Loading...
R-1460 - 05/12/2015 - WATER MAIN CONTRACT - Resolutions RESOLUTION 2015-WA-MAIN-CNTRCT-R-1460 A RESOLUTION APPROVING AND AUTHORIZING THE AWARD AND EXECUTION OF A CONSTRUCTION CONTRACT RELATING TO THE 2015 WATER MAIN REPLACEMENT PROJECT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND J. CONGDON SEWER SERVICE, INC. WHEREAS, the Village has budgeted funds for the replacement of certain water mains in parts of the Brook Forest subdivision as part of the 2015 Water Main Replacement Project("Work'); and WHEREAS, on April 10, 2015, the Village solicited bids for the completion of the Work; and WHEREAS, the Village received 7 bids for the completion of the Work; and WHEREAS, J. Congdon Sewer Service, Inc. ("Congdon"), is the lowest responsible bidder for the completion of the Work; and WHEREAS, the Village and Congdon desire to enter into and execute a contract for the completion of the Work in an amount not to exceed $1,229,680.00 ("Contract'), which Contract is attached to this Resolution as Exhibit A; and WHEREAS, the President and Board of Trustees have determined that it is in the best interest of the Village to enter into the Contract with Congdon; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF OAK BROOK, DU PAGE AND COOK COUNTIES, ILLINOIS as follows: Section 1: Recitals. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as the findings of the President and Board of Trustees of the Village of Oak Brook. Section 2: Approval of the Contract. The President and Board of Trustees hereby approve the Contract by and between the Village and Congdon in substantially the same form attached to this Resolution as Exhibit A, and in a final form acceptable to the Village Attorney. Section 3: Authorization and Execution of the Contract. The Village President and Village Clerk shall be, and hereby are, authorized to execute the Contract on behalf of the Village after receipt of the final Contract fully executed by Congdon. Section 4: Effective Date. This Resolution shall be in full force and effect upon passage and approval in the manner provided by law. [SIGNATURE PAGE FOLLOWS] Resolution 2015-WA-MAIN-CNTRCT-R-1460 Water Main Construction Contract—Congdon Brook Forest Page 2 of 2 APPROVED THIS 12th day of May, 2015 Gopal G. Lalmalani Village President PASSED THIS 12th day of May, 2015 Ayes: Trustees Adler, Baar, Manzo, Moy, Wolin, Yusuf Nays: None Absent: None ATTEST: Charlotte K. Pruss t Village Clerk EXHIBIT A CONTRACT Ac o CERTIFICATE OF LIABILITY INSURANCE r-111911,IE 015° "' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER VmW' Kim Gorman Columbian Agency PHONE tFAX No) 1005 Layaway Road AD""ORIESS: I New Lenox IL 60451 INSURER(S) AFFORDING COVERAGE NAIC# INSURERA:Great Midwest Insurance 18694 INSURED JCONG-1 INSURER B:Indiana I J.Congdon Sewer Service, Inc. C:lMpedUM Insurance Company 170-A Alexandra Way INSURER D: Carol Stream IL 60188 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:1893762943 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1NSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR IN POLICY NUMBER MM/ MM/D A GENERAL LIABILITY Y PP00015844-04 1/2015 1/1016 EACH OCCURRENCE $_1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence) $100,000 CLAIMS-MADE 1X71 OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X PRO- LOC I $ A AUTOMOBILE LIABILITY Y CA00028597 03 1/2015 112016 Ea accident 1 000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X X NON-OWNED PPROPEERTY DAMAGE $ HIRED AUTOS AUTOS A X UMBRELLA LIAB X OCCUR CX00074165-01 1/2015 1/2016 EACH OCCURRENCE $5,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $5,000,000 DED I I RETENTION$ $ C WORKERS COMPENSATION IERD-01001771-00 /1/2015 1/2016 X I WCSTATU- OTH- AND EMPLOYERS'tJABILnY I ER ANY PROPRIETOR/PARTNER/EXECUTIVE� E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,00 B Leased/Rented Equipment IMS906933 11/2015 /1/2016 Limit $225,000 Deductible: $2,500 Installation Floater Max-Location $750,000 I DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Those listed are primary non-contributory additional insureds on the General Liability policy and Auto if required by written contract. Waivers of subrogation apply to Workers Compensation in favor of the additional insureds if required by written contract. Additional Insureds: Village of Oak Brook Thomas Engineering Group, LLC DuPage County CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Village of Oak Brook ACCORDANCE WITH THE POLICY PROVISIONS. 1200 Oak Brook Road Oak Brook IL 60523 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT Apprawd w o Form /Z Doe: � � .._..._....... .,._._.e�rt�tai �,�bsvra � ___.__.,_.�..._....,�.�...,.....�.�.....m.�.� :�t��J VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT TABLE OF CONTENTS Page ARTICLEI The Work...................................................................................................1 1.1 Performance of the Work ............................................................................1 1.2 Commencement and Completion Dates......................................................2 1.3 Required Submittals ....................................................................................2 1.4 Review and Interpretation of Contract Provisions ......................................3 1.5 Conditions at the Work Site; Record Drawings ..........................................3 1.6 Technical Ability to Perform.......................................................................4 1.7 Financial Ability to Perform........................................................................4 1.8 Time.............................................................................................................4 1.9 Safety at the Work Site................................................................................4 1.10 Cleanliness of the Work Site and Environs.................................................5 1.11 Damage to the Work, the Work Site, and Other Property...........................5 1.12 Subcontractors and Suppliers ......................................................................5 1.13 Simultaneous Work By Others....................................................................6 1.14 Occupancy Prior to Final Payment..............................................................6 1.15 Owner's Right to Terminate or Suspend Work for Convenience ...............6 ARTICLE II Changes And Delays..................................................................................7 2.1 Changes .......................................................................................................7 2.2 Delays..........................................................................................................7 ARTICLE III Contractor's Responsibility For Defective Work...................................8 3.1 Inspection; Testing; Correction of Defects..................................................8 3.2 Warranty of Work........................................................................................8 3.3 Owner's Right to Correct ............................................................................9 ARTICLE IV Financial Assurances.................................................................................9 4.1 Bonds...........................................................................................................9 4.2 Insurance......................................................................................................9 4.3 Indemnification............................................................................................9 ARTICLEV Payment....................................................................................................10 5.1 Contract Price............................................................................................10 -i- 5.2 Taxes and Benefits .................................................................................... 10 5.3 Progress Payments..................................................................................... 10 5.4 Final Acceptance and Final Payment........................................................10 5.5 Liens .......................................................................................................... 11 5.6 Deductions................................................................................................. 12 ARTICLE VI Disputes And Remedies...........................................................................13 6.1 Dispute Resolution Procedure...................................................................13 6.2 Contractor's Remedies .............................................................................. 13 6.3 Owner's Remedies..................................................................................... 13 6.4 Owner's Special Remedy for Delay.......................................................... 15 6.5 Terminations and Suspensions Deemed for Convenience ........................ 15 ARTICLE VII Legal Relationships And Requirements................................................15 7.1 Binding Effect ........................................................................................... 15 7.2 Relationship of the Parties.........................................................................15 7.3 No Collusion/Prohibited Interests .............................................................15 7.4 Assignment................................................................................................ 16 7.5 Confidential Information........................................................................... 16 7.6 No Waiver ................................................................................................. 16 7.7 No Third Party Beneficiaries.....................................................................17 7.8 Notices.......................................................................................................17 7.9 Governing Laws ........................................................................................17 7.10 Changes in Laws........................................................................................ 17 7.11 Compliance with Laws..............................................................................18 7.12 Compliance with Patents........................................................................... 19 7.13 Time...........................................................................................................19 7.14 Severability................................................................................................19 7.15 Entire Agreement....................................................................................... 19 7.16 Amendments..............................................................................................20 Contractor's Certification Attachment A: Supplemental Schedule of Contract Terms Attachment B: Specifications Attachment C: List of Drawings Attachment D: Special Project Requirements Attachment E: Subsurface Investigation Report Appendix l: Prevailing Wage Ordinance Appendix 2: Performance Bond and Labor and Materials Payment Bond -ii- VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT In consideration of the mutual promises set forth below, the Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, Illinois, 60523, an Illinois municipal corporation ("Owner"), and J. Congdon Sewer Service, Inc. ("Contractor"), make this Contract as of 20 , (the "Effective Date") and hereby agree as follows: ARTICLE I: THE WORK 1.1 Performance of the Work Contractor, at its sole cost and expense, must provide, perform, and complete all of the following, all of which is herein referred to as the "Work': 1. Labor, Equipment, Materials, and Supplies. Provide, perform, and complete, 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 to accomplish the Project at the Work Site, both as defined in Attachment A, in accordance with the specifications attached hereto as Attachment B, the drawings identified in the list attached hereto as Attachment C, and the Special Project Requirements attached hereto as Attachment D. 2. Permits. Except as otherwise provided in Attachment A, procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith. 3. Bonds and Insurance. Procure and furnish all Bonds and all certificates of insurance specified in this Contract. 4. Taxes. Pay all applicable federal, state, and local taxes. 5. Miscellaneous. Do all other things required of Contractor by this Contract, including without limitation arranging for utility and other services needed for the Work and for testing, including the installation of temporary utility lines, wiring, switches, fixtures, hoses, connections, and meters, and providing sufficient sanitary conveniences and shelters to accommodate all workers and all personnel of Owner engaged in the Work. -1- CONTRACT 6. Quali . 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, with only new, undamaged and first quality equipment, materials, and supplies. 1.2 Commencement and Completion Dates Contractor must commence the Work not later than the "Commencement Date" set forth on Attachment A and must diligently and continuously prosecute the Work at such a rate as will allow the Work to be fully provided, performed, and completed in full compliance with this Contract not later than the "Completion Date" set forth in Attachment A. The time of commencement, rate of progress, and time of completion are referred to in this Contract as the "Contract Time." 1.3 Required Submittals A. Submittals Required. Contractor must submit to Owner all documents, data, and information specifically required to be submitted by Contractor under this Contract and must, in addition, submit to Owner all such drawings, specifications, descriptive information, and engineering documents, data, and information as may be required, or as may be requested by Owner, 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 must include, but are not limited to, design data, structural and operating features, principal dimensions, space required or provided, clearances required or provided, type and brand of finish, and all similar matters, for all components of the Work. B. Number and Format. Contractor must provide three complete sets for each Required Submittal. All Required Submittals must be prepared on white 8-1/2" x 11"paper. C. Time of Submission and Owner's Review. All Required Submittals must be provided to Owner 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 Owner's sole opinion, to permit Owner 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. Owner will have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals will, after final processing and review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal may be performed by Contractor until Owner has completed review of such submittal with no exception noted. Owner's review and stamping of any Required Submittal will be for the sole purpose of examining the general management, design, and details of the proposed Work, does not relieve Contractor of the entire responsibility for the performance of the Work in full compliance with, and as required by or pursuant to this Contract, and may not be regarded as any assumption of risk or liability by Owner. -2- CONTRACT D. Responsibility for Delay. Contractor is responsible for any delay in the Work due to delay in providing Required Submittals conforming to this Contract. 1.4 Review and Interpretation of Contract Provisions Contractor represents and warrants that it has carefully reviewed this Contract, including all of its Attachments, and the drawings identified in Attachment C, all of which are by this reference incorporated into and made a part of this Contract. Contractor must, at no increase in the Contract Price, provide workmanship, equipment, materials, and supplies that fully conform to this Contract. Whenever any equipment, materials 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 manufacturer or vendor,. the specific item mentioned is understood as establishing the type, function and quality desired. Other manufacturers' or vendors' products may be accepted, provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion. Contractor must promptly notify Owner of any discrepancy, error, omission, ambiguity, or conflict among any of the provisions of this Contract before proceeding with any Work affected thereby. If Contractor fails to give such notice to Owner, then the subsequent decision of Owner as to which provision of this Contract governs is final, and any corrective work required does not entitle Contractor to any damages, to any compensation in excess of the Contract Price, or to any delay or extension of the Contract Time. When the equipment, materials, or supplies furnished by Contractor cannot be installed as specified in this Contract, Contractor must, without any increase in the Contract Price, make all modifications required to properly install the equipment, materials, or supplies. Any such modification is subject to the prior review and consent of Owner. 1.5 Conditions at the Work Site; Record Drawings Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor will have no claim for damages, for compensation in excess of the Contract Price, 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, soils analysis, borings, test pits, utility locations or conditions, buried structures, condition of existing structures, and other investigations is or has been provided by Owner, or is or has been otherwise made available to Contractor by Owner, such information is or has been 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 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 -3- CONTRACT indicated are representative of those existing at any particular location, or that the conditions indicated may not change, or that unanticipated conditions may not be present. Contractor is solely responsible for locating all existing underground installations by prospecting no later than two workdays prior to any scheduled excavation or trenching, whichever is earlier. Contractor must check all dimensions, elevations, and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor must lay out the Work in accordance with this Contract and must establish and maintain such locations, lines and levels. Wherever pre-existing work is encountered, Contractor must verify and be responsible for dimensions and location of such pre-existing work. Contractor must notify Owner of any discrepancy between the dimensions, elevations and quantities indicated in this Contract and the conditions of the Work Site or any other errors, omissions or discrepancies which Contract may discover during such inspections. Full instructions will be furnished by Owner should such error, omission, or discrepancy be discovered, and Contractor must carry out such instructions as if originally specified and without any increase in Contract Price. Before Final Acceptance of the Work, Contractor must submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract, indicating all field deviations from Attachment B or the drawings identified in Attachment C. 1.6 Technical Ability to Perform Contractor represents and warrants that it 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. 1.7 Financial Ability to Perform Contractor represents and warrants that it 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. 1.8 Time Contractor represents and warrants that it is ready, willing, able and prepared to begin the Work on the Commencement Date and that 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. 1.9 Safety at the Work Site Contractor is solely and completely responsible for providing and maintaining safe conditions at the Work Site, including the safety of all persons and property during -4- CONTRACT performance of the Work. This requirement applies continuously and is not limited to normal working hours. Contractor must take all safety precautions as necessary to comply with all applicable laws and to prevent injury to persons and damage to property. Contractor must conduct all of its operations without interruption or interference with vehicular and pedestrian traffic on public and private rights-of-way, unless it has obtained permits therefor from the proper authorities. If any public or private right-of-way are rendered unsafe by Contractor's operations, Contractor must make such repairs or provide such temporary ways or guards as are acceptable to the proper authorities. 1.10 Cleanliness of the Work Site and Environs Contractor must keep the Work Site and adjacent areas clean at all times during performance of the Work and must, upon completion of the Work, leave the Work Site and adjacent areas in a clean and orderly condition. 1.11 Damage to the Work, the Work Site, and Other Property The Work and everything pertaining thereto is provided, performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor is fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor must, at its own cost and expense, 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 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 will 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 whatsoever, including damage or loss due to simultaneous work by others. Contractor must, 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. Notwithstanding any other provision of this Contract, Contractor's obligations under this Section exist without regard to, and may 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. 1.12 Subcontractors and Suppliers A. Approval and Use of Subcontractors and Suppliers. Contractor must 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. All subcontractors, suppliers, and subcontracts used by Contractor must be acceptable to, and approved in advance by, Owner. Owner's approval of any subcontractor, supplier, and subcontract does -5- CONTRACT 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. All Work performed under any subcontract is subject to all of the provisions of this Contract in the same manner as if performed by employees of Contractor. Every reference in this Contract to "Contractor" is deemed also to refer to all subcontractors and suppliers of Contractor. Every subcontract must include a provision binding the subcontractor or supplier to all provisions of this Contract. B. Removal of Subcontractors and Suppliers. If any subcontractor or supplier fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner, Contractor must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time as a result of any such termination. 1.13 Simultaneous Work By Others Owner has 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. Contractor must make every 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 must afford Owner and other contractors reasonable opportunity for the execution of such other work and must properly coordinate the Work with such other work. 1.14 Occupancy Prior to Final Payment Owner will have the right, at its election, to occupy, use, or place in service any part of the Work prior to Final Payment. Such occupancy, use, or placement in service must 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 may 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 may it, unless conducted in an unreasonable manner, be considered as an interference with Contractor's provision, performance, or completion of the Work. 1.15 Owner's Right to Terminate or Suspend Work for Convenience A. Termination or Suspension for Convenience. Owner has the ri ght, for its convenience, to terminate or suspend the Work in whole or in part at any time by written notice to Contractor. Every such notice must state the extent and effective date of such termination or suspension. On such effective date, Contractor must, 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 may be cancelled, 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. -6- CONTRACT B. Payment for Completed Work. In the event of any termination pursuant to Subsection 1.15A above, Owner must pay Contractor (1) such direct costs, excluding overhead, as Contractor has paid or incurred for all Work done in compliance with, and 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 such termination. Any such payment may be offset by any prior payment or payments and is subject to Owner's rights to withhold and deduct as provided in this Contract. ARTICLE II: CHANGES AND DELAYS 2.1 Changes Owner has the right, by written order executed by Owner, to make changes in the Contract, the Work, the Work Site, and the Contract Time ("Change Order"). If any Change Order causes an increase or decrease in the amount of the Work, an equitable adjustment in the Contract Price or Contract Time may be made. All claims by Contractor for an equitable adjustment in either the Contract Price or the Contract Time must be made within two business days following receipt of such Change Order, and may, if not made prior to such time, be conclusively deemed to have been waived. No decrease in the amount of the Work caused by any Change Order will entitle Contractor to make any claim for damages, anticipated profits, or other compensation. 2.2 Delays A. Extensions for Unavoidable Delays. For any delay that may result from causes that could not be avoided or controlled by Contractor, Contractor must, upon timely written application, 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. No extension of the Contract Time will be allowed for any other delay in completion of the Work. B. No Compensation for Delays. No payment, compensation, damages, or adjustment of any kind, other than the extension of the Contract Time provided in Subsection 2.2A above, may be made to; or claimed by, Contractor because of hindrances or delays from any cause in the commencement, prosecution, or completion of the Work, whether caused by Owner or any other party and whether avoidable or unavoidable. -7- CONTRACT ARTICLE III: CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK 3.1 Inspection; Testing; Correction of Defects A. Inspection. Until Final Payment, all parts of the Work are subject to inspection and testing by Owner or its designated representatives. Contractor must furnish, at its own expense, all reasonable access, assistance, and facilities required by Owner for such inspection and testing. B. Re-Inspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time, and, if so ordered, any covered or closed Work must be uncovered or opened by Contractor. If the Work is found to be in full compliance with this Contract, then Owner must pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may be. If such Work is not in full compliance with this Contract, then Contractor must pay such cost. C. Correction. Until Final Payment, Contractor must, 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 conform strictly to the requirements of this Contract. 3.2 Warranty of Work A. Scope of Warranty. Contractor warrants that the Work and all of its components will be free from defects and flaws in design, workmanship, and materials; must strictly conform to the requirements of this Contract; and will be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed is in addition to any other warranties expressed in this Contract, or expressed or implied by law, which are hereby reserved unto Owner. B. Repairs; Extension of Warranty. Contractor, promptly and without charge, must correct any failure to fulfill the above warranty that may be discovered or develop at any time within one year after Final Payment or such longer period as may be prescribed in Attachment B or Attachment D to this Contract or by law. The above warranty may be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Contractor's obligation to correct Work may be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.2B relates only to the specific obligation of Contractor to correct Work and may not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract. C. Subcontractor and Supplier Warranties. Whenever Attachment B or Attachment D requires a subcontractor or supplier to provide a guaranty or warranty, Contractor is 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 -8- CONTRACT warranties or guaranties by Owner is a precondition to Final Payment and does not relieve Contractor of any of its guaranty or warranty obligations under this Contract. 3.3 Owner's Riaht to Correct If, 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 of this Contract, Contractor neglects to make, or undertake with due diligence to make, the necessary corrections, then Owner is 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 attorneys' fees and administrative expenses. ARTICLE IV: FINANCIAL ASSURANCES 4.1 Bonds Contemporaneous with Contractor's execution of this Contract, Contractor must provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by, or otherwise acceptable to, Owner, from a surety company licensed to do business in the State of Illinois with a general rating of A and a financial size category of Class X or better in Best's Insurance Guide, each in the penal sum of the Contract Price ("Bonds"). Contractor, at all times while providing, performing, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, must maintain and keep in force, at Contractor's expense, the Bonds required- hereunder. 4.2 Insurance Contractor hereby agrees and will, at its expense, carry insurance pursuant to the terms, conditions, and coverages set forth in Attachment A. 4.3 Indemnification Contractor hereby agrees to and will indemnify and save harmless Owner and all of its elected officials, officers, employees, attorneys, agents, representatives, and Thomas Engineering Group, LLC against any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses, including attorneys' fees and administrative expenses, that may arise, or be alleged to have arisen, out of or in connection with Contractor's 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 solely by the negligence of Owner. -9- CONTRACT ARTICLE V: PAYMENT 5.1 Contract Price Owner must pay to Contractor, in accordance with and subject to the terms and conditions set forth in this Article V and Attachment A. and Contractor must accept in full satisfaction for providing, performing, and completing the Work, the amount or amounts set forth in Attachment A (the "Contract Price"), subject to any additions, deductions, or withholdings provided for in this Contract. 5.2 Taxes and Benefits Owner is exempt from and will not be responsible to pay, or reimburse Contractor for, any state or local sales, use, or excise taxes. The Contract Price includes 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. All claim or right to claim additional compensation by reason of the payment of any such tax, contribution, or premium is hereby waived and released by Contractor. 5.3 Progress Payments A. Payment in Installments. The Contract Price must be paid in monthly installments in the manner set forth in Attachment A ("Progress Payments"). B. Pay Requests. Contractor must, as a condition precedent to its right to receive each Progress Payment, submit to Owner a pay request in the form provided by Owner ("Pay Request"). The first Pay Request must be submitted not sooner than 30 days following 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 submitted. Each Pay Request must include (a) Contractor's certification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and (b) 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. C. 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. 5.4 Final Acceptance and Final Payment A. Notice of Completion. When the Work has been completed and is ready in all respects for acceptance by Owner, Contractor must notify Owner and request a final -10- CONTRACT inspection ("Notice of Completion"). Contractor's Notice of Completion must 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, or as required by or pursuant to, this Contract ("Punch List World'). B. Punch List and Final Acceptance. The Work may be finally accepted when, and only when, the whole and all parts thereof have been completed to the satisfaction of Owner in full compliance with, and as required by or pursuant to, this Contract. Upon receipt of Contractor's Notice of Completion, Owner must make a review of the Work and notify Contractor in writing of all Punch List Work, if any, to be completed or corrected. Following Contractor's completion or correction of all Punch List Work, Owner must make another review of the Work and prepare and deliver to Contractor either a written notice of additional Punch List Work to be completed or corrected or a written notice of final acceptance of the Work ("Final Acceptance"). C. Final Pam. As soon as practicable after Final Acceptance, Contractor must submit to Owner a properly completed final Pay Request in the form provided by Owner ("Final Pay Request"). Owner must pay to Contractor the balance of the Contract Price, after deducting therefrom all charges against Contractor as provided for in this Contract ("Final Payment"). Final Payment must be made not later than 60 days after Owner approves the Final Pay Request. The acceptance by Contractor of Final Payment will operate as a full and complete release of Owner 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 arising out of, relating to, or in connection with the Work. 5.5 Liens A. Title. Nothing in this Contract may 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 other items will, upon being so installed, incorporated, attached or affixed, become the property of Owner, but such title will 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 must, 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 lien against the Work or the public funds held by Owner exists in favor of any person whatsoever for or by reason of any equipment, material, supplies, or other item furnished, 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. -11- CONTRACT C. Removal of Liens. If at any time any notice of any Lien is filed, then Contractor must, promptly and without charge, discharge, remove, or otherwise dispose of such Lien. Until such discharge, removal, or disposition, Owner will have the right to retain from any money payable hereunder 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 Only. This Section does not operate to relieve Contractor's surety or sureties from any of their obligations under the Bonds, nor may it be deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner's retention of funds pursuant to this Section is deemed solely for the protection of its own interests pending removal of such Liens by Contractor, and Owner will have no obligation to apply such funds to such removal but may, nevertheless, do so where Owner's interests would thereby be served. 5.6 Deductions A. Owner's Riyht to Withhold. Notwithstanding any other provision of this Contract and without prejudice to any of Owner's other rights or remedies, Owner will 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) failure of Contractor to properly complete or document any Pay Request; (9) any other failure of Contractor to perform any of its obligations under this Contract; or (10) the cost to Owner, including attorneys' fees and administrative costs, of correcting any of the aforesaid matters or exercising any one or more of Owner's remedies set forth in Section 6.3 of this Contract. B. Use of Withheld Funds. Owner is entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor has either performed the obligations in question or furnished security for such performance satisfactory to Owner. Owner is 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 incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract. -12- CONTRACT ARTICLE VI: DISPUTES AND REMEDIES 6.1 Dispute Resolution Procedure A. Notice of Disputes and Objections. If Contractor disputes or objects to any requirement, direction, instruction, interpretation, determination, or decision of Owner, Contractor may notify Owner in writing 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, provided, however, that Contractor must, nevertheless, proceed without delay to perform the Work as required, directed, instructed, interpreted, determined, or decided by Owner, without regard to such dispute or objection. Unless Contractor so notifies Owner within two business days after receipt of such requirement, direction, instruction, interpretation, determination, or decision, Contractor is conclusively deemed to have waived all such disputes or objections and all claims based thereon. B. Negotiation of Disputes and Objections. To avoid and settle without litigation any such dispute or objection, Owner and Contractor agree to engage in good faith negotiations. Within three business days after Owner's receipt of Contractor's written notice of dispute or objection, a conference between Owner and Contractor will be held to resolve the dispute. Within three business days after the end of the conference, Owner must render its final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner, then it must, within three business days, give Owner notice thereof and, in such notice, must state its final demand for settlement of the dispute. Unless Contractor so notifies Owner, Contractor will 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. 6.2 Contractor's Remedies If Owner fails or refuses to satisfy a final demand made by Contractor pursuant to Section 6.1 of this Contract, or to otherwise resolve the dispute which is the subject of such demand to the satisfaction of Contractor, within 10 days after receipt of such demand, then Contractor will be entitled to pursue such remedies, not inconsistent with the provisions of this Contract, as it may have in law or equity. 