MAKE MODEL SER'AL #
312 1999 INGERSOLL RAND SD-7OD 152167
325 2006 INGERSOLL RAND SDTOF 150767
327 1998 INGERSOLL RAND SDlOOD 145422
346 2010 CATERPILLAR cs54 cATocs54JC5W00394
III
IIIIIIIIIIIIIIIIIIIIIII
III
338 2017
2003
343 2012
347
351
353
C8668
I trt I
367 200s CATERPILLAR CS-563E CATCS563CCNG00903
BLADES YEAR MAKE MODEL SERIAL #
2017 CATERPILLAR 12M3 cATo012MVN9F00675
DOZERS YEAR MAKE MODEL SERIAL#
2011 700J T0700JX136285
518 2020 JOHN DEERE 700K '1T0700KXcKF362042
EXCAVATORS YEAR MAKE MODEL SER'AL #
512 2005 JOHN DEERE 200cLc FF200CX506003
521 1995 GRADALL xL4'100 418271
547 2012 BOBCAT E-80 Aetb12557
515 2012 JOHN DEERE 21OG LC 1FF21oGXKCE520020
516 2016 GRADALL x14100 4100000733
519 2003 GRADALL 4100123
522 2014 JOHN DEERE 35G 1FF03sGXTDK270809
2017 JOHN DEERE 210G LC 1 FF21oGXJHF5251 1
GR'A'DERS YEAR MAKE MODEL SERIAL#
513 2004 WIRTGEN w2000 620049s
2012 ZANETIS 24" GRINDER
546 2014 ROADHOG 48" GRINDER PCP48 1306005
549 2008 WIRTGEN w2000 6201038
550 2011 WIRTGEN 8101004
551 WIRTGEN w21OFi 23200181
552 2020 ROADHOG 40" PLANER cP40 1408012PCP40EHGs
555 2021 w210Fi wGW02320HWtA00354
Mtsc.YEAR MAKE MODEL SER'AL #
502 2004 JOHN DEERE GATOR M00455C081034
504 2004 LEEBOY TACH DIST 828840
509 LEEBOY TACK DIST.L2s0 8z8840
520 HYSTER S6OXM D187V15581W
I -
IIIIITIrIIIIIIII
IIIIIIIIII
tlllltttllltlttllt I
517
540 JOHN DEERE
x14100
556
545
W12OF
2020
WIRTEGN
=r
523 PE4045D0031328ATLAS COPCO (Air Compressor)18s
524 TERE)UCOLEMAN (LIGHT)MH4OOORL R16688
525 APOLLO 3 -Thermoplastic 073080205
527 0818952WANCO SIGN BOARD WTSPgOSAC
529 WALK BEHIND BROOM LAYMOR 40'
530 LITTLE WONDER WALK BEHIND EDGER
531 106708ALADDIN-Steam Cleaner
533 Asphalt Heater
534 Asphalt Heater
535 LEEBOY TACK DIST. 6 FT.NO SERIAL
537 WALDON SWEEPMASTER 20154
538 WATER TANK '1000 GAL
580 HYDRAUL. SKID BROOM 72"
581 HYDRAUL SKID HAMMER TRX HB75O
582 HYDRAUL SKID HAMMER GORILLA GXS6O
583 LEEBOY PRIME TACK T250 144372
584 DOOSAN AIR COMPRESSOR P185WDO-T4F 185 475295UCAAF53
IIIIIIIIIIIIIIIII
-
TIIIIIIIIIIIIIIII
Ritchie 3/28119
12-4234
tttllllttttllll IIII
STATEMENT OF RESPONSIBILITY
8. Unions
Bidder anticipates employing, either directly or through subcontractors,
trades represented by the following union locals:
TRADE
Laborer
UNION LOCAL
582. 1035. 152. 68
150
I Current Proiects
Bidder is currently involved in the following on-going construction projects
and no others:
DESCRIPTION
OWNER OF RK
.p lease see attached list of current and pendi ng Work
1 0. Status of Current Proiects
None of the current projects listed in ltem 8 above are in default, subject to
damages or penalties for delay, behind schedule or over budget except as noted and
explained below:
PROJECTED
COMPLETION
DATE
CONTRACT
BALANCE
N/A
4-
CONTRACT
EXPIRATION
Operators
Teamsters
STATEMENT OF RESPONSIBILITY
'l'l . Potential Proiects
Bidder currently has outstanding bids or proposals on the following
construction projects and no others:
DESCRIPTION
OF WORK
SCHEDULED
CONTRACT
TIME
APPROX.
BID AMT.OWNER
*please see attached Current Job List and Pending Projects
12. ContractsAbandoned
Neither Bidder nor any predecessor organization has ever failed to
complete a contract except as noted and explained below:
N/A
'13. Contract Defaults
Neither Bidder nor any predecessor organization has ever defaulted on, or
been terminated for cause on, a contract except as noted and explained below:
N/A
-5-
TiUNA!
Chicagoland
February 4,2025
Schroeder Asphalt Services, Inc
P.O. Box 831
Huntley,lL 60142
To Whom It May Concem
Enclosed you will please find a copy of the Department of Labor certification that you requested
recently.
You may also use this letter as verification that Schroeder Asphalt Services, Inc.
is indeed signatory to the Fox Valley Laborers' Health & Welfare Fund and contributes to the
Laborers Apprenticeship Fund and their active account is current.
Our Mandatory Apprentice Program has successfully trained and graduated hundreds of
apprentices proriding safe, effiCient and hard-working employees for signatory employers. The
ItUNa Chiiagoland Lubor..r' District Council Training and Apprenticeship Fund has
graduated the following number of apprentices within the last five years:
2024:265
2023:190
2022:125
2021:86
2020:94
Regards,
,
John Retondo
Director of ApprenticeshiP
NffidPry.n
EWITfiFBM
Carol Stream
1200 Old Gary Avenue
Carol Stream, lL 60'1BB
Bivins
Shawn Fitzgerald
Martin Flanagan
Joseph V. Healy
Loyd "Curly" Vaughn
tiUNA!
Seth Gudeman
Shane Higgins
Joseph Koppers
Robert G. Krug
William Vignocchi
Chicago
5700 West Homer St.
Chicago, lL 60639Fal tfu tuwt
.64.2.L
ORER,S'(630) 653-0006
chicagolaborers.orgDistrict Council Training & Apprentice Fund
Executive Director
Keith Vitale
INrnHxATroNAl, IJstoN oF- Ot,ER,\f'rNG ExGrNEtrrRS
LOCAL UNTON NO. l50, t5OB, l5OA, lsOC, lsORA, 1sOD, lsOG, lsOM
AFFILIATED WITH IHE A,EL.C I O ANO AUILDING TRAOES OEPARTMENT
JAMES M. SWEENEY
PRESIOENT.BUSINESS MANAGER
(7oB) 482-88OO FAx rTO8J 4a2-7tAo
6200 JOLIST ROAO
couNTRYSTOE lL 60525.3992
February 4,2025
Dear Sir or Madam:
At the request of, Schroeder Asphalt Services, [nc., I am providing you with evidence of
1!e loqnanv's compliance with the apprenticeship requiiements in 30 ILCS 500/30-
22(6) of the Illinois Procurement Code. I am submitting this letter along with
apprenticeship certifi cates (Nos, ILO l202ooo3 and IL00 g7 g0 I 73 ).
As a signatory contractor with the International Union of Operating Engineers, Local
150, AFL-CIO, Schroeder Asphalt Services, [nc., is required Uy Cottect-ive Bargaining
Agreement to participate in an applicable apprenticeship and training program ipproved
by and registered with the United States Department oflabor's gureau olapprinticeship
and Training. The attached certificates are evidence of compliance with the U.S.
Department of Labor' s apprenticeship requirements.
Thank you for your cooperation in this matter. If you have any questions or concerns,
please do not hesitate to contact me.
Very truly yours,
IUOE, Local 150, AFL-CIO
Schroeder Asphalt Services, Inc.
P.O. Box 831
Huntley,IL 60142
Re: Proof of Compliance with 30ILCS 500130-22(6)
Our File No. MI-00321
D 1 dispatch office
leen Lox
Enclosures : Certifi cates
ia'
it I I I
I
IIITII I III
gck
,G.
?rot;ayrtnptoyr 6lci,lcs
I
!
!
i
I
I.,
I
t
I
t+
fr$
,s,
:${
E
+{s
r
r.l,
R\ast"
.Dsss
3(5t'l
,si
{rG
T
$
*
L
d
s
h,
*\
.s
$
Nd
U
s#h,9
H
$
s
$
s
H
$f
,&b
$
+
$
.g
*i,s\Q:
".$H
Hs
B
H
s
fi
B
flr-t
E
$
il-s'
H
s
b.
B
il
S..,
{
il
'[
$
4tslst**'Eli
e$
s.
s,tis,s
sBs
,#
+#
".8
$
(5
lf!
Th
*h
\1,ilttuq'
s*i*+
tEi
h*
H
#+*r-f;l
Hs5l
*+.
FT
ffi,
UHst*IH'
H
nB
}ltrl{lra-f*t
H[,
#r*t*s
&ist
FS
HI
-.I.Hnttfit
$H,#
JS,ki
,EI'Jrirt(}-*iffi
f*"tl.0'
""USl
fiatEIi++
L5-
H
&1.FL
SL$-atltH
fi+tt
ffi,ffi
f,s
$
}!;
"flfit*
!
n?J
I
d
$s
ql
1s
.s.
t
E\
{!
.E*N
$
R, .STR .E
0rBtat- =,:(l :s#BtAE
H+;tu€sVe
ru
-
\,
$
$$
B*U
s EN s$$t
E$N$$ I$
t!H {s$[$$
Es$$t\$.€ s{$ 3
ebeu
$i
r(6lIr
'ltL.arE(
lttl
,11!lH,A
B
l-llrtr,
11
TL
EH,
trhi
.Al.s
llII
FL3r
(q
si't
$t
q
<,<{
<.t
e)
o
TUU)
=u.lu{
s
F
.A\gF
t
lx
l$
cc
Coof.
=
I
IIIIIItItIIIII
Disclosure of Current and Pending Contracts
Agency Project Title Contract Value Contract
vil of Arlington Heights 202s Patching Program Awarded S sls,ooo.oo
I 2025 Patching Program Awarded s 98,260.15 N/A
Woodstoct CUSD Dist 6200 202S Track Replacement Awarded s 886,113.25 243132
2025 asphalt Milling Awarded 5 42,S50.00
Villa ofDarien 2025 Road ProBram Awarded S 1,626,992.23 CB8EL Proj. NO. 24-0640
tPSD #204 2025 RepavinB Neuqua Awarded 9 968,800.00 INSPEC Prot. No.:301902
tPso 4204 2025 Repaving McCarty Awarded s 594,000.00 INSPEC Proj. No.:301908
Fractiona I Township HS Dist 21S Tennis Court Replacement Awarded s 429,999.00 Project No. 24-215-03
Village of Roselle 2025 Roselle Street Program Awarded s 1,314,560.61 25,00000-01-GM
Village of Burr Ridge 2025 Road Program Awarded s 49s,5O5.91 N/A
Woodstock CUSD #20O Prairiewood & Creekside SchoolParking Lot Awarded s 911,700.00 243751
HU cusD t158 2025 Parking Lot Awarded S 1,2s9,8oo.oo
Village of Schiller Park 2025 Patching& Parking Lot Prog6m Awarded $ 279,277.50 N/A
llage ofGrayslake 2025 Road Program Awarded 5 1,733,274.30 GHA Project No:4990.098
llage ofGraydake 2025 North Alley Streets€ape & Parking Lot Awarded s 4O2,393.7s GHA Project No:4990.099
streamwood Park District Maintenance Facility lmprovements Awarded
IDOT IDOT 1088 61X86 Brookfield s 4,s34,0o6.2s 21-00134-00-RS
Village of AlSonquin Broadsmore & stoneBate Phase 2 s 1,291,690.03 N/A
Village of Hanover Park 2025 Resurf acing Project 5 2,251,234.50 25-00079-00'RS
oswego Township 2025 Street, sidewalk & Curb Maintenance 5 946,723.sO
2025 Patching Program Awarded s 22s,32s.00
Village of Glencoe 2025 Patching Program Awarded s 61,000.00
illage of River rorest 2025 Street lmprovement Project Awarded s 49s,218.63 25-00000-01-GM
S 181,171.25
2025 Citywide Pavement Patching Awarded s 1,006,500.00 N/A
Eriarwood Lakes Comm Assoc 2025 Eriarwood takes Resurfcing s 1,186,093.21 N/A
IDOT lDOT rl4o - 61K07 Rolling Meadows s 2,851,746.05 20,00124-00-cH
Village of Lincolnshire 2025 Pavement Rehabilitation Program Awarded $ 47s,337.76
DeVinci/Village of Niles Nales Callero Drive Awarded s 31,714-50 N/A
village of Deer Park 2025 Road Program s 46A.214.24 25-00021-00-Rs
2025 Road Maint€nance I 2,495,477.52 25-05000-01-GM
Northlake Public Libra MWRD Gl NPLD Permeable Parking Lot Proiect Awarded s 633,021.50 CBBEL Proj. No. 94-32.DC192
Village of Hawthorn Woods 2025 Street Program Awarded s s30,224.11 CBBEL Proj. No. 24-0533
llage ofPalatine 2025 Roadway Rehabilitation lmprovements Awarded s 1,713,165.25 24-00115-00-PV
Palos Community consolidated school District 118 2025 site lmprovements at Multiple Sites Pending s 699,000.00 24179
I I t
I
latat'.rs
s 1,s91,s35.30
lAwarded
llwarded
le*tr4gd
lnrrrfqgd f- N/A-------lI-r{ri---_l
I N/A
f- N/L
E*".d"d
lawarded
E;"d"d
lAwarded
Libertyville Schoot District 70 2025 Butterlield Eleme ntary School Parking Lot Pending S 9o9,ooo.oo 243710
2025 Road Program Pending S 867,480.00 25-00000-01,GM
lllinois Toll RR-24-4986 {Subcontract to ptote)Pending s 300,s0s.50 RR-24-4985
lltttttttttttttttt
I
STATEMENT OF RESPONSIBILITY
14. Litiqation
Neither Bidder nor any predecessor organization is, or within the past five
years has been involved as, a party to any litigation except as noted below:
CASE NAME
N/A
15. Financial Strenoth
Provide copies of Bidder's (or any predecessor organization's) audited
financial statements for the last two fiscal years, including, at a minimum, income
statement, balance sheet and statement of changes in financial position, together with
footnotes. ln addition, complete the following Condensed Net Worth Statement as of the
most recently ended calendar quarter:
please see atached finacial information
COND NSED NET RTH STATE MENT
1
2
3
4
5
6
7
8
I
$
Cash..........$
Stocks and Bonds...
Notes Receivable
Accounts Receivable (including bid deposits &
amounts accrued on uncompleted contracts)..
Accrued lnterest
Real Estate
Material lnventory
Equipment (depreciated value)...............
Furniture and Fixtures (depreciated value).
'10. Other Assets....
Total Assets
-6-
COURT
JURISDICTION
DOCKET
NUMBER
ASSETS
STATEMENT OF RESPONSIBILITY
LIABILITIES AND EQUITY
1
2
3
4
5
6
7
Notes Payable
Accounts Payable..
Mortgages Payable
$
Other Liabilities
Reserves
Capital Stock........
Surplus (net worth)
Earned
Unearned
$
$
Total Liabilities and Equity
16. Joint Ventu Documents
AttesUWitness Schroeder Asphalt Services, lnc.
By By
Title: Rachael McDow, Corporate Secreta ryTitle Ronald Schroeder, President
Subscribed and Sworn to
before me this 'l4th day
12t11t2028
of
,Celia Calbow
SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 8,
FOR SIGNATURE REOUIRETI,ENTS
$
lf Bidder is a joint venture, provide a true and correct copy of Bidder's Joint
Venture Agreement, together with any and all agreements between the signatories
thereto relating to the Bidder's Proposal, the Work or the Contract.
DATED this 14th day of April ,ZO4_.
CELIA M
{684il',}.L0mmrsston
tCA 0 wI
N S al ole tn ots
r,l 00 2 29mComtsstMy0n0Expiresecebe 20 28
OFFICIAL SEAt
-7-
My Commission Expires:
2025 .
-T
SCHROEDER ASPHALT SERVICES, INC.
Financial Statements
For the YeaB Ending
June 30, 2024 and 2023
I
I
SCHROEDER ASPHALT SERVICES' INC'
HUNTLEY, ILLINOIS
June 30, 2024 and 2023
INDEX
PAGE
INDEPENDENT AUDITOR'S REPORT
BALANCE SHEET
STATEMENTS OF INCOME AND RETAINED EARNINGS
STATEMENT OF CASH FLOWS
NOTES TO FINANCIAL STATEMENTS
SUPPLEMENTAL SCHEDULES
INDEPENDENT AUDITOR'S REPORT
ON SUPPLEMENTARY INFORMATION
COST OF REVENUES
GENERAL AND ADMINISTRATIVE EXPENSES
SCHEDULE OF UNCOMPLETED CONTRACTS
1
2-3
5
6-11
4
12
13
14
15-16
I
I
I
I
T
INDEPENDENT AUDITOR,S REPORT
oDlnion.WehaveauditedtheflnancialstatementsofschroederAsphaltservices,lnc',whichcomprisethebalancesheetsasof
)une 3o,2024 and 2oz3 and the retatea ,t,,.,"n., of in.o,e, chan8es in stockhotders, equity, and cash flows for the years then
ended, and the related notes to the financial statements. ln our opinion, the accompanying financial statements present fairly, in
all material r€spects, the financial position of s€hroeder Asphalt services, lnc as of ,une 30, 2024 and 2023' and the results of its
operations and lts cash flows for the v"r" ii* aao"a i. accordance with accounting principles Senerally accepted in the united
ln performinS an audit in accordance with GAAS' we:
_Exercise professionat iuogmeii ano maintain professional skepticism throughout the audit-ldentify and assess the risks
of material misstatement of the fina;clal statements, whether due to traud or error, and design and perform audit procedures
responsive to th05e risk. Sucn procedures include examining, on a test basis, evldenc€ r€gardinE the amounts and disclosures in
the fi nancial statements.
-obtain an understanding of internal control relevant to the audit in order to design audit Procedures that are appropriate
in the circumstances, but not for the purpose of expressinE an opinion on the effectiveness of schroeder Asphalt services' lnc"s
internal control. Accordingly, no suci o;inion is expressed. (ln circumstances In which the auditor also has a responsibility to
express an opinion on the effectlveness of internal control in conjun*ion with the audit of the financial statements' omit the
followlng: ,,but not for the prrpor. oi"*pr"rring an opinion on the effectlveness of schroeder Asphalt services' lnc"s internal
control. Accordingly, no such opinion is expressed'
-Evaluate the appropriateness of accounting policies used and the reasonableness of si8niflcant accounting estimates
made by management, aswell as evaluate the overalipresentation of the linancial statements' -Conclude whether' in our
jud8ment,therearecondltionsorevents,consideredintheaggregate,thatlaisesubstantialdoubtaboutSchroederAsphalt
services, lnc.,s ability to aontir,r" a, ,goini concern for a reasonable period of time.we are requlred to communicate wlth those
charged with governance regaroing, a;ron-g other matters, the planned scope and timing ol the audit, significant audit findinSs'
,
CPA'S
SCHROEDER ASPHALT SERVICES' INC'
HUNTLEY, ILLINOIS
Balance Sheet
June 30, 2024 and2023
(See lndependent Auditor's Report)
2024
ASSETS
Current Assets
Cash
Contracts Receivable (Note 2)
Allowance for Doubtlul Accounts
Costs and Estimated Earnings in Excess of
Billings on Uncompleted Gontracts (Note 5)
Due From Shareholders (Note 16)
Deposits
Other Receivables
Prepaid ExPenses
Refundable Taxes
Total Current Assets
Fixed Assets
Furniture & Fixtures
Machinery & EquiPment
Land lmprovements
Leasehold I mProvements
Vehicles
Total
Less: Accumulated Depreciation
Net Book Value
TOTAL ASSETS
$$2,583,765
12,669,592
(546,883)
5,702,829
723,389
6,325
2023
1,928,806
10,652,671
(510,882)
2,88'1,383
565,493
3,500
6,788 41,978
81,825
$ 21,145,805 $ 15,644'774
$135,760
9,735,406
113,893
171,291
1,507,947
135,760
8,584,533
113,893
171,291
1,388 ooA
$
$ 11,664,297 $ 10,394,473
733,148
$7,077,861 $5,661,325
$$21
The accompanying notes are an integral part of these statements'
2
I
LIABILITIES AND STOCKHOLDER'S EQUITY
LIABTLITIES
Current Liabilities
Accounts PaYable
Billings in Excess ot Costs and Estimated
Eamings on Uncompleted Contracls (Note 5)
Accrued lncome Taxes (Note 6)
Line of Oedit (Note 3)
Payroll Liabilities
Current Portion of Long Term Debt (Note 4)
Total Current Liabllltles
Long-Term Liabilities
Notes Payable (Note 4)
Deterred lncoms Tax (Note 7)
Less: Current Portion of Long Term Debt (Note 4)
Total Long-Term Liabilitieg
TOTAL LIABILITIES
SHAREHOLDER'S EAUITY
Capital Slock-('1,000 shares of
common slook issu€d, outstanding
and authorized)
Paid ln Capilal
Relained Earnings
TOTAL SHAREHOLDER'S EOUITY
TOTAL LIABILITIES AND
SHAREHOLDERS' EQUITY
SCHROEDER ASPHALT SERVICES, INC.
HUNTLEY, ILLINOIS
Balance Sheet
June 30, 2024 and 2023
(sae lndependent Audlto/6 Report)
2024
$ 15,375,400 $
1,069,831
1,147
807,097
507,243
17,760,7'18 $ 13,184,107
2023
10,968,936
996,993
741,553
476,625
$
$1,891,918
13,266
(507,243)
2,047,566
95.671
(476,625)
$ 1,397,941
$ 19,158,659 $ 14,850,719
I
I
$1.000
165,819
8.898,188
1,000
165.819
6,288,561
$ 9,065.007 $ 6,455 380
$ 28,223,666 s 21,306,099
I
I
The accompanying notes are an inlegral part of these statements
J
I
$ 1,666,612
I
I
I
Contract Revenue Earned
cost of Revenue
Gross Profit from Operations
General and Administrative Expenses
lncome from OPerations
Other lncome (Expenses)
lnterest lncome
Bad Debt Expens€
Oflicer Lire lnsurence
Penalties
lnterest Expense
Profil Sharing Contribution
Gain/Loss on Disposed Assets
Total Other lncome {ExPenses)
lncome Before lncome Taxes
Provisaon for lncome Taxes (Note 6)
Net lncome(loss)
Beginning Relained Eamings
at July 1 ,2023 and 2022
Prio, Period Adj$tment (Nots 14)
Endlng Relained Earnings
at June 30,2024 and 2023
SCHROEDER ASPHALT SERVICES, INC.
HUNTLEY, ILLINOIS
lncome Statement And Statement of Retained Eamings
For the Yea]s Ending June 30, 2024 and 2023
(See lndependent Audito/s Roport)
Percenl
To Sales
Zg
73,335,781
68,315,451
$5,020,330
2,U2,19O
$ 2.678,140
Percent
To Sales
100.0
93.2
6.8
9.2
3.7
100.0
9s.3
4.7
3.9
0,8
2B
55,101,975
52,521,25A
2,580,717
2,155,662
$ 425,055
43,954
$
$
$55,131
(36,001)
(20,560)
(16,542)
(97,612)
(32,882)
80,518
(20,560)
(3,614)
(94,008)
(30,536)
123,500
0.1
(0.0)
(0.0)
(0.0)
(0.1)
(0.0)
0.1
(0.0)
(0.0)
(0.2)
(0.1)
o.2
0.1
0.0
0.8
$(67,946)(0.1) $18,736
$ 2,610,194
$ 2,610,194
6,288,561
3.6 $ 443,791
3.6 $ 443,791
5,844,770
$ 5,844,770
$ 6,288,561$ 8,898,188
The accompanying noles are an integral part of these statements
4
(567)
$ 6,287,994
Cash Flows From OPereting Activides:
Nol lncome
Adiustments to Reconcile Net lncome to Nel Cash
Provided bY Operating Activities:
DePreciation Adrustment
DePreciation
Total
Changes ln Current Asseb and Current Liabiliti6:
(lncrease) Contracts Receivable
ilncreasel Coste and Estimated Earnings in Excess of
Billings on Uncompleted Contracls
(Decrease) Line of Credit
(lncrease) DePosits
(lnffease) Due Irom Shareholder
Decrease PrePaid Expenses
(lncrease) Other Receivables
Oecrease Refundable Taxes
Decrease Defered lncome Taxes
lncrease Accounts Payable
lncrease Payroll Liabilities
Prior Period Adjustment
lncrease Billings in Excess of Gosts and Estimated
Ealnings on Uncompleted Contracls
Total
Net Cash Provided By Opor3ting Activities:
Cash Flows From lnYesting Activities:
Capital (Expenditures)/Disposilions
Net Cash Used ln lnvestlng Activltles
Total
cash Flows From Flnancing Activities:
Proceeds from Loans
Payments to Loans
Net cash Uoed In Flnanclng Actlvities
Total Net lncrease ln CaEh And Cash Equivalents
cash And Cash Equlvalents At July 1,2023 and 2022
cash And Cash Equivalents At June 3o,2024 end 2023
SCHROEDER ASPHALT SERVICES' INC.
HUNTLEY, ILLINOIS
Statem6nt of Cash Flows
For the Years Ending June 30, 2024 and2023
(see lndependent Audltor's Report)
M.
$ 2,610,194
(325,940)
179,228
2023
443,?91
(191,223)
614,287
$ 2,463,482 $ 866,855
$ (1,980,912)
(2,821,446)
(2,825)
(157,8e6)
35,190
81,825
(82,405)
4,406,457
65,544
579
(729,493)
(2,110,651)
62,031
88,083
75,441
(18.175)
4,186,572
667,050
72 838 9,235)
$ (383,0s1)s 1,921,620
$ 2,080,431 $ 2,788,475
$ (1,269,824)(1,147,063)
$ 359,050 2a3,O24
(456,r83)(514,698)
$(155,6,48)$ (173,159)
654,959
1,928,806
1,468,253
460,553
B 2,s83,76s $ 1,928,806
I
*___,i76ejz4, -E-- (i,147tr3)-6----iiEf -E-- 1s41li2-
The accompanying notes are an inlegral parl of these st€temenls'
Thecompanyisengagedinasingleindustry;aS€conslructionpavingcontraclor'Theworkisperformedunder
*"t-plr"]r"uiontr,,Lrs-, fixed price conriacrs, and municipal and state bid iobs whereby contract prices and contract costs
areSomelimesrevisedduringconstructioninprogress.TheCompanywasincorporatedonMayS,l99T.
ACCOUNTS RECEIVABLE
Thecompanycarriesitsaccounlsreceivableattheoutstandingprincipalbalanceadjustedforlheallowancefoldoubtful
accounts. rn" attorance for doubtful accounts is estimated based on the company's historical bad debt experience, the age
of the receivable and based on management's iudgment. Accounts deemed uncollectible are charged to lhe allowance for
aoruttut ac*rnts. Any finance chargls ""aad
on opun
"""runts
receivable are recognized when received.
SCHROEDER ASPHALT SERVICES, INC.
HUI,ITLEY, ILLINOIS
NOTES TO THE FINANCIAL STATEMENTS
For the YeaE Ending June 30, 2024 and 2023
(See lndependent Auditor's Report)
NOTE I " SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
CO PAN\"S ACTIV ITIES ANO OPERATING C LE
PROPE RTY AN D EOUIPMENT
ACCO UNT ING ESTIMATES
oNc TI REDIT
The company maintains ils cash in bank deposits which, al times, may exceed federslly insured limits The company
believes it is not exposed lo any significant crodit risk on cash'
ProperlyandEquipmenlarestatedatcostanddepreciatedovervariouslives.EqUipmentplacedinseMceduringthecurrent
;;;;;l;;;id,"ciated using rhe Book oepreciarion Method, usins tixed asset tives ranging from ten to twenty
i"rr.. O"pr""i"tion "rpense
Foi the years ending June 30, 2024 and 2023 was $179'228 and $614'286'
The preparalion offinancial statemenls in conformity with generally accepted acc€unting principles tequires management to
make estimates and assumptions lhat affea the reported imounts oI assels and liabilities and disclosure o' contingent assets
and liabilities at the date of the financisl statements and ]eported amounts of revenues and expenses during the reported
period. Actual results could dittel from those estimales'
SUBSEOUENT EVENTS
subsequent events have been evaluated thtough August 16, 2024, lhe date rhat the rinancial slalemenls were available for issue'
All Unancial transactions up to lhe dale of the lsluance of these financial statements refects the assessment' evalualion and
impact of these subsequent events to these ,lnancial statements being fakly and accuratBly slated in accordance with auditing
standards.
I
i
b
?
NoTEI.SUMMARYoFSIGNIFIGANTAcCoUNTINGPoLIGIES.coNTINUED
NOTE 2. CONTRACTS RECEIVABLE
Contracts receivable as of June 3A,2024 and2023
were as follows:
Contracts Receivable
Retainages
Tolal
Contracts Receivable- Net
SCHROEDER ASPHALT SERVICES' INC.
HUNTLEY, ILLINOIS
NOTES TO THE FINANCIAL STATEMENTS
For the Years Ending June 30, 2024 and 2023
(See lndependent Auditor'e Report)
2024
12.542,896
126.690
INCOME RECOGNITION.CONSTRUCTION CONTRACTS
The company recognizes income on long rerm construction conlract on the percentage of completion method' The completion
percentage is based on the ratio of total costs incurred to total estimated costs (or final cosls, if available') contract costs
include all direcl material and direct labor costs and those indirect costs related to contrac{ performance, such as indirect
labor, supplies and consumable tools, payroll taxes and depreciation' General and administrative costs are charged to
expense as incurred. provisions for estimated tosses on uncompleted contracts are made in the period in which such losses
are determined. changes in job performance, iob conditions and estimated profitability, including those arising from contract
penalty provisions, and final iontract settlements may result in revisions to costs and income and are recognized in the period
in which the revisions are determined'
The asset, ,.costs and estimated eamings in excess of billings on uncompleted contracts," represents revenues recognized in
excess of amounts billed. The liability, .Billings in excess of costs and estimated earnings on uncompleled contracts':
,"presents amounts billad in excess of revenues recognized'
INCOME TAXES
The company adopted recently issued accounting principles related to uncertain tax positions' Any interest and penalties
recognized associated with a tax position are classified as currenr in the company's linancial statements' lncome taxes are
provided for on book income, The company recognizes income taxes on the accrual basis of accounting'
$
2023
NOTE 3. LINE OF CREDIT
The company has a line of credit with prairie community Bank, with an interesl rate of 5%. lnterest is paid monthly and the
principle L p"io ,, cash becomes available. As of June 30,2024 the balance is $0.
7
$ 10,040,370
101,418
$ 10,141,788
$ 10,141,788<
NOTE 4 . LONG TERM DEBT
SCHROEDER ASPHALT SERVICES' INC.
HUNTLEY' ILLINOIS
NOTES TO THE FINANCIAL STATEMENTS
For the YeaF Endin g June 30,2024 and 2023
(Seo lndep8ndent Audito/s R€port)
Monthly
Thecompanyisobligatedforseveralloanswhicharecollateratizedbylixedassets.Aschedulelistingtheasset.croditor,
interest rate, monthly payment and balance owing is as follo 's:
Pa
Long Tem
Balance
Curent
Portion
Creditor RateAsset
Various EquiPment
2020 Loader
2020 Loader
Ford F550
Ford F550
Case SRWT0HF
Vatious EquiPment
2020 Wirtgen
2022 Silverado
Various EquiPment
2023 Cadillac
Various EquiPment
Prairie comm Bk
Prairio Comm Bk
Prairie Comm Bk
Ford Cr€dit
Ford Credil
CNH Capital
Old Second Bank
Prakie comm Bk
Prairie Comm Bk
Prairie Comm Bk
PNC Bank
Prairie Comm Bk
6.00%
4.250h
3,750h
534%
5.U%
5.000/"
4.25Y0
4.O0o/o
3.7svo
4.750/o
7 .600/0
4.750/o
4,114
5,206
8,194
1,223
1,223
2,855
8,749
6,521
714
2,92',1
1,393
5,034
46,800
54,000
88,569
13,619
'13,619
31,736
98,660
65,584
7,765
29,173
12,006
45,712
1,384,675
2023
$ 8,495,927
447 154
8,943,081
7,058,691
2,881,383
996,993
507,243
Total
NOTE 5 . COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED
CONTRACTS
Costs lncurrsd on Uncompleted Contracls
in Progress
Estimated Eamings
Total
Less: Billings at June 30,2024 and 2023
Costs and Estimat€d Earnings in Excess
oI Biilings on Uncompleted Contracts
Billings in Excess of Costs and Estimated
Eamings on Uncompleled Contracts
2024
$19,413,648
578,398
$19,992,046 $
tc 359 049
5.702.829
1,069,831
$
I
I
13,992
121,643
211,833
11,927
11,927
33,357
94,213
421,242
17,142
107,873
55,454
284,O52
$
$
SCHROEDER ASPHALT SERVICES, INC.
HUNTLEY, ILLINOIS
NOTES TO THE FINANCIAL STATEMENTS
For the Years Ending June 30, 2024 and 2023
{See lndependent Audltor's Report)
NOTE 6. TNCOME TAXES
The company revoked its election to be treated as an s corporation under section 1362 of the lntemal Revenue code, to be treated
as a c corporation for the year beginning January 1, 201g, lncome taxes are provided for on book income' Deferred income laxes
are provided for timing aifferences between financial statemenl and income tax reporling. The differences arise from timing and
income measuremenl differences in accounting for income taxes. The company recognizes income taxes on the accrual basis of
accounting.
The provision for income taxes is summarized as follows:
Current Taxes:
State
Federal
Total
Deferred Taxes
$
$
13,266
$13,266
The company adopted recently issued accounting principles related lo uncertain tax provisions during the year ended June
30,Zu24and has evaluated tnl tax positions taken for
"it
op"n tax years. Currently, the 2020' 2021and2O22lax years are
open and subjecr to examination oy itre lnlernal Revenue Service and lllinols Depa(ment of Revenues: however, the Company
is not cunenily under audit nor nas tne company been contacted by any of these jurisdictions'
Based on the evaluation of the company's tax positions, management believes all posilions taken would be upheld under an
examination: lherefore, no provision for the effects of uncertain tax positions has been recorded for the year ended June 30' 2024'
NOTE 7. DEFERRED INCOME TAXES
The deferred tax liability has been computed as foilows:
Deferred laxes as of June 30,2023
Accrual basis income tax accrual, income taxes
based on accrual basis;
Aclual income taxes due and payable.
Deferred Tax Liability as of June 30,2024
$95,671
82,405
T
NOTE 8 . UNION AND COMPANY PENSION PI.ANS
The Company contributes to an industry wide union pension plan. The contributions are based on hours worked by each
employee. Monthly reports are filed and contributions are paid based on these outstanding hours incurred' The Company is
current on all union fllings, and does not anticipate any ouistanding liabilities for any potential union audit which may occur in
the next twelve months.
o
I
$ 13,266
SCHROEDER ASPHALT SERVICES' INC.
HUNTLEY, ILLINOIS
NOTES TO THE FINANCIAL STATEMENTS
For the Years Ending June 30, 2024 and 2023
(See lndependent Auditor's Report)
NOTE 9 . ADVERTISING
Advertising costs are expensed as incurred. The advertising expense incurred for the years Ending June 30' 2024 and 2023
was $33,321 and $45,476.
NOTE 1O . SUBSEOUENT EVENTS
Subsequent events have been evaluated through August 16,2024, the date that the financial slatements were available for issue'
All financial transaclions up to the date of the issuanie of these financial statements reflects the asse$sment. evaluation and
impact of these subsequent events to these financial statemenls being fairly and accurately stated in acenrdance with auditing
standards.
NOTE 1T . PROFIT SHARING PLAN
The company maintains an employee 401(k) profil-sharing plan. The plan covers nonunion employees and lhe company will
make matching contribulions to the plan up lo 4o/o olqualified employee compensation. The plan also provides for
discretionary contributions by the company which may not exceed the maximum amounr deductibre from the company's
income under the provision$of the lnternal Revenue iode. The contribution for the years ended June 30,2024 and 2023
was $32,882 and 30,536.
NOTE 12. REISTED PARTY TRANSACTIONS
The Company leases their operating facilities including the shop, construction yard and oflice on a month-to-month basis
subject 1o a verbal agreement with the stockholder. This agreement is accounted for as an operaling lease' Rent expense
subject to this agreement totaled $1 15,455 and $93'500 for the years ending June 30' 2024 and 2023'
NOTE 13 . CONTINGENCIES
contingent liabililies of the company include the usual liability of contractors for performance and completion of contracts'
The Company is party to routine proceedings and litigation arising in the ordinary course of business and the resolution of
such matters is nol expected to significantly impact the Company-
.-??
The note is on , bears interest at the rate ol 8.25o/o per year'and is expected to be collected in full within one year
$55,131 and is reflected in the other income seclion of the lncome Staternent
At June 30,2A24 inlerest accrued at 8.25% was
and Statement of Retained Eamings.
77
14. LOAN TO SHAREHOLDER
10
I
I
NOTE 15 - FASB TOPIC 606
SCHROEDER ASPHALT SERVICES, INC'
HUNTLEY' ILLINOIS
NOTES TO THE FINANCI,AL STATEMENTS
For the Years Ending June 30, 2024 and 2023
(Soe lndopcndent Audilor's Roport)
Aso'January1'2020,thecomPanyadoptedFASBAccountingstandardsNo.2ol4.og,.RevenueFromcontractswithcustomers
(Topic 606), as modilled using the mooifieo retrospective method, wtich does not allow us to adjust prior periods. we applied the
rules to all open contraas existrng on J; affe r January 1,2020, and have noted the folloqng changes: ln accordance with ropic 606'
we have analyzed the provisions regarliig n*"nue'rro, contracts with customers. and have concluded that no changes are
necessary to conform to the new stan#ol s"r". ,no lncrme are recorded using the percentage of completion method, applied to
work in progress for all uncompteteo pr-ja"t. ana it o"" pUt *hich have been c'mpleted during the Company's liscal year' Ptoject
contracl adjustments, inctuding engrneeiinj ctrange orU6rs, trave been accounted fbr in the analysis ol each contract p€rformed Other
contracl price adiustrents ar" prorio"i in ih; .-;;;pg;Jth" recogniz€d. revenues are recorded The disaggregation of revenu€ is
broken down between "p"cin"
,nrni"ip-"iano-go*rn;runt"r "ontracli
which are competively bid by the.company as tollows:
chicaooland Locat Municipatities srr".ln ibii ""ru S23,335,78'l versus 2023 $55,i01,975 compsralively' both years completing
#;"#i;;;dt;*igig," io."r .r"r. ell of the above contract r€venue earned was fo. asphalt paving and road work projects'
T
'11
I
SUPPLEMENTARY INFORMATION
I
I
I
INDEPENDENTAuDtToR.sREPoRToNSUPPLEMENTARYINFoRMATIoN
To The Shareholders and Board of Directors
SCHROEDER ASPHALT SERVICES' INC'
PO Box 831
Huntley, lL 60142
Our report on our audits of the basic frnancial stalements of Schroeder Asphalt Services' lnc' for the years
ended June 30,2024 and2023appears on page 1. Those audits were made for the purpose offorming an
opinion on such financial statemenis taken as a whole. the 2024 and 2023 information on pages 1 3 through 16
is presented for purposes of additional analysis and is not a required part of the basic financial stalements'
such information is the responsibility of management and was derived from and related directly to the underlying
accounting and other records used io prepare the financial stalements. The information has been subjected to
the auditing procedures applied in tne audits of the financial statemenls and certain additional procedures'
including comparing ano ieconciling such information directly lo the underlying accounting and other records
used to prepare the flnancial statements or to the financial statements themselves' and other additional
procedures in accordance with auditing standards generally accepled in the united states of America' ln our
opinion, the information is fairly statedln all materill respects in relation lo the basic financial stalements for the
years ended June 30, 2O24 and 2023 taken as a whole'
12
I
SCHROEDER ASPHALT SERVICES, INC.
HUNTLEY, !LL!NOIS
Cost of Revenues
For the Years Ending June 30, 2024 and 2023
(See lndependent Audltor's Report)
2024
Percent
To Sales
Gosts of Revenues
2023
't5,729,242
5,404,332
17,742,399
283,652
Percenl
To Sales
Direct Malerial
Direct Labor
Subcontractors
Bonds
Damage RePairs
Depreciation
Equipment Renlal
Equipment Repairs and Maintenance
Freight and Delivery
Fuel
License Plates and Titles
Miscellaneous
Payroll Taxes
Tolls
Tools and SuPPlies
Traffic Control
Trucking
Union ExPenses
Workers ComP lnsurance
$21,893,788
6,441,668
24,488,753
379,839
621
179,2?8
130,094
1,081,817
19,404
770,064
84,854
1,166,834
563,459
614,286
55,318
1,244,287
20,650
833,243
66,833
595,5'r4
459,908
74,462
307,767
69,4'17
5,624,204
n353,472
32,272
29.9
8.8
33.4
0.5
21.4
7.4
24.2
0.4
0.2
0.2
1.5
0.0
1.1
0.1
1.6
0.8
0.4
s.a
5.3
0.0
0,8
0.1
1.7
0.0
1.1
0.1
0.8
0.6
0.1
0.4
0.1
7.7
4.6
0.0
71.6
$
264,880
6,908,305
3,908,575
aa 268
15,451 9s.2 $52,521,258Tota! Cost of Revenues
The accompanying notes are an integral part of these statements
13
I
$
SCHROEDER ASPHALT SERVICES' INC'
HUNTLEY' ILLINOIS
Genera! and Administratlve Expenses
For the Years Ending June 30, 2024 and2023
(See lndependent Auditor's Report)
u24
Percent
To Sales 2023
Percent
To Sales
General And Admlnistrative Expenses
Ofiicels Salaries
Salaries
Advertising
Auction ExPenses
Automobile ExPenses
Bank Charges
Donations
Dues and SubscriPtions
Employee ExPenses
lnsurance
Licenses, Permits and Fees
Mainlenance and RePairs
Miscellaneous
Office Expense
Payroll Taxes
Plans and Prints
Professional Fees
Rent
Taxes
Telephone
Training Seminars
Travel and Enterlainment
Utilities
317,441
725,682
33,321
327,119
677,315
45,476
12,745
84,865
1,908
4,350
1,615
17,766
397,699
37,769
80.256
19,070
72,513
106,862
15,453
44,360
93,500
1,706
25,938
125,801
2,'.l14
3,058
1,670
't2,208
415,336
37,201
56,094
61,700
140,886
164,949
10,388
29,388
115,455
1,650
39,748
1,900
27,425
18,775
0.4
1.0
0.0
o.2
0.0
0.0
0.0
0.0
0.6
0,1
0.1
0.1
o.2
0.2
0.0
0.0
0.2
0.0
0.1
0.0
0.0
0.0
3.2
0.4
0.9
0.1
0.0
0.1
0.0
0.0
0.0
0.0
0.5
0.1
0.1
0.0
0.1
0.1
0.0
0.1
0.1
0.0
0.0
0.1
0.0
2.9
t
I
Total General and Admlnistrative
Expenses $190
65,822
21 ,555
$2,'155,662
The accompanying notes are an integral part of lhese statements'
14
I
I
SCHROEDER ASPHALT SERVICES, INC.
