Loading...
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