6.3 Owner's Remedies If it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute, or has delayed in the prosecution of, the Work with diligence at a rate that assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor's rights under this Contract, either in whole or in part, or has falsely made any representation or warranty in this Contract, or has otherwise failed, refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as they come due ("Event of Default"), and has failed to cure any such Event of Default within five business days after Contractor's receipt of written notice of such Event of Default, then Owner will have the -13- CONTRACT 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 1 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 Contractor's expense. 6. 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 and supplier contracts of Contractor will be deemed to be assigned to Owner without any further action being required, but Owner may not thereby assume any obligation for payments due under such subcontracts and supplier contracts for any Work provided or performed prior to such assignment. 7. 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. -14- CONTRACT 6.4 Owner's Additional Remedy for Delav If the Work is not completed 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 Section 6.3 of this Contract 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, administrative expenses and costs for each day completion of the Work is delayed beyond the Completion Date, computed on the basis of the "Per Diem Administrative Charge" set forth in Attachment A, as well as any additional damages caused by such delay. 6.5 Terminations and Suspensions Deemed for Convenience Any termination or suspension of Contractor's rights under this Contract for an alleged default that is ultimately held unjustified will automatically be deemed to be a termination or suspension for the convenience of Owner under Section 1.15 of this Contract. ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS 7.1 Binding Effect This Contract is binding on Owner and Contractor and on their respective heirs, executors, administrators, personal representatives, and permitted successors and assigns. Every reference in this Contract to a party is deemed to be a reference to the authorized officers, employees, agents, and representatives of such party. 7.2 Relationship of the Parties Contractor will act as an independent contractor in providing and performing the Work. Nothing in, nor done pursuant to, this Contract may 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 6.3(6) above, to create any relationship between Owner and any subcontractor or supplier of Contractor. 7.3 No Collusion/Prohibited Interests Contractor hereby represents that the only persons, firms, or corporations interested in this Contract as principals are those disclosed to Owner prior to the execution of this Contract, and that this Contract is made without collusion with any other person, firm, or corporation. If at any time it is found that Contractor has, in procuring this Contract, colluded with any other person, firm, or corporation, then Contractor will be liable to Owner for all loss or damage that Owner may suffer thereby, and this Contract will, at Owner's option, be null and void. -15- CONTRACT Contractor hereby represents and warrants that 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 terrorism, 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. 7.4 Assignment Contractor may not (1) assign this Contract in whole or in part, (2) assign any of Contractor's rights or obligations under this Contract, or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner, which approval may be withheld in the sole and unfettered discretion of Owner; provided, however, that Owner's prior written approval will not be required for assignments of accounts, as defined in the Illinois Commercial Code, if to do so would violate Section 9-318 of the Illinois Commercial Code, 810 ILCS 5/9-318. 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. 7.5 Confidential Information All information supplied by Owner to Contractor for or in connection with this Contract or the Work must be held confidential by Contractor and may not, without the prior express written consent of Owner, be used for any purpose other than performance of the Work. 7.6 No Waiver No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, 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 may 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 warranty or representation made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. -16- CONTRACT 7.7 No Third Partv Beneficiaries No claim as a third parry beneficiary under this Contract by any person, firm, or corporation other than Contractor may be made or be valid against Owner. 7.8 Notices All notices required or permitted to be given under this Contract must be in writing and are 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 must be addressed to, and delivered at, the following address: with a copy to: Village of Oak Brook Holland & Knight LLP 1200 Oak Brook Road 131 South Dearborn Street, 30th Floor Oak Brook, Illinois 60523 Chicago, Illinois 60603 Attention: Village Manager Attention: Peter M. Friedman Notices and communications to Contractor must be addressed to, and delivered at, the following address: with a copy to: J. Congdon Sewer Service, Inc. 170 A Alexandria Way Carol Stream, IL 60188 The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly given by any such other non-oral means. By notice complying with the requirements of this Section, Owner and Contractor each 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 is effective until actually received. 7.9 Governing Laws This Contract and the rights of Owner and Contractor under this Contract will be interpreted according to the internal laws, but not the conflict of laws rules, of the State of Illinois; venue for any action related to this Contract will be in the Circuit Court of DuPage County, Illinois. 7.10 Changes in Laws Unless otherwise explicitly provided in this Contract, any reference to laws includes such laws as they may be amended or modified from time to time. -17- CONTRACT 7.11 Compliance with Laws A. Compliance Required. Contractor must 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 all required governmental permits, licenses or other approvals and authorizations that may be required in connection with providing, performing, and completing the Work, and with all applicable statutes, ordinances, rules, and regulations, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (see Subsection C of this Section) (a copy of Owner's ordinance ascertaining the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract; if the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate applies to this Contract); any other applicable prevailing wage laws; the Fair Labor Standards Act; any statutes regarding qualification to do business; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes 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. §§ 12101 et ie ., the Illinois Human Rights Act, 775 ILCS 511-101 et sec., and the Public Works Discrimination Act, 775 ILCS 10/0.01 et sue.; and any statutes regarding safety or the performance of the Work, including the Illinois Underground Utility Facilities Damage Prevention Act, 220 ILCS 5011 et seq., and the Occupational Safety and Health Act of 1970, 29 U.S.C. §§ 651 et sec. B. Liability for Fines, Penalties. Contractor is solely liable for any fines or civil penalties that are imposed by any governmental 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. C. Prevailing Wage Act. Contractor and each subcontractor, in order to comply with the Prevailing Wage Act, 820 ILCS 130/0.01 et sec. (the "Ac("), must submit to the Village a certified payroll on a monthly basis, in accordance with Section 5 of the Act. The certified payroll must consist of a complete copy of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the Contractor or subcontractor that 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 Act, and (3) the Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the certification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor's false certification. On two business days' notice, Contractor and each subcontractor must make available for inspection the records required to be made and kept by the Act (i) to the Village and its officers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State. -18- - CONTRACT D. Required Provisions Deemed Inserted. Every provision of law required by law to be inserted into this Contract is deemed to be inserted herein. 7.12 Compliance with Patents A. Assumption of Costs, Royalties and Fees. Contractor will pay or cause to be paid 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 Contractor Being Enjoined. 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 must 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. If 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 must 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 substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then Owner will 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. 7.13 Time The Contract Time is of the essence of this Contract. Except where otherwise stated, references in this Contract to days is construed to refer to calendar days. 7.14 Severability The provisions of this Contract will be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract is 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 will be in any way affected thereby. 7.15 Entire Agreement 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 therefore, and there -19- CONTRACT are no other understandings or agreements, oral or written, between Owner and Contractor with respect to the Work and the compensation therefore. 7.16 Amendments No modification, addition, deletion, revision, alteration or other change to this Contract is effective unless and until such change is reduced to writing and executed and delivered by Owner and Contractor. IN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed by their properly authorized representatives in two original counterparts as of the Effective Date. Village of Oak rook By: Name: / Title: P/-?P.!5! P Attest: By: nn II /tea Name: t Title: J. CONGDON SEWER SERVIC , INC. By: Name: ld icyg Eti42D r Title: etes. Attest: By: Name: u ov/L A. (;61&4m Title: 966AE 1 A-A�/ -20- STATE OF ILLINOIS ) SS COUNTY OF ) CONTRACTOR'S CERTIFICATION Victor A. Gerardi [contractor's executing officer], being first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor, that this deponent is authorized to make them, and that the statements contained herein are true and correct. Contractor deposes, states, and certifies that Contractor is not barred from contracting with a unit of state or local government as a result of(i) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seg.; 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 government 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: 20 ( S. J. CONGDON SEWER SERVICE, IN 1 By: Name: J c,7��t �-ElLt& 1 Title: Q/jes i a i'M Attest: By ),;t;, a Name: �Ie-7ve( e4. Title: S E ti Subscribed and Sworn to before me on ( C .� . L 2015 My Colnlnqslion expires: Notary Public OFFICIAL SEAL re GINA FERRAZZUOLO (SEAL) Notary Public-St. 21linois 9 My Commission Exp VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT ATTACHMENT A SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS [Check applicable boxes and insert required information.] 1. Proiect: The improvements include the replacement of approximately 1,300 feet of new 6-inch water main and approximately 3,000 feet of new 8-inch water main. The project's work generally consists of the following: pavement removal, earth excavation, parkway landscaping, water main installation, water service connections and installation, storm sewer, concrete curb and gutter, pavement patching, water main abandonment, and all incidental and collateral work necessary to complete the project as shown on the Plans and described herein. 2. Work Site: The improvements will take place in the Brook Forest Subdivision, generally located on Mockingbird Lane and Camelot Drive. 3. Permits, Licenses, Approvals, and Authorizations: Contractor must obtain all required governmental permits, licenses, approvals, and authorizations, except: 0 IEPA Division of Public Water Supplies Construction Permit 4. Commencement Date: 0 10 days after execution of the Contract by Owner. 5. Completion Date: 0 October 9, 2015, plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract -I- ATTACHMENT A 6. Insurance Coveraze: Certificates of Insurance shall be presented to Owner 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 Owner will not approve and execute the Contract until acceptable insurance certificates are received and approved by Owner. Each contractor performing any work pursuant to a contract with Owner and each permittee working under a permit as required pursuant to the provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such 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 under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $25,000, the required limit shall be $1,000,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of$1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by Owner. At the option of Owner, either the insurer shall reduce or eliminate such deductible or self- insured retention as respect to Owner, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain,the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Owner, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities -2- ATTACHMENT A performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Owner, its officers, officials, employees, volunteers, or agents. (2) The Insured's insurance coverage shall be primary insurance as respect to the Owner, its officers, officials, employees, volunteers and agents. Any insurance or self-insurance maintained by the Owner, its officers, officials, employees, volunteers or agents shall be in excess of the Insured'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 Owner, its officers, officials, employees, volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Owner, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Owner. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either parry, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to Owner. Each insurance policy shall name the Owner, its officers, officials and employees, volunteers and agents as Additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Owner 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 Owner and shall be subject to approval by the Village Attorney before work commences. The Owner reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. F. Builders Risk Insurance. This insurance must be written in completed value form, must protect Contractor and Owner against "all risks" of direct physical ATTACHMENT A loss to buildings, structures, equipment, and materials to be used in providing, performing, and completing the Work, including without limitation fire extended coverage, vandalism and malicious mischief, sprinkler leakage, flood, earth movement and collapse, and must be designed for the circumstances that may affect the Work. This insurance must be written with limits not less than the insurable value of the Work at completion. The insurable value must include the aggregate value of Owner-furnished equipment and materials to be constructed or installed by Contractor. This insurance must include coverage while equipment or materials are in warehouses, during installation, during testing, and after the Work is completed, but prior to Final Payment. This insurance must include coverage while Owner is occupying all or any part of the Work prior to Final Payment without the need for the insurance company's consent. ❑x G. Owner's and Contractor's Protective Liability Insurance. Contractor, at its sole cost and expense, must purchase this Insurance in the name of Owner with a combined single limit for bodily injury and property damage of not less than $1,000,000. H. Umbrella Policy. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis so 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 that loss. ❑ I. Deductible. Each policy must have a deductible or self-insured retention of not more than $ 0 J. Owner as Additional Insured. Owner must be named as an Additional Insured on the following policies: General Liability and Automobile Liability Coverage The Additional Insured endorsement must identify Owner as follows: The Village of Oak Brook and its boards, commissions, committees, authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget. -4- ATTACHMENT A 0 K. Other Parties as Additional Insureds. In addition to Owner, the following parties must be named as additional insured on the following policies: Additional Insured Policy or Policies Thomas Engineering Group, LLC General Liability and Automobile Liability Coverage DuPage County General Liability and Automobile Liability Coverage 7. Contract Price: SCHEDULE OF PRICES A. [Deleted] B. UNIT PRICE CONTRACT For providing, performing, and completing all Work, the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed on the attached Schedule of Prices incorporated in the Work by the Unit Price set forth in the attached for such Unit Price Item. C. [Deleted] D. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Bidder, its superintendents, or its office and engineering staff. 8. Progress Payments: A. General. Owner must pay to Contractor 90 percent of the Value of Work, determined in the manner set forth below, installed and complete in place 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 may not exceed 90 percent of the Contract Price. -5- ATTACHMENT A B. Value of Work. The Value of the Work will be determined as follows: (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must, not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner (`Breakdown Schedule"). The sum of the items listed in the Breakdown Schedule must equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. 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 must be revised and resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule. Owner may require that the approved Breakdown Schedule be revised based on developments occurring during the provision and performance of the Work. If Contractor fails to submit a revised Breakdown Schedule that is acceptable to Owner, Owner will have the right either to suspend Progress and Final Payments for Lump Sum Work or to make such Payments based on Owner's determination of the value of the Work completed. (2) Unit Price Items. For all Work to be paid on a unit price basis, the value of such Work will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items 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 will be measured on the basis described in Attachment B to the Contract or, in the absence of such description, on the basis determined by Owner. The number of units of Unit Price Items stated in the Schedule of Prices are Owner's estimate only and may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and complete in place upon Final Acceptance. C. Application of Payments. All Progress and Final Payments made by Owner to Contractor will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre- existing or unrelated debt between Contractor and Owner or between Contractor and any third party. -6- ATTACHMENT A 9. Per Diem Administrative Charge: $ 1,000 per day if the completion dates of October 9, 2015 is not met. 10. Standard Specifications: The Contract includes the following Illinois Department of Transportation standard specifications, each of which are incorporated into the Contract by reference: "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB) ❑x "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS) 0 "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The Contract also includes Owner's Village Code and Building Codes. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. See Attachment D for any special project requirements. -7- VILLAGE OF OAK BROOK 2015 WATER MAIN PROJECT BID FORM THE UNDERSIGNED SUBMITS HEREWITH THIS SCHEDULE OF PRICES FOR THE WORK TO BE PERFORMED UNDER THIS CONTRACT SCHEDULE OF PRICES APPROXIMATE ITEM NUMBER OF PRICE PER NO. DESCRIPTION UNIT UNITS UNIT EXTENSION 1 TEMPORARY FENCE FOOT 1000 �Z56 �a2 `j00 2 TREE REMOVAL(6 TO 15 UNITS DIAMETER) UNIT 20 %S 4,300 3 TREE REMOVAL(OVER 15 UNITS DIAMTER) UNIT 40 600 4 TREE ROOT PRUNING FOOT 300 g -560 , TREE PRUNING(1 TO 10 INCH DIAMETER) EACH 5 6 TREE PRUNING(OVER 10 INCH DIAMETER) EACH 15 p�S 7 EROSION CONTROL BLANKET SQ YD 500 t Svc 8 SUPPLEMENTAL WATERING UNIT 40 7 6 ��jD� 9 PERIMETER EROSION BARRIER FOOT 500 ��2-6 D A 10 INLET FILTERS EACH 47 p?j1, 175 11 PORTLAND CEMENT CONCRETE BASE COURSE 12" SQ YD 20 s rp D *3 a?d D 12 AGGREGATE FOR TEMPORARY ACCESS TON 225 $� /y ®d 13 HOT-MIX ASPHALT SURFACE COURSE,MIX"D",N70 TON 25 $o?a �S Cie 0 14 BITUMINOUS MATERIALS(PRIME COAT) GALLON 20 A �. 15 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT,6" SQ YD 200 S a U a A -0 16 DRIVEWAY PAVEMENT REMOVAL SQ YD 400 ,'2 do/a 17 STRIP REFLECTIVE CRACK CONTROL TREATMENT FOOT 80 18 DUCTILE IRON WATER MAIN 12" FOOT 25 s�so s317,5-0 19 WATER VALVES 6" EACH 4 ddb p doe) 20 WATER VALVES 8" EACH 4 p7 S�U �l d G U 21 FIRE HYDRANTS TO BE REMOVED EACH 11 � J 22 FIRE HYDRANTS WITH AUXILARY VALVE AND VALVE BOX EACH 13 (JG(j ppajo 23 CONTROLLED LOW-STRENGTH MATERIAL(CLSM) CU YD 80 �� D�+� 24 PIPE DRAINS 6" FOOT 30 43b �D 25 PIPE UNDERDRAINS,FABRIC LINED TRENCH 8" FOOT 850 /x7(d 3 000 26 VALVE VAULTS,TYPE A,4'DIAMETER,TYPE 1 FRAME,CLOSED LID EACH 3 I I G C3 �3 3O -1- VILLAGE OF OAK BROOK 2015 WATER MAIN PROJECT BID FORM THE UNDERSIGNED SUBMITS HEREWITH THIS SCHEDULE OF PRICES FOR THE WORK TO BE PERFORMED UNDER THIS CONTRACT SCHEDULE OF PRICES APPROXIMATE ITEM NUMBER OF PRICE PER NO. DESCRIPTION UNIT UNITS UNIT EXTENSION 27 VALVE VAULTS,TYPE A,5'DIAMETER,TYPE 1 FRAME,CLOSED LID EACH 5 _570 e) 28 MANHOLES TO BE ADJUSTED EACH 1 29 FILLING VALVE VAULTS EACH 4 30 NON-SPECIAL WASTE DISPOSAL CU YD 100 ��j W,560 31 SPECIAL WASTE PLANS AND REPORTS L SUM 1 32 SOIL DISPOSAL ANALYSIS EACH 2 �^o � 33 THERMOPLASTIC PAVEMENT MARKING-LINE 24" FOOT 45 rF �pl 34 PVC C-900 WATER MAIN,6" FOOT 1300 J00 -774 35 PVC C-900 WATER MAIN,8" FOOT 2850 ��5 01.5 6 4a 36 PVC C-900 INTERNAL JOINT RESTRAINT WATER MAIN,8" FOOT 150 37 TEMPORARY HYDRANT EACH 1 JQ� aD �� $4D 38 NON-PRESSURE WATER MAIN CONNECTION"A" LSUM 1 16 60i) �r� 60b 39 NON-PRESSURE WATER MAIN CONNECTION"B" LSUM 1 COD �I U d o b 40 NON-PRESSURE WATER MAIN CONNECTION"C" LSUM 1 41 NON-PRESSURE WATER MAIN CONNECTION"D" LSUM 1 42 NON-PRESSURE WATER MAIN CONNECTION"E" LSUM 1 d 460 JO i t9D 43 TRACER WIRE IN CONDUIT FOOT 4800 44 TRACER WIRE ACCESS BOX EACH 13o �j O 45 WATER SERVICE,NEAR SIDE,11/2" EACH 24 � 46 WATER SERVICE,NEAR SIDE,11/2"(5-FOOT BEYOND BACK-OF-CURB) EACH 5 :2 ^} /_00 U(} 47 WATER SERVICE,FAR SIDE,11/2" EACH 15 of 6 00 � 66(} 48 WATER SERVICE,FAR SIDE,11/2"(5-FOOT BEYOND BACK-OF-CURB) EACH 4 �� 5-00 feu 0 49 WATER SERVICE,FAR SIDE,11/2"(25-FOOT BEYOND RIGHT-OF-WAY) EACH 1 ^U 750 50 WATER SERVICE,NEAR SIDE,(SPECIAL) EACH 1 9�2 51 WATER SERVICE,FAR SIDE,(SPECIAL) EACH 1 R�2 (lV �2 806 52 COMPRESSION COUPLING AND EXTENSION OF WATER SERVICE EACH 2 5 �s�Q -2- VILLAGE OF OAK BROOK 2015 WATER MAIN PROJECT BID FORM THE UNDERSIGNED SUBMITS HEREWITH THIS SCHEDULE OF PRICES FOR THE WORKTO BE PERFORMED UNDER THIS CONTRACT SCHEDULE OF PRICES APPROXIMATE ITEM NUMBER OF PRICE PER NO. DESCRIPTION UNIT UNITS UNIT EXTENSION REMOVE AND REPLACE COMBINATION CONCRETE CURB AND GUTTER, 53 TYPE M-6.12 FOOT 400 1•� 1 UOd REMOVE AND REPLACE COMBINATION CONCRETE CURB AND GUTTER, 54 TYPE B-6.12 FOOT 30 o �0 55 STORM SEWER(SPECIAL)6" FOOT 35 d �Z 56 STORM SEWER(SPECIAL)8" FOOT 180 7 UZ) / 57 REMOVE AND REPLACE WITH STORM SEWER(SPECIAL)12" FOOT 400 u� 5- 58 REMOVE AND REPLACE WITH STORM SEWER(SPECIAL)21" FOOT 48 N"56 U 59 SANITARY SERVICE REPAIR FOOT 300 Q/}� 60 SUMP LINE REPAIR EACH 5 So 61 REMOVE AND REPLACE PEDESTRIAN PATH SQYD 30 62 REMOVE AND REPLACE BRICK PAVER DRIVEWAY SQYD 110 656 63 TEMPORARY PAVEMENT,1.5" SQYD 3600 $ 0% 64 STREET SWEEPING HOUR 350 ]�d 65 WATER VALVE BOXES TO BE ABANDONED EACH 66 FIRE HYDRANTS TO BE REMOVED AND SALVAGED EACH 1 67 TRENCH BACKFILL,SPECIAL CU YD 4150 0, 75-6 68 EXPLORATION TRENCH,SPECIAL FOOT 120 ' ao 69 SODDING,SPECIAL SQYD 7000 „ !)( *7a sl J.. 00 70 PAVEMENT REMOVAL(SPECIAL) SQYD 3300 71 ABANDON EXISTING WATER MAIN,FILL WITH CLSM FOOT 100 U(J 4 ; 72 MANHOLE,SPECIAL EACH 1 S,000 UV D 73 INLETS,TYPE A,WITH SPECIAL FRAME AND GRATE EACH 15 > 74 INLETS,TYPE B,WITH SPECIAL FRAME AND GRATE EACH 4 75 VALVE VAULTS TO BE REMOVED EACH 1 SCE 4, O 76 TRAFFIC CONTROL AND PROTECTION,(SPECIAL),MIDWEST ROAD L SUM 1 3 UQU {�C)t� TRAFFIC CONTROL AND PROTECTION,(SPECIAL),BROOK FOREST 77 SUBDIVISION I L SUM 1 U UU C1 Sd tlU O 78 HOT-MIX ASPHALT DRIVEWAY PAVEMENT,4" SQYD 200 �� Un d -3- VILLAGE OF OAK BROOK 2015 WATER MAIN PROJECT BID FORM THE UNDERSIGNED SUBMITS HEREWITH THIS SCHEDULE OF PRICES FOR THE WORKTO BE PERFORMED UNDER THIS CONTRACT SCHEDULE OF PRICES APPROXIMATE ITEM NUMBER OF PRICE PER NO. DESCRIPTION UNIT UNITS UNIT EXTENSION 79 CONSTRUCTION LAYOUT L SUM 1 �u b D 0 o 80 DRAINAGE STRUCTURE TO BE REMOVED EACH 3 S(� jSC� 81 DUST CONTROL WATERING UNIT 150 �1 Sav STEEL CASING 18" FOOT 55 82 /rs s E83 STEEL CASING PIPE,BORED,18" FOOT 70 �� $17,j 00 TOTAL CONTRACT PRICE(write in numbers only): -4- VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT ATTACHMENT B SPECIFICATIONS -1- ATTACHMENT B TABLE OF CONTENTS Tableof Contents....................................................................................... 02 Plans and Specifications................................................................................05 ADDITIONAL SPECIAL PROVISIONS Definition of Terms....................... .............................................................07 Advertisement, Bidding, Award, and Contract Execution........................................ 07 Clarification of Contract Documents................................................................... 08 Description and Location of the Work.................................................................08 ContractTime.......................................................................................................08 Pre-Construction Meeting............................................ ................................ 08 Utility Coordination..................................................................................... 09 WorkingHours..........................................................................................09 Schedule.................................................................................................. 09 Extra Engineering Services................................................................................. 09 Change in Scope of Work................................................................................... 10 Authority of Engineer................................................................................... 10 Coordination of the Contract Documents............................................................ 10 Construction Water Restriction and Use of Fire Hydrants.........................................11 Public Convenience and Safety...........................................................................11 Certification of Materials.............................................................................. 12 Controlof Work......................................................................................... 12 Maintenance of Roadways................................................................................... 12 Mailboxes............................................................................................................. 12 Subsurface Exploration Data...............................................................................13 Site Investigation and Conditions Affecting Work.................................................. 13 Noise.....................................................................................................................14 Use of Heavy Equipment, Tools;Restrictions........................................................ 14 PavementCores....................................................................................................15 Construction Noise Restriction............................................................................ 15 Section 107—Maintenance and Protection of Manhole Lids and Valve Covers............... 15 Section 107—Protection of Existing Drainage Facilities During Construction.................15 Article 107.20—Protection and Restoration of Property.......................................... 16 Article 107.30 —Protection of Concrete..............................................................17 Article 108.01 — Subletting of Contract.............................................................. 17 Article 108.02R—Progress Schedule..................................................................17 Article 108.06 —Labor, Methods, and Equipment.................................................. 18 Article 202.03 — Construction Debris.................................................................18 9-6 Partial Payments and Retainage...................................................................18 9-9 Acceptance and Final Payment....................................................................21 Quality Control/Quality Assurance of Concrete Mixtures...........................................21 41-2.10#01 Thrust Blocking...........................................................................21 Section 602—Catch Basin, Manhole, Inlet, Drainage Structures, and Valve Vault Construction, Adjustment, and Reconstruction............................................ 21 -2- ATTACHMENT B Bracing and Sheeting/Dewatering.................................................................... 22 20101000—Temporary Fence............................................................................22 20101200—Tree Root Pruning..........................................................................22 25200200— Supplemental Watering...................................................................23 40201000 —Aggregate for Temporary Access........................................................23 42300200—Portland Cement Concrete Driveway Pavement, 6"................................... 24 44000200—Driveway Pavement Removal.............................................................24 56103300—Ductile Iron Water Main 12"...............................................................25 56104900/56105000/56105200 —Water Valves 6"/8".............................................. 26 56400500 —Fire Hydrants to be Removed............................................................. 26 56400820—Fire Hydrants with Auxiliary Valve and Valve Box.................................27 60109520—Pipe Underdrains, Fabric Lined Trench, 8"............................................ 28 60500405 —Filling Valve Vault........................................................................28 Professional Engineer's Certification for all Soil and Clean Construction and Demolition Debris (CCDD)................................................................................. 29 PVC C-900 Water Main 6"/8"......................................................................... 30 PVC C-900 Internal Joint Restraint Water Main, 8"..................................................32 Pressure Testing and Chlorination of Water Mains................................................. 34 Connection to Existing Mains......................................................................... 35 Tracer Cable and Conduit............................................................................... 36 WaterServices............................................................................................37 Corporation Stops for Chlorination and Testing.......................................................39 Compression Coupling and Extension of Water Service............................................39 Remove and Replace Combination Concrete Curb and Gutter, Type M-6.12/136.12......... 40 Storm Sewer (Special) 6"/8"............................................................................ 41 Remove and Replace with Storm Sewer (Special) 12"/21"..........................................42 Sanitary Service Repair..................................................................................43 SumpLine Repair.........................................................................................43 Remove and Replace Pedestrian Path, 4"............................................................. 44 Remove and Replace Brick Paver Driveway.........................................................44 Temporary Pavement, 1.5".............................................................................45 X0323677— Street Sweeping..........................................................................45 X0324636 —Water Valve Boxes to be Abandoned................................................. 46 X0327024 —Fire Hydrants to be Removed and Salvaged......................................... 46 X2080250 —Trench Backfill, Special................................................................ 47 X2130010—Exploration Trench, Special............................................................48 X2520700— Sodding, Special...........................................................................49 X4404400—Pavement Removal (Special).......................................................... 50 X5610651 —Abandon Existing Water Main, Fill with CLSM.................................... 50 X6020084—Manhole, Special....................................................................................50 X6023508 —Inlets, Type A, With Special Frame and Grate...................................... 51 X6024502 —Inlets, Type B, With Special Frame and Grate...................................... 51 X6026622 —Valve Vaults to be Removed...........................................................51 X7010216 —Traffic Control and Protection, (Special).............................................52 Z0004518 —Hot-Mix Asphalt Driveway Pavement, 4"............................................57 Z0013798 —Construction Layout.......................................................................57 ATTACHMENT B Z0018700—Drainage Structure to be Removed......................................................58 Z0019600—Dust Control Watering....................................................................58 Z0067600— Steel Casings 18"......................................................................... 59 Steel Casing Pipe, Bored, 18"......................................................................... 