HUNTLEY, lLLINOIS
Schedule of Uncompleted Conttacts
June 30,2024
0.497127995
0.50524679
Projecl Description
222't25 61Hu Rand Road
23034 IDOT 62k77
23M1 Hampshire lndustrial Park
23077 ISTHA 1-224884
23096 Triton College
23J 14 Gast Road
23129 Marengo Street lmprovements
23133 Mitsubishi Parkir€ Lot
23137 Grandwood Paft Community Conter
24001 McHenry College Replac€ Road
24004 Cdumha St., Naperville
24006 Waukegan Road Program
24008 Four Lakes Road Program
24012 Valley View Track
240'18 Bun Ridge Road Program
24019 West Chbago Road Rehab
24020 Buffalo Grove Park
24021 Grays Lake Road Program
24024 Genera: RV
24025 Eastview Ave recon
24027 l/vhit€ Easle ES
24028 Nequa VatleY HS
24032 Lake Forest Road Ptogram
24033 Naperville Patching Program
24035 Hartmen Park, Vemon Hills
24038 Barrington Road Program
24051 Oakwood Cemetary
24062 Hanover Township Road Resurlacing
24013 Huntley Street Program
24015 Batavia Lane, Hoffman Estates
Contracl
Price
Revised
Estimated
Gontract
Estirnated
Gross
Percent Costs Add
Estimated
Less:
Billings
01613012024
Billings h
Excess,
Cosls
21,205
444.1'.i5
40,913
34,616
73,605
66,012
5,104
25,866
300,017
27,4O1
990,742
1 56.1 48
514,466
1 10,106
4,250,000
374,231
1 80.389
437,963
245,A26
743,000
4,583,525
4,480,319
233,800
423,S00
66S,650
940,368
951,1 12
149,902
493,887
1 05,702
4,080,000
359,262
173,173
4n,464
23s,993
7B,2AO
4,400,184
4,301,106
224,4e
40€,944
812.874
902,753
1,1 01,810
1,355,521
874,889
239,728
585,120
1.296.240
1 ,041,600
5 r 0,sl4
1,1A2,842
839,140
1 13,965
563,072
2,9'18,551
1,061,907
39,630
6.246
20,579
4,404
1 70,000
14,969
7,2r6
I 7,519
9,833
29,720
183,341
179,213
9,352
16.956
26,786
37,615
49,242
56,480
36,454
9,989
24.380
54.010
43,400
21,271
49,2e5
34,964
4,749
23,461
121,€06
44,246
741,836
104,396
I 80,531
60,574
3,320,343
258,345
139.027
199,263
171,020
475,1 31
2,227,292
2,222.249
55,317
36,837
477324
738,786
200,86s
1,1 35,940
366,368
160,579
38.082
t32,901
24,836
152,056
327,332
1168,898
688
23,290
r,869,810
861,852
209,226
45,506
313.356
45,128
7s9,657
100,317
34,146
221,201
64,973
238,149
2,172,892
2,078,857
169,131
370,107
165.553
163,967
980,945
219,581
s08,521
79,147
547,038
1.163,339
1,016,764
358,rt58
855,510
3-ro,242
113,277
535,782
1,O40,741
200,0s5
25,759
3,185
3,7M
1,894
1 1 3,900
8,682
6,061
5,741
5,703
2,972
66,003
91,399
935
1,535
16,072
25,578
767,645
1 07,581
184.235
62,468
3,43/,243
267,627
145,088
205,044
't76,723
478,103
2,293.295
2,313,648
56,252
38,372
493.3S2
764,364
206,774
1,'t75,476
378,033
165,E73
39,669
1 38,439
25.871
155,247
333,739
474,143
717
24,260
1.884,403
669,285
447,324
30.873
150,581
83,673
3,878,358
308,90
1 17,566
165,631
106,81€
Costs ln
Excess of
320,321
76,708
33,654
27,522
39,413
69,907
478,103
986,059
s6,252
6,687
224,8?6
52,141
'136,065
25,87',|
155,247
9.082
474,'.l43
717
24,260
1,223,253
TOofCosts
lncurred
65%
51o/o
'tdo/o
43o/o
67alo
58%
84o/o
33o/o
58%
10o/o
36"/o
51%
lOo/o
9%
80%
68oi6
q
'1,231,052
1 ,4 12,001
st 1,343
249,715
609,500
1,350,250
1,085,000
531,785
1,232,127
a74,104
118,714
586,533
3,040,1 57
1,106,1s3
,tZYo
700,/o
XZYo
53o/o
7To
10%
ZYo
15o/o
13o/o
13o/o
1Yo
4o/o
1//a
620/o
5,909
39,536
1 1,665
5,254
1,587
5,538
1,035
3,'19',1
6,407
5,245
29
970
14,593
27,433
2,327,911
't,327,58S
31,685
566,997
539,488
154,633
'1,24'.t,4A4
241,968
170,gTt
65,535
438,456
661,1 10
91 7,086
24036 Hinsdale 128 41
15,383,760 519.090 18,088,395 14,718.117 r,050,0431.373,044Sub-Totals 34,326,1 09
324,657
llllllttttttttttrtl
Itlltll IIIIt ttllli
Contrac{
Price
-I Estimated
Contract
Estimated
Grosa
costsl'-
Excess of
Billings tn
Excess
Percent
I
Add
Estimated
Less:
BillingsProiect Description
24040 Sports Core Parking Lot
24043 Hawthom Woods Community Park
24014 Plainfield Palching Program
24005 River Forest Rebuild lllinois
23141 Romeoville J&M Centennial Trail
24047 Streamwood MFT Program
24030 Winfeld Road Program
24034 Osage Park, Wauconda
24059 Woodland School District
24048 Mt Prospect Fire Stalion
ToofCosts
lncuned
Costs
74,936
29,674
81,774
300,094
231,81 E
767,999
272,540
630,641
2,680,106
10,o22
268,126
255,772
2U,500
a32,475
546,757
835,51E
348,779
685,346
3,008,000
209,172
257,401
245,541
213,600
799.176
524.807
802,097
334,828
657,932
2,887,6E0
200.805
I 0,725
10,231
8,900
33,299
21.870
33,421
13,951
27,414
1 20,320
8,367
'182,465
21 5,867
131,826
499.082
293,069
34,098
62,288
21,291
2A7,574
190.783
5,577
8,082
3,738
14,3r9
7,655
1,421
1,953
1,13?
8,64S
6,777
188,042
223,949
1 35,564
513,401
300,724
35,519
il,241
28,424
216,2?3
197,560
1 86,373
131,'141
136,1 18
r03,270
84,030
't,669
223,949
4,423
377,283
197,454
35,519
28.428
216,223
197.560
1 9,789
52%
79%
420/o
43Yo
35%
4o/o
'14%
4o/o
7o/o
81Vo
o
7.212.445 6.923,947 1,844,343 5,079,604 59.308 I,S03,651 640,932 1.202.508 19.789Sub Totals
$41.s38.ss4 $39.877.012 $1,66 $19,413,648 $20.463,364 $578.396 $19.992,046 $1s,3s9,049 702.82S $1.069.83'lTotals
Cnsk IT^trl nAtanl)n2a
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
NOTICE OF AWARD
LETTER FROM THE ENGINEER OR OWNER WILL BE SENT TO II.IESUEEESSEU!
BIDDER VIA EITHER USPS OR EMAIL
1
C
B
CHRISTOPHER B. BURKE ENGTNEERTNG, LrD.
9575 West Higgins Road Suite 600 Rosemont, lllinois 60018 TEL (847) 8210500 FAx (847) 8230520
April 10,2025
Schroeder Asphalt Services, lnc.
P.O. Box 831
Huntley lL 60142
To Whom lt May Concern:
This letter is to serve as a Notice of Award of the above referenced projecl in accordance with your
proposal received o n March 27 ,2024, in the amount of four hundred sixty thousand dollars and zero
cents (S311,738.70).
Please execute and return the Contract documents and furnish the necessary bonds and insurance
within ten (10) calendar days from the date ofthis notice. The Village of Oak Brook and Christopher
B. Burke Engineering, Ltd. must be listed as additional insured. Return all documents to my attention
at your earliest convenience.
Sincerely,-
/ ,--
Dan Schr6eder, PE
Senior Proiect Manager
cc: file
Su bject:Sports Core Property lmprovements
Notice of Award
(CBBEL Project No. 240577)
lf you have any questions, please do not hesitate to contact me.
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE IMPROVEMENTS
1.
2.
3.
4.
rr.
7.
8.
10
11
12
13
14
TABLE OF CONTENTS
Contract Agreement
Contractor's Certification
Schedule of Prices
General Conditions of Contract
Special Conditions of Contract
Contracl Exhibits
Specifications
Form of Performance Bond
Form of Labor and Material Payment Bond
Prevailing Wage Ordinance
LPC-663
DuPage County Prevailing Wage Rates
IDOT Standard Oetails
Addenda Nos.
CONTRACT AGREEMENT BETWEEN
VILLAGE OF OAK BROOK
AND
SCHROEDER ASP H ALI SERYICES
FOR THE CONSTRUCTION OF
CONTRACT AGREEMENT BETWEEN
VILLAGE OF OAK BROOK
AND
SC H ROEDER ASPHAL T SERWCES
FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IM ENTS
TABLE OF CONTENTS
ARTICLE I THE WORK
Performance of the Work......,............
Contract Documents
lnterprelation of Contract Documents
ARTICLE II CONTRACT TIME,.....
2.'l Commencement Date............2.2 CompletionDate....................2.3 Time of the Essence ..............
ARTICLE III CONTRACTOR'S WARRANTIES AND REPRESENTATIONS.,
3.'1 Wananties and Representations......3.2 Affirmation of Other Warranties and Representations ...
ARTICLE IV FINANCIAL ASSURANCES.,
Paoe
...... 1
.1
a
.2
,4
.4
.4
.4
.7
.8
.9
10
'10
1
2
1
1
1
4.1
4.3
4.4
Bonds..............
lnsurance........
lndemnification
Penalties.........
ARTICLE V CONTRACT PRICE AND PAYMENT
Contracl Price..
Acceptance as Full Payment and Satisfaction
Method of Payment.
5.1
5.2
10
10
1'l
-t-
ARTICLE VI LEGAL RELATIONSHIPS AND REQUIREMENTS..,........ 1'l
6.1
6.2
6.3
6.4
6.5
6.6
6.7
6.8
6.10
6.1'1
6.12
6.'13
6.14
6.15
6.16
Binding Effect....................
Relationship of the Parties
..'t1
..11
..'t1Assignment...................
Confidential lnformation
Publicity........................
12
'13
13
14
14
'15
15
15
No Waivers
No Third Party Beneficiaries .........
Notices....................
Goveming Laws......
Changes in Laws..........................
Compliance with Laws and Grants
Compliance with Patents ...........
Severability.............
Entire Agreement....
Amendments
Counterparts
. to
.17
.17
.17
.18
- -
CONTRACT AGREEMENT BETWEEN
VILLAGE OF OAK BROOK
AND
SC H ROED ER ASPHAI 7 SERY'CES
FOR THE CONSTRUCTION OF
SPORTS CORE PROPE RTY IMPROVEMENTS
THIS CONTRACT AGREEMENT, made as of this
-day
of
-2025,
by and
between the Village of Oak Brook 1200 Oak Brook Road, Oak Brook, lllinois 60523
a municipal corporation, and SCHROEDER ASPHALT SERVICES lNC., PO Box 831
Huntley, lL 60142, a corporation.
SSEIH:
ln consideration of the mutual promises contained in this Contract Agreement, it is
agreed by and between Owner and Contractor as follows:
ARTICLE I
THE WORK
1.1 Performance of the Work
Contractor shall, at its sole cost and expense:
Labor. Eoui o ment Materials .an d Suon es Provide, perform,
and complete at the Work Site and in the manner described and specified in this 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
Sports Core Property lmprovements, together with related attachments, equipment, and
appurtenances thereto.
2. Permits. Unless otherwise stated in the Special Conditions of
Contract, procure, and fumish all permits, licenses, and other governmental approvals
and authorizations necessary in connection therewith.
3. Bonds and lnsurance. Procure and furnish all Bonds and all
certificates and policies of insurance specified in this Contract
4. Taxes. Pay all applicable federal, state, and local taxes.
WIINE
1.
-1-
CONTRACT AGREEMENT
5. Miscellaneous. Do all other thi ngs required of Contractor by
this Contract.
1.2 Contract Documents
The Contract Documents consist of the following component parts, all of
which are attached to this Contract Agreement and are, by this reference, made a part of
this Contract Agreement as though fully set forth herein:
Contractor's Certification;
Schedule of Prices;
General Conditions of Contract;
Special Conditions of Contract;
Contract Drawings;
Specifications;
Form of Performance Bond;
Form of Labor and Material Payment Bond;
Prevailing Wage Ordinance; and
Addenda Nos.
Engineer may, during construction, fumish to Contractor such additional Contract
Drawings and Specifications or such other explanations as Engineer may consider
necessary to illustrate or explain the Work in further detail. Contractor shall comply with
the requirements of all such additional Contract Drawings and Specifications or other
explanations, all of which shall be considered part of the Contract Documents and shall
not be considered as indicating additional Work.
1.3 lnterpretation of Contract Documents
1 . General Definitions. Except for the terms specially defined in
Paragraph 1.3A2 below, all capitalized terms shall have the meanings given to them in
Article Vll of the General Conditions of Contract.
2. Special Definitions. The following capitalized terms shall have
the following meanings:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
-2-
6. Qualitv. Provide, perform, and complete all of the foregoing
in a proper and workmanlike manner, consistent with the highest standards of
professional and construction practices and in full compliance with, and as required by or
pursuant to, this Contract, and with the greatest economy, efficiency, and expedition
consistent therewith.
A. Definitions. Whenever used in this Contract Agreement or in the
Contract Documents:
CONTRACT AGREEMENT
a. Contractor. The Person first identified above with
whom Owner has executed this Contract Agreement and its duly authorized officers,
employees, agents, and representatives.
b. Enqineer.
or such additional or different Person as Owner may from time to
time designate in writing to perform any or all of the functions of the Engineer under this
Contract as well as the duly authorized officers, employees, agents, and representatives
of any such Person.
c. Owner. Village of Oak Brook and its duly authorized
officers, employees, agents, and representatives.
d. Work. All matters described, exhibited, contemplated,
implied, or embraced in this Article I of this Contract Agreement and in Article I of the
General Conditions of Contract, including all risks and changes in the Work that
Contractor is responsible for dealing with under this Contract without any equitable
adjustment in the Contract Price or Contract Time, and all matters described, exhibited,
contemplated, implied, or embraced in any Change Order issued pursuant to Section 2.1
of the General Conditions of Contract.
e. Work Site. SPORTS coR PROPERW B. Rules
of lnterpretation. This Contract shall be interpreted so that:
1. Requirements Cu mulative. Each requirement imposed on
Contractor shall be cumulative of every other requirement imposed on Contractor, and
any Work required to be performed by any one component part of this Contract shall be
performed to the same extent as if required by all component parts of this Contract.
2. Details to Assumed The Work shall be provided,
performed, and completed in every detail whether or not every item of detail is particularly
set forth in the Contract Documents.
3. Prioritv of Con ct Provisions ln the event of a discrepancy,
error, omission, ambiguity, or conflict in the application or interpretation of any of the
provisions of this Contract, the terms of this Contract Agreement and of the General
Conditions of Contract shall govern over the terms and provisions of all other Contract
Documents.
4. Enoineer's I temretation. Su bject to Paragraphs 1.3B1, 82,
and 83 above, Engineer shall determine which provision or provisions of this Contract
Agreement and the Contract Documents best promotes or promote the overall objectives,
and best fulfill the intents and purposes, of this Contract, and such provision or provisions
shall govern. Such determination of Engineer shall be final.
C. Contractor's Dutv to Report Discrepancies. Contractor shall carefully
review this Contract Agreement and each of the Contract Documents before performing
-3-
CONTRACT AGREEMENT
the Work, and each part thereof, and shall promptly call to the attention of Engineer any
discrepancy, error, omission, ambiguity, or conflict that may exist among any of the
component parts of this Contract or among any of the provisions of any one of such
component parts before proceeding with any part of the Work affected by such
discrepancy, error, omission, ambiguity, or conflict. Contractor shall be responsible for
all corrective Work required resulting from Contractor's failure to give such notice and
shall bear all damages and costs associated therewith, arising therefrom, or resulting from
such matters first discovered during the progress of the Wo*, including, but not limited
to, damages or costs resulting from, arising out of, or in any way related to, increases in
time-related costs; increases in costs of labor, equipment, materials, or supplies; costs of
additional personnel; costs of additional equipment; costs of additional premium time for
personnel or equipment; lower labor productivity; lost profits or altemative income; effects
on other contracts; and costs of demobilization and remobilization. lnformation pertaining
to subsurface, underground or other concealed conditions or obstructions, soils analysis,
borings, test pits, buried structures, utility locations or conditions, conditions of existing
structures, and similar site information or data and other investigations shown or indicated
on the Contract Drawings, provided by Owner or Engineer, or otherwise made available
to Contractor is not part of this Contract and, therefore, any discrepancy, error, omission,
ambiguity, or conflict in such site information or data does not constitute a discrepancy,
error, omission, ambiguity, or conflict in this Contract.
ARTICLE II
CONTRACT TIME
2.1 Commencement Date
Ten (10) days after execution of the Contract by Owner. Village anticipates
work to start on or before April 21,2025.
2.2 Completion Date
Contractor shall diligently and continuously prosecute the Work from the
Commencement Date at such a rate as will allow the Work to be fully provided, performed,
and completed in full compliance with, and as required by or pursuant to, this Contract,
and the Work shall be fully provided, performed, and substantially completed in full
compliance with this Contract, not later than May 30,2025.
-4-
2.3 Time of the Essence
The time of commencement, rate of progress, and time of completion are
of the essence of this Contract.
CONTRACT AGREEMENT
ARTICLE III
CONTRACTOR'S WARRANTIES AND REPRESENTATIONS
3.1 WarrantiesandRepresentations
ln order to induce Owner to enter into this Contract, Contractor hereby
warrants and represents to Owner as follows:
A. Review of Conhact. Contractor has carefull y examined, reviewed,
and accepted this Contract Agreement and all of the Contract Documents prior to
submission of its Bidder's Proposal and execution of this Contract and there are no
discrepancies, errors, omissions, ambiguities, or conflicts in this Contract that are material
to Contractor's provision, performance, or completion of the Work, the Contract Price or
the Contract Time that have not already been clarified in writing by Owner to the
satisfaction of Contractor. For claims based upon discrepancies, errors, omissions,
ambiguities, or conflicts in this Contract, Contractor shall hereafter have no claim for
payment or compensation in excess of the Contract Price based upon discrepancies,
errors, omissions, ambiguities, or conflicts in this Contract. Contractor shall be entitled
only to a possible extension of the Contract Time, if applicable, as provided in this
Contract and then only in those cases where Contractor can show that such
discrepancies, errors, omissions, ambiguities, or conflicts (1) could not have been
discovered by Contractor prior to execution of this Contract or prior to the performance of
any of the Work affected by such discrepancy, error, omission, ambiguity, or conflict and
(2) has caused an unavoidable delay. lnformation pertaining to subsurface, underground
or other concealed conditions or obstructions, soils analysis, borings, test pits, buried
structures, utility locations or conditions, conditions of existing structures, and similar site
information or data and other investigations shown or indicated on the Contract Drawings,
provided by Owner or Engineer, or otherwise made available to Contractor is not part of
this Contract and, therefore, shall not constitute the basis for claims based upon
discrepancies, errors, omissions, ambiguities, or conflicts in this Contract.
B. lnvestiqation of Work Site. Contractor has had a sufficient
opportunity to conduct a thorough inspection and investigation of the Work Site and the
surrounding area and has completed such inspection and investigation to its satisfaction.
Contractor has included in the Contract Price allowances and contingency amounts for
difficulties or obstructions that may arise or be encountered in the performance of the
Work, including without limitation adverse weather conditions, equipment breakdowns,
subsurface, underground or other concealed conditions or obstructions, buried structures,
utility locations or conditions, adverse soil conditions, and changed site conditions due to
work by other contractors, and Contractor hereby waives all claims for, and hereafter shall
have no claim for, payment or compensation in excess of the Contract Price based upon
such difficulties or obstructions, or conditions at the Work Site or in the sunounding area
except as expressly provided, and only to the limited extent set forth, in Sections 2.1
through 2.3 of the General Conditions of Contract. Contractor is responsible for dealing
with conditions found at, and in the vicinity of, the Work Site, including subsurface,
underground or other concealed conditions or obstructions, buried structures, utility
-5-
CONTRACT AGREEMENT
locations or conditions, adverse soil conditions, changed conditions due to work by other
contractors, and similar site conditions without any equitable adjustment in the Contract
Price except as expressly provided, and only to the limited extent set forth, in Sections
2.1 through 2.3 of the General Conditions of Contract.
C. Authorization; Enforceable Oblioations. This Contract constitutes
the legal, valid, and binding obligation of Contractor, is fully enforceable against
Contractor in accordance with its terms, will not violate any judgment, Law, or
organizational or operating document and will not cause or constitute a default under any
contractual obligation of Contractor or any lien, charge, encumbrance, or security interest
upon any assets of Contractor.
D. Contractor's Certification. All the facts and information submitted by
Contractor in connection with this Contract and its procurement are true and conect in all
respects and, in particular, the statements contained in Contractor's Certification are true
and correct.
E. Technical Abilitv to Perform. Contractor is sufficiently experienced
and competent, and has the necessary capital, facilities, plant, organization, and staff, to
provide, perform, and complete the Work in full compliance with, and as required by or
pursuant to, this Contract.
F. Financial Abilitv to Perform. Contractor is financially solvent, and
Contractor has the financial resources necessary to provide, perform, and complete the
Work in full compliance with, and as required by or pursuant to, this Contract.
G. Time. Contractor is ready, willing, able, and prepared to begin the
Work on the Commencement Date and the Contract Time is sufficient time to permit
completion of the Work in full compliance with, and as required by or pursuant to, this
Contract for the Contract Price, all with due regard to all natural and man-made conditions
that may affect the Work or the Work Site and all difficulties, hindrances, and delays that
may be incident to the Work.
H. Acceptance of Allocation of Risks and Chanqes. Contractor
acknowledges and agrees that risks are inherent in the Work of this Contract and changes
are to be expected. Contractor acknowledges that this Contract contains specific
allocations of responsibility for such risks and changes. Contractor acknowledges,
agrees to, and accepts such risks and changes that are allocated to it and that Contractor
is responsible for dealing with under this Contract without any equitable adjustment in the
Contract Price or Contract Time.
l. No Collusion. The only Persons interested in this Contract as
principals are those disclosed as such in the Bidder's Sworn Acknowledgment submitted
to Owner by Contractor, and this Contract is made without collusion with any other
Person.
-6-
CONTRACT AGREEMENT
J. No Default. Contractor is not in anears to Owner u pon any debt or
contract and is not a defaulter as surety, contractor, or otherwise to any Person.
K. Not Baned. Contractor is not baned b y law from contracting with
Owner or with any unit of state or local government, and neither Contractor nor any
Person affiliated with Contractor or that has an economic interest in Contractor or that
has or will have an interest in the Work or will participate, in any manner whatsoever, in
the Work is acting, directly or indirectly, for or on behalf of any Person, group, entity or
nation named by the United States Treasury Department as a Specially Designated
National and Blocked Person, or for or on behalf of any Person, group, entity or nation
designated in Presidential Executive Order 13224 as a person who commits, threatens
to commit, or supports tenorism, and neither Contractor nor any Person affiliated with
Contractor or that has an economic interest in Contractor or that has or will have an
interest in the Work or will participate, in any manner whatsoever, in the Work is, directly
or indirectly, engaged in, or facilitating, the Work on behalf of any such Person, group,
entity or nation.
L. Taxes and Benefits. Contractor has excluded from the Contract
Price all state and local sales, use, and excise taxes. Contractor has included in the
Contract Price and has or will pay or cause to be paid out of the Contract Price, all other
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 other similar benefits for Contractor's and its
Subcontractors' employees.
M. Patent Costs. Contractor has included in the Contract Price and has
or will pay or cause to be paid out of the Contract Price, all costs, royalties, and fees
arising from the use on, or the incorporation into, the Work of patented equipment,
materials, supplies, tools, appliances, devices, processes, or inventions.
3.2 Affirmation of Other Warranties and Reoresentations
ln addition to the foregoing warranties and representations, Contractor
hereby acknowledges that Contractor has carefully read, reviewed, and understood, and
hereby agrees to honor, the Warranty of the Work contained in Article lll of the General
Conditions of Contract as well as all other wananties and representations set forth in the
Contract Documents.
ARTICLE !V
FINANCIAL ASSURANCES
4.1 Bonds
A.Bonds Required. Contem poraneous with Contractor's execution of
this Conhact Agreement, Contractor shall provide a Performance Bond and a Labor and
Material Payment Bond, in the forms included in the Contract Documents, from a surety
-7-
CONTRACT AGREEMENT
company licensed to do business in the State of lllinois with a general rating of A minus
and a financial size category of Class X or better in Best's lnsurance Guide, each in the
penal sum ofthe Contract Price, and such other bonds as and when required by Owner.
Contractor shall, at all times while providing, performing, or completing the Work,
including, without limitation, at all times while repairing, conecting, or replacing all or any
part of the Work that is defective, damaged, flawed, unsuitable, nonconforming, or that
fails to meet warranty subject to correction by Contractor pursuant to Section 3.1 or
Section 3.2 of the General Conditions of Contract, maintain and keep in force, at
Contractor's expense, the Bonds required hereunder.
B. No Re lease of Bond Oblioations. No cha nges, 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 this Contract, in or to
the Contract Drawings or Specifications, in or to the schedules, methods, 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 operate in
any way to release Contractor or any surety or affect the obligation of either of them under
any Bond required to be provided by Contractor. All notice of any and all of the foregoing
changes, modifications, alterations, omissions, deletions, additions, extensions of time,
or forbearances, and all notice of any and all defaults by Contractor, and all notice of
Owner's termination of Contractor shall be waived by every surety under every Bond
provided pursuant to this Contract.
4.2 lnsurance
A. lnsurance Required. Contem poraneous with Contractor's execution
of this Contract Agreement, Contractor shall provide certificates and policies of insurance
evidencing the insurance coverages set forth in Article lV of the General Conditions of
Contract and Section 4 of the Special Conditions of Contract. For good cluse shown,
Owner may extend the time for submission of the required policies of insurance upon
such terms, and with such assurances of complete and prompt performance, as Owner
may impose in the exercise of its sole discretion.
B. Additional lnsureds. The insurance cove rages required pursuant to
this Contract shall name Owner, including its Board members and elected and appointed
officials, its officers, employees, agents, attorneys, consultants, and representatives, and
the Persons identified in Section 4 of the Special Conditions of Contract as additional
insured parties (the "Additional lnsureds"). The coverage afforded the Additional lnsureds
shall be primary and non-contributory insurance for the Additional lnsureds with respect
to claims arising out of operations performed by or on behalf of Contractor. lf the
Additional lnsureds have other insurance which is applicable to the loss, such other
insurance shall be on an excess or contingent basis- The amount of the insurance
companies' liability under the insurance policies Contractor maintains shall not be
reduced by the existence of such other insurance.
-8-
CONTRACT AGREEMENT
4.3 lndemnification
Contractor shall indemnify, save harmless, and defend Owner, Engineer,
and the Additional lnsureds against any and all lawsuits, claims, demands, liabilities,
losses, and expenses, including attomeys'fees and administrative expenses, that may
arise, or be alleged to have arisen, out of or in connection with Contractor's, or its
Subcontractors' or Suppliers', performance of, or failure to perform, the Work or any part
thereof, whether or not due or claimed to be due in whole or in part to the active, passive,
or concurrent negligence or fault of Contractor, except to the extent caused by the sole
negligence of Owner, Engineer, or the Additional lnsureds, as the case may be, including,
without limitation lawsuits, claims, demands, liabilities, losses, and expenses for or on
account of:
Any delays or interference or damage to other
contractors; and
Labor, equipment, materials, or supplies furnished
under this Contract, including all liens or notices of liens
on account thereof or Contractor's failure to remove or
discharge same; and
Contractor's failure to obtain any required permits,
licenses, approvals, or authorizations; and
Bodily injury, sickness, disease, or death sustained by
any Person or Persons or injury or damage to, or loss
or destruction of, any property; and
Any act or omission of Contractor or any of its
Subcontractors or Suppliers, including but not limited
to any failure to fulfill the terms of, or comply with, any
Laws or to pay any taxes, contributions, or premiums;
and
lnfringement, alleged infringement, or use of patent
rights in connection with the Work and the use by
Owner of any equipment, materials, supplies,
processes, or inventions furnished under this Contract.
The indemnification obligations of Contractor under this Section 4.3 shall not be limited in
any way by any limitation on the amount or type of damages, compensation or benefits
payable by or for Contractor or any such Subcontractor or Supplier under workers'
compensation acts, disability benefit acts or other employee benefit acts.
1
2
b
-9-
3.
4.
5.
CONTR,ACT AGREEMENT
4.4 Penalties
Contractor shall be solely liable for any fines or civil penalties that are
imposed by any govemmental or quasi-governmental agency or body that may arise, or
be alleged to have arisen, out of or in connection with Contractor's, or its Subcontractors'
or Suppliers', performance of, or failure to perform, the Work or any part thereof.
Contractor may contest any such fines or penalties in administrative or court proceedings;
provided, however, that Contractor shall pay such fines or civil penalties prior to such
protest if payment is required prior to making such protest. Contractor shall be solely
responsible for all costs, including attomeys' fees and administrative expenses, of
protesting any such fines or civil penalties.
ARTICLE V
CONTRACT PRICE AND PAYMENT
5.1 Contract Price
Owner shall pay to Contractor, in full satisfaction for providing, performing,
and completing the Work, including such risks and changes in the Work that Contractor
is responsible for dealing with under this Contract without any equitable adjustment in the
Contract Price, subject to any additions or deductions provided for in this Contract, in
current funds, the lump sum amount or amounts, if any, stated in the Schedule of Prices
and, for each acceptable unit of each Unit Price ltem, if any, installed and complete in
place, measured on the basis provided in the Contract Drawings and Specifications, the
Unit Price for such Unit Price ltem stated in the Schedule of Prices.
5.2 Acceptance as Full Pavment and Satisfaction
Contractor shall accept the Contract Price in full satisfaction and payment
for well and faithfully providing, performing, and completing within the Contract Time all
the Work in compliance with, and as required by or pursuant to, this Contract, including
such risks and changes in the Work that Contractor is responsible for dealing with under
this Contract without any equitable adjustment in the Contract Price or Contract Time.
The acceptance by Contractor of Final Payment shall operate as a full and complete
release of Owner and Engineer of and from any and all lawsuits, claims, demands,
damages, liabilities, losses, and expenses of, by, or to Contractor for anything done,
furnished for, arising out of, relating to, or in connection with the Work or for or on account
of any act or neglect of Owner or Engineer arising out of, relating to, or in connection with
the Work, except the claim against Owner for the unpaid balance, if any, of any amounts
retained by Owner pursuant to the Special Conditions of Contract.
5.3 Method of Pavment
Progress and Final Payments shall be made to Contractor in accordance
with, and subject to the terms and conditions set forth in, Article V of the General
Conditions of Contract.
-10-
CONTRACT AGREEMENT
ARTICLE VI
LEGAL RELATIONSHIPS AND REQUIREMENTS
6.'l Bindinq Effect
This Contract shall be binding upon Owner and Contractor and upon their
respective heirs, executors, administrators, personal representalives, and permitted
successors and assigns.
Contractor agrees that if Conlractor is a joint venture, then each Person
participating in such joint venture shall be individually, personally, severally, and jointly
responsible and liable, Ilnancially, legally, and in all other respects, for the full and proper
performance of each and every provision and requirement of this Contract,
notwithstanding any arrangement, understanding, or agreement to the contrary, if any,
whether disclosed to Owner or not, entered into by, between or among the Persons
participating in such joint venture.
6.2 Relationshio of the Parties
Contractor, and its Subcontractors and Suppliers, shall act as independent
contractors in providing, performing, and completing the Work. No right of supervision,
requirement of approval, or other provision of this Contract and no subsequent conduct
of Owner or Contractor shall be construed (1) to create the relationship of principal and
agent, partners, or joint venturers between Owner and Contractor, or (2) except as
provided in Paragraph 6.686 of the General Conditions of Contract, io create any
relationship between Owner and any Subcontractor or Supplier of Contractor. The rights
of Owner under this Contract, either directly or through Engineer, in the control of the
quality and completeness ofthe Work shall not make Contractor, or any Subcontractor or
Supplier of Contractor, an agent of Owner, and the liability of Contractor, and of all
Subcontractors and Suppliers of Contractor, for all damages to persons or to public or
private property aising from the provision, performance, or completion of the Work by
Contractor, or any Subcontractor or Supplier of Contractor, shall not be lessened because
of the existence, exercise, or the non-exercise of such rights.
6.3 Assiqnment
A. Assionment bv Contractor. Contractor shall not (1)assign this
Conlract in whole or in part, (2) assign any of Contractor's rights or obligalions under this
Conlract, or (3) assign any payment due or to become due under this Contract, without
the prior express written consent of Owner, which consent may be withheld in the sole
and unfettered discretion ofOwneri provided, however, that Owner's priorwritten consent
shall not be required for assignments of ac@unts, as delined in the lllinois Commercial
Code, if to do so would violate Section 9-318 of the lllinois Commercial Code, 810 ILCS
5/9-318. Any attempted or purported assignment made by Contractor without the written
consent of Owner shall be void and of no force or effect and shall constitute a default
under this Contract for which Owner shall have the right to invoke any of its remedies
under Section 6.6 of the General Conditions of Contract. ln no event shall Owner's
-11-
CONTRACT AGREEMENT
consent to any assignment of this Contract or of any of Contractor's righls under this
Contract, whether in whole or in part, operate as a release or satisfaction of Contractor's
responsibility and liability for the provision, performance, and completion of the Work in
full compliance with the requirements of this Contract on or before the Completion Date,
orfor the proper performance of all other obligations of Conlractor under this Contract, or
for Contractor's liabilily on all representations and wananties made in or pursuant to this
Contract. Contractor shall remain as fully responsible and liable for the acts, omissions,
and performance of Contractor's assignee as Contractor is for its own acts, omissions,
and performance.
B. Assiqnment bv Owner. Owner may assign this Contract, in whole or
in part, or any or all of its rights or obligations under this Contract, without the consent of
Contractor. ln the event of an assignment by Owner of any or allof its rights or obligations
under this Contract, Owner shall be released from all liability with respect to lhe rights or
obligations so assigned.
6.4 Confidentiallnformation
All information supplied by Owler or Engineer to Contractor for or in
connection with this Conlract or the Work shall be held confldential by Contractor and
shall nol, without the prior express written consent of Owner, be used for any purpose
other than performance of the Work. Neither Contractor nor any Subcontraclor or
Supplier shall own or be entitled to claim a copyright in the Contract or other documents
prepared by Owner or Engineer.
Contractor shall identify any information supplied by it in providing,
performing, and completing the Work that is considered by it to be confidential or
proprietary. Owner and Engineer shall not disclose any such designated confidential or
proprietary information, unless such disclosure will not cause competitive harm, or such
informalion was actually known to Owner or Engineer prior to its submission by
Conlractor, or such information was properly obtained or developed independently by
Owner or Engineer, or Contractor consents to such disclosure. Notwithstanding the
foregoing, Contractor acknowledges that Owner is subject to the lllinois Freedom of
lnformation Act, 5 ILCS 140/'l el!geq., and that no disclosure made in good faith by Owner
pursuant to such Act shall be deemed lo violate this Section.
6.5 Publicitv
Owner's name or insignia, photographs ofthe Work orthe Work Site, orany
other publicity pertaining to the Work shall not be used in any magazine, trade paper,
newspaper, or other medium without the express written consent of Owner.
By entering the Work Site, Contractor personnel, including Subcontractor
and Supplier personnel, irrevocably authorize and grant to Owner, and to its successors,
agents, represenlatives, and assigns, the irrevocable and unrestricted right, permission,
and authority to:
CONTRACT AGREEMENT
Use the likeness and/or voice of such personnel
in photographs, time-lapse photography, film,
video, digital recordings, and other media in any
magazine, trade paper, newspaper, or other
medium, whether now known or hereafter
existing, including newsletters, brochures,
viewbooks, movies, tapes, diskettes,
promotional items, and websites, without prior
approval or inspection, without payment,
compensation, or any other consideration,
including royalties, and without liability; and
Use, edit, alter, copy, exhibit, publish,
broadcast, distribute, and otherwise reproduce,
modify, and display such likenesses and/or
voices, in whole or in part, for purposes of
publicizing Owner's activities and for any other
laMul purpose in any manner, media, and
medium.
Contractor shall, upon request of Owner, execute, acknowledge, and
deliver such further instruments and take such action as may be necessary, desirable, or
proper to carry out more effectively the purposes of this Section 6.5.
6.6 No Waivers
No examination, inspection, investigation, test, measurement, review,
determination, decision, certificate or approval by Owner or Engineer, nor any order by
Owner for the payment of money, nor any payment for, or use, occupancy, possession,
or acceptance of, the whole or any part of the Work by Owner, nor any extension of time
granted by Owner, nor any delay by Owner in exercising any right under this Contract,
nor any other act or omission of Owner or Engineer shall constitute or be deemed to be
an acceptance of any defective, damaged, flawed, unsuitable, nonconforming or
incomplete Work, equipment, materials, or supplies, nor operate to waive or otherwise
diminish the effect of any wananty or representation made by Contractor; or of any
requirement or provision of this Contract; or of any remedy, power, or right of Owner.
No notices required to be given to Owner under this Contract are intended
to be waived by Owner, and no action or inaction by Owner or Engineer shall be construed
as waiving any such notice.
1
-13-
2.
CONTRACT AGREEMENT
6.7 No Third-P Ben iciaries
No claim as a third-party beneficiary under this Contract by any Person
other than Contractor shall be made or be valid against Owner and Owner shall not be
liable for or be held to pay any money to any such Person.
6.8 Notices
All notices required or permitted to be given under this Contract shall be in
writing and shall be deemed received by the addressee thereof when delivered in person
on a business day at the address set forth below or on the third business day after being
deposited in any main or branch United States post office, for delivery at the address set
forth below by properly addressed, postage prepaid, certified or registered mail, return
receipt requested.
Notices and communications to Owner shall be addressed to, and delivered
at, the following address:
Village of Oak Brook
1200 Oak Brook Road
Oak Brook, lllinois 60523
Attention: Timothy O'Malley, Public Works Director
Notices and communications to Contractor shall be addressed to, and
delivered at, the following address:
Attention
The foregoing shall not be deemed to preclude the use of other non-oral means of
notification or to invalidate any notice propedy given by any such other non-oral means.
By notice complying with the requirements of this Section, Owner, and
Contractor each shall have the right to change the address or addressee or both for all
future notices to it, but no notice of a change of address shall be effective until actually
received.
6.9 Governinq Laws
This Contract and the rights of Owner and Contractor under this Contract
shall be interpreted according to the internal Laws, but not the conflict of Laws rules, of
the State of lllinois; venue for any action related to this Contract will be the Circuit Court
of DuPage County, lllinois.
6.10 Chanqes in Laws
-14-
CONTRACT AGREEMENT
Unless otherwise explicitly provided in this Contract, any reference to Laws
shall include such Laws as they may be amended or modified from time to time.
6.11 Compliance with Laws and Grants
A. Comoliance with Laws. Contractor shall give all notices, pay all fees,
and take all other action that may be necessary to ensure that the Work is provided,
performed, and completed in accordance with the requirements of all governmental
permits, licenses, or other approvals or authorizations that may be required in connection
with providing, performing, and completing the Work and with all applicable Laws,
including, without limitation, the Prevailing Wage Act, 820 ILCS 130/0.01 et seo. (if the
lllinois Department of Labor revises the prevailing rate of hourly wages to be paid, the
revised rate shall apply to this Contract); any other prevailing wages Laws; the Fair Labor
Standards Act; any Laws regarding qualification to do business; any Laws requiring
preference to laborers of specified classes; the . Steel Products Procurement Act, 30
ILCS 565/1 et seo.; any Laws prohibiting discrimination because of, or requiring
affirmative action based on, race, creed, color, national origin, age, sex, or other
prohibited classification, including, without limitation, the Americans with Disabilities Act
of 1990, 42 U.S.C. SS 12101 g! seo., the lllinois Human Rights Act, 775 ILCS 5i1-101 et
Eg. and the Public Works Employment Discrimination Act, 775 ILCS 10/1 et seq.; any
Laws respecting the assumption of liability for taxes, contributions, and premiums for
unemployment insurance, old age or retirement benefits, pensions, annuities, or other
similar benefits for Contractor's and Subcontractors' employees; and any Laws regarding
safety or the performance of the Work, including the lllinois Structural Work Act, the lllinois
Underground Utility Facilities Damage Prevention Act, and the Occupational Safety and
Health Act. Contractor shall keep itself fully informed of all Laws affecting this Contract;
affecting those engaged or employed on the Work; affecting the equipment, materials,
and supplies used in the Work; affecting the conduct of the Work; and affecting the rights,
duties, powers, or obligations of Owner or of Contractor; and shall also keep itself fully
informed of all orders, decrees, and other requirements of bodies or tribunals having any
jurisdiction or authority over any of the foregoing. Contractor shall display all permits,
licenses, and other approvals and authorizations as required by Law.
B. Comoliance bv Subco ntractors and Suooliers. Contractor shall ,at
all times, cause all of its Subcontractors and Suppliers to observe and comply with all
such Laws.
C. Noncompliance of tract Documents. Contractor shall promptly
examine the Contract Drawings and Specifications and other Contract Documents and
report to Owner any respects in which it appears that any of them may fail to conform to
any applicable Laws.
D. Verification of Comoliance. At or before the time of Owner's Final
Acceptance of the Work, Contractor shall deliver to Owner all certificates, receipts, or
other evidences of approval, acceptance, or payment of fees that may be required to
-'t 5-
establish the compliance of the Work with all applicable Laws, permits, licenses,
approvals, authorizations, or other requirements.
E. Provisions Deemed lnserted. Each and eve ry provision required by
Law to be inserted in this Contract shall be deemed to be inserted herein, and this
Contract shall be read and enforced as though all such provisions were set out in full in
this Contract. lf through mistake or otherwise any such provision is not set out in this
Contract, or is not corectly set out in this Contract, then upon the application of either
Owner or Contractor, this Contract shall forthwith be physically amended to correctly set
out such provision.
F. Comoliance With Grant Conditions. Contractor shall comply with all
conditions of, and all Laws applicable to, and all policies, practices, and procedures of
Owner applicable to, any federal, state, or local grant received by Owner or by Contractor
at any time with respect to this Contract or with respect to the provision, performance, or
completion of the Work.
G. Requlatorv Authoritv. Nothing in this Contract shall be construed to
waive or limit any aspect of Owner's lawful authority to regulate the activities of Contractor,
its Subcontractors, or any other Person or to regulate the Work, the Work Site, or any other
matterfalling within its lawful regulatory jurisdiction and powers. No review, inspection, test,
audit, measurement, order, determination, decision, disapproval, approval, payment for, or
use or acceptiance of, the Work, or any other act or omission of Owner shall imply, create
any interest in, be deemed to be the issuance of, or require Owner to issue any license or
permit to Contractor or any Subcontractor.
6.12 Compliance with Patents
A. Patent Riqhts. Contractor shall do all things necessary to obtain
such rights and licenses as may be necessary in connection with all costs, royalties, and
fees arising from the use on, or the incorporation into, the Work of patented equipment,
materials, supplies, tools, appliances, devices, processes, or inventions.
B. Effect of Contra r Beino Enioined. Should Contractor be enjoined
from furnishing or using any equipment, materials, supplies, tools, appliances, devices,
processes, or inventions supplied or required to be supplied or used under this Contract,
Contractor shall promptly offer substitute equipment, materials, supplies, tools,
appliances, devices, processes, or inventions in lieu thereof, of equal efficiency, quality,
suitability, and market value, for review by Owner. lf Owner should disapprove the offered
substitutes and should elect, in lieu of a substitution, to have supplied, and to retain and
use, any such equipment, materials, supplies, tools, appliances, devices, processes, or
inventions as may by this Contract be required to be supplied, Contractor shall pay such
royalties and secure such valid licenses as may be requisite and necessary for Owner to
use such equipment, materials, supplies, tools, appliances, devices, processes, or
inventions without being disturbed or in any way interfered with by any proceeding in law
or equity on account thereof. Should Contractor neglect or refuse to make any approved
CONTRACT AGREEMENT
- 16-
CONTRACT AGREEMENT
substitution promptly, or to pay such royalties and secure such licenses as may be
necessary, then Owner shall have the right to make such substitution, or Owner may pay
such royalties and secure such licenses and charge the cost thereof against any money
due Contractor from Owner or recover the amount thereof from Contractor and its surety
or sureties notwithstanding that Final Payment may have been made.
6.13 Severabilitv
The provisions of this Conhact shall be interpreted when possible, to sustain
their legality and enforceability as a whole. ln the event any provision of this Contract
shall be held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole
or in part, neither the validity of the remaining part of such provision, nor the validity of
any other provisions of this Contract, shall be in any way affected thereby. The
unenforceability of any provision of this Contract in a specific situation shall not affect the
enforceability of that provision in any other situation.
6.14 Entire Aqreement
This Contract sets forth the entire agreement of Owner and Contractor with
respect to the accomplishment of the Work and the payment of the Contract Price
therefor, and there are no other understandings or agreements, oral or written, between
Owner and Contractor with respect to the Work and the compensation therefor, nor was
the making and execution of this Contract induced by any representation, statement,
warranty, agreement, or action other than those expressed or explicitly referenced herein.
6.15 Amendments
No modification, addition, deletion, revision, alteration or other change to
this Contract shall be effective unless and until such change is reduced to writing and
executed and delivered by Owner and Contractor.
6.16 Counterparts
This Contract is being executed in five original counterparts, each of which
shall be deemed to be an original.
lN WITNESS WHEREOF, Owner and Contractor have caused this Contract
Agreement to be executed as of the day and year first wriften above.
AttesUWitness:VILLAGE OF BROOK
By:v
Title: Village Manager
-17 -
Title: Village Clerk
CONTRACT AGREEMENT
AttesVWitness:
By:By:
Title: Rachael McDow Corporate Title:Ronald Schroeder, President
SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 8,
FOR SIGNATURE REQUIREMENTS
ASPHALT
-18-
-----
)
)
)
STATE OF ILLINOIS
SS
COUNTY OF Dupage
CONTRACTOR'S CERTIFICATION
Schroeder Asphalt Services, lnc.being first duly sworn on oath,
deposes and states that all statements made herein are made on behalf of Contractor,
that this deponent is authorized to make them, and that the statements contained herein
are true and conect.
Contractor deposes, states, and certifies that Contractor is not baned from
contracting with a unit of state or local govemment as a result of (i) a violation of either
Section33E-3 or Section33E-4 of Article33 of the Criminal Code of 1961 ,720 ILCS
5/33E-1 et seo.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56
(October 26,2001) (the "Patriot Act") or other statutes, orders, rules, and regulations of
the United States govemment and its various executive departments, agencies and
offices related to the subject matter of the Patriot Act, including, but not limited to,
Executive Order 13224 effective September 24, 2001 .
DATED this 14th day of Aprit ,2025
AttesUWitness:sc OEDER AS rSERY'CES
By:By:
Titl€i Rachael ttilcl'taw, Corfrorate Secref6ry Title:Ronald Schroeder, President
Subscribed and Sworn to
before me l[i5 14th dsy
My Commission Exp ir"".. 1211112028
of ril 025.
Celia Calbow
SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 8,
FOR SIGNATURE REQUIREMENTS
OFFICIAL SEAT
CELIA M CAIEOYY
Notary Public, Stal. ol inois
Commission tlo. 1001229
ily Commission Erpires o€c€mber 11,2029
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
SCHEDULE OF PRICES
Quantity Unit Price TotalCodeItemUnit
FOOT 320.0 (o tfi?p201 01 000 TEMPORARY FENCE
1.0 5ou 5o20101200TREE ROOT PRUNING EACH
CU YD 590.0 €L 9o,vbo20200100EARTH EXCAVAT]ON
CU YD 95.0 q{{,rrf,20201200
REMOVALAND DISPOSAL OF
UNSUITABLE MATERIAL
(UNDERCUTS)
1s.0 {1{21 001000 GEOTECHNICAL FABRIC FOR
GROUND STABILIZATION SQ YD
CU YD 270.0 qo ll)q3oo21 1 01 505 TOPSO]L EXCAVATION AND
PIXCEMENT
2420.0 lo,9 7{,41P252001 00 SODDING SQ YD
| $ooFOOT100.0 l328000305TEMPORARY DITCH CHECKS
2,tqrPERIMETER EROSION BARRIER FOOT 715.0 328000400
EACH 1.0 ?fi 1D.)28000500 INLET AND PIPE PROTECTION
CU YD 95.0 q{401'-30300001 AGGREGATE SUBGRADE
IMPROVEMENT
v7DAGGREGATE BASE COURSE, TYPE
84"SQ YD 90.0 -735101600
AGGREGATE BASE COURSE, TYPE
88"SQ YD 865.0 rY tL,tto351 02000
?-BITUMINOUS MATERIALS (TACK
COAT)POUND 200.0 6l40600290
lcl{LIfl{D40603080HOT-MIXASPHALT BINDER
couRSE,lL-19.0, N50 TON 150.0
100.0 l-? {h,5oo40604060HOT-MIX ASPHALT SURFACE
couRSE, 1L-9.5, MlX "D", N50 TON
75.0 L l{o42001 300 PROTECTIVE COAT SO YD
200.0 It,g Trboo42400200PORTI.AND CEMENT CONCRETE
SIDEWALK 5 INCH SQ FT
SQ YD 175.0 l3 2,21{44000100 PAVEMENT REMOVAL
g I r4zo44000300CURB REMOVAL FOOT 240.0
91,r9 ll,1{'7,160600605CONCRETE CURB, TYPE B FOOT 405.0
3,ra)D67100100 MOBILIZATION L SUM 1.0 Stoa)
SQ FT 14.0 4o {la72000100SIGN PANEL - TYPE 1
€o>72400500
REMOVE SIGN PANEL ASSEMBLY -
TYPE A EACH 5.0 toD
lp Ztlao72800100
TELESCOPING STEEL SIGN
SUPPORT FOOT 105.0
PROPOSAL
SCHEDULE OF PRICES
-3-
I
PROPOSAL
PAINT PAVEMENT MARKING -SQ FT 18.6 4't{€1,'578001 1 00 LETTERS AND
5 o71,
B. BASIS FOR DETERMINING PRICES
It is expressly understood and agreed that:
The approximate quantitres sef forth in this Schedule of Prices
for each Unit Price ltem are Engineer's estimate only, that
Owner reserves the right to increase or decrease sucfi
guantities, and that payment for each Unit Price ltem shall be
made only on the actual number of acceptable units of such Unit
Price ltem installed complete in place, measured on the basis
defined in the Contract;l
n
It"?,t, u,i. !.'
FOOT 5973.0 I g78001 1 1 0
PAINT PAVEMENT MARKING - LINE
4"
400.0 l-)btAD81028720
UNDERGROUND CONDUIT,
COIISBLE NONMETALLIC GONDUIT,
1'DIA.
FOOT
1,1-!lrfoo81702120
ELECTRIC CABLE IN CONDUIT,
6OOV (XLP-TYPE USE) 1/C NO. 8 FOOT 1200.0
FOOT gtD 391(83600200
LIGHT POLE FOUNDATION, 24"
DIAMETER 12.5
FOOT 10.0 tuo lrUobxx00819s
EXPLORATION EXCAVATION
(UTILITY)
$r{ao I 3, rooN/A LIGHT POLE EACH 1.0
N/A SIGN LIGHTING, COMPLETE L SUM 1.0 ul,{P uf ,f6D
N/A
SHREDDED HARDWOOD BARK
MULCH.3"SQ YD 32.0 D,q:bbv
N/A ASPHALT SURFACE SEALCOAT GAL 1790.0 1(,Q L1t1.l{
N/A PORTI.AND CEMENT CONCRETE
DRIVING RANGE PAD, COMPLETE L SUM 1.0 Tbrw lb,ooo
N/A REMOVE AND REINSTALL SPLIT 2-
RAIL CEDAR FENCE FOOT 132.0 VO 1rq'lD
SQ FT 30.0 'Lo loooN/A REMOVE AND REINSTALL BRICK
PAVERS
x7010216 TRAFFTC CpNTROL AND
PROTECTION, (SPECIAL)L SUM 1.0 t{,oo tl,ma
N/A CONSTRUCTION LAYOUT L SUM 1.0 4,laa rl,l@
ALLOW 15000.0 S1.oo $15,000.00N/A ITEMS AS ORDERED BY ENGINEER
Bidder's Total Proposal =3l\,'U6,?9
-4-
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IM PROVEMENTS
GENERAL CONDIT S OF CONTRACT
TABLE OF CONTENTS
ARTICLE I PERFORMANCE OF THE WORK,
Performance Standards and Obligations
Engineer's Authority....
Required Submittals ...
Administration of the Work...............................
Conditions al the Work Site; Record Drawings
Safety of the Work Site....................................
Cleanliness of the Work Site and Environs......
Damage to the Work, the Work Site, and Other Property......... ..
Subcontractors and Supp|iers...................
Simultaneous Work by Others ..................
11 Occupancy Prior to Final Payment ..
12 Suspension or Termination of Work for Convenience............. ..
13 Charge for Overtime Engineering ....
ARTICLE II CHANGES AND DELAYS..,
Paoe
......,|
1
2
3
4
6
7
I
9
10
1
1
1
1
I
1
I
1
,|
1
1
1
1
... 1
...4
...5
...7
o
.11
.12
.12
. '15
.16
.'17
.17
.. 18
2.1
2.2
2.4
2.6
2.7
2.4
Changes.................
Equitable Adjustments..............
Contract Price Adjustments ......
Extensions of Contract Time.....
Constructive Change Orders ....
No Waiver and Re|ease............
No Other Compensation...........
Specific References Exemplary
lnspection; Testing; Correction of Defects
Warranty of Work....
Contractor Duty to Conect Without Delay.
Owne/s Right to Correct..........................
Subcontractor and Supplier Warranties....
18
19
20
24
25
26
27
ARTICLE III CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK ...........27
3.1
3.2
3.4
3.5
-i-
..27
..24
..29
..29
ARTICLE IV INSURANCE
Required Coverages
lnsurance Companies and Policies
Minimum Coverages
Additional Coverages.....................
Subcontractor 1nsurance................
ARTICLEV PAYMENT
30
Deductions.............................
Application of Payments ........
Work Entire............................
ARTICLE VI DISPUTES AND REMEOIES
Notice of Dispute
Progress Payments .
Final Acceptance anO finat eayment,.
Title to Work and 1iens........................
Negotiation of Disputed Decisions
Owne/s Final Decision.................
Contractor's Final Demand ...........
Contraclor's Remedies.................
Owner's Remedies .
ARTICLEVII OEFINITIONS,
Defined Terms
Word Usage...
4.1
4.2
4.3
4.4
4.5
5.1
5.4
5.5
5.6
6.1
6.2
6.3
6.4
6.5
6.6
40
40
40
41
41
41
34
38
39
39
39
40
7.1
44
44
48
- -
SPORTS CORE PROPERTY IM PROVEMENTS
GENERAL CONDITIONS OF CONTRACT
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
ARTICLE I
EEBE@regI}IE]rcBI
't.1 rmance ndards and Obli o
A. Qualitv of Work.
1. General Standard. All Work shall be provided, performed,
and compleled in a proper and workmanlike manner, consistent with lhe highest
standards of professional and construction practices and in full compliance with, and as
required by or pursuant to, this Contract, and with the greatest economy, efficiency, and
expedition consistent therewith. Allequipment, materials, and supplies incorporated into
the Work shall be new and undamaged and shall be the best of their respective kinds for
their intended use.
2. Referenced Standards. References to standards,
specifications, manuals, or codes of any technical society, organization, or association,
or to codes of local, state or federal authorities, shall mean the latest standard,
specification, manual or code adopted and published ai the date of the Bidder's Proposal,
unless specifically stated otherwise. However, no provision ofany referenced standard,
specification, manual or code shall change the duties and responsibilities of Owner,
Engineer, or Contractor from those set forth in this Confact.
3. Proprietarv Standards and Equivalencv, Whenever any
equipment, matedals or supplies are specified or described in this Contract by using the
name or other identifying feature of a proprietary product or the name or other identifying
feature of a particular manufaclurer or vendor, the specific item menlioned shall be
understood as establishing the type, function, and quality desired. Other manufacturers
or vendors' products may be accepted, provided sufficient information is submitted to
allow Engineer to determine lhat the products proposed are equivalenl in substance and
function to those named. The equivalency ofany product proposed shall be determined
by Engineer, in its sole and absolute discretion, and no such product shall be purchased,
fabricated, or installed until equivalency shall have been determined, in writing, by
Engineer. Engineer's written decision with respecl to equivalency shall be final.
-1-
GENERAL CONDITIONS
B. Timeliness!flryqk.
1. Time is of lhe Essence. The time of beginning, rate of
progress, and time of completion of the Work is of the essence of this Contract.
Contraclor shall be solely responsible for completing the Work in a timely fashion.
Contractor shall promptly, continuously, diligently, vigorously, and systematically provide
and perform the Work, and all component parts of the Work, within such time or times as
may be set forth in this Contract or in the Approved Schedule and to the ends that, and
at a rate, with due allowances and contingencies for difficullies or obstructions lhat may
arise out of, or be encountered as a result of, adverse weather conditions, equipment
breakdowns, subsurface, underground or other concealed conditions or obstructions,
buried structures, utility locations or conditions, adverse soil conditions, and changed site
conditions due to work by other contractors, that assures that, allWork, and allcomponent
parts of the Work, will be completed and ready for inspection and testing when required
pursuant to this Contract and that all Work will be completed in full compliance with, and
as required by or pursuant to, this Contract within the Contract Time. Contractor shall
cooperate with Owner and Engineer to assure maximum coordinalion and ef{iciency in
the progress of the Work.
2. Aooroved Schedule. Unless otherwise provided in the
Special Conditions of Contract or the Specifications, Contractor shall submit to Engineer,
within 30 Days after the execution of this Contract, a detailed schedule of the Work
showing the time of beginning and completion for ai least every major component of the
Work. Such schedule shall be presented in graphical form using the bar graph method
ora time-sequence method, but nota critical path method. Such schedule shall logically
and realistically relate the performance of each component of the Work to each other
component ofthe Work and to the whole ofthe Work so as to demonstrate that sufficient
time has been allowed for the completion ofeach component without interference or delay
from orto any other component and with due allowances and contingencies for difficulties
or obstructions that may arise out of, or be encountered as a result of, adverse weather
conditions, equipment breakdowns, subsurface, underground or other concealed
condilions or obstructions, buried structures, utility locations or conditions, adverse soil
condilions, and changed site conditions due to work by other contractors. The schedule
shall demonstrate Contraclor's ability to comply with the requirements of
Paragraph '1 .1 B1 above. Engineer shall retum a copy of the schedule to Contractor with
such exceptions noted as Engineer may deem appropriate and Contractor shall submit a
revised schedule to Engineer within two business days. lf acceptable, Engineer shall
return a copy of lhe schedule to Contractor with no exceptions noted or an equivalent
notation ("Approved Schedule"). Engineer may require the Approved Schedule to be
revised or updated as frequently as Engineer may deem necessary prior to Final
Acceptance of the Work.
3. No Liabilitv. Review and stamping of any Approved Schedule
by Engineer shall not constitute approval or acceptance of the schedule or an extension
or waiver of the Contract Time and no review by Engineer, no noting of an exception by
Engineer, and no failure to note an exception by Engineer shall relieve Contractor of the
GENERAL CONDITIONS
entire responsibility for the performance of the Work in full compliance with the
requirements of this Contract within the Contract Time. Engineer's review and stamping,
with or without exceptions noted, of any Approved Schedule shall not be regarded as an
any assumption of risk or liability by Owner or Engineer. Contractor shall have no claim
under this Contract on account of any error, omission, or defect in, or revealed by, any
Approved Schedule so reviewed and stamped, or any failure, partial failure, or inefficiency
of any Approved Schedule so reviewed and stamped. Engineer's stamping of any
Approved Schedule with no exception noted or an equivalent notation shall be considered
to mean merely that Engineer has no objection to Contractor proceeding, upon its own
full responsibility and liability, with the schedule or schedules proposed.
4. Acceleration. lf, at any time, the Work, or any component part
of the Work, is behind the Approved Schedule, Contractor shall initiate immediate and
definite procedures for accelerating the Work as required to bring the Work, and all
component parts of the Work, into compliance with the Approved Schedule. Owner shall
not be subject to any claims, demands, or liability for Contractor's acceleration damages
or costs incurred to keep the Work in compliance with the Approved Schedule, including'
but not limited to, damages or costs resulting from, arising out of, or in any way related to
increases in time- related costs; increases in costs of labor, equipment, materials, or
supplies; costs of additional personnel; costs of additional equipment; costs of additional
premium time for personnel or equipment; increase in costs for Bond or insurance
premiums; lower labor productivity; lost profits or altemative income; effects on other
contracts: and costs of demobilization and remobilization. Failure of Owner or Engineer
to inform Contractor that Contractor is behind the Approved Schedule or to direct and
enforce procedures to ensure compliance with the Approved Schedule shall not relieve
Contractor of the entire responsibility for the performance of the Work in full compliance
with the requirements of this Contract within the Contract Time.
5. Owner's Riqht to Perform Work. Any failure of Contractor to
comply with this Subsection 1.18 shall entitle Owner to perform or have performed all
Work necessary for compliance with this Subsection and to withhold or recover from
Contractor the cost of such Work.
C. Complete ss of Work. Exce pt for such items as are expressly and
specifically required by this Contract to be furnished by Owner, Contractor shall provide
at the Work Site, and at no charge to Owner other than the Contract Price, all personnel,
equipment, materials, supplies, and other things required to provide, perform and
complete the Work described, shown, or reasonably implied, or inferred from prevailing
custom or trade usage as being required to produce the results intended, in this Contract.
lf any personnel, equipment, materials, or supplies that are not directly or indirectly set
forth in this Contract are nevertheless necessary to the proper provision, performance,
and completion of the whole of the Work in accordance with the intent of this Contract,
Contractor shall understand such personnel, equipment, materials, or supplies to be
implied and shall provide such personnel, equipment, materials, or supplies as fully as if
it were particularly described. Without limiting the foregoing, Contractor, at its sole cost
and expense, shall: (1)arrange for a supply of water, heat, light, power,
-3-
telecommunications, and other services needed for the Work and for testing, including
the installation of temporary utility lines, wiring, switches, fixtures, hoses, connections,
and meters; (2) provide and maintain sanitary conveniences of sufficient number to
accommodate all workers and all personnel of Owner and Engineer engaged in or about
the Work; and (3) provide and maintain a clean, weather{ight office, temporary in
character, at a central location at the Work Site, with telephone facilities and service, for
use as a field office by Contractor, for storage of Contract Drawings and Specifications,
for storage of permits and Required Submittals reviewed with no exception noted, and for
shelter of workers.
D. Conformity of Work. Contractor shall , at no increase in the Contract
Price, provide workmanship, equipment, materials, and supplies that fully conform to this
Contract, notwithstanding the fact that Contractor may have based its Bidder's Proposal
on workmanship, equipment, materials, or supplies that do not so conform. When the
equipment, materials, or supplies furnished by Contractor cannot be installed as specified
in the Contract Drawings or Specifications, Contractor shall, without any increase in the
Contract Price, make all modifications required to properly install the equipment,
materials, or supplies. Any such modification shall be subject to the prior review and
consent of Engineer.
1.2 n ineer's Autho
Engineer has been employed as an independent contractor to represent
Owner during the term of this Contract and to observe the Work in progress on behalf of
Owner. To prevent delays and disputes and to discourage litigation, it is agreed by Owner
and Contractor that Engineer shall, in all cases, determine the amount, quality,
acceptability, and fitness of the several kinds of Work that are to be paid for under this
Contract; determine all disputes in relation to the true construction, meaning, and intent
of the Contract Drawings and Specifications; and determine all disputes in relation to the
execution of the Work, the classifications and measurements of quantities and materials,
the suitability of equipment, materials, and supplies, and the fulfillment of this Contract.
ln interpreting this Contract, Engineer shall be subject to Section 1.3 of the Contract
Agreement.
Engineer shall have the power to reject or condemn all Work that is
defective, flawed, unsuitable, or nonconforming to the terms of this Contract.
Engineer's determination in all matters shall be a condition precedent to an
appeal by Contractor to Owner, to the right of Contractor to receive, demand, or claim
any money or other compensation under this Contract, and to any liability on the part of
Owner to Contractor on account of this Contract.
1.3 RequiredSubmittals
A. Submittals Reouired. Contractor shall submit to Engineer all
documents, data, and information specifically required to be submitted by Contractor
-4-
GENERAL CONDITIONS
under this Contract and shall, in addition, submit to Engineer all such drawings,
specifications, descriptive information, and engineering documents, data, and information
as may be required, or as may be requested by Engineer, to show the details of the Work,
including a complete description of all equipment, materials, and supplies to be provided
under this Contract ("Required Submittals"). Such details shall include, but shall not be
limited to, the kind, size, anangement and operations of component materials and
devices; the extemal connections, anchorages, and supports required; performance
characteristics; test data; concrete reinforcement; structural details; dimensions needed
for installation and correlation with other equipment, materials, and supplies; principal
dimensions, weight, structural and operating features; space required; clearances; utility
connections; wiring and control diagrams; type and/or brand of finish or shop coat;
adequate operation and maintenance information for all equipment requiring
maintenance or other attention; and all similar matters, for all components of the Work.
When it is customary to do so, when the dimensions are of particular importance, or for
equipment and materials, the Required Submittals shall be certified by the Supplier as
correct for, and in full compliance with, this Contract and meeting intended functions.
B. Number and Format.Except as otheruise provided in the
Specifications: Contractor shall provide seven complete sets for each Required Submittal
with suitable identification; all Required Submiftals, except drawings, shall be prepared
on white 8-112 inch by'1 1 inch paper; all prints of drawings shall be folded to 8-1i2 inches
by 11 inches, or less; and all drawings shall be clearly marked in the lower righlhand
corner with the names of Owner, Engineer, and Contractor.
C. Verificatio n bv Contractor. Contractor shall be re sponsible for
obtaining Required Submittals complying with the foregoing from its Subcontractors and
Suppliers and returning reviewed documents to them. Contractor shall check and
approve all Required Submittals before submitting them to Engineer for review.
Contractor shall check and verify, or resubmit for conection, all Required Submittals
prepared by a Subcontractor or Supplier, before submitting them to Engineer. Verification
and submission of Required Submittals by Contractor shall be deemed to mean that
Contractor has, in fact, reviewed and coordinated the information in the Required
Submittals with the requirements of the Work and this Contract. Anv Reouired Submittals
bmitted to En ineerwhich have not been checked reviewed m "Verified ba
Contractor" (or its eouivalent). will be retu rned unorocessed
D. Time of Submission. All Required Submittals shall be provided to
Engineer no later than the time, if any, specified in this Contract for their submission or, if
no time for submission is specified, in sufficient time, in Engineer's sole opinion, to permit
Engineer to review the same prior to the commencement of the part of the Work to which
they relate and prior to the purchase of any equipment, materials, or supplies that they
describe.
E. Enqineer's Review . Engineer shall review all Required Submittals
as soon as reasonably possible after their submission and shall have the right to require
-5-
GENERAL CONDITIONS
GENERAL CONDITIONS
resubmiftal of, and such corrections in and additions to, any or all Required Submittals as
may be necessary to make the Required Submittals conform to this Contract.
F. Responsibilitv for Delav and Costs of Additional Review. Contractor
shall be responsible for any delay in the Work due to delay in providing Required
Submittals conforming to this Contract. ln the event more than one re-submittal of any
Required Submittal is necessary to make such Required Submittal conform to this
Contract, Contractor shall be charged the total cost incurred by Engineer for all
subsequent reviews of Required Submittals. lf the amount due to the Contractor is not
sufficient to cover such costs, Contractor shall reimburse Owner for such costs upon
demand.
G. Condition Precedent to Performance of Work. No Work with re spect
to which any Required Submittal is required or has been requested, and no Work
dependent on any such Work, shall be provided or performed unless and until the
Required Submittal for such Work has been reviewed and stamped by Engineer with no
exception noted or an equivalent notation. No equipment, materials, or supplies shall be
purchased, fabricated, or installed until all Required Submittals pertaining thereto have
been reviewed and stamped by Engineer with no exception noted or an equivalent
notation. Where samples are required, the samples reviewed and stamped by Engineer
with no exception noted or its equivalent notation shall be kept at the Work Site for
comparison with, and to establish the standards of acceptance for, equipment, materials
or supplies proposed for incorporation into the Work.
H. lncorporation After Review With No Exception Noted. Every
Required Submittal that is reviewed and stamped by Engineer with no exception noted or
an equivalent notation shall immediately thereupon become a part of the Contract
Documents, and the Wo* shown or described thereby shall be performed in conformity
therewith unless othenivise required by Engineer.
l. No Liabjlitv. Review and stam ping of any Required Submittal by
Engineer shall be for the sole purpose of examining the general arrangement, design,
and details of the proposed Work, and no review by Engineer, no noting of an exception
by Engineer, and no failure to note an exception by Engineer shall relieve Contractor of
the entire responsibility for the performance of the Work in full compliance with the
requirements of this Contract. Engineer's review and stamping, with or without
exceptions noted, of any Required Submittal shall not constitute an approval of any part
of the Work shown in such Required Submittal and shall not be regarded as any
assumption of risk or liability by Owner or Engineer. Contractor shall have no claim under
this Contract on account of any error, omission or defect in, or revealed by, any Required
Submittal so reviewed and stamped. Engineer's stamping of any Required Submittal with
no exception noted or an equivalent notation shall be considered to mean merely that
Engineer has no objection to Contractor proceeding, upon its own full responsibility and
liability, with the Work as shown on such Required Submittal.
-6-
GENERAL CONDITIONS
1.4 Administration of the Work
A. Contractor's Dutv to Administer the Work. Contractor shall have full
and sole responsibility for administration of the Work. Contractor's field organization shall
include fully qualified and adequate management, supervisory and technical personnel to
insure competent and expeditious handling of all matters related to the Work. Contractor
shall have full and sole responsibility for keeping all personnel, equipment, materials,
supplies, and other things required to provide, perform, and complete the Work within the
designated construction area limits of the Work Site and out of areas not designated for
Contractor's use. On all other lands, Contractor shall have no rights unless it obtains
them from the proper parties.
Owner shall have the authority to order Contractor to remove from the Work
Site any of Contractor's employees or any Subcontractors' employees who fail to
discharge responsibilities, refuse to obey instructions, or who are incompetent, abusive,
threatening, or disorderly in their conduct. Any such Person so removed shall not be
employed again on the Work. No adjustment in the Contract Price or Contract Time shall
be made as a result of such removal.
All Subcontractors and Suppliers shall be directly responsible to Contractor
and shall be subject to Contractor's supervision and control. Contractor shall have the
duty to coordinate all Subcontractors and Suppliers so as to avoid hindrance or
interference among them and to ensure that the Work will be completed in full compliance
with, and as required by or pursuant to, this Contract and within the Contract Time.
Contractor shall attend and shall cause any Subcontractor or Suppliers
whose attendance is requested to attend, any pre-construction meetings or construction
progress meetings as may be necessary for the orderly performance of the Work, as
determined by Owner or Engineer.
B. Contractor's Superintendent. Contractor shall a ppoint and employ
throughout the performance of the Work a competent superintendent who shall be
approved by Owner in writing and who shall have complete charge of the Work on behalf
of Contractor. Contractor's superintendent shall be at the Work Site at all times during
performance of the Work. Contractor shall, before beginning the Work, and at all times
during the performance of the Work, keep Owner advised in writing of such
superintendent's name and address, and of telephone numbers where such
superintendent may be reached at all times. Such superintendent shall not be changed
without the consent of Owner unless the individual serving in that capacity leaves
Contractor's employ or becomes unable to serve due to circumstances beyond the control
of Contractor, which shall in no event be construed to include the necessity of employing
such Person on any other contract or work. Any substitute superintendent proposed by
Contractor shall be approved by Owner in writing. ln any case where Owner determines
the performance of Contractor's superintendent is unsatisfactory or unacceptable to
Owner, Owner shall have the right to require Contractor to remove such superintendent
and to replace such superintendent with a new superintendent satisfactory to Owner.
-7-
GENERAL GONDITIONS
't.5 Conditions at the Work Site Reco rd Drawinos
Contractor shall be fully responsible for conditions found at, and in the
vicinity of, the Work Site. Contractor shall have no claim for damages, for compensation
in excess of the Contract Price except as expressly provided, and only to the limited extent
set forth, in Sections 2.1 through 2.3 of these General Conditions of Contract, or for a
delay or extension of the Contract Time based upon conditions found at, or in the vicinity
of, the Work Site. When information pertaining to subsurface, underground or other
concealed conditions or obstructions, soils analysis, borings, test pits, buried structures,
utility locations or conditions, conditions of existing structures, and similar site information
or data and other investigations is or has been shown or indicated on the Contract
Drawings, is or has been provided by Owner or Engineer, or is or has been otherwise
made available to Contractor by Owner or Engineer, such information is or has been
shown, indicated, provided, or made available solely for the convenience of Contractor
and is not part of this Contract. Owner assumes no responsibility whatever in respect to
the sufficiency or accuracy of such information, and there is no guaranty or wananty,
either expressed or implied, that the conditions indicated are representative of those
existing throughout the Work or the Work Site, or that the conditions indicated are
representative of those existing at any particular location, or that contractors working on
other projects may not change the conditions indicated at, and in the vicinity of, the Work
Site, or that unanticipated conditions may not be present.
Contractor shall be solely responsible for locating all existing underground
installations by prospecting no later than two workdays prior to any scheduled excavation
or trenching or 200 lineal feet in advance of such excavation or trenching, whichever is
earlier. Contractor shall, prior to any excavation, notify the Joint Utility Locating
lnformation for Excavators (J.U.L.l.E.), (1 -800-892-01 23), and, with respect to owners or
operators of underground utility facilities who are not members of J.U.L.l.E., shall directly
notify such non-member owners or operators and shall otherwise fully comply with the
lllinois Underground Utility Facilities Damage Prevention Act, 220 ILCS 50i1 g1! ggg.
Contractor shall check all dimensions, elevations, and quantities shown on the Contract
Drawings and Specifications within the same time period as set forth above for
prospecting underground installations. Contractor shall lay out the Work in accordance
with the Contract Drawings and Specifications and shall establish and maintain such
locations, lines and levels, except that wherever pre-existing work is encountered,
Contractor shall verify and be responsible for dimensions and locations of such pre-
existing work. Contractor shall notify Engineer of any discrepancy between the
dimensions, elevations and quantities shown on the Contract Drawings and
Specifications and the conditions of the Work Site or any other discrepancies which
Contractor may discover during such inspections. Contractor shall make any necessary
adjustments in the alignment or grade of the Work, subject to Engineer's approval, to
pass around, over, or under any obstruction discovered without any equitable adjustment
in the Contract Time or, except as expressly provided, and only to the limited extent set
-8-
GENERAL CONDITIONS
forth, in Sections 2.1 through 2.3 of these General Conditions of Contract, the Conhact
Price.
Contractor shall maintain, during the progress of the Work, up-to-date
copies of all Contract Drawings and Specifications and a continuous record of all field
deviations from the Contract Drawings. Before Final Acceptance of the Work, Contractor
shall submit to Owner two printed sets of Drawings of Record, unless a greater number
is specified elsewhere in this Contract, indicating all necessary additions and corrections
to the Contract Drawings to show record conditions for verification of Engineeds drawings
of record. Upon acceptance of Contractor's printed Drawings of Record, Contractor shall
also submit to Owner electronic Drawings of Record in electronic CADD files and/or other
electronic file format acceptable to Owner operating on an IBM compatible microcomputer
under a Windows operating system. Each such drawing and electronic drawing file shall
be plainly marked "Drawing of Record" near the title block and shall be certified as to
correctness by Contractor.
1.6 SafeW of the Work Site
A.tractor's Res nsibili . Contractor shall be solely and
completely responsible for providing and maintaining safe conditions at the Work Site,
including the safety of all Persons and property during performance of the Work. This
requirement shall apply continuously and shall not be limited to normal working hours.
Contractor shall take all safety precautions as shall be necessary to comply with all
applicable Laws, regulations, and guidelines, including without limitation OSHA, and to
prevent injury to Persons and damage to property. Contractor shall employ or hire a
competent safety representative or Subcontractor, who is capable of identifying
predictable and existing conditions that are unsanitary, hazardous, or dangerous to
Persons or property, to devise, supervise and ensure compliance with all safety
precautions and programs as shall be necessary to comply with all applicable Laws,
regulations, and guidelines, including without limitation OSHA, and to prevent injury to
Persons and damage to property. Contractor shall advise Owner, in writing, of such
safety representative's name, address, and telephone number or numbers where such
safety representative may be reached at all times,24 hours per Day, and such safety
representative shall have full and complete authority to promptly conect or eliminate any
such unsanitary, hazardous, or dangerous conditions. Neither Owner nor Engineer shall
be responsible for conditions at the Work Site, nor for the safety of Persons or property,
during the performance of the Work.
Contractor is advised that potentially hazardous conditions described in the
lllinois Health and Safety Act, federal OSHA Regulations and Guidelines, ANSI Standard
830.5-1968 as amended, ANSI Standard 2117.1-1995 as amended, and lllinois
Department of Labor Rules and Regulations, could be encountered during the
performance of the Work, including without limitation energized electrical facilities and
overhead wires; cranes, derricks, and other hoisting machinery with operational and use
limitations, special hazard wamings and instructions, and revolving superstructures
requiring proper barricading; underground utility facilities requiring protection, support, or
-9-
GENERAL CONDITIONS
removal to safeguard employees; excavations requiring, among other things, safe means
of egress and protection from cave-ins, fall-ins, hazardous atmospheres, hazardous
substances, and other hazardous conditions; and confined or enclosed spaces that are
subject to the accumulation of hazardous substances or toxic or flammable contaminants
or that have oxygen deficient or other hazardous atmospheres, requiring, among other
things, independent fall protection, respiratory equipment, ventilation, two-way
communication with the outside, and safe means of egress. Contractor should take
special notice of the potentially hazardous conditions identified in this paragraph and take
all necessary precautions to guard against such potential hazards, including without
limitation conducting employee safety training and education, posting warnings and
instructions, testing, and inspecting, and utilizing adequate protective and emergency
systems, equipment, and devices, in as much safety remains Contractor's sole
responsibility under this Contract. Contractor is directed to the lllinois Health and Safety
Act, federal OSHA Regulations and Guidelines, including without limitation Occupational
Safety & Health Standards and Construction lndustry Safety & Health Regulations as
outlined in Parts 1910 and 1926 of US Dept. of Labor ChapterXVll - Occupational Safety
and Health Administration, Title 29, and US Dept. of Labor Document OSHA 2202 "OSHA
Safety and Health Standards Digest," ANS| Standard 830.5-1968 as amended, ANSI
Standard 2117.1-'1995 as amended, and lllinois Department of Labor Rules and
Regulations for a further description of these potentially hazardous conditions and the
regulations applicable thereto.
Contractor is being notified of these potentially hazardous conditions so that
Contractor may independently assess the potentially hazardous conditions and take the
necessary precautions to ensure a safe workplace pursuant to this Contract and
Contractor's legal obligations. Owner's notification of these potentially hazardous
conditions should not be construed to be, nor interpreted as, an exclusive listing of the
potentially hazardous conditions that could be encountered during the performance of the
Work but, rather, such notice shall be construed to be, and interpreted as, exemplary
only. Owner's notification of these potentially hazardous conditions should not be
construed or interpreted as waiving Contractor's sole and complete responsibility for
conditions at the Work Site or for providing and maintaining safe conditions at the Work
Site, including the safety of all Persons and property during performance of the Work.
This notification of potentially hazardous conditions is provided solely to assist Contractor
in the performance of these duties, in the interest of maximum safety.
B. Traffic. Contractor shall conduct all of its operations without
interruption of or interference with vehicular and pedestrian traffic on public and private
rights-of-way unless it has obtained permits therefor from the proper authorities. All public
and private rights-of-way not closed by permission of the proper authorities shall be
maintained passable and safe by Contractor, who shall assume and have full
responsibility for the adequacy and safety, or provisions made therefor. lf any public or
private right-of-way shall be rendered unsafe by Contractor's operations, Contractor shall
make such repairs or provide such temporary ways or guards as shall be acceptable to
the proper authorities.
-10-
GENERAL CONDITIONS
Contractor shall, at least 48 hours in advance, notify the proper authorities
in writing, with a copy to Engineer, if the closure of any public or private right-of-way is
necessary. Contractor shall cooperate with the proper authorities in the establishment of
altemate routes and shall provide adequate detour signs, plainly marked and well lighted,
in order to minimize confusion.
C. Fire Protection. Access to sources of water for fire protection shall
be identified and available at all times. Fire hydrants and stop valves adjacent to the
Work shall be kept clear and readily accessible to fire apparatus and no materials or other
obstruction shall be placed, parked, or stored within 15 feet of any hydrant or stop valve
except by special permission of the proper authorities.
Only construction procedures that minimize fire hazards to the extent
practicable shall be used. There shall be no open burning or confined trash fires.
Combustible debris and waste materials shall be collected or removed from the Work Site
each workday. Fuels, solvents, and other volatile or flammable materials shall be stored
away from construction and storage areas in well-marked, safe containers. Good
housekeeping, essential to fire prevention, shall be practiced by Contractor throughout
the Work.
D. Accident Records: ln surance Adiusters. Contractor shall maintain
an accurate record of all accidents and other incidents resulting in death, injury, or
occupational disease to any Person or in damage to, or loss of, any property and shall
promptly report any such accident or incident to Owner and shall provide Owner with
copies of all correspondence and pleadings related thereto, including insurance claims
and settlements. Contractor shall arrange for Contractor's insurance adjuster to meet
with any Person affected by any such accident or other incident promptly and, in all
events, within 48 hours after Contractor's receipt of notice from such Person, and a report
of the insurance adjuster's findings shall be delivered to such Person within 10 days
thereafter, copies of which shall be provided to Owner and Engineer.
1.7 Cleanliness of the W rk Site and Environs
Contractor shall keep the Work Site and adjacent areas clean at all times
during performance of the Work and shall remove and properly dispose of all waste and
surplus materials from the Work Site each workday in such a manner as may be
necessary to conform to Law. Contractor shall sweep and clean, and shall remove from
the Work Site all hoses, cables, extension cords and similar materials, as may be
necessary to leave the Work Site and adjacent areas in a clean and orderly condition at
the end of each workday. lf Contractor fails to comply with its obligations under this
Section, Owner shall have the right to perform, or to have performed, such obligations
and to withhold or recover the cost thereof from Contractor.
-11-
GENERAL CONDITIONS
1.8 Damaqe to the Work, the Work Site. and Other Propertv
The Work and everything pertaining thereto shall be provided, performed,
completed, and maintained at the sole risk and cost of Contractor from the
Commencement Date until Final Payment. Contractor shall be responsible and liable for
any damages, losses, and injuries resulting from its operations. Contractor shall be fully
responsible for the protection of all public and private property and all Persons. Without
limiting the foregoing, Contractor shall, at its own cost and expense, ('1 ) provide temporary
heating, covering and enclosures, to the satisfaction of Engineer, as necessary to protect
the Work against damage by dampness and cold, to dry out the Work, and to facilitate
the completion of the Work; (2) provide all permanent and temporary shoring, anchoring
and bracing required by the nature of the Work, in order to make all parts absolutely stable
and rigid, even when such shoring, anchoring and bracing is not explicitly specified; and
(3) support and protect all buildings, bridges, roadways, conduits, wires, water pipes, gas
pipes, sewers, pavements, curbs, sidewalks, fixtures and landscaping of all kinds and all
other public or private property that may be encountered or endangered in providing,
performing and completing the Work.
Contractor shall have no claim against Owner because of any damage or
loss to the Work or to Contractor's equipment, materials, or supplies from any cause
whatever, including damage or loss due to simultaneous work by others.
Contractor shall, promptly and without charge to Owner, repair or replace,
to the satisfaction of Owner, any damage done to, and any loss suffered by, the Work
and any damage done to, and any loss suffered by, the Work Site or other property as a
result of the Work.
No specific provision of this Contract to the effect that Contractor shall be
responsible and liable at its sole risk and cost for the Work or any part thereof or for
damage, loss, or injury caused by Contractor shall be construed to be an exclusive listing
of the circumstances in which Contractor bears such responsibility and liability, but,
rather, all such provisions shall be construed to be exemplary only.
Notwithstanding any other provision of this Contract, Contractor's
obligations under this Section shall exist without regard to, and shall not be construed to
be waived by, the availability or unavailability of any insurance, either of Owner or
Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair
or replacement work required by this Section.
1.9 Subcontractors and Suppliers
A. Aporoval and Use of Submn tractors and Suooliers. Contractor shall
perform the Work with its own personnel and under the management, supervision, and
control of its own organization unless otherwise approved by Owner in writing, which
approval Owner may exercise and revoke in its sole discretion. All Subcontractors,
Suppliers, and Subcontracts used by Contractor shall be acceptable to, and approved in
-12-
GENERAL CONDITIONS
advance by, Owner. All Persons engaged in the Work, whether or not as approved
Subcontractors, shall be deemed to be employees of Contractor for all purposes and
Contractor hereby assumes, in addition to any liability imposed by law upon Contractor
for its Subcontractors, full responsibility and liability for such Subcontractors as if they
were the employees of Contractor. Nothing in this Contract shall be construed to create
any contractual relationship between Owner and any Subcontractor or Supplier. All
relations with approved Subcontractors and Suppliers shall be the responsibility of
Contractor, and Owner shall not be responsible or obligated to deal directly with any
Subcontractor or Supplier.
Contractor is responsible for providing, performing, and completing all Work
that meets or exceeds specified requirements notwithstanding specific references in the
Contract Drawings or Specifications to duties and obligations of other contractors,
Subcontractors, Suppliers, manufacturers, trades, etc., all at no extra cost to Owner other
than the Contract Price. All such duties and obligations specifically imposed upon such
other contractors, Subcontractors, Suppliers, manufacturers, trades, etc., shall be
deemed to be imposed upon Contractor.
Owner's approval of any Subcontractor, Supplier, or Subcontract shall not
relieve Contractor of full responsibility and liability for the provision, performance, and
completion of the Work in full compliance with, and as required by or pursuant to, this
Contract on or before the Completion Date or for the proper performance of all other
requirements of this Contract, or for Contractor's liability on all representations and
warranties made in or pursuant to this Contract. Contractor shall remain as fully
responsible and liable forthe acts, omissions, and performance of all Subcontractors and
Suppliers as Contractor is for its own acts, omissions, and performance.
lf Owner refuses to approve any Subcontractor or Supplier, or, having once
approved a Subcontractor or Supplier, thereafter, advises Contractor that such
Subcontractor or Supplier is no longer acceptable to Owner, then Contractor shall
undertake the Work itself or propose another Subcontractor or Supplier for Owner's
approval. No adjustment of the Contract Price or Contract Time shall be made as a result
of Owner's refusal to approve, or Owner's revocation of any approval of, any
Subcontractor or Supplier.
This Section shall not be construed to prohibit Owner, if and when it
exercises any of its rights under Section 6.6 of these General Conditions of Contract, from
entering into an independent contractual relation with any Subcontractor or Supplier
employed by Contractor, and no such relation shall be construed as interfering with any
Subcontract or other relation Contractor may have with such Subcontractors and
Suppliers.
B. Subcontractor and S oolier Reouirements.ln addition to any and all
conditions and other requirements that may be imposed by Owner in its approval of any
Subcontractor or Supplier, all Work performed under any Subcontract shall be subject to
-13-
GENERAL CONDITIONS
the same provisions set forth in this Contract for the Work performed by Contractor.
Furthermore, every Subcontract shall include at least the following provisions:
1 . Flow-down. A statement that this Contract has been reviewed
by the Subcontractor or Supplier; that Subcontractor or
Supplier agrees to be bound by the terms, provisions and
conditions of this Contract so far as they are applicable to the
Work under its Subcontract; that Subcontractor or Supplier
agrees to assume all obligations and responsibilities of
Contractor under this Contract; and that Subcontractor or
Supplier agrees to be bound by and govemed by any change
or alteration in this Contract.
Discrimination. The provisions of the Public Works
Employment Discrimination Act, 775 ILCS 10/1 et seq., shall
be printed or otherwise inscribed on the face of the
Subcontract.
Laws. A statement substantially identical to Section 6.11 of
the Contract Agreement requiring Subcontractor or Supplier
to comply with all Laws.
Application of Payments. A statement that Subcontractor or
Supplier agrees that all funds received directly or indirectly
from Owner shall be applied to the payment or reimbursement
of the costs for which they were paid and not to any
preexisting or unrelated debt between Contractor and
Subcontractor or Supplier.
No Compensation for Delay. A statement substantially
identical to Subsection 2.3D of these General Conditions of
Contract to the effect that there shall be no payment,
compensation, damages, or adjustment of any kind, other
than an extension of time, because of hindrances or delays,
whether avoidable or unavoidable, from any cause in the
commencement, provision, performance, or completion of the
Work under the Subcontract.
Termination for Convenience of Contractor. A statement that
the Subconhact may be terminated for the convenience of
Contractor, if this Contract is terminated for any reason by
Owner or if Owner exercises its right to require termination of
the Subcontract; provided, however, that no such termination
shall defeat Owner's rights under Paragraph 1 .9B7 below.
2
3
4
E
-14-
6.
7
GENERAL CONDITIONS
Conditional Assignment. A statement that Subcontractor or
Supplier agrees to the assignment of the Subcontract to
Owner, at Owner's option exercised by written notice to
Subcontractor or Supplier and without further action, if this
Contract is terminated by Owner and that no such assignment
shall be construed as interfering with Subcontractor's or
Supplier's Subcontract with Contractor.