60 Public Works Construction Standards— Subdivision Water Main Construction...............62 DuPage County Division of Transportation—Trench Backfill and Pavement Restoration Specifications/Requirements Within DuPage County Highway Rights-of- Way............................................................................................... 69 -4- ATTACHMENT B VILLAGE OF OAK BROOK 2015 WATER MAIN PROJECT PLANS AND SPECIFICATIONS The following plans are attached to this Bid Package and are included as a part of the contract documents for this work: DRAWING NO. TITLE 1 thru 33 2015 WATER MAIN PROJECT The following Specifications, together with the Special Provisions, shall govern of the proposed improvement and will be made part of the Contract. If a conflict exists between the contract documents, the hierarchy of contract documents found in Article 105.05 of the Standard Specifications for Road and Bridge Construction will apply. A. "Standard Specifications for Water and Sewer Main Construction in Illinois", latest edition. B. "Standard Specification for Road and Bridge Construction (SSRBC)", adopted January 1, 2012, published by the Illinois Department of Transportation (IDOT). C. "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2015, published by IDOT. D. "Bureau of Local Roads and Streets, Special Provisions and Specifications", published by IDOT. E. "Bureau of Design and Environment, Special Provisions", adopted subsequent to issuance of Supplemental Specifications and Recurring Special Provisions. F. "Manual on Uniform Traffic Control Devices for Streets and Highways", 2009 edition, adopted by IDOT. G. "Illinois Supplement to the National Manual on Uniform Traffic Control Devices", 2009 edition, published by IDOT. H. Village of Oak Brook "Public Works Construction Standards", latest edition. I. "Manual of Test Procedures for Materials", adopted June 1, 2012, published by IDOT. J. American Water Works Association (AWWA) Standards, latest edition. K. Environmental Regulations for the State of Illinois; Title 35 of the Illinois Administrative Code. L. American Association of the State Highway and Transportation Officials (AASHTO), latest standards. -5- ATTACHMENT B Before submitting the proposal, bidders should read all the above mentioned documents along with the Special Provisions and familiarize themselves with all requirements of same. Before submitting proposals, bidders should visit the site of the proposed work, verify all site conditions and also conditions under which said work must be conducted. Submission of a Proposal implies that the bidder is fully conversant with all requirements of the Standard Specifications, Special Provisions, Standard Drawings, and site conditions. No claim for additional compensation will be considered or paid because of the Contractor's negligence or failure to be so informed. -6- ATTACHMENT B VILLAGE OF OAK BROOK STATE OF ILLINOIS SPECIAL PROVISIONS FOR 2015 WATER MAIN PROJECT The following Special Provisions supplement the "Standard Specifications for Water and Sewer Construction in Illinois," (hereinafter referred to as the Standard Specifications); the "Standard Specifications for Road and Bridge Construction" (hereinafter referred to as the IDOT Standard Specifications) adopted January 1St, 2012; the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids. In case of conflict with any part or parts of said Specifications, the said Special Provisions shall take precedence and shall govern; all of which apply to and govern the construction of. 2015 WATER MAIN PROJECT for the Village of Oak Brook, Illinois. These special provisions included herein apply to and govern the proposed improvement designated as 2015 WATER MAIN PROJECT and in case of conflict with any part or parts of said specifications; said special provisions shall take precedent and shall govern. DEFINITION OF TERMS In addition to the definitions included in Section 101 of the IDOT Standard Specifications, the following shall apply: Engineer— shall be the Village of Oak Brook or as designated and employed by the Owner. Owner— shall be the Village of Oak Brook. Inspector— shall be the Village of Oak Brook or as designated and employed by the Owner. Municipality—shall be the Owner. Village—shall be the Village of Oak Brook. Department— shall be the Village of Oak Brook ADVERTISEMENT, BIDDING, AWARD, AND CONTRACT EXECUTION Add the following to Section 102 of the IDOT Standard Specifications and to Section A and Section C of the Contract: Prequalification of Bidders. An IDOT "Certificate of Eligibility" is not required. The Contractor shall provide a list of references from completed water main projects of similar scope. -7- ATTACHMENT B CLARIFICATION OF CONTRACT DOCUMENTS Requests for interpretations of the Bid Documents shall be made in writing, addressed to the Village, and shall be received at least five (5) days prior to the big opening. All interpretations and supplemental instructions will be in the form of written addenda to the Bid Documents. A copy of such addendum will be mailed to all BIDDERS known to the VILLAGE. BIDDERS will provide written acknowledgment of receipt of each addendum issued with the bid submission. Failure to acknowledge receipt of the addenda may be cause for rejection for the BID. The information shall also be placed on file and be made available to the public per the Freedom of Information Act. Oral explanations will not be made. No addenda shall be issued later than three (3) working days prior to bid opening date. DESCRIPTION AND LOCATION OF THE WORK The work as shown on the Plans and as specified herein includes the installation of new water main in the Brook Forest Subdivision, generally located on Mockingbird Lane and Camelot Drive. The length of the 6-inch and 8-inch water main installation in Brook Forest subdivision is approximately 4,400 feet. The project's work generally consists of the following: pavement removal, earth excavation, parkway landscaping, water main installation, water service connections and installation, storm sewer, concrete curb and gutter, pavement patching, water main abandonment, and all incidental and collateral work necessary to complete the project as shown on the Plans and described herein. The work as shown on the Plans and as specified herein contain quantities for bid items listed in a bid schedule on a unit price basis. The total quantities and unit prices for the bid will be used in determining the lowest responsible bidder. CONTRACT TIME For this contract, all work including punch list items shall be completed by October 9, 2015. Should the Contractor fail 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. PRE-CONSTRUCTION MEETING The Village will hold a pre-construction meeting, which shall be attended by the successful Bidder, and all other appropriate agencies, utilities, etc. The meeting will be held at a time agreed to by the Village and the successful Bidder. The successful Bidder shall present executed contracts with bonds and insurance prior to or at this -8- ATTACHMENT B meeting. Also, the successful Bidder shall provide the names and phone numbers of responsible employees to be contacted off-hours for emergencies, and an estimated construction schedule for the entire project. UTILITY COORDINATION The successful Bidder is responsible to contact all utilities for locations prior to the start of work (J.U.L.I.E.) at (800) 892-0123. Note: ALL utility locations shown on the Plans are APPROXIMATE ONLY: the successful Bidder is to use care when working around utilities so as not to damage them. The successful Bidder is responsible for any utilities damaged. The successful Bidder shall work with the agencies to organize and complete the work as expeditiously as possible. WORKING HOURS Unless otherwise identified in the balance of Section D and the project drawings, construction operations shall be limited to the following period: Monday thru Friday..........................7:00 a.m. to 6:00 p.m. Saturday and Sunday..................8:00 a.m. to 5:00 p.m. No work shall be performed on Holidays. Time regulations shall not apply to traffic control devices such as barricades, signs, and lighting. Additional time and day restrictions may be applicable per DuPage County Division of Transportation permit requirements when working in or accessing Midwest Road rights-of- ways under their jurisdiction. SCHEDULE The successful Bidder shall provide a schedule, with adequate detail, to show how progress is anticipated to meet the completion dates shown in the contract. Work shall not commence on the project until a schedule is approved by the Village. EXTRA ENGINEERING SERVICES Extra Engineering is defined as all additional engineering services required as a result of the Contractor either not completing the improvements by the date specified in the contract documents or requiring excessive overtime to complete the improvements within the time specified. Extra Engineering shall include all costs necessary for the proper administration of the Project which would not have been incurred if the Work had been completed within the time allowed in the Contract (including any Village extension of the completion date) and will be billed using the Engineer's standard hourly rates. The costs of all extra engineering services as defined above may be deducted from payments due to the Contractor if deemed necessary by the Village. If the amounts due to the Contractor -9- ATTACHMENT B are insufficient to cover the costs of such extra engineering services, the Contractor shall reimburse the Village in the amount necessary to cover these costs. CHANGE IN SCOPE OF WORK The Village reserves the right to decrease the contract quantities in order to meet budgetary constraints. No compensation will be allowed to the Contractor for decrease in quantities and anticipated profits. AUTHORITY OF ENGINEER The authority of the Engineer as defined in Article 105.01 of the IDOT Standard Specifications shall be re-defined as follows: "All work shall be done under the observation of the Engineer and shall be done in accordance with requirements of the Contract. The Engineer shall decide all questions which arise as to the interpretation of the Plans and Specifications and as to disputes and mutual rights between Contractors under the Specifications. The Engineer shall advise the Owner as to the quality and acceptability of materials furnished and work performed, rate of progress of the work, an acceptable fulfillment of the Contract. The Engineer will determine the amount of materials furnished and work performed. The Engineer's advice and determinations shall be conditions precedent to the right of the Contractor to receive money due the Contactor under the Contract." "The Engineer will notify the Contractor in writing if the work is to be suspended by the Owner wholly or in part due to the failure of the Contractor to carry out provisions of the contract, for failure to cant' out orders, for such periods due to unsuitable weather, for conditions considered unsuitable for the prosecution of the work, or for any other condition or reason deemed to be in the public interest." "In case of failure on the part of the Contractor to execute work as directed by the Engineer, the Owner may, at the expiration of a period of 48 hours after giving notice in writing to the Contractor, proceed to execute such work as may be deemed necessary, and the cost thereof shall be deducted from compensation due or which may become due to the Contractor under the contract." The Engineer shall not assume any of the responsibilities of the Contractor's superintendent or of the Subcontractors, shall not expedite the work for the Contractor, and shall not advise on, or issue directions concerning aspects of construction means, methods, techniques, sequences or procedures, or safety precautions in connection with the work. COORDINATION OF THE CONTRACT DOCUMENTS In addition to the requirements of Article 105.05 of the IDOT Standard Specifications, the Contractor will be required to fully acquaint himself, his staff, his sub-contractors and any and all representatives of his organization and his suppliers with the specific requirements of this -10- ATTACHMENT B project as described by the plans, the various specifications as referenced herein, the special provisions and the standard drawings prior to the execution of any work. Any questions or the need for further clarification or supplemental data required by the Contractor shall be addressed to the Engineer before the work is started, preferably at the pre- construction conference. Depending on the nature of such questions or clarification required, it shall be the discretion of the Contractor or the Engineer to establish such issues in writing. Claims of ignorance regarding the requirements of the plans, specifications, special provisions and standard drawings will be disallowed and will in no way relieve the Contractor of his responsibility to construct the work in accordance with the provisions cited herein. All work which does not conform to the requirements of the contract will be considered unacceptable and subject to the provisions of Article 150.13 of the IDOT Standard Specifications. CONSTRUCTION WATER RESTRICTION AND USE OF FIRE HYDRANTS In addition to the requirements of Article 107.18 of the IDOT Standard Specifications construction water must be obtained from a tank truck and not from municipal fire hydrants. Arrangements for filling a tank truck shall be made with the Village of Oak Brook Public Works Department, 3003 Jorie Blvd., Oak Brook, Illinois. Alternatively at the approval of the Village of Oak Brook, the Contractor my rent a fire hydrant meter for use on existing hydrants to obtain water at regular Village rates, provided: (1) The Contractor shall procure such water in the location and in the manner designated by the Village of Oak Brook, (2) The Contractor at his own expense shall make authorized connections and provide means for delivering the water to the work site, and (3) The Contractor shall provide adequately against waste and needless use of water. PUBLIC CONVENIENCE AND SAFETY In addition to the requirements of Article 107.09 of the "Standard Specifications for Road and Bridge Construction", the Contractor shall maintain 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 as incidental to the contract, and no additional compensation will be allowed. Unless otherwise approved by the Village, 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. During all construction operations, the Contractor will be required to provide, erect and maintain proper signage and barricades plus provide flagmen as necessary for safe traffic control. All provisions relating to traffic control, signage, barricades and the use of flagmen shall be -11- ATTACHMENT B subject to the approval and the direction of the Engineer. The Contractor will not be allowed to close any street to through travel without the prior approval of the Engineer. The Contractor will be required to provide all warning signs, barricades, traffic cones, flagmen and other appurtenances as the Engineer deems necessary to guarantee the safety of motorists and pedestrians during construction. This work will not be paid for separately but shall be considered as incidental to the Contract and no extra compensation will be allowed. CERTIFICATION OF MATERIALS The Village shall be furnished with a list of sources of materials before material is shipped so materials can be inspected before shipping, if desired. All materials shall be subject to inspection at the source and at the job site. The Village may reject any materials at either location. All materials incorporated in this project shall be new materials from the approved Village Material list unless specifically called-out otherwise in the Contract Documents Special Provisions for this project and approved by the Engineer in charge of this project. Use of existing material or recycled materials shall not be permitted without the written consent of the Village. The successful Bidder shall furnish the Village with the manufacturer's certificates for all materials supplied to the project except those Specifications exempted by the Village. CONTROL OF WORK For field engineering, construction layout, and control of work, the successful Bidder is responsible for all necessary surveying and staking. This work will be paid for separately per the pay item listed in the Bid Form. MAINTENANCE OF ROADWAYS Beginning on the date that work begins on this project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the 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 Contractor as required by the Engineer. MAILBOXES Adjacent to the construction operations (not limited to grinding, paving, driveway work, curb and gutter removal and replacement) and off the back of curb are decorative mailbox structures. It shall be the Contractor's responsibility to protect these decorative mailboxes while performing work adjacent to them. The cost to protect these mailboxes shall be included in the overall cost of the 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 Contractor to the satisfaction of the Engineer and at no additional cost to the Village or Resident. -12- ATTACHMENT B SUBSURFACE EXPLORATION DATA Limited investigation of subsurface conditions at the proposed site of Work has been made for the purpose of design. The Village of Oak Brook, SEECO, and Thomas Engineering Group, LLC. assume no responsibility whatsoever with respect to the sufficiency or accuracy of these preliminary investigations, nor their interpretation. 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 that unforeseen developments may occur. SITE INVESTIGATION AND CONDITIONS AFFECTING WORK The Bidder acknowledges that, prior to submission of its bid, he has taken steps necessary to ascertain the nature and location of the Work, and that he has investigated, confirmed, verified as correct and satisfied himself as to the general and local conditions which can affect the Work or his 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 transportation, 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 specifications 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 utilities and infrastructure. The Bidder also acknowledges that he has verified as correct, confirmed and satisfied himself as to the character, quality and quantity of surface and subsurface materials, obstacles or conditions to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done, if any, as well as from the drawings, plans and specifications made a part of the bidding documents. The Bidder further acknowledges that he has reviewed, investigated, confirmed, verified as correct and satisfied himself as to the geotechnical report. Any failure of the Bidder to take the actions described and acknowledged in this paragraph will not relieve the Bidder from responsibility for estimating properly the difficulty and cost of successfully performing the Work, or for proceeding to successfully perform the Work without additional expense to the Owner. Thomas Engineering Group, LLC. and Owner assume no responsibility for any conclusions or interpretations made by the Bidder based on information made available by Thomas Engineering Group, LLC. or the Owner of the project. Nor do the Owner or Thomas Engineering Group, LLC. assume responsibility for any understanding reached or representation made concerning conditions which can affect the Work by any of his officers or agents before the acceptance of the bid offer and execution of the contract, unless that understanding or representation is expressly stated in this contract. -13- ATTACHMENT B NOISE A. It shall be unlawful 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 electrical device or wind instrument or noise-making device of any character whatsoever, for the purpose of advertising 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 of an offense against the Village. (Ord. G-577, 10-22-1996) USE OF HEAVY EQUIPMENT, TOOLS; RESTRICTIONS Except as provided in balance 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 (8:00) 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 not include garbage trucks, which are governed by separate agreement within the Village. A. Other Tools: Tools other than heavy equipment may be used at any time within a fully enclosed structure; any use of such tools outside a fully enclosed structure 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 the balance 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 the public. The Board of Trustees may attach to any such waiver all conditions it deems necessary to protect the public health, safety or welfare. -14- ATTACHMENT B D. Waiver: The limitations stated in this Section may be waived by the Village Manger in areas of the Village zoned for nonresidential uses pursuant to the Village zoning ordinance; provided, however, that no such waiver shall be granted unless the Village Manager finds that: 1. The party seeking the waiver will suffer a unique or unusual hardship unless the waiver is granted; and 2. 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. PAVEMENT CORES The Village of Oak Brook performed pavement cores throughout the project limits. A copy of the geotechnical testing report has been included in Attachment E. CONSTRUCTION NOISE RESTRICTION All engines and engine driven equipment used for construction or for hauling shall be equipped with an adequate muffler in constant operation and properly maintained to prevent excessive noise. SECTION 107 — MAINTENANCE AND PROTECTION OF MANHOLE LIDS AND VALVE COVERS Care should be taken during the paving operations to protect manholes located within the construction limits. It is the responsibility of the CONTRACTOR to inspect all existing manhole lids and valve covers, together with the ENGINEER, prior to starting construction and a record kept of their condition. All debris which accumulates on new and existing lids and covers and in their pick holes during the time the contract is in force shall be removed and disposed of by the CONTRACTOR at his own expense. SECTION 107 — PROTECTION OF EXISTING DRAINAGE FACILITIES DURING CONSTRUCTION All existing drainage structures are to be kept free of all debris resulting from construction operations. All work and material necessary to prevent accumulation of debris in the drainage structures will be considered included in the cost of the contract. Any debris in the drainage structures resulting from construction operations shall be removed at the CONTRACTOR'S own expense, and no extra compensation will be allowed. Should reconstruction or adjustment of a drainage structure be required by the ENGINEER in the field, the necessary work and payment shall be done in accordance with Section 602 and Article 104.02 respectively of the Standard Specifications. -15- ATTACHMENT B During construction if the CONTRACTOR encounters or otherwise becomes aware of any sewers, underdrains or field drains within the right-of-way other than those shown on the Plans, he shall so inform the ENGINEER who shall direct the work necessary to maintain or replace the facilities in service and to protect them from damage during construction if maintained. Existing facilities to be maintained that are damaged because of noncompliance with this provision shall be replaced at the CONTRACTOR'S own expense. Should the ENGINEER have directed the replacement of a facility, the necessary work and payment shall be done in accordance with Sections 550 and 601 and Article 104.02, respectively, of the Standard Specifications. ARTICLE 107.20—PROTECTION AND RESTORATION OF PROPERTY In addition to the requirements of Article 107.20 of the IDOT Standard Specifications, the existing drainage facilities shall remain in use during the period of construction, unless otherwise noted in the Contract Plans. Locations of existing drainage structures and sewers, as shown on the Contract plans, are approximate. Prior to commencing work, the Contractor, at his own expense shall determine the exact location of existing structures and culverts which are within the proposed construction site. All drainage structures are to be kept free from any debris resulting from construction operations. All work and material necessary to prevent accumulation of debris in the drainage structures will be considered as incidental to the Contract. Any accumulation of debris in the drainage structures resulting from construction operations shall be removed at the Contractor's own expense, and no extra compensation will be allowed. Unless reconstruction or adjustment of an existing manhole, catch basin, or inlet is called for in the contract plans or ordered by the Engineer, the proposed work shall meet the existing elevations of these structures. Should reconstruction or adjustment of a drainage structure be required by the Engineer in the field, the necessary work and payment shall be done in accordance with Section 602 and 605 and Article 104.20 respectively of the IDOT Standard Specifications, unless otherwise noted in the plans or Special Provisions. The Contractor shall take all necessary precautions when working near or above existing sewers in order to protect these pipes during construction from any damage resulting from his operations. Existing sewers damaged because of noncompliance with the provision shall be replaced as directed by the Engineer, in accordance with Section 550 of the IDOT Standard Specifications and at the Contractor's own expense, and no extra compensation will be allowed. The Contractor is responsible for maintaining adequate drainage patterns and methods during the construction work. During construction, if the Contractor encounters or otherwise becomes aware of any sewers, underdrains, or field drains within the right of way other than those shown on the plans, he -16- ATTACHMENT B shall so inform the Engineer who shall direct the work necessary to maintain or replace the facilities in service and protect them from damage during construction if maintained. Existing facilities to be maintained that are damaged because of noncompliance with this provision shall be replaced at the Contractor's own expense. Should the Engineer have directed the replacement of the facility, the necessary work and payment shall be done in accordance with Section 550 or 601 and Article 104.02 respectively of the IDOT Standard Specifications. ARTICLE 107.30 —PROTECTION OF CONCRETE Special attention is called to Article 107.30 of the Standard Specifications. Any defaced work and any concrete not acceptable to the ENGINEER shall be replaced by the CONTRACTOR at his sole expense prior to final payment. It is the CONTRACTOR's responsibility to guard and protect newly installed concrete against any foreign markings, initials, writings, footprints, handprints, and all other graffiti and imperfections that may occur as a result of vandalism or innocent pranks. The CONTRACTOR shall remove all concrete damaged in this manner and replace same, all at his expense and no cost to the Village. It is suggested that the CONTRACTOR either place the concrete in the morning prior to noon or provide security to protect his work. In addition, any adjacent sidewalk damaged by the CONTRACTOR during the removal or replacement operations shall be removed and replaced by the CONTRACTOR at no cost to the Village. ARTICLE 108.01 —SUBLETTING OF CONTRACT In addition to the requirements of Article 108.01 of the IDOT Standard Specifications within fifteen (15) days after the Notice of Award of contract, the Contractor shall submit for approval to the Engineer a list of all the sub-contractors that are to be performing or constructing any type of work in this contract. The list shall include the sub-contractor's name and address, and the type and amount of work to be performed by the sub-contractor. ARTICLE 108.02R—PROGRESS SCHEDULE The provisions of Article 108.02 of the IDOT Standard Specification should be modified to read as follows: "The Contractor shall submit a Progress Schedule to the Engineer for approval not more than 15 working days after the Notice of Award of the Contract. This schedule will show the order in which the Contractor proposes to carry on the work, the dates on which he will start controlling items, and the contemplated dates for completing controlling items. The Contractor's submission may be a critical path flow chart, bar graphs, or other appropriate devise of the Contractor's choice, and shall clearly indicate the various types of work to be in progress at any point through the term of the Contract. The Progress Schedule shall be consistent with the Staging Notes in the Plans. The Progress Schedule shall show that each of the stages of the Contract will -17- ATTACHMENT B be substantially completed within the time provided in the Contract Documents. The Contractor will be required to include a statement regarding the number of days per week and the number of hours per day which he plans to work. In addition, the Contractor should be aware of the following requirements: 1. The Contractor's superintendent will be required to attend semiweekly progress meetings, if requested, with the Engineer and Owner. 2. The Contractor shall note that school bus traffic must be accommodated if work is in progress while school is in session. Local traffic, postal delivery, garbage pick-up, and Emergency Vehicle traffic must be provided access at all times, as described herein and on the staging and traffic control plans. ARTICLE 108.06—LABOR, METHODS, AND EQUIPMENT The provisions of Article 108.06 of the IDOT Standard Specifications shall apply except that the Owner, not the Engineer, shall have the authority to suspend the work due to the Contractor's failure to remove persons, who in the opinion of the Engineer, do not perform the work in a proper manner or are intemperate or disorderly; or due to the Contractor's failure to furnish suitable and sufficient personnel for the proper prosecution of the work. ARTICLE 202.03 —CONSTRUCTION DEBRIS Effective October 18, 1999 Add the following to the third paragraph of Article 202.03 of the IDOT Standard Specifications: "The CONTRACTOR shall not conduct any generation, transportation, or recycling of construction or demolition debris, clean, general or uncontaminated soil generated during construction, remodeling, repair, and demolition of utilities, structures, and roads that is not commingled with any waste, without the maintenance of documentation identifying the hauler, generator, place of origin of the debris or soil, the weight or volume of the debris or soil, and the location, owner, and operator of the facility where the debris or soil was transferred, disposed, recycled or treated." 9-6 PARTIAL PAYMENTS AND RETAINAGE The provisions of Section 9-6 of the Standard Specifications shall be modified so that at least once a month, the Contractor will be responsible for formulating and submitting an approximate estimate and invoice, in writing, to the Engineer and Owner of materials in place complete, the amount of WORK performed, and the value thereof, at the CONTRACT unit price. This invoice will be reviewed by the Engineer and revised, if necessary. The Engineer will then forward the partial payment invoice or revised partial payment invoice to the President and Board of Trustees of the Village of Oak Brook for approval of a partial -18- ATTACHMENT B payment. Retainage shall be determined by the Village. Partial payments will not be made until satisfactory waivers of lien are received by the Village of Oak Brook and approved. The attached waiver forms at the end of Section C must be used. The following procedure shall be used: 1. 1 st Payment - Waiver from the General Contractor is required. Waivers from subcontractors and material suppliers are not required. 2. 2nd Payment - Waiver from the General Contractor is required. Waivers from subcontractors and material suppliers are required in the amounts listed within the General Contractor's "Contractor's Affidavit" from Payment No. 1. 3. 3rd & Subsequent Payments - Same as 42 with amounts as listed within the previous "Contractor's Affidavit" table. 4. Final Payment - All final waivers must be complete. The General must be for the total final amount. The subcontractors and material suppliers must be for their total final amounts. A waiver package submitted for payment concerning Village of Oak Brook projects shall utilize waiver forms supplied by the Village and shall meet the following requirements: A. General Contractor 1. Upper part of the Waiver Form must: a) Describe the work or material furnished b) State the name of the project c) Recite the full consideration for amount received ($1.00 waivers are not acceptable) d) Be properly executed by the person furnishing the waiver and be currently dated 2. Lower part of the Waiver Form (Contractor's Affidavit) must: a) State the name of the person executing it b) State the person's position in the company c) State the company's name d) Describe the work or material furnished e) State the name of the project f) State the total amount of the project including extras g) State the amount received to date -19- ATTACHMENT B h) List in the table the names of all subcontractors and/or material suppliers, their work or material furnished, their contract amount; amount previously paid to them, the amount being paid to them with this payout, and any balance due after this payout. The General would also list itself. i) Be properly executed by the person furnishing the Affidavit and be currently dated j) Be notarized and sealed B. Subcontractors and/or Material Suppliers A Waiver and Affidavit must be submitted for every subcontractor and material supplier listed on the General Contractor's Affidavit starting with Payout No. 2. 1. Upper part of the Waiver Form must: a) Identify the company with whom the contract was made to furnish work or material b) Describe the work or material furnished c) State the name of the project d) Recite the full consideration for amount received from the previous payout to the General Contractor($1.00 waivers are not acceptable) e) Be properly executed by the person furnishing the waiver and be currently dated 2. Lower part of the Waiver Form (Contractor's Affidavit) must: a) State the name of the person executing it b) State the person's position in the company c) State the company's name d) Describe the work or material furnished e) State the name of the project f) State the total amount of the project including extras g) State the amount received to date h) List in the table the names of all subcontractors and/or material suppliers, their work or material furnished, their contract amount, amount previously paid to them, the amount being paid to them with this payout, and any balance due after this payout. The sub would also list itself. i) Be properly executed by the person furnishing the Affidavit and be currently dated j) Be notarized and sealed A subcontractor may have sub-subcontractors or material suppliers listed in its Affidavit. Each listed entity must supply the necessary waivers. -20- ATTACHMENT B NOTE FOR BOTH GENERAL CONTRACTOR AND SUBCONTRACTORS: If all materials are taken from fully paid stock, the table in the Affidavit should recite: "All materials taken from fully paid stock and delivered to the jobsite in our own trucks." 9-9 ACCEPTANCE AND FINAL PAYMENT The provisions of Section 9-9 of the Standard Specifications shall be modified so that the Contractor will be responsible for formulating and submitting to the Engineer and Owner the final estimate and invoice, in writing. This invoice will be reviewed by the Engineer and revised, if necessary, to show "As-built" quantities and dimensions. The Engineer will then forward the final invoice or revised final invoice to the President and the Board of Trustees of the Village of Oak Brook for approval and acceptance of work. Payment will not be made until satisfactory waivers of lien are received by the Village of Oak Brook and approved. The attached waiver forms at the end of Section C must be used. The waiver procedures stated in the partial payment section will be utilized. QUALITY CONTROL/QUALITY ASSURANCE OF CONCRETE MIXTURES Description. Check Sheet #31: Quality Control/Quality Assurance of Concrete Mixtures (Eff. 4-1-92) (Rev. 1-1-09) of the Supplemental Specifications and Recurring Special Provisions, indicated on the Check Sheet included herein, specifies the quality control responsibilities of the CONTRACTOR for Portland cement concrete mixtures and controlled low-strength material incorporated in the project, and defines the quality assurance and acceptance responsibilities of the ENGINEER. Basis of Payment. Quality Control/Quality Assurance of Portland cement concrete mixtures will not be paid for separately, but shall be considered as included in the cost of the various concrete contract items. 41-2.10#01 THRUST BLOCKING Precast concrete thrust blocks shall be installed at all bends, tees, fire hydrants, plugs and valves against undisturbed earth and in accordance with Section 41-2:10 of the Standard Specifications. This work shall be done at locations shown on the Plans or as directed by the Engineer and as shown on Standard Drawing 9 and the Thrust Blocking Detail on the Plans. All wooden shims and wedges used to tighten thrust blocking shall be fully encased with poured concrete and the concrete shall have set before the trench is backfilled. SECTION 602 — CATCH BASIN, MANHOLE, INLET, DRAINAGE STRUCTURES, AND VALVE VAULT CONSTRUCTION, ADJUSTMENT, AND RECONSTRUCTION Article 602.02, add the following: Materials. All frames and grates to be furnished as part of this contract for construction, -21- ATTACHMENT B adjustment, or reconstruction shall conform to the Village of Oak Brook "Public Works Construction Standards'' as follows, or approved equal: 1. Frames and Closed Lids a. For valve vaults -Neenah R-1712, or equal. b. Solid lid shall bear the marking "WATER". c. Castings shall be set in a bituminous mastic bed; mortar will not be allowed. BRACING AND SHEETING/DEWATERING Description. The CONTRACTOR shall provide all trench bracing/protection in accordance with Article 550.04 of the Standard Specifications, and shall provide ample means and equipment to keep all excavations dry during the construction period until completion and acceptance of the work at final inspection. The CONTRACTOR, if necessary, shall furnish, place and maintain protective measures during excavations to safeguard adjacent utilities, as well as the work done under this contract. Protective measures for excavation support should include the use of safety trench boxes, sheeting and bracing, or other appropriate methods. In this regard, the CONTRACTOR must be responsible for meeting OSHA requirements, local regulations and/or project specifications with the respect to the safety of his work force and protection of adjacent structures. If at anytime the method being used by the CONTRACTOR for supporting any material, roadway or utility structure adjacent to any excavation is not reasonably safe in the opinion of the ENGINEER, the ENGINEER may require and the CONTRACTOR shall provide additional bracing and support necessary to furnish the added degree of safety required by the ENGINEER. The CONTRACTOR shall provide such additional bracing and support by any method approved by the ENGINEER, as he may elect to use, but the taking of such added precautions shall in no way relieve the CONTRACTOR of his sole and final responsibility for the safety of lives, work and structures. Basis of Payment. The cost of such required protective measures and dewatering processes shall not be paid for separately but shall be considered as included in the cost of the associated contract item being installed. 20101000 —TEMPORARY FENCE When called for on the drawings or directed by the Village, temporary fence shall be installed in accordance with IDOT Standard Specifications 201.05(a) and shall be paid for at the unit price bid per linear foot for TEMPORARY FENCE. 20101200—TREE ROOT PRUNING This work shall consist of mechanically sawing roots in order to protect existing trees and shrubs to remain in accordance with Section 201 of the IDOT Standard Specifications except as follows: -22- ATTACHMENT B Article 201.06—Add the following: 1. Prior to excavating or trenching within the drip line area of a tree, the earth shall be sawcut a depth of 18 inches (0.46 meters) below the soil surface. The saw cut shall be a clean vertical cut using a Vermeer saw, chain saw, handsaw, or other acceptable method as determined by the engineer. Use of heavy equipment, machete, or other tools which may cause ripping or tearing will not be permitted. 2. Top Pruning: When thirty percent (30%) or more of the root zone is damaged, an equivalent amount of the top vegetative growth of the plant material shall be pruned off within one (1) week following root damage. Article 201.10.d.I —Delete the first paragraph and add the following: Tree Root Pruning: Prior to saw cutting, the Engineer will lay out the Root Pruning limits in the field. The distance will generally be equivalent to one foot in each direction for each inch diameter of the tree. Saw cutting may not begin until the Contractor obtains permission from the Owner. This work will be measured and paid for at the contract unit price per foot for TREE ROOT PRUNING. The cost of fertilizer nutrients and top pruning necessary for root pruning shall be considered incidental to this pay item, and will not be paid for separately. 