Dispute Resolution. A statement that in case of any dispute
or claim between Subcontractor or Supplier and Contractor
involving Owner, or between Contractor and Owner involving
Subcontractor or Supplier, Subcontractor or Supplier agrees
to be bound by the provisions in this Contract pertaining to the
resolution of disputes to the same extent that Contractor is
bound to Owner by the terms of this Contract; and that
Subcontractor or Supplier agrees to be bound by any and all
decisions or determinations made thereunder as authorized
in this Contract; and that Subcontractor or Supplier agrees to
join in, or consolidate any claim it may have with, any related
pending dispute resolution proceeding or to allow such joinder
or consolidation of other related claims with its claim; and that
Subcontractor or Supplier agrees that, pending the final
disposition of any dispute or claim under or in any way relating
to the Subcontract, Subcontractor or Supplier shall proceed
diligently with all Work to be performed by it under its
Subcontract.
Representations and Warranties. A statement of
representations and warranties substantially identical to
Article lll of the Contract Agreement.
't .10 Simultaneous rk bv Others
A. Bv Owner. Owner shall have the right to perform or have performed
such other work as Owner may desire in, about, or near the Work Site during the
performance of the Work by Contractor.
B. Coord ination. Contractor shall make eve ry reasonable effort to
perform the Work in such manner as to enable both the Work and such other work to be
completed without hindrance or interference from each other. Contractor shall keep itself
informed of the progress and the detail of such other work; shall afford Owner and other
contractors reasonable opportunity for the execution of such other work; shall properly
connect and coordinate the Work with such other work; and shall notify Engineer
immediately of lack of progress or defective workmanship in the provision, performance,
or completion of such other work in any case where such lack of progress or defective
workmanship will or may interfere with the Work or the operations of Contractor or its
8
I
-15-
GENERAL CONDITIONS
Subcontractors. Whenever there is a conflict between the Work and such other work,
Engineer shall, upon request of Contractor or the Person performing such other work,
determine the manner in which such conflict shall be resolved or accommodated.
Contractor shall proceed at its own risk in the event Contractor fails to request such
determination from Engineer.
C. Bv Others. Contractor acknowled ges that other contractors not
under the direction or control of Owner may be encountered in the performance of the
Work by Contractor. Contractor shall perform the Work in such a manner as to enable
both the Work and the work of such other contractors to be completed without hindrance
or interference from each other.
E. @iInE. lf the Work or any of Contractor's operations or property is
damaged by any other Person, Contractor shall make its claim directly against such
Person. lf a dispute develops between Contractor and any such other Person concerning
the responsibility for any such damage, the dispute shall be resolved with such other
Person by whatever method may be available and appropriate, but such dispute shall not
be cause for delay in the restoration of the damaged Work, and Contractor shall restore
the Work immediately. Failure of Contractor to comply with this Subsection shall entitle
Owner to perform, or to have performed, all Work necessary for compliance with this
Subsection and to withhold or recover from Contractor the cost of such Work.
1.'l1 OccuDancv Prior Final Acceptance
Owner shall have the right, at its election, to occupy, use, or place in service any
part of the Work prior to Final Acceptance of the Work. Such occupancy, use, or
placement in service shall be conducted in such manner as not to damage any of the
Work or to unreasonably interfere with the progress of the Work. No such occupancy,
use, or placement in service shall be construed as an acceptance of any of the Work or
a release or satisfaction of Contractor's duty to insure and protect the Work, nor shall it
be considered as an interference with Contractor's provision, performance, or completion
of the Work.
1.12 Suspension or Termination of Work for Convenience
A. Suspension for Conyenience. Owner shall have the right at any time,
by Change Order, for its convenience, to suspend, for such period of time as may be
-'t6-
D. Chanqes. lf other contractors, regardless of whether such
contractors are under the direction or control of Owner or are not under the direction or
control of Owner, change the conditions found at, or in the vicinity of, the Work Site, both
Contractor and Owner shall treat the new conditions as if they were previously existing
conditions. Owner shall not be entitled to any credits and Contractor shall not be entitled
to any equitable adjustment in the Contract Price as a result of such changes except as
expressly provided, and only to the limited extent set forth, in Sections 2.1 through 2.3 of
these General Conditions of Contract.
GENERAL CONDITIONS
B. Termination fo r Convenience. Owner shall havethe right at any time,
by Change Order, for its convenience, to terminate the Work in whole or in part.
c.Owner's and Conhactor's O blioations . Every Change Order issued
pursuant to Subsection 1.12A or Subsection 1.128 shall state the extent and effective
date of such termination or suspension. On such effective date, Contractor shall, as and
to the extent directed, stop Work under this Contract, cease all placement of further orders
or Subcontracts, terminate or suspend Work under existing orders and Subcontracts,
cancel any outstanding orders or Subcontracts that can be canceled, and take any action
necessary to protect any property in its possession in which Owner has or may acquire
any interest and to dispose of such property in such manner as may be directed by Owner.
D. Pavments for moleted Work. ln the event of a ny termination
pursuant to Subsection 1.128 above, Owner shall pay Contractor (1)such direct costs,
determined in accordance with generally accepted accounting practices in the
construction industry, consistently applied, and excluding overhead, as Contractor shall
have paid or incurred for all Work done in compliance with, or as required by or pursuant
to, this Contract up to the effective date of termination, together with ten percent of such
costs for overhead and profit; and (2) such other costs pertaining to the Work, exclusive
of overhead and profit, as Contractor may have reasonably and necessarily incurred as
the result of any such termination. The total payment to be made to Contractor by reason
of such termination shall not in any event exceed a percentage of this Contract equal to
the proportion that the Work completed prior to the effective date of termination bears to
the total Work required by this Contract. Any such payment shall be offset by any prior
payment or payments and shall be subject to Owner's rights to withhold or deduct as
provided in this Contract.
-17-
determined by Owner to be necessary or desirable for the convenience of Owner, and
thereafter to require resumption of, the whole or any part of the Work, without invalidating
the provisions of this Contract. Contractor shall not be entitled to any equitable
adjustment in the Contract Price as a result of any such suspension for convenience of
Owner.
GENERAL CONDITIONS
ARTICLE II
CHANGES AND DELAYS
2.1 Chanqes
A. Field Adi ustments. No equitable adjustment shall be made in the
Contract Price, and no Change Order, other than a possible Balancing Change Order
pursuant to Paragraph 5.1C2 of these General Conditions of Contract, shall be issued,
for field adjustments in the Work ordered by Owner or resulting from, arising out of, or in
any way related to, conditions found at, or in the vicinity of, the Work Site, including
subsurface, underground or other concealed conditions or obstructions, buried structures,
utility locations or conditions, adverse soil conditions, changed site conditions due to work
by other contractors, and similar site conditions, that, in combination with all Change
Orders and all other field adjustments, increase the quantity of any Unit Price ltem by 20
percent or less of the approximate quantity for that Unit Price ltem set forth in the
Schedule of Prices, or increase the quantity of discrete units comprising any lump sum
component part of the Work by 20 percent or less of the quantity of discrete units
comprising that lump sum component part of the Work set forth in the Breakdown
Schedule, as the case may be. Contractor shall be solely responsible for dealing with
such field adjustments and Owner shall not be entitled to any credits and Contractor shall
not be entitled to any equitable adjustments in the Contract Price as a result of such field
adjustments. For Work to be paid on a Unit Price basis, any such increases in the quantity
of any Unit Price ltem shall be paid for at the respective Unit Price for each such Unit
Price ltem set forth in the Schedule of Prices. For lump sum Unit Prices, the percentage
of increase, and the amount to be paid for such field adjustments, shall be determined on
the basis of the number of discrete units comprising such lump sum Unit Price ltem set
forth in the Breakdown Schedule for that lump sum Unit Price ltem. For Work to be paid
on a lump sum basis, no amounts shall be paid for such increases in any lump sum
component part of the Work other than the lump sum amount included in the Breakdown
Schedule for that lump sum component part of the Work.
B. Chanqe Orders. Owner shall have the right to issue Change Orders
to Contractor without the consent of Contractor and without notice to any surety of
Contractor. Owner shall also issue Change Orders making an equitable adjustment in
the Contract Price for any field adjustment as set forth in Subsection 2.1A above that, in
combination with all Change Orders and all other field adjustments pursuant to
Subsection 2.1A above, increase the quantity of any Unit Price ltem by more than 20
percent of the approximate quantity for that Unit Price ltem set forth in the Schedule of
Prices, or increase the quantity of discrete units comprising any lump sum component
part of the Work by more than 20 percent of the quantity of discrete units comprising that
lump sum component part of the Work set forth in the Breakdown Schedule, as the case
may be, but only for that portion of Work that exceeds 120 percent of said quantity or
discrete units comprising a lump sum component part of the Work. For lump sum Unit
Prices, the percentage of increase shall be determined on the basis of the number of
discrete units comprising such lump sum Unit Price ltem set forth in the Breakdown
Schedule for that lump sum Unit Price ltem.
-18-
GENERAL CONDITIONS
Contractor shall promptly comply with every Change Order, notwithstanding
any disputes or objections concerning such Change Order. No Change Order shall be
construed to invalidate this Contract not to entitle Contractor to additional compensation
except and only to the extent provided in Sections 2.2 and 2.3 below.
No Balancing Change Order issued pursuant to Paragraph 5.1C2 of these
General Conditions of Contract shall constitute, be deemed to be, or operate as, an
equitable adjustment in the Contract Price.
C. Class ification. For purposes of Subsections 2.14 and 2.'l B above,
in determining whether an equitable adjustment in the Contract Price shall be made based
upon any field adjustment, any increase in any component part of the Work included or
subsumed within a Unit Price ltem as defined in the Contract Drawings and
Specifications, or included or subsumed within a discrete unit comprising a lump sum
component part of the Work set fo(h in the Breakdown Schedule, as the case may be,
shall be classified under such Unit Price ltem or discrete unit, and the fact that Contractor
uses a different method of providing, performing, and completing such field adjustment
than originally contemplated shall not be a basis for not classifying such Work under one
or more of the Unit Price ltems set forth in the Schedule of Prices, or under one or more
of such discrete units set forth in the Breakdown Schedule, as the case may be.
Any Change Order issued that does not include an equitable adjustment in
the Contract Price or Contract Time shall be construed to be a determination by Owner
that Contractor is not entitled to any equitable adjustment by reason of such Change
Order. All claims by Contractor for an equitable adjustment in either the Contract Price
or the Contract Time based on a Change Order shall be made, whenever feasible, before
Contractor proceeds with any Work pursuant to such Change Order and shall, in all
events, be made no later than two business days after receipt of such Change Order. All
such claims shall, if not made prior to such time, be conclusively deemed to have been
waived. Any claims by Contractor for an equitable adjustment in the Contract Price or
Contract Time that have not been included, or fully included, in a Change Order shall not
relieve Contractor of its responsibility to proceed without delay to perform the Wo* in
compliance with the Change Order.
No equitable adjustment shall be made in the Contract Price or Contract
Time on the basis that the Work is, or has become, more difficult than Contractor's Price
Proposal would reflect or because of any risk or change in the Work that Contractor is
-19-
2.2 EquitableAdiustments
Subject to the limitations set forth in this Article ll, if any Change Order
causes an increase or decrease in the amount of the Work or if a Change Order is
required to be issued for certain field adjustments as set forth in Subsection 2.18 above,
an equitable adjustment in the Contract Price or Contract Time may, upon the request of
either Owner or Contractor, be made pursuant to Section 2.3 or Section 2.4 of these
General Conditions of Contract.
GENERAL CONDITIONS
responsible for dealing with under this Contract without any equitable adjustment in the
Contract Price or Contract Time as set forth in Subsection 2.1A above and in Subsection
2.4A below.
2.3 Contract Pri Ad ustmen ts
A. lncreased Work. lf any Change Order causes an increase in the
amount of the Work or if a Change Order is required to be issued for certain field
adjustments as set forth in Subsection 2.1B above ("lncreased Work"), then Engineer
shall determine, and include in such Change Order, subject to the limitations of Sections
2.1 and 2.2 above, the amount of the equitable adjustment in Contract Price, if any, to be
allowed. Such determination shall be made as follows:
Unit Prices. lf the Schedule of Prices provides Unit Prices and
if the lncreased Work or any part thereof that can be classified
under one or more of the Unit Price ltems set forth in the
Schedule of Prices, then such lncreased Work or part thereof
classified under such Unit Price ltem shall be paid for at the
Unit Price listed in the Schedule of Prices for such Unit Price
Item unless, for good cause shown, Contractor and Owner
agree upon either a greater or lesser Unit Price for such
lncreased Work or part thereof or unless Owner, in its sole
discretion, elects not to pay for the lncreased Work or part
thereof on the basis of Unit Prices, in which event, such
lncreased Work shall be paid for as set forth in either
Paragraph 2.3M or Paragraph 2.3A3 below.
Agreed Prices. lf the Schedule of Prices does not provide Unit
Prices or if the lncreased Work or any part thereof cannot be
classified under one or more of the Unit Price ltems set forth
in the Schedule of Prices or if Owner elects, pursuant to
Paragraph 2.341 above, not to pay for the lncreased Work or
part thereof on the basis of Unit Prices, then such lncreased
Work or part thereof shall be paid for on the basis of such lump
sum price or such time and material prices as Owner and
Contractor may agree prior to the commencement of such
lncreased Work unless Owner elects, in its sole discretion, to
pay for such lncreased Work or part thereof as set forth in
Paragraph 2.3A3 below.
Reasonable Cost Plus. Any lncreased Work or part thereof
not paid for pursuant to Paragraphs 2.341 or 2.342 above
shall, to the extent entitled to be paid for pursuant to this
Contract, be paid for at the reasonable cost of such lncreased
Work or part thereof, as determined by Engineer, in the
manner provided in this Paragraph.
1
2
3
-20-
Except as hereinafter limited, the reasonable cost of
lncreased Work shall include the reasonable cost, as
determined by Engineer, to Contractor of all personnel
employed and all equipment, materials, and supplies used, on
the lncreased Work for the period of such employment or use.
The reasonable cost of lncreased Work shall include amounts
paid, if any, for Social Security, insurance such as wo*ers'
compensation, other direct assessments upon Contractor's
payroll by authorized public agencies, and other approved
assessments such as union benefits not normally included in
payments made directly to employees but customarily
recognized as part of the payroll cost of doing the Work.
The reasonable cost of lncreased Work shall not include
insurance not directly related to payroll expenses such as
liability insurance or property damage insurance.
The reasonable cost of lncreased Work shall not include the
cost of any purchase or rental of any buildings or small tools.
The reasonable cost of lncreased Work shall not include the
cost of any personnel above the level of foreman or the cost
of Contractor's ofiice and engineering staff.
The reasonable cost of all equipment used on the lncreased
Work shall be based upon the monthly rental rates set forth in
the most recent edition of "RENTAL RATE BLUEBOOK FOR
CONSTRUCTION EQUIPMENT" published by
Nielson/DATAQUEST or a similar publication approved by
Engineer (the "Approved Rate"). The reasonable hourly cost
of equipment shall be calculated by multiplying the Approved
Rate (without consideration of overtime charges or charges
forfuel and oil) by 12 and dividing the product by 2,080. lf the
lncreased Work requires the use of equipment not already on
the Work Site, or not already required to be provided at the
Work Site under the terms of this Contract, the cost of
transportation, not exceeding a distance of 100 miles of such
equipment to and from the Work Site shall be considered part
of the reasonable cost of the lncreased Work.
Contractor may add a maximum of fifteen percent of the
reasonable costs set forth above to cover the costs of use of
capital, overhead, and profit, including premiums on any
Bonds or insurance on account of the lncreased Work (except
as hereinbefore permitted for direct reimbursement), and
GENERAL CONDITIONS
-21-
GENERAL CONDITIONS
profit and overhead of any and all Subcontractors and
Suppliers performing all or any part of the lncreased Work.
Contractor shall keep a daily record of all lncreased Wo*
provided, performed, or completed by Contractor or any
Subcontractor or Supplier. The daily record shall include the
nature of the lncreased Work performed, the names of all
personnel employed, and the hours worked by each, the
equipment, materials and supplies used, including, where
appropriate, the quantities used and the hours of use. To
constitute verification that lncreased Work was provided,
performed, or completed, the daily record for each Day must
be signed by both Contractor and Engineer not later than the
end of the following business day. Contractor's failure to so
keep and so verify such a daily record shall constitute a waiver
of any claim for compensation for lncreased Work.
ln the event of any dispute as to the reasonableness of the
method or manner of performing any lncreased Work, or the
cost thereof, including, but not limited to, personnel or
equipment requirements to perform the lncreased Work,
Contractor shall provide all supporting documentation,
including cancelled checks, payroll documentation, and any
relevant union requirements or regulations. ln the absence of
such supporting documentation, Engineer's determination of
the reasonableness of the chosen method or manner of
performing the lncreased Work, of the cost thereof, and, if
unreasonable, of the reasonable cost of providing,
performing, and completing the lncreased Work if a
reasonable method or manner or cost had been chosen, shall
be conclusive and binding on Contractor.
For purposes of Paragraphs 2.3A1 and 2.3M, in determining
whether the lncreased Work or any part thereof can be
classified under one or more of the Unit Price ltems set forth
in the Schedule of Prices, any increase in any component part
of the Work included or subsumed within a Unit Price ltem as
defined in the Contract Drawings and Specifications shall be
classified under such Unit Price ltem and the fact that
Contractor uses a different method of providing, performing,
and completing lncreased Work than Contractor originally
contemplated shall not be a basis for not classifying lncreased
Work under one or more of the Unit Price ltems set forth in the
Schedule of Prices.
4.
-22-
GENERAL CONDITIONS
B. Decreased Work. lf an y Change Order causes a decrease in the
amount of the Work ("Decreased Work"), then Engineer shall determine, and include in
such Change Order, (1) the amount of the equitable adjustment in the Contract Price to
be credited to Owner based on the value of the Decreased Work determined in
accordance with Subsection 5.1C of these General Conditions of Contract and (2) the
allowance, if any, due Contractor for any actual loss incuned in connection with the
purchase, delivery, and subsequent disposal of equipment, materials, or supplies that
would have been used on the Work but for the Change Order and that could not be
returned to their source for credit or used in any part of the Work as actually provided,
performed and completed. ln no event shall any Decreased Work entitle Contractor to
make a claim for damages, anticipated profits, or any other compensation except the
aforesaid allowance for actual loss incurred for such unused and unreturned equipment,
materials, or supplies. Ownership of any such unused equipment, materials, or supplies
paid for by Owner shall, at Owner's option, be conveyed to Owner.
C. Nettinq of Pri Adiustments. When both lncreased Work and
Decreased Work result from a single Change Order, the allowance for overhead and profit
pursuant to the reasonable cost method of Paragraph 2.343 above, if utilized, shall be
figured on the basis of the net increase, if any, in the Work.
D. No Compensat ion for Delavs. Contractor shall not claim or be
entitled to any payment, compensation, damages, or adjustment of any kind, other than
a possible extension of the Contract Time, if applicable, as provided for in
Subsection 2.4C below, because of hindrances or delays, whether avoidable or
unavoidable, from any cause in the commencement, provision, performance, or
completion of the Work, including but not limited to:
Any act, error, omission or interference of Owner, Engineer,
or any other Person, including, without limitation, late,
changed, or erroneous Bidding Documents or Contract
Documents; changes in sequence, suspensions,
accelerations, or de-accelerations of the Work; lack of access,
rights-of-way, or easements for the Work; lack of approvals,
decisions, or payments; issuance of Change Orders; or
occupancy, use, or placement into service of the Work prior
to Final Acceptance;
Differing or unanticipated conditions at, or in the vicinity of, the
Work Site;
The simultaneous presence and operations of other
contractors;
5
1
2
3
-23-
Except as set forth above, no claim for compensation in
excess of the Contract Price shall be made or allowed on
account of lncreased Work.
GENERAL CONDITIONS
Strikes, lockouts, or labor or material shortages;
Fires or other casualties;
6. Delays in transportation; and
7. Acts of God or natural phenomena, whether or not such
phenomena are unusual or unusually severe considering the
time of year and the particular locality involved.
Contractor expressly agrees that it will accept in full satisfaction for all such delays and
hindrances a possible extension of the Contract Time, if applicable, as provided in
Subsection 2.4C below and that it will make no claim for, nor be entitled to, equitable
adjustment of the Contract Price; or any compensatory, acceleration, or disruption
damages; or any other damages or costs of any kind or nature for any such delays or
hindrances, including, but not limited to, damages or costs resulting from, arising out of,
or in any way related to increases in time-related costs; increases in costs of labor,
equipment, materials, or supplies; costs of additional personnel; costs of additional
equipment; costs ofadditional premium time for personnelor equipment; increase in costs
for Bond or insurance premiums; lower labor produclivity; lost profits or alternative
income; effects on other contracts; and costs of demobilization and remobilization.
2,4 Extensions of Contract Time
A. Anticipated Delavs. Difficulties or obstructions that may arise out of,
or be encountered as a result of, adverse weather conditions, equipment breakdowns,
subsurface, underground, or other concealed conditions or obstructions, buried
structures, utility locations or conditions, adverse soil conditions, and changed site
conditions due to work by other contractors are inherent in the nature of the Work of this
Contract. Allowances and contingencies for dealing with such difficulties or obstructions
are to be allowed for in Contractor's schedule and shall not be treated as unavoidable
delays pursuant to Subsection 2.4C below. Changes inthe sequence in which the Work
is provided, performed, and completed resulting from delays or hindrances that affect only
part of the Work but not the provision, performance, or completion of other parts of the
Work, nor completion ofthe whole ofthe Work, are also inherent in the nalure ofthe Work
of this Contract. Allowances and conlingencies for such changes are to be allowed for in
Contractor's schedule and shall not be treated as unavoidable delays pursuant to
Subsection 2.4C below.
B. Extensions for lncreased Work. Subject to Subsection 2.4A above,
when a Change Order causes an increase in the time required to complete the Work, an
extension ofthe Contract Time shall be granted as part of such Change Orderfor a period
of time equal to the additional time required to complete the Work.
C. Extensions for Unavoidable Delavs. Subject to Subsection 2.4A
above, for any delay or hindrance in completing the Work that may result from causes
lhat could not be avoided or controlled by Contractor, as determined by Owner,
4
5
-24-
GENERAL CONDITIONS
Contractor shall upon timely written application, immediately upon the occurrence of any
event giving rise to such unavoidable delay and, in any event, no later than two business
days thereafter, be entitled to issuance of a Change Order providing for an extension of
the Contract Time for a period of time equal to the delay resulting from such unavoidable
cause.
D. Extensions for Susoensions . lf Owner orders Contractor to suspend
the whole of the Work or to suspend a part of the Work that increases the time required
to complete the Work, Owner shall, unless such suspension was due to Contractor's
failure to perform in accordance with the requirements of this Contract, extend the
Contract Time for a period of time equal to the delay caused by such suspension.
2.5 Constructive Ch anoe Orders
Sections 2.2 through 2.4 set forth the sole means by which an equitable
adjustment in the Contract Price or Contract Time shall be allowed. No claims for
equitable adjustments in the Contract Price or Contract Time shall be made or allowed
unless embodied in a Change Order initiated by Owner pursuant to Section 2'1 or
requested by Contractor, and approved by Owner, pursuant to this Section 2.5. lf Owner
fails to issue a Change Order including, or fully including, an equitable adjustment in the
Contract Price or Contract Time to which Contractor claims it is entitled under Sections
2.2 through 2.4, Contractor may assert a claim that it is entitled to a constructive change
order for, but only for, the equitable adjustment due under said Sections pursuant to the
procedures of this Section 2.5. lf Contractor believes that any requirement, direction,
instruction, interpretation, determination, or decision of Owner or Engineer entitles
Contractor to an equitable adjustment in the Contract Price or Contract Time under
Sections 2.2 through 2.4 that has not been included, orfully included, in a Change Order,
then Contractor shall submit to Engineer, with a copy to Owner, a written request for the
issuance of, or revision of, a Change Order, including the equitable adjustment, or the
additional equitable adjustment, in the Contract Price or Contract Time that Contractor
claims has not been included, or fully included, in a Change Order. Such request shall,
whenever feasible, be submifted before Contractor proceeds with any Work for which
Contractor claims an equitable adjustment is due and shall, in all events, be submitted no
later than two business days after receipt of notice of such requirement, direction'
instruction, interpretation, determination, or decision. Upon receipt by Engineer of any
such request, the parties shall proceed as provided in Article Vl of these General
Conditions of Contract pertaining to disputes and remedies. Notwithstanding the
submission of any such request, Contractor shall proceed without delay to perform the
Work as required, directed, instructed, interpreted, or decided by Owner or Engineer and
shall, pending a final resolution of the issue, keep a daily record of such Work in the
manner provided in Paragraph 2.3A3 above. Unless Contractor submits such a request
within two business days after receipt of notice of such requirement, direction, instruction,
interpretation, determination, or decision, Contractor shall be conclusively deemed (1) to
have agreed that such requirement, direction, instruction, interpretation, determination, or
decision does not entitle Contractor to an equitable adjustment in the Contract Price or
-25-
GENERAL CONDITIONS
Contract Time and (2) to have waived all claims based on such requirement, direction,
instruction, interpretation, determination, or decision.
2.6 No Waiver and Release
Except to the extent embodied in a Change Order, neither the provisions of
this Article ll nor any communication between or among Owner, Engineer, and Contractor
shall operate to relieve Contractor of its duty to perform the Work in full compliance with,
and as required by or pursuant to, this Contract, within the Contract Time, and for the
Contract Price, or to release or discharge Contractor from any duty arising under this
Contract.
2.8 SpecificReferences Exemolarv
No specific provision of this Contract to the effect that there shall be no
change or adjustment in the Contract Price or Contract Time shall be construed to be an
exclusive listing of the circumstances in which there shall be no adjustment in Contract
Price or Contract Time, but, rather, all such provisions shall be construed to be exemplary
only.
ARTICLE III
CONTRACTOR'S RES PONSIBILITY FOR DEFECTIVE WORK
3.1 lnspection:Testinq; Correction of Defects
A. lnspection. Until Final Pa yment, all parts of the Work shall be subject
to inspection and testing by Owner, by Engineer, by any public authority having
jurisdiction, and by any other Person designated by Owner. Contractor shall furnish, at
its own expense, all reasonable access, assistance, and safe and proper facilities
required by such Persons for such inspection and testing, both at the Work Site and at
any Subcontractor's or Supplier's plant or other source of supply, with full permission to
-26-
2.7 No Other Comoensation
No payments, compensation, damages, reimbursements, or monetary
consideration of any kind shall be paid or owing to Contractor in connection with, or arising
out of, this Contract other than, and subject to deduction as provided for in this Contract,
the lump sum amount or amounts stated in the Schedule of Prices, for Work to be paid
on a lump basis, the Unit Price stated in the Schedule of Prices for each acceptable unit
of each Unit Price ltem installed and complete in place, measured on the basis defined in
the Contract Drawings and Specifications or, in the absence of such definition, on the
basis determined by Engineer, for Work to be paid on a Unit Price basis, the equitable
adjustment in the Contract Price included in any Change Order, and any bonuses
provided for, and only to the extent provided in, the Special Conditions of Contract.
Contractor shall not claim or be entitled to any other payment, compensation, damage,
reimbursement, or monetary consideration of any kind for the provision, performance, or
completion of the Work.
GENERAL CONDITIONS
take samples of any materials or supplies that may or might be used in the Work, at
Contractor's own expense. Contractor shall notify Owner and Engineer of the readiness
of any part of the Work for any inspection or test that may be required by or pursuant to
this Contract or applicable Laws. Owner and Engineer shall perform all of their
inspections and tests so as not to delay the Work unduly, but Contractor shall schedule
the Work in light of the need for time to perform such inspections and tests. No part of
the Work as to which any specific inspection or test is required shall be covered or closed
until such inspection or test has been completed. lf such Work is covered or closed, then
it shall be uncovered or opened and, after the inspection or test, recovered or reclosed,
by Contractor, all at Contractor's expense.
B. Additional lnspections. lf any Work for which an inspection or test is
not required by this Contract has been covered or closed so as to prevent inspection or
testing, Owner shall nevertheless have the right to order such Work to be inspected or
tested and, if so ordered, such Work shall be uncovered or opened by Contractor. lf the
Work thus uncovered or opened is found to be free from defects, damage, and flaws and
to be suitable for its intended purpose and to be otherwise in conformity with this Contract,
then Owner shall pay the cost of uncovering, opening, re-inspecting, re-testing, covering,
or closing, as the case may be. lf the Work uncovered or opened is not free from defects,
damage, and flaws or is not suitable for its intended purpose or is otherwise not in
conformity with this Contract, then Contractor shall pay all such costs.
C. Re-lnspections. Re-in spection and re-testing of any Work may be
ordered by Owner at any time, and, if so ordered, any covered or closed Work shall be
uncovered or opened by Contractor. lf the Work thus uncovered or opened is found to
be free from defects, damage, and flaws and to be suitable for its intended purpose and
to be otherwise in conformity with this Contract, then Owner shall pay the cost of
uncovering, opening, re-inspecting, re-testing, covering, or closing, as the case may be.
lf the Work uncovered or opened is not free from defects, damage, and flaws or is not
suitable for its intended purpose or is otherwise not in conformity with this Contract, then
Contractor shall pay all such costs.
D. Conection. Until Final Pa yment, Contractor shall, promptly and
without charge, repair, correct, or replace all or any part of the Work that is defective,
damaged, flawed, or unsuitable or that in any way fails to mnform strictly to the
requirements of this Contract and shall pay to Owner all resulting costs, expenses, losses,
or damages suffered by Owner as a result of any such defect, damage, flaw, unsuitability
or nonconformity.
E. No Waiver. No ins pection or test, failure to inspect or test, or waiver
of inspection or testing by Owner or Engineer shall relieve Contractor of its duty to
complete the Work in full compliance with, and as required by or pursuant to, this
Contract. Failure or neglect on the part of Engineer to condemn Work that is defective,
damaged, flawed, unsuitable, or nonconforming shall not be construed as acceptance of
such Work nor as a waiver of compliance with the requirements of this Contract.
-27-
GENERAL CONDITIONS
3.2 Warrantv of Work
A. Scope of Warrantv. Contractor warrants that the Work and all of its
components shall be free from defects and flaws in design, workmanship, and materials;
shall strictly conform to the requirements of this Contract; and shall be fit, sufficient, and
suitable for the purposes expressed in, or reasonably inferred from, this Contract.
Contractor further warrants that the strength of all parts of all equipment, materials, and
supplies incorporated into the Work shall be adequate and as specified and sufficient to
meet the performance requirements of this Conkact. The warranty herein expressed
shall not be the sole and exclusive warranty but, rather, shall be in addition to any other
warranties expressed in this Contract, or expressed or implied by Law, which are hereby
reserved unto Owner.
B. Reoairs: Extension of Warrantv. Contractor shall, promptly and
without charge, correct any failure to fulfill the above warranty that may be discovered or
develop at any time within two years after Final Payment or such longer period as may
be prescribed in the Contract Drawings and Specifications, in the Special Conditions of
Contract, or by Law. The above warranty shall be extended automatically to cover all
repaired and replacement parts and labor provided or performed under such wananty
and Contractor's obligation to correct Work shall be extended for a period of two years
from the date of such repair or replacement. Nothing contained in this Subsection 3.28
shall be construed to establish a period of limitation with respect to other obligations that
Contractor has under this Contract. The time period established in this Subsection 3.28
relates only to the specific obligation of Contractor to conect Work and has no relationship
to the time within which the obligations to comply with this Contract may be sought to be
enforced, nor to the time within which proceedings may be commenced to establish
Contractor's liability with respect to Contractor's obligations other than specifically to
correct the Work.
3.3 Contractor Dutv to Correct With out Delav
ln the event of any claim by Owner pursuant to Section 3.1 or Section 3.2
above that the Work is defective, damaged, flawed, unsuitable, nonconforming, or that
the Work fails to fulfill the above warranty, Contractor shall be given a reasonable
opportunity to confirm the validity of such claim, but Contractor shall not, unless
authorized in writing by Owner, delay correction of the claimed defect, damage, flaw,
unsuitability, nonconformity, or failure while making such determination. ln the event any
such claim is shown to be invalid following such correction by Contractor, Owner shall
pay the cost of such correction.
3.4 Owner's Right to Correct
lf, within two business days after Owner gives Contractor notice of any
defect, damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to
correction by Contractor pursuant to Section 3.1 or Section 3.2 above, Contractor fails,
refuses, or neglects to make, or to undertake with due diligence to make, the necessary
-28-
GENERAL CONDITIONS
corrections, then Owner shall be entitled to make, either with its own forces or with
contract forces, the corrections and to recover from Contractor all resulting costs,
expenses, losses, or damages, including attomeys' fees and administrative expenses.
lf in the judgment of Owner, the delay required to give Contractor the
aforesaid two business days-notice would cause serious damage or loss that could be
avoided by immediate action, Owner shall have the right, without giving prior notice to
Contractor, to perform, or to have performed, all work necessary to make the corrections
and to recover from Contractor the cost of such corrections. ln such event, Contractor
shall be notified as promptly as possible and shall assist, whenever possible, in making
the necessary conections.
3.5 Subco r and Supplier Warranties
Whenever the Special Conditions of Contract or the Specifications require
a Subcontractor or Supplier to provide a guaranty or warranty, Contractor shall be solely
responsible for obtaining said guaranty or warranty in form satisfactory to Owner and
assigning said warranty or guaranty to Owner. Acceptance of any assigned warranties
or guaranties by Owner shall be a precondition to Final Payment and shall not relieve
Contractor of any of its guaranty or wananty obligations under this Contract.
Whenever the Special Conditions of Contract or the Specifications require
a Subcontractor or Supplier to provide a guaranty or warranty, Contractor shall be solely
responsible to obtain from the guarantying or warranting Person a written certification, in
form satisfactory to Owner, that (1) all things required for the successful operation of the
warranted item in accordance with the Specifications have been designed, manufactured
and installed in accordance with all requirements of the guarantying or wananting Person;
(2) all requirements and conditions necessary to validate the guaranty or warranty,
whether specified in this Contract or not, have been complied with; and (3) all procedures
necessary to maintain the guaranty or wananty in full force and effect during the
applicable guaranty or wananty period, including but not limited to maintenance
obligations and storage conditions, have been provided to Owner in writing and written
acknowledgments of all such disclosed procedures have been provided by Owner to the
warranting or guarantying Person. Acceptance of any such certification by Owner shall
be a precondition to Final Payment and shall not relieve Contractor of any of its obligations
under this Contract to provide additional or other certifications.
-29-
GENERAL CONDITIONS
4.1 Required Coveraqes
Contractor shall, prior to and at all times while providing, perfonning, or
completing the Work, including, without limitation, at all times while repairing, correcting,
or replacing all or any part of the Work that is defective, damaged, flawed, unsuitable,
nonconforming, or that fails to meet warranty subject to conection by Contractor pursuant
to Section 3.1 or Section 3.2 of these General Conditions of Contract, procure, maintain,
and keep in force, at Contractor's expense, all insurance necessary to protect and save
harmless Owner, the Work, the Work Site, and all property located at or about the Work
Site, including but not limited to the insurance coverages specified in Section 4.3 below
and in Section 4 of the Special Conditions of Contract ("Required Coverages").
4.2 lnsuranceCompanies
All Required Coverages shall be provided by insurance companies rated A
minus or better in Best's lnsurance Guide and otherwise acceptable to, and approved by,
Owner. Required Coverages may be in any combination of primary, excess, and umbrella
policies. Any excess or umbrella policy must provide excess coverage over underlying
insurance on a following-form basis such that when any loss covered by the primary policy
exceeds the limits under the primary policy, the excess or umbrella policy becomes
effective to cover such loss. No policy may have a deductible or self-insured retention of
more than one percent of the policy limit. Contractor shall furnish to Owner two copies of
a certificate of insurance for each Required Coverage. Each such certificate and policy
shall be in a form satisfactory to Owner and shall provide that no change, modification in,
or cancellation of the insurance represented by it shall become effective until the
expiration of 30 Days after written notice thereof shall have been given by the insurance
company to Owner and any Additional lnsured.
4.3 lnsurance Minimum Coveraqes
Certificates of lnsurance shall be presented to the Village within fifteen ('15)
days after the receipt by the contractor 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 bid guarantee be retumed until acceptable insurance certificates are received
and approved by the Village.
Each contractor 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 lll of Chapter 12 of the Code of Ordinances of the Village of Oak Brook (hereinafter
refened to as "lnsured") shall be required to carry such insurance as specified herein. Such
contractor 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 underthe contract or permit, by either
-30-
ARTICLE IV
INSURANCE
GENERAL CONDITIONS
the contractor, permiftee, or their agents, representatives, employees, or subcontractors.
A contractor or permittee shall maintain insurance with limits no less than:
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 $5,000, the required limit shall be
$500,000;
Automobile Liability (if applicable) - $1,000,000 combined single limit per
accident for bodily injury and property damage;
Worker's Compensation and Employer's Liability - Worker's Compensation limits
as required by the Labor Code of the State of lllinois and Employe/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,
volunteers, and agents; or the lnsured 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
(1) The Village, its officers, offcials, employees, and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of the lnsured; premises owned, occupied, or
used by the lnsured. The coverage shall contain no special limitations on
the scope of protection afforded to the Village, its officers, officials,
employees, volunteers, and agents.
(2) The lnsured's insurance coverage shall be primary insurance as respects
the Village, its officers, ofiicials, employees, and volunteers. Any
insurance or self-insurance maintained by the Village, its ofiicers, offcials,
employees, or volunteers shall be in excess of the lnsured's insurance and
shall not contribute with it.
(3) Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the Village, its ofiicers, officials, employees, or
volunteers.
(4) The lnsured's insurance shall apply separately to each covered pafi
against whom claim is made or suit is brought except with respect to the
A,
B
c
-3't-
D. General Liability and Automobile Liability Coverage -
GENERAL CONDITIONS
limits of the insurer's liability.
E. Worke/s Compensation and Employe/s Liability Coverage
The policy shall waive all rights of subrogation against the Village, its
officers, officials, employees, and volunteers 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 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, employees, volunteers, and
agents as additional lnsureds. lnsurance is to be placed with insurers with a Best's rating
of no less than A: Vll.
Each lnsured shall fumish 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 Attomey 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 coveEges
for subcontractors shall be subject to all of the requirements stated herein.
4.4 AdditionalCoveraqes
The insurance coverages and limits required by Section 4.3 above shall be
deemed to be minimum coverages and limits and shall not be construed in any way as a
limitation on Contractor's duty to carry adequate insurance as required by Section 4.1
above or on Contractor's liability for losses and damages under this Contract. Contractor
shall at all times carry such additional coverages and limits as may be necessary to fully
comply with this Contract.
4.5 Subcontractorlnsurance
Unless otherwise provided in the Special Conditions of Contract or unless
otherwise approved by Owner in a Change Order, Contractor shall not allow any
Subcontractor to commence or continue any part of the Work until and unless such
Subcontractor provides and has in force Commercial General Liability insurance
coverage equal to $2,000,000 or the amount of its Subcontract, whichever is greater, and
Workers' Compensation and Employer's Liability and Commercial Motor Vehicle Liability
insurance coverages equal to those required of Contractor by this Article.
-32-
GENERAL CONDITIONS
ARTICLE V
PAYMENT
5.1 Proqress Pavments
A. General. Owner shall pay to Contractor in monthly installments,
subject to any additions, deductions, or withholdings provided for in this Contract,
90 percent of the Value of the Work, determined in the manner set forth in
Subsection 5.1C below, installed, and complete up to the Day before the Pay Request,
less the aggregate of all previous Progress Payments. The total amount of Progress
Payments made prior to Final Acceptance by Owner shall not exceed 90 percent of the
Contract Price.
B. Pav Requests. Contractor shall , as a condition precedent to its right
to receive each Progress Payment, submit to Engineer four (unless otherwise provided
in the Specifications) originally executed copies of a request for payment in the form
provided by Owner and accompanied by such supporting data and documentation as may
be required by this Contract or by Owner or Engineer ("Pay Request'). The first Pay
Request shall be submitted not sooner than 30 Days following the Commencement of the
Work. Owner may, by written notice to Contractor, designate a specific Day of each
month on or before which Pay Requests must be submifted.
Pay Requests shall include the following minimum data and documentation,
all of which shall be on forms supplied by, or otherwise acceptable to, Owner:
(i) Contractor's certification of the Value of the Work for which payment
is then requested. lf such certification is accepted by Engineer, it
shall constitute the Value of the Work for the purpose of determining
the amount of the current Progress Payment. lf such ce(ification is
not accepted by Engineer, and if Engineer and Contractor are unable
to agree as to the Value of the Work in question, such value shall,
for the purpose of determining the amount of the current Progress
Payment, be determined by Engineer in accordance with
Subsection 5.1C below.
(ii) Contractor's certification that all prior Progress Payments have been
properly applied to the payment or reimbursement of the costs with
respect to which they were paid.
(iii)
(iv)
(v)
(vi)
Contractor's Sworn Statement.
Contractor's partial or final waiver of lien.
Subcontractors' and Suppliers' Sworn Statements.
Subcontractors' and Suppliers' partial or final waivers of lien.
-33-
GENERAL CONDITIONS
(vii) Such other receipts, releases, affidavits, certificates, and other
evidence as may be necessary to establish, to Owner's satisfaction,
Contractor's, and its Subcontractors' and Suppliers', entitlement to
the Progress Payment being requested, prior payment for all labor,
equipment, materials, supplies, and other things covered by the Pay
Request; and the absence of any interest, whether in the nature of a
Lien or otherwise, of any Person in the Work, the Work Site, or any
other property belonging to, or being held by, Owner.
C. Value of Work. The Value of the Work shall be determined as
Lumo Sum ltems. For all Work to be paid on a lump sum
basis, Contractor shall, not later than 10 days after execution of the Contract Agreement
unless otherwise provided in the Specifications and, in all events, before submittlng its
first Pay Request, submit to Engineer a schedule showing the value of each component
part of such Work, and the quantity of discrete units comprising such component part of
the Work, in form and with substantiating data and documentation acceptable to Engineer
("Breakdown Schedule"). The sum of the items listed in the Breakdown Schedule shall
equal the amount or amounts set forth in the Schedule of Prices for lump sum Work.
Overhead and profit shall not be listed as separate items in the Breakdown Schedule. An
unbalanced Breakdown Schedule providing for overpayment of Contractor on component
parts of the Work to be performed first will not be accepted. The Breakdown Schedule
shall be revised and resubmitted until it is acceptable to Engineer. No payment shall be
made for any lump sum Work until Contractor has submitted, and Engineer has approved,
an acceptable Breakdown Schedule.
Engineer may require that the approved Breakdown Schedule be revised
based on developments occurring during the provision and performance of the Work. lf
Contractor fails to submit a revised Breakdown Schedule that is acceptable to Engineer,
Owner shall have the right either to suspend Progress and Final Payments for lump sum
Work or to make such Payments based on Engineer's determination of the value of the
Work completed.
2. Unit Price ltems. Forall Work to be paid on a Unit Price basis,
the value of such Work shall be determined by Engineer on the basis of the actual number
of acceptable units of Unit Price ltems installed and complete in place, multiplied by the
applicable unit price set forth in the Schedule of Prices. The actual number of acceptable
units installed and complete in place shall be measured on the basis defined in the
Contract Drawings and Specifications or, in the absence of such definition, on the basis
determined by Engineer. For lump sum Unit Prices, Contractor shall submit, as and when
required pursuant to Paragraph 5.1 C1 above, a Breakdown Schedule for such lump sum
Unit Price ltems"
The number of units of Unit Price ltems stated in the Schedule of Prices are
Engineer's estimate only and shall not be used in establishing the Progress and Final
1.
-34-
follows:
GENERAL CONDITIONS
5.2 Final Acceptance nd Final Pavment
A. Notice of omoletion. When the Work has been com pleted and is
ready in all respects for acceptance by Owner, Contractor shall notify Engineer, with a
copy to Owner, and request a final inspection ("Notice of Completion"), Contractor's
Notice of Completion shall be given sufficiently in advance of the Completion Date to
allow for scheduling of the final inspection and for completion or correction before the
Completion Date of any items identified by such inspection as being defective, damaged,
flawed, unsuitable, nonconforming, incomplete, or otherwise not in full compliance with
the requirements of this Contract ("Punch List Work"). Before giving its Notice of
Completion, Contractor shall satisfy itself that the whole Work, and every part thereof,
has been completed in full compliance with, and as required by or pursuant to, this
Contract, that all defects, damage, flaws, and non-conformities have been conected, and
that the Work Site and adjacent areas are fully restored, clean, and in good order.