25200200 - SUPPLEMENTAL WATERING Description. This work shall consist of applying additional water to newly sodded areas as directed by the ENGINEER in accordance with Section 252 of the Standard Specification. Water shall be applied at a rate of 3 gal/sq yd (15 L/sq m) 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. 40201000—AGGREGATE FOR TEMPORARY ACCESS This work shall consist of construction and maintenance of an aggregate surface course for temporary roads and approaches as specified in Article 107.09 of the IDOT Standard Specifications. Aggregate surface shall be constructed in accordance with the applicable portions of Section 402 of the IDOT Standard Specifications except that the equipment required for the work will -23- ATTACHMENT S be as directed by the Engineer. Maintenance shall consist of placing and compacting additional aggregate of the same type and gradation as the surface aggregate. Aggregate used for temporary access and driveway maintenance shall be of CA-6 gradation and shall meet the requirements of Article 1004.04 of the Standard Specifications, except the use of crushed concrete and blast furnace slag will not be allowed. The use of reclaimed asphalt pavement (RAP) material resulting from the cold milling of existing bituminous concrete hot-mix pavement structure may be permitted at the discretion of the Engineer. When the use of temporary roads and approaches is discontinued, the surface aggregate placed in its construction and maintenance shall be removed and utilized in the permanent construction or otherwise disposed of as specified in Article 202.03. RAP material used in construction or maintenance shall be removed and disposed of off site when use of the temporary roads and approaches is discontinued. This work will be paid for at the contract unit price per ton for AGGREGATE FOR TEMPORARY ACCESS, which p rice shall include all costs of furnishing, placing, removing and disposing of aggregate used in the construction of temporary roads and approaches. 42300200 —PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6" This work shall consist of constructing Portland cement concrete driveway pavement of the thickness specified in accordance with the applicable portions of Section 42') of the IDOT Standard Specifications and the details shown in the specifications. All concrete replacement shall be done with the highest workmanship possible, including but not limited to, smooth side fmishes and top of work matching straight line between ends. The driveway pavement shall be constructed on a compacted 2" thick layer of sub-base stone having a gradation of CA-6. The cost of the sub-base stone shall be included in the cost of this pay item. This work shall will be measured and paid for at the contract unit price per square yard for PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6". 44000200 —DRIVEWAY PAVEMENT REMOVAL This work shall consist of the removal and satisfactory disposal of driveway pavement in accordance with the applicable portions of Section 440 of the IDOT Standard Specifications, at locations shown on the plans or as directed by the Engineer. This work shall include the removal of all existing Portland cement concrete and bituminous concrete driveway pavements regardless of thickness. Any excavation and disposal of excavated material required to construct the driveway section as specified shall be included in -24- ATTACHMENT B the cost for Driveway Pavement Removal. Driveway Removal limits must be verified by the Engineer prior to sawcutting. This work shall be paid for at the contract unit price per square yard of DRIVEWAY PAVEMENT REMOVAL. 56103300—DUCTILE IRON WATER MAIN 12" Description. Ductile iron water main shall be constructed in accordance with the applicable portions of Section 561 of the Standard Specifications and with the applicable portions of Section 41 of the Standard Specifications for Water and Sewer Main Construction in Illinois except as modified herein. Materials. The water main shall be ductile iron, cement-lined asphaltic coating or paint, push-on joint, thickness class 52, of the size as designated in the Plans, and shall conform to the latest ANSI A21.51/AWWA C151. General. All direct buried underground iron or ductile iron piping, pipe fittings and appurtenances shall be encased with polyethylene wrap with taped joints. Polyethylene wrap shall be equal to ASTM D 1248 and shall conform to the applicable requirements of AWW A C105/A21.5. Method A (Sec. 4.4.2.1) is the approved method, which includes one length of polyethylene tube for each length of pipe, overlapped at the joints. Method B or C may only be used at the discretion of the ENGINEER. Where it has been specified that water main be wrapped, the wrapping shall be installed per manufacturers' guidelines. The water main shall be re-wrapped water tight after it has been removed to install service taps, lateral connection, etc. All types of pipe shall be handled in such a manner as to prevent damage to the pipe or coating. Accidental damage to the pipe or coating shall be repaired to the satisfaction of the ENGINEER, or be removed from the job, and the methods of handling shall be corrected to prevent further damage when called to the attention of the CONTRACTOR. The pipe shall be inspected by the ENGINEER for defects while suspended above grade. The bedding, haunching and backfilling for pipe installation shall be as shown on the Drawings and as specified in Section 20 of the Water and Sewer Specifications except as modified in these Special Provisions. Bedding, haunching, and initial backfill will not be eligible for payment but shall be considered included in the cost of DUCTILE IRON WATER MAIN, of the diameter specified. Bedding, haunching, and initial backfill shall consist of CA-7 coarse aggregate gradation. Bedding shall consist of 6" compacted granular bedding beneath the pipe. Haunching shall consist of the backfill from the bottom of the pipe to the spring line (centerline) of the pipe. Initial backfill and haunching shall be placed in 6-inch maximum layers with the backfill compacted by mechanical means. -25- ATTACHMENT B 3 Method of Measurement and Basis of Payment. This work, along with any Ductile Iron Water Main to be constructed as noted on the Plans, will be paid for at the contract unit price per foot for DUCTILE IRON WATER MAIN, of the diameter specified, measured in place. This price shall include the cost of all pipe, joint materials, fittings, sleeves, removal of existing pipe and fittings for connections, bedding, haunching and initial backfill, excavation, removal of surplus excavated material, field chlorination to the satisfaction of the Engineer, and connection to existing water main, all as specified above. This item shall also include any and all items necessary,to complete this work as specified. 56104900/56105000 —WATER VALVES 6 99/8" Description. Water valves shall be constructed in accordance with the applicable portions of Section 561 of the Standard Specifications and with the applicable portions of Section 41 of the Water and Sewer Specifications except as modified herein. Materials. All water main valves shall only be Mueller Resilient Seat Gate Valve (Resilient Wedge, R/W) for mechanical joints conforming to AWWA C111 (Mueller No. A-2360-20 for all inline gate valves and Mueller No. A2360-16 MJ x FL for Connections "A" and "F"). All work shall conform to the attached pages of the Village of Oak Brook `'Public Works Construction Standards." Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price each for WATER VALVES, of the size specified. This price shall include the cost of all labor, materials and equipment necessary to install the gate valve in a valve vault, as detailed in the Plans and to the satisfaction of the Engineer. The valve vault will be paid for separately. 56400500 —FIRE HYDRANTS TO BE REMOVED This work consists of removing and disposing of fire hydrants at the locations shown in the Plans and directed by the Engineer. Fire hydrants shall be cut off 24-inches (minimum) below grade and disposed of by the Contractor. The auxiliary valve box must also be removed and disposed of This work shall also include sealing the end of the existing water main to remain with concrete or brick masonry. Filling the trench left by the removal of the fire hydrant with TRENCH BACKFILL, SPECIAL is part of this work and will not be paid for separately. This work shall be measured and paid for at the contract unit price per each for FIRE HYDRANTS TO BE REMOVED which p rice shall be payment in full for all materials, labor, tools, equipment, and incidentals necessary to complete this work. -26- ATTACHMENT B 56400820 —FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX Description. This work consists of furnishing and installing a fire hydrant with auxiliary valve and valve box at locations shown in the Plans. As a minimum, the design, materials and workmanship of all fire hydrants shall conform to the applicable portions of AWWA C502 as well as Section 45 of the Water and Sewer Specifications. The details and notes for materials and installation are provided on the Plans. Materials. All fire hydrants shall be Mueller Super Centurion Model No. A-423, complying with AWWA C-502 and having breakable safety flanges, as currently installed in the Village. All work shall conform to the attached pages of the Village of Oak Brook "Public Works Construction Standards." Each hydrant shall be provided with a 5-foot heavy duty fiberglass hydrant marker with red and white reflective bands. Hydrant markers shall be USABlueBook MD-22516 or approved equal. Hydrants shall be furnished with a 6" (150 mm) R/W (resilient wedge) Mueller gate valve, (Mueller No. A-2360-16) attached directly to the hydrant, and cast iron valve box two-piece (Tyler No. 664S). Hydrants shall have national standard threads and shall be painted a green color, (Glidden Structure Green No. 4503, or Rust Scat Mack Green No. 138). All port caps and bonnets shall be painted a highly reflective white color (3M traffic control division white paint No. 7216). If any part or all of hydrants for field painted, they must be sand blasted prior to painting. This includes any red or yellow hydrants which are installed and painted the specified green color in place. Hydrant shall be installed at finished grade. The depth of bury on all hydrants shall be as required to avoid vertical bends in the hydrant lead, and 5.5' minimum when possible. Any vertical adjustment necessary to meet this requirement is incidental and will not be paid for separately. All fire hydrants shall be a flanged or mechanical joint connection and rubber gasket. All hydrants installed on 12" or larger water main shall be installed on locking hydrant tees where available. The auxiliary valve shall be in accordance with the WATER VALVE special provision included elsewhere herein. The water main from the hydrant to the water main shall be a six (6) inch ductile iron water pipe. The valve boxes shall be the adjustable type, shall be set at finished grade, and shall have the valve box covers stamped "Water". General. Fire hydrants shall be placed at the locations as shown on the Plans or as otherwise directed by the ENGINEER. Fire hydrants shall be installed as shown on the details included in the Plans. A minimum of 0.5 cubic yard of coarse aggregate shall be placed at and around the base of the hydrant to insure proper drainage of the hydrant after use. The hydrant shall be set on a concrete block to insure firm bearing for the hydrant base. All fire hydrants will be inspected by the Village of Oak Brook prior to any backfilling. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price each for FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX, -27- ATTACHMENT B If which price shall include the lost ost oall labor, materials, and equipment necessary to install the fire hydrant with auxiliary valve and valve box, hydrant marker, tee or locking hydrant tee, new stainless steel bolts, and 6" ductile iron pipe extension connecting the hydrant to the water main, as detailed in the Plans, the foregoing specifications and to the satisfaction of the ENGINEER. Any vertical adjustment necessary to install the hydrant as specified and shown in the plans is considered incidental and will not be paid for separately. 60109520—PIPE UNDERDRAINS, FABRIC LINED TRENCH, 8" Description: This work shall consist of furnishing and installing pipe underdrain at the locations shown in the plans. The perforated pipe shall be enclosed in a fabric envelope with CA-16 trench backfill to the dimensions shown on the plans. The work shall be performed in accordance with Section 601 of the Standard Specifications, and the IDOT Recurring Special Provision for Pipe Underdrain, except as modified herein. Materials: The perforated pipe underdrain shall be according to Article 601.02 of the Standard Specifications. Outlet pipes or pipes connecting to a separate storm sewer system shall not be perforated. Method of Measurement: PIPE UNDERDRAINS, FABRIC LINED TRENCH shall be measured for payment in feet, in place. No distinction between perforated underdrain and non-perforated outlet drain shall be made upon measurement. Basis of Payment: This work shall be paid for at the contract unit price per foot of PIPE UNDERDRAINS, FABRIC LINED TRENCH, of the specified diameter, which price shall include all labor, materials and equipment necessary to install the underdrain. No additional payment shall be made for the fabric sleeve lining the pipe, or the fabric lining the trench. 60500405 —FILLING VALVE VAULT Description. This work shall consist of fill existing valve vaults as shown on the plans or as directed by the Engineer. All work shall be completed, measured, and paid for in accordance with the requirements of Section 605 of the IDOT Standard Specifications, except as modified herein. Prior to filling valve vaults, the old valves shall be closed and abandoned in place. The Contractor shall remove the valve vault's frame and lid, adjusting rings and cone section. These items shall be properly disposed of offsite or delivered to Public Works for salvage. The Owner will identify any frames and lids to be salvaged. Those to be salvaged shall be removed and delivered to the Department of Public Works. The valve vault shall be filled with CLSM. All work shall be performed to the satisfaction of the Engineer. Landscape restoration will be paid for separately. Method of Measurement and Basis of Payment. The work will be paid for at the contract unit price each for FILLING VALVE VAULT, which shall include all labor, equipment, and materials necessary for removing and disposing of the top portions of the structures, sealing -28- ATTACHMENT B existing pipes, and filling the existing structure with CLSM. PROFESSIONAL ENGINEER'S CERTIFICATION FOR ALL SOIL AND CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD) Effective July 10, 2010, Public Act 96-1416 amended the Environmental Protection Act 415 ILCS 511, et seq. ("EPA"), to provide for, among other things, an interim certification requirement for the disposition of "uncontaminated soil" at either a "clean construction or demolition debris fill operation" or an "uncontaminated soil fill operation." Description. If construction activities will result in removal and disposal of excavation spoils, per Illinois Public Act 96-1416 and the Illinois Environmental Protection Agency, soil sampling and analysis, along with certification from a licensed Professional Engineer that the soil is uncontaminated, will be required prior to clean construction and demolition debris (CCDD) landfill acceptance. It is the CONTRACTOR'S responsibility to procure the services of a Licensed Professional Engineer for the purpose of presenting certification on all required forms prescribed by the IEPA whenever excavated soil and clean construction and demolition debris is disposed of from the public right-of-way. The Licensed Professional Engineer, or signee of the Uncontaminated Soil Certification: Form LPC — 662 or 66'), shall have reasonable evidence or basis upon which they are certifying that soil from the project site is uncontaminated. The Licensed Professional Engineer shall obtain evidence including analytical testing for volatile organic compounds (VOC), at a minimum, prior to signing off on the uncontaminated designation of the waste. The CONTRACTOR shall provide a Licensed Professional Engineer's certification for all soil and clean construction and demolition debris containing soil uncontaminated prior to major underground activities. Upon certification, all excavated soil and clean construction and demolition debris shall be deposited in an IEPA-approved landfill. Construction Requirements. The CONTRACTOR shall be responsible for satisfactory removal and disposal of all waste material, asphalt, concrete, stone, and uncontaminated or contaminated dirt or debris generated or discovered in the course of the work. Removal and disposal of excavation items being disposed of at a landfill or CCDD fill site shall meet the requirements of Public Act 96-1416. The temporary storing of excavated materials on the parkways or right-of-way, and re- handling them later for disposal will not be allowed due to additional damage caused to tree root systems, parkways, existing equipment, and conditions. It shall be the CONTRACTOR'S responsibility to find an approved dump site for debris and any excavated materials. The Village will not provide for one. The Village will not be responsible for any additional soil disposal costs if the soil disposal site chosen by the CONTRACTOR rejects loads due to photoionization readings greater than zero. Photoionization detector (PID) readings are not acceptable results for determining -29- ATTACHMENT B classification of the excavated material. Should a licensed landfill reject any load, analytical chemical testing shall be performed on the excavated material by an IEPA National Environmental Laboratory Accreditation Program (NELAP) approved laboratory on representative samples obtained in accordance with standard IEPA protocol and frequencies. The analytical chemical testing shall be completed by a qualified, independent testing agency hired and paid for by the CONTRACTOR. SW-846 Analytical Laboratory Procedures (USEPA) methods will be used for analysis. If the test results are inconclusive, or when the test results indicate levels that do not exceed the Residential Tier 1 Soil and/or Class One Groundwater Remediation Objectives (SRO & GRO) presented in 35 Illinois Administrative Code 742 (IAC) the removal and disposal of the excavated material shall be classified as EARTH EXCAVATION or spoil removal. The removal of which is incidental to the water main, trench back fill, and other appurtenance. The CONTRACTOR shall be responsible for transporting this material to a site that will accept the material. No additional compensation will be allowed for this testing or disposal. When test results indicate that the materials exceed said SROs and GROs objectives, the material shall be classified as either Non-Special Waste or Special Waste, and disposal costs paid for as specified below. Disposal operations shall only proceed with the authorization of the ENGINEER. The Village has the right to require that all sampling be performed in the presence of the ENGINEER or the Village's authorized representative. Basis of Payment. Providing the Professional Engineer's Certification and all testing of VOC's required for disposal at an approved CCDD fill site shall be included in the cost of the contract. The cost to comply with these restrictions shall be at no additional expense to the Village or contract. EARTH EXCAVATION shall not be paid for but shall be considered included in the cost of the items of work requiring excavation and disposal. All costs for excavation, transportation, disposal, and analytical testing of material classified as Non-Special Waste shall be paid for at the contract unit price per Cubic Yard for NON- SPECIAL WASTE DISPOSAL and per Lump Sum for SPECIAL WASTE PLANS AND REPORTS, as the case may be, when the pay item is provided for in the contract, or paid for as Extra Work according to 104.02 (c) when a pay item is not provided for in the contract. PVC C-900 WATER MAIN 6"/8" Description. PVC water main shall be constructed in accordance with the applicable portions of Sections 40 and 41 of the Standard Specifications for Water and Sewer Main Construction in Illinois and Section 561 of the Standard Specifications for Road and Bridge Construction except as modified herein. Materials. Water main shall be PVC C-900 DR 18 pipe as manufactured by JM Eagle, Diamond Plastics, North American Pipe Corporation Northern Pipe Products or approved -30- ATTACHMENT B equal. The pipe and joints shall conform to ANSI / AWWA C900 Pressure Class 235. Installation of PVC C-900 pipe shall conform to ANSI/AWWA C605. In accordance with the details and the attached pages of the Village of Oak Brook "Public Works Construction Standards", connections to bends, tees, reducers and other fittings shall be made with fully-restrained mechanical joints manufactured by Tyler/Union or approved equal meeting the requirements of ANSUAWWA C153/A21.10. All fittings shall be furnished with EBAA Iron, Inc. Mega-Lug 2000PV retainer glands, Ford Uni-Flange Series 1500 Circle Lock MJ retainer glands or approved equal, and shall be installed with fluorocarbon coated low alloy corrosion-resistant high-strength steel (cor-ten) t- bolts and nuts equal to NSS cor-blue or approved equal in accordance with ANSI/AWWA CI I I/A21.1. All fittings shall be wrapped in a polyethylene film, 8 mil thick, in accordance with ANSI/AWWA C105/A21.5 and securely fastened to the adjacent PVC pipe to the satisfaction of the Engineer. Bedding, haunching, and initial backfill shall consist of CA-7 coarse aggregate gradation and is considered incidental to the cost of the water main. Bedding shall consist of 6" compacted granular bedding beneath the pipe. Haunching shall consist of the backfill from the bottom of the pipe to the spring line (centerline) of the pipe. Initial backfill includes granular backfill from the spring line of the pipe to 12" above the pipe. Initial backfill and haunching shall be placed in 6-inch maximum layers with the backfill compacted by mechanical means. All pipe, fittings, bedding, haunching, initial backfill and retainer glands shall be included in the cost of the associated water main of the size and type specified. Testing. All testing and chlorination shall conform to Sections 41-2.14 and 41-2.15 of the Standard Specifications for Water and Sewer Main Construction in Illinois, the requirements of pages 51 to 56 of the Village of Oak Brook "Public Works Construction Standards", and "Pressure Testing and Chlorination of Water Mains" included in these Special Provisions. Chlorination and testing will not be paid for separately. Installation. All water main shall be laid to a minimum depth of 5.5% measured from the existing ground surface or proposed finished grade to the top of the barrel of the pipe. Final water main alignment is at the discretion of the Owner. Wherever water is encountered in the trench, it shall be removed during pipe laying and jointing operations. Provisions shall be made to prevent floating of the pipe. Any dewatering of the trenches shall be considered incidental and paid for at the Contractor's sole expense. At no time shall trench water be allowed to enter the water main.Water main shall be installed to provide a minimum of 5.5' and maximum of 8.0' of cover except at special crossings as shown on the Plans. All pipe shall be handled in such a manner as to.prevent damage to the pipe and shall be -31- ATTACHMENT B inspected by the Engineer for defects prior to installation. Accidental damage to the pipe shall be repaired to the satisfaction of the Engineer, or be removed from the job, and the methods of handling shall be corrected to prevent further damage when called to the attention of the Contractor. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material therein shall be removed, cleaned and re-laid. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug such as the Cherne Original Gripper, (see detail) or approved equal, or by other means subject to the review of the Engineer, to ensure absolute cleanliness inside the pipe. All cutting of existing water main pipe for the insertion of valves, tees or other fittings shall be performed without damage to the pipe or pipe lining, and so as to leave a smooth end at right angles to the axis of the pipe. Any damaged water main shall be re-cut and replaced by the Contractor at his sole expense. Bell repair clamps shall not be allowed. Backfilling of water main shall be completed in accordance with article 550.07 of the standard specifications and as further described herein. The contractor shall mechanically compact the trench backfill during installation and shall then jet the trench every 5 feet upon completion of the water main run. All equipment required for compaction of the backfill shall be the responsibility of the contractor. Compaction of backfill shall not be less than ninety-five (95) percent of standard lab density by mechanical means, and the moisture content of the material when placed shall be within two (2) percent of the optimum moisture content, as determined by ASTM d-557 (modified proctor test). The trench may not be patched for a minimum of two weeks upon completion of jetting. Any areas in which settlement occurs over this time period must be re-graded and compacted to the satisfaction of the Engineer at the contractor's expense. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per foot for PVC C-900 WATER MAIN of the size specified which payment will be full compensation for all bends, tees, reducers, plugs, fittings, thrust blocks, retainer glands, fasteners, encasement, bedding/haunching/initial backfill, disposal of spoils, and shall include all labor, tools, equipment and incidental items necessary to complete this work as specified. PVC C-900 INTERNAL JOINT RESTRAINT WATER MAIN, 8" Description. PVC water main shall be constructed in accordance with the applicable portions of Sections 40 and 41 of the Standard Specifications for Water and Sewer Main Construction in Illinois and Section 561 of the Standard Specifications for Road and Bridge Construction except as modified herein. Materials. Water main shall be PVC C-900 DR 18 pipe as manufactured by JM Eagle PVC — Eagle Loc 900 Inernal Joint Restraint System or approved equal. The pipe and joints shall conform to ANSI / AWWA C900 Pressure Class 235. Installation of PVC C-900 pipe shall conform to ANSI /AWWA C605. -32- ATTACHMENT B In accordance with the details and the attached pages of the Village of Oak Brook "Public Works Construction Standards", connections to bends, tees, reducers and other fittings shall be made with fully-restrained mechanical joints manufactured by Tyler/Union or approved equal meeting the requirements of ANSI/AWWA C153/A21.10. All fittings shall be furnished with EBAA Iron, Inc. Mega-Lug 2000PV retainer glands, Ford Uni-Flange Series 1500 Circle Lock MJ retainer glands or approved equal, and shall be installed with fluorocarbon coated low alloy corrosion-resistant high-strength steel (cor-ten) t- bolts and nuts equal to NSS cor-blue or approved equal in accordance with ANSI/AWWA C111/A21.1. All fittings shall be wrapped in a polyethylene film, 8 mil thick, in accordance with ANSI/AWWA C105/A21.5 and securely fastened to the adjacent PVC pipe to the satisfaction of the Engineer. Bedding, haunching, and initial backfill shall consist of CA-7 coarse aggregate gradation and is considered incidental to the cost of the water main. Bedding shall consist of 6" compacted granular bedding beneath the pipe. Haunching shall consist of the backfill from the bottom of the pipe to the spring line (centerline) of the pipe. Initial backfill includes granular backfill from the spring line of the pipe to 12" above the pipe. Initial backfill and haunching shall be placed in 6-inch maximum layers with the backfill compacted by mechanical means. All pipe, fittings, bedding, haunching, initial backfill and retainer glands shall be included in the cost of the associated water main of the size and type specified. Testing. All testing and chlorination shall conform to Sections 41-2.14 and 41-2.15 of the Standard Specifications for Water and Sewer Main Construction in Illinois, the requirements of pages 51 to 56 of the Village of Oak Brook "Public Works Construction Standards", and "Pressure Testing and Chlorination of Water Mains" included in these Special Provisions. Chlorination and testing will not be paid for separately. Installation. All water main shall be laid to a minimum depth of 5.5', measured from the existing ground surface or proposed finished grade to the top of the barrel of the pipe. Final water main alignment is at the discretion of the Owner. Wherever water is encountered in the trench, it shall be removed' during pipe laying and jointing operations. Provisions shall be made to prevent floating of the pipe. Any dewatering of the trenches shall be considered incidental and paid for at the Contractor's sole expense. At no time shall trench water be allowed to enter the water main. Water main shall be installed to provide a minimum of 5.5' and maximum of 8.0' of cover except at special crossings as shown on the Plans. All pipe shall be handled in such a manner as to prevent damage to the pipe and shall be inspected by the Engineer for defects prior to installation. Accidental damage to the pipe shall be repaired to the satisfaction of the Engineer, or be removed from the job, and the methods of ATTACHMENT B handling shall be corrected to prevent further damage when called to the attention of the Contractor. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material therein shall be removed, cleaned and re-laid. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug, or by other means subject to the review of the Engineer, to ensure absolute cleanliness inside the pipe. All cutting of existing water main pipe for the insertion of valves, tees or other fittings shall be performed without damage to the pipe or pipe lining, and so as to leave a smooth end at right angles to the axis of the pipe. Any damaged water main shall be re-cut and replaced by the Contractor at his sole expense. Bell repair clamps shall not be allowed. Backfilling of water main shall be completed in accordance with article 550.07 of the standard specifications and as further described herein. The contractor shall mechanically compact the trench backfill during installation and shall then jet the trench every 5 feet upon completion of the water main run. All equipment required for compaction of the backfill shall be the responsibility of the contractor. Compaction of backfill shall not be less than ninety-five (95) percent of standard lab density by mechanical means, and the moisture content of the material when placed shall be within two (2) percent of the optimum moisture content, as determined by ASTM d-557 (modified proctor test). The trench may not be patched for a minimum of two weeks upon completion of jetting. Any areas in which settlement occurs over this time period must be re-graded and compacted to the satisfaction of the Engineer at the contractor's expense. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per foot for PVC C-900 INTERNAL JOINT RESTRAINT WATER MAIN of the size specified which payment will be full compensation for all bends, tees, reducers, plugs, fittings, thrust blocks, retainer glands, fasteners, encasement, bedding/haunching/initial backfill and shall include all labor, tools, equipment and incidental items necessary to complete this work as specified. PRESSURE TESTING AND CHLORINATION OF WATER MAINS Pressure and Leakage Testing. Pressure testing of the water mains shall be in accordance with Section 41-2.14 of the Standard Specifications and as specified herein. After installation, all water main and service pipes, fittings, valves and hydrants shall be subjected to a minimum hydrostatic pressure and leakage test of 150 pounds per square inch (psi) for a period of not less than two (2) hours. Each section of water main and connection to be pressure tested shall be carefully filled with water to expel all entrapped air, and the test pressure shall be applied by use of a pump connected to a tap in the pipe. The tap shall consist of a Mueller H-15000 or H-15008 Corporation Stop installed with a Mueller BR2S Bronze Service Saddle — Double Strap with AWWA taper (CC) thread per SD 33 and 34 of the Village of Oak Brook "Public Works Construction Standards" as shown in the Plans. A Copper whip and temporary hydrant, which will be inspected by the Village of Oak Brook prior to backfilling, shall be used for flushing, pressure testing, and disinfection. The -34- ATTACHMENT B maximum allowable leakage will be determined using the formula as shown in Section 41- 2.14C(2) of the Standard Specifications for Water and Sewer Construction in Illinois. Chlorination. Chlorination/Disinfection of the water main system shall be accomplished by the use of liquid chlorine mixture only in accordance with Section 41-2.15 of the Standard Specifications for Water and Sewer Construction in Illinois. Chlorination of the water main must be witnessed by a member of the municipal staff or its authorized representative. The Contractor shall coordinate with the Water Department and the Chlorination Subcontractor and meet on site at the time of chlorinating. All work shall conform to the attached pages 51 to 56 of the Village of Oak Brook "Public Works Construction Standards". 24 hours minimum notice is required for filling and flushing new mains. The main shall be thoroughly flushed, in a manner acceptable to the Owner, prior to chlorination and prior to starting water service installation. As deemed necessary by the Village or Engineer, a Temporary Hydrant must be used for flushing. Temporary Hydrants will be paid for separately, and shall be obtained from the Village as available. DECHLORINATION. Chlorinated water with a concentration greater than 1 mg/L shall not be discharged to any downstream waterways. When written approval is obtained from the sanitary sewer district and the Owner, heavily chlorinated water may be disposed of to the sanitary sewer system. Prior to discharge, the Contractor shall submit sanitary sewer district approvals to Owner for review. Where discharge to sanitary sewers is impractical or when approval cannot be obtained from the sanitary sewer district, the Contractor shall utilize dechlorinating agents to lower residual chlorine levels to below 1 mg/L. Field dechlorination shall be performed in accordance with ANSI/AWWA C655-09, latest edition, for the dechlorination of chlorinated water being discharged. The Contractor is required to follow procedures including regulations, discharge site preparation, sampling and testing of discharge water, various methods of dechlorination, and dechlorination chemicals. Prior to use, dechlorinating agents and proposed dechlorinating methods shall be submitted to the Owner for review and approval. Method of Measurement and Basis of Payment. All labor and materials necessary to complete this work will not be paid for separately, but shall be included in the cost of PVC Water Main and no additional compensation will be allowed. Any re-chlorination or re- testing necessary is considered incidental to this work and will not be paid for separately. If temporary hydrants are used as directed by the Village, they will be paid for separately at the contract unit price per each for TEMPORARY HYDRANT and shall include all materials, labor, and incidental items necessary to complete this work as specified. CONNECTION TO EXISTING MAINS Description. This work shall consist of connecting the proposed water main improvement to -35- ATTACHMENT B the existing water main in accordance with the requirements of Section 41.2-11 of the Standard Specifications and with the details shown on the plans. Connections will be constructed in locations shown on the plans or as directed by the Engineer. NON-PRESSURE CONNECTIONS "A" `B". "C" "D". AND "E" This work shall include all necessary fittings, retainer glands, select granular backfill, labor, and equipment required to complete the work. Closing of the existing valves to isolate the connections shall be coordinated by the Contractor and performed by the Village of Oak Brook. To reduce the inconvenience to the public, the Contractor shall procure all material for the connection in advance and perform as much preparation work as possible prior to requesting a shutdown of the existing water main section. Any pipe that is unable to be chlorinated after installation shall be thoroughly disinfected using a bleach/water solution, clean rags or mop, and rinsed on the surface prior to installation. All work shall be done to the satisfaction of the Village Water Department and conform to the attached Village of Oak Brook "Public Works Construction Standards" and AWWA requirements. Notification to Village: The Contractor shall notify the Village 48 hours prior to any water main or service shutdown. Shutdowns will not be permitted on Mondays or on the day following a three day weekend with legal holiday. Unless written approval is obtained from the Village of Oak Brook, shutdown of the existing water main shall be scheduled between the hours of 9:00 a.m. and 3:00 p.m. In addition, the maximum duration of water main shutdown shall be limited to 4-hours in length. Stockpiling of excavated material is not allowed within the parkways. If needed, excavated material shall be temporarily stockpiled on the pavement. All spoil shall be removed from the site before the end of the work day. This work will be paid for at the contract unit price per Lump Sum for NON-PRESSURE WATER MAIN CONNECTION, of the designated letter, which payment will be full compensation for all fittings materials, trench backfill, labor, tools, and incidentals to complete these items. TRACER CABLE AND CONDUIT This work shall consist of furnishing and installing 1 1/4" coilable nonmetallic conduit on top of the PVC water main and furnishing and installing electric tracer cable in the conduit. The minimum conduit wall thickness shall be SDR13.5. This work shall be done in accordance with Section 810 and 817 of the IDOT Standard Specifications and as specified herein. -36- ATTACHMENT B The conduit shall be fastened to the PVC water main with zip ties (3 or 4 per pipe length) or a method acceptable to the Village and installed in the same trench as the water main. The conduit and tracer wire shall be terminated at each end in a flush mount access box or within a valve vault. The access Box shall have a cast iron lid that can be locked and opened with a standard pentagon head key wrench. Tracer wires shall be stripped and attached to stainless steel screws mounted to the underside of the lid. Three-feet of slack shall be left in wire length so cover can be lifted with wire intact. Tracer wire access box shall be located directly in front of auxiliary valves, and inside valve vaults or where indicated by the Engineer and be set to grade. Tracer Wire Access Boxes shall not be located in pavement unless specified by the Engineer. The tracer wire shall be 910 solid insulated copper wire installed in a 1 1/4" coilable nonmetallic conduit. Tracer wire and conduit will be measured per lineal foot of constructed PVC water main. Vertical length for access box terminations will not be measured for payment and shall be included in the cost of Tracer Wire Access Box. Splicing of wires between access boxes or valve vaults will not be permitted. Conduit shall extend into and terminate within the access box or valve vault. If required due to unforeseen circumstances, methods of splicing conduit shall be submitted to the Village for approval prior to performing any splicing. Only water proof splicing kits may be used. Tracer wire access box shall be of domestic manufacture and equal to Valvco TWAB (See detail included in Plan). This work shall be measured and paid for at the contract unit price per foot for TRACER WIRE IN CONDUIT and per each for TRACER WIRE ACCESS BOX which price shall be considered payment in full for completing this work as shown on the plans and as directed by the Engineer. WATER SERVICES Water services shall be constructed in accordance with the requirements of Section 41-2.12 and 41-2.13 of the Standard Specifications, the details on the Plans and as specified herein. Copper pipe shall be 1 1/2" or 2" copper water tube, Type K, soft temper, for underground service, conforming to ASTM B-88 and B-251. The pipe shall be marked with manufacturer's name or trade mark and a mark indicative of the type of pipe. The outside diameter of the pipe and minimum weight per meter (foot) of the pipe shall not be less than that listed in ASTM B- 251, Table 11. Water Services, Near Side shall include a corporation stop.with a 1/8 swivel bend installed on the new water main with a Smith-Blair 372 (7 1/2") tapped full circle saddle (or approved equal), all bends and fittings, copper pipe from the corporation stop to the near side right of -37- ATTACHMENT B way, a curb stop installed on the copper pipe to the connection point of the existing b-box (unless otherwise directed by the Engineer) and a new cast iron service box constructed over the curb stop. The service box shall be installed in a true vertical position and the top shall be adjusted to be flush with the finished grade. All copper pipe shall be laid to a depth sufficient to provide a minimum 4'-6" of cover, measured from the existing ground surface or proposed finished grade to the top of the barrel of the pipe. If determined necessary by the Village, the Contractor shall push or directional bore a near side service to avoid landscaping or other obstacles in the parkway. At locations permitted by the Village, where an existing 1 %" near side water service crosses the proposed water main, the service shall be cut and connected to the proposed main. Splicing of the existing service will not be permitted. The existing service from the proposed main up to and including the existing B-Box shall be salvaged. This work shall be paid for at the Contract unit price for WATER SERVICE,NEAR SIDE (SPECIAL). Water Services, Far Side shall include a corporation stop with a 1/8 swivel bend installed on the new water main with a Smith-Blair 372 (7 1/z") tapped full circle saddle (or approved equal), copper pipe from the corporation stop to the fax side right of way, a curb stop installed on the copper pipe to the connection point of the existing b-box (unless otherwise directed by the Engineer) and a new cast iron service box constructed over the curb stop. The service box shall be installed in a true vertical position and the top shall be adjusted to be flush with the finished grade. All copper pipe shall be laid to a depth sufficient to provide a minimum 4'-6" of cover, measured from the existing ground surface or proposed finished grade to the top of the barrel of the pipe. All copper pipe installed under existing pavement or sidewalk shall be pushed or bored; no open cutting of existing pavement or sidewalk will be allowed. When directional boring services, the Contractor shall take all precautions necessary to protect grassed areas and private property lawns from damage, including but not limited to the use of wood platforms under equipment. While the Village will notify the residents of the potential for the staging of equipment on their lawn, it will be the responsibility of the Contractor to notify individual residents before directional boring equipment is placed on their property. At locations permitted by the Village, where an existing 1 '/:z" far side water service crosses the proposed water main, the service shall be cut and connected to the proposed main. Splicing of the existing service will not be permitted. The existing service from the proposed main up to and including the existing B-Box shall be salvaged. This work shall be paid for at the Contract unit price for WATER SERVICE, FAR SIDE (SPECIAL). At locations where an existing water service b-box is near a tree to be saved, at the discretion of the Village, these new water services may be shortened or rerouted and connected at a location other than at the existing b-box. Depending on field conditions, the existing service may be connected 5-foot from the back of curb, including a new b-box, or 25-foot beyond the Right-of-Way line, including a new b-box. Where existing water main may be further than 5- foot from the back of curb, the existing service shall be detached from the existing main and connected to a new b-box where the new service line back to the proposed water main will be made. This situation will still be paid for with the WATER SERVICE (5-FOOT BEYOND BACK-OF-CURB) unit price. Where connections are made 25-foot beyond the Right-of-Way -38- ATTACHMENT B line, the service shall be directional bored to minimize disturbance to property. Prior to work on private property, the Village will obtain a Temporary Use Permit from the owner of the property. This work shall be paid for at the Contract unit price for WATER SERVICE (5- FOOT BEYOND BACK-OF-CURB) and WATER SERVICE (25-FOOT BEYOND BACK- OF-CURB). The Contractor shall be fully responsible for identifying the depth of each service and providing the necessary service box length to ensure the cap is set at finished grade. The Contractor shall also be responsible for identifying the size of the existing service and providing the appropriate fittings for the transition from the proposed curb stop to the existing service line, regardless of size. All service connections shall be a minimum of 5-foot from existing or proposed fire hydrants, driveway and sidewalk pavement, valve vaults,joints, etc. unless otherwise authorized by the owners representative. Prior to backfill of service connections, the Village Water Department will inspect each connection for leaks. To allow for this, the Contractor shall complete multiple service connections prior to contacting the Village for inspection. After the Village has inspected each water service connection, the Contactor may backfill. Select Granular Backfill shall be used to backfill the full width of all trenches made in roadway pavement, driveway pavement, sidewalks, curb & gutter to a point five feet beyond the existing pavement. Select Granular Backfill shall be used in accordance with detail SD-25 in the Plan for all trenches parallel with any existing pavement, stabilized shoulder, curb or sidewalk, or where directed by the Engineer. Select Granular Backfill will not be measured for payment. but shall be considered included in the cost of WATER SERVICE. NEAR SIDE and WATER SERVICE. FAR SIDE. This work will be measured and paid for at the contract unit price per each for WATER SERVICES, NEAR SIDE and WATER SERVICES, FAR SIDE, which price shall be payment in full for completing this work as specified. CORPORATION STOPS FOR CHLORINATION AND TESTING Upon satisfactory completion of chlorination and pressure testing of the new water main, testing corporation stops shall be removed and replaced with plugs. All labor and materials necessary to complete this work will not be paid for separately, but shall be included in the cost of PRESSURE TESTING AND CHLORINATION OF WATER MAIN and no additional compensation will be allowed. COMPRESSION COUPLING AND EXTENSION OF WATER SERVICE All work shall be done in accordance with the requirements of Section 40-2.06A and Section 41-2.01 C of the Standard Specifications except as modified herein. -39- ATTACHMENT B This work shall consist of adjusting existing water service lines that are in conflict with proposed water main, as directed by Engineer. Adjustment includes a new section of service line spliced into the existing service in a configuration which will provide clearance for the new main to be constructed without damage to the service line. All new service line shall be Type K copper matching the diameter of existing service line. Connections between new service line and existing service line shall be accomplished with compression fittings approved by the Engineer. This work shall be measured and paid for at the Contract unit price per each for COMPRESSION COUPLING AND EXTENSION OF WATER SERVICE, which price shall be considered payment in full for all labor, equipment and material (including 2 compression fittings each) necessary to complete this work as specified. REMOVE AND REPLACE COMBINATION CONCRETE CURB AND GUTTER, TYPE M-6.12/B-6.12 This work consists of removing and disposing the existing curb, gutter, or curb and gutter which is broken, otherwise damaged, or as part of the proposed project, and the replacement with new curb, gutter, or curb and gutter of a type similar to that which is existing, in accordance with the applicable portions of Sections 606 and 440 of the IDOT Standard Specifications and as directed by the Engineer. All concrete replacement shall be done with the highest quality workmanship possible, including but not limited to, smooth side finishes and top of work matching straight line between ends. The Contractor shall machine-saw a full depth perpendicular clean joint between that portion of the curb, gutter, or curb and gutter to be removed and that which is to remain in place. If the Contractor removes or damages the existing curb, gutter, or curb and gutter outside the limits designated by the Engineer for removal and replacement, he will be required to remove and replace that portion at his own expense to the satisfaction of the Engineer. Curb and gutter shall be removed by jack hammering in place; a Grade all may not be used. The Contractor shall remove the existing curb and gutter with extreme care. Additionally, driveway aprons shall not be removed for curb and gutter forming purposes unless directed by the Engineer." Any damage beyond the marked limits of removal to adjacent driveway, pavement or structure will result in additional removal of damaged areas to be removed and replaced at the expense of the Contractor. Expansion joints shall be placed at a maximum spacing of 45 feet and on each side of a curb drainage structure. Expansion joints shall be constructed with 2 epoxy coated smooth dowel bars, 18" long. Contraction joints shall be placed at a maximum spacing of 20 feet. Contractor shall use full forms - 10" at edge of pavement. The Contractor may use angle irons at the back of curb provided that the irons are in new condition and are not warped or disfigured in any way. This determination will be at the sole discretion of the Engineer. -40- ATTACHMENT B The replacement shall include 2" aggregate bedding and a gutter flag thickness of 10". Curb and gutter replacement across the width of driveways shall be depressed and paid the same as non-depressed. Curb and gutter shall be installed at a minimum 0.50% slope. Expansion joints shall be installed at each end of all patch locations. Expansion joints shall be constructed with 2 epoxy coated smooth .dowel bars, 18" long. Full depth and width preformed expansion joint filler shall be placed at both ends of each patch. For small patches as directed by Engineer, one side of patch locations shall include a Contraction joint constructed with two (2) 94 or#6 tie bars and sealed. For brick, brick pavers, flagstone or similar decorative driveways, the Contractor shall carefully remove only that which is necessary to construct the adjacent curb and gutter or driveway. The existing material shall be carefully stored and replaced after the adjacent curb and gutter or driveway is completed. In some locations, the Contractor may have to provide additional material. The additional brick, pavers or flagstone must match the existing and be approved by the Engineer before installation. The Contractor shall provide a 2" thick sand base or equal to the thickness of the existing base whichever is greater. This work will not be paid for separately but shall be included in this pay item. The top 4" of the back of the curb shall be mortared with smooth brush finish after the forms are removed. The Contractor shall ensure there is no honeycombing along the back face of the curb. If honeycombing is identified by the Engineer after the forms are removed, the Contractor will be responsible for completing necessary repairs to the satisfaction of the Engineer at no additional cost to the Village. This work will be paid for at the contract unit price per foot for REMOVE AND REPLACE COMBINATION CONCRETE CURB AND GUTTER, for the type specified, which price shall include all labor, material, and equipment necessary to remove and replace the curb, gutter, or curb and gutter including the saw cutting as specified herein. STORM SEWER (SPECIAL) 6"/8" This work shall consist of constructing water main quality Storm Sewers at locations shown on the plans or as directed by the Engineer. The requirements of Section 40-2.01 C of the Standard Specifications are modified as follows: Water main quality storm sewers shall be PVC C-900 DR 18 pipe with "push on" single gasket joints or approved equal. The pipe,joints, and fittings shall conform to ANSI/AWWA C900 Pressure Class 235. Installation of PVC C-900 pipe shall conform to ANSPAWWA C605. Connections to the existing storm sewer shall be made using band-seal flex-coupling with stainless steel straps. All necessary couplings and fittings shall be included in this pay item and will not be paid for separately. Backfilling of storm sewer shall be completed in accordance with article 550.07 of the -41- ATTACHMENT B standard specifications and as further described herein. The contractor shall mechanically compact the trench backfill during installation and shall then jet the trench every 5 feet upon completion of the sewer run. All equipment required for compaction of the backfill shall be the responsibility of the contractor. Compaction of backfill shall not be less than ninety-five (95) percent of standard lab density by mechanical means, and the moisture content of the material when placed shall be within two (2) percent of the optimum moisture content, as determined by ASTM D-557 (modified proctor test). The trench may not be patched for a minimum of two weeks upon completion of jetting. Any areas in which settlement occurs over this time period must be re-graded and compacted to the satisfaction of the Engineer at the contractor's expense. This work shall be measured and paid for at the contract unit price per foot for STORM SEWER (SPECIAL), of the size specified, which price shall include all labor, material, and equipment necessary to remove and replace the storm sewer as specified herein. REMOVE AND REPLACE WITH STORM SEWER (SPECIAL) 12"/21" This work shall consists of removing and disposing of the existing storm sewer pipe as shown in the plans or as directed by the Engineer and replacing it with equally sized inside diameter water main quality Storm Sewers at locations shown on the plans or as directed by the Engineer. In addition to the requirements of Article 1040.03 and Section 550 of the Standard Specifications, the storm sewer shall be stubbed out from all inlets a minimum of two (2) feet from the back of curb or as indicated on the plans and directed by the ENGINEER. The requirements of Section 40-2.01C of the Standard Specifications are modified as follows: Water main quality storm sewers shall be PVC C-900 or C-905 DR 18 pipe with "push on" single gasket joints or approved equal. The pipe, joints, and fittings shall conform to ANSI/AWWA C900 Pressure Class 235. Installation of PVC C-900 pipe shall conform to ANSI/AWWA C605. Connections to the existing storm sewer shall be made using band-seal flex-coupling with stainless steel straps. All necessary couplings and fittings shall be included in this pay item and will not be paid for separately. Backfilling of storm sewer shall be completed in accordance with article 550.07 of the standard specifications and as further described herein. The contractor shall mechanically compact the trench backfill during installation and shall then jet the trench every 5 feet upon completion of the sewer run. All equipment required for compaction of the backfill shall be the responsibility of the contractor. Compaction of backfill shall not be less than ninety-five (95) percent of standard lab density by mechanical means, and the moisture content of the material when placed shall be within two (2) percent of the optimum moisture content, as determined by ASTM d-557 (modified proctor test). The trench may not be patched for a minimum of two weeks upon completion of jetting. Any areas in which settlement occurs over this time period must be re-graded and compacted to the satisfaction of the Engineer at the contractor's expense. -42- ATTACHMENT B This work shall be measured and paid for at the contract unit price per foot for REMOVE AND REPLACE WITH STORM SEWER (SPECIAL), of the size specified, which price shall be considered payment in full for completing this work as specified. SANITARY SERVICE REPAIR This work shall consist of repairing existing sanitary service lines that interfere with the proposed improvements or are damaged during construction, as directed by the Engineer. All work shall be done in accordance with Divisions II and Ill of the Standard Specifications. Bedding for sanitary sewer service pipe shall be aggregate of CA-11 or CA-13 gradation and shall be placed from six inches (150 mm) below the pipe to 12 inches (300 mm) over the top of pipe. The cost for the bedding shall be included in this work and will not be paid for separately. v Sanitary sewer service pipe shall be the same inside diameter as the existing pipe and the material shall be polyvinyl chloride (PVC) sewer pressure pipe conforming to ASTM D-2241 with rubber gasket joints conforming to ASTM D-3139. The Standard Dimension Ratio (SDR) for the PVC sewer pipe shall be 26. Connections to the existing service pipe shall be made using "non-shear" type band-seal couplings, Flex Seal ARC by Mission or approved equal. The couplings shall have stainless steel bands. Where water main is constructed below an existing sanitary service, the sanitary service shall be replaced with water main quality pressure pipe to a distance of 10' beyond the outer walls of the water main. All trenches within 5' of existing or proposed pavement, curb & gutter or sidewalk shall be backfilled with Select Granular Backfill. The cost of Select Granular Backfill will not be measured separately, but shall be considered included in the cost of this pay item. This work will be measured and paid for at the contract unit price per foot for SANITARY SERVICE REPAIR, which price shall be payment in full for all labor, material, and equipment necessary to complete this work as specified. SUMP LINE REPAIR This work shall consist of repairing existing sump pump lines that are in conflict or otherwise impacted as a result of trenching operations required to install the proposed water main. All work shall be done in accordance with the details shown on the plans, Section 550 of the IDOT Standard Specifications except as modified herein, and as directed by the Engineer. The Contractor shall take reasonable care to protect sump lines from damage, which can be identified and located before the trench is excavated. All sump lines determined by the Engineer to have been damaged as a result of negligence by the Contractor will NOT be measured for payment, but shall be repaired to the satisfaction of the Engineer at the -43- ATTACHMENT B Contractor's expense. Also, under no circumstances will a single sump line be measured for payment more than once. All sump lines that are damaged shall be repaired that same day. Pipe material shall be Poly Vinyl Chloride (PVC) SDR 26 of the same inside diameter as the existing pipe. Connections to the existing pipe shall be made with a band seal type connector. All excavation, fittings and pipe necessary to repair or modify the existing sump pump lines, field tiles and/or drain tiles shall be included in this pay item will not be paid for separately. This work will be measured and paid for at the Contract unit price per each for SUMP LINE REPAIR, which price shall be payment in full for completing the work as specified. REMOVE AND REPLACE PEDESTRIAN PATH, 4" Description. This work consists of the removal and replacement of a Bituminous Bike Path on an acceptable subgrade in accordance with the Standard Specifications and the Village of Oak Brook "Public Works Construction Standards". It shall consist of the removal and satisfactory disposal of HMA pavement in accordance with the applicable portions of Section 440 of the IDOT Standard Specifications, at locations shown on the plans or as directed by the Engineer. This work shall include the removal of all existing bituminous concrete pavements regardless of thickness. Any excavation and disposal of excavated material required to construct the replacement pedestrian path as specified shall be included in the cost. Pedestrian Path Removal limits must be verified by the Engineer prior to sawcutting. The pedestrian path pavement shall be constructed on a compacted 4" thick layer of sub-base stone having a gradation of CA-6. The cost of the sub-base stone shall be included in the cost of this pay item. The ENGINEER shall observe existing or compacted sub-base material prior to installing the bituminous concrete surface course. This work shall be constructed in two lifts. The first lift shall be a nominal thickness of two inches (2"') Hot Mix Asphalt Binder Course, IL-19.0, N50. The final lift shall be a nominal thickness of two inches (2") Hot Mix Asphalt Surface Course, Mix C, N50 meeting the application requirements of Article 406 of the Standard Specifications. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per square foot for REMOVE AND REPLACE PEDESTRIAN PATH of the thickness specified which shall include all required labor, equipment, and materials necessary to remove and dispose of the existing path and reconstruct the path (at the specified depth) and prepared sub-grade. REMOVE AND REPLACE BRICK PAVER DRIVEWAY This work shall consist of removing, salvaging, and re-using existing brick pavers to reconstruct existing brick driveways and sidewalks. -44- ATTACHMENT B The brick pavers shall be carefully removed and stored to prevent loss or damage. Any bricks which are lost or damaged shall be replaced in kind by the Contractor at his own expense. Brick pavers shall be replaced with an aggregate base course as detailed on the plans. The cost of the aggregate base course shall be included in this work and will not be paid for separately. This work shall be measured and paid for at the contract unit price per square foot for REMOVE AND REPLACE BRICK PAVER DRIVEWAY, which price shall be full payment for completing this work. TEMPORARY PAVEMENT, 1.5" This work consists of furnishing equipment, labor, tools and materials necessary for the removal and temporary replacement of existing pavement composition according to the applicable requirements of Section 408 and 440 of the Standard Specifications for Road and Bridge Construction. All utility trenches shown on the Plans or as determined by the ENGINEER shall be removed to a depth of 1.5" and a width of 6' 6" with a self-propelled milling machine. Any width removed in excess of 6' 6" shall be repaired by the Contractor at no extra cost. As necessary, the placement and compaction of prepared aggregate sub-base shall be as specified under TRENCH BACKFILL, SPECIAL of these Special Provisions. The Contractor shall take care in protecting the adjacent pavement structure to be left in place. Any damage to the existing pavement to remain in place due to Contractor's negligence shall be repaired by the Contractor at no extra cost. The Contractor shall be responsible for maintenance of the Temporary Pavement over the winter. Maintenance shall include the monitoring of patching throughout the project and the placement of Cold-Mix Asphalt at areas that have settled, raveled, or have been otherwise determined by the Village to be deficient. Maintenance shall begin as soon as Temporary Pavement is performed and shall end on April 30`x' of 2016. This work will not be measured for payment and shall be included in the cost of TEMPORARY PAVEMENT. Method of Measurement and Basis of Pavment. This item shall be paid for at the contract unit price per square yard for TEMPORARY PAVEMENT, of the depth indicated. This cost shall include all work necessary for removal of existing material and placement and compaction of a single lift of 1.5", Hot-mix Asphalt Surface Course, Mix C, N50 to the final grade required to restore pavement composition to support vehicular traffic. X0323677— STREET SWEEPING This is work shall be completed in accordance with Section 107.15 of the IDOT Standard -45- ATTACHMENT B Specifications except as modified herein. At the end of each day, the Contractor shall be responsible for cleaning the pavement of all dirt and debris from any vehicular traffic in addition to his own equipment. The Contractor shall be responsible to reduce the amount of dust on roadways within or adjacent to the limits of construction caused by dirt and debris tracked by traffic from within the limits of construction. The cost of all work mentioned above shall be incidental to the unit prices bid. If, in the opinion of the Village of Oak Brook or Engineer, street sweeping is required beyond the limits of the Contractors responsibility, the sweeping will be paid for as STREET SWEEPING. The Contractor shall report to the Engineer when the self-propelled mechanical sweeper equipped with an adequate water spraying system arrives and departs the site each day. The Contractor shall also submit the subcontractor's invoices to the Engineer; STREET SWEEPING will not be quantified for payment unless sweeping invoices are received. Travel time will not be paid for. Street sweeping beyond the limits of the Contractors responsibility will be paid for at the Contractors unit price per hour for STREET SWEEPING which price shall include all labor, material, and equipment as specified herein. X0324636 - WATER VALVE BOXES TO BE ABANDONED This work shall consist of filling existing valve boxes with their associated riser boxes as shown on the plans or as directed by the Engineer. All work shall be accomplished, measured, and paid for in accordance with the requirements of Section 605 of the IDOT Standard Specifications, except as modified herein. Prior to filling valve boxes, the old valves shall be closed and abandoned in place. The top section of the valve box along with the cap shall be removed and disposed of properly. The remaining portion of the box shall be filled with CLSM. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price each for WATER VALVE BOXES TO BE ABANDONED which the price shall be payment in full for completing this work as specified, including the cost of CLSM. X0327024 —FIRE HYDRANTS TO BE REMOVED AND SALVAGED The Work under this Section consists of removing and salvaging serviceable portions of existing fire hydrant assemblies identified in the Plans or as directed by the Engineer and delivering them to the Village of Oak Brook. The hydrant assembly components to be removed and salvaged at each hydrant location -46- ATTACHMENT B where the hydrant is to be salvaged include: Hydrant assembly (head, barrel, and shoe) Hydrant gate valve Hydrant gate valve box Hydrant leg Upon inspection of the exposed hydrant assembly components, the Engineer may determine that one or more of the components are not salvageable. These items are to be transported by the Contractor to a disposal site approved for disposal of construction debris. Excavation, shoring, dewatering, disposal of unsuitable material, backfilling, and compaction, shall all conform to the requirements of the Standard Specifications. This work will be paid at the contract unit price of each for FIRE HYDRANTS TO BE REMOVED AND SALVAGED, which the price shall pay in full for completing this work including removing, disposing of or salvaging, and delivery of existing fire hydrant serviceable portions in accordance with this Section. This work will be paid for at the contract unit price each for FIRE HYDRANTS TO BE REMOVED AND SALVAGED which the price shall be payment in full for completing this work as specified, X2080250—TRENCH BACKFILL, SPECIAL Description. The provisions of Section 208 of the Standard Specifications shall be modified such that the material used for trench backfill shall be CA-6 coarse aggregate. The trench backfill shall be compacted only by Method 1 or 3 as defined in Article 550.07 of the Standard Specifications and as approved by the Engineer. The standard test to define maximum densities of all compaction work shall be ASTM 01557. All densities shall be expressed as a percentage of the maximum density obtained in the laboratory by the ASTM 01557 standard procedure. Each layer shall be compacted by mechanical means to 95 percent of the maximum dry density. The bedding, haunching and backfilling for pipe installation shall be as shown on the Drawings and as specified in Section 20 of the Water and Sewer Specifications except as modified in these Special Provisions. Bedding and haunching material will not be measured for payment but will be considered included in the cost of the associated pipe. Where flexible or ductile iron pipe is used, the selected granular material required for initial backfill, from the springline of the pipe to 12 inches above the pipe, will not be eligible for paymenVbut shall be considered included in the cost of the associated pipe being installed such as POLYVINYL CHLORIDE PIPE WATER MAIN and REMOVE AND REPLACE WITH STORM SEWER (SPECIAL), of the diameter specified. For bedding, haunching, and initial backfill requirements, refer to the pipe bedding details -47- ATTACHMENT B shown in the Plans and associated specifications found in these Special Provisions. Trench backfill shall consist of select granular backfill material (CA-6) and shall be installed at locations shown in the Drawings to the proposed subgrade elevation. The select granular backfill material shall be placed in 6-inch maximum layers of the specified materials as shown on the Drawings and compacted by mechanical means from one foot above the top of the pipe to proposed subgrade of the roadway, roadway surface, or proposed bottom of topsoil where applicable. Native backfill material (common) excavated from the site or the trench shall be placed back into the trench when and where common backfill is shown on the Drawings or 5' beyond the limits of any proposed curb and gutter, driveway, or sidewalk. Only select material free of organics, rocks, and debris shall be placed back into the trench and only as approved by the ENGINEER. The common backfill material shall be placed in one foot layers and compacted by mechanical means from one foot above the top of the pipe to the bottom of required topsoil. Each layer shall be compacted to 90 percent of the maximum dry density. Native backfill material will not be paid for separately, but shall be included in the cost of the associated pipe. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per cubic yard for TRENCH BACKFILL, SPECIAL in accordance with Articles 208.01,208.03 and 208.04 of the Standards Specifications. X2130010 —EXPLORATION TRENCH, SPECIAL Description. This work consists of excavating a trench at the locations directed by the ENGINEER for the purpose of locating existing tile and utility lines within the construction limits of the proposed improvement. This work shall conform to the requirements of Section 213 of the Standard Specifications for Road and Bridge Construction except as herein modified. The trench shall be deep enough to expose any utility in question, and the width of the trench shall be sufficient to allow proper investigation to determine existing conditions and if there are any utilities that may need to be relocated. The exploration trench shall be backfilled with trench backfill meeting the requirements of TRENCH BACKFILL, SPECIAL, of these Special Provisions, the cost of which shall be included in the item of EXPLORATION TRENCH, SPECIAL. An estimated length of exploration trench as been shown in the summary of quantities to establish a unit price only, and payment shall be based on the actual length of trench explored without a change in unit price because of adjustment in plan quantities. Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per foot for EXPLORATION TRENCH, SPECIAL, and no extra compensation will be allowed for any delays, inconveniences or damage sustained by the CONTRACTOR in -48- ATTACHMENT B performing the work. X2520700—SODDING, SPECIAL This work shall consist of preparing the ground surface, furnishing and applying pulverized topsoil to a 6" minimum depth, applying fertilizer nutrients and furnishing and placing sod in the areas designated by the Engineer. The preparation of the ground surface shall include removal of the existing sod and any excavation, if necessary, of the existing ground to obtain the required 6" minimum depth of topsoil. This excavation will not be paid for separately, but shall be included in the cost of SODDING, SPECIAL. All work shall be in accordance with the applicable portions of Sections 202, 211 and 252 of the IDOT Standard Specifications. In addition to the applicable portions of Section 107 of the IDOT Standard Specifications, all other areas shall be restored to their conditions prior to construction. The contractor shall grade all ditch lines which are disturbed during construction to ensure proper drainage exists after construction. Restoration at locations of underground construction shall take place after the trench has fully settled. 270 pounds of fertilizer nutrients per acre (300 kilograms per hectare) shall be applied at a 1:1:1 ratio as follows: Nitrogen Fertilizer Nutrients 90 lbs/acre (100 kg/ha) Phosphorous Fertilizer Nutrients 90 lbs/acre (100 kg/ha) Potassium Fertilizer Nutrients 90 lbs/acre (100 kg/ha) Watering shall be done as necessary and as directed by the Engineer, in accordance with Articles 252.08 and 252.09 of the IDOT Standard Specifications. It shall be the Contractor's responsibility to install and maintain a quasi protection system of lath and plastic ribbon around the newly restored, sodded areas. The Village will remove the said lath and ribbon at the appropriate time. All sodded areas will result in a stand of grass that is in vigorous, thriving and maintainable condition, and shall be maj orly knitted to the topsoil, as determined by the Engineer before the Village of Oak Brook will accept the work. It shall be the Contractor's responsibility to maintain restored areas until thev are established and accepted by the Village of Oak Brook. The cost of said maintenance by the Contractor, including one mowing operation of the sodded crop, if requested by the Village, and including cost and maintenance of the lath and ribbon, shall be incidental to the Contract. The sodded areas shall be guaranteed by the Contractor for a period of one (1) year after installation. During this period all defective areas caused by inadequate watering, salt damage, pedestrian and traffic damage or other reasons, shall be repaired at the Contractor's expense. The Village reserves the right to postpone placement of sod if weather conditions are found to be unsuitable for effectively growing sod. The Contractor will be responsible to keep all -49- ATTACHMENT B weeds and other vegetation under six (6) inches in height. Weed control will not be paid for separately, but shall be incidental to SODDING, SPECIAL. This work will be measured in place and paid for at the contract unit price per square yard for SODDING, SPECIAL, which price shall be full compensation for all labor, equipment, and material to complete the work as specified herein. X4404400 —PAVEMENT REMOVAL (SPECIAL) Description. This work consists of furnishing equipment, labor, tools and materials necessary for the removal and satisfactory disposal of all existing bituminous and concrete pavement composition in accordance with the applicable requirements of Section 440 of the Standard Specifications for Road and Bridge Construction except as follows: This work shall include complete removal of the existing pavement, sub-base, subgrade, and proposed excavation to the proposed subgrade elevation shown in the Plans. Excavation and grading for the proposed subgrade improvement to the full width of the proposed aggregate subgrade for the proposed pavement shall be performed in accordance with Section 202 of the Standard Specification except that earth excavation will not be paid for separately but shall be included in the cost of PAVEMENT REMOVAL (SPECIAL). Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per square yard for PAVEMENT REMOVAL (SPECIAL). This cost shall include removal and disposal of the existing bituminous and concrete pavement composition, sub- base, and subgrade materials to the final subgrade elevation required to construct the proposed pavement and sub-base structure. X5610651 —ABANDON EXISTING WATER MAIN, FILL WITH CLSM Description. The work shall consist of abandoning in place, a portion of the existing water main at locations shown on the plans and as directed by the Engineer. All water main pipes to be abandoned shall be completely filled with Controlled Low Strength Material (CLSM), per section 1019 of the standard specification, for the lengths shown in the plans and as directed by the Engineer. After the water main has been filled with CLSM, the ends of the pipe shall be capped/plugged to the satisfaction of the Engineer. Method of Measurement and Basis of Payment. This work will be measured for payment per foot of abandoned water main filled with CLSM. This work will be paid for at the contract unit price per foot for ABANDON EXISTING WATER MAIN, FILL WITH CLSM. This price shall include all costs for providing and injecting CLSM, capping and all other labor, equipment, and materials necessary to abandon and fill the pipe. X6020084 —MANHOLE, SPECIAL Description. This work consists of furnishing equipment, labor, tools and materials necessary -50- ATTACHMENT B for constructing a manhole as shown in the drawings to connect into existing storm sewer in accordance with the applicable requirements of Section 602 of the Standard Specifications. This work shall include the installation of a dog house manhole as detailed in the plans, or other approved method, over the existing storm sewer and connect it to the storm sewer. The CONTRACTOR shall submit their anticipated construction method and material cut sheets for approval prior to ordering any materials. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per each for MANHOLE, SPECIAL. The payment will be in full for all labor, materials, transportation, and incidentals necessary to furnish, install, cut or remove section of existing storm sewer, any bench necessary, and removal or disposal of all removed or unused material as indicated in the Plans and specifications. X6023508—INLETS, TYPE A, WITH SPECIAL FRAME AND GRATE Description. This work consists of furnishing equipment, labor, tools and materials necessary to construct inlets with a Neenah R-3502-D2A frame and grate, or approved equal, in accordance with Section 602 of the Standard Specification. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per each for INLETS, TYPE A, WITH SPECIAL FRAME AND GRATE. X6024502 —INLETS, TYPE B, WITH SPECIAL FRAME AND GRATE Description. This work consists of furnishing equipment, labor, tools and materials necessary to construct inlets with a Neenah R-3502-D2A frame and grate, or approved equal, in accordance with Section 602 of the Standard Specification. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per each for INLETS, TYPE B, WITH SPECIAL FRAME AND GRATE. X6026622 —VALVE VAULTS TO BE REMOVED Description. This work consists of furnishing equipment, labor, tools and materials necessary for the removal and satisfactory disposal of existing valve vaults at the locations shown on the plans or as directed by the Engineer, and in accordance with the applicable requirements of the IDOT Standard Specifications. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per each for VALVE VAULTS TO BE REMOVED. This cost shall include removal and disposal of the existing Valve Vaults and subgrade materials to the final subgrade elevation required to construct the sub-base and all other applicable items of the contract. -51- ATTACHMENT B X7010216—TRAFFIC CONTROL AND PROTECTION, (SPECIAL) The Traffic Control and Protection shall meet the requirements of Article 701, Work Zone Traffic Control and Article 702, Work Zone Traffic Control Devices of the Standard Specifications for Road and Bridge Construction adopted January 1, 2007. "701.01 Description" shall be replaced with the following: 701.01 Description This item of work shall 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 Control 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 the 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 construction zone. The Contractor shall arrange his operations to keep the closing of any lane of the roadway to a minimum. Traffic Control Devices include signs and their supports, signals, pavement markings, barricades with sand bags, channelized devices, warning lights, arrow boards, flaggers, or any other 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 replaced with the following: The Contractor is required to conduct routine inspections of the work site at a frequency that will allow for the 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 WTCD, the Traffic Control Standards or will no longer present a neat appearance to motorists. A sufficient quanti 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 traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignments consistent with barricade placement at all times. The Contractor shall immediately remove, cover or turn from view of the motorists all traffic control devices which are inconsistent with detour or lane assignment patterns and conflicting conditions during the transition from one construction stage to another. When the Contractor elects to cover conflicting or inappropriate signing, materials used shall totally block out reflectivity of the sign and shall cover the entire sign. The method used for covering the signing shall meet with the approval of the Engineer. -52- ATTACHMENT B The Contractor shall coordinate all traffic control work on this project with adjoining or overlapping projects, including barricade placement necessary to provide a uniform traffic 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 of the Contractor. All traffic control devices shall remain in place until specific authorization for relocation or removal is received from the Engineer. The Contractor shall ensure that all traffic control devices installed by him are operational, functional and effective 24-hours a day, including Sundays and holidays. "701.04 General" shall be modified by adding the following section: (G) PUBLIC SAFETY AND CONVENIENCE: The Contractor shall provide a telephone number where a responsible individual can be contacted on a 24-hour a day basis to receive notification of any deficiencies regarding traffic control and protection. The Contractor shall dispatch men, materials, and equipment to correct any such deficiencies. The Contractor 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 specific areas designated by the Engineer. All roads shall remain open to traffic, the Contractor, may close one lane due to construction only between the hours of 9:00 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. Interference with traffic movements and inconvenience to owners of abutting property and the public shall be kept to a minimum. Any delays or inconveniences caused by the Contractor by complying with these requirements shall 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, will be in accordance with the applicable standards, any staging details shown in the plans and other applicable contract documents. 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 Standard Designs without written approval by the Engineer. "701.04 General" shall be modified by adding the following section: (H) DEFICIENCY CHARGE: -53- ATTACHMENT B 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 expected to comply with the Standard Specifications, contract plans, these Special Provisions, and directions from the Engineer concerning traffic control protection. The Contractor shall provide a telephone number where a responsible individual can be contacted on a 24-hour a day basis to receive notification of any deficiencies regarding traffic control and protection. The Contractor shall immediately respond correcting traffic control deficiencies by dispatching men, materials and equipment to correct such deficiencies. If 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 the traffic control and protection compliance with the specifications 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 from the Engineer for corrections or modifications 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. The salvage value of the 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 compensation will be allowed. If 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 traffic control required will be in accordance with Article 109.04 of the Standard Specifications. Revisions in the phasing of construction or maintenance operations, requested by the Contractor, may require traffic control to be installed in accordance with standards and/or designs other than 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 additional payment will be made for a Contractor requested modification. In the event the sum total value of all work items for which traffic control and protection is required is increased or decreased by more than ten percent (10%), the contract bid price for Traffic Control and Protection will be adjusted as follows: Adjusted contract price= .25P + .75P [1+(X-0.1] Where "P" is the contract price for Traffic Control and Protection -54- ATTACHMENT B Difference between original and final sum total value of all work items for which traffic Where "X"= control and protection is required. Original sum total value of all work for which traffic control and protection is required. The value of the work items 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 Control and Protection. In the event the Department 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 IA 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 posted 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 channelization 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-directional steady burn lights at 30 m (100 foot) center to center spacing. If 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 in (50 foot) center to center spacing. Barricades that must be placed in excavated areas shall have a leg extension installed such that the top of the barricade is in compliance with the height requirements of Standard 702001-05. All Type 1 and Type 2 barricades, shall be equipped with a steady burn light when used during hours of darkness unless otherwise stated herein. Check barricades shall be placed in work areas perpendicular to traffic every 300 m (1,000 feet), 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 the 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 light when used during the hours of -55- ATTACHMENT B darkness unless otherwise stated herein or in the Plans. "702.05 Signs" section "(a)" add as paragraph 7: 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. Standards: 701301-03, 701501-04, 701601-07, and 701901-02 Special Provisions: LRS-3 and LRS-4, Maintenance of Roadways, Personal Protective Equipment, Reflective Sheeting on Channeling Devices This special provision amends the provisions of Articles 701.04 of the Standard Specifications for Road and Bridge Construction adopted January 1, 2007. The CONTRACTOR shall also provide a list of three (3) persons who can be called on a twenty-four (24) hour basis to handle barricading or other problems relating to the construction activity. These emergency response persons shall be capable of responding within one-half(1/2) hour after notification by the ENGINEER. If there has been no response within one-half (1/2) hour after notification, the ENGINEER will have the authority to enforce monetary deductions to the CONTRACTOR in accordance with Article 105.03 (b) Traffic Control Deficiency Deduction of the Standard Specifications for Road and Bridge Construction. All signs except those referring to daily lane closures shall be post mounted in accordance with Standard 720001. Any traffic control devices required by the ENGINEER to implement the Traffic Control Plan as shown in the Plans and specifications of the contract shall be considered included in the lump sum cost of TRAFFIC CONTROL AND PROTECTION, (SPECIAL) or the pay item for the associated Highway Standard found in the Plans and specifications. If the ENGINEER requires additional work involving a substantial change of location and/or work which differs in design and/or work requiring a change in the type of construction, as stated in Article 104.02(d) of the Standard Specifications the standards and/or the designs, other than those required in the Plans, will be made available to the CONTRACTOR at least one week in advance of the change in traffic control. Payment for any additional traffic control required for the reasons listed above will be in accordance with Article 109.04 of the Standard Specifications. Revisions in the phasing of construction or maintenance operations, requested by the CONTRACTOR, may require traffic control to be installed in accordance with Standards -56- ATTACHMENT B and/or designs other than those included in the Plans. The CONTRACTOR shall submit revisions or modifications to the traffic control plan shown in the contract to the ENGINEER for approval. No additional payment will be made for a CONTRACTOR requested modification. Method of Measurement and Basis of Payment. Article 701.20 "Basis of Payment" shall be modified with the following: This work will be paid for at the contract unit price per lump sum for TRAFFIC CONTROL AND PROTECTION, (SPECIAL), for the portion of the project indicated. The payment will be in full for all labor, materials, transportation, and incidentals necessary to furnish, install, maintain, replace, relocate and remove all traffic control devices indicated in the Plans and specifications. Z0004518—HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 4" Hot mix asphalt driveways shall be constructed in accordance with the applicable portions of Section 355 of the IDOT Standard Specifications and the details shown in the specifications. Hot mix asphalt driveways shall be constructed on a compacted 4"thick layer of granular sub- base stone having a gradation of CA-6. The cost of the sub-base stone shall be included in the cost of this pay item. This work shall be constructed in two lifts. The first lift shall be a nominal thickness of two inches (2") Hot Mix Asphalt Binder Course, IL-19.0, N50. The final lift shall be a nominal thickness of two inches (2") Hot Mix Asphalt Surface Course, Mix C, N50 meeting the application requirements of Section 406 of the Standard Specifications. This work will be paid for at the contract unit price per square yard for HOT MIX ASPHALT DRIVEWAY PAVEMENT, 4" which price shall be payment in full for constructing this item as specified, including all saw cutting. Z0013798— CONSTRUCTION LAYOUT The provisions of Article 105.09 of the IDOT 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 the work. 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. In the event any questions arise to the proposed location of any work element or the intent of the plans, the Contractor shall advise the Engineer of such issues prior to the execution of any construction operations. Method of Measurement and Basis of Payment. This item will be paid for at the contract -57- ATTACHMENT B lump sum price for CONSTRUCTION LAYOUT, which price shall be payment in full for all services, materials, labor, equipment, tools, and incidentals to complete this item. Z0018700—DRAINAGE STRUCTURE TO BE REMOVED Description. This work consists of furnishing equipment, labor, tools and materials necessary for the removal and satisfactory disposal of existing inlets, catch basins, and manholes at the locations shown on the plans or as directed by the Engineer, and in accordance with the applicable requirements of the IDOT Standard Specifications. Method of Measurement and Basis of Payment. This item shall be paid for at the contract unit price per each for DRAINAGE STRUCTURE TO BE REMOVED. This cost shall include removal and disposal of the existing drainage structure and subgrade materials to the final subgrade elevation required to construct the proposed drainage structure and sub-base. Z0019600 - DUST CONTROL WATERING Description: This work shall consist of furnishing and applying water to control dust and air- borne dirt generated by construction activities. General: This work shall be performed according to Article 10736 of the "Standard Specifications" and the following: Revise Article 107.36 of the "Standard Specifications" as follows: Replace sub paragraph (d) of under the third paragraph with the following: (d) Dust shall be controlled by the uniform application of sprinkled water and shall be applied only when directed and in a manner approved by the Engineer. All equipment used for this work shall meet with the Engineer's approval and shall be equipped with adequate measuring devices for determining the exact amount of water discharged. All water used shall be properly documented by ticket or other approved means. The Contractor is reminded of the provisions of Article 107.18 of the "Special Provisions" regarding the procurement of water from fire hydrants. Method of Measurement: This work will be measured in units of gallons of water applied. One unit is equivalent to 1,000 gallons of water applied. Basis of Payment: This work will be paid for at the contract unit price per unit for DUST CONTROL WATERING. The unit price shall include all equipment, materials and labor required to control dust. -58- ATTACHMENT B Z0067600— STEEL CASINGS 18" Description. This work shall consist of installing a steel casing pipe at the locations as shown on the plans and as directed by the ENGINEER and per Article 550.04, 550.06, 550.07 of the STANDARD SPECIFICATIONS. Materials. Steel casing pipe shall have minimum yield-strength not less than 35,000 psi. Steel casing pipe size and piping wall thickness shall be as shorn on the Drawings. All casing pipe shall be manufactured of new billet steel, cylindrical, with smooth bituminous coated walls inside and outside. Steel casing pipe shall conform to ASTM A53 Grade B. ASTM A139 Grade B, or pipe fabricated in accordance with AWWA C200 using ASTM A36 steel. Casing pipe minimum wall thickness shall be as required by pen-nit requirements of the agency having local jurisdiction, or the CONTRACTOR'S method of construction, whichever is greater, but in no case shall it be less than as shown on the Drawings. The casing pipe shall be continuous either by one pipe fabrication or by field welded joints in accordance with AWWA C206. Water main installed in casing shall have restrained joints as specified above and shall be paid for separately. Casing Spacers shall be stainless steel of Type 304 stainless steel shells, PVC liner, high molecular weight polymer runners, and stainless steel bolts and lock nuts as manufactured by Cascade model CSS. Spacers shall be placed at a maximum distance of 10-feet on center, with a minimum of three (3) spacers per pipe length, with one (1) spacer within two (2) feet from any end. End Seals Thunderline Corp. Link Seal or approved equal. Annular space between the carrier pipe and the casing shall be filled with pea gravel. General. Steel casing pipe shall be installed into place and shall include all items necessary, but not limited to, excavation sheeting,'bracing, dewaterina, pumping, welding, backfilling and compacting of bore pits as required for the steel casing pipe installation. During installation of the steel casing pipe and as additional lengths of steel casing pipe are placed end to end, the ends of the steel casing pipe shall be welded together so that the completed casing forms a continuous length. Shop Drawings. Shop drawings of all items related to the manufacturer and installation of the steel casing pipe, carriers, spacers, and end seals shall be submitted and approved by the Engineer. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per foot for STEEL CASINGS, of the size specified, w=hich price shall include all labor, equipment, material, installation of water main pipe within casing; gaskets, supports, spacers, pea gravel fill, end seals, welding, backfill of auger pits, and incidentals necessary to complete the specified work. -59- ATTACHMENT B Trench backfill will be paid for separately at the contract unit price for TRENCH BACKFILL, SPECIAL. Water main shall be paid for separately for PVC C-900 INTERNAL JOINT RESTRAINT WATER MAIN, of the size specified. STEEL CASING PIPE, BORED, 18" Description. This work shall consist of furnishing and installing steel casing pipe and casing spacers to serve as a liner for the placement of water main under roadways, waterways, and at other locations shown on the plans or as directed by the Engineer. The work shall be performed in accordance with Section 552 of the IDOT Standard Specifications, Section 23 of the Standard Specifications for Water and Sewer Main Construction in Illinois (SSWSMCI), the applicable details, and Village of Huntley Design Criteria (Ordinance Chapter 155), Approved Material List and Standard Details. Materials. Materials shall be as follows: Steel Casing Pipe: In accordance with Section 23 of the SSWSMCI and the applicable details. Unused, ASTM A53, Grade B Steel Pipe, 35,000-psi minimum yield, minimum wall thickness of 0.375 inches, inside nominal diameter. Water main installed in casing shall have restrained joints as specified above and shall be paid for separately. Casing Spacers shall be stainless steel of Type 304 stainless steel shells, PVC liner, high molecular weight polymer runners, and stainless steel bolts and lock nuts as manufactured by Cascade model CSS. Spacers shall be placed at a maximum distance of 10-feet on center, with a minimum of three (3) spacers per pipe length, with one (1) spacer within two (2) feet from any end. End Seals Thunderline Corp. Link Seal or approved equal. Annular space between the carrier pipe and the casing shall be filled with pea gravel. General. Casing pipe shall be installed in accordance with Section 552 of the Standard Specifications and Section 23 of the SSWSMCI. A spacer assembly shall be placed to support the water main or sanitary sewer within 4 feet of each end of the casing pipe and additional spaces at intervals not exceeding 10 feet between the end spaces, with a minimum of 2 spacers for each pipe length. Casing spacers shall be installed per manufacturer's recommendations. The water main shall be centered within the casing pipe. Upon completion of the casing pipe, water main, and spacer installation, the annular space between the casing pipe and water main shall be filled with pea gravel and the ends shall be sealed with an end seal as specified. -60- ATTACHMENT B Method of Measurement and Basis of Payment. The work will be measured for payment in place along the horizontal projection of the installed casing pipe and the length computed in feet. This work shall be paid at the contract unit price per foot for STEEL CASING PIPE , BORED, of the diameter specified, which price shall constitute full compensation for furnishing and installing all materials, labor, tools, equipment and incidentals necessary to complete the work as specified herein, including jacking and receiving pits, casing, spacers, dewatering, fasteners, runners, annular fill, and end seals. Trench backfill will be paid for separately at the contract unit price for TRENCH BACKFILL, SPECIAL. Water main shall be paid for separately for PVC C-900 INTERNAL JOINT RESTRAINT WATER MAIN, of the size specified. -61- ATTACHMENT B PUBLIC WORKS CONSTRUCTION STANDARDS SUBDIVISION WATER. MAIN CONSTRUCTION 1, ALL WATER MAIN CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR WATER AND SEWER CONSTRUCTION IN ILLINIOIS", FIFTH EDITION, DATED MAY 1996 AND ALL :REVISIONS THERETO; THESE SPECIAL PROVISIONS; AND WITH THE VILLAGE OF OAK BROOK. ORDINANCES,REQUIREMENTS AND POLICIES. 2. AEL WATF-,R ?vbhR4 . A21.4. RETAINER GLANDS SHALL BE USED WHERE SPECIFIED IN THE PLANS AND 'vVHERE DIRECTED IN THE FIELD BY THE VILLAGE. 4. THE WATER MAIN SHALL BE SUBJECTED TO A PRESSURE AND LEAKAGE TEST ACCORDING TO THE STANDARD SPECIFICATIONS EXCEPT THE WATER MAIN SHALL BE SUBJECTED TO A MINIMUM HYDROSTATIC PRESSURE OF 1501 PSI FOR A PERIOD OF NOT LESS THAN TWO (2) HOURS AND LEAKAGE SHALL NOT EXCEED THE ALLOWABLE LEAKAGE AS SHOWN IN TABLE 2 OF THE STANDARD DETAILS SECTION OF VILLAGE OF OAK BROOK PUBLIC WORKS CONSTRUCTION STANDARDS. SAID PRESSURE TEST MUST BE WITNESSED BY A STAFF MEMBER OF THE VILLAGE'S.ENGINEERING DEPARTMENT. 5. ALL NEW WATER.MAIN SHALL HAVE A MINIMUM COVER OF 5'-6" (1.7 m) FROM FINISHED SURFACE ELEVATION TO TOP OF PIPE. 6. WATER MAINS AND WATER SERVICES SHALL BE INSTALLED IN SEPARATE TRENCHES AND AT LEAST 10 FEET (10 m) HORIZONTAL AWAY FROM STORM SEWERS AND STORM SERVICES AND FROM SANITARY SEWERS AND SANITARY SERVICES UNLESS OTHERWISE APPROVED BY THE VILLAGE IN WRITING. 7. TRENCHES UNDER OR WITHIN 5 FEET (1.5 m) OF ROADWAYS/PATHWAYS/ DRIVEWAYS RESULTING FROM WATER MAIN OR WATER SERVICE CONSTRUCTION SHALL BE BACKFILLED,AS SOON AS PRACTICABLE, TO 5 FEET Section SUBD-WM, Page I of 6 51 -66- ATTACHMENT B (1.5 m) OUTSIDE THE ROADWAY/PATHWAY!D.RIVEWAY WITH CA-6 TRENCH BACKFILL MECHANICALLY COMPACTED IN 1 FOOT (0.3 m) LIFTS STARTING I FOOT(0.3 m) ABOVE THE TOP OF PIPE, 8. ALL RESIDENTIAL WATER SERVICES SHALL BE 11/3" (38 mm) MINIMUM COPPER WATER TUBE (SEE STANDARD DETAIL) TYPE K PIPE, SOFT TEMPER WITH A MINIMUM OF 4'-6" 0.4 ) COVER. NO UNIONS OR COUPLINGS ARE ALLOWED UNLESS APPROVED BY THE VILLAGE, NO SOLDER. OR SWEAT JOINTS ARE ALLOWED. 9. NO WATER SERVICE CONNECTION TAP SHALL BE MADE UNTIL THE NEATLY CONSTRUCTED WATER MAIN HAS BEEN TESTED, CHLORINATED 1ND FOUND TO BE ACCEPTABLE BY THE VILLAGE AM-. THE ri A ePE A T-P4E3 PE4 R:F 7T A s BEEN fSS En., NEW MATERIAL SHALL BE USED FOR THE ENTIRE SERVICE TO BE CONSTRUCTED. 10, ALL WATER MA.I,NS AND ALL WATER SERVICES SHALL NOT BE BACKFILLED UNTIL INSPECTED BY THE VILLAGE ENGINEERING DEPARTMENT, 11, WATER SERVICE BOXES AND HYDRANT BOXES SHALL BE ADJUSTED TO THE ELEVATIONS OF THE FINISHED GROUND SURFACE AS SOON AS CONSTRUCTION OPERATIONS PERMIT CARE IS TO BE TAKEN IN GRADING AROUND THESE BOXES. ANY BOXES DAMAGED DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT HIS OWN EYI'ENSE. 12. VALVE VAULTS SHALL BE PROVIDED y^ i 2447E T orr` :R T A'T ARE �?�T^iTfZSTti- HYDRANT A 7 r�T" V r-t ES.. VAULTS SHALL BE CONSTRUCTED OF PRECAST CONCRETE UNITS CONFORMING TO SECTION 44 IN THE "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS" AND THE VALVE VAULT DETAIL IN THE STANDARD DETAILS SECTION OF THE VILLAGE OF OAK BROOK PUBLIC WORKS CONSTRUCTION STANDARDS. ALL JOINTS OF THESE UNITS SHALL BE SET IN A BITUMINOUS MASTIC BED;MORTAR IS NOT ALLOWED. a> (133 mm) TWO nrrnr. mz r.n NG 664 "ST 14. FIRE HYDRANTS SHALL ONLY BE MUELLER SUPER CENTURION MODEL NO. A- 423, COMPLYING WITH AWWA C-502 AND HAVE BREAKABLE SAFETY FLANGES, AS CURRENTLY INSTALLED IN THE VILLAGE. THE MAIN VALVE OPENING SHALL BE 5-1/4"(133 mm). TWO(2)2-1/2"(64 mm)HOSE NOZZLES AND Section SUBD-WM, Page 2 of 6 52 -67- ATTACHMENT B ONE (1) 4-1!2" (114 mm) HOSE NOZZLE SHALL BE PROVIDED. HYDRANTS SHALL BE FURNISHED WTI`HH A 6" (150 mm) R,W (RESILIENT WEDGE) MUELLER GATE VALVE, (MUELLER NO.A-2360-16)ATTACHED DIRECTLY TO THE HYDRANT,AND CAST IRON VALVE BOX TWO-PIECE (TYLER. NO. 664S). HYDRANTS SFLALL HAVE NATIONAL STANDARD THREADS AND SHALL BE PAINTED A GREEN COLOR, (GLIDDEN STRUCTURE GREEN NO. 4503, OR RUST SCAT MACK GREEN NO. 138). ALL PORT CAPS SHALL BE PAINTED A HIGHLY REFLECTIVE WHITE COLOR (3M TRAFFIC CONTROL DIVISION WHITE PAINT:NO. 7216). A L+Be NT AC-G9RzP,4LNGE W4:F44 T!1E r £ WHERE THE HYDRANT IS BEING INSTALLED ADJACENT TO D.I.W.N1. WRAPPED WITH POLYETHELENE ENCASEMENT, ALL METAL APPURTENANCES, INCLUDING TEE, BENDS, HYDRANT BARREL, HYDRANT LEAD, VALVE, ETC., SHALL BE WRAPPED WITH A POLYETHELENE ENCASEMENT CONFORMING TO ANSI. A21.5. ALL HYDRANT LEADS SHALL BE 6" (150 mm) D.f. Ta.M. AND SHALL BE CONSTRUCTED WITH RETAINER GLANDS (SEE PARAGRAPH 24). ALL HYDRANTS SHALL FACE THE STREET AND SHALL BE 5' (1.5 m) FROM BACK OF CURB TO FACE OF HYDRANT OR 10' (3.0 m) FROM EDGE OF PAVEMENT TO FACE OF HYDRANT WHEN THERE IS NO CURB. THE, av44J9: �i-.OF THE .... » " e POST, , A peso Bi m TEE) TA T:F4E G.n e TD 9 16. THE EXACT LOCATION OF EACH B-BOX SHALL BE DETERMINED IN THE FIELD AT THE TIME OF CONSTRUCTION. B-BOXES SHALL NOT BE PLACED WITHN DRIVEWAYS. THE DEVELOPER SHALL FURNISH TO THE VILLAGE "RECORD DRAWINGS" OF THE WATER SYSTEM AT THE COMPLETION OF THE CONSTRUCTION. SAID RECORD DRAWINGS SHALL SHOW THE LOCATION OF ALL 13-BOXES. EACH 13-BOX SHALL BE DIMENSIONED FROM THE TWO (2) PROPERTY CORNERS. 17. ALL WATER MAIN VALVES SHALL ONLY BE MUELLER RESILIENT SEAT GATE VALVE (RESILIENT WEDGE, R/W) FOR MECHANICAL JOINTS CONFORMING TO AWWA CI I I (MUELLER NO. A-2360-20). Section SUED-WM, Page 3 of 6 53 -68- ATTACHMENT B 1 8. CAST IN PLACE THRUST BLOCKS OR PRE-CAST SOLID CONCRETE MASONRY UNITS SHALL BE PROVIDED AT ALL CHANGES IN ALIGNNMNT OF THE WATER MAIN AND OPPOSITE ALL "TEE" CONNECTIONS. ALL THRUST BLOCKS SHALL BEAR AGAINST UNDISTURBED EARTH. 19, WATER MAIN FLUSHING AND CHLORINATION A. THE WATER MAIN SHALL BE FLUSHED AND CHLORINATED IN ACCORDANCE WITH THE REQUIREMENTS OF THE VILLAGE AND THE STANDARD SPECIFICATIONS. ANY PORTION OF THE NEW WATER MAIN EXTENSION SO STERILIZED SHALL BE ISOLATED AND VALVED OFF FROM THE REST OF THE SYSTEM UNTIL A CERTIFICATE OF APPROVAL IS RECEIVED FROM THE REGULATORY AGENCIES, THE VILLAGE SHALL DECIDE THE LOCATION AND NUMBER OF TESTS TO BE DONEE. B. CHLORINATION,DISINFECTION OF THE WATER MAIN SYSTEM SHALL BE ACCOMPLISHED BY CHLORINE GAS-WATER MIXTURE ONLY. C. CHLORINATION OF THE WATER MAIN MUST BE WITNESSED BY A STAFF MEMBER OF THE VILLAGE ENGINEERING DEPARTMENT OR ITS AUTHORIZED REPRESENTATIVE. ALL CHLORINATING PROCEDURES WILL BE COMPLETED ON EITHER A MONDAY, TUESDAY OR WEDNESDAY; NO OTHER DAYS WILL BE ALLOWED BY THE VILLAGE. 20. FOLLOWING THE DISINFECTION AND FLUSHING PROCEDURES, SAMPLES SHALL BE COLLECTED FOR BACTERIOLOGICAL ANALYSIS ON TWO (2) SUCCESSIVE DAYS, BUT NOT LESS THAN 24 HOURS APART, FROM VARIOUS POINTS DETERMINED BY THE VILLAGE ON THE NEW PORTION OF THE SYSTEM (nPabOX; rE LYE v cnn FEET SUBJECT TO EACH PROJECT'S UNIQUE CHARACTERISTICS). ALL SAMPLES WILL BE COLLECTED BY THE CONTRACTOR BUT WILL BE DELIVERED TO THE VILLAGE'S STATE CERTIFIED LABORATORY FOR ANALYSIS BY A STAFF MEMBER OF THE VILLAGE'S WATER DEPARTMENT. ALL LABORATORY COSTS SHALL BE BORNE BY THE CON'T'RAC'T'OR AND HE/SHE WILL ARRANGE TO BE BILLED BY EITHER THE LABORATORY,OR THE VILLAGE PRIOR TO ANY WATER MAIN STERILIZATION WORK. ALL LABORATORY TEST RESULTS MUST BE FURNISHED IN WRITING TO THE VILLAGE. CHLORINATION, FLUSHING AND WATER SAMPLING SHALL ALSO INCLUDE, WHEN NECESSARY, THE REMAINING PORTIONS OF THE EXISTING WATER MAIN SYSTEM AS DETERMINED BY THE VILLAGE. Seetion SUBD-WM, Page 4 of 6 54 -69- ATTACHMENT B 2 1. ALL WATER MAIN VALVES WILL BE OPERATED BY VILLAGE PERSONNEL ONLY 22, AT THE END OF THE DAY,THE CONTRACTOR WILL BARRICADE AND FENCE ALL OPEN TRENCH EXCAVATED AREAS, ALL OPEN MANHOLE AREAS AND ALL OPEN VALVE VAULT AREAS. 23. CASTINGS FOR VAULT ACCESS, FRAIVIE AND CLOSED LID, SHALL CONFORM TO NEENAH FOUNDRY COMPANY CATALOG NO. R-1712, OR EQUAL. THE SOLID LID (COVER) SHALL BEAR THE MARKING "WATER". CASTINGS PLACED ON PRECAST REINFORCED CONCRETE MASONRY UNITS SHALL BE SET IN A BITUMINOUS MASTIC BED;MORTAR WILL NOT BE ALLOWED. 24, PIPE FITTINGS: A. FITTINGS SHALL BE DUCTILE IRON IN ACCORDANCE WITH ANSI A21,53/AW-WAC153. B. FITTING PRESSURE RATING: 350 PSI C. RETAINER GLANDS FOR MECHANICAL JOINT FITTINGS 1. _,MEGALUG JOINT RESTRAINT BY EBAA IRON CO. (SERIES I 100) 2. UNI-FLANGE SERIES 1400 BY FORD 3. PVC (SERIES 2000 PV)BY EBAA 4. PVC (SERIES 1500)BY FORD D. COUPLINGS FOR CONNECTING NEW WATER MAIN TO EXISTING WATER MAINS 1. TYLER[UNION SOLID SLEEVE MJ C153 LONG FITTING 2, SOME EXISTING WATER MAINS MAY HAVE NON-STANDARD EXTERNAL DIAMETERS, MEASURE EXISTING MANS PRIOR TO ORDERING COUPLINGS (TYLER/UNION DUAL PURPOSE). 3. ALL GLANDS MUST MEET PARAGRAPH"C"ABOVE. E. TIE RODS AND BANDS FOR RESTRAINING COUPLINGS I. STAINLESS STEEL OR MALLEABLE IRON 2. CORROSION RESISTANT ALLOY OR COATED TO RESIST CORROSION 3. ROD DIAMETER: 3/4"(20 mm)MINIMUM 4. SUFFICIENT IN STRENGTH AND RESTRAINING ABILITY TO RESIST WORKING PRESSURES, TEST PRESSURES, AND SURGE PRESSURES TIN WATER MAINS. F. VALVE/FITTING CUT-IN SLEEVES 1. MUELLER H-840 (GLAND SEE"C"ABOVE) 2. TYLERAJNION DUAL PURPOSE 3. ALL GLANDS MUST MEET PARAGRAPH"C"ABOVE. G. TAPPING SLEEVE 1. MUELLER H-615 2, OR APPROVED EQUAL H. ANCHORING TEE 1. TYLER MJ SWIVEL TEE Section SUBD-WIM, Page 5 of 6 55 -70- ATTACHMENT B 25, AFTER THE [EPA OPERATING PERMIT HAS BEEN ISSUED AIND/OR WHEN APPROVED BY THE VILLAGE, ALL CORPORATION STOPS, INSTALLED FOR TESTING PURPOSES ONLY, WILL BE REMOVED BY THE CONTRACTOR AND REPLACED WITH A BRASS PLUG. THIS WORK MUST BE WITNESSED BY A STAFF MEMBER OF THE VILLAGE ENGINEERING DEPARTMENT. 26, WATER MAINS AND WATER.SERVICES SHALL BE INSTALLED AT LEAST 10' (3,0 m) HORIZONTAL AWAY FROM BUILDINGS AND FROM ANY DUPAGE WATER COMMISSION WATER MAIN UNLESS ADEQUATE PRECAUTIONS, AS DETERMINED BY THE VILLAGE, ARE TAKEN. 27. )ATHERE SPECIFIED IN THE PLANS OR WHERE DIRECTED IN THE FIELD BY THE VILLAGE, SPECIAL HYDRANT TEES SHALL BE USED WHICH CONFORM TO TYLER CATALOG NO. 5-119, OR APPROVED EQUAL. 28. WATER MAINS SHALL BE INSTALLED WITH 4 INCHES (100 mm)OF CA-6 BEDDING UNDER THE PIPE, CA-6 HAUNCHING UP TO THE MIDDLE OF THE PIPE, AND CA-6 INITIAL BACKFILL TO I FOOT (0.3 m) ABOVE THE TOP OF THE PIPE. Section S UBD-INM, Page 6 of 6 56 -71- DuPage County Division of Transportation�.� 9 tY P ATTACHMENT B 421 N. County Farm Road ku Wheaton, IL 60187-2553 m�w 630/407-6900 (Fax)630/407-6901 Trench Backfill and Pavement Restoration Specifications/Requirements Within DuPage County Highway Rights-of-Way NOTE: All construction shall be performed and materials specified/installed according to (DOT'S 'Standard Specifications for Road and Bridge Construction'(latest edition) and the 'Supplemental Specifications and Recurring Special Provisions'(latest edition) and DuPage County's specifications stated herein. MATERIAL REQUIREMENTS: TRENCH BACKFILL- Requirements are, as follows: Below bituminous/concrete materials (pavement,sidewalk, curb/putter, etc.): Material options shall be as directed and/or approved by a representative of the DuPage County Division of Transportation, as follows: 1. IDOT modified flowable Controlled Low-Strength Material (CLSM) (per IDOT's Standard Specifications Sec. 1019) for trench backfill method shall be installed full depth over the pipe capping material up to the base of the existing pavement cross-section. Only "Fly Ash" or "Flash Fill" material CLSM shall be utilized (per the attached DPC DOT standard). CLSM for installation below pavement shall be constructed per the following proportioning: Mix 1 Portland Cement 50 lb. 30 k Fly Ash Class C or F F= 300 lbs. 178 k /C= 125 lbs. 74 kg.) Fine Aggregate Saturated Surface D 2900 lbs. 1720 k Water 46-65 gallons 204.6 -295.5 liters All materials shall meet the requirements of Section 1010.03 of IDOT'S Standard Specifications for Materials for: Portland Cement, Fly Ash, Fine Aggregate and Water. The County representative shall observe the flow-ability of the mixture and the water content adjusted within the specified limits to produce the desired results. 2. Full depth FA-6 or FA-7 (sand) shall be installed and compacted from the bedding materials (spring-line of the pipe) up to 6" below the existing pavement base. 6"Type B aggregate (CA-6) shall be installed and compacted up to the existing pavement base. 3. Full depth CA-7 (3/4" limestone chip, no fines) installed and compacted from the bedding materials (spring-line of the pipe) up to the existing pavement base. Outside of bituminous/concrete materials (parkways, etc.): CA-6 (limestone) or FA-6 or FA-7 (sand) aggregate shall be installed and compacted from the bedding materials (spring-line of the pipe) up to a 1:1 cross slope from any existing curb/gutter, pavement, sidewalk, etc. (per the attached 'Non-paved Trench Backf ill' standard). TEMPORARY PAVEMENT PATCH SPECIFICATIONS - Between November 15 and April 15 (or until hot bituminous material is available), a temporary patch may be installed, with County approval, as follows: 1. Bituminous pavement Install the Class PP P.C.C. (7.1 or 7.2 bag mix 'High-early'w/1% calcium chloride additive) base course per the Standard Pavement Patch specifications listed herein. Install a layer of 4 mm. plastic film over the base course and install 3" Class PV P.C.C. (7.1 or 7.2 bag mix 'High-early'). The 3" P.C.C. layer shall be removed and the permanent bituminous pavement installed according to the Standard Pavement Patch specifications listed herein as soon as conditions permit. (TUSpecsRev.doc), rjk PagObf 3 09/30/2009 DuPage County Division of Transportation$.