B. Punch Listand F inal Acceotance. The Work shall be finall y accepted
when, and only when, the whole and all parts thereof shall have been completed to the
satisfaction of Owner in full compliance with, and as required by or pursuant to, this
Contract and the Work Site and adjacent areas shall have been fully restored, cleaned,
and placed in good order and in at least the same condition as immediately prior to
commencement of the Work. Upon receipt of Contractor's Notice of Completion and at a
time mutually agreeable to Owner, Engineer, and Contractor, Engineer shall make a
review of the Work and shall either notify Contractor in writing of all Punch List Work, if
any, to be completed or corrected ("Punch List") and of the time, not later than the
Completion Date, by which Contractor shall complete or conect all Punch List Work or, if
the Work is complete in full compliance with, and as required by or pursuant to, this
Contract and the Work Site and adjacent areas are fully restored, clean, and in good order
and in at least the same condition as immediately prior to commencement of the Work,
prepare and deliver to Owner a written recommendation that the Work be finally accepted'
Following Contractor's completion or correction of all Punch List Work, Engineer shall
make another review of the Work and shall either prepare and deliver to Contractor
another Punch List or, if the Work is complete in full compliance with, and as required by
or pursuant to, this Contract and the Work Site and adjacent areas are fully restored,
clean, and in good order and in at least the same condition as immediately prior to
commencement of the Work, prepare and deliver to Owner a written recommendation
that the Work be finally accepted.
-35-
Payments due Contractor. The Contract Price shall be adjusted, by a Balancing Change
Order, to reflect the actual number of acceptable units of Unit Price ltems installed and
complete in place upon Final Acceptance.
D. Date of Pavment. Contractor shall be paid no later than 45 Days
following Owner's approval of each Pay Request, and the amount of the Progress
Payment requested, at a meeting of Owner's governing body. Owner shall have no
obligation to approve any Pay Request that is not in full compliance with the requirements
of this Contract.
GENERAL CONDITIONS
The failure of Engineer to list any item on a Punch List shall not relieve
Contractor of its obligation to provide, perform and complete the Work in full compliance
with, and as required by or pursuant to, this Contract.
Whenever any permit, license, site agreement, or other approval or
authorization that may be required in connection with the Work requires that the Work
within public or private property not owned by Owner be installed, and the property
restored, to a condition satisfactory to such approving or authorizing Person, Contractor
shall be responsible for obtaining a written acknowledgment of the acceptance of such
Person in form satisfactory to Owner. Acceptance of any such acknowledgment by
Owner shall be a precondition to Owner's final acceptance of the Work and shall not
relieve Contractor of any of its obligations under this Contract to provide additional or
other acknowledgments.
ln the event more than two inspections and Punch Lists are required before
Engineer is prepared to deliver to Owner its written recommendation that the Work be
finally accepted, Contractor shall be charged the total cost incurred by Engineer for all
subsequent inspections and the preparation of such additional Punch Lists. lf the amount
due to the Contractor is not sufficient to cover such costs, Contractor shall reimburse
Owner for such costs upon demand.
C. Final Pavment. As soon as practicable, but not more than 60 Days,
after Final Acceptance, Contractor shall submit to Engineer four originally executed
copies of a Pay Request requesting Final Payment ("Final Pay Request") for Engineer's
review and recommendation of appropriate payment. Owner shall pay to Contractor the
balance of the Contract Price, as determined by Engineer, after deducting therefrom all
charges against Contractor as provided for in this Contract and all amounts, if any, to be
retained under the Special Conditions of Contract ("Final Payment"). Final Payment shall
be made not later than '15 Days after the expiration of the time within which claims for
labor performed or equipment, materials, or supplies provided must be filed under any
applicable Law pertaining to Liens, or the expiration of 30 Days after Owner approves the
Final Pay Request, whichever is later; provided, however, that Owner shall not be
obligated to make Final Payment unless and until Contractor has submitted and has
caused its Subcontractors and Suppliers to submit all required data and documentation
to Owner and all such data and documentation is complete and in proper form.
5.3 Title to Work and Liens
A. Title. Nothing in this Contract shall be construed as vesting in
Contractor any right of property in any equipment, materials, supplies, and other items
provided under this Contract after they have been installed in, incorporated into, attached
to, or affixed to, the Work or the Work Site. All such equipment, materials, supplies and
-36-
Upon being satisfied that the Work and Work Site are ready for final
acceptance pursuant to the requirements of this Contract, Owner shall issue its written
notice of final acceptance of the Work to Contractor ('Final Acceptance").
GENERAL CONDITIONS
other items shall, upon being so installed, incorporated, attached, or affixed, become the
property of Owner, but such title shall not release Contractor from its duty to insure and
protect the Work in accordance with the requirements of this Contract.
B. Waivers of Lien.Contractor shall, from time to time, at Owner's
request and in any event prior to Final Payment, furnish to Owner such receipts, releases,
affidavits, certificates, and other evidence as may be necessary to establish, to the
reasonable satisfaction of Owner, that no liens against the Work or the public funds held
by Owner exist in favor of any Person whatsoever for or by reason of any equipment,
material, supplies, or other item fumished, labor performed, or other thing done in
connection with the Work or this Contract ("Lien") and that no right to file any Lien exists
in favor of any Person whatsoever.
C. Removal of Liens. lf at an y 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 Work or this Contract, then Contractor shall,
promptly and without charge, discharge, remove, or otherwise dispose of such Lien, or, if
permitted by Owner, furnish a Bond or other collateral satisfactory to Owner to indemnify
Owner against such Lien. Until such discharge, removal, or disposition, or fumishing of
any permitted Bond or other collateral, Owner shall have the right to retain from any
money payable under this Contract an amount that Owner, 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.
D. Protection of Owner Onlv. This Section shall not o perate to relieve
Contractor's surety or sureties from any of their obligations under the Bonds, nor shall it
be deemed to vest any right, interest or entitlement in any Subcontractor or Supplier.
Owner's retention of funds pursuant to this Section shall be deemed solely for the
protection of its own interests pending removal of such Liens by Contractor, and Owner
shall have no obligation to apply such funds to such removal but may, nevertheless, do
so where Owner's interests would thereby be served.
5.4 Deductions
A. Owner's Riqht to Withhold. Notwithstandin g any other provision of
this Contract and without prejudice to any of Owner's other rights or remedies, Owner
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 this Contract such amount as may reasonably appear necessary to
compensate Owner for any actual or prospective loss due to: (1) Work that is defective,
damaged, flawed, unsuitable, nonconforming, or incomplete; (2) damage for which
Contractor is liable under this Contract; (3) state or local sales, use, or excise taxes from
which Owner 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 Contractor to complete the Work; (8) reasonable
-37-
GENERAL CONDITIONS
doubt that this 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 Contractor to
properly complete or document any Pay Request; (11) any other failure of Contractor to
perform any of its obligations under this Contract; (12) the cost to Owner, including
attorneys'fees and administrative expenses, of correcting any ofthe aforesaid matters or
exercising any one or more of Owner's remedies set forth in Section 6.6 of these General
Conditions of Contract; or (13) engineering and inspection charges imposed pursuant to
Subsection 1 .3F, Section 1 .1 3, or Subsection 5.2B of these General Conditions of
Contract.
B. Use of Withheld Funds. Owner shall be entitled to retain a ny and all
amounts withheld pursuant to Subsection 5.4A above until Contractor shall have either
performed the obligation or obligations in question or furnished security for such
performance satisfactory to Owner. Owner shall be entitled to apply any money withheld
or any other money due Contractor under this Contract to reimburse itself for any and all
costs, expenses, losses, damages, liabilities, suits, judgments, awards, attorneys' fees,
and administrative expenses incuned, suffered, or sustained by Owner and chargeable
to Contractor under this Contract.
5.5 Application of Payments
All Progress and Final Payments made by Owner to Contractor shall be
applied to the payment or reimbursement of the costs with respect to which they were
paid and not to any preexisting or unrelated debt between Contractor and Owner or
between Contractor and any other Person.
5.6 Work Entire
This Contract and the Work are entire and the Work as a whole is of the
essence of this Contract. Notwithstanding any other provision of this Contract, each and
every part of this Contract and of the Work are interdependent and common to one
another and to Owner's obligation to pay all or any part of the Contract Price or any other
consideration for the Work. Any and all Progress Payments made pursuant to this Article
are provided merely for the convenience of Contractor and for no other purpose.
ARTICLE VI
DISPUTES ANO REMEDIES
6.1 Notice of Dispute
lf Contractor disputes or objects to any requirement, direction, instruction,
interpretation, determination, or decision of Owner or Engineer ("Disputed Decision"),
Contractor may, immediately upon receiving any such Disputed Decision, notify Engineer
in writing, with a copy to Owner, of its dispute or objection and of the amount of any
equitable adjustment to the Contract Price or Contract Time to which Contractor claims it
will be entitled as a result thereof ("Notice of Dispute"); provided, however, that Contractor
-38-
GENERAL CONDITIONS
6.2 Neqotiation of Disputed Decisions
To avoid and settle without litigation any Disputed Decision, Owner and
Contractor agree to engage in good faith negotiations as provided in this Section. Within
three business days after Engineer's receipt of any Notice of Dispute, Engineer shall
deliver to Contractor, with a copy to Owner, Engineer's preliminary written response either
rejecting Contractor's claim, recommending to Owner approval of Contractor's claim,
suggesting a compromise of Contractor's claim, or requesting additional information.
Within three business days after Contractor's receipt of Engineer's preliminary written
response, Contractor shall deliver to Engineer any additional information requested and
notify Engineer whether Contractor is withdrawing, modifying, or reaffirming its Notice of
Dispute. Within three business days after Engineer's receipt of Contractor's reply, a
conference among Owner, Engineer, and Contractor shall be held to resolve the dispute.
6.3 Owner's Final Decision
Within three business days after the end of the conference required
pursuant to Section 6.2 above, Engineer shall deliver to Contractor Owner's final written
decision.
6.4 Contractor's Final Dema nd
lf Contractor objects to Owner's final decision, Contractor shall, within three
business days of the receipt thereof, give Owner written notice of such objection and shall,
in such notice, state its final demand for settlement of the Disputed Decision. Unless
Contractor so notifies Owner, Contractor shall be conclusively deemed (1 ) to have agreed
to and accepted Owner's final decision and (2) to have waived all claims based on such
final decision.
6.5 Contractor'sRemedies
lf Owner fails or refuses to satisfy a final demand made by Contractor
pursuant to Section 6.4 above, orto otherwise resolve the Disputed Decision which is the
subject of such demand to the satisfaction of Contractor, within 15 Days following receipt
of such demand, Contractor shall be entitled to pursue such remedies, not inconsistent
-39-
shall, nevertheless proceed without delay to perform the Work as required, directed,
instructed, interpreted, determined, or decided by Owner or Engineer without regard to
such dispute or objection and such Notice of Dispute. Unless Contractor so notifies
Engineer not later than two business days after receipt of such Disputed Decision, and,
whenever feasible, prior to taking any action based upon such Disputed Decision,
Contractor shall be mnclusively deemed (1) to have agreed to and accepted such
Disputed Decision as being fair, reasonable, and finally determinative of Contractor's
obligations and rights under this Contract; (2) to have waived all grounds for dispute of or
objection to such Disputed Decision; and (3) to have waived all claims for damages and
equitable adjustments to the Contract Price and Contract Time based on such Disputed
Decision.
GENERAL CONDITIONS
with the provisions of this Contract, as it may have in law or equity; provided, however,
that Contractor agrees that its compliance with the dispute resolution procedures set out
in Sections 6.1 through 6.4 above shall be a condition precedent to the initiation of any
legal action concerning any matter subject to the provisions of said Sections; and
provided further, however, that Contractor agrees that any claim for an equitable
adjustment in the Contract Price or Contract Time or both, as the case may be, shall be
conditioned upon Contractor having first complied with the procedures set out in Section
2.5 of these General Conditions of Contract and shall in no event exceed, and shall be
further limited to, the amount of equitable adjustment in the Contract Price or Contract
Time or both, as the case may be, included in Contractor's written request submitted in
accordance with Section 2.5 of these General Conditions of Contract.
6.6 Owner's Remedies
A. Events of Default. Each of the followin g acts or omissions of
Contractor shall be a default by Contractor of its obligations under this Contract ("Event
of Default') and the occurrence or existence of any such Event of Default shall entitle
Owner to invoke any or all of the remedies set forth in Subsection 6.68 below:
1. Contractor's initiation of, acquiescence in, or failure to have
withdrawn any voluntary or involuntary petition in bankruptcy or for
reorganization or for relief from its creditors or for any similar relief.
2. Contractor's initiation of, acquiescence in, or failure to have
withdrawn any action or agreement for the appointment of a receiver
for its business or any of its property.
Contractor being or becoming insolvent, making a general
assignment for the benefit of creditors, or assigning its right to any or
all payments due under this Contract or to any part of the Work.
Contractor's failure or refusal to pay any of its debts as they come
due, including failure to pay when due any money owed to any
Subcontractor or Supplier.
Contractor's failure, refusal, or delay to prosecute the Work, or any
part thereof, diligently at a rate that assures completion of the Work
in full compliance with, and as required by or pursuant to, this
Contract on or before the Completion Date.
Contractor's failure, refusal, or delay to provide, perform, and
complete the Work, or any part thereof, free from defects, damage,
and flaws; in strict conformity to the requirements of this Contract;
and in a manner suitable for its intended purposes.
3
4
5
6
-40-
GENERAL CONDITIONS
Contractor falsely making, or being found to have falsely made, any
representation or wananty in any Bidding Document or in or pursuant
to this Contract.
8. Contractor executing the Work in bad faith.
I Contractor's failure, refusal, or delay to perform, to satisfy, or to be
in full compliance with, any other requirement of this Contract.
B. Owne/s Remedies fo r Contractor's Default. lf it should a ppear at
any time prior to Final Payment, whether as a result of any inspection or test or otherwise,
that an Event of Default has occurred or is in existence, and if Contractor should fail to
cure and eliminate such Event of Default within five business days after Contractor's
receipt of Owner's written notice of such Event of Default, then Owner shall have the right,
at its election and without prejudice to any other remedies provided by law or equity, to
pursue any one or more of the following remedies:
1. Owner may require Contractor, within such reasonable time as may
be fixed by Owner, to complete or correct all or any part of the Work
that is defective, damaged, flawed, unsuitable, nonconforming, or
incomplete; to remove from the Work Site any such Work; to
accelerate all or any part of the Work; and to take any or all other
action necessary to bring Contractor and the Work into strict
compliance with this Contract.
2. Owner may perform or have performed all Work necessary for the
accomplishment of the results stated in Paragraph 6'68l above and
withhold or recover from Contractor all the cost and expense'
including attorneys' fees and administrative costs, incurred by Owner
in connection therewith.
3. Owner may accept the defective, damaged, flawed, unsuitable,
nonconforming, incomplete, or dilatory Work or part thereof and
make an equitable reduction in the Contract Price.
4. Owner may terminate this Contract without liability for further
payment of amounts due or to become due under this Contract.
5. Owner may, without terminating this Contract, terminate Contractor's
rights under this Contract and, for the purpose of completing or
correcting the Work, evict Contractor and take possession of all
equipment, materials, supplies, tools, appliances, plans,
specifications, schedules, manuals, drawings, and other papers
relating to the Work, whether at the Work Site or elsewhere, and
either complete or correct the Work with its own forces or contracted
forces, all at Contractot's expense.
7
-41-
GENERAL CONDITIONS
Upon any termination of this Contract or of Contractor's rights under
this Contract, and at Owner's option exercised in writing, any or all
Subcontracts of Contractor shall be deemed to be assigned to Owner
without any further action being required, but Owner shall not thereby
assume any obligation for payments due under such Subcontracts
for any Work provided or performed prior to such assignment.
Owner may withhold from any Progress Payment or Final Payment,
whether or not previously approved, or may recover from Contractor,
any and all costs, including attorneys' fees and administrative
expenses, incurred by Owner as the result of any Event of Default or
as a result of actions taken by Owner in response to any Event of
Default.
8. Owner may recover any damages suffered by Owner.
C. Owner's Specia I Remedv for Delav. lf the Work is not com pleted by
Contractor, in full compliance with, and as required by or pursuant to, this Contract, within
the Contract Time as such time may be extended by Change Order, then Owner may
invoke its remedies under Subsection 6.68 above or may, in the exercise of its sole and
absolute discretion, permit Contractor to complete the Work but charge to Contractor, and
deduct from any Progress or Final Payments, whether or not previously approved, [a per
diem charge for each Day completion of the Wo* is delayed beyond the
Completion Date computed on the hasis of $750t00 per Day, as liquidated damages
and not as a penalty; it being understood that it will be difficult and impracticable
to ascertain and determine the amount of damage that Ownerwill sustain by reason
of such failurel OR [administrative expenses and costs for each Day completion of
the Work is delayed beyond the Completion Date computed on the basis of a per
diem charge of $750.00 per Day, as well as any additional damages caused by such
delay or any liquidated damages provided for in the Special Conditions of
Contractl. Notwithstanding an election made pursuant to this Subsection, Owner may
thereafter exercise any of its remedies under Subsection 6.68 above if Owner at any time
is not, in Owner's opinion, adequately assured of prompt completion of the Work.
D. Remedies Cumulative. Each of the remedies listed in this Section
shall be deemed to be cumulative of all other remedies listed in this Section or elsewhere
in this Contract and to exist in addition to every other such remedy and in addition to all
other remedies provided by law or equity.
E. Provisions Exemolary. Any reference in this Contract to Owner's
right to invoke the remedies of this Section are not intended to be, nor shall they be
construed to be, an exclusive listing of the circumstances under which these remedies
may be exercised, but rather they are intended to be only exemplary.
Termination or Susoension Deemed for Convenience
o
7
F.Any
termination or suspension of Contractor's rights under this Section 6.6 for an alleged
-42-
GENERAL CONDITIONS
Event of Default that is ultimately held unjustified shall be deemed a termination or
suspension for the convenience of Owner under Section 1.12 of these General Conditions
of Contract.
ARTICLE VlI
DEFINITIONS
7 .1 Defined Terms
A. Addendum. An y written or graphic instrument issued prior to the
execution of this Contract, dated, and signed by Owner or Engineer, that modifies,
interprets, or corrects the Bidding Documents or this Contract.
B. Additional lnsureds. The Persons identified in Section 4 of the
Special Conditions of Contract.
C. Aooroved Rate. See Paragraph 2.3A3 of these General Conditions
of Contract
D. Aporoved Schedule. See Paragraph 1.182 of these General
Conditions of Contract.
E. Balancinq C hanqe Order.See Paragraph 5.1C2 of these General
Conditions of Contract.
F. Bid Packaqe. The bound set of documents based u pon which Owner
solicited proposals for this Contract, consisting of the Bidding Documents and this
Contract.
G. Bidder's Proposal. The proposal to enter into this Contract,
completed and executed by Contractor, and based upon which this Contract was awarded
by Owner to Contractor.
H. Biddinq Documents. The documents inco rporated by reference in
Section 3 of the lnvitation for Bidder's Proposals and included in the Bid Package.
L Bond. Performance Bond, Labor and Material Payment Bond, and
any other instrument of security, furnished, or required by this Contract to be furnished,
by Contractor or its surety or sureties.
J. Breakdown Schedule See Paragraph 5.1C't of these General
Conditions of Contract
K. Chanoe Order. A written order to Contractor executed by Owner
authorizing or directing a change in this Contract; an addition to, deletion from, or revision
in the Work or the Work Site; or an equitable adjustment in the Contract Price or the
Contract Time.
-43-
GENERAL CONDITIONS
L. Commen ent Date. The date set forth in Section 2.1 of the
Contract Agreement.
M. Completion Date. The date set forth in Section 2.2 of the Contract
Agreement
N. Contract. The Contract Agreement and all Contract Documents.
o.
and Contractor.
Contract reement. The contract a greement executed by Owner
P. Contract Documents. The documents are listed in Section 1 .2 of the
Contract Agreement.
O. Contract Drawinqs. All (i) drawings fumished with the lnvitation for
Bidder's Proposals, (ii) supplementary drawings furnished to clarify and to define in
greater detail the intent of the drawings and specifications furnished with the lnvitation for
Bidder's Proposals, (iii) drawings submitted by Contractor to Engineer pursuant to this
Contract and reviewed and stamped by Engineer with no exception noted or an equivalent
notation, and (iv) drawings submitted to Contractor by Engineer during the progress of
the Work as provided for in this Contract.
R. Contract Price. The lum p sum amount or amounts, if any, stated in
the Schedule of Prices and, for each acceptable unit of each Unit Price ltem, if any,
installed and complete in place, measured on the basis provided for in the Contract
Drawings and Specifications, the Unit Price for such Unit Price ltem stated in the Schedule
of Prices, subject to any additions or deductions provided for in this Contract.
S. Contract Time.The period of time allowed, including the
Commencement Date and Completion Date, pursuant to Article ll of the Contract
Agreement for Contractor to provide, perform, and complete the Work, as such period of
time may be modified by Change Order.
T. Contractor. See Subparagraph I .3A2(a) of the Contract Agreement
U. Dav. Except where otherwise expressly defined, a calendar day of
24 hours, measured from midnight to the next midnight.
of Contract.
V. Decreased Work. See Subsection 2.38 of these General Conditions
W. Disputed Decision. See Section 6.1 of these General Conditions of
X. Enqineer. See Subparagraph 1.3A2(b) of the Contract Agreement.
Contract.
-44-
GENERAL CONDITIONS
Event of Default. See Section 6.6 of these General Conditions of
Final Acceptance. See Subsection 5.28 of these General Conditions
Contract.
of Contract.
z
BB. Final Pavment. See Subsection 5.2C of these General Conditions
of Contract
CC. General lnstru s to Bidders. The instructions to bidders are
included in the Bid Package.
DD. lncrea Work See Subsection 2.3A of these General Conditions
of Contract.
EE. lnvitation for Bidde/s Proposal. The invitation for bidder's proposals
included in the Bid Package and by which Owner invited proposals to enter into this
Contract.
FF. Laws. All laws, statutes, ordinances, regulations, orders, decrees,
and other legal requirements, whether federal, state or local existing on or after the date
of execution of this Contract.
GG. Lien. See Subsection 5.38 of these General Conditions of Contract
HH. Notice of Comoletion. See Subsection 5.2A of these General
Conditions of Contract
ll. Notice of Dispute. See Section 6.1 of these General Conditions of
Contract
JJ. Overtime Work. See Section 1.13 of these General Conditions of
Contract.
AA. Final Pav Request.
Conditions of Contract.
KK
LL.
See Subsection 5.2C of these General
Owner. See Subparagraph 1.3A2(c) of the Contract Agreement.
Pay Req!es!. See Subsection 5.'l B of these General Conditions of
Contract.
MM. Person. Any corporation, partnership, individual, joint venture, trust,
estate, association, business, enterprise, proprietorship, or other legal entity of any kind,
either public or private, and any legal successor, agent, representative or authorized
assign of the above.
-45-
GENERAL CONDITIONS
NN. Price Prooosal. The total com pensation proposed to be accepted by
Contractor for the Work in the Bidder's Proposal and from which the Contract Price is
derived.
OO. Prooress P avment . The monthly installment payment to be made by
Owner to Contractor in accordance with, and subject to the terms and conditions set forth
in, Article V of these General Conditions of Contract.
PP. Punch List. See Subsection 5.28 of these General Conditions of
Contract.
OO. Punch List Work. See Subsection 5.2A of these General Conditions
of Contract
RR. Required Covcrages. See Section 4.1 of these General Conditions
of Contract.
SS. Required Submittals. See Subsection 1 .3A of these General
Conditions of Contract
TT. Specifications. All (i) specifications furnished with the lnvitation for
Bidder's Proposals, (ii) supplementary specifications furnished to clarify and to define in
greater detail the intent of the drawings and specifications furnished with the lnvitation for
Bidder's Proposals, (iii) specifications submitted pursuant to this Contract by Contractor
to Engineer and reviewed and stamped by Engineer with no exception noted or an
equivalent notation, and (iv) specifications submitted to Contractor during the progress of
the Work as provided for in this Contract. Unless otherwise noted, the term
"Specifications" as used in this Conhact shall not refer to any other standard
specifications.
UU. Subcontract. An y written or oral contract between Contractor and a
Subcontractor or Supplier.
W. Subcontractor. An y Person, other than Contractor, that provides,
performs or completes any part of the Work at the Work Site, and the duly authorized
officers, employees, agents, and representatives of any such Person.
WW. Supolier. Any Person, other than Contractor, that supplies
equipment, materials or supplies for the Work, including that fabricated to a special
design, but that does not provide or perform labor at the Work Site, and the duly
authorized officers, employees, agents, and representatives of any such Person.
XX. Unit Price. The price set forth in the Schedule of Prices to be paid
for each acceptable unit of each Unit Price ltem, if any, installed and complete in place,
measured on the basis provided for in the Contract Drawings and Specifications.
-46-
GENERAL CONDITIONS
YY. Unit Price ltems. The items set forth in the Schedule of Prices, if an v,
to be paid for on a Unit Price basis.
ZZ. Value Work. The value of the Work , determined in accordance
with Subsection 5.1 C of these General Conditions of Conhact, for purposes of
determining the then current amount of any Progress Payment to be made by Owner
under this Contract.
A/dq. Work. See Subparagraph 1.3A2(d) of the Contract Agreement.
BBB. Work Site. See Subparagraph 1 .3A2(e) of the Conkact Agreement.
Word Usaqe
A. Tense and Form. Words used or defined in one tense or form shall
include other tenses and derivative forms.
B. Number. Words in the singular number shall include the plural
number, and words in the plural number shall include the singular number.
C. Shall and Mav. The word "shall" is mandatory. The word 'may" is
permissive.
D. Subiective Standards. Whenever in this Contract the terms "as
ordered,' "as directed," 'as required," "as allowed," "as approved," or terms of like effect
or import, or the adjectives "reasonable," "suitable," 'acceptable,' 'proper," or
"satisfactory," or adjectives of like effect or import, are used to describe a requirement,
direction, review, or judgment of Owner or Engineer as to the Work, it is intended that
such requirement, direction, review, or judgment shall be solely to evaluate the Work for
compliance with this Contract, shall not relieve Contractor of the entire responsibility for
the performance of the Work in full mmpliance with the requirements of this Contract,
and shall not be regarded as any assumption of risk or liability by Owner or Engineer.
E. Headinqs. ln case of any difference of meaning or implication
between any provision of this Contract and any heading, the Contract provision shall
control, and no heading shall be construed to limit the scope or intent of any provision of
this Contract.
7.2
-47-
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROP RTY IMPROVEMENTS
SPECIAL CONDITIONS OF CONTRACT
TABLE OF CONTENTS
Scheduling..............
Special Construction Requirements ..
Special Technical Requirements.,.....
Special Financial Assurances............
Paoe
1
1
,|
1
1
2
4
-t-
Section
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEII,IENTS
SPECIAL CONDITIONS OF CONTRACT
Special Financi al Assurances
A. Additional lnsureds/lndemnities. As provided in Subsection 4.2 and
Section 4.3 of the Contract Agreement, the following Persons, including the elected and
appointed officers, agents, employees, and officials of said Persons (the "Additional
lnsureds") shall be named as additional insureds on the Commercial General Liability
insurance required pursuant to this Contract, and the hold harmless and indemnification
protection specified in Section 4.3 of the Contract Agreement shall be extended to such
Additional lnsureds as third-party benefi ciaries thereof:
1 ) Village of Oak Brook, its officers, officials, employees, and volunteers
are listed as additional insured.
2) Christopher B. Burke Engineering, Ltd. are listed as additional
insured
-1-
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY !MPROVEMENTS
LIST OF EXHIBITS
SHEET SHEET TITLES DATE LAST
REVISED
Parking Lot Expansion Ex. Conditions and 0311312025
Removal Plan
Parking Lot Expansion Proposed Plan 0311312025
Parking Lot Expansion Lighting Plan 031'1312025
Parking Lot Expansion Lighting Details 0311312025
Driving Range Concrete Pad Existing Conditions 0311312025
and Proposed Plan
Driving Range Concrete Pad Notes and Details 0311312025
NOS.
EXH 1
EXH2
EXH 3
EXH4-6
EXH 5
5-6
1
LLLVA I IUN ALNL'HMAIII\>
DA|UN:NAV0 '88 (CPS OBSERVEO)A
1
I
N
2. It{E vtLrAGE Of OAX BRm( OR Olt( BR(XX Oot-F CLlt ltly FEqJEST EXCESS IoPSolL BE SIOCTPILED lT l rJl'lSPEClFtEo LoCAIlol{ oltl_
PROPERTY FOR TTIEIR t'SE.
MIIESTi:- -ii, ,mt';tliiJEg Ish'ifT,l'tt^ffi tfll"fltiS'it,lotrLl&'ffifi',h'1]Ifudffilk'ffi1'ffi. illT_Pqqg_ril$i["60*,.
6E ilElE6-a,fi-ii[ IaEohoiiicE itif sEcTlm 202 -f iE-si^Elio SPEeFlc^?Iots Ar{) P^ro FoR as E^RTH ExcAv^ilot{
sC&E lII FEEI
N TI{E FIELO.AI
II{E PROPERIY. IORI( $&t BE DOIC TO AVOID OAIIAGI}{G TI{E SYSTEII. NSPAIRS g{AtL
4.
5.
BE PEMTITTEO UIESs
IALTS DIRECTLY NORIHOF EOUIPTCNT AND UTTERI^LS OUAI{) GOLF CLt'3. IHEN PERU]TIEO
I
t
TI I
PrvElfitr ngpvrr \\
\
rrc frJRE EU0yAL t99- - -\,\ rIEF TET FETCE
.@sFdD lt
s"u
1884112.74
..Frcgcozo.ts
M
CP-XcUI
\
-r,*
*-.,0G.-
t*F.".. SilLssr*'
.".*ili
o ,*t,
BiT
1,,,*.,
tl.5' Irtr ,,1
-\\i PENIEIEN ERO6IOI
l
i/', o., "
l.\"r*
L*"r,,'
IX.ET lio PIPE PNOI.
K
-\r""--i:::ann$
d*+ro Plnr.tlc- -'sl
ll*,"- tlrr .-
fr..o -. li .. .l:
a_"i-__
4\_raaaes3.*.-r
10940r9.51 *
VERT f*r.u
lNv'6 06.81"' /
-999-.GOLF DB, I
x.
PtGr X0. 246r'
O IE ,t1zatrw$
gtaEr I c ,PARKING LOT EXPANSION
EX. CONDITIONS & REMOVAT PIAN@VIIIAGE OF OAK BROOK
I2OO OAKBROOK ROAD
OAK BROOK. IL 60525
GLIE]alt
!o'0to..I SCILET
O.lqrrolia.
vrorreroro.I PLOI D IEr
B ttx; lo.
EXH IEtCHRISTOPHER B. BURKE ENGINEERING, LrD.
9575 W. Higgins Road, Suite 600' Rosemont, llllnois 60018 ' (847) 823{500
)u5.-6-
$at L rE-ft,.1
il
.*/!
1I--t 'l
I
l
a
ttlLEr
TIN
EARTH
EXCAVATION
AREA
WIDTH
SQYD T cur (cY FILL (CY]CY
LENGTH
27 51TIN TO TIN 78
3 r.3NEW PAVEMENT 865 1.0833
L75 -0.25 -15LESS PAVEMENT REMOVAL
405 1.5 67.5 1.0833 25NEW CURB
LESS CURB REMOVAL 240 0.5833 15.556 -0.75 4
I
N
o
SCrLE llr iEEr
370
llllcH Exd66r.t7 EoP
fiffff.*.- rrYP.,PAINI PAVEUEIIT
cot{c. cn8. TYB rrYP.'
AOO BsE CFS IYB, 4"
y^rcH Ex.66t.5r EoP
IIATCH EX.
661.t9 EoP
UATCH
66r.3E
Ex.
EOP
I
s'
N50. !"
r{50. 2-
IAICI{O EXIST.
I,IULE;IAGINO AREA\V \l/
,66120
6Fl.7q
EOP
B0f
\v
\l \!
v
\V
v v v
.I,'.1.\l \l/1. !L!d'oP "
B0d!/ \1,
\,v
tilnl,li!.fi \U
\]l
N
v vvvv V\Y \t $i v
w N .\11 \!
t\r$/\V
l\osaM zs-sz CTV
,,Y lELD'
,NO PARKING'
GOLM,Bl-t
1
-EXISTING
PARI(II{G LOI IO BE SEAL COAIEO AIO RE-STRIPEO/ lN 3 sracEs As PlRr oF PRo.EctI 7 EA [rrTCD Rr-8 (ICCESSIBILITY' 1/ ".250 FINE" PLACARo, ON TELESCOPIilG SIEAL SION SUPPORTS.
N 66t.78
66l.E.l
662.93
662.il
t
T
t
562.il
661.68
PioJ lo a(x??
O^lEr tl?Otz0?t
sl{CEr 2 C 'ffi VITLAGE OF OAK BROOK
1200 0AKBR00r R0A00a( BR00t(. IL 60521
PARKING tOT EXPANSION
PBOPOSED PIAN
lllLEr
fir.LGLt
cfo.PLO? D
'E.
tlramnEr
oRlttl.o r0.
1a\0ruRl06\rao6?r\Clvt\P^itll, LOI .Oer0l6-Llroul -?aO6r?.OG}{
T
h
Z-
L
ffi l/
)F
tr Ti
I irl
*
I
a-
k/
BI T.
ry
,/
l I
(l
7
J\d:,W"
t,
\t
v
{'
i/
.t/
CHRISTOPHER B. BURKE ENGTNEERTNG, LrD.
9575 W. Higgins Road, Suite 600' Rosemont, lllinois 60018 ' (847) 823-0500 EXH 2
GENEBAI NOTES
t. ELECTBCI|. Coltircrm $rLL E E3.0l6lltE tA Gr^tlor6
^
PEnr.r Fm nf uur6E
ETOfiE TE STIRT OF IfiI. rrlY COST FOR P6dT $TtL E DEIDO'TAL
2. IIC EI^ST LGIIIO6 S TU UTI.IIIE $U E TENFED ll TC COIIilCTq EG fED6ttuTlor c rty c*oErTs c Ile Llottlr6 sYsrE[ F6 ne Lclnoas r rfuTIr,fltS Crr [tE Tdf, FiEE lt m a*'ol2a comlctG guLL E ESPoGIA-E FCLATrc 9llv^lE UT!.rrES ?flc rO E@tiOG 5 UmlO tE"
l. EG lt6tlttDG UOIi StrOrE3 rCn oyErCrD 'rtr UGimtO arEglflc t
'lLInES$ru cat cqa tD FG Lcrnor lPtiovrt lrl, r.otmr curmrat iEu.m.tt
a r€ rn PErmo ucn nct co.fnlcl glf,L D{ ro IAY DIErEE urx nc ].aaf,m^tlor c ffi ExIttDG UTLrY seluca llc co{mrcrG gll|.L nnatsf &t rEcglsriYlt86 C Eqrlm{r BEOnm T0 UDrA$ SrEfl mdll eCiAnOa lT ]O r&rlouL cos,ro rlI orrci.
'lC
c0r3t A9s0cu1g, Foi Dtrs rffi $rll E co6lDtllD tr*tmll[ Torc co6t ot llc connrct, rro 15 rErtilL coro6Anoa $ru E
^ilE)cD.s. ru oErlIE uEls iEE iEsTnrtlor ls rol coYEftD lY llf cdarRrcT m^rDrcs rro/cfrucraI stcltot6 c tl€ sftclrl Piovtslors rJsT E ilsl@ ro t]c slrlsFrctlot cre oic'ls ittiEsafi^rrrE llc ril rtrl. c co6l@ DCtEar[ ro llc @,rrEr.
SEPNAIE PAYEXI rltl. rcT E UDE
i nf oofluflil $ltL e sq..E Y Giox$L'E FG ,n srrE $tErY rs rE L
^s
E tni4sto./
DnECrCa rlo l.16 allr06 G co6liIllor
?. ru rfir $at E tx rccmrrE rrTH Tlc t
^rEsr
EDr?lor6 0f tlf Fo,rotllG sFEoFIcAnolsrltlcfl mE lCnEIY uE I PIT ]Ctrtcr
s ro uttttls $r|.t E oeLtrEED 10 flr rE srft u.l[ rll PEirDEilr Eujlrs.t
$Ea!TTLS HAYE Ea nEVtEtE) !Y rE OrtEnS @iESOlTlTnE
lo [c Ntrlunor c ln@ rrFos TrPf- sP€ctflEo rs Prnt c tmEr Fc uGmrocoofit gt.lt E i nEftD ty lL o0crs nE icsEtrlrtvE tflc l0 l^clt!.r.D6 6?LdDE mlrro6, rs *tucte.E.
u. 'lc ooanrcta 9r[ LE ,tL nils im rE r,rll3 DolcllD6 nc cl'q.m D tr Ela,ciltEr"El. ?c.E usE uro t[.E rro slttat/Doacclm rcDar. nE urErl glrtl EEAnIt iBlsTrl.r rrtrlE nLoa ll?x txlEcRA *Ellrrlcll FlsrB:R lrm l 0.ur !&Hd-rRnEri,r rnEr
12. rtl UDCIGE O rnDa grrll E ILP rttE-IJSE Erm rtrltil it3lslrrc. ao Yq.?s
D6rru.ED lr 000,It,
l! Urnatits gtrll E tErEL I HAlt A TtOr Fr Oa Llrnrng ri6 lo If Y[.llccs
slTtstrcTto( lltrs t6 Erar. DaJ[ FtEo r&lrslDG F nc ll5.^lE ,ool rtu EDEtEr?{, ro nc cosl G llf offrrlql'
L. p ?d.Es 9utl E &ctE ltl[ rc ntsftcnvE Foro^noc ulE clr4 ltF ,rtltc^el,r,O HAIE E' EYET@ lY
'TC
O;CTS iCPNES"'TA'II'E
|3 T0 nlllrDa rE $trElllt XtEGitW G Ltofr FC'tS ItlX UrlarrC ri6. II'CY glAt br* tttctEo no LEF! ?o srrD [tff umrEs
/
N I tr€ co.lrur 0urti6 m ffimc^lto6 rec ior trtocD To sffi w ro tL ocl^tr.sr 16 to E ?tif6aD fi Eo,lH:xt to E srPLlED. rf lrlEf f DC @nucr s^l[.os laro sr€ctfrclnoB ls T0 D.rtltrR^rE rlE @lcEPtu[ Eslcr rro LrYorr. Irf coflilcrfi 9{r
8E [tiLEoGE^A.E
^rO
nEOr.rnLY O.Cr6[' D nC rPE 6 rfr o€SCaIE' 6Y Tr€S€ COarRrCrDilrtrSs no sPEcrtclllo6 lll, suLL 0€ iEsFoaslH.E FoR uoElslrolt6 llcn DlIErr. N16 TO 8€ ?€itrmfD OR nAa G EotIPrEXt TO E slr?LltD lltrCt tS ror SP€CIFICTLLY CLLEDFfi AY IIISE CilnrcT m[tG lto SPgClnCAilOlS, UJT me IS rECtSSlnY
'O
movm A
coa.EtE rro grcassFrJt i(u€ sYstu sf,u E Ir&LLEo ti rxE 0lRrcloRs sco?c f lm
AT iO loomo{rL cosl To lrf ol}cL
Ir 9U[ r rf ooatn^cYfi.s r€seorasa[nY lo uer TE ?ifosED L0c^no6 6 rll
PnFOSED EAIP*XI Ffi Er[UTIOa rro CofnraaTt0r rtn rlE ilCFl RE flESO{IAtlVETtc co{TRrclfi smLL
"ERIFY
tt uTlLrY L0cATto6 tnt6 ro ^lI€mG Foi uc$r id.lFqtDrilols. n€ ooct Loc ltoa oF u PRoPosEo lrE6 sxalL E corl*D tnx neona,s lCPiEsE rr^flr,E PntoR To 5r[T!r€ 1ffi.
flf E.EcTitc[ corrR^cra 9llr nhogr lr0 sElls r Fu srzE REcm mlmE6 Y0 nconE,s it iEsEltrl?rlrE rro cetmor c rc uorllrE rr3 ttEcnrcrL DreolrErofs rE
m^rDrcs slrrlt gil tlc D6TAT"ED Loc^rto6 c xl uo{T Fu,ts, ucnon.lto coults/;nDG llrro0.Es t'cnq. ErES I coinq,Lan crllrcls nE m^rDcs tltl. r IEYEI@
BY T|{ ffi ICPffiTNVE
rFoa oorLE]lff r nc PROostD uGrTDt DrioYtl€rts T: @frmcroe $^[L PEFoil
ELECIMCI|. IESIIIG TTO vtNtrY 'U] IC ITTSiUAIIOi COTLIES lln TC LAIESI EOTIIO'
0F [c sl$oaRo sPEctFtc^rlo6 FG Roro r.o aDe€ ffirnrno{ n IuIElt
co.IRraTm $rLL PEFm EpLoFrlffY liotrfs FG Tx€ PtlPosEs c Loc^Tlt6 ExlsruGmlnEs ntHn LrrlscftD aiE^s Hr rAY E n cmlc, rtlH IE PioPoS@ coqrTs l0
8E trGrrLLCD AS PlRt C tlC ?nqEcr. Ingafl s}rtr 3€ Cor6rntlto tx mcmlat rtt[
s€clto. 2lt 0F nc sr^ro^8o sP€clFtc^nfls. arT AT Trf, ocPnls r€c€ssr8r To LLor Fo
Pno?En twEsflGAnil 0f D: oofttct. ilts mRr s[tL E PltD Ffi
^T
r]: cofiRrcT t trT
PRtCf, ',tlPlm1l0 EXClYrilOr UilLIT\l."
ytlrorno sPEdrtcrTto6 Fd ioro Io gmDcE coEtrcflot" rs ?nEP^fto ll t00r.
..,,nc urtoar|. ELEcrn crl cc".
glilctrl cG r sfrorp&
ood aD srrorG
la
l?.
20
SCALE IN FEET
T
Pt-P8l.tA
CIT 31
PiI'POSID 3O'..{)- FOUND TAPENED AIIIT'II{UM LIGHT POIE
ltolrilto 01{ A 26" BAlsEo c0l{c8m FouNDAnoN w
A
''{'IUMINARE
ABM AT{D A 8OW tED TYPT LUMII{AIRE
ln #e,tt tt i{EUTBA|- AtrD l,t tl Gl{l)
X]P-TYPE USt CABttS lr{ 1- SCI l0
HDPE CoilDUIr, DtnEcnoilAt 80BE [IYP.]
GRAOE COIIDUIT SHATI 8E
ilGIO GALVAIIXZED STEE]
#t043-N-WF-4(HJrn :
P0WER & Coinnot Illiu
POSI MTD PIIOTOCELI
etEx
EE
EESNf,G
UGIII
POTE
four{oafloil GoLqEIB
cAsI Atutrililul, DEvtcE 80x
SGf PO$ TI'ITH PflOTOCE]I
lIIEEf,illC # EXfi3'S
lwmt aarusr Eu covEBl
-L-g
l,C *12,1jC #12 ttUTRAt AI{0 t/C #12 Gt{O
xlP-IPf usE cAStts til fil'[Gs cotDutr
TO lUiilitAnE,WP.
a
?nu E ea6??
oAE tA3/?l,25
*Ta ff?
mAlIrc n
EXH4
VIIIAGE OI OAK BROOK
I2OO OAKBROOK ROAD
OAK BROOK, IL 60523@
GLIS?I
PABKING IOT EXPANSION
TIGHTING PLAN
flnE
Et
CHRISTOPHER B. BURKE ENGTNEERTNG. Lro.
9575 W. Hlgglns R@d, Sults 600
Rosemont, lllinols 6001 E
(847) 82s-O500
FLE rE hoXrd\2GrMmCLOr O.lc.aGim
IIItIItIIIIIIII I
T0 wEsr sDE 0r
Hh. r
o
i,!{t
.5 )looP 1 12" OC
/-1" CLE^R
@=;
H3I**
SECTION A-A
ai{o{oR 80t Ts
PER PIq.E FR.
Y." CHrr.FER
CLAT'P ON STYLE ARII
SSPo?'.
^T
IOP I
EorTor
a
7'-6" LUtrlUIRE ARra(vrl.roilI rmoEL ]lo.
llroEoocSo, o^x8R00(5'ta" t-EtAr Anr0IITH A DARX BNO|ZE
FtlllsH
%" DNILLED HoLE tII LIG}IT
PO.E (I{)LE SHTLL 8E PROVIIXD
8Y PotE I^ltFACnnEi'EELOI
IXf0)
.t
A
t{" DI^-
12'LETGTH
GRolil)
ROD
iloTE l)POtE
lz."ltrr
XOTEST
l. GfouD 800 sHAtt BE cAsr t.rTo corRETE fouDATtor ilTH 8 FEET
ba cofi^ct ftTH soIL.