� 9 tY P ATTACHMENT B 421 N.County Farm Road eg) Wheaton, IL 60187-2553 � 630/407-6900 (Fax)630/407-6901 Trench Backfill and Pavement Restoration Specifications/Requirements Within DuPage County Highway Right-of-Ways MATERIAL REQUIREMENTS (cont'd.): TEMPORARY PAVEMENT PATCH SPECIFICATIONS (cont'd.)— 2. P.C.C. pavement Install full depth Class PP P.C.C. (7.1 or 7.2 bag mix 'High-early' w/1% calcium chloride additive) to match the existing full depth pavement cross-section. #4 straight rebar shall be installed at 18" o.c. according to IDOT's Highway Standard #606001-02 into the existing pavement adjacent to the cut. Rebar shall not be installed into existing or within replaced curb/gutter NOTE: The temporary patches above must be installed level with the existing pavement. Any grade elevation of more than 1/8" above the existing pavement may cause possible damage to snow plow equipment and/or the surrounding pavement. STANDARD PAVEMENT PATCH-a 1' wide x 3" depth shelf shall be cut and pavement removed/replaced over the undisturbed pavement outside the limits of the cut. Install full depth (from base of existing pavement to 3" below finished surface) Class PP P.C.C. [7.1 or 7.2 bag mix 'High- early' (w/1-2% calcium chloride additive between 12/1 and 3/30)]. Saw-cut all edges of pavement and install 18" reflective crack control fabric over all joints prior to bituminous material installation. Install a bituminous emulsion prime coat and 3" HMA surface course over the PCC base course. All saw-cut joints shall be sealed with hot or cold crack filler. CONSTRUCTION RESTRICTIONS AND REQUIREMENTS: 1. The use of temporary cold patch material (UPM) shall be permitted between November 15 and April 15 ONLY. The temporary cold patch shall be placed for a maximum period of 72 hours prior to the temporary and/or permanent pavement patching according to the specifications listed previously. 2. THE USE OF STEEL PLATES IN OPEN LANES OF TRAFFIC IS STRICTLY PROHIBITED ON DUPAGE COUNTY DIVISION OF TRANSPORTATION ROADWAY PAVEMENTS NOVEMBER 15 THROUGH MAY 15. LANE CLOSURES WITH TRAFFIC CONTROL SHALL BE MAINTAINED AT ALL TIMES FOR USE OF STEEL PLATES MAY 15 THROUGH NOVEMBER 15 (INCLUDING, BUT NOT LIMITED TO, 36" X 36" B/Y 'BUMP AHEAD' AND 'BUMP' WARNING SIGNAGE) UNTIL THE PLATE(S) IS/ARE REMOVED AND THE PERMANENT REPAIR IS COMPLETED. 3. Traffic control shall conform to the Manual for Uniform Traffic Control Devices and IDOT'S Highway Standards (including use of advance warning lane closure signage, an arrow board and Type I barricades w/sandbags) at ALL times for any lane closures on County rights-of-way. Flaggers shall be required to use 'Stop'/'Slow' paddles and flags and to wear reflective safety vests, as required. Advance warning "BUMP" signage shall be posted for the temporary patches, as required. 4. Saw-cut edges of pavement prior to final patching. Seal all joints with a cold or hot emulsion crack sealer. 5. The contractor, utility company or agency responsible for the necessary pavement open-cutting shall assume any and all liability and shall indemnify and hold harmless the County of DuPage, its successors and assigns, and its agents harmless for any injury to persons or damage to property due to the work. 6. The contractor, utility company or agency shall reimburse the County for any costs incurred by the County (including, but not limited to, restoration/replacement of pavement, curb/gutter, shoulders, walks, striping, signage, grading and/or installation of topsoil and seed or sod, labor and materials) or losses to equipment due to the work. (TUSpecsRev.doc), dk PagObf 3 09/30/2009 DuPage County Division of Transportation ATTACHMENT B fl 421 N. County Farm Road ,uu Wheaton, IL 60187-2553 PKE 630/407-6900 (Fax)630/407-6901 Trench Backfill and Pavement Restoration Specifications/Requirements Within DuPage County Highway Right-of-Ways CONSTRUCTION RESTRICTIONS AND REQUIREMENTS (contd.): 7. All existing pavement striping, markings, symbols and reflective pavement markers (RPMs) damaged or removed due to the work shall be replaced in kind. RPMs shall be installed per (DOT's Highway Standards and DuPage County's specifications. 8. All materials and construction shall be installed and conform to (DOT'S"Standard Specifications for Road and Bridge Construction" (latest edition) and the"Supplemental Recurring Special Provisions" (latest edition), (DOT'S Highway Standards, AASHTO and DuPage County specifications. DuPage County shall have the final determination and give direction accordingly with regards to any conflicting specifications/requirements insofar as their jurisdiction entitles within the County rights-of- way. 9. The contractor, utility company or agency shall notify the Division of Transportation during normal business hours (8:00 a.m. to 4:30 p.m., Mon.-Fri.) of the required emergency repair(s)/pavement open cutting. Outside of these hours, contact the Sheriffs Dept. at 630/407-2400 to notify them of the lane restrictions and construction. Follow-up by notifying the Division of Transportation 630/407- 6900 on the next business day of the construction performed. 10. Restoration to any disturbed areas of the right of way shall be dressed with a minimum of 6" topsoil and seeded (with erosion control blanket) or salt tolerant sod (staked in place) as directed by the Division of Transportation. 11. The contractor, utility company or agency shall contact this department a minimum of 48 hours prior to the start of construction to request a traffic signal locate. Traffic signals and related equipment are NOT on the J.U.L.I.E. system. Any costs incurred by the County for repairs due to damage to traffic signals/equipment due to the necessary pavement open cut(s) shall be the sole responsibility of the contractor, utility company or governing municipal agency or its assign. 12. Pavement, curb/gutter and storm structures shall be maintained free of mud/debris at all times during construction and shall be cleaned as directed by the County. 13. Erosion control shall be installed, maintained and construction procedures conform according to the minimum requirements of the DuPage County "Countywide Stormwater And Floodplain Ordinance" (latest revision) specifications at all times. Any questions regarding the ordinance should be directed to the DuPage County Stormwater Division in the Department of Economic Development and Planning Office at 630/407-6700 (M-F 8 am to 4:30 pm, excluding holidays). 14. Failure to comply with any of the specifications and/or construction restrictions and requirements listed herein shall cause the permit to become null and void as determined by the County Engineer, or his duly authorized assign. 15. Approval to perform the necessary repair/construction is given only insofar as the DuPage County Division of Transportation has jurisdiction and does not release the utility company or agency, and/or its agent and/or its contractor, from complying with existing local, county, township, state and/or federal statutes. If you have any questions with regards to the specifications contained herein, please call the Division of Transportation Permitting Division at 63/407-6900 (M-F 8 am to 4:30 pm, excluding holidays). (TBFSpecsRev.doc), rjk Pagel,Tof 3 09/30/2009 ATTACHMENT B DUPAGE COUNTY DIVISION OF TRANSPORTATION TRENCH BACKFILL STANDARD IN NON-PAVED AREAS PARKWAYS, ETC^ . Back of curb or edge of walk/pavement Minimum 6" topsoil and seed or sod (as directed) Compacted ;7uitable Maximum side slope 1 :1 materials (a Compacted . granular trench engineer) + backfill(FA-6/FA--7 sand or f+f+f + CA-6 limestone aggregate) `— Undisturbed earth ++++ ++ f f f f f + f f +. + + + + Pipe f + + Compacted granular bedding material (Ap-proved by engineer) TOM H W-25-05 TBFNONPAVE5M.0WG -75- DUPAGE COUNTY DIVISION OF TRANSPORTATION TRENCH BACKFILL STANDARD IN PAVED AREAS CL 3" Hot—mix asphalt (HMA) adjacent Surface Course 4' or less to lane lane edge—resurfacing of Minimum 12" (or match adjacent lane req'd(typ) existing, whichever is greater) Class PP PCC Sawcut full depth(typ) 24" Reflective Crack control Fabric(typ) y� + + + + Undisturbed subbase + + + Base of existing pavement 1 ' shelf (typ.) + + + CLSM, FA-6 or FA-7(w/ 4"-6" + capping material) or CA-7 + + limestone chip trench backfill + + + + + + + + (As approved by DPCDOT) + + + + Undisturbed earth Undisturbed earth - + Compacted granular ________-_-= capping material _- (As approved by engineer) Compacted granular Pipe bedding material (As approved by engineer) Notes: 1 . All materials per IDOT's "Standard Specifications for Road & Bridge Construction" (latest edition) and "Supplemental Recurring Special Provisions" (latest edition). 2. Replace all pavement markings, striping, symbols and pavement markers in kind. TOM H 03-12-10 -76- TBFPAVED STD.DWG VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT ATTACHMENT C LIST OF DRAWINGS DATE LAST SHEET NOS. SHEET TITLES REVISED 1 Title Sheet 3/25/2015 2-4 General Notes 3/25/2015 5 Summary of Quantities 3/25/2015 6-8 Alignment, Ties and Benchmarks 3/25/2015 9 Traffic Control Plan and Suggested Water Main 3/25/2015 Construction Sequence 10-12 Maintenance of Traffic 3/25/2015 13-21 Plan and Profiles 3/25/2015 22-33 Construction Details 3/25/2015 -1- VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT ATTACHMENT D SPECIAL PROJECT REQUIREMENTS -1- ATTACEMENT D 1. EXPERIENCE: The Contractor shall have five (5) years of experience which is comparable in type and scope to this project, and be approved as an installer by the manufacturer. 2. COMMENCEMENT OF WORK: The Contractor shall not commence work under his contract until he has obtained all insurance required, and such insurance has been approved by the Village and all other agencies impacted by the pending project. 3. NO GRAFFITI: The Contractor is hereby advised that no paint spray markings of any kind will be allowed on the top surface of any existing concrete curb and gutter or the bituminous roadway pavement. Stationing for reference purposes has been marked by the Village on the outside, vertical face of the concrete curb. The Contractor will be responsible to advise his subcontractor(s) accordingly. The Contractor will also be responsible to remove, to the satisfaction of the Engineer, any markings caused by his construction activities. All costs of said clean-up shall be incidental to the contract and no additional compensation will be allowed. 4. EMERGENCY 24 HOUR NAME AND TELEPHONE NUMBER: The Contractor shall provide the Engineer and the Village the name and telephone 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. 5. INSPECTION NOTIFICATION: The Contractor shall give twenty-four (24) hour advance notice to the Village Engineering Department prior to starting work or any phase of the Work. Other affected governmental and utility agencies must be notified in accordance with their notification procedures. If twenty-four (24) hour advance notice is not supplied to the Village for any or all construction activities, the Contractor hereby agrees and allows the Village to stop any and all such unnotified construction activities until the proper 24 hour advance notice is given, all at no cost or penalty to the Village. The Contractor shall notify, as necessary, all testing agencies in accordance with their notification procedures. The Contractor hereby agrees that failure of the Contractor to allow proper notification time which results in the testing agency to be not available to visit the site and perform testing as necessary will cause the Contractor to suspend operations (pertaining to testing) until the testing agency can schedule its testing -2- ATTACHMENT D operations. All costs of suspension of work are to be borne by the Contractor. 6. RECORD DRAWINGS: Contractor shall keep one copy of the approved specifications, drawings, addenda, modifications and shop drawings at the site in good order and annotated to show all changes made during the construction process. These plans shall be available to the Village upon completion of the project. 7. CERTIFICATE OF COMPLIANCE: When requested, the Contractor shall fizrnish the Village with Certificates of Compliance with the specifications for all materials used in the construction of this improvement. In the case of pipe,the certificate shall include test results and sketches showing compliance with the applicable ASTM Specifications. 8. PERMITS, LICENSES,AND EASEMENTS The Village will use reasonable efforts to obtain permits and/or easements from the following major organizations having jurisdiction: 1. Illinois Environmental Protection Agency, Division of Public Water Supplies 2. DuPage County Division of Transportation, Highway Permitting Department The successful Bidder will be given copies of all available approvals, licenses, and easements, and shall be obligated to observe all conditions of the approvals and licenses as issues. The successful Bidder shall obtain, at their own expense, all permits and licenses that may be required to complete the contract, and/or required by municipal, State, and Federal regulations and laws. Permits and Licenses that require the successful Bidder, at their own expense, to complete and submit various forms, insurance, letters of credit, and requirements shall be obtained by the Contractor include but are not limited to those required as part of the DuPage County Highway Permit. Forms and information are attached and follow after the end of Attachment D. ATTACHMENT D SAMPLE ONLY(ON BANK'S STATIONARY IRREVOCABLE LETTER OF CREDIT Application Tracking#: BENEFICIARY PERMIT APPLICANT County of DuPage (Company) c/o Division of Transportation (Address) 421 N. County Farm Road (City/State/Zip) Wheaton, IL 60187-2553 (Contact/Title) (Phone) AMOUNT: ** EXPIRATION DATE: *** Dear Sir/Madam: We hereby establish in your favor our Irrevocable Standby Letter of Credit# , which is available for negotiation for your drafts at sight, drawn on us, and bearing the clause "Drawn under Bank, Letter of Credit# ",and accompanied by: An officially signed statement by the County of DuPage reading to the effect that, in connection with (define improvementsl in/on/upon/along (County Hi hway Route Name and Number) not all public improvements have been satisfactorily completed within the time permitted and/or to the requirements/conditions of the permit and the approved engineering plans/specifications. Except as otherwise specified herein, this Letter of Credit is subject to the Uniform Customs and Practice for Documentary Credits(2007 Revision), International Chamber of Commerce Publication No. 600. Address all drafts, documentation and correspondence regarding this Letter of Credit to _(Department Name/Bank Name/ Bank Address) at the above mentioned address referring specifically to our Letter of Credit # Without regard to the expiration date, this Letter of Credit shall not expire unless the County of DuPage c/o the Division of Transportation is notified in writing by registered or certified mail (return receipt requested) a minimum of ninety-(90)days prior to the expiration date of this Letter of Credit. We hereby engage with drawers and/or bonafide holders that drafts drawn and negotiated in conformity with the terms of this Letter of Credit will be duly honored on presentation. The amount of each draft must be endorsed on the reverse of this Letter of Credit by the negotiating bank. Very truly yours, President/Vice-President(Signature) i President/Vice-President(Print) FOR INFORMATIONAL PURPOSES ONLY(NOT TO BE INCLUDED IN ORIGINAL LOC): * Application tracking number assigned at time of submittal MUST be provided to ensure provision to the correct project. ** LOC Amount=minimum of 110% of contract price for all work performed within County rights-of-way based upon an engineer's probable cost estimate attached hereto or as directed by the DuPage County Engineer. ** Expiration Date=Two- (2)years from issuance of the Letter of Credit. (Highway Permit Sample_08092013.doc),rjk 08/09/2013 -4- ATTACHMENT D Art. 107.27 Legal Regulations and Responsibility To Public 107.27 Insurance. The Contractor shall obtain and thereafter keep in force the following insurance coverages provided by insurance companies acceptable to the Department and authorized to transact business under the laws of the State of Illinois. The insurance companies providing coverage shall be rated in the Best's Key Rating Guide. The Department will accept companies with a rating not lower than B+ provided the financial size category is VIi or larger. Companies rated A- or better shall have a financial size-category of not less than VI. Coverage limits shall be written at not less than the minimum specified in this Article. Higher minimum limits and additional coverage may be specified by a special: provision elsewhere in the contract. Whether stated in this Article or elsewhere, the Department does not warrant the adequacy of the types of insurance coverage or the limits of liability specified. (a) Workers Compensation and Employers Liability. Legal.Regulations and Responsibility To Public Art. 107.27 (1) Workers compensation shall be provided according to the provisions of the Illinois.Worker's Compensation Act,.as amended. Notwithstanding the rating and financial size categories stated in this Article, coverage may be provided. by a group self-insurer authorized in Section 4(a) of the Act and-approved pursuant to the rules of the Illinois Department of Insurance. (2) Employers Liability. a.: Each Accident $500;000 b. Disease-policy limit $500,000 c: Disease-each employee $500,000 (b) Commercial General Liability. Required liability insurance coverage shall be written in the.occurrence form and shall provide coverage for operations of the Contractor; operations of subcontractors (contingent or protective liability); completed operations;,broad form property damage and hazards of explosion, collapse and-underground; and contractual liability. The general aggregate limit shall be endorsed on a per project-basis..- (1) General Aggregate Limit $2,000,000 (2) Products-Completed Operations Aggregate Limit $2,000,000 (3) Each Occurrence Limit $1,000,fl00 The coverage shall provide by an endorsement in the appropriate manner and form, the Department, its officers, and employees shall, be named as .additional insureds with respect to the policies and any umbrella excess liability coverage for occurrences arising in whole or in part o1Jt.of the work and operations performed. The Department may accept a separate owner's protective liability policy in lieu of the- Department, it's .officers, and employees being insureds on the Contractor's policies. PACKET PAGE 14 OF 31 -5- ATTACHMENT D (c) Commercial Automobile Liability. The policy shall cover owned, non-awned, and hired vehicles. Bodily Injury& Property Damage Liability Limit Each Occurrence '$1,00.0,000 (d) Umbrella Liability. Any policy shall provide excess limits over and above the other insurance limits stated in this Article. - The Contractor may purchase insurance for the full limits required or by a combination of primary policies for lesser limits and remaining limits provided by the umbrella policy. All insurance shall remain in force during the period covering occurrences happening on or after the effective date and remain in effect during performance of the work and at all times thereafter when the Contractor may be.correcting, removing, or replacing defective work until notification of the date of final inspection. Termination or refusal to renew shall not be made without 30 days prior written notice to,the Department by the insurer and the policies shall be endorsed so.as to remove any language restricting or limiting liability concerning this obligation. Certified copies of the original policies or certificate(s). of insurance by the insurer(s) issuing the policies and endorsements setting- forth the coverage, limits, and endorsements shall be filed with the Department before the Department will execute the contract. A certificate of insurance shall include a statement "the coverage and limits conform to the minimums required by Article 107.27 of the Standard Specifications for Road and Bridge C_ onstruction". Any exception or deviation shall be brought to the attention of the Department for a ruling of acceptability, to no event shall any failure of the Department to�receive policies or certificates or to demand receipt be construed as a waiver of the Contractor's obligation to obtain and keep in force the required insurance. All costs for insurance as specified herein will, be considered as included in the cost of the contract. The Contractor shall, at his/her'expense and risk of delay, cease operations if the insurance required is-terminated or reduced below the required amounts of coverage. Coverage in the minimum amounts set forth herein shall not be construed to relieve the Contractor from:his/her obligation to indemnify in excess of the coverage according to the contract. i I I , i I . i PACKET PAGE 15 OF 31 -6- ATTACHMENT D CERTIFICATE OF LIABILITY INSURANCE DATE 11107/12yY) 11/07/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the poifcy(les)must be endorsed, If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER Phone, GONTACT HONE FAX RISK MANAGEMENT SERVICES, INC. P :1234 N. Main Street Fax: A c No r. AIG No: E-MAIL Anytown, IL USA 11111-1111 ADDRESS: (0)800/55L USA 5(F) -1111 5-5551 INSURERS AFFORDING COVERAGE NAICU INSURER A:Grange Mutual Casualty Co 14060 INSURED INSURER a:Technology Insurance Company JOHN SMITH'S PLUMBING, INC. INSURERG: ON.000 MAIN STREET INSURERD: ANYTOWN,IL USA 00000-0000 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR TYPE OF INSURANCE POLICY EFF POUT Y EXP LIMITS LTR 0 POLICYNUMBER MMIDONYYY MMIDD GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 ED A X COMMERC4lLCENELILLIABILIT! X ABC12345 06/22/12 06122/13 PREMISES Eaoaz�nence $ 100,000 CLAIMS•MADE a OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ACV INJURY $ INCLUDED GENERAL AGGREGATE 3 2,000,000 GEN'L AGGREGATE LIMIT APPLIES FER: PRODUCTS-COMP/OP AGG S 2,000,000 POLICY X PRO. LOC I I I S AUTOMOBILE LIABILITY Ea accident SINGLE OMIT S 1,000,000 A X ANY AUTO I X , ABC12345 06/22/12 06/22/13 BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per acddent) $ AUTOS X HIREQ AUTOS X NCN•OWNEO pe�acc AentQAMAGE S AUTOS $ )( UMBRELLA LIAR )( OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESSLIA8 CLAIMS-MACE �123ABCDEF 06/15/12 06115/13 AGGREGATE S 2,000,000 ' OED X RETENTIONS 0 S WORKERS C014PENSATION X T�CRYTATU9 TH- AND EMPLOYERS'LIABILITY 09876543 T 1,000,000 B ANY PROPRIETORIPARTNEWEXECUTIVE YyN 06/22/12 06/22/13 EL EACH ACCIDENT S OFFICER/MFMBER EXCLUDED? (Mandatory In NH) NIA E.L.DISEASE•EA EMPLOYE S 1,000,000 j fyes describe under 1,000,000 QESLIRIPTICN OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ I B Architect/Engineer 0987654321 06/22/12 .06/22/13 Ea.Occurrence $1,000,000 j Professional Liability Aggregate $2,000,000 i DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) THE COUNTY OF DUPAGE, ITS OFFICERS AND EMPLOYEES;ARE NAMED AS ADDITIONAL INSURED AS RESPECTS FOR GENERAL AND AUTOMOBILE LIABILITY ONLY FOR ALL WORK PERFORMED BY THE INSURED WITHIN ANY DUPAGE I COUNTY RIGHTS-OF-WAY. I CERTIFICATE HOLDER CANCELLATION ' i COUNTY OF DUPAGE c/o COUNT61 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE the Division of Transportation THE EXPIRATION DATE THEREOF,. NOTICE WILL BE DELIVERED IN 421 N. County Farm Road ACCORDANCE WITH THE POLICY PROVISIONS. Wheaton,IL 60187-2553 AUTHORIZED REPRESENTATIVE ------- — ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD i —7— E ATTACHMENT D 12-217-04 (AGENT CONTACT INFO.) (INSURANCE COMPANY INFORMATION) DBS Named Insured and Address Policy Type: Commercial Umbrella Reason Issued; Renewal JOHN SMITH'S PLUMBING, INC. 12newal F ON.000 MAIN STREET Policy Number: ANYTOWN, IL USA 00000-0000 Renewal of, 123ABCDEF Issue Date: 05129112 COMMERCIAL LIABILITY UMBRELLA DECLARATIONS Policy Period. From 06/15/12 To 06/15113 12:01 a.m.at the address of the Named Insured as shown above. Form of Business: CORPORATION Business Description: CABLE TV INSTALL IN RETURN FOR THE PAYMENT OF PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE STATED IN THIS POLICY. Commercial Liability Umbrella Limits Of Insurance $2,000,000 Each Occurrence Limit $2,000,000 Personal and Advertising Injury Limit $2,000,000 Aggregate Limit(except with respect to "covered autos") i - I Retained Limit 1 See Schedule of Underlying Insurance None Self-Insured Retention applicable to each "occurrence" or offense which is covered by this insurance i but not covered by "underlying insurance" Advance Premium: $771.00 i i Certified Acts of Terrorism: $15.00 Your Estimated Total Policy Premium Is $786.00 Premium does not include service charges. I THIS IS NOT A BILL.Any outstanding balance due will be billed at a later date. j i THESE DECLARATIONS, TOGETHER WITH THE COMMON POLICY CONDITIONS,COVERAGE FORM(S), SCHEDULE(S)AND ANY ENDORSEMENT(S), COMPLETE THE ABOVE NUMBERED POLICY. , F r ' AGENTCOPY U79 Page ? CU241(12-2049) o CUPOLIA _O_ ATTACHMENT D (INSURANCE COMPANY INFORMATION) Endorsement IL 03 Policy Number:ABC12345 Cancellation Privilege Notice This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement effective 06/15/2012 AT 12:01 A.M.CENTRAL STANDARD TIME Named Insured JOHN SMITH'S PLUMBING, INC. Countersigned by (Authorized Representative) SCHEDULE Name and Address of Person or Organization to Receive Notice of Cancellation: COUNTY OF DUPAGE c/o the Division of Transportation 421 N.County Farm Road Wheaton, IL 60187-2553 i - I A. If we cancel this policy, we will mail to the person or organization named in the Schedule of this endorsement,written notice of cancellation at least 30 days before the effective date of cancellation. B. If you cancel this policy, we will mail to the person or organization named in the Schedule of this j endorsement,written notice of cancellation. ! i IK704(3-89) i -9- ATTACHMENT D Endorsemept BP 133 Policy Number: A6C12345 b]Dt lo'NAL INSURE D -OWNERS,LESSEES OTT CONTRACTORS-SCHEDULED PERSON OR ORGANIZATION _ THIS E&DORSEMENI' CHANGES THE POLICY. PLEASE READ IT CAREFULLY. a. Your acts or omissions; or This endorsement modifies insurance provided b. The acts or omissions of those acting on your under the following: behalf; BUSNESSOWNER$COVERAGE FORM in the performance of your ongoing operations for the additional insured(s) at the location(s) SCHEDULE* designated above. Name Of Additional Insured Person(s) Or With respect to the insurance afforded to these Organization(s)- additional insureds, the following additional exclusions apply: COUNTY OF DUPAGE,it's officers and employees, c/o the Division of Transportation This insurance does not apply to"bodily 421 N.County Farm Road injury" or "property damage" occurring after Wheaton,IL 60187-2553 a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service,maintenance or repairs) to be Location(s) Of Covered Operations: performed by or on behalf of the additional insured(s) at the location of the covered Work performed within the DuPage operations has been completed; or I County rights-of-way. 1 b. That portion of"your work" out of which i the injury or damage arises has been put to its intended use by any person or organization other than another contractor *Information required to complete this Schedule, or subcontractor engaged in performing will be shown in the Declarations. operations for a principal as a part of the same project. I The following is added to Paragraph C.Who Is An Insured in Section II-Liability: 4. Any person(s) or organization(s)shown in the Schedule is also an additional insured, but only with respect to liability for"bodily injury","property damage" or"personal and advertising injury" caused, in whole or in part, by: Includes copyrighted material of Insurance Services Office,Inc.,with its permission. IN042 (4-2008) j -10- ATTACHMENT D Contractor's Letterhead Date: Mr. Christopher C. Snyder, P.E. County Engineer DuPage County Division of Transportation 421 N. County Farm Road Wheaton,IL 60187-2553 (630)407-6900—Phone (630)407-6901 - Fax Re: Insurance Acknowledgment/Agreement Dear Mr. Snyder: As the authorized signatory of(Name of Organization), (Name of Representative)agrees as follows: (Name of Representative) will immediately notify the County of DuPage through the Division of Transportation(County) if any insurance required under the above referenced highway permit application has been cancelled,materially changed, or renewal has been refused, and(Name of Organization)shall immediately suspend all work in progress and take the necessary steps to purchase,maintain and provide the required insurance coverage. If a suspension of work should occur due to insurance requirements, upon verification by the County of the required insurance coverage, the County shall notify(Name of Representative)that(Name of Organization) can proceed with the work. Failure to provide and maintain the required insurance coverage could result in the immediate cancellation of the permit issued for the work and Name of Organization shall accept and bear all costs that may result due to (Name of Organization)'s failure to provide and maintain the required insurance. Very truly yours, Name: (Signature) Name: (Print) Title: -11- VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 WATER MAIN PROJECT ATTACHMENT E SUBSURFACE INVESTIGATION REPORT -1- ATTACHMENT E Construction Monitoring & Subsurface Explorations Observations Construction Materials Testing Foundation Analysis & Design Tunnels and Underground Openings / Inc. tructural Rehabilitation ueotechnical Engineering & consultants nc. Condition Surveys Evaluation CONSULTING ENGINEERS Dams and Drainage Studies October 28, 2014 Thomas Engineering Group LLC Mr. Nicholas J. Orf, P.E. Thomas Engineering Group LLC 55 W. 22"d Street, Ste. 300 Lombard, IL 60148 Re: Subsurface Investigation, Laboratory Testing and Geotechnical Engineering Analysis for 2015 Water Main Project, Oak Brook, Illinois (SEECO Job #11037G) Dear Mr. Orf: Per our telephone conversation of October 22, 2014 following is known about this project: Village of Oak Brook proposed to install new watermain in the above mentioned streets in 2015. Upon installing the watermain and backfilling with trench backfill, the pavement will be patched and the new pavement will be reconstructed after one year of watermain construction. The purpose of this report is to describe the general pavement and subgrade soil conditions encountered at this project site. The scope of work for this project includes performing four(4)full depth pavement cores on Mockingbird Lane and Camelot Drive and two (2) full depth pavement cores on Luthin Road in Oak Brook, Illinois. When the subgrade soils are removed for the installation of watermain in 2015 and reconstruction of the pavement, in 2016, the Village of Oakbrook plan to dispose of the waste excavation soils as Clean Construction or Demolition Debris (CCDD) per 35 Illinois Administrative Code 1100. The scope of services also included the field screening of the soil samples using visual,olfactory senses and a photo-ionization detector (PID) for the presence of volatile organic vapors. Also, six (6) pH (708) 429-1666 • 7350 Duvan Drive -Tinley Park, IL 64477• FAX: (708) 429-1689 www.s&.,co.com ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 2 Water Main Project, Oak Brook, Illinois (SEECO Job#11037G) tests are performed on six soil samples from the location of six pavement cores in order to complete the LPC-662 forms forthis project.Attached in the APPENDIX of this report are four(4)completed Illinois Environmental Protection Agency LPC-662 forms for this project. Subsurface Site Exploration Procedure On October 17, 2014, six (6) full depth pavement cores and the subgrade soil samples were obtained to a depth of 2.5 feet to 3.0 feet below the existing grade in the existing streets. The pavement core locations were provided by you and the core borings were located in the field by the representatives of SEECO Consultants Inc. Two "Coring Location Plans" are enclosed in the APPENDIX of this report. The pavement cores were obtained by using a 4 inch diameter core barrel with a diamond core bit and attached to a Portable Coring Machine.One soil subgrade sample was obtained at each coring location by a SEECO Consultant Inc.'s two men drill crew using a truck-mounted Diedrich drill rig, Model D-50. One representative soil subgrade sample was obtained at each coring location by a split barrel sampling procedure (ASTM D-1586-08a) in which a split spoon sampler having a two-inch outside diameter,an inside diameter of 1-3/8 inches and a length of two feet is driven into the soil. The split spoon sampler in all six(6)core borings were advanced by driving a 140-pound weight falling freely from a height of 30 inches with Standard Penetration Resistance or the'N'value being recorded as a number of blows required to advance the sampling spoon a distance of 12 inches after an initial driving of six inches has been used to seat the sampler. This "N"value is a measure of the consistency(softness or the toughness)of a clay soil.Representative portions of the split spoon samples were field screened and placed in glass containers with screw-type Teflon lids -3- ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 3 Water Main Project, Oak Brook, Illinois (SEECO Job#11037G) and taken to our geotechnical laboratory for further examination and testing.All laboratory test data is noted on the Boring Logs which are included in the Appendix of this report. Geotech Laboratory Testing Procedures The geotechnical laboratory testing consists of determining the in-situ moisture content and unconfined compressive strength of cohesive soils based on calibrated penetrometer readings. In-situ moisture content or natural water content is determined in the laboratory as follows(ASTM D 2216-10). A portion of each sample, consisting of an one-inch piece is weighed; oven-dried at 110°±5°C,and reweighed to obtain the weight of water in the sample. The moisture content is the ratio of the weight of water in the soil sample to the weight of the dry soil expressed as a percentage of the total dry weight.After completion of the geotech laboratory testing program,each soil sample was visually classified on the basis of texture and plasticity in accordance with the Unified Soil Classification System(ASTM D 2487-11 and D 2488-09a). The estimated group symbol according to this system is included following the description of the soil on the boring logs.A brief explanation of the Unified Soil Classification System is included in the Appendix of this report.All laboratory test data is noted on the Boring Logs which are also included in the Appendix of this report. Pavement and Soil Conditions The thicknesses of both pavement and base course at each coring location are given on the soil Boring Logs in the APPENDIX of this letter report and also given in the following Table No. 1: Table No. 1 -4- ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 4 Water Main Project, Oak Brook, Illinois (SEECO Job #11037G) Boni Location Approximate Appro imaf Subgrade Soil Condition i rig Thickness of Thitkness of Bituminous Concrete t„xIs#ing Stone (inches) use Course lnc�►e� Mockingbird Lane FILL:Very Stiff, Brown, C-1 7.0 *1.5 Gray and Black Clay overlying Very Stiff, Brown and Gray Silty Clay C-2 Mockingbird Lane 8.5 3.5 FILL:Very Stiff, Brown, Gray and Black Clay Camelot Drive FILL: Brown, Black and C-3 9.0 9.0 Gray Clay mixed with Topsoil C-4 Mockingbird Lane 4.0 23.0 FILL: Medium, Brown, Gray and Black Clay C-1 a Luthin Road 4.75 825 FILL:Very Stiff, Brown, Gray and Black Clay C-2a Luthin Road 5.0 22.0 FILL:Very Stiff, Brown, Gray and Black Clay 'The base course consist of Pozzolan It is recommended that soil Boring Logs given in the APPENDIX of this report should be studied for the existing pavement and soil profile at each boring location. Groundwater Conditions Groundwater was not encountered in all six(6)core borings drilled and sampled at this project site. These soil borings were found in dry conditions for the total drilling depth of 2.5 to 3.0 feet below the existing grade while drilling and sampling. The groundwater levels and times of recording are indicated on the Boring Logs included in the APPENDIX of this report for.the borings made at this project site. Source Site Certification -5- ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 5 Water Main Project, Oak Brook, Illinois (SEECO Job #11037G) As part of the IEPA requirements for Source Site Certification and Demolition Debris/ Uncontaminated Soil Fill Operation,SEECO has performed source/site specific services. As part of the criteria for SEECO to provide a Professional Engineer's Certification of Residential Sites (including on ROW of the pavements) on IEPA LPC-662 Form, the following services were performed: Representative subgrade soil samples were also field screened by a geoenvironmental engineer from SEECO Consultants Inc.for the presence of volatile organic vapors using a photo ionization detector(PID). Visual and olfactory senses were used to screen the soil samples forthe presence of petroleum hydrocarbons.The soils samples were screened utilizing a Mini RAE 3000 PID 11.8 (eV) lamp in conjunction with visual and olfactory observations to determine the presence of petroleum contamination in subsurface soils.The OVM PID readings on all subgrade soil samples indicated 0 ppm readings of Total Volatile Organic vapors with ionization potentials of 11.8 eV indicating no apparent odor from the soil samples obtained in the subsurface exploration of 10/17/2014. Six(6)pH tests,one each at six(6)coring locations)were also performed and the pH test results indicate the pH value of all six soil samples is between the range of 6.25 and 9.0.Based on the above mentioned test results it is assumed that to the best of our knowledge,the soils at the subject site are clean, uncontaminated fill material and therefore meet the requirement for CCDD and completion of the IEPA LPC-662 forms. However, screening or pre-screening of samples at job site is no guarantee that landfill facility will accept/not reject materials.Nor is it a determination that the site is entirely clean of contaminants per -6- ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 6 Water Main Project, Oak Brook, Illinois (SEECO Job#11037G) IEPA standards. Geotechnical Recommendations New watermain will be installed in the area of existing pavements of Mockingbird Lane, Camelot Drive and Luthin Road in the year 2015. Based on the information provided by you, the proposed watermain will be 6 to 8 inches diameter PVC pipe. The watermain is generally installed at a minimum approximate depth of 5 feet below the proposed pavement grade forfrost protection to the top of watermain. It is our understanding that the proposed watermain shall be installed in open-cut braced trenches.Since the soil borings were drilled and sampled to a depth of 2.5 to 3.0 feet below the existing grade, it is recommended that bottom of trenches should be inspected by a field geotechnical engineer from SEECO Construction Services Inc. in order to check the suitability of soils to support the proposed watermain before bedding material is placed and compacted..Bedding material should comply with Article 1003.04 of the IDOT Standard Specifications. The bedding material should be a well-graded granular material equivalent to IDOT FA-1, FA-2 or FA-6. A minimum 4.0 inches of bedding material is required to be placed below the water main pipe. The bedding material must be placed in maximum 4.0 inch lifts and compacted to a minimum 95%of the maximum density according to AASHTO T-99. The placement of bedding material must comply with Article 550.04 of the IDOT Standard Specifications. It is recommended that the watermain trenches in the ROW should be backfilled with trench backfill according to the recommendations given in Standard Specification. The minimum compaction requirement for approved granular trench backfill material is 95% of maximum density as per -7- ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 7 Water Main Project, Oak Brook, Illinois (SEECO Job#11037G) AASHTO T-99 for the backfill material placed to the proposed grade. Trench backfill material should be FA-1, FA-2, FA-6 or CA-6 of the IDOT Standard Specifications for Road and Bridge Construction, 2012 Edition. However,the final one foot of trench backfill should be compacted to 100% of maximum density as obtained according to AASHTO T-99. It is also recommended that compaction requirement should be utilized after the placement of a minimum two foot of granular backfill over the top of water main pipe and a minimum 1.5 feet of granular trench backfill should be placed before any clay backfill is placed over the top of the pipe.The pavement should be patched with 2 to 3 inches of bituminous concrete surface over watermain trenches for one year life since the pavement shall be constructed after one year of watermain construction. Pavement Recommendations: In order to reconstruct the existing pavement, SEECO recommends that the existing pavement should be cold milled off and trucked back to an asphalt plant for recycling. Upon removing the existing bituminous concrete,the existing base course should also be removed and stockpiled at a suitable location for its reuse for the new pavement if it meets the requirements of CA-6 gradation. Upon excavating the pavement areas to the proposed subgrade elevation,the subgrade should be proofrolled with a dump truck or tractor trailer loaded with a minimum 20 tons of payload. If the subgrade soils may become unstable upon proofrolling and may pump or rut,the unsuitable material should be undercut to the depth as determined in the field by a field geotechnical engineer from SEECO Construction Services Inc. at the time of construction. Upon undercutting the soils, it is recommended to place crushed stone (CA-6)in maximum 8 inch lift and compacted to a minimum 90% of maximum density in accordance with ASTM D-1557-12. The new bituminous concrete -8- ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 8 Water Main Project, Oak Brook, Illinois (SEECO Job#11037G) surface and binder course should be compacted to a minimum of 93%of the maximum theoretical density as determined by AASHTO T 209.This is the I DOT Big"D"value which is used with nuclear density testing of the asphalt in order to determine the percent of in place compaction achieved in the field.The design of the new bituminous concrete pavement should be performed based on the ADT (Average Daily Traffic) utilizing an estimated IBR value of 3 for the existing stiff to very stiff, brown gray and black clay fill subgrade soils. Construction Consultation Engineerinq A representative of SEECO Consultants, Inc. should be consulted during the repair and reconstruction of the existing pavement. It is recommended that the field density tests to determine the degree of compaction of crushed stone,bituminous concrete surface and binder courses should be performed by a field engineering technician or field geotechnical engineer from SEECO Consultants, Inc. We trust this information is satisfactory for your present requirements. We have welcomed the opportunity to be of service to you on this project. If you have any questions with regards to this report, please contact us at your convenience. -9- ATTACHMENT E Re: Subsurface Investigation, Laboratory Testing October 27, 2014 and Geotechnical Engineering Analysis for 2015 Page 9 Water Main Project, Oak Brook, Illinois (SEECO Job #11037G) Respectfully submitted, SEECO Consultants, Inc. .