2. FflTDAIIOiE SI{ATI 8E YISNATEO IN ACCORDAIf,E TITH IDOT STAIDARD
PRACTICES.
5, ILL A80VE IIES t|f,LtDtr{G Coi{CRETE, iEIrfoRCElfirT. RACETAYS.MOl.iD ROO A'O FORI fOft SH^IL 8E tilCLlDCD It{ IIf LIGI{T POLEFouo^rto{ PAY llEL
4.FO.}DATIO,I D€PTH IS BASED ON COIfSIVE SOIL ALOIG THE LET$IH
OF TIf SH FT. UTH AN AVEN G€ UrcOifII€D COTPR€SSIVE SIRE}6III
{Ou>1.0 IO{/SF). SOIL STnENGTH S+l^L 8E vEnlFlED BY EORITG D^r^
PRIOR TO CONSTRT.EIIOiL OR UTH TESII}IG TxnING FOITDATIO}I DRILLING.
THE OTi€R'S REPfiESE'{IATIVE SXTLL B€ CONTACIED FOR A REVISED
oEstGN tF oTlfR corolrtoNs ARE ElrcotilrEnEo.
CONCRETE FOUNDATION DETAIT
%" THtcx ^LrxtlurGN(XTD LtE TITH A*"-16 Hd-E Fof A
Gnouro cstEcroR
cAsT Alutrtll. lr{otoR BASE
TIGHI POI.[ EASE OATA
LIGHT POLE TABLE
rcLE
frPE
LICAT POLE LUMINAIRE PAY IEM
MOUNTING
HEIGHT MOUNTING TWE WANAGE OISTRIBUTION MOIEL NO.
B 32 $',ilISED CONCRETE IV CYCLilET TRI52{L{{0W{K-
120-PTDR,SO,8Z-TX
LIGHT POLE NPE B
HATOHOLE
PosIil0t{
LA'DSCAP€- - - -sto€
PARXtItGLOI SID€
,, ALL ABOVE TEMS ItrCLUOIXG LIGHT POTE, LUMIMIRE AM. LUMINAIRE, CONTRON. NOOE, MOTION SENSOR. ACCESSORIES ANO WDWARE
S&L BE INCLUDED IN THE IIGHT POI.E PAY ITEM,POLE SHAfT LI,IIN^IiE
ARI
LIGHT POIE DETAIT POSMON OF HANDHOTE
[T.S,
PRO* iro.24057?
D^TEI t/13/2O25
SHEET ! OF 7;#\\dbl
VITLAGE OF OAK BROOK
I2OO OAKBROOK ROAD
OAK BROOK, IL 60523
PARKING I.OT EXPANSION
TIGHTING DETAITS
TITLET
E"CHRISTOPHER B. BURKE ENGTNEERTNG, LrD.
9575 W. Higgins Road, Suite 600.Rosemont, lllinois 60018 ' (847) 823-0500
OR^UING NO.
EXH 4
FILE NAlf tt\OIxBROO(\24O67?\ClvI\P RKilG LoT ELECDET-2.106?7OGI
ItoIoio
LOT ELECDET-2'O6T7OOT
6) se lnc-oeuv IYPE FrrsE ron- LudrulnE 0€TTRAL SttALt 8€
ror+.FtJsEJr) lnsm 2-FoLE
ERETXAIAY IAT€RPR@F FI,lsE
ltotD€R Arl) s6tr-^llis B00Ts
IIAT.STRI}(A8LE CAPIITH F CTONY APPLTB)
IATERPROOF SETLTr{T,(stzEo r0 AccoraaooATE
NTI|8ER OF CA8LEs}
ro t20 vot-T
LUTNANC
6 no. ro XLP-TYPE tlsE FoLE rtRf,s- co-oR ro L rcH 8n$8fl rtR!16
6 utrrrne cofnssto{- Ftrilr5s (sPLIco
@ corcnrra Fouolltor'l
(3) corourr l rrif As ${m'r
- oN Ptlrls
@ rnoeoso PYc RAcfraY
@ rou ma.ro luc
(ril .e sa-m cntlio nRE- afo{rr{crlLY cLArfD
IO GROTiD ROO
@ mo.ro noo
6d mrror sE{soR Ar strEcr- Ltcl{r Po-Es ($E uilrac
D€rAL Tltls SrfET)
TRIT'€D
t
I
S€^LrlII TAPE M
IISERI Unotto$0 Tmouclt
CROTCH SPACE)
ELECTiIC BN^NCH
caSLE (stZE AS
rolED oil co{IRAcr
DRArt1lG5)
SEALANT
.to lrG ELEcTnlc
crSLE ro Ltl|rr^nE
SPTIGING ETECTRIC CABTE
-
sl s TRfi{cH
6" tm€
tx
-
PfIASE C0IO!EI0R
- - - rEt rRAL Coolrron.------ GROtiO COiDUCTOR lrl) coiour stzEs as
OX LTGTITITG PLT'{S
HANDHOTE WIRING DIAGBAM
ELECTBIC CONDUIT INSTATTATION
itT.s.
IT5.
LuttiutnE ourLhE
iol
I6EI)
ARI
mnoil s€,60i or sEtEcr
LIGI{I P(LES S€E LIO{IITG
PLAI Fm LOCAn0i6 ArO
onlEI{TATl0l{S}.
TO SECOIO
IuatMREFG IUA
LIGHT POIES
R
+o ronoil sEr60R
RSOJIR@ AS P^NI OFTIf POLE OX THtsPiqfcrt----li G
I Co.JTRACTOR $rLL Flnillslr
PoLE rtRlllc r0 l0lloil
sENioi AT LOCAIIoNS
I'OIC^IED O'I I}E PLAilS
Aro tn AcconorrxE rrH
I'A'If, ACTLNER'S REOI,IRErIIITS'
cor{rRAcToR
sl{rLL rtnusH
POLE TtNtNG
TO LUrlil^lREG,
I
tlRE CoLOR!
B - SLACrI - THTTER-iED
BL. 8LIf,
P - NNPLE
GN . CRAY
0R - oililoE
8m{ - EROlr{
G - GNEEil
FROi Ft6E TtT
IUMINAIBE CONTROT WIRING DIAGRAM
-
Cl---l:'r=
\'11 ,.4
PHOTOCETL AIO IIifLESS
coNTnoL itooE
a
PROJ iO.240677
DITEr l/lf/2025
slEEr I OF 7
PARKING tOT EXPANSION
TIGHTING DETAITS
TITLET
@ VIIIAGE OI OAK BROOK
I2OO OAKBROOK ROAD
OAK BROOK, IL 60523
CLIENTT
DSGN. I I SCALEI 50'
O.loult
cHxD. I 3Av216
DRAIIT{G NO.
EXH 5E"CHRISTOPHER B. BURKE ENGINEERING, LrD.
9575 W. Higgins Road, Sulte 600'Rosemont, lllinois 60018 ' (847) 823-0500
_l
3
I
Ft@o Ltofi vtsrr uo{[r6.10,(3-6-lf-ao-6-Ivr ?OIEI COiSIiOl Ilhu Posr rrD
PNOTOCE!L
cAsl lLttrolrJr s$6Lt 6^ls DEvlcE
8Ox ltT 72" rPI TIREAIE)[]ss [D GlqrtftD covtt
PAIITED OTACX TOP IATCI{ FIXTLFE
P^IIJI EXPOSEDcoitl,rs ro
FINISIIEO
STETI coXXNI TOms, rTD ?fiorocEtt %" RGs coisJn rrTx r/c.r2.i/c.r2 r€u1 r. Aro r/4.r2 Cro florE 2
-!g!Er
r. adrrrAcToF sxrll. coor r|rIE FlxIliE ^tur$ llnr o$En.
2. ExO Of nX BOIES xrvE ^ vEn C{. /r" ics COiUrr En6@0€D
A lrlrllratr lr !0" BEtOr GMDE foi STrAIltZrTtO[
!. tldtT FlrTrnat PNoTocEtt ,liEltoi to)Gs, iIGID G{vrMzED
sTas- cororrs a .r2
^l0
rlNrrc P^to rcn oDEr Stcn uorNc
co?rETE", sEE SPECIAT tiovtstolt
SIGN FTOOD TIGHT DETAIL
rlt.s,
m\s/VIILAGE OF OAK BBOOK
I2OO OAKBROOK ROAD
oaK BR00(, IL 60523
TlTfEr
PARKING tOT EXPANSION
IIGHTING DETAII-S
DATEr ,/13/2024
EXH 6E"CHRISTOPHER B. BURKE ENGTNEERTNG, LrD.
9575 W. Hlggins Road, Sults 600. Rosomont. lllinois 60018 {847) 823-0500 ixtE Lor ELECOET-2.O6,I
rILE ta^r.E r{\oriBaoo(\2ao5Tr\ctvtNPrfftG toI El-EcDET-2ao677r,Gx
ffi
lnn I I I ftL. I Mrd+
lcxxo. I I lPror o^YblMlrB
TFrtE
A IELLVAIIUN ALNCHMAHK5B lDnrwntv| 'aa t6Ps oBsERvEo)
15-5I IIHE CONCREIE HEIOIILL Of I'O J6'' CF
I-arn vFRT irpFs lrNoT-iEF IsTtRw)sT
THIS l(nr lS BEIilG PERF0RIEO ll{ A FLOOO PLAI}I lO YEIR r 65{.70. l(X) YErR t 656.4
;5_1qga_TE0- fi-IlE_P8@EBII.-lORt( SltlrL BE oOfE T0 lv0l0 0lrlclrq,*Jrtr SYsrErl.;ITH TI{E YILL^GE 6 OAT BqX
1.
5.
I
N
I. II IS
^NTTCIPATEO
THAI TI{ERE IILL BE ABIIOAI{I TOPSOIT IN II{E PROtrCT LIUIIS. T@SOIL SH^I.L BE SIRIPPEOAr0 srocrplLEo ar Il{ L(rcATloilS sHoir{ tN Trc PLlxs rtcit PLacEo r{ LocaTloils Gor,lRlr{o Lru}scAPE REsTo8^Tlor.
THiS IOFT SHALL BE PAIO FOR AS IOPSO]I EXCAVAIIO{ AIO PLACEIETI.
^LL
EXCESS TOPSOIL SHALL BE H^U.EO OFF Iil
ACCORDAI|CE IIIH SECTIOil 202 OF TI{E SIANOARO SPECIFICAIIONS A}{) PAIO FOR AS EARTH EXCAVAIIOil
1
scrlE ti rEEr
ilOTEST
2, THE OAI( BROO( SPTORTS
LOCAIION OI{ PROPERTY
CoRE 0R oAl( BROOT OOLF CLIB llAY REotf,ST ExCESS ToPSolL 8E ST(,CIPILED AT A t tlSPEClFlED
FOR TICIR USE.
CETCNT COIiICREIE ORIVII{G RATGE PAO. COIPTEIEF-
STAGII'IG AREA
SEE }IOIE
I
I
68027
t\
UATCH
65t.48
ICH EX.
651.29
EX.Ex.549.15 611,'9!-
REYOVE AIO REINSTALL
BRICX P YERS
PIRIMETER EROSIO{ BARRIER
{:Y"AREA TIN
EARTH
EXCAVATIONLENGTHWIDTH
SQ YD cur (FILL CY
TIN TO TIN 67 30 37
lIosBM 25-51 SLAB 233 22 s69.s6 0.9167 L75
22.222 o.75 6
v v v
T"/CO{C.,
650.43vvv
V{\v !/
{/
v
v
v !/
v
Y.zCotrC. *
63b,45,, "', ,,v
u
\u
vv
vv V
U
u
Y
Ty/COMvn6502}!
649.6? fl.E.'
5{9.?6 0LE.r
-'+4
v
-(l nv v/v
vtt
td\tv
STALE
v v $/
v
'6ilLE
s*rtt
u
vvvu!/!7vvvv
d.?.1?"\v
clccx (TYP.'
1
1
1
PCC SIDEWALK 5"
218
icr ro. la6tt
orr& ,n\.z<rE
*ftt o,tDRIVING RANGE CONGBETE PAD
EXISTING GONDITIONS
AND PBOPOSED PLANffi''
lnt:.CllDltt
ttAGE OF OAK BROOK
I2OO OAKBROOK ROAD
OAK BROOK, IL 60523
ttttE n
EXH '
Et
CHRISTOPHER B, BURKE ENGTNEERTNG. LrD.
9575 W Hlgglns Road, Sulte 600
Rosemont, llllnols 6001 8
(847) 823{500
r|t: Ira l^lr.iuuon\Him tlatr{rn-l
IIIIIIIIIIIIII ttI
\,
n/
vvvuvu
{/!/
v
v
\"
T
',
t
IF
FOR INFORMATION ONLY
NOTES:
BUILDING CONSTRUCTION MATERIAL AND INSTALLATION M
lN ACCORDANCE WTHI
INTERNATIONAL BUILDING CODE (ASCE
BEST OF THE ENGINEER'S KNOWLEDGE
7-16)
THESE
COMPLETE AND IN COMPLIANCE wlTH THE CRITERIA
THERE ARE NO KNO\AN ASBESTOS COUNTING IN
HAS BEEN DESIGNED IN ACCORDANCE THE
THE FOLLOWNGOF THE 2021 INTERNATIONAL BUILDING
WND LOAO ASCE 7.16, \iVERE EMPLOYED THE DESIGN OF
THE
BASIC WND 107 MPH
Oak Brook Golf Club- Oak Brook lL
2606 York Rd. Oak Brook. lL 60523
Bays : 23 @10'WDE & 20' DEEP
CONCRETE:
1. ALL CONCRETE SHALL BE DESIGNED, MIXEO, AND PLACED IN ACCORDANCE VVITH ACI RECOMMENDATIONS
REQUIREMENTS, AND STANDARDS.
2. CONTRACTOR SHALL PROVIDE THE ARCHITECT/ENGINEER SUFFICIENT TIME TO ALLOW FOR REVIEW OF THE
MIX DESIGN AND CYLINDER TEST RESULTS. AND SHALL NOT PROCEED WTHOUT ARCHITECT/ENGINEER
COMMENT.
3. CEMENTITIOUS MATERIAL. READY MIX SUPPLIER MAY SUBSTITUTE FLY ASH AS 25% OF THE TOTAL CEMENT MIX
TO MAINTAIN THE WATER CEMENT RATIO AND MINIMUM STRENGTHS NOTED.
4. CALCIUM CHLORIDE, OR ADMIXTURES CONTAINING THE SAME, SHALL NOT BE PERMITTED.
5. CONCRETE MAY CONTAIN WATER REDUCING ADMIXTURE AND ALL CONCRETE SUBJECT TO FREEZE-THAW
SHALL BE AIR ENTRAINED.
6. PROVIDE CONCRETE WTH 28 DAY COMPRESSIVE STRENGTHS AS FOLLO\'!S:
LOCATION: fc O28 DAYS MAx WC RATIO AIR CONTENT
EXTERIOR SLAB ON GRADE 4500 PSI O-42 81o +l- 1.51o
7. PAD SHALL BE SAW CUT wlTHIN 24 HOURS OF CURE AS INSTRUCTED BY COVER THE TEES. TOOLEO JOINTS ARE
NOT ACCEPTABLE.
1.) EXCAVATIONS FOR THE NEW SLAB & FOUNDATIONS SHALL BE PERFORMED UNDER A FULL.TIME INSPECTION
OF A OUALIFIED GEOTECHNICAL ENGINEER. THE ON=SITE REPRESENTATIVE SHALL CONFIRM THAT THE
EXISTING SOIL BEARING MATERIAL IS CAPABLE OF SUPPORTING THE DESIGN BEARING PRESSURE.
THIS
RISK CATEGORY:
WND EXPOSURE
APPLICABLE
A325 1/2" DIAMETER
REFER TO PAGE {.7 FOR
. ALL FASTENERS TO ,TAPPING
SCREWS, HEX HEAO
COMPOSITE
WASHERS, THE PORIION OF
SIEVE SIZE:
NO.4
NO. 14
NO.50
NO.100
NO.200
PERCENT PASSING:
100
1G100
$90
+30(}I
MT
ML Structural
lnfo@mlstructual.com
224-214-0565
334 E Colfax St Unit D,
Palatins, lL 60067
Engin€e/s Stamp
GROUND SNOWLOAD
LIVE LOAD 20 PSF
PSF
SOIL VERTICAL
NOTE:
PRESSURE COEFFICIENT (PARTIALLY ENCLOSED)
ASSUMED MINIMUM 15OO PSF
1.)
2.\
3.)
4.)
5.)
6.)
FIRE SPRINKLER : NO
FIRE ALARM : NO
NOTE:THIS lS A NON
CONSTRUCTION TYPE:28
TOTAL CANOPY SOUARE
USE : PROVIDE SHADE COVER
MATERIAL:
6',X6" X 0.12s" COLUMNS (600s -
I METAL UTILITY STRUCTURE
SF
2'X8" X 0.125" HOLLOWTUBE
2'X6" X 0.125" HOLLOW TUBE
#14 X 1" TEXS SCREWS
T5
T5
TEE LINE
RESISTIVE BOLTS OR EOUIVALENT
2.) COMPACT SUBGRADE TO 95Oi6 MAXIMUM ORY DENSITY IN ACCORDANCE WTH ANSYASTMD ,I557. MAINTAIN
OPTIMUM MOISTURE CONTENT TO ATTAIN REQUIRED DENSITY.
3.) CUT OUT SOFT AREAS OF SUBGRADE NOT CAPABLE OF IN.SITU COMPACTION. BACKFILL AND COMPACT TO
DENSITY EOUAL TO OR GREATER THAN REOUIREMENTS FOR SUBSEQUENT BACKFILL MATERIAL.
5.) IMPORTED COMPACTED CONTROLLED FILL SHALL BE GRAOED IN ACCORDANCE WTH ANSUASTM C.I36 WTHIN
THE FOLLOWNG LIMITS:
4. SOIL FOR FLOOR SLAB SHALL CONSIST OF EITHER SUITABLE ON.SITE SOIL OR IMPORTED SAND. THE NEW FILL
SHALL BE PTACED IN LAYERS NOT EXCEEDING ONE (1) FOOT IN LOOSE THICKNESS AND EACH I,AYER
REQUIRED SHALL BE COMPACTED TO 95"A OF I'I'S MAXIMUM MODIFIED DRY DENSITY. FILL LAYERS SHALL BE
COMPACTED, TESTED, AND APPROVED BEFORE PLACING SUBSEQUENT LAYERS.
w
Cover Tho Ts.
1713 Kennody Pt.
Oviodo. FL 32765
WHICH HAS MIN.OF
0.050!& 5,/8'O.D., OR
wlTH A STEEL.NEOPRENE
WASHER.STEEL
PORTION OF HAS A MIN.
DIMENSION 0.038'(20GA)
5/8" O.D.
ALL
BE
AS
GREATER THAN.I/4" TO
ALUMINUM COMPONENTS
IN WTH
i FOR ALUMINUM
tNc.
METALS MUST BE
BY PAINTING WTH
PAINT
OTHER ACCEPTABLE COATING
OR NEOPRENE GASKET MATERIAL
TO PREVENT GALVANIC ACTION.
ALL FACTORY WELDING (F NEEDED),
NO FIELD WELDING ALLOVTED.
I
FOR INFORMATION ONLY
s101_
SIOE &
Oak Brook Golt Club - Oak
Br@k. lL
2606 York Rd, Oak
Brcok. lL 60523
23 Bay @10'OC
Title Sheet
s1 01
DETAILS
VIEW
Iltttllrlllll
MdE.AdtG
P.O. Aox 623S Ovido- FL 32&
l!!1O.dPton
I1 ItItllI I lltttttrl
PROPOSED
THICK SUB ONGME WTH
6X6X W_1 X
CLR TO TOP, ONd MINIMUM
COMPACTEO/CO
NSOLIDATED
CA{ ORca-7.4s Pst
coNcRETE (0.42
WATER CEMENf
RATTO & 6*
ENTRAINMENT)
CENTERED O ilCHo#Y,f;*' coLuMN
PROPOSEOt
THICKSUA ON
GRAOEffiH
6X6 Xrc.1 X
CLR TOTOP. ON
d MINIMUM
COMPACTEOrcO
NSOUOATEO
CM ORc+7.s Psl
coNcRETE (0.42
MTER CEMEM
RATp A 6i
ENTRANMENT)
2'4" WOE 04" DEEP
CENTERED O ACH
COLUMN
Nole : Th€se 3aw cuE are what
re have 3een pgople do
in the past
6XFXlA
COLUMN
ANCHOR
cotuR
ex6xla
COLUMN
ANCAOR
COLHR
6666'
I
o
t
ll66I
6
lrl-lllll-t-tll@)@)@(r(r@@@@@@@
I
6
Saw Cuts(in Red) Evsry 10' in Center ot Bays
& 1 S8w Cut in the middle Running the VMdth
rttllttttlAAAAAt9er(9(9(9
6"X6',X1/8"
COLUMN
5" THICK SLAB ON GRADE VVITH
ON
cA-7,4500 PSI
Saw Cut Pattom
(
TO TOP,
CA6 OR
ttttllttltlllllI r r l l llltlll.tl )@@@@@@ara,@(ro@@@@
I X\/\2.'t WWF 1" CLR
coNcRETE (0.42 WATER CEMENT
232'.-O"
232',-t
2'-O WOE O-Y DEEP
CONT. THICKENED SLAB
CENTERED @ EACH COLUMN
PROPOSED
6X6 X \,\2.
6" MINIMUM
I
ttttttlrrrrLll6D@@@6@@
6tdBrshhr
230'- 0"
,t",t,,t,.1,
+-__i+__||lr__+frl' ,1, ,1, ,1,rh ,1, ,lllr,1, rL,h ,lr
'1, ,1, ,l' rL "1.rrF--i+--fi--rt----+rrl, ,1, ,h rl' rLrl, ,h rl, th ,lr,t,
230 -O"
tllttttttttltttttt
I
tttl
---+ -
f
-_!_+_-!tttrIIIIIIIIIII
-t__+-
+
w
CoEr TIE T6!
17'13 Kennedy Pt.
Oviedo, FL 32765
M.aiMAfu
P O Bor em &do FL 32762
Oak Brook Golt Club - Oak
Brook. lL
2606 York Rd. Oak
Book, lL 60523
23 Bay @10'OC
Slab Plan & Rango Plan
s102 1
ntrrt,nlnitn
- --+r-
-
ra- - -i+ -
-ir{-
-,1, rl' ,1, ,1,,h ,lll, nl,
_ ___+r _ _ilr _
rl, rl,
++
-+-
Enoineg/s SlamD
M.tD@tlje
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
SPECIAL PROVISIONS
TABLE OF CONTENTS
DEFINITION OF TERMS................
CLARIFICATION OF CONTRACT DOCUMENTS
CONTRACT TIME
SURVEY CONTROL POINTS
VANDALISM.............
MAINTENANCE OF ROADWAYS ..............
PUBLIC CONVENIENCE AND SAFETY.....
CHANGE IN SCOPE OF WORK
USE OF FIRE HYDRANTS
MAILBOXES .............
CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD).
SUB SURFACE EXPLORATION DATA
SITE INVESTIGATION AND CONDITIONS AFFECTING WORK
NOISE......
USE OF HEAVY EQUIPMENT, TOOLS; RESTNCTIONS..............
SPECIAL CONDITIONS .............
SUPPLEMENTAL WATERING ....................
EXPLORATION EXCAVATTON (UTrLrrY)
LIGHT POLE...............
SIGN LIGHTING COMPLETE
REDACTED
SHREDDED HARDWOOD BARK MULCH 3" .........,,...
ASPHALT SURFACE SEALCOAT ...............
PORTLAND CEMENT CONCRETE DRIVING RANGE PAD, COMPLETE...
REMOVE AND RETNSTALL SPLIT 2 RAIL CEDAR FENCE
REMOVE AND RETNSTALL BRICK PAVERS
TRAFFIC CONTROL AND PROTECTION, SPECIAL
CONSTRUCTION LAYOUT
ITEMS AS ORDERED BY THE ENGINEER ..........
I
I
2
2
2
J
J
J
4
4
4
4
4
5
6
6
7
7
8
8
9
9
l2
t2
l3
l3
t4
t4
20
22
SPECIAL PROVISIONS
VILLAGE OF OAK BROOK
STATE OF ILLINOIS
SPECIAL PROVISIONS FOR
SPORTS CORE PROPERry IMPROVEMENT
The following Special Provisions supplement the "Standard Specifications for Road and
Bridge Construction", adopted January 1, 2022 (hereinafter referred to as the "Standard
Specifications"); the latest edition of the "lllinois Manual on Uniform Traffic Control
Devices for Streets and Highways" in effect on the date of invitation for bids; and the
"Supplemental Specifications and Recurring Special Provisions", adopted January 1,
2025, indicated on the Check Sheet included herein; all of which apply to and govern the
conslruclion of: SPORTS CORE PROPERTY IMPROVEMENTS for the Village of Oak
Brook. lllinois.
These special provisions included herein apply to and govern the proposed improvement
designated as SPORTS CORE PROPERTY IMPROVEMENTS PROJECT and in case
of conflict with any part or parts of said speciflcations; said special provisions shall take
precedent and shall govern.
DEFINITIO OF TERMS
ln addition to the definitions included in Section 101 of the "Standard Specificalions for
Road and Bridge Construction", adopted Janvary 1,2022lhe following should be added:
Engineer - shall be the firm of Christopher B. Burke Engineering, Ltd. as Engineer
employed by the Owner.
Owner - shall be the Village of Oak Brook.
Municipality - shall be the Village of Oak Brook.
Department - shall be the Village of Oak Brook.
Village - shall be the Village of Oak Brook.
CLARIFICATION OF CONTRACT DOCUMENTS
Requests for interpretations of the Bid Documents shall be made in writing, email or via
telephone, and shall be received al least five (5) days prior lo the bid opening. All
interpretations and supplemental instruclions will be in the form of written addenda to the
Bid Documents.
A copy of such addendum will be mailed to all BIDDERS who register with the VILLAGE
ln order to register with the Village, BIDDERS must send notice to:
-1-
SPECIAL PROVISIONS
Rania Serences, Purchasing & Budgeting Coordinator
Village of Oak Brook
Butler Government Center
1200 Oak Brook Road
Oak Brook, lL 60523
BIDDERS will provide written acknowledgment of receipl of each addendum issued with
the bid submission. Failure to acknowledge receipt of the addenda may be cause for
rejection for the BlD. The information shallalso be placed on fileand be made availabb
to the public per the Freedom of lnformation Act. Oral explanations will not be made. No
addenda shall be issued later than three (3) working days prior to bid opening date.
CONTRACT TIME
For this contract, substantial completion shall be completed by May 30, 2025 and allwork
including punch list items shall be completed by June '13, 2025.
Should the Contractor lail to complete the work as stipulated above, the Contractor shall
be liable to reimburse the Owner in accordance with Article '108.09, Failure to Complete
the Work on Time.
PERMITTING
A Building Development Permit will be submitted by the engineer to the Village of Oak
Brook.
SURVEY CONTROL POINTS
The provisions of Article 105.09 of the Standard Specifications shall be modified so that
the Contractor will be responsible for all layout, staking and other activities required to
establish the location, alignment, elevations, and grade ofwork.
The Contractor shall assume full responsibility for all dimensions and elevations required
to construct the work in accordance with the details shown on the plans.
The Engineer will be available to assist the Contractor in interpretation of the plans and
layout operations. ln the event any questions arise lo the proposed location of any work
element or the intent ofthe plans, the Contractor shall advise the Engineer ofsuch issues
prior to the execution of any construction operations.
This work will not be measured or paid for separately but shall be considered as included
in and incidentalto the various payment items provided lor herein.
SPECIAL PROVISIONS
Special attention is called to the special Provision for "lnspection" as well as Article
107.30 of the "Standard Specifications". Any defaced work shall be correctsd or
replaced by the Contractorat Contractor's sole oxpense prior to final payment. The
Village of Oak Brook shall cooperate with the Contractor to minimize vandalism, but the
Conlractor shall be ultimately responsible for correcting any damage. The Village will not
be responsible for the security of the worksite in this regard, other than normal palrolling
and response to emergencies. The cosl of additional security required to meet this
provision shall be solely the Contracto/s responsibility.
MAINTENANCE OF ROADWAYS
Beginning on the date that work begins on this project, the Conlractor shall assume
responsibility for normal maintenance of all existing roadways within lhe limits of the
improvement. This normal maintenance shall include all repair work deemed necessary
by the Engineer but shall not include snow removal operations. Traffic control and
protection for maintenance of roadways will be provided by the Conlractor as required by
the Engineer.
PUBLIC CONVENIENCE AND SAFETY
ln addition lo the requirements of Article 107.09 ofthe "Standard Specifications for Road
and Bridge Construction", the Contractor shall mainlain entrances and side roads along
the proposed improvement; interference with traffic movements and inconvenience to
owners of abutting property and public shall be kept to a minimum. Any delays or
inconveniences caused the Contractor by complying with these requirements shall be
considered incidentallo the contract, and no additional compensation will be allowed.
The Contractor is to plan his work so that there will be no open holes in the pavement
and that all barricades will be removed from the pavement during non-work hours.
All provisions relating to traffic control, signage, barricades, and the use of flagmen shall
be subject to the approval and the direction ofthe Engineer.
The Contractor will not be allowed lo close any street to through travel without the prior
approval oflhe Engineer. The Contractor will be required to provide all warning signs,
barricades, traffic cones, flagmen and olher appurtenances as lhe Engineer deems
necessary to guarantee the safety of motorists and pedestrians during construclion. This
VANDALISM
Ouring all construction operations, the Contractor will be required to provide, erect and
maintain proper signage and balTicades plus provide flagmen as necessary for safe traffic
control.
SPECIAL PROVISIONS
work will not be paid for separately but shall be considered as incidental to the Contract
and no extra compensation will be allowed.
CHANGE IN SCOPE OF WORK
The Village reserves the right to decrease the contract quantilies in order to meet
budgetary constraints. No compensation will be allowed to the Contractor for decrease
in quantities and anticipated prolits.
USE OF FIRE HYDRANTS
ln addition to the requirements of Article 107.18 of the Standard Specifications,
construction waier must be obtained from a tank truck and nol from municipal fire
hydrants. Arrangements for filling a tank truck shall be made with the Village of Oak
Brook Public Works Department, 3003 Jorie Boulevard, Oak Brook, lllinois.
MAILBOXES
Adjacent to the construction operations (not limited to grinding, paving, driveway work,
curb and gutter removal and replacement, drainage improvements) and off the back of
curb are mailboxes. lt shall be the contractor's responsibility to temporarily relocate and
reinstall any mailbox that conflicts with construction activities. lf the mailbox is a
decorative mailbox structure, it shall be the Contractoas responsibility to protect the
decorative mailboxes while performing work adjacent to them. The cost to remove,
temporarily relocate and reinstall, or protect mailboxes shall be included in the overall
cost of lhe contract and will not be measured and paid for separately. Any damage to
these mailboxes caused by the Contractor during the contract shall be repaired by the
Conlractor to the satistaction of the Engineer and at no additional cost to the Village or
Resident.
CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD)
The Village shall provide the contractor with an Unconlaminaled Soil Cerlification form
LPC 662 and 663 (specific to various siles) and is not aware of any contaminated soils.
The Village will assume responsibility for reasonable exlras, if contaminated soils exist,
but will not assume responsibility for failed attempts to deliver contaminated soils to a
CCDD dump site.
SUBSURFACE EXPLORATION DATA
Limited investigation of subsurface conditions at the proposed site of Work has been
made for the purpose of design. The Village ofOak Brook, Testing Service Corporation,
4-
and Christopher B. Burke Engineering, Ltd. assume no responsibility whatsoever with
respect to the sufficiency or accuracy of these preliminary investigations, nor their
interpretation, and there is no guarantee, either expressed or implied that conditions
indicated are representative of those existing throughout the Work or any part of it, or lhat
unforeseen developmenls may occur.
SITE INVESTIGATION AND DITIONS AFFECTING WORK
The BIDDER acknowledges that, prior to submission of its bid, it has taken steps
necessary to ascertain the nature and location of the Work, and that it has investigated,
confirmed, verified as correct and satisfied itself as to the general and local conditions
which can affect the Work or its costs, including but not limited to (1) location and load
capacity of existing roadways, utilities, corresponding pavement, shoulders, curb and
gutter, sanitary sewer, storm sewers, and water main, bearing upon hansporlation,
disposal, handling and storage of materials; (2) the availability of labor, water, electric
power and roads; (3) uncertainties of weather, river stages, tides, or similar physical
conditions at the site; (4) the conformation and conditions of the ground and existing
detention ponds; (5) the character of equipment and facilities needed prior to and during
work performance; (6) subsurface conditions at the site of Work; (7) the quantities and
qualities of all materials, equipment, and labor set forth in Bid Proposal, plans and
drawings and specilications that are necessary to complete all of the Work as required
under the Contract Documents; and (8) the location, condition, compatibility, configuration
of all existing utiliiies and infrastructure. The BIDDER also acknowledges that it has
verified as correct, confirmed and satisfied itself as to the character, quality and quantity
of surface and subsurface materials. obstacles or conditions to be encountered insofar
as this informalion is reasonably ascertainable from an inspection ofthe site, including all
exploratory work done, if any, as well as from the drawings, plans and specillcations made
a part ofthe bidding documents. The BIDDER furlher acknowledges that it has reviewed,
investigated, confirmed, verified as correct and satisfied itself as to the geotechnical
report. Any failure ofthe BIDDER to take the actions described and acknowledged in this
paragraph will not relieve the BIDDER from responsibility for estimating properly the
difiiculty and cost of successfully performing the Work, or for proceeding to successfully
perform the Work without additional expense to the OWNER. Christopher B. Burke
Engineering, Ltd. and OWNER assume no responsibility for any conclusions or
interpretations made by the BIDDER based on information made available by Christopher
B. Burke Engineering, Ltd. or the OWNER of the projecl. Nor do the OWNER or
Christopher B. Burke Engineering, Ltd. assume responsibilily for any undersianding
reached or representation made concerning conditions which can affect the Work by any
of its oflicers or agents before the acceptance of the bid offer and execulion of the
conlract, unless that understanding, or representation is expressly stated in lhis contract.
SPECIAL PROVISIONS
SPECIAL PROVISIONS
A. ltshall be u nlaMul for any person to make, continue to cause to be made or continue
any loud, unnecessary, prolonged, or unusual noise which disturbs the peace of others.
B. Any person who shall, without prior authorization by the President and Board of
Trustees, operate or cause, permit or allow to be operated upon any public street in the
Village any mechanically operated piano, phonograph or other musical instrument, radio
or similar mechanical or eleclrical device or wind instrument or noise-making device of
any character whatsoever, for the purpose ofadvertising any goods, wares, merchandise
or other articles for sale, barter or exchange, or for the purpose of attracting attention, or
of inviting the patronage of any person to any business whatsoever, shall be deemed
guilty ofan offense against the Village. (Ord. G-577, 10-22-1996)
USE OF HEAVY EQU . TOOLS: RESTRICTIONS
Except as provided in subsections B, C and D of this Section, no person or entity may
use "heavy equipment" in residential areas except between seven o'clock (7:00) A.M. and
six o'clock (6:00) P.M. Monday through Friday and between eight o'clock (8r00) A.M. and
five o'clock (5;00) P.M. on Saturdays and Sundays; and in commercial areas except
between six o'clock (6:00) A.M. and six o'clock (6:00) P.M. Monday through Friday and
between six o'clock (6:00) A.M. and six o'clock (6:00) P.M. on Saturdays and Sundays;
provided, however, that such equipment shall not be used at any time on Federal
holidays. For purposes of this Section, "heavy equipment' shall mean bulldozers,
jackhammers, pile drivers, power hammers, chain saws, graders, riveters, earth movers,
tree and stump grinders, trenchers, cement mixers, tractors, power hoists or derricks,
demolition balls, power shovels, trucks, and power equipment on wheels or traction
chains, or other similar equipment, but shall nol include garbage trucks which are
governed by separate agreement within lhe Village.
A. OtherTools: Tools other than heavy equ ipment may be used at any time within a fully
enclosed structure; any use of such tools outside a fully enclosed skucture shall be
prohibited between the hours of eight o'clock (8:00) P.M. and eight o'clock (8:00) A.M.,
except as provided in subsections B, C and D of this Section.
B. Emergencies: The limitations stated in this Section shall not apply in any situation
which requires heavy equipment or other tools in emergencies to assist or avoid a
problem related to health or to safety of persons or property, or to sewer, water, power,
utility, or telephone interruptions.
C. Work by Public Agencies: The limitations stated in this Section may be waived by the
Board of Trustees by resolution for work undertaken by any public body or agency for the
benefit of lhe public. The Board of Trustees may attach lo any such waiver all conditions
it deems necessary to protect the public health, safety, or welfare.
NOISE
SPECIAL PROVISIONS
D. Waiver: The limitations stated in this Section may be waived by the Village Manager
in areas of the Village zoned for nonresidential uses pursuant to the Village zoning
ordinance; provided, however, thal no such waiver shall be granted unless the Village
Manager finds lhat:
1. The party seeking the waiver will suffer a unique or unusual hardship unless the
waiver is granted; and
The granting of a waiver will not cause a substantial or undue adverse impact upon
adjacent property or upon the public health, safety, and welfare. The Village Manager
may attach to such waiver all conditions he deems necessary to protect the public health,
safety, or welfare.
SPECIAL CONDITIONS
EMERGENCY 24 HOUR NAME AND TELEPHONE NUMBER
The Contractor shall provide the Engineer the name and lelephone number of an
individual in his direct employ who will be available twenty-four (24) hours a day, seven
(7) days a week, to receive notification of any deficiencies regarding traffic control and
protection and shall dispatch men, materials, and equipment to correct any such
deficiencies. The contractor shall respond to any call from the Village concerning any
request for improving or correcting traffic control devices and begin making the requested
repairs within two (2) hours from the time of notification.
RECORD DRAWNGS:
Contractor shall keep one copy of the approved specilications, drawings, addenda,
modifications, and shop drawings at the site in good order and annotated to show all
changes made during the construclion process. These plans shall be available to the
Village upon completion of the project.
TAX EXEMPTION:
The Village is exempt from Federal excise tax (#36-600-9534) and the lllinois Retailers
Occupalion Tax (#E99974381). This bid cannot include any amou nls of money for these
taxes.
SUPPLEMENTAL WATERING
Description. Thisworkshall consist of applying additionalwater to newly sodded areas
as directed by the ENGINEER in accordance with Section 252 of the Standard
Specification.
7
Water shall be applied at a rate of 15 L/sq m (3 gal/sq yd) or as directed by the
ENGINEER. The CONTRACTOR shall provide the meter readings of the usage of water
on a daily basis to the ENGINEER.
Method of Measurement and Basis of Payment. This work shall be calculated and
paid for at the contract unit price per unit of SUPPLEMENTAL WATERING based on the
amount sod installed which includes all labor, material, and equipment.
EXPLORATION EXCAVATION (UTILITY)
Desctiption. This work shall conslst of constructing an exploratory excavation for the purpose of
locating existing utility conflicts with proposed conduits to be directionally bored, located outside of
pavement areas.
General. All work shall be in conformance with the Contract Drawings, Standard Specifications,
and JULIE requirements. Anticipated locations are shown on the plans, however shall be
determined after the JULlUprivate utilities are located.
Construction. Contractor shall provide a large enough trench to locate existing utility where
proposed conduits cross existing utilities. Trenches shall be backfilled with compacted materialfree
of brick, rock and any material that could damage the conduit (in accordance with Section 810 of
the Standard Specifications), 4" of topsoil and then sod to restore them to existing conditions.
Where trenches are located below landscape areas, the Contractor shall restore as described
above, and coordinate replanting any plants/shrubs removed to locate existing utilities.
Method of Measurement. This work will be measured for payment in feet, for the trench length
required to verify existing utility conflict.
Basis of Payment. This work shall be paid for at the contract unit price per foot for
EXPLORATION EXCAVATION (UTILITY), which shall include all labor, materials, and equipment
to complete the work specified herein.
LIGHT POLE
Description. This work shall consist of furnishing and installing a proposed light pole as
shown on the plans.
Materials. The light pole shall be in accordance with Article 1069.01-1069.02 of the
Standard Specifications and as shown on the plans.
Construction. The light pole shall be installed in accordance with Section 830 of the
Standard Specifications and as shown on the plans.
8-
SPECIAL PROVISIONS
SPECIAL PROVISIONS
Contractor shallfurnish and installtwin arms and luminaires (Light Pole Type A only) and
motion sensors at locations indicated on the plans.
All luminaires shall have a wireless control node installed in accordance with the
manufacturer recommendations for the operation of motion sensors and luminaires from
dusk to dawn.
Basis of Payment. The work shall be paid for at the contract unit price each for LIGHT
POLE, which price shall be payment in full for al! labor, materials, and equipment
necessary to complete the work described above and as indicated on the plans.
SIGN LIGHTING COMPLETE
Description. This work shall consist of illuminating an existing sign using flood light type
luminaires where shown on the Contract Drawings. This work also includes furnishing
and installing luminaires, photocell, mounting boxes, rigid galvanized steel conduit, and
wiring between fixtures and photocell.
Materials. All materials shall be in accordance with the contract plan drawings.
Construction Requirements. All work shall be installed as shown on the contract plan
drawings and in accordance with the NEC and localordinances.
The Contractor shall be responsible for coordinating all work and final aiming of fixture
with owner.
Measurement and Pavment. The work shall be paid for at the contract lump sum price
for SIGN LIGHTING COMPLETE, which price shall be payment in full for all material,
labor and any other items required to complete the work.
TREE. 2" CALIPER. BALLED AND BURLAPPED
REMOVED FROM CONTRACT
-9-
Measurement. This work wil! be measured for payment for each light pole.
SPECIAL PROVISIONS
-10-
SPECIAL PROVISIONS
-11-
SHREDDED HARDWOOD BARK MULCH 3"
Description
This work shall consist of insalling shredded hardwood bark mulch to a depth of 3" in
proposed parking loi islands, around proposed trees and directed by the engineer in the
field.
Construction Requirements
Shredded hardwood bark mulch shall be free of harmful chemicals, diseases, and insects
Mulch shall have a minimum 1/8 inch dimension and a maximum length of 2-1l2".
Method of Measurement and Basis of Pavment
This work shall be measured and paid for at the contract unit price per SQUARE YARD
for SHREDDED HARDWOOD BARK MULCH, 3" which price shall include all materials,
labor and equipment necessary to complele the work as specifled herein.
ASPHALT SURFACE SEALCOAT
Description
This work shall consist of seal coating the existing Oak Brook Golf Club parking lot in 3
stages as directed by the engineer in the field.
-12-
SPECIAL PROVISIONS
SPECIAL PROVISIONS
Materials
The asphalt emulsion seal coal shall be SealMaster Liquid Road Ultra (SMT-'155) or
approved equal.
Construction Requirements
Seal coat shall be applied according to lhe manufacturer's recommendations
Method of Measurement and Basis of Pavment: This work shall be measured and
paid for at the contract unit price per GALLON for ASPHALT SURFACE SEALCOAT
which includes all labor, materialand equipment required to complete lhe work as
specified herein.
PORTLAND CEMENT CONCRETE DRIVING RANGE PAD. COMPLETE
Sgsgrlpge!
This work shall consist of installing a concrete driving range pad on a prepared
aggregate base course in accordance with sections 351 and 423 ofthe standard
specifications, the details provided by Cover The Tees (herein), and as directed by the
engineer in lhe field.
@!9gcs!e!-B9sc!EEe!ts
Refer lo the notes provided by the golf shelter manufacturer, Cover the Tees, in the
contract exhibits for material and construction requiremenls.
lnstallation of a 6" aggregate base course in accordance with section 351 and slab
general notes shall be included in the cost ofthis pay item
The proposed slab shall be saw cut within 24 hours ot finishing the concrete pad
Tooled contraction joints shall not be permitted.
Wire mesh shall not be paid for separately but included in the cost ofthis pay item
9.gE!.E_9!_Egy!09!,!: This work shall be paid for at the contract lump sum price for
PORTLAND CEMENT coNcRETE DRIVING RANGE PAD, cOMPLETE which
includes all labor, materialand equipment required to complete the work as specified
herein
REMOVE AND REINSTALL IT 2 RAIL CEDAR FENCE
Description
This work shall consist of removing, storing, and reinstallation ofthe existing cedar
fence at locations shown on the plans or as determined by the ENGINEER.
-'13-
SPECIAL PROVISIONS
Construction Reouirements
The CONTRACTOR shall make record of the existing condition and location of fence
posts prior to removal. All posts and rails shall be carefully salvaged and stored near
project localion. Any post or rails damaged by the CONTRACTOR shall be replaced at
the CONTRACTOR's expense.
This work shall include removal and disposal of fence post and rail not reinstalled as
part of the conlracl.
Method of Measurement and Baaia of Pavment
This work will be measured and paid for at the contract unit price per FOOT for
REMOVE AND REINSTALL SPLIT 2 RAIL CEDAR FENCE which price shall include all
labor, equipmenl, and material necessary to complete lhe work as specified herein.
REMOVE AND REIN ALL BRICK PAVERS
DescriDtion
This work shall consist of removing, storing, and replacement of paving bricks or
concrele pavers al locations shown on the plans or as determined by the ENGINEER
Construction Requirements
The CONTRACTOR shall make record of the existing layout and pattern prior to the
removal of the existing bricks or pavers to ensure that the bricks or pavers can be
reinstalled to match the existing pattern prior to construction. All bricks or pavers shall
be carefully salvaged and stored near the pavement from which they were taken. Any
bricks or pavers damaged by the CONTRACTOR shall be replaced at the
CONTRACTOR's expense with bricks or pavers that match the color and shape of the
bricks or pavers of the existing pavement. This work shall include removal and disposal
of bricks or pavers not reinstalled as part of lhe contract. Any edge restraints present
shall be removed and salvaged and included in the cost of this item. Additional bedding
orjointing material required to lock the bricks or pavers into place shall also be
considered included in the cost of this item
Method of Measureme and Basis of Pavment
This work will be measured and paid for at the contract unit price per SQUARE FOOT
for REMOVE AND REINSTALL BRICK PAVER in place. This price shall include the
cost of all excavation to proper subgrade, bedding sand, jointing sand, edge-restraint
installation, and compaction to finished grade.
TRAFFIC CONTROL AND PROTECTION. SPECIAL
-14-
SPECIAL PROVISIONS
Traffic Control shall be according to the applicable sections of the Standard
Specifications, the Supplemental Specifications, the "lllinois Manual on Uniform Traffic
Control Devices for Streets and Highways", any special details and Highway Standards
contained in the plans, and the Special Provisions contained herein.
Special attention is called to Article 107.09 of the Slandard Specifications and the
following Highway Slandards, Delails, Quality Standard for Work Zone Trafflc Control
Devices, Recurring Special Provisions and Special Provisions contained herein, relating
to lraffic control.
STAN RDS:
701301-04
70150'1-06
70160't -09
701701-10
701801-06
701901-0s
Lane Closure, 21, 2W Short Time Operations
Urban Lane closure, 21, 2W Undivided
Urban Lane Closure, Mullilane, 1W or 2W, With Nontraversable Median
Urban Lane Closure Multilane lntersection
Sidewalk, Corner or Crosswalk Closure
Traffic Control Devices
DETAILS:
TdlITEfiic control and Protection for Side Roads, lntersections, and Driveways
TC 13 District One Typical Pavement Markings
"701.01 Description' shall be replaced with the following
701.01 Description
This item of work shalt include furnishing, installing, maintaining, replacing, relocating and
removing all traffic control devices used for the purpose of regulating, warning or directing
traffic during the construction or maintenance of this improvement.
Traffic Conlrol and Protection shall be provided as called for in the Plans, these Special
Provisions, applicable Highway Standards, applicable sections of the Standard
Specifications. or as directed by the Engineer.
The governing factor in lhe execution and staging of work for this project is to provide the
motoring public with the safest possible travel conditions along the roadway through the
SPECIAL PROVISIONS:
Sec 70'l Work Zone Traffic Control and Protection
Sec 1106 Work Zone Traffic Control Devices
Check Sheet LRS 3 Work zone Traffic Control
BDE 80'183 Reflective Sheeting on Channelizing Oevices
BDE 80354 Sidewalk, corner or crosswalk Closure
BLR 17-4 Traffic Control Devices - Day Labor Construction
BLR 186 Traffic Control Devices - Day Labor Maintenance
SPECIAL PROVISIONS
construclion zone. The Contractor shall arrange his operations to keep lhe closing of any
lane of the roadway to a minimum.
Traffic Control Devices include signs and their supports, signals, pavement markings,
barricades with sandbags, channelized devices, warning lights, arrow boards, flaggers,
or any olher device used for the purpose of regulating, detouring, warning, or guiding
traffic through or around the construction zone.
"701.04 General," section "(b)" paragraph 4 shall be replac€d wilh the following
The Contractor is required to conduct routine inspections of the work site at a frequency
that will allow for lhe timely replacement of any traffic control device that has become
displaced, worn or damaged to the extent that it no longer conforms to the shape,
dimensions, color and operational requirements of the MUTCD, the Traffic Control
Standards or will no longer present a neat appearance to motodsts. A sufficient ouantitv
of replacement devices, based on vulnerability to damage, shall be readily available to
meet this requirement.
The Contractor shall be responsible for the proper location, installation, and arrangement
of all trafric conlrol devices. Special attention shall be given to advance warning signs
during construction operations in order to keep lane assignments consistenl with
barricade placement at all times. The Contractor shall immedialely remove, cover, or turn
from view of the motorists all traffic control devices which are inconsistenl with detour or
lane assignment patterns and conflicting conditions during the transition from one
construction stage to another. When the Contractor elects lo cover conflicting or
inappropriate signing, materials used shall totally block out reflectivity ofthe sign and shall
cover the entire sjgn. The melhod used for covering the signing shall meet with the
approval of the Engineer.
The Contractor shall coordinate all traffic control work on this project with adjoining or
overlapping projects, including barricade placement necessary to provide a uniform lraffic
detour pattern. When directed by the Engineer, the Contractor shall remove all traffic
control devices which were furnished, installed, and maintained by him under this
contract, and such devices shall remain the property ofthe Contractor. Alllraffic control
devices shall remain in place until specific authorization for relocation or removal is
received from the Engineer.
The Contractor shall ensure thal all traffic control devices installed by him are operational,
funclional and effective 24 hours a day, including Sundays and holidays.
"70'1.04 General" shall be modified by adding the following sectionl
(G) PUBLIC SAFETY AND CONVENIENCE
- 16-
SPECIAL PROVISIONS
The Contractor shall provide a telephone number where a responsible individual can be
contacted on a 24-how a day basis to receive notification of any deficiencies regarding
trafflc control and protection. The Contractor shall dispatch men, materials, and
equipment to correct any such deficiencies. The Contraclor shall respond to any call from
the Village, or its representative concerning any request for improving or correcting traffic
control devices and begin making the requested repairs within two hours from the time of
notification.
Personal vehicles shall not park within the right-of-way except in specilic areas
designated by the Engineer. All roads shall remain open to traffic, the Contractor, may
close one lane due to aonstruction only between lhe hours of9:00 a.m. and 3:00 p.m on
two lane roads, and shall maintain at least one lane in each direction on four or more lane
roads, during the construction of this project. The Contractor shall also maintain
entrances and side roads along the proposed improvement. lnterference with traffic
movements and inconvenience to owners ofabutting property and the public shall be kept
to a minimum. Any delays or inconveniences caused by the Contractor by complying with
these requiremenis shail be considered as incidental to the contract, and no additional
compensation will be allowed.
On two lane roads, the Contractor is to plan his work so that there will be no open holes
in the pavement and that all barricades will be removed from the pavement during non-
work hours.
On four or more lane highways, there shall be no open holes in the pavement being used
by the traveling public. Lane closures, if allowed, willbe in accordancewith the applicable
siandards, any staging delails shown in the plans and other applicable contract
documenls.
The Contractor shall remove all equipment from the shoulders and medians after work
hours.
No road closures or restrictions shall be permitted except those covered by Slandard
Designs without written approval by the Engineer'
"701.04 General" shall be modified by adding the following seclion:
(H) DEFICIENCY CHARGE:
The primary concern of the Village is to maintain a safe travel way for the public and a
safe environment for the worker in the construction zone. The Contractor is expecled to
compfy witfr the Standard Specifications, contract plans, these Special Provisions, and
directions from the Engineer concerning trafflc control protection The Contraclor shall
lrovide a telephone nimber where a responsible individual can be contacted on a 24-
irour a day basis to receive notilication of any deticiencies regarding traffic control and
-17 -
SPECIAL PROVISIONS
lf the Contractor fails to begin corrections to the traffic control deficiencies within two (2)
hours of the initial attempt of notification by the Village or its representative or fails to
restore lhe traffic controland protection compliance wilh the specificaiions within eight (8)
hours of the original attempt of notification, the Engineer may execute such work as
deemed necessary to correct the deficiencies. The cost thereof shall be deducted from
monies due, or which may be due the Contractor.
Failure to comply with directions ,rom lhe Engineer for corrections or modiflcations to the
traffic control and protection will result in a charge of $500.00 per calendar day. This
charge is separate from the cost of any corrective work ordered. The contractor shall not
be relieved of any contractual responsibilities by the Village's action.
'70'1.07 Method of Measurement' is replaced in its entirety by the following;
70,1,07 METHOD OF I\4EASUREMENT
These items of work will be measured on a lump sum basis for furnishing, installing,
maintaining, replacing, relocating, and removing the traffic conlrol devices required in the
Plans and these Special Provisions.
"701.08 Basis of Payment" is replaced in its entirety by the following:
701.08 BASIS OF PAYMENT
This work will be paid for at the contract lump sum price for TRAFFIC CONTROL AND
PROTECTION, SPECIAL which shall be payment in full for all labor, materials,
transportation, and incidentals necessary to furnish, install, maintain, replace, relocate
and remove alltraffic controldevices indicated in the Plans and Specirications.
The salvage value ofthe materials removed shall be reflected in the bid price for this item.
Delays to the Contractor caused by complying with these requirements will be considered
incidental to the item for Traffic Control and Protection, and no additional compensalion
will be allowed.
lf the Engineer shall require additional traffic control to be installed in accordance with
standards and/or designs other that those included in the plans. The standards and/or
designs will be made available to the Contractor at least one week in advance of the
change in traffic control. Payment for any additional lraflic control required will be in
accordance with Article 109.04 ofthe Standard Specifications. Revisions in the phasing
of clnstruction or maintenance operations, requesled by the Contractor, may requir;
traffic controlto be inslalled in accordance with standards and/or designs otherthan those
included in the plans. Revisions or modifications to the traffic control shown on the
contract shall be submitted by the Contractor for approval by the Engineer. No additionalpaymentwill be made fora Contractor requested modificalion. ln the event the sum total
-'18-
protection. The Contractor shall immediately respond correcting traffic control
deficiencies by dispatching men, materials, and equipment to correct such deficiencies.
value of all work items for which traffic control and protection is required is increased or
decreased by more lhan ten percenl ('10%), the contract bid price for Traffic Control and
Protection will be adjusted as follows:
Adjusted contract price = .25P + .75P [11(X-0.1]
Where 'P" is ihe contract price for Traffic Control and Protection
Difference between original and finalsum total
value of all work ilems for which traffic
Where'X"= conlrol and Drotection is reouired
Original sum total value of all work for
which traffic controland protection is required.
The value of the work ilems used in calculating the increase and decrease will include
only items which have been added to or deducted from the contract under Article 104.02
of the Standard Specifications and only items which require use of Traffic Conlrol and
Proteclion.
ln the event the Deparlment cancels or alters any portion of the contract which results in
elimination or noncompletion of any portion of the work, payment for partially completed
work will be made in accordance with Article 104.02 of the Standard Specifications.
"702.03 Channeling Devices" section "(b)", paragraph '1 shall be replaced with the
following:
(b) Barricades
Type 1 and Type 1A Barricades are intended for use on lower speed roads and shall not
be used where the normal posted speed limit is 45 m.p.h. or greater. The normal posled
speed limit for construction area is 40 m.p.h. Type 1 and Type 2 Barricades shall not be
intermixed within an individual string of barricades. Type 3 Barricades shall be used for
road and lane closures and shall not be used for channelizalion or delineation.
Any drop off greater than 75 mm (three inches), but less than 150 mm (six inches), within
2.5 m (eight feet) of the pavement edge shall be protected by Type 1 or 2 barricades
equipped with mono-direclional steady burn lights at 30 m (100 foot) center to center
spacing. lf the drop off within 2.5 m (eight feet) of the pavement edge exceeds 150 mm
(six inches), the barricades mentioned above shall be paced at 15 m (50 foot) center to
center spacing. Banicades that must be placed in excavated areas shall have a leg
extension installed such that the lop of lhe barricade is in compliance with the height
requirements of Standard 702001 -05.
All Type 'l and Type 2 barricades shall be equipped with a steady burn light when used
during hours of darkness unless otherwise stated herein.
-19-
SPECIAL PROVISIONS
SPECIAL PROVISIONS
Check barricades shall be placed in work areas perpendicular lo traffic every 300 m
(1,000 feel), one per lane and per shoulder, to prevent motorists from using work areas
as a traveled way. Two additional check barricades shall be placed in advance of each
patch excavation or any other hazard in lhe work area, the first at the edge of the open
traffic lane and the second centered in the closed lane. Check barricades shall be Type
1 or 2 and equipped with a flashing light.
"702.03 Channeling Devices" section "(c)" Vertical Panels, add the following:
All vertical panels shall be equipped with a steady burn lighl when used during the hours
of darkness unless otherwise stated herein or in the Plans.
Construction signs referring to daytime lane closures during working hours shall be
removed, covered, or turned away from the view of the motorists during non-working
hours-
Basis of Pavment. This work will be paid for at lhe contract lump sum price for TRAFFIC
CONTROL AND PROTECTION, (SPECIAL)
CONSTRUCTION LAYOUT
The Contraclor shall be required to furnish and place construction layout stakes for this
project. The Engineer will provide adequale reference points to the centerline of survey
and benchmarks as shown in the plans and listed herein. Any additional control points
set by the Engineer will be identified in the fleld to the Conlractor and all field notes will
be kept in the office of the Resident Engineer.
The Contractor shall provide field forces, equipment, and material to set all additional
stakes for lhis project, which are needed to establish offset stakes, reference points, and
any other horizontal or vertical controls, including supplementary benchmarks, necessary
to secure a correct layout of the work. Stakes for line and grade of pavement and/or curb
shall be set at sufficient station intervals (not to exceed 15 m (50 ft.)) to assure substantial
conformance to plan line and grade. The Contractor will not be required to set additional
stakes to locate a utility line which is not included as a pay item in the coniract nor to
determine property lines between private properties.
The Contractor shall be responsible for having the flnished work substanlially conform to
the lines, grades, elevations, and dimensions called for in the plans. Any inspection of
checking of the Contractor's layout by the Engineer and the acceptance of all or any part
of it shall not relieve the Contractor of his/her responsibility to secure the proper
dimension, grades, and elevations of the several parts of the work. The Contractor shall
exercise care in the preservation of stakes and benchmarks and shall have them reset at
-20-
"702.05 Signs" section "(a)" add as paragraph 7:
SPECIAL PROVISIONS
his/her expense when any are damaged, lost, displaced, or removed or otheMise
obliterated.
ResDonsibilitv of the Enoineer
-2'l-
a. The Engineer will locate and reference the centerline of all roads and streets
except interchange ramps. The centerline of private enlrances and short streel
intersection returns will nol be located or referenced by the Engineer.
Locating and referencing the center line of survey will consists of establishing and
referencing the control points ofthe centerline ofsurveys such as PC's, PT's and as many
POT'S as are necessary to provide a line of sight.
b. Benchmarks will be established along the project outside ofthe construclion lines
not exceeding 3OO m (1,000 ft.) intervals horizontally and 6 m (20 ft.) Vertically.
c. Stakes set for (a) and (b) above will be identified in the field to the Contractor.
d. The Engineer will make random checks of the Contractor's staking to determine if
the work is in substantial conformance wilh the plans. Where lhe Contractols work will
tie into work that is being or will be done by others, checks will be made to determine if
the work is in conformance with the proposed overall grade and horizontal alignment.
e. The Engineer will set all stakes for utility adjustment for building fences along the
right of way line by parties other ihan the Contractor.
f. The Engineer will make all arrangements and take all cross sections from which
the various pay items are to be measured.
g. Vvhere the Contractor, in setting construction stakes, discovers discrepancies, the
Engineer will check to determine lheir nature and make whatever revisions are necessary
in the plans, including the recross sectioning of the area involved. Any additional
restaking required by the Engineer will be the responsibility of the Contraclor. The
additional restaking done by the Contractor will be paid for in accordance with '109.04 of
the Standard Specifi cations.
h. The Engineer will accept responsibility for the accuracy of the initial control points
as provided herein.
i. lt is not the responsibility of the Engineer, except as provided herein, to check ihe
correctness of the Contractor's stakes; however, any errors that are apparent will be
immediately called to the Contractor's attention and s(he) shall be required to make the
necessary correction before the stakes are used for construction purposes
SPECIAL PROVISIONS
j. Where the plan quantities for excavation are to be used as the final pay quantities,
the Engineer will make sufficient checks to determine if the work has been completed in
substantial conformance with the plan cross sections.
Responsibility of the Contractor
a. The Contractor shall establish from the given survey points and benchmarks all
the control points necessary to construct the individual project elements. S(he) shall
provide the Engineer adequate conlrol in close proximity to each individual element to
allow adequale checking of construction operations. This includes, but is not limited to,
line and grade stakes, line and grade nails in form work, and/or filed or elched marks in
substantially completed construclion work.
It is the Contractor's responsibility to lie in centerline control points in order to preserve
them during construction operations.
b. At the completion of the grading operations, the Contractor will be required to set
stakes at 30 m (100 ft.) station intervals along each prolile grade line. These stakes will
be used for linal cross sectioning by the Engineer.
c. All work shall be in accordance with normally accepted self-checking surveying
practices. Field notes shall be kept in slandard survey fleld notebooks and those books
shall become the property of the Engineer at the completion of the project. All notes shall
be neat, orderly and in accepted form.
d. For highway structure staking, the Contractor shall use diligent care and
appropriate accuracy. Points shall be positioned to allow reuse throughout the
construction accuracy. Prior to the beginning of construction activities, all structure
centerlines and pier lines are to be established by lhe Contractor and checked by the
engineer. The Contractor shall provide a detailed structure layoul showing span
dimensions, staking lines and offset distances.
Measurement and Pavment.
This item will be paid tor al lhe contract lump sum price for CONSTRUCTION LAYOUT,
which prices shall be payment in full for all services, materials, labor and other items
required to complete the work.
ITEMS AS ORDERED BY THE ENGINEER
Descriotion.
An allowance has been set aside as part ofthis contract for items ordered by the
Engineer. The CONTRACTOR will include in his bid a unit price of $ 1 .00 for ITEMS
ORDERED BY ENGINEER. Only additionalwork, not covered by existing Pay ltems,
indicated on the Drawings or in the Project Specifications as approved by the VILLAGE
SPECIAL PROVISIONS
and ENGINEER will be eligible for payment under the Allowance. Any monies not used
upon contract completion shall not be awarded to the CONTRACTOR.
Method of Measurement and Basis Pavment.
This work shallbe measured and paid for atthe contract unit price per DOLLAR tor ITEMS
AS ORDERED BY THE ENGINEER, which price shall include furnishing and installing
the work as instructed by the VILLAGE and ENGINEER
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
PERFORMANCE BOND
KNOW ALL EN BY THESE PRESENTS: that SCHRO ER ASPHALT
SERVICES INC., PO BO x 31 Huntley, lL 60142, as Principal,ereinafter called
New York, NewContractor, and Hudson lns nce Company, 100 William S
York, 10038, as Surety, a corpo n organized and existing un the laws of the State
of Delaware, hereinafter called Su , are held and firmly bou unto the Village of Oak
Brook, as Obligee, hereinafter called er, in the full and ju St umof THREE HUNDRED
ELEVEN THOUSAND SEVEN H THIRTY.EIGH LLARS AND SEVENTY
CE VIS ($311,738.701, for the payment ich sum of ey well and huly to be made,
Contractor and Surety bind themselves, their rs, exe , ad ministrators, successors
ts, said amount to includeand assigns, jointly and severally, firmly by ese
payment of actual costs and damages and for a ' fees, architectural fees, design
fees, engineering fees, accounting fees, testing s, consulting fees, administrative
costs, court costs, interest and any other fees a ex ses resulting from or incurred by
reason of Contractor's failure to promptly and ithfully rm its contract with Owner,
said contract being more fully described be
and administrative and other expenses
,an d to incl e attomeys' fees, court costs
ssarily paid incurred in successfully
enforcing performance of the obligation urety under this d
WHEREAS, Contractor s entered into a written a ment dated
-
2025, with Owner entitled "Contra Agreement Between Vill age Oak Brook and
SCHROEDER ASPHALT SER lAlC. for the Construction of S p Core Property
this referencelmprovements" (the "Contract"),
incorporated herein as though f y set forth herein.
NOW, THERE RE, THE CONDITION OF THIS OBLIGATI IS SUCH
THAT if Contractor shall
terms, conditions, and a
, truly, and promptly perform all the undertakings,venants
ents of said Contractor under the Contract, incl g, but
not limited to, Contra
complete at the Work
s obligations under the Contract: (1 ) to provide, perfo and
and in the manner specified in the Contract all necessary rk,
labor, services, tran rtation, equipment, materials, apparatus, machinery, tools, fu e
gas, electric, wat , waste disposal, information, data, and other means and item
necessary for th e esign, if any, construction, and installation of the Sports Core Property
improvements,ether with related attachments, equipment, and appurtenances
I
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
-'t -
terms and conditions of which are
r
VILLAGE OF OAK BROOK
CONTRACT FORTHE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
PERFORI'ANCE BOND
KNOW ALL MEN BY THESE PRESENTS: thAt SCHROEDER ASPHALT
SERVICES lNC., PO Box 831 Huntley, lL 60142' as Principal, hereinafter called
Contractor, and Hudson lnsurance Company, 100 William Street, New York, New
York, 10038, as Surety, a corporation organized and existing underthe laws ofthe state
of Delaware, 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 THREE HUNDRED
ELEVEN 7IHOUSAND SEVEN HIINDRED THIRTY-EIGHr DOLLARS AND SEVENTY
CENTS l$311,738.70),forthepaymentofwhichsumof moneywell andtrulytobemade,
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 aitual iosts and damages and for attomeys'fees, architectural fees, design
iees, engineering fees, accounting fees, testing fees, consulting fees, administrative
costs, co-urt costq 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 administrativ6 and other expenses necessadly paid or incuned in successfully
enforcing performance of the obligation of Surety under this bond.
WHEREAS, Contractor has entered into a written agreement dated April 9'
2025, with owner entitled "conkact Agreement Between Village of oak Brook and
scHRoEDER ASPHALT SERVICES, ,,VC. for the construction of sports core Property
lmprovements" (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 Contractor under the Contract, including, but
not limited to, ContractoTs 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,
laboi, services, transportation, equipment, materials, apparatus, machinery, tools, fuels,
!is, 'etectnc, water, waste disposal, information, data, and other means and items
iecessary foi lre design, if any, construction, and installation of the Sports Core Property
improvements, together with related attachments, equipment, and appurtenances
tn,ireto; tZl to proclre and furnish all permits, licenses, and other governmental approvals
and authorizations necessary in connection therewith except as otheMise expressly
pr*iJ"O in the Special Conditions of Contract; (3) to procure and fumish all bonds and
-1-
PERFORMANCE BOND
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; otheMise 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 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 thaobligations 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 requestthat 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 othei than Owner or the heirs, executors, administrators, or successors of
Owner.
AttesUWitness:
r(...L.a{ }tcDorrr
AttesV\Mtness
By
Title: Molly clark, witness
PRINCIPAL: SCHROEDER
SERVICES, INC.
Title
SURETY: Hudson Insurance Company
Title: James I. Moore, Attorneyln-Fact
Signed and sealed this /lfd ay ot irp.rl ,zoeS
ASPHALT
I
By
'''.:o
".
) . (-) -
' \-J ."
= ^,.. n
O) :
\l)
,:.;
C.r 'd '!/n
'4os
,
630-468-5600
SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 8,
FOR SIGNATURE REQUIREiIiENTS
-J-
PERFORMANCE BOND
Title:( "(>,J, 9,,J",*/+
Telephone:
V]LLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
LABOR AND MATE RIAL PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: thAt SCHROEDER ASPHALT
SERVICES lNC., PO Box 831 Huntley, lL 60142, as Principal, hereinafter called
Contractor, and Hudson lnsurance Company, 100 William Street, New York, New
York, 10038, as Surety, a corporation organized and existing under the laws of the State
of Deleware, 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 ot THREE HUNDRED ELEVEN
THOUSAND SEYEA' HUNDRED THIRTY.EIGHT DOLLARS AND SEVENTY CENTS
($311,738.70), to be paid to it or the said claimants or its or their assigns, to which
payment well and truly to be made Contractor and Surety bind themselves, their heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents, said amount to include attomey's fees, court costs, and administrative and other
expenses necessarily paid or incurred in successfully enforcing performance of the
obligation of Surety under this bond.
WHEREAS, Contractor has entered into a written agreement date APRIL
g, 2025, with Owner entitled "Contract Agreement Between Village of Oak Brook and
SCHROEDER ASPHALT SERVICE$ ,rVC. for the Construction of Sports Core Propefi
improvements" (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 specifted 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 Sports Core Property improvements, 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
Conkactor 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
1
PAYMENT BOND
-z-
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 effecl.
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 seryice 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 prosecute the suit to final judgment for such sum or
sums as may be justly due sucfi 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 llcs 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 affuct 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.
PAYMENT BOND
Signed and sealed this ll+t ay ot A?r:l , zOQ{.
Attest/Wtness:
By:
Title
AttesUWitness:
By
,J. k,t
PRINCIPAL: SCHROEDER
SERWCEq rrVC.
By
(
Title ',lr-., l'
SURETY:Hudson lnsurance Com
Title: James I. Moore, Attorney-ln-Fact
ASPHALT
Title. Molly Clark, Witness
\\
-^- :)
Telephone 630-468-5600
SEE GENERAL ]NSTRUCTIONS TO BlDDERS, SECTION 8,
FOR SIGNATURE REQUIREMENTS
-J-
By:
STATE OF ILLINOIS
COUNTY OF DUPAGE
On April 11th, 2025, before me, Lisa Marotta, a Notary Public in and for said County and State,
residing therein, duly commissioned and sworn, personally appeared, James L Moore known to
me to be Attorney-in-Fact of Hudson lnsurance Companv the corporation described in
and that executed the within and foregoing instrument, and known to me to be the person who
executed the said instrument in behalf of the said corporation, and duly acknowledged
to me that such corporation execwed the same.
lN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in
this certificate above.
My Commission Expires, February 7 ,2026
Commission No. 946275
Lisa Marotta, Notary Public
HuDSoN
Bond No.: HGMW -238-2257
POWER OF ATTORNEY
KNOW ALL MEN BY TffiSE PRESENTS: That FIUDSON INSURANCE COMPANY, a corporation of thc Statc of Delaware, with
offices at 100 William Stre€t New Yorh New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and
appoint
Stcphen T, Kezner, Jrmcs I. Moorc, Trriesc M. Pisciotto, Dewn L. Morgen, Jennifer J. McComb
of the Stetc of lllinois
its true and lawful Attomey(s)-in-Fact" at New Yodg New York, each of them alone to have full power to act without the other or others, to make,
exccute and deliver on its behalt as Surcg, bonds and undertakings givcn for any and all purposes, also to cxecute and dclivcr on its behalf as
aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single
bond or undertaking shall obligate said Company for any portion of the penal sum thereof in excess of the sum of Twenty Five Million
Dollars ($25,000,000.00).
Such bonds and undertakings when duly executed by said Attomey(slin-Fac! shall be binding upon said Company as fully and to the same
extent as ifsigned by the President ofsaid Company under is corporate seal attested by its Secretary.
In Witness Whereof, HUDSON I.IS-URINCE COMPANY has caused these presents to be of is Senior Vice President thereunto duly
l5th day of November,20 24 at New Yorh New York'
HTIDSON INSfTRANCE COMPAI{Y
By.
Dine DrshleLis No. 01MU6l)67553
Corporate Secretary
ira".. i. oi"l.".'
Senior Vice President
STATE OFNEWYORK
COUNTY OF NEWYORK. SS.
On the 15th day of Novembcr ,2O24beforc me personally came Andrew A. Diclison to nre kuou'n, rvho beilg by nre duly swom diddeposeand
say that he is a Scnioifi"e preria"iiilrRrmsor rxsunlxct colpmw, the corporation described herein and which executed the above insfument' tftat he
knows the seal ofsaid Corporation, that the seal affrxed to said instrument is such corporate seal,
-..
AIT{NM.MURPET-
Notary Public, State of New York
No.01MU6067553
Qualified m Nassau County
Commision Expires December 10, 2025
(Notarial Seal)
CERTIFICATION
20 25_
STATE OFNEW YORK
COT]NTYOFNEW YORK SS.
The undersigned Dinr Daskelelis hereby certifies.
That the original resolution, of which th; following is a true and correct copy, was duly adopted by unanimous written consent of the Board of Directors of
Hudson Insurance Company dated Jruly 27t',2007, and has not since been revoked, amended or modified:
*RESOLVEb, ttrat tne priiOcnt, the-Executive Vice Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and
discrction, to appoint such agort or agcnts, or attomey or attorncys-in-fact, for the purpose of carrying or this Company's suroty businass, and to
empower such agent or agent!, or atto;ey or attorneys-in-fact, to o(ecute and detivcr, undcr this Company's scal or otherwise' bonds obligations, and
recognizances, *tatr"r ,riuar by this Company as surety thereon or otherwise, indemnity contracts, contracts and certificates, and any and all other
.onti*t and undertakings madc in the coune ot ttris Coorpar,y's surety business, and renewals, cxtensions, agrecrnents, waivers, consents or stipulations
regarding undertakings so made; and
F1RTSER RESOV6,n, ihat trc signaturp of any such Offrcer of thc Company and thc Company's seal mry be affixed by facsimile to any power
of attorney or certification givin for the eiecution of any bon{ undertaking recognizance, contract of indemnity or other written obligation in the nature
thereof or related ther*o, iich signature and seal when so used whether [er"tofor" or hereafter, being hereby adopted by the Comparry as the onginal
signature of such offrcer and the-original seal of the Company, to be valid and binding upon the Comparry with the same force and effect as though
manually affixed."
THAT the above and foregoing is a full, true and correct copy ofPower ofAtlomey issued by said Company,-and ofthe whole ofthe original and that the
said power of Attomey is still ifl fuf fo; and effect and has not been-revoked, and furthermore that the Resolution of tlre Board of Directors' set forth in the said
Power of Attomey is now in force.
Witness the hand ofthi undersigned and the seal ofsaid Corporation th;5 11th 66y
(Corporate seal)
By.
Dine Deskelekiq Corporate Secretary
s
By:
Title:
PAYMENT BOND
Sign sealed this _ day of _, 20_.
PRINCIPAL:
sERvrcEs, rrvc.
SCHROEDER ASPHALT
By
SURETY:
By:
Title
Telephone:
SEE GENERAL INSTRUCTIONS TO BIDDERS, SECTION 8,
FOR SIGNATURE REQUIREMENTS
AttesVWitness:
By:
Title
-3-
PREVAILING WAGE ORDINANCE
Certified Pavrolls. Contractor shall , in accordance with Section 5 of the lllinois Prevailing
Wage Act, 820 ILCS 130/5, submit to the Department of Labor, on a monthly basis, a
certified payroll. The certified payroll shall consist of a complete copy of those records
required to be made and kept by the Prevailing Wage Act. The certified payroll shall be
accompanied by a statement signed by the Contractor or subcontractor which certifies
that: (1) such records are true and accurate; (2) the hourly rate paid is not less than the
general prevailing rate of hourly wages required by the Prevailing Wage Act; and (3)
Contractor or subcontractor is aware that filing a certified payroll that he or she knows to
be false is a Class A misdemeanor. A general contractor may rely upon the certification
of a lower tier subcontractor, provided that the general contractor does not knowingly rely
upon a subcontractor's false certification. Upon seven business days'notice, Contractor
and each subcontractor shall make available for inspection and copying at a location
within this State during reasonable hours, the records required to be made and kept by
the Act to: (i) the Village, its officers and agents; (ii) the Director of Labor and his deputies
and agents; and (iii) to federal, State, or local law enforcement agencies and prosecutors.
Prevailin Waoe Pursuant to Section 4 of the lllinois Prevailing Wage Act, 820 ILCS
130/4, Contractor agrees and acknowledges that not less than the applicable rate of
prevailing of wages, as found or ascertained by the Department of Labor and made
available on the Department's official website or determined by the court on review, shall
be paid for each craft or type of worker needed to execute this contract or to perform such
work, and it shall be mandatory upon the contractor to whom the contract is awarded and
upon any subcontractor under him, to pay not less than the specified rates to all laborers,
workers and mechanics employed by them in the execution of this contract.
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
I,Ronald Schroeder
PREVAILING WAGE AFFIDAVIT
(name of signatory), on oath hereby state and certify
April ,2025
Celia Calbow
1, 2028
My
that Schroeder Asphalt Services, lnc.(name of Contractor), pursuant to a Contract dated
April 14th,2024, with the Village of Oak Brook for the Oak Brook Sports
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
lllinois Department of Labor for DuPage County, lllinois, 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. Schroeder Asphalt Services, lnc.(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, ef seg.
CONT
By:
Tile: Ronald Schroeder, President
SUBSCRIBED AND SWORN TO BEFORE SEAL
"'
L,
h
I
I
I
i.I
CERTIFICATION OF PAYROLL RECORDS
Ronald Schroeder (name of person executing this certificate), do hereby certify
that I am the duly qualified and acting President (title) for SchroederAsphatt services. lnc.
_, (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 truq-and,a_c_c.urate copy of the
records of all laboiers, mechanics, and other work-ers employed ny 33[i8lelnspnan ' -
name
of Contractor) on the Oak Brook Sports Core Project (the
"Project") forthe 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 th?t SchroederAsphart Services, rnc.
(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
lllinois.
p.1". Aprillath, ,2024
Schroeder Asphalt Services, lnc.
Name
( re)
Ronald Schroeder
(Printed Name)
President
(Title)
SUBSCRIBED AND SWORN TO BEFORE
rVE 14th A 2025
OFFICIAT SEAL
CETIA M CALBOW
olary Public, stale of tllinois
Commission ilo. I00I229
N
Com missionMy Expires December 2028t,
Celia Cal
VILLAGE OF OAK BROOK
CONTRACT FOR THE CONSTRUCTION OF
SPORTS CORE PROPERTY IMPROVEMENTS
ADDENDA NOS.
ADDENDUM #1
INSERT LPC 662/663
WHEN AVAILABE
DuPage County Prevailing Wage Rates posted on31312025
Oveftime
Trade Title
ASBESTOS ABT-GEN
ASBESTOS ABT-MEC
BOILERMAKER
BRICK MASON
CARPENTER
CEMENT MASON
CERAMIC TILE FINISHER
CERAMIC TILE LAYER
COMMUNICATION
TECHNICIAN
ELECTRIC PWR EQMT OP
ELECTRIC PWR GRNDMAN
ELECTRIC PWR LINEMAN
ELECTRIC PWR TRK DRV
ELECTRICIAN
ELEVATOR CONSTRUCTOR
FENCE ERECTOR
GLAZIER
HEAT/FROST INSULATOR
IRON WORKER
LABORER
LATHER
MACHINIST
MARBLE FINISHER
MARBLE SETTER
MATERIAL TESTER I
MATERIALS TESTER II
C Base
50.15
41.27
55.76
52.06
55.11
52.00
47.09
54.84
39.35
50.82
39.04
61.09
40.46
47.16
67.84
51.00
51.55
55.02
59.26
50.15
55.11
58.39
39.50
51.00
40.15
45.15
I
H/W Pension
17.71 16.92
15.84 16.02
6.97 26.44
12.70 24.54
12.89 26.26
17.81 23.00
13.00 16.82
13.00 20.68
14.65 24.59
7.25 14.22
7.25 10.93
7.25 17.10
7.25 11.33
14.65 28.19
16.18 20.96
13.74 18.32
15.64 26.18
15.84 19.01
18.30 26.31
17.71 16.92
12.89 26.26
9.93 8.95
12.70 22.32
12.70 24.01
17.71 16.92
17.71 16.92
Add OT Add OT
1.5x owed 2.0x owed
0.00 0.00
3.11 6.21
0.00 38.26
3.99 7.98
0.00 0.00
2.OO 4.OO
5.17 10.34
7.15 14.30
14.32 28.62
R9
All
All
All
Ail
Ail
All
AI
All
All
All
All
All
All
AI
AI
NE
Ail
All
All
All
All
Ail
All
Ail
AI
AI
Type
ALL
BLD
BLD
BLD
ALL
ALL
BLD
BLD
BLD
ALL
ALL
ALL
ALL
BLD
BLD
ALL
BLD
BLD
ALL
ALL
ALL
BLD
ALL
BLD
ALL
ALL
Foreman
51.15
44.57
60.77
57.27
57.11
54.00
47.09
59.84
42.15
69.34
69.34
69.34
69.34
51.41
76.32
53.00
53.05
58.32
62.76
50.90
57.11
62.39
53.55
56.1 0
Vac
0.00
0.00
Other
!nsM.F
1.5
1.5
2.0
1.5
1.5
2.0
1.5
1.5
'1.5
1.5
1.5
1.5
1.5
1.5
2.0
1.5
1.5
1.5
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
Sa
1.5
1.5
2.0
1.5
'l.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
't.5
1.5
2.0
1.5
2.O
1,5
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.O
2.0
2.0
2.0
2.0
2.0
2.0
2.0
Hol
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.O
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.O
2.0
2.0
2.0
2.0
Su Trng
0.00
0.00
2.15
0.00
0.00
0.00
3.20
0.00
0.00
0.00
0.00
7.36
5.42
0.00
0.00
0.00
0.00
0.00
2.15
1.85
0.00
0.00
0.00
0.00
0.91
0.90
3.34
1.24
0.93
1.15
1.09
1.17
0.83
1.52
1.17
1.83
1.21
1.20
0.75
0.75
2.27
0.90
0.49
0.91
0.93
1.47
0.73
0.92
0.91
0.91
'1.95
0.00
0.00
0.00
0.00
0.00
1.52
1.17
1.83
1.21
0.00
0.00
0.00
8.63
6.63
10.38
6.87
18.39
0.00
0.00
0.00
4.60
0.00
0.00
0.00
0.00
2.88
3.73
0.00
0.00
17.26
13.27
20.76
13.75
36.76
0.00
0.00
0.00
9.20
0.00
0.00
0.00
o.oo
5.76
7.45
0.00
0.00
0.00
0.00
DuPage County Prevailing Wage Rates posted on 31312O25
MILLWRIGHT
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
OPERATING ENGINEER
ORNAMENTAL IRON
WORKER
PAINTER
PAINTER - SIGNS
PILEDRIVER
PIPEFITTER
PLASTERER
PLUMBER
ROOFER
SHEETMETAL WORKER
SPRINKLER FITTER
STEEL ERECTOR
STONE MASON
SURVEY WORKER
Ail
AI
Alt
All
All
All
All
AI
Ail
Alt
Ail
All
ALL
BLD 1
BLD 2
BLD 3
BLD 4
BLD 5
BLD 6
BLD 7
FLT
HWY 1
H\MY 2
HWY 3
H\A/Y 4
H\A/Y 5
H\^^/6
H\AIY 7
ALL
ALL
BLD
ALL
BLD
BLD
BLD
BLD
BLD
BLD
ALL
BLD
BLD
55.11
60.80
59.50
56.95
55.20
64.55
61.80
63.80
50.50
59.00
58.45
56.40
55.00
53.80
62.00
60.00
57.51
53.05
46.76
55.11
57.00
52.00
58.55
50.25
56.35
60.00
59.26
52.06
56.50
57.11
64.80
64.80
64.80
64.80
64.80
64.80
64.80
50.50
63.00
63.00
63.00
63.00
63.00
63.00
63.00
60.5'l
55.05
52.53
57.11
60.00
55.12
62.05
55.25
60.86
62.75
62.76
57.27
57.50
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
26.26
20.80
20.80
20.80
20.80
20.80
20.80
20.80
21.40
20.80
20.80
20.80
20.80
20.80
20.80
20.80
26.50
9.90
16.81
26.26
22.85
24.23
17.74
17.34
19.83
19.40
26.31
24.54
14.15
2.15
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
2.00
0.00
0.00
0.00
2.15
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
1.65
0.00
0.93
3.12
1.18
1.83
1.11
1.79
1.10
0.49
1.24
1.49
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
4.22
0.00
0.00
0.00
0.00
0.00
3.99
0"00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
8.43
0.00
0.00
0.00
0.00
0.00
7.98
0.00
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
1.5
1.5
1.5
1.5
1.5
'1.5
't.5
1.5
1.5
2.0
1.5
1.5
1.5
2.0
2.O
2.O
2.0
2.0
2.0
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.O
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.O
1.5
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.O
2.0
2.0
2.O
2.0
2.0
2.0
2.0
2.0
2.O
2.0
2.0
12.89
23.70
23.70
23.70
23.70
23.70
23.70
23.70
23.95
23.70
23.70
23.70
23.70
23.70
23.70
23.70
14.31
16.08
8.20
12.89
13.65
12.70
17.75
1 1.98
15.41
14.95
18.30
12.70
17.75
0.93
2.70
2.70
2.70
2.70
2.70
2.70
2.70
2.85
2.70
2.70
2.70
2.70
2.70
2.70
2.70
2.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
AI
All
All
Ail
Ail
Alt
All
All
All
All
Ail
Ail
Ail
Ail
All
All
All
0.00
2.62
0.00
0.00
0.00
lllllllllllllllllll
DuPage County Prevailing Wage Rates posted on 31312025
SURVEY WORKER
TERRAZZO FINISHER
TERRAZZO MECHANIC
TRAFFIC SAFETY WORKER I
TRAFFIC SAFETY WORKER II
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TRUCK DRIVER
TUCI(POINTER
2.O
2.O
2.0
2.O
2.O
2.O
2.O
2.O
2.O
2.O
Afl
A
Atl
A
ALL
All
A
A
AI
A
Hv1ll/
BLD
BLD
HW/
HW/
ALL
ALL
ALL
ALL
BLD
56.50
48.94
52.85
42.10
43.10
44.06
44.21
44.41
44.61
51.53
57.50
44.94
56.35
43.70
44.70
1.5
1.5
1.5
1.5
'1.5
1.5
1.5
1.5
1.5
'1.5
1.5
1.5
'1.5
1.5
1.5
1.5
'1.5
1.5
1.5
2.0
2.0
2.0
2.O
2.0
2.O
2.O
2.O
2.O
17.75
13.00
13.00
't1.11
11.11
11.65
'11.65
'11.65
11.65
'10.05
14.'t5
18.42
'r9.81
9.81
9.81
15.35
'15.35
15.35
15.35
22.66
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
1.49
1.',t 1
1.15
1.05
1.05
0.25
0.25
0.25
o.25
1.15
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
4.22
4.47
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
8.M
8.94
0.00
0.00
0.00
0.00
0.00
0.00
0.00
1
2
3
4
52.53
Legend
Rg Region
Type Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers
C Class
Base Base Wage Rate
OT M-F Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number
listed is the multiple of the base wage.
OT Sa Overtime pay required for every hour worked on Saturdays
oT 5u overtime pay required for every hour worked on Sundays
OT Hol Overtime pay required for every hour worked on Holidays
H/W Health/Welfare benefit
Vac Vacation
Trng Training
Other lns Employer hourly cost for any other type(s) of insurance provided for benefit of worker.
Explanations DUPAGE COUNTY
IRON WORKERS AND FENCE ERECTOR (VVEST) - West of Route 53.
The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day,
Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties.
Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed
on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain
days of celebration. lf in doubt, please check with IDOL
EXPLANATION OF CLASSES
I tt I rttttt
DuPage County Prevailing Wage Rates posted on 31312025
ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including
mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold
and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close
future date.
ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the
mechanical systems are to remain.
TRAFFIC SAFETY Worker I
Traffic Safety Worker I - work associated with the delivery, installation, pick-up and servicing of safety devices during periods of
roadway construction, including such work as set-up and maintenance of barricades, barrier wall reflectors, drums, cones,
delineators, signs, crash attenuators, glare screen and other such items, and the layout and application or removal of conflicting
and/or temporary roadway markings utilized to control traffic in construction zones, as well as flagging for these operations.
TRAFFIC SAFETY WORKER II
Work associated with the installation and removal of permanent pavement markings and/or pavement markers including both
installations performed by hand and installations performed by truck.
CERAMIC TILE FINISH ER
The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed
products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass,
mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and
other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings,
swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars
including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when
used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all
sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or
maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile
work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of
tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings,
plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment,
and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials.
All demolition of existing tile floors and walls to be re-tiled.
COIVMUNICATIONS TECHNICIAN
Low voltage installation, maintenance and removal of telecommunication facilities (voice, sound, data and video) including
telephone and data inside wire, interconnect, terminal equipment, central offices, PABX, fiber optic cable and equipment, micro
waves, V-SAT, bypass, CATV, WAN (wide area networks), LAN (local area networks), and ISDN (integrated system digital network),
trt I I lllllllll I trlI
I I
DuPage County Prevailing Wage Rates posted on 31312025
pulling of wire in raceways, but not the installation of raceways
MARBLE FINISHER
Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all
rigging for healy work, the handling of all material that may be needed for the installation of such materials, building of
scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble,
holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for
preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation
of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and
such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of
interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone
any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in
the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terazzo tile, slate tile and precast
tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and
which are used on interior and exterior which are installed in a similar manner.
MATERIAL TESTER l: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt.
MATERIAL TESTER ll: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork,
cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures.
OPERATING ENGINEER - BUILDING
Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachmenu Batch Plant; Benoto (requires Two
Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine;
Compressor and Throttle Valve; Concrete Breaker Oruck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted);
Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump
(Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCl and similar Type); Creter Crane; Spider Crane;
Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines;
Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-114 yd. and over; Hoists, Elevators,
outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic
Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician;
Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze
Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Traqtor Drawn; Slip-
Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.
t lltttt lt I
Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer Cfwo Bag and Over); Conveyor, Portable; Forklift Trucks;
Highlift Shovels or Front Endloaders u nder 2-1/4 yd.; Hoists, Automatic; Hoists, lnside Elevators; Hoists, Sewer Dragging Machine;
Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill Oruck Mounted); Rollers, All; Steam Generators;
Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.
DuPage County Prevailing Wage Rates posted on 31312025
Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, lnside Elevators
(remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to
exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.
Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift.
Class 5. Assistant Craft Foreman
Class 6. Gradall
Class 7. Mechanics; Welders
OPERATING ENGINEERS - HIGHWAY CONSTRUCTION
Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe
Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve;
compressor, common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 75
Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing
Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift
Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro
Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-
Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary
Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin
Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc,
I I
Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO
or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car
Dumper; Central Redi-Mix Planq Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with
attachments); Concrete Breaker Oruck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete
Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks,
All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and
Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard
Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover;
Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking
Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck
Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Iruck Mounted); Straddle
Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt
Loader (with attached pusher - tvvo engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine;
Trenching; Truck N/ounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or
Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and,/or Mining Machines under 5 ft. in diameter;
Wheel Excavator; Widener (APSCO).
tllll I I tlI I I I I
rtrtrlllt
DuPage County Prevailing Wage Rates posted on 31312025
Compactor, etc.; Tug Boats.
I I I t
Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two
Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists,
Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger;
Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump
Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven.
Class 4. Air Compressor; Combination - Small Equipment OperatoI Directional Boring Machine; Generators; Heaters, Mechanical;
Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a
total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches,4 Small
Electric Drill Winches.
Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers.
Class 6. Field Mechanics and Field Welders
Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature
Diver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV Tender
TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION
Classl. Two orthree Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding
Machines, including those pulled by cars. pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car
and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man
operation; Pavement Breakers; Pole Trailer, upto40feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry
Trucks, 2-man operation; 5lurry Truck Conveyor Operation. 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers
hauling warning lights, barricades, and portable toilets on thejob site.
Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump
Turnapulls or Turnatrailers when pulling other than selfJoading equipment or similar equipment under 16 cubic yards; Mixer
Trucks under 7 yeards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles.
Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump
Turnatrailers orturnapulls when pulling other than self-loading equipment or similar equipment over 16 cubicyards; Explosives
and/or Fission l\4aterial Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation;
Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch
trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter.
Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master
t ltl l
OPERATING ENGINEER - FLOATING
DuPage County Prevailing Wage Rates posted on 31312025
Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front.
SURVEY WORKER
Operates survey equipment (such as levels, transits, data collectors, GPS and robotic total stations) for the purpose of performing
construction layout and/or grade checking.
SURVEY FOREN/AN
Operates survey equipment (such as levels, transits, data collectors, GPS and robotic total stations) for the purpose of performing
construction layout and/or grade checking; oversees survey crew operations; and/or coordinates work of survey crews.
TERRAZZO FINISH ER
The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic. and the
mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work. floors, base, stairs, and wainscoting by
hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics.
Other Classifications of Work
For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. lf
a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state
which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this
document. lf no neighboring county rate applies to the task, the Department shall undertake a special determination, such
special determination being then deemed to have existed under this determination. lf a project requires these, or any
classification not listed, please contact IDOL at217-782-1710 for wage rates or clarifications.
LANDSCAPING
Landscaping work falls under the existing classifications for laborel operating engineer and truck driver. The work performed by
landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by
landscape operators (regardless of equipment used or its size) is covered bythe classifications of operating engineer. The work
performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver.
MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II
Notwithstanding the difference in the classification title, the classification entitled "Material Tester l" involves the same job duties
as the classification entitled "Material Tester/lnspector 1". Likewise, the classification entitled "Material Tester ll" involves the same
ioh duties as the classification entitled "lvlatcrial Tester/lnsnector ll"
I I tll I tllllllI
DuPage County Prevailing Wage Rates posted on 3/3/2025
Itttlttlrl
DATE R EVISIONS
1-l-2 1 updated fonts, abbreviations@ lllinois Department of Transportation
STANDARD SYMBOLS,
ABBREVIATIONS
AND PATTERNS
1 I t9 Added new symbols.MEilEI-5?TdTFTffi
lPeRovED @r02r--\a-C I /;-- C
ABV
A/C
AC
AD]
AS
AGG
AH
ASPH
AGS
AV€
BK
B.B
BKPL
B
BARR
BL
BGN
EM
BIND
BIT
BTM
BLVD
BRK
aBox
ELDG
CAW
ctP
C8
c-c
CL
CL.E
cL-r
CTS
CERT
CHSLD
CS
CP
CLSD
CLID
CT
COMB
c
CE
coNc
CONST
CONTD
CONT
coB
CORR
CMP
CNry
CH
C5E
XSECT
CU YD
CULV
c&G
D
DC
DET
DIA
DIST
DOM
DBL
DSEL
DSFL
DR
DI
DRV
DCT
EA
EB
EOP
E,CL
E.E
ELEC
EL
ENTR
EXC
EX
E
E
FAS
FAUS
OPT
FE
FH
FB
FDN
F&G
GAL
GALV
G
GM
GV
GI5
GRAN
GR
GRVL
GND
GUT
GP
HH
HATCH
HD
HDW
HDUfr
NMA
HORTZ
HSE
IL
IMP
IN DIA
INL
INST
tD5
INV
IP
IR
]T
kg
LS
LN
LT
LIDAR
LGT
L
LC
LNG
L SUM
MACH
MB
MH
MATL
MED
METH
M
Mtx
M8H
MOD
MFT
N&BC
N&C
N&W
NC
NB
NE
o/s
o&c
OLID
PRC
POT
POLYETH
PCC
PE
PGL
PRO]
P.C.
R
RRS
RPS
RET
RCCP
REINF
REM
RC
REP
REST
RESURF
RET
RT
RD
RTE
SAN
SANS
SEC
SEED
SHAP
s
SH
SHLD
slG
soD
SM
SB
SE
SPL
SD
SQ FT
SQ YD
ST8
sTo
SBI
SR
STA
SPBGR
SSsil
ST
STR
S,E. RUN.
SURT
SMK
T
T.R,
TEL
TB
TEMP
TBM
TD
TBE
TBR
T8S
TR
TS
TSCB
TSC
TRVS
TRNT
UNDGND
USGS
USEL
USFL
UTIL
VBOX
VLI
VEH
VERT
VC
VPC
WILDf L
ABOVE
ACCESS CONTROL
ACRE
ADJUST
AERIAL SURVEYS
AGGREGATE
AHEAD
APARIMENT
ASPHALT
AUXILIARY
AUXILIARY GAS VALVE (SERVICE)
AVENUE
AXIS OF ROTATION
SACK
EACK TO BACK
EACKPUTE
BARN
BARRICADE
BASELINE
BEGIN
BENCHMARK
BINDER
BTUMINOUS
BOIOM
BOULEVARD
BRICX
BUFFALO BOX
BUILDING
CABLE
CA51 IRON PIPE
CATCH BASIN
CENTER TO CENTER
CENTERLINE OR CLEARANCE
CENTERLINE TO EDGE
CENTERLINE TO FACE
CENTERS
CERTIFIED
CHISELED
CIN STREET
CLAY PIPE
CLOSED
CLOSED LID
COAT OR COURT
COMBINATION
COMMERCIAL BUILDING
COMMERCIAL ENTRANCE
CONCRETE
CONSTRUCT
CONTINUED
CONTINUOUS
COR N.-R
CORRUGATED
CORRUGATED METAL PIPE
COUNfr
COUNN HIGHWAY
COURSE
CROSS SECNON
CUEIC METER
CUBIC MILLIMETER
CUBIC YARD
CULVERT
CURB & GUIER
DEGREE OF CURVE
DEPRESSED CURVE
DETECTOR
DIAMETER
DISTRICT
DOMESTIC
DOUBLE
DOWNSTREAM ELEVATION
DOWNSTREAM FLOWLINE
DRAINAGE OR DRIVE
DRAINAGE INLET OR DROP ]NLET
DIICT
EACH
EASTBOUND
EDGE OF PAVEMENT
EDGE TO CENTERLINE
EDGE TO EDGE
ELECRICAL
ELEVANON
ENTRANCE
EXCAVATION
EXISTING
EXPRESSWAY
EXTERNAL DISTANCE OF HORIZONTAL CURVE
OFFSET DISTANCE TO VERTICAL CURVE
FACE TO FACE
FEDERAL AID
FEDERAL AID INTERSTATE
FEDERAL AID PRIMARY
FEDERAL AID SECONDARY
FEDERAL AID UREAN SECONDARY
FENCE POST
FIBER OPNC
FIELD €NTRANCE
FIRE HYDRANT
FLOW UNE
FOOT ARIDGE
FOUNDANON
FMME
FRAME & GRATE
FREEWAY
GALLON
GALVANIZED
GARAGE
GAS METER
GAS VALVE
GE06RAPH]CAL INFORMATION SYSTEM
GRANUUR
GRATE
GRAVEL
GROUND
GUTER
GUY POLE
GUY WRE
HANDHOLE
HATCH]NG
HEAD
HEADWALT
HEAVY DUfr
HECTARE
HOT MIX ASPHALT
HORIZONTAL
HOUSE
tLLtNOtS
IMPROVEMENT
INCH DIAMETER
INI FT
INSTALUTION
INTERSECTION DESIGN STUDY
INVERT
IRON PIPE
IRON ROD
JOINT
KITOGRAM
KILOMETER
UNDSCAPING
UNE
LEFT
LIGHT DETECNON AND RANGING
LI6HT POLE
LIGHTING
LINEAL TEET OR UNEAR FEET
LITER OR CURVE LENGTH
LONG CHORD
LONGITUDINAL
LUMP SUM
MACHINE
MAIL BOX
MANHOLE
MATERIAL
MEDIAN
METER
METHOD
MID.ORDINATE
MILL]METER
MILL]METER DIAMETER
MIXTURE
MOEILE HOME
MODIFIED
MOTOR FUEL TAX
NAIL & BOtrLE CAP
NAIL & CAP
NAIL & WASHER
NORMAL CROWN
NORIHBOUND
NORTHEAST
NORTHWEST
OFFSET
OIL AND CHIP
OPEN LID
PAIERN
PAV€D
PAVEMENT
PAVEMENT MARKING
PEDESTAL
PO]NT
POINT Of CURVATURE
POINI Of INTTRSECTON OF HOPIZONTAL
CURVE
POINT OT REVERSE CURVE
POINT OE TANGENCY
POINT ON TANGFNT
POLYETHYLENE
PORTDND CEMENT CONCRETE
POWER POLE OR PRINCIPAL PO]NT
PRIME
PRVATE ENTRANCE
PROTILE
PROFILE GRADELINE
PRO]ECT
PROPERil CORNER
PROPERry UNE
PROPOSED
RADIUS oT RESIDENTUAL
RAILROAD
RAILROAD SPIKE
REFERENCE POINT STAKE
REFLECTIVE
REINFORCED CONCRETE CULVERT PIPE
REINFORCEMENT
REMOVAL
REMOVE CROWN
REPLACEMENT
RESTAURANT
RESURFACING
RETAINING
RIGHT
ROAD
ROUTE
SAN[ARY
SANtrARY SEWER
SECNON
5EEDING
SHAPING
SHED
SH EET
SHOULDER
S]DEWALK OR SOUTHWESI
SIGNAL
SODDING
SOLID MEDIAN
SOUTHBOUND
SOI]THEAST
SPECIAL
SPECIAL DITCH
SOUARE FEET
SQUARE M€TER
SOUARE MILLIMETER
SOUARE YARD
STABITIZED
SIANDARD
STATE BOND ISSUE
STATE ROUTE
STAT]ON
STEEL PUTE BEAM GUARDRAIL
STORM SEWER
STORY
STR€ET
STRUCTURE
SUPFRFI FVATION RATF
SUPERELEVATION RUNOFF LENGTH
SURFACE
SURVEY MARKER
TANGENT DISTANCE
TANGENT RUNOUT DISTANCE
TELEPHONE
TELEPHONE BOX
TELEPHONE POLE
TEMPORARY
TEMPORARY BENCH MARK
TILE DRAIN
TO BE EXTENDED
TO BE REMOVED
TO BE SAVED
lOWNSHIP
TOWNSHIP ROAD
TRAFFIC SIGNAL
TRAFFIC 516NAL CONTROL BOX
TRAFFIC SYSTFMS CFNTFR
TRANSVERSE
TURN
ryPE
TPE A
ilPICAL
UNDERGROUND
U.S, GEOLOGICAL SURVEY
UPSTREAM ELEVATION
UPSTREAM FLOWLINE
UTILfr
VALVE BOX
VEHICLE
VENT PIPE
VERTICAL
VERTICAL CURVE
VERT]CAL POINT OF CURVATURE
VERTICAL POINT OF INTERSECT]ON
VERTICAL POINT OF TANGENO
WATER METER
WESTBOUND
WlLDFLOWERS
WITHOUT
PED
PNT
PC
STANDARD OOOOO1-08
I II II I
I
rtttttrttttrtllrtrl
ADJUSTMENT ITEMS EX PR
Structure To 8e Adjusted @
su'r.ture To Be Cleaned
Main Stnr.ture To Ae Filled
Structur€ To Be Filled tr
Structure To 8e Filled Special
Struct!re To 8e Removed
Stru.lure To Be
@Structure To Be Reconstructed Special
F.anre and Grate To Be Adjusted tr
rrame and Lid To Be Adjusted @
o
@
@
Domestic Service Box To Be Adjusted
Valve Vault To Be Adjusted
Special Adjustment
Item To Be Relocated
Pavement Removal and Replacement
@ ltinois Department ol rransportation
ALIGNMENT ITEMS EX PR
Baseline
Centerline
centerllne Break clrcle
Basellne Symbol
Centerline Symbol
Pl Indicator
Polnt Indl(ator
E
q_
a,
EX, CURVE
5.E. RUN=
P.C,5TA-
Lr
S,E, RUN-
PR
Horizontal Curue Data
(Half Siz€)
BOUNDARIES ITEMS EX
Dashed Propefty Line
Solid Propefty/Lot Line
Sectlon/Grant Llne
Quarter Section Line
Qua(erlQuaner Section Line
County/Townshlp Line
State Line
Chiseled Square Found
Iron Pipe Set
Properry Line Symbol
Same Ownershlp Symbol {Half Slze)
0
o
a
o
L
u-\N\
l-t4U,4,@,-f,,i\/-/'f\J
Nothwest Oua(er Corner (Half Size)
Section Corner (Balf Size)
Southeast Q(ader Corner (Half Size)
DRAINAGE ITEMS EX PR
channel or Stream LIne
Culveft Line
Grading & Shaping Dltches
Drainage Boundary Lin€
Paved Ditch
Aggregale Ditch
Pipe Underdraln
Storm Sewer
Ditch Check
Headwall
Inlet
Manhole
Summit
Roadway Ditrh Flow
swale
Catch Basln
Culvet End Section
Water Sut'a€e lndlcator
Riprap
F
-\r -\r -
:alr.c e.etrt:4s
++
{_t_
+-F
o
+
o
g
<---H
o
HYDRAULICS ITEMS EX PR
Overflow
=\+
+
Sheet Flow
Hydrant outlet
I
EROSION & SEDIMENT
CONTROL ITEMS EX PR
Cleanlng & Grading Limits
Dike
Eroslon Control Fence
Perimefer Erosion Barrier
Ditch Check Tempo.ary -0-
{-
o
@
Ditch Check Permanent
Inlet & Pipe Protection
Sediment Basin
Erosion Control Elanket
Fabric Formed Concrete
Tud Reinforcement Mat
Mulch Temporary
M!!ch Method l
Mllch Method 2 Stabilized
Mulch Method 3 Hydraulic
CONTOUR ITEMS EX PR
Approx, lndex Llne
Approx, lntermediate Line
lntermedlate Contour
@ llllnok Depadment of Transportation
'^'Ti.nz ll^'"-' '""4
EN6INEER OT POLIO ANU PROCTDURTS
NON.HIGHWAY
IMPROVEMENT ITEMS EX PR
Noise Attn./Levee
Multiple Mailboxes
Advertisinq Siqn
tts'camera
Cellular rower
ttlttlttlttttl
-r-F--rTrTTT Traff
trtttrtrrtlr
r
m
N
F
o
+
I
EX
'lntelligent Transportation Systems
LANDSCAPING ITEMS PR
Contour Mounding Line
Shrubs
Seeding Class 2
Seedinq Class 2a
Seedinq Class 4
Seeding Class 4 & 5 Combined
EXISTING
LANDSCAP]NG ITEMS
(contd.)
EX PR
Seeding Class 5
i,'
",
Seedin! Class 7
Seedlings Type 1
5-.edlings Type 2
Sodding
Tree Trunk Protectlon I I
ff
o
Evergreen Tree
Shade Tree E
EXLIGHTING PR
Ouct
Corduit
Electrical Aerial Cable
Electrical Buried Cable
controller
Underpass Lumlnahe
-A-E
a
-tr-
-A-
-L-
E
=
-!-
IIIIIIIIIII
ffin177'--7771
E*G:EE=]
t':Ii:TJf*1-^1
lt '*'* I
h ! !l
l1+ q+ tl
i'i {r
fq* q+ q_i
-t
[--. r:. r-l
1....1
:=.=:::-
I+
v.7.v=77-nffimza
W
I
I
I
I
o
,s
;
o
I
p=
3
6
-
,9
6
I
ft
3
iF
v
V
=
=
I
I
=
E
=
.g
n6NY
E
E.!
6
E
!
xl
uJl
otol
=lYItl<t
=lr-l
=lrJll
=lurl>t<to.l
;ll-
.l 19
hJ:t{:
\1i
e:t'|=Es- tE
t
E
o
.9
E
6=
+
l
I
t
,
o
s
Nffi
q
,E
E
I
I
I
I
I
3
3
I
s
tErl.lo
xlull
aol
=lrl2l
r.ul-lrrl>l<ta-l
t€s?
t++
=6
t
a!
-ll,'
--lt'
u
;
E
.9
@ztrE
@ztrE
.9
3
-
Tr
elal
xl
uJl
ol ^zlil
El El
=l -
I
I
N
ui6Jboo o26<Z*
=sltr->FIIJ.n<Ea>2
xHa
e2eF
cn
6?
oooooot
o2
Fo
h
h
NI
I
i;
i
E
i
_a
E
E
a
E
tr;
E
=
Idl
o.l a d.l
o.l
xl
uJl
xl
r.ul
xl
url
tht
=llUIFI
ol<tol
d.lJI
<tdt
ot
=lurlFI
--l<l>tol
=luJltl
t+
lt l:s
t- [;rl N
, t::::,:ll f. \ l
I
, i, [* Et
o r *n il-
E
E,zgei
-E..I 96ad9v6uFo.:eo.!!38EFrs-8t>!!:,i!,
:!6I<ddoundo
E
:
tEoi
!=iE;oo;qd
t
F
Et
o
j
E
\!9
a:
tl.tl=ttsttt
:i tE: il>
ffiflst\i 1.,.18
,$lg:78*- tE 5J tE
fdt
3
a
F
F
o
!
l
rnt
0ilil oilil 0lltl
o
F
l
o
F
:
a
F
l
rrn
a
F
&
]
dh
EE
5
F
aF
,:
l
.q
;o
.E_2-o='
:a
q
.E:-o;
3=
.E
Ery
:i
0
I
d
E
3:
0
0
q
s
3n
Nf;
trlol
xl
uJl
otol
=lYI
e.lga
=l
Elult s
=lurl>l<t
o.t
a
fl
I
tttrtrlrlltrrttttttl
@ nlinois Depanment of Transportatlon
STANDARD SYMBOLS,
ABBREVIATIONS
AND PATTERNS
STANDARD OOOOO1-O8
Di' ary Iqttv-TT-
APFoVED,r-......]3Lzorr<::C/ /4 -
PAVEMENT MARKINGS
(contd.)
Urban Combined U-Turn
Rural Combination L€ft
Rural Combination Riqht
Rural Left Turn Anow
Rural Riqht Turn Arow
Rural Left Turn Only
Rural Right Turn Only
Rural Thru Only
Rural Lt & Rt Turn Arrow
Bike Lane Symbol
Aik€ Lane Text
Bike Path Shared
Lane Drop symbol
EX PR
55/r*9
,
1
rr>
{
3r-
=
3.>
J-
->>
,1
+>
<-D
-,-(-D:,
-a-D
-.-
Wrong Way Arrow
+
-
Bike Shared Roadway
(contd.)EX PR
A..ess contol Line
-AC
Access Conrol Line & ROW
Ac.ess Contol Line &
ROADWAY PLAN
ITEMS EX PR
cable Barrier
Concrete Barrier
Edge of Pavement
Bit Shoulders, M€dians
and C&G Line
Aggregate Should€r
Sldewalks, Driveways
Cuardrall
6uardrail Post
Iraffic Sign F I
Corruqated Media.
lmpa.t Attenuator ffi"
Nodh Arrow with Distri(t Office
(Ha f :iz.l iI
sTA. 45+00
Slope Limit Line
Typical Cross-Section Line
@ lllinois Department of Transpoftatlon
!ND PRO'EDURES
ROADWAY PROFILES EX PR
Point Indl(ator
Ea(hworks Balance Point o
D
ELEV=
E=
Begin Point
ELEV=
Dltch Profile Left Side
Dltch Profile Right Slde
Roadway P.ofile Line
Storm Sewer Profile Left Side
SIGNING ITEMS EX PR
Cone, Drum or Barricade
ruBa(icade Type ll
Baricade Type lll T_T
Barri(ade With Edge Line ffi
rlashing Liqht Sign o
4
l
Dlrectlon of Traffi.
Sign Flag
(Half Size)
o.
SIGNING ITEMS
(contd,)EX PR
Reverse Lelt Wl-4L
(Half Slze)
oo
@
/."-a\s/
zx
/a\v
A\v/
,/',)a(**)
o
o
Reverse Rlght W1-4R
(Half Size)
Two Way Traffic Sign W6-3
(Half Size)
Detour Ahead W20-2(O)
(Half Sire)
Left Lane Closed Ahead w2o-51(o)
(Half Size)
Rlght Lane Closed Ahead W20-5R(O)
(Half 5ize)
Road Clos€d Ahead W20'3(O)
(Half Size)
Road Construction Ahead W20-l-(O)
(Half siz€)
Sinqle Lane Ahead
(Hdll 5ize)
Transition Lert W4-21
(Half Slze)
Transition Right W4-2R
(Half Slze)
\
IIIIIIIIIIIIIII
ffirFlfi trm[lil
il
q
6
ntr
io!3!iE3u
::
ig?EE
grdoo
ffiffi El
lYl ai i=l:=l il L l Elil io,'q ill
ol
=luJl
JI<tzlol
.Dl
clliltrl<lc.tFI
E
:
E
o:
E
I
I
o:
3
tr
E
E
!
.9
Eml tr
E
E
al
,9'I
EI \H
0
'..(
E
z
!
xl
uJl
FI
uJl
uJl
Ilrrll| FI
<tctFI
-P;=
-ai6
ori4
iii ;FouclE3!E!E
E,I
o-l
xl
uJl
ot
=lurlFI
ol
urlclrl
olfl
d.lFI
artl
5"l
le
.l lE
2l loIHJE
t{!
\1i
!' t8
ts
9
F
Et
o
-5
=6\v
a
F
F
9x
qt
q^
Ui;
33
;.!th
cA
;!
o
IOt5:;
Ei
fl UE E g E E
,9
e!
=6
og
h.&io":oa
6of
o
=
i
=oa+
o
t
3
'6
xl
uJl
at
=lEla
ol Elzl ol
=19ol.tl
=l=
9*a9El.
I
I
ll
llIr
a
vo66
-e3E::
6s;*
6q
3dE=
{>l,ov
6
;=
tl
o-l
xl
uJl
ullclrlFI<l (,r
HIEI
frlElFI<t
=t
jg
iod.;na.El;t=9
46:3,9;.:ot;fq€-sE3;;;;E;
ooo(
EI
o.l
xl
uJl
ot.lurlFI
=l9lFI<tFIu.ilol
uJl>t
a
oill oE!
?
;;
.996
FE}
+d.l
o-l
ot
=llul aEld
EIEI
FI3l
i
@ trE +
iiC;EE t E s 5 E,9;f ! :; 1r s,,
= t i , = E E g lec i
< 6 [ -e .E ,X x oe3 g i ", 5 i r ; s t t r s 3o Ei ? t A E a E E E g : f gi"; tE I r r : : = E E d d 6 6 F< F
?
+
+
ZIAOXO
ill [.aDlz@@II@o
EI EE D
ol
EI
r.rJlFl
olslHJI
FIrl
Etit+it11{
tr+++++1i+
lljJri'|lTTTIIiIT
-!* g3
6!;g-3i:Er0>*i;1""i.413#,;$6.iEg
xl
uJl
SlEtol >lEI FI
url fl
315l
Eir-
t:
.l 19
ht:
dt:
Si
eflE$- t9
ts
F
Et
6g
=
@
r ! c, o t z E A E o r i t t I r @ 6
oE)
;9.gtj6+eb-'E oo"a!i*6oUX!ii s E rE ;E;E t t!
I=+S,iEi8jts€80EY!n-tXor:-ico>EEdifo3 : t i : :E * ". _E i f i s i i = i :
Yooidd6'i:'::':
A @1 @ o F i V A +Z8o@a
j
E
t
u
u
i
o
e.l
o-l
xl
uJl
#lHolI
Elgl
,.$lEl
I
I
I
I
E
=
E
.9
E
IIIIIItIIIItI
DATE REVISIONS
4,1-16 omitted orange safety fence@ llllnois Department of Transpodatlon
from standard as this is
covered in the std. spec.
SIDEWALK, CORNER OR
CROSSWALK CLOSURE
t-1-12 Added SIDEWALK DIVERSION,
Modified appearance of
E$FD r AvlLl+
'016-ll,a.A,W%
TN6INEEN OF SAfEW ENCJNEEqING
^","",., zvz+aj_,","( .t\L/
FNcINFFR OT DFCTN
^ND
FNVIRONMFNT plan views. Renamed Std.
_J L
@ Omtt wlenever dupli(ated by
road work traffic control
_l r
o W20Jl03(0!48 ior
Or
W20-r(0)-48 for
and 0tllity
projects stDEl,vAtx prvERsroN
__l
GENERAL NOIES
This Standa.d is used where, at any time, pedestrian
traffi( must b. rerouted due to work being
SYMBOLS
Va, wori.rea
This Standard must be used in conjunction with
other Traffic Control & Protection Standards when
roadway trafflc is affected.
F sign on portable or
permanent support Temporary facilities shall be detectable and
Barricade or dr!m The temporary pedestrian tacilities shall be
provided on the same side of th€ closed facilities
whenever possible.
Cone, drum or
JJ- rype lll barricade -l Ihe SIDEWALK CLOSED / USE OTHER SIDE siqn shall be
pla.ed at the nearest crosswalk or lntersection
to each end of the closure. Where the closure
occurs at a corner, the signs shall be erected on
the corners across the street from the closure,
The SIDEWALK CLOSED signs shall be used at the
ends of the aatual closures.
Dete.table ped€strian
channelizing barricade
o W20ll03(0)-48 ror
proie.ts
Iype lll barricades and Rrl-2-4830 signs shall be
positioned .s shown in'ROAD CLOSED TO ALL TRAFfIC'
detail on Standard 701901.
Or Rt 1-[01,2418 All dim€nsions ar€ in in.h€s (millim€t€rs)
Lrnless otherwlse shown.
o W20-l(0)'48 for
and utillty
proiects
Rl r1r02,2430 Rl l-t102-2430
SlDEVI,A|.X CLOSURE
n
r n
" lfl
25'18 m) Spacang
ROAO
iffi(
AiEAD
lo'(3 m) Spacing
S]OEirALK
CLOSED
S]DE|/ALK
CLOSED+
USE OTHER
st0t
SIt]EI{At K
CTOSED+
USE OIHER
SIDE
STANDARD 701801.06
I
t
L.,Jt Jt Jt Jt J
\ Parllng space,-i;i."i'"- <-
I lt/,/,/,4| |
L
r
L_)
@ lllinois Depatment of Transpodatlon SIDEWALK, CORNER OR
CROSSWALK CLOSUREPASsED r _ ap't l.- )016-A*)rA,Wq
ENGINE€R Of SATEft ENGINE€RING
@mowD ? u,tod,]. xr6
a \K1
o W20lt03(0)-48 tor
prolectsR11 [02,24]0
J L Or
o W20-l(0)"48 for
and ltllity
_l
toW201103(O)-4a for
proiects
RlliIOl-241a R1 1J102-2430or
o w2o-I(0)-aB for R1 I,l10l-2418
R1 1,t l02-2430
CORNER CLOSURE
R 1 1-t 102,2430
__l L o
R3-l-2424
R I 1J102-2430
o
R3-2-2424 -l r o
R20-3{O)-48
CROSSWALK CLOSURE
FOAO
SIDTI/IiALK
CLOSED+
ust olHtR
SIDE
SIDEWALK
CLOSEO
SIDEIlALK
CLOSED+
USt OIIES
SIDE
SIDEfIAL(
CLOSED
SIDEIIALK
CLOSED+
!ST OTHTR
SIDE
SIDEIlATK
CLOSED+
USE OTTER
st0t
SiDT.11AI. K
CLOSED+
USt OIHTR
SIDt
ROAD
cL0[0
. altao
STANDARD 701801.06
IIIIIIIIIIIIIl
€
oc,
,U'
= lr,l
C.)=oE
Ea
d,F
@o
oo)do
od,
az.
ah
,9
.s'
E
e
zo
o
=6Z
E
.9
L:
=o
ti
I
zI
5
F
o
.9
t
F
E
=6
i rEi r'
llEl,lE
qlE4S
fl -{-i \{il6i r*
;.3E;4
=t
HlEl ()l
BlEIEl (,lul zl
dl Fl
sl dl(,lz.l
Et
=l
T
r=
; -;
.qj 9o
6r ".9
6l
EIol2lrl<td,tUzlUol
t
g
'e
*
(00€-002),---l
,6\.
9Zo\ \i\, \
*
UI6l<t(,
EIGI<t
=l<tol
EId,tul>t
elol
kt(Jl lrJl
=l
3lzlE,l
El
=l
UIEI
6l
UI6l<l
c.)l
EItsl<t6l
ulal
FI
utal<totclcl<tol
ulLI
EI
rt6l<t
C.'I
GIEI<t
@l
ul
EI
r>
N4
,(002),n
)F
l-'*.._.]
ilu
--=-lt
N
ffi
(
91d\./,\\, \
6rls \
c
Fzlo
F
o
=t=ltsl6l
JIrlzl<tLI:l<t(Jl
EItstrl>t
GIUIYIEI<I
=lal
5l
=lol
PI
0lUIzlol()l
UIol
=lul
=l
EI(5l
=lelol-l6l
UI
flul
=lEI<tal
E
o
o
, lood oqrr sT-rr+l-- E|--n)
-I
66
r-rr
(00r),ol1_
f.
,oor -rr, l I---t:T- r-
torrl I--!ll-
)k
t;
:1e
ls
@ lllinois Department of Transpotation TRAFFIC CONIROI
DR'ICES
(Sheet 2 of 3)
APIRoVED
-
ranuaryr 20rec.r"uAL.}i+_
^H:€?ru{rTir;
Warninq Iight(if required)18x 18 (450x450)
Orange flags ROAD
CONSTRUC T ]ON
NEXT X MILES
END
CONS TRUCT ION
G20-t r04(0)-6036 G20-t r05(0)-6024
I
This signing is required for all proje.ts
2 miles (3200 m) or more in lenglh.
ROAD CONSTRUCTION NEXT X N4ILES sign shall
be placed 50O' (15O m) in advance of pro-
iect limits.
END CONSIRUCTION sign shall be erected at
lhe e^o ot the Job Jnless anotler job is
within 2 miles (3200 m).
Metal or
I
Edge
Elevation of edge Elevation of edge
Dual sign displays shall be ulilized on multi-
lane highways.
WORK UMIISIGNINGs'(1.5 m) min.
embedment
POSTMOUI{IED SIGNS
+, When curb or paved shoulder are present
this dimension shall be 24 (600) lo the
face of curb or 6'(1.8 m) to the outside
edge of the paved shoulder.
SIGNS ON IEMPORARY SUPPORTS
-r+ When work operations ex.eed
four days. this dimension shall
bc 5'(1.5 m) min. Ii located
behind other devices, the heiqht
shall be sufficient to be scen
completely abovc thc dcvices,
HIGH LB/EL WARNING DN4CE
WORK
ZONE
SPEED
LIMIT
xx
PHOTO
ENFOBCED:
$)CXX FINE
t\,.1tNtN4UN.,1
w2 1-ilt5{0}-36 18
R2-1-3648
Rt0i108P-3618 r***
R2J106p-3618
Sign assembly as shown on Standards
or as allowed by Distri.t Operations.
G20-r l 03-6036
This srgn shall be used when the
above sign assembly is used.
w 12,1103-4848
HIGHWAY CONSIRUC]ION--w-
WIDTH RESTRICIION SIGN
**** R10-1108p shall only be used along roadways
.rnder lhe juristl.rio_ o' th. 5rate.
XXrXX" widtl ald X riles are variaDle.
FRONT 51DE REVERSE SIDE
FI.AGGER TRAFRC CONTROL SIGN
MAX WIDTH
X MILES
AHEAD
t t
END
WORK ZONE
SPTFD II[,,IIT
STANDARD 701901-08
II IIII IIII
l
ror-Nx,
I (200) Federal series C
I
ItIIIIlIIIIII I
@ Illinois Department of Transportatlon TRAFFIC CONTROL
DE\'!CES
(Sheet 3 ot l)
STANDARD 701901.08
ApIROVED ^ i.ntraa l. 7019un u6L.Iu-Kffi''
rlA
, 8',(2.4m) ,
tmnl +l
o
oE #t
2oo I(60m)t'
,t' I
(8 m) '
,r' IiE;l-t Constru.tion
warninq siqns
Lr
EIPI.AN
t% tqsl t
stepped or smooth
mEc
IRAIl.ER
MOUNIED
IflPEA IYPEBROOF ROOFORIRAITERMOUI{IED MOUNIED
I-lI
I
Traffic
Epoxy
ARROW BOARDS
SECNON A-A TYP]CAT INSTATI.AIION
IEMPORARY RUMBLE STRIPS
I rz r:oo)
Type A
flasher --l
Edqe of
shoulder
ROAD CLOSED TO ALL TRAFFIC
Reflectorized striping may be omitted
on the back side of the barricades.
If a Type lll barricade with an attached
sign panel whlch meets NCHRP 350 ls not
available, the siqn may be mounted on an
NCHRP 150 temporary siqn support directly
in front of the barrlcade.
flasher RI t-4
ROAD CLOSED TO THRU TRAFFIC
IYPICATAPPUCANONS OF
I1PE [I BARRICADES CLOSING A ROAD
Reflectorized striping shall appear on
both sides of the barricades. lf a
Type III barricade with an attached
siqn panel which meets NCHRP 350 is
not available, the signs may be mounted
on NCHRP 350 temporary siqn suppoils
directly in front of the barricade.
o
I
l
\
Weep holes
oo
oooo
ROAD
ROAD CLOSED
IO
]HRU IRAFFIC
ROAD CLOSEO
TO
]HRU IRAFFIC
+
fifi fifi fiill fi[l
DATE REVISIONS
l-1-15@ nlinois Department of Transpodation
for stop line at RR.rossinq.
MICALPAVEMENT
MARKINGS
{Sheet 1 of 3)l-l-14 Added bike synbol. Renamed
'UNE DROP ARROW'detail to
PASSED r.nurry t ?0r5
-^hrtbFNGINFffiOF OP+RANONS
aeeRovED __?+_+js.+L_ zo 15
a .t\K2l ,UNE.REDUCTION ARROW'
Edge of pavement Edge of pavement --\As specified
"19 re_-l
r__--------f
-
l-r^
IE+
"13
t-
-l
r-------I^ I :o' I lro'
:l:, | (9.1s n) | | (i.05 m)
Edge of pavement
DIVIDED UNDNIDED
2I.ANE MULTI I.ANE
I.ANEAND EDGE I,JNES
t5'
present. Stop line placed perpendicular
8',
(600)i R*E
lo' I
(1.0S m) |
sto. n -/l
NOTES
The transverse spread of th€ "X"
may vary a.cording to lane width.
o^ multllane.oads. thc rtop lincs
shall extend across all approach
lanes and separate RXR symbols shall
be placed adjacent to each other in
Laf,e q
When the pavement ma.king symbol
is used, a portion of the symbol
should be located directly adiacent
to the Advance Warning Sign (W10-l)
as pla(ed by Table 2C-4, Condltion B
of the MUTCD.
PAVEMEI{T MARKINGS AT
RAIINOAD.HIGHWAY GRADE CROSSING
All dimensions are in inches (mjllimeters)
unless otherwise shown.
STANDARD 78OOO1-05
IIIIIIIII I
IO', , r l0"
c.o5 m) | | (e.r5 mr I
I
2I!
E8>2.
+E
E=E
E
lo?
oooo
oe
o
=F6
s
Et
6
!
5
@
:!
tltl:-Jt-Jtt
!t t- H^i:,ffi,H;
ru,\i
s ox lc
5t<tOIolal
el
c5l
=lcrlEIEI<talzl<telrl
EI
d
I
AA5--
i:'
- E9t x:
; "P
,.3!to E
E E
,aaaaaralaam ltaaaaa
--
ffilIImrar..Ittamaaa
--
--
u.ai.: .alaalirtaaaP rfraatt
irrrrrrrrrrEar-llllaraallalllr,,(E
/ilmr.r[[a
I #ffi
-i-++-l-t-++
ffi
H
tTfiTI.'l=-+
2ltJa8>=
+=
==E
F
rt)o
oooots64
oz
FU'
E
=
V)
T9
rl rl,
||::lt-tE
iNEM
ls N:
We ll
$ lof l!
=tolEI4l<t>l<t
=tcdzloldl
=l
;
JIol6l
EIotul-l
@l
JI6l6l
FIot
rt2l
slalUIEI<t
-ltttl
] ,or. Il0rl
a#A
5loI
=I=lcrlEIEI<lalzl<lalGIol
=l
BI ,ol ;El 9dEl -- E(l ;-
=l siol ;-
El si
=l !;
Blf i
Fl l:UI;EZl- E
516 s
terni:(u
'Z),8
(u8t)
*l sr
=t
El*lul
€€
I!r ;
:? 6 o;
;9 3 E E;;;::^-9E3
e6rei
.-
tt
I
E
I
I
I
s=
EEd2toECJI85
H3
E=
T
eJ66e
a
=F6
d
z
0
zI;
d
E
F
o
I
ts
Et
o
-9i
@
33
I\H I IE
i fl: dJlEffiil-l!
l$ NE'-ii6 ' 16
e\ya t!$ lsE l!
E
=E
':;
Er
E-
AElE|
E.E€
E9i
95 u
_66E5e
eEs
'-oa
::fg S$
.E I
€5J
;q.
:E - cx;3EiiEz
-E b;
-eis=
=E.E"
? {rs
- ';9 @
ot? *iartd a=9Eli s .::
3l= e! i<l 5 *a:
EilE i; rzl . !SlBt; tEi r
o .+: o o
a;s s3Lx .! x 1:
d -ox-:
00
I
-ES
IH,oS
.;
rp
!-E
.9
iE;
6',; i
00
--Lrr!
\
ch vttrJ c,c) z.
E-=OFJ
E=Ac,xo
H3t=E6
ao
o
c,-l6
6E
6z.
ln
zI;U
d
,q
a
E
E
I
ts
o
s
t
F
Et
a
!:
@
:!
r lir l;
Irlfr | l*
-t sl? I tE
!l r-lx 'ck l:
1.Jq U:ffirE
O Ui IE* o* lE
E
E
3;
E.
=?
9o
i"9*
f!E
9t e
_G 6
E5e
"E-es
utl2l
EIH!FcI Y {< _oll HetilciEH i==;irE
+l"XHilFEcCrl=?^i<!!Z
EliHsSEegg
?
I
iE
6
u.r
;6
't
B,
.9e
$c
.9c
Eo
is
.99;,!_
E R.!
ai i
B
2tol6l
=lar\
E
" !-
aV =! -o.
:E Y& PII.:e H! #rE;v vi slE
o ;lQe 3r E!;E6 o! !6--
7 c 2 a '- d,i> tai-!; !s Eri93i q; , ;t- .f i f,-*i!g 9E ;gEr.!n? bE !",6if s9 s= g;9!:;i il :.rEiaiii Ea <-EEt
cIrt
ElHla
ElilEl
ut <t 4t2tetot
5lAl=lol al
EI
I
E
.9
E .a_
Fe
o
z-
i c:
o b=
"i Pd-;!6F3.>
9;e;
sbEe>3ifi;f;;
3
3
€
E
-!9;6b
99
'3v
1o
;
EtEe ; ;-" I;:E:y-ugEEf:i:EE:!
9,";; c!:= Y'
9-ltEbae#H
; *e; i*;: i:.
;;E:et59;+i
o bu !: ;:: ," ; -:!qE:g€:+gii
* i:igt;r;;iir.;qE=[iEEo E?5dsf ,9:Ii
!r;s:Eg*BEF
0
0
0
0
p &E E Fl,r!':9;
HIEEi:EzlEg;Eirlii:e9<lu a E - :el€ ?o d a
Hl!!:iiC9IEgHEpE
4i;66?o o 6 drX
E eI=:::! 4E5
*:r !; Et::!;:
E
;-_3 3 E s
-L.*;i
g3Esr;
! b E 0 if
E!b-!
E r o .}t:
EeHFaI
r5;i3<
Pre
9;?
!e
l-6(
^o
/Ad\7
rri5Eoa
=>()A,tt z,z,=5;ZNpd
@o
olJ)
ots
6e
az.
F6
-6
z
.9
E
zo;
a
F
o
I
F
E
o
_9:
\!!1
==rlrlr
l$" I l:,lil{; -l lE.lr{! riJE
EI]E NI3I !: EIg
H; l$!i
9IYI Y
E
=E
'-l
P:
Es
g6
. n;i.r: : *ae;! :; € !;3i3 ;e - 5Z..Yt P
= 3 :98E3 Et ; 5EEie, !pz.: - - =?3.9E 9*.
iH i ;!e:;i E:
;{ F rE;;i", *s
t: : 6!-i39 5b
o oo o
rBz.9
:F.9.!aaE,ii
E!
6t X€ I 5 E E
HI I;i::iP i-e : : € :
: e: . B : EP 69 .9 ! 6 i
' U: O F
o!aGH
E- E>E ;
,DtY" 9lrJl: I i
lrl >t E' f
=l ig :!;
Jt"- a-<t ::: e;EIEE :!6l:3 H;sl HU [.s
5E
?.9n E -
.E
I
^t^FIE
:l:
t--lr
3
05
:-Ee-
o
=
r ;a
= aEL-a Z-6
o
=
-
E
(o
;
F
a
0,t
:
a
o
o
o
o
o
0,t
r
,9
!
B
o
I
ll
;
o
i
o
:9
e
I
e\\Z
I
9
o
I