%'� tj s� F i 064- 779 � REGISTERED °, - PROFESSIONAL a Amrit Rai, P.E. is ENGINEER Senior Project Engineer • R OF ON #fM4Yl09f Cf l4t#1 Collin W. Gray =_E., P.E. President AR:arm 1:tREPORTS1Geotechi SewerW aterUtl0Ues&W WTP411037011037G.doc -10. ATTACHMENT E APPENDIX 1. SOIL BORING LOCATION PLANS 2. 'GENERAL NOTE 3. BORING LOGS 4. UNIFIED SOIL CLASSIFICATION SYSTEM 5. GENERAL REMARKS 6. COMPLETED LPC-662 FORMS (FOUR) -11- - :: ­ �, , '' , , ,� ,� , � � � J�, 1�.I - ,,� y . .� ��, � _,"', I I 1, A � E In I r_ >. ." �; � = �. ��_ : ,..:,. , �' � �� �: ` " 4 _ 'c•s, ,"`-,r.",�, �� / 3 R r s -. , .. '.ill, i X 11 11 , � , '. ,. ., '. :' � - E E E , ., _ €E �_, .Y. ,' .. _ „. ' ..�., , ...� .,,n. - E EE ';,-_ .: K r R P \ , ARE x 'C Y,P`E v € 9 >� S -r�+t gym. "�'rt t`.:- € . � F � - _ y 11- � - a t i . Y a ,I , asht X x \ , . kp q z , y,"'," '11," I _X_��:��____11_ - si F.__ -- 1!� 'n'' , -_ �'""',".,�,�,'�",�,�,��,�,�,�,�,,IEE &Y, -, I I I I ,�"",:�"',�,, "no , , �'All , .� 7 4 C - , '' 11 r, �s � �� v It `' ,,I _., ..; '9„", .� , ..' - .. - ... � 1 m 11, 11 y , S _ _ I Y� isle go _tt �____ �f E Z 5 A" y y'. E i 1. 1 A\, ,ti,. •r ,\ ,,, k �. �2 K L: NT E t3 t�a 1 83, i� Me LEGEND �eR�C1 SIIE a ry er Mg rew.ar pn e r w PROJECT °° 10/20 14 errs SEECO Consultants, Inc. 2015 water Main Project e�,r N0r1e --- ieRa Duvan arWr.1WJN ro.k Jil6w4a eo{ii Village of Ook Brook Mockingbird Lane and Camelot Drtre and Luthin Road LOCATION PLAN ,_,.,, ..—. gyps—AR- orxcr.(aoeJ uo lase r�r•(7")00-0.0 Oak Brook.Uncle 'O"0 11037G ATTACHMENT E EMI ' I� ` ' 11' llil'i l „i�l lfl sl,,yl y, w Xq y� U I di tl X k I s LEGEND APPROXIMATE LOCATION OF ASPHALT CORE BORINGS euaa ar cmr .mirc,wnu a.aunnv nrr: ®r CSEECO Consultants, Inc. zols Water Main rroleat BORINC LOCATION 10�zo 1d 7350 Oaaan n i- fYnlav Porb.Jut"60477 Village of Ook Brook MoaMngblyd Lana aad Camelot Drive NONE omm,(70a)Ma-1466 .�r r706/ua-rasa PLANS Q AR Oak Brook.Illinoio ��r^ 11037G 20l J NT E t� si;IV Ia LEGEND APPROXIMATE LOCATION OF ASPHALT CORE BORINGS MB c SEECO Consultants, Inc. °mr eL 2015 we1er Main Project BORING LOCATION MoNE ----- -- ' 7350 wean n -7WmV ruck ntmow 50477 Nllege of Oak Brook Udhin Rood PLAI�(S RAA'"AR -n=(aoe)+ea-rase '"..(7oe)ae-��e Ook Brook,IlAnole 'Oe 1f0 11037G tJ or J -15- ;l. ATTA,-HMI�T E' "..I'll ;, �Fn: - ii , , , il �,, z , F- F°sd \ '�Y. ". ', W i -':L 11 �i..' '- S '�I 11 h , 27 4 x \:' ,1111 I s Y,. 611° J j \ Y., \ \, \ i$ '- ' +4 ..- I fs WF E 6 hX 4 1 „' j - L S q `" 3 E R I - - �:_i. �,� -. t, `9 a .. - 2 - '$ :'; -' ,_11 I 11, e t Q t "" 1 -, �, �'Il' N,"DI,'XI -�, 2-?� ,.- : 11 I I- ,-,, ,,,. E , " ,.- ,,, n, ,n', �...- ^.f 1 i-�,,,Oi, lli,�- "'I'l- I �,-�,,�APP ,�,,ii iz�--I,`�,il "�`,` """,I I�f, -ii""',", '��1,11,, Z-, -�i, ,-�',�'!" �-��"?�, � , " , ,�l, I 1 iZii ,-JOMo�,� ,-, �, '', �- --- 11 I '11 , , , ,�- --,-,,,,--- ill' � , , �- ,, �, , -, ,, ,,-- I I , "' , - , , , - - "', ,�, 11 "''I 1'11-'�Ilk ll,� 11 I , , "" , "' "" - - --t"i",� -,`,--"",',,,� �i - - 1 'i-z �,i�1',.11 , I il" � , "'Z'�',,�, z��, I, ,:',A� - I - I " " -, " - I ...�- "' ' I I -, , , ,", - - ,,,,, ,i� -��,, �z - "- 4 5-, -,���',�, ",": , , , , � I 1-1��l , - ''i - - I i", , "'i" �,.,,,�I ", ,'.'- '' , ,� ,�,,",",""," --,,�,"""'i"',�,",,,,� , , i I, , - - , f��-,�;"I�,,� :`� "- , - - V, , , , I , , - ' ' , Z,- -, ,,, - - ,,�'' , _�, � ......... ".. ,,, ,- ,-,�, -�,,�"_ � '�::� �',,,�i , -,�, , '-,-" I � ,- ,, 'Y' , -',� � "i, , �� I- , ,-'--;" �',, ""i, _ , 114jil -;� -,,ii� , , 5 I ,,- ,,'- 1, "'," , , �,U,--I " - � ; �� i �-I' I I , ,-,, , : , ,� , " ,-,, , i-- , " ,,,,, ' ' -,,-,, I I "", , , , ,,, - � l'- 1, "' ' W, Z`I�:��,�- R I ­ll-�ilzl lil,i'll, � ". ',-- � \a ", ,' ' I,, � , , 11 , 1- -��-, -,", "I - " " - ,, �, , - , f , ,":� I , ," , , ,,, �`,,,� ,�,,,,ii I ,",'' � - -,,�,,�,,, \ e Ep , , "I ,I I. :-- ,"'I 1�1,11 ll,:�� z, ....� . I ":•t .: i.. - ,�, 1, I � 141,11, z-1 , ," ll,�I I lliln', � I ;: 1-1 I :� I '�� , " 11 -, �, i i I I I � I I �," 11 I I rl:. I I "'?',- ", ,"" ��, � , ",r,, �� ", ",��Y,�;',- -�'i: ,,',�, "�,",i "" I � I I I ,� I I , � , ", , - ��,'I,I 1, r , I " ], I I .1 ,:,�,,,,� ", , , �,�,`��i,,, �i- - I I � I I I ,-�l 4", , - , �, I I � . , I : I I - - , I I - -��N ,-" i, I , � 11 I :, " - � I I 11 � ,��;,-,, ""4 �, ""'i, ,�� �i��,',�,'� w- I , - ,� 1%1,1 ��;, � 2 rk,- I � I I_ � _ :, ::;- ,� ,� , -i���I �,A , Aw" , " I . - : 1'-- . , ,, 11 I I I I ',',�� ,ln%-,,,, " ,-�,,, , . I I I, � : I'll"'M� , ,: ", � ;,1� i:',, I � I "I ,I - ., I ."I - � I 11 "N, - � , �,.;I , .1,z, , , I � I I I-I ,-� ,, , -" �::" , ,�, I 1, �!,:'.""', :�,���,I , , , :,�.�,z� ---,,,� , ---"� ,,, �%, � :;� I ''I I � ���- ,",��,, - I ,I , - �,, I "� � " I I I ,; " ,:. :,, I , 11 iij�,, "�., ,i, , ,, , I �- I -i I � ,, - � -� , - , , A ,Ile � 11 I I" ,I " I z, I el, I �, I � , ,, I -;" :i�, -, " ��" ,: 11 I I I I �:i I .1 11 i, � � 11 ,:: , I , nl I I ,�-, ,, I , i, , 11 I I " - - - � ::��',�,, , I � I � I I I I � 11 I I .I 11 �-I ,, I I �,, i�, ,�� , n,�,�., "", �� I , �I �� , � ,- �-,�i, ",,-�, � ,� I 11, ,�I I I I I 1-1 I� I I 1�I �i" ,,;i , , :� ,,,- I I;" �'� - I - � -.- � I ... I -I I-�,, 'I, ", � ", ��,",,�,', "',i , ���,,,,,4 z , ", � , , I ,��<,Iii, ,;, ,�,- "', I 1, I� I ,,I I 1, 11 III I I , :� �� ,�" � ,-, , , ��,11 I I 1, 1;1 I z , I I � ': I , I, ,I , ,I , , - , ,- i 11 1;Ti , �, ,�� " I , I I I 11 - I -� - -I �", I I I � I I ,I ", I� :1 I , I ,��' - , "�� - ,�, I 11 11 ,"�,, � I 11 I I I 11 11 I 11 I - �-, -�,:,, , ,- ,� I �I�11-, ,"1�1 11 I I-- � I I I-I -,, I , �- - �,� �...i, ii, ',, I I ,�," I , " 11-111, I 1, - ,�,��,�',,-,���,,�', ,,�,!�i�, "',""';�,"', ",,,<�" ,111 I,,�� , -- , ii� ,� , I , - I I I I , , � i,� � I �-�-� , , ,,,,;]� ,, I - �11 _ ,, ," : -1, I ,, """ , , ���, , I I.� , I 1�1: N I I ,, I .1;1 ... -� 11 ,, I, I... " I Z,l ,,,,1%,,- z,"4 - I , I , , , �, , I I ,�, ", , 1'1�I - � , :!"'I:" ",�� A i", ii,,,�� .1 � � ,, �,� ":, � , , , I , I � ,- I ,�5 ," " �;�', - - , "A � -- ': - ,, I I f I I e,e:,;: �,��, - I," � -, , �I 11 I I I I � I, , ,�� , I� , �:7�11 1 �i, 1z, ,-I I � �-- I 11 I I ; - I I I � -, , - -, ---- I ""I I , " -", I , , " -, ,�, ,�:]� I �111:, I I - " " I,� ,, ,,,,,," 0, ��,,�F,`� �,!",i z i p "I ��,�I",',�,,,,, , n-, , I hl,� - -I _-,I I I I -" �,, , 11 I I - I I 1� , "',�� "I � -I I I I 11 I",I I ,i,?",� -�:, , - :�, , , -1,I , I � � . 1, I I � ,��- , ,- , " , "3 I I ,�� -Z� I : , I ,� �',-`i , �-" ," ­-,� - , � � ::,- ,, , . , I , , , , I ,,",", _;,�", I I­ I I ,�I ,� , , - - I I , I - ,-,, I �1;I ,�� - , -ly,,�, " ,�;q,, ,,, - , ,�, , - , ; I , , �z,i",','�� I , � I �� , I 11:. : - �- , I" , - ,,lll�I """ I I 11", 11 1,�'le,1 5 ,I ,� 1; 11 ��l I , 11 � I I Ill ,,� I,Q�l , , ,�� I I ,,'11�� , ,,""" , " " , , 1,�'l I- � - ; ,,� , z ,'. J`�� 1,, I 4 , i,�i-- ,',% ... � ",`�,,i I , , ,I � I ,�rlll n�I" I'll ,, �. :, �� i� � " --', ", -Z',"'I"', " ,g',-,`,�-�I � � li �i,I 11 , �` , - . z F, , ", I IT I - il"1,1 �I..""', - , 11 , I I I lil 11�. I �- ; , . , �`", , , " ,�- - ,", �i�,�,',,�,, ,�,,,,�i,,, ,,-:,"i, i I " , "I � , ,,: � � , I , ,,, - , , , " 11 � � , , - - ",", , , " i" i, ,- il - � , , li� :i , 1�-� i�11 z ,,, I , , , ,- -, I, , � ,�' , , " ,, ,�, , ]�, ,, , I � I ,� .� , I, - I - , �lr 11 I I I � �, "I � :11, ,1- "Ill, - I - I � , ,,- ��, " I I 11, I � JI ,: I I ":, , I 11 - 4 ,,�,i",,,,,--':'--"",""!l", "", , ��, �IPL,1, �, �z,, I I I: �_ , ,N 1,I �l "� - - "' "" - A, I ,i,I� ,,,, ,': I �:,: , , , -I 11 11 11 , I �l 11 ', � � �i - i - - � -",".- , , ,,,, - , � - ,", I - 4 1 , , , " '-� -; , ,;i, I , .� - I I - I -I 11 , , - - I i., I I� I I I , , -- I- 11`� f i,, I�, ,� �i,," -�,6 ,�,�,,,, , 11 I ,", I , zz :1, �, : :1 ,", I I"I I 11 : ---- , " I I , I I 11 "I'll �,,, , - , - � k,4' , I I I,rl I I'll �, I �l I I I I I I I I I I ..., :" �, 1'1�" -I ,- 11,""�I :,,,�',`� �� �11 I ,� I 41i , "'I"',, I: , .- I - � - 1,I - I "I I I I � , I � " i, I � I I I I 1, I , : "I 11 , - I I . I , ,� ,I , ,� -,-, , - -k�, "i": �,�:,,��' � I I 11 I I , , �:e i, I I �,'� ,� �<,",;,�-,�, I I I , ', i I I I I - I I I ,�n �l I I ,Y, ,, �� - I I I I I I I �1 1 11"I �,I',,- ��� i,� I'll, " " I �I I I ""I I , ,�; �,` - " � 11 � i I I '� -�_�, , , �I I I , - I I I �i " I "I I ,"� 1,, -- - �,, " I, , '��'-` � :�i", I I�11 I - 11 , , ,�, ,, -� �ll� I ,, � I I I , I ,,,,�,`,"', ,,,, _,,,4�, n�l, ,`�,�� '"'I I - I , , , I i I , : - ,:, , ,� I I I I , 11-1 11 �,, - " "" , I 11 �I-I ���: , ,,, ...... , ii��,,'-',' , , -;i� ,, -I I , . y E -ra iz ,, , ,,,,, ,ii I I z , � �, , ,,I I I I I I� , I , �- I I I �;I I I I I ,, � ,",-11`I �Z�� 1'�I . �2"I , I� , �,� I n �, I , � 11� I � I ,� , � ,�, "I 11 I -i:." - I�� ,iiw� 11 :,�- 11 I �"": I , � � I I :, 11 I I , I ,- -I I, , I�l I, , L, -�I I , , ,� "I,�ili I-I I 11 I , � �, I I -1, �' , , � , , ,, I I I 11, I I I � : - I I I N �� � � I I I , I - I �"I I I I 1:11, I �l I I I I,;"�l I I - I I I I , - " I �lr-�, I":, " I I I I I I,, I � � I "', , �,Z,- , � I"" 1;I ;1� :1 I I I I I � ��, I I I I I - 1,I I I I I �� � � I I ��i n.�, I I : �' , I I �,�,, I I I � ,, ,,,,� �� I, � I I I I I : , ,"', � I I i�,,,, , I I I I ,i�,l � , _,, � -1, � I,, I I ,I� � -\ k� , I I , -1, ,, I I I , ,,�, I � ,I I z,-,�, ," j i ,� I 11, I I�- I I I I - I I ,� �I,I ,,ii� - � �,- , I I I I I I I I I I I i ,I I :,,,,, ,,�,�,i z,SL�-,' , � 'Xi I i ,;' ,,, ��,i���-� , ,,� 11�­ I:�, � :�:-�- I li� I I � 1� I I � I I �"Z_ nl,liz, 11, ,- �"s-rq .sC ,'", ,� i,:, I� �.I I-11 I I ,, I I I I, , - �' ,, I-, , I �;, : " I , ��- I I I- " t ,�"ill I � I ,��I, 1, I � 1, ,� '�1, ,� I I � I I z:, I � I ,I � " :,,,�," I- � I I 111i� ... ,I I , I ��z ,I ,, , , 'i��'I'll I -,"I, "'i�- I ,11, - I I-11� I�1-1� " �,�,11 I I I � ,, .. .... �,- , I I , ", , I I I 11 , ,,,�I , , �� ,,,I �,�,, , � , a r. \ - ,','� � 11 I�,, I - I i- I 1""';;', , - J, , �l , , i I I ,-, � ,, -� r I I "�," -,��, , ,z,�,"-, , , , ,e I I I I ,; . I 11 I I I I , I,�-- 11 ",I-I � ;���,"'>,� :, ,"li" `.�'- ,� , :,",. � ,:,,, �`,-�I I I, I I , I -I I i,,, �l � , , I I I FZ� ,'I- ,,_,I � -" - � 1 Pui J\,, -� 'r G i�-� - � I I I I'll,�",i, �� � i k ATTACHMENT E SEECO Consultants Inc. 7350 DUVAN DRIVE GENERAL NOTES TINLEY PARK, ILLINOIS 60477 DRILLING AND SAMPLING SYMBOLS SS SPLIT SPOON 1-3/8" I.D. x 2" O.D.(EXCEPT WHERE NOTED) 2T THINWALL TUBE SAMPLER 2" O.D.x 1-718" I.D. 3T THINWALL TUBE SAMPLER 3" O.D. x 2-718" I.D. 3P PISTON SAMPLER 3" O.D. THINWALL TUBE FA CONTINUOUS FLIGHT AUGER 4" O.D. HS HOLLOW STEM AUGER 6-3/4" O.D.x 3-114" LID, HA HAND AUGER RB ROLLER ROCK BIT FT FISHTAIL BIT DB DIAMOND BIT AX ROCK CORE 1-3/16" DIAMETER BX ROCK CORE 1-5/8" DIAMETER NX ROCK CORE 2-1/8" DIAMETER AS AUGER SAMPLE WS WASH SAMPLE Standard"N" Penetration: Blows per foot of a 140 pound hammer falling 30 inches on a two inch O.D. split spoon, except where noted. WATER LEVEL MEASUREMENT SYMBOLS WATER LEVEL OBSERVATION WD WHILE DRILLING WCI WET CAVE-IN BCR BEFORE CASING REMOVAL DCI DRY CAVE-IN ACR AFTER CASING REMOVAL WS WHILE SAMPLING AB AFTER BORING Water levels indicated on the boring logs are the levels measured in the boring at the times indicated. In pervious soils, the indicated elevations are considered reliable groundwater.levels. In impervious soils, the accurate determination of groundwater elevations are not possible in even several days observation, and additional evidence on groundwater elevations must be sought. SOIL IDENTIFICATION TERMINOLOGY COHESIONLESS SOILS COMPONENT SIZE RANGE DESCRIPTIVE TERM PERCENT OF WEIGHT BOULDERS OVER 8" TRACE 0- 10 COBBLES 8"TO 3" LITTLE 1-0-20 GRAVEL 3"TO#4 SIEVE(4.75 mm) SOME 20-35 SAND #4 TO#200 SIEVE (0.074 mm) AND 35-50 SILT PASSING#200 SIEVE (0.074 mm) Page 1 of 2 ATTACHMENT E SEECO Consultants Inc. 7350 DUVAN DRIVE GENERAL NOTES TINLEY PARK, ILLINOIS 60477 SOIL IDENTIFICATION TERMINOLOGY (Cont'd) COHESIVE SOILS DESCRIPTIVE TERM PLASTICITY INDEX CLAYEY SILT OR ORGANIC CLAYEY SILT 4-7 SILTY CLAY OR ORGANIC SILTY CLAY 8-30 CLAY OR ORGANIC CLAY >30 INTERMEDIATE SOILS DESCRIPTIVE TERM PLASTICITY INDEX SILT 0-3 Unconfined compression tests are generally not applicable for intermediate soils. CONSISTENCY OF COHESIVE SOILS RELATIVE DENSITY OF GRANULAR SOILS 1-3/8" I.D.x 2" O.D.with 140 pound hammer falling 30" UNCONFINED COMP, STRENGTH, Qu,TSF CONSISTENCY N—BLOWS/FT. RELATIVE DENSITY <0.25 VERY SOFT 0-3 VERY LOOSE 0.25 - 0.49 SOFT 4-9 LOOSE 0.50 - 1.00 MEDIUM 10-29 MEDIUM DENSE 1.01 1.99 STIFF 30-49 DENSE 2.00 - 3.99 VERY STIFF 50-80 VERY DENSE 4.00 - 8.00 HARD >80 EXTREMELY DENSE >8.00 VERY HARD CONSISTENCY OF COHESIVE SOILS N—BLOWS/FT. RELATIVE DENSITY 0-2 VERY SOFT 2-4 SOFT 4-8 MEDIUM 8- 15 STIFF 15-30 VERY STIFF >30 HARD Page 2 of 2 y' ' �.ATTAH�[E`l �i"E «� 11 �a rl Y _ EIE j',l°,' ,� �1 _ •t - E E ' m :'ate .Gt ; ..�,.n ` 11 y� i E E t,€fE" xCn 3 { ffi r�� E z ,. pool TA&W,n : � ffi ti 11 — 11 11 � t r"� - T� € : ,; _ 7 �, v: e I -1 .�. _ .r% .. _, _;;. ;'11 � E L 11 a, %,�V S ffi Y E _ dump hat I N Ile E r r "� t , AN, * � tz g t ` ��1111114 kx r a o-� X � E �� '. A� ill,,!"_ P�"' "?r a aY - ijE y 'ate` r a i' IWM�L 4 t ffi; - - .- t {� �"e�I ­1­ `;��,�-�',`,�',V ­_:,,,,,,,�-„,,,, - : : , ,, ,,,,-,- ,A 11W, ��� �IX”' - ' ,'- ­"', ,aq, � �� -1-1, I'', � , "' ,,,ip��, ,�, ,-,,,,,- ��-,,,�""-,�""",",��.-,,,�: "'."t"""',�7"," , , I ,,� ,', I, "''� " -� " I I ­, !�:, -- " __ - , , 'n""', -e , , :�:��­,_ ,,, i""', ;,","- " - , �", , "' ',:,���,,�,,��,�,,�'�1,1�'I'�,'�'��, , I AsE.. h , I _P`P!��,`,,,, ,,, �I , ��, ":�-��'"'f""'':-"-",--,-,,,,�,,,�,�""�:�;:, r�_�: �:,�'�_�', " l�,�,�,, I k, l L4 ax'i� �Rk�i"Y Y :p" , : Owl ", L Mr4v� -, " -, M,1 1W . , � 0,ARVANT-, � , Y - I ,,,,�, � . � ,I,," W - , y y ..� ,�\ c Too W� YJ 11�_'�,',,­ ': �, -__1 �-�,tR `_ 2 u..c - �E �._�i",�_,,, Z,, My �o-,�, , �,""""', ,,"', E � fff;;;�, "', �,,e� n.., .r:, K R R- �FAIN -­,, � �- , -"" ,��,,- - " , ;:'',-"�"",-""",",�-,,,,,,��,,,�-�,,,�."",�--"""-"-"""",,,,,,,-,,--,,,,, ,I� , �h l 4, -1 -",,_�',","__ Tat"'' .. .t `gERC� �00 , 11�` ' ' �_�_,__A__,__11_1_� :�, 7 �' ,'+ ; ��­���",".'�,"""�"�"i",""',',""",��,,,,��,�, ;! --,,��% , , �190 - -1 ov,?l;�l i��: � : , " , - � I I - '� " �_ _;_ - , r;, .. ,... "i" , ,- ,:� - 'i ,�',�`, �­," , I, ,�k, __ �,11. i�,.1'1,1,11,,, - � �'_,"""; ��,,,',�-,,",,,""' ',,-,.",,-,�,,�,� -,",', ,,,, ,,��, - ­ , " 4, 6 ­�:;� , � , 7511 'i'_ _ .,�, " , 1:� � ,� �� �:, , I ,��i ��,, - � �,��, ", , � , _� -,��,�,,,,,,�',',-,',,",�""" ,I��",���,,,�� , -,.''- �� ., '_ ,, , , � ,,,�,�! ,��i�, , . - ��, I ,'_ �' 'I 11 I - - . , � , , _ :�, --, '_." "��, ", , , � - , ,�, "� �_ , - - - �', , __ - , , �� ,_ I I �,,,,�ll:�,,� - ,� _� , " _� , ,, "'! � ,: I - '�, ,�,,,, , - , ; � I 1­1 � Z,, ,i�_:_, �:, �:� �, ,��a, I �'_„,� I I, , � ,.I , '' , -4 ANK ,�l ”4, -1 � " I ,"�' :�,,.!�,"%�:-",�",-,-",�,,�""",,�-----,, ,'�::"" - , I 1�1 I�v AN I ,,,,, `-, '', , - ­� I , I��, 1�1 :�1'11­11' ,,", " , k , , ' QL In I" ;�; �­V,,��,",­�,,,�' , -,,;�",�,�;,��""",,�,,,,,,,,,,,,,�,,�',,,�',, ", - ,­ I I ,, " , - __ , ��­,�1,111114,� �­ ­ 7 0-W&A_". -"I, ", ---- :-­ nn 10.10. , , ,,_�_��_ "I,� ' I ,,,," ,:,; -,""', , , , -" -, , ,_ I- I- I I I I �­,Z'1'11, , �� :, ", , -,, ,� , , � , , In ,ARM �, , "" 1��_,�­", " %��� , not 41 4 7 ",',,',�,����,,,, , '"" , , ,,,,, ,- - "", I - lo '�,'�,�','IN��, ,�"',�, �,,,�' '­'z, � , ,V,l z - 4�,,u, 111z", , ­- - I"'1�& , 1PN1,11 -�� , '! ,-,-.',_,',�""", , :� �� ,!'-'_ , I - �, , . , , , , "" , � , , All, 1 Vl I 'SMj , , �,�_ ,,;�:�"_ :�,,,�,,:,,,:��:-,�;,"':, ,�" Z�� . ,,�`;11111 , �-,;�, z� , , , , ,,, " ,,, , , L W- , ,:,,�,, '1311 1-1-1 �"t�. _ �' M� 11,_� ,�"'I",I "k ,"-1 , i's - " ,1; 1 � r I I I I I. . , .vv? f"""", z ,I — I i .'' R-P� , "\ " �, k s., "", fjjj� _"" _"� �;, ,�',;�" , "', , _. .�;, i , � ,, 11"" "'. 11 " �,�,`z�`,-� "—­1 I :t. 11 I 4 Y ffi ;y z _ ,11 �* ._ k� 1, I v BORING LOG OWNER PROJECT 2015 Watermain Project Village of Oak Brook ENGINEER LOCATION Mockingbird Lane.and Camelot Drive,Oak Thomas Engineering Group LLC Brook,Illinois o BORING NUMBER C-1 Unconfined Compressive Strength,Tons/Ft. a, m H 0., Q 2 O I 2 3 4 5 o SURFACE ELEVATION z uy U x OVM x E+ E w x w o; F4 w STATION OFFSET from CL ppm MC w w °'n a STD"N"PENETRATION BLOWS PER FT. - `n co a a DESCRIPTION OF MATERIALS (LABORATORY CLASSIFICATION) 10 20 30 40 50 7"BITUMTNOUS CONCRETE PAVEMENT DB 1.5"POZZOLANIC BASE COURSE " FILL:CLAY,Brown,Gray and Black,Trace Sand FA and Gravel,Very Stiff,Moist (CL) 1A 0, ®' SILTY CLAY,Brown and Gray,Trace Sand and Gravel,Very Stiff;Moist (CL) SS 46 IB 0 End of Boring @ 3 Feet Note:No odor was observed in the soil sample obtained from this boring. ---- — ------_—_ --- — ---I--__--__ --- e Calibrated Penetrometer Unconfined Compression Water Level Observations Boring Started SEECO 10/17/14 W1 Boring Completed 10117/14 Consultants, Inc. W.L. Dry WS/WD I Dry ACR 7350 Duvan Drive;Tinley Park. IL 60477 Driller EN �'Port- Cor.YD-50 1d1.L. }', Approved ob No. 11037E Drawn Qy AR Sheet 1 of 1 BORING LOG -OWNER PROJECT 2015 Watermain Project Village of Oak Brook ENGINEER LOCATION Mockingbird Lane and Camelot Drive, Oak Thomas Engineering Group LLC Brook,Illinois w a BORING NUMBER C-2 Unconfined Compressive Strength,Tons/Ft. w z O > U SURFACE ELEVATION - I 3 4 5 c� x z H U OVM 9 Y PL MC LL w j w �; STATION OFFSET from CL ppm _- d w ` y STD"N"PENETRATION BLOWS PER FT. .a V) H' DESCRIPTION OF MATERIALS cn mO, (LABORATORY CLASSIFICATION) 10 20 30 40 50 8.5"BITUMINOUS CONCRETE PAVEMENT DB. 3.5"CRUSHED STONE BASE COURSE FA - t FILL:CLAY;Brown,Gray and Black Trace Sand' and Little Gravel Trace Organics,Very Stiff Moist (CL)`,' I SS 38 f 2.5 i 1 End of Boring @ 3 Feet Note:No odor was observed in the soil sample obtained from this boring. Q Calibrated Penetrometer Unconfined Compression Water Level Observations S E E C® Boring S Carted 10/17/14 w.L. Consultants, Inc. - Borine Completed I0f17/I4 b1,.L Dry WS/WD I Dry ACR 7350 Duvan Drive,Tinley Park;IL 60477 Driller DIN R'Port.COr./D-50 b1%.L. Approved JoF No, 1 10376 Drawn By AR Sheel I Of I BORING LOG OWNER PROJECT 2015 Watermain Project Village of Oak Brook ENGWEER LOCATION Mockingbird Lane and Camelot Drive,Oak Thomas Engineering Group LLC Brook,Illinois LO BORING NUMBER C_3 Unconfined Compressive Strength,Tons/Ft. o N N' SURFACE ELEVATION pVM 1 2 5 a x t� z 1C LL 04 PL w w w STATION OFFSET from CL PPm A N< A w a o w E a STD"N"PENETRATION BLOWS PER FT. E DESCRIP-TION OF MATE S2 cn C)' (LABORATORY CLASSIFICATION} 10 20 30 40 50 _.. 4.0"BITUMINOUS CONCRETE PAVEMENT DB' 4.0"CRUSHED STONE BASE COURSE , FA FILL:CLAY Mixed with TOPSOIL,Brown,Black and Some Gray,Trace Sand and Gravel,Stiff, Moist (CL-OL) I SS 42 0 e 2.5 End of Borne @ 3 Feet Note:No odor was observed in the soil sample obtained from this boring. I ___ _ — _— -_ ^_v__ _ .. __._:___ _ _.:__ e Calibrated Penetrometer Unconfined Compression Boring Started 10/17/14 Water Level Observations _ v ` `Q � Boring Completed 10/17114 W L. _ Consultants, Inc. W.L_ 1 Dry WS/WDD Dry ACR 7350 Duvan Drive,Tinley Part-.IL 604�7 Driller EN R41ort. Cor./D-50 VV.L. Approved +1 lob No. I103'G Drawn BY qjj Sheet l of 1 BORING LOG CIWrNF-R PROTECT 2015 Watermain Project Village of Oak Brook ENGINEER LOCATION Mockingbird Lane and Camelot Drive,Oak Thomas Engineering Group LLC Brook,Illinois 0 BORING NUMBER C� (, Unconfined Compressive Strength,Tons/Ft. w °�° °a ! Q a, 1 24 5 2 0 SURFACE ELEVATION I co x 2 H U OVM tx a w x z PL MC LL w > 'w W STATION OFFSET from CL ppm ❑ w �, w w r,� I w DESCRIPTION OF MATERIALS STD N"PENETRATION BLOWS PER FT. cn (LABORATORY CLASSIFICATION) 10 20 30 40 50 4"BITUMINOUS CONCRETE PAVEMENT DB' FA 23"WELL GRADED SAND AND GRAVEL d g BASE COURSE,Brown,Medium Dense,Dry I lA Q SS 54 I FILL:CLAY,Brown,Gray and Black Trace Sand 0 e IB and Gravel,Medium,Moist 2.5 g End of Boring @ 2.5 Feet Note:No odor was observed in the soil sample obtained from this boring. F f t i 4#jj( t t { ® Calibrated Penetrometer Unconfined Compression Water Level-Observations SEEC4 Boring Started 10/17/14 W.L. ; Consultants, Inc. Boring Completed 10/17!14 W.L. 1 Dry WS/WD I Dry ACR 7350 Duvan Drive.Tiniey Park,11-50477 Driller ENV RtPprt. Cor./D-50 W.L. I - Approved 1 Iob No. 1 143 7 G Drawn By AR Sheet I of I BORING LOG HR PR 2015 Watermain Project Village of Oak Brook ENGINEER LOCATION Luthin Road,Oak Brook,Illinois Thomas Engineering Group LLC u BORING NUMBER C-1 a Unconfined Comprcssive Strength,Tons/Ft. 0 ] 2 3 4 5 O N U SURFACE ELEVATION a 5 H z E- H OVM w t=: a a w PL MC LL � " w STATION OFFSET from CL ppm " J a w a w o w STD"N"PENETRATION BLOWS PER FT. w tn 'cc . E H DESCRIPTION OF MATERIALS ran (LABORATORY CLASSIFICATION) 10 20 30 40 50 4.75"BITUMINOUS CONCRETE PAVEMENT DB FA 8.25'CRUSHED STONE BASE COURSE g 3 FILL:CLAY,Brown,Gray and Black,Trace Sand t and Gravel,Very Stiff_Moist j (CL)' t( I SS 58 0 X I _ 2.5 End of Boring C 2.5 Feet Note:No odor was observed in the soil sample obtained from this boring. 3 t t ti _ !' — _ _! Calibrated Penetrometer Unconfined Compression ( Borina Started 10/17/14 SEECO Water Level Observations ,_,., Boring Completed 10/17/14 w L. Consultants, Inc. Ri D-50 7350 Duvan Drive,Tinley Park IL 60477 Driller EN g W_L. E Dry WS/WD Dry ACR _ i Approved VM Yob No. 1103-71G 1 Drawn By AR Sheet 1 of 1 tA'.L. BORING LOG OWNER PROJECT 2015 Watermain Project Village of Oak Brook ENGINEER LOCATION Luthin Road,Oak Brook,Illinois Thomas Engineering Group LLC 0 BORING NUMBER Unconfined Compressive Strength,Tons/Ft w o C-2a SURFACE ELEVATION I — -- z F OVM a C)4 PL MC LL w a w a w w a w ' STATION OFFSET from CL ppm w tai n w STD"N"PENETRATION BLOWS PER FT, c ,�., DESCRIPTION OF MATERIALS cn O ril (LABORATORY CLASSIFICATION) 10 20 30 40 SD 5"BITUMINOUS CONCRETE PAVEMENT DB FA 22"CRUSHED STONE BASE COURSE,Gray, Dense,Dry a l� IA D� SS 38 i3 r FILL:CLAY,Brawn,Gray and Some Black,Trace D j` Q 1B Sand and Gravel, Moist 2.5 End of Boring @ 2.5 Feet Note:No odor was observed in die soil sample obtained from this boring. r d i °f t -- ———— -- ——_ a_——— -- _ -°--r_,,.--- 191 Calibrated Penetrometer Unconfined Compression Water Level Observations S E E C O Boring Started� 10/17114 W.L, Consultants, Inc. Boring Completed 10/17/14 W.LDry WS/WD Dry ACR 7350 Owan Drive.Tinley Park. IL 60477 Driller EN j Rig D_50 W,L I Approved V_ Sob No. 11037Ci Dra,n By ADZ ' Sheet 1 of I , , ATTAf 4-,I IT E , ,rr _. - _..E > ��,. �, ti ,�yk - .° .��t h 3ws :� s, _ ,: <i ,� : "a ',rev"m�, _.. 6 „ f I j mogodows. ,,,,, _ , "FAT-W,, w - _ €MMIM r R� , - ~�x t �� :, =' ,; n fi znn VAT - _. ., ., _ \ ; I. E S b , s v'^ -\i � E.,mss.ate. $ \l 2 3 t _ -m 1 E \ - - / a 1 Nm \. Y �r �€E a �� i I s , �V IM " \ r 11 a.�,, E 1111141VA -1 I "," r v y a 9 s. ya i _ ^11 z i - .„ �, h � - %- - i 11, , z „.. ? _,, ­�` �, F l '- � ,k , , Y E3G aE" � 1, � - " I _ I ,�,_­�,:,�:�___ - _,_, I ,, ;� �A , ,, �11, 11 ! I��v >� �� 'S a: :,""",", ,'e:��,`, �, ,, , �K", __ s ti s a , a, m „' s, ,, - A a € ra", �2 j� 3E A+ 23 1 — �— .11, ATTACHMENT E CLASSIFICATION OF SOILS FOR ENGINEERING PURPOSES ASTM Designation: D 2487-10 SEECO Consultants, Inc. (Based on United Soil Classffication System) Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests4 Group Group Symbol Names Coarse Grained Soils Gravels Clean Gravels Cu>4 and I<Cc<3f Gw well graded More than 50%retained more than 50%coarse Less than 570`tnesc arovelF on No.200 sieve traction retained on No, Cu>4 and/or i>Cc>3E GP Poorly graded 4 sieve gravel' Gravels with fines =fines classify as ML or MH GM Siltv grovelF G.h More than 121finesc Fines classify as CL or CH GC Clayey aravelF.c,x Sands 50%or more of coarse Cu?6 and I<CC<3E SW well-Graded sand, traction passes-No.4 Clean Sands Cu<6 and/or 1>Cc>3E SP Poorly graded sieve Less than 5%finest) sand' Sands with fines More itLar 12%finest) Fines classify as ML or MH SM Silty sands.x.i Fines clo5sifv as CL or CH SC Clovev sandy"-' Fine-Grained Soils Silts and Clays PI>7 and plots or.or 50%or more posses the Liquid limit less than 50 Inorganic above"A"line' CL Lean doyx L"" No.200 sieve PI<4 or eiots below"A"line' ML Si(tx L M Organic Liquid limit-oven dried <0.75 OL Organic clayx L M N g Liquid limit-not dried OL Organic silty L M.0 Silts and Clays Liquid limit 50 or more Inorganic PI plots on or above"A"line CH Fat alayA L M P'clots below"A"line MH Elastic Siit,L L M Organic Liauid limit-oven dried <0.75 QH "3t OnjC Hrjvx L M,P Liquid imit-not dried Organic SiltF L M a Highly organic soils Primarily organic matter, dark in color, and organic odor P7 Peat ABased on the material passing the °Sands with 5 to 12%fines require Jif A iterberg limits plot in hatched three inch(75 MM) sieve dual symbols: area,soil is a CL-ML,silty clay Bit field sample contained cobbles SW-SM well-graded sand with silt Klf soil contains 15 to 29%plus No. or boulders,or both,add"with SW-SC weli-graded sand with clay 200,add"with sand"or"with cabbies or boulders,or both"to SP-SM poorly graded sand with silt gravel,"whichever is predominant group name SP-SC poorly graded sand with Llf soil contains>30%plus No.200, cGraveis with 5 to 12%fines require clay predominantly sand,add"sandy" dual symbols: ECu=D6o/D10 Cc= D30 2 to group name GW-GM well-graded gravel with D10 x D6o MY soil contains>30%plus No.200, silt Fit soil contains>15%sand,add predominantly gravel,add GW-GC well-graded gravel with "with sand"to group name "gravelly"to group name clay elf fines classify as CL-ML,use dual NPI>4 and plots on or above"A" GP-GM poorly graded gravel with symbol GC-GM,or SC-SM line silt "It fines are organic,add "with aPl<4 or plots below"A"line GP-GC poorly graded gravel with organic fines"to group name PPI plots on or above"A"line clay ,It soils contains>15%gravel,add oPl plots below"A"line 'With gravel"to group name SIEVE ANALYSIS P I SCREEN-IN I SIEVE NO. E ° i E 3 2 1-1/7 T 3/4 3/8 4 10 20 40 60 140 200 E R 700 .. ..... 0 R. P 60 .._ d etafian#rwle,orom.d C -;£ L tm4 NneQ q db%fim or camxe• E A 1 N B0 tw IS mm 20 14 T 50 xoROrdd a -a to 40 T 1 Lt=15.3-then PI�.73 - (LL-20} P R C pua4lonot"U-Ifne Cx o 60 4Q E I 3p VrAicm A LL=78 A \ T PI=7.Men Pi�.9 5 =2.3mrrt T v 1LL-er A S _ ,.., - 20 MN or O 1 40 60 t I ct-r0 N N N 10, G � E 0 7 . D E 20 f)r'0,#175 x 0 CL Mt ML or at - (PI) 10 16 20.:..30 40 50 60 70 80 70 100 110 0 ( 100 LIQUID LIMIT(M) ( 1 1 [ It t 7 I M 3 l it i:E.l::i t I It To 5 1.0 0;3 0-10 PARTICLE SIZE IN MILLIMETERS Cu= D60 = 15 =200 Cc= (Da0 2 = (2.5)2 5.6 Dto 0.075 DmxD6o 0.075 x 15 -27- ATTAGH°11l1'ENT:E • "n,,' e,,..;. r - �, k s ,. :. -- a a r g g _ € s�4 - sv E5 z ° _ y,r r 'sue 3 ? v � • � F a11 I , i �, �r h..: iz F� :y w . F , S l 0 x 3 1 ' , �°' .A 1.z m, a 11 I �i ^F �. /3 Tn ,11 a +t , r J s �� �. �� `�a.11 a� � t F I 1� - r , ,,, F �. vx s v 11 , S S `i ', , J� 11 .... -�.,�Il I I, �I I� i "I, I ,, ll�, ., " ,- rN�,,, , I z I , � .1,4,-,� �;"�,-�',�,,,,�,-,,�,,,,,,,,�,�, -I , ,-,,, "',��, ,„,,,,, ,� ,� I I - ,­ 1",��'- I �`�,�� ,,, , - '"I, � ”�11��,,, I -, l-,111,11 , : X ' ,_I I --," I I I� I I:,", - 11 .1, I I I 1'1� I -'�,,- �, , , , ,�l I I I'll I 1-1� . . . I ��w -�n,�J'1'1'10'1'��I' ll I �,�,����,--.� ,- �111 -":',',,,, ',-,�-,��,'��,'� :] , , ,I�h �r lz,,, rl; 11 , , �,�,,�:,�,�,a�,', " -�� "' ,,�,�, ", -- , I , , , - � ...... - ,-- - " ". , ,,, , , , ",- "'" ' , ,,,,�-, '' ", �� - -,,,,, I ", ", -- , - , ',,-�'- ", I ,, � -�1!�l��:-�' '. �J,j � ,z,, �"� ,", -e,,--'%,��',� - " , , �,-- - , I ,--� "I - , , I, "�, '�- - � , , �,I�T, ...1,,��Ik",'��,I , - ''"u, " , - ,,,, -O,r I "'�,: I , � �,,;,�I , � I� �' "."a 1, - I , I I I I'--l' �� ': I '' I " , ': -- - --,�,, , -� ,,�,'�,&,�',,,,� ��, ,,, , , , , , - ��, �l � � I- �e�� , ��', ---- -, "j,I I � I - ... e...� - - , �,,,,","', ,,�,,��:��'�j 1,51"'':1,"'k,�:, , ", �':'��:"'--- "", "- ;,�-'�,-,,,,,,,,,- ,�, I I I '-, I -. �, , -11, , �-,,, I I I �A,� �� - , 11: I I , , : ,�� -,„,,,, ” 1: , ,z'''', " ,, - -, , 11 -�,-' , - I I -� -"Ill,, � "-,,-� �- I �, I "' ; I I -,,"- �,� , ���,�. I I 1:1,1 , �c]�i_-- - _ , I I - - � 1, I I I 11 :1:1't I � O I. 11 , ,���,,,4,- - - - I-,"", 11- - I , -�......�,�, ,,� I - ,-- -1 �, �, -, ��,�,,,�,� ,, - -,I "n:�,�-Idl' - " -1 -I , � - I 1,,�-� � .- -'- ,-�Il If -, I I -,"" '� , 1, �',�",-,;"-,I I I� -" ,� 11 ,,-� 14 I 11 - - , I "�, ,' ' I 4:-.-","',"", , -, �" -1��w , ,I ,, -,- , -......... �- I I I - I- I I�-,,�,��:,,�-- I " z -�tl,; x , 'n�11- , - I I , , ,_�',�, ,_ , - - � - ," ,''� " I ,,, x , 2�- '-�l I- � - I I I - ,� ,� , 1,�:�,,,, 11 � � ��',�,��,,,� - ,�:..,,', ,,, -'�,�',��,.,�, - �,,��: ,:I�- e ,z�,q ,:�Z` I � I 11 'M,,, � 1.� I z, I" ��z' : ,, m\- , ,, �r I -:j",�,,, ,'��,:,--',',�,',,��,,��,�,�,,,,,, ,zA , , ,,, _�, , .-I � , I I 1� 11 11 � �',11 4� � I I'll I 11 I- I I I � "I-"', ,"I, z I , 11 1 , I ",. I , � I , z, - , z , I ­, I'll ,',,11 `�" ,I 11 I I I I-I", �� N'll I I I 1, - I I I � , ,1�, ,11 , -," "� I "�", � � , '� , � A,n�Ll,,111,11�.Z,I,� �,�, , I I � I I 1:,�:, � �, : I ,-�, I "'�i',�,�......�,,,,,," ,, ','�, 11 �l�-, ,",,, �11 I ; I I , I I I I" 1, z I, I I � ",,, I I ,� 1, - I I I I" �� I � �:,�,';,,-,,",,,'�,: I , ,`�, 1, " , , ,� ,'�"'�- � , I 1, � � ,,, I � ,N�I, V, I�� - " -",,z , ,,, I I �,� -1� I I �, �"- , � 11 I ." I � I I . I�,�- I I � - ,�",,,� - --, ,�, ,,?" ,� I �- "I I,I ,: , I I , I 1'��nl ��Q �` I � I I , I,�,�,,,�,�,, , , ,", - -,-, a I � , �,��.�.... :� - -` I I I I I I I , �'"",",, ,,�,� � , I k , I � 11 ,,,, "I - 'A ,11:,,, 'A I - 11 1, I � � I �-�l I 'J, ,I, :-" ,-'�,�""""r �,' "11��Il ,,'--' I 1�, , "I I I ,"1, I Iz I �11",I- I :,�� �,:,-�' 46�' �� I,�,�', - ,- ,� "',z-�L,,,,� , �, ;:�",-� I .I'll, I I " -1 -, , I I ', I �,,`,z """r�,"I"'3, ": I ;, �� I" ;l I - I Z, � I ,-:,��,;-�,',,;, ,� 1,'-�,�",�,- -Z:� � �� I I� I I -11 I - ''I", I�,I I �,�1'11-1'-�l`-", �', �," -11",-�',i�',- I "',,,�,,�,�,, , ". I - , , � I � I �'.-� I �c�, ".I I � ,,, - I I,- : � , � ,,,,,-�, ......i, "- �" ,,,,;,��;, �, I I- 1.rl,,.,,, ,� I I I I I --,"� ,, , I � ,� - � --,11, I 11 - - � , ,�,, rz.. ....1 "'Ill�1, ,I �1:, I ,I � -, , - I I I � � ,,,-,, I�'w� , -,',��I 11 11 � , .,-,, ,� 1. I 11 �� � , I, I �',�;,; , ,, , , � -� , , , � 1� I , I z I ,:,,,, ,�,,, I �,,l , I - I,,�,,,-"', "I,"I , ", �-�',�,," ,�, ,�- , I I I �;,, I I -- - I" � , "',", " ,� ­-�, I I �. _, ., -11 z R A a °, �Y 11,I, 11 —, � , : �" , ,, I I � I �� I - ,,I,� :'A �:�,� , z , 1 � $ � ;,. � ''28 ATTACHMENT E GENERAL REMARKS This report has been prepared in order to aid In the evaluation of this property and to assist the architect and/or engineer in the design of this project. The scope is limited to the specific project and location described herein, and our description of the project represents our understanding of the significant aspects relevant to soil and foundation characteristics. In the event that any changes in the design or location of the building(s) as outlined in this report are planned, we should be informed so the changes can be reviewed and the conclusions of this report modified as necessary in writing by the geotechnical engineer. As a check, we recommend that we be authorized to review the project plans and specifications to confirm that the recommendations contained in this report have been interpreted in accordance with our intent. Without this review, we will not be responsible for misinterpretation of our data, our analysis, and/or our recommendations,nor how these are incorporated into the final design. It is recommended that all construction operations dealing with earthwork and foundations be reviewed by an experienced geotechnical engineer to provide information on which to base a decision whether the design requirements are fulfilled in the actual construction. If you wish, we would welcome the opportunity to provide field construction services for you during construction. The analysis and recommendations submitted in this report are based upon the data obtained from the soil borings performed at the locations indicated on the location diagram and from any other information discussed in this report. This report does not reflect any variations which may occur between these borings. In the performance of subsurface explorations, specific information is obtained at specific locations at specific times. However, it is a well-known fact that variations in soil and rock conditions exist on most sites between boring locations and also such situations as groundwater levels vary from time to time. The nature and extent of variations may not become evident until the course of construction. If variations then appear evident, it will be necessary for re-evaluation of the recommendations of this report after performing on-site observations during the construction period and noting the characteristics of any variations. -29- ATTACHIm T E�� - . ,.,, '*- i, t _ S L P N S" ". c. k " v .P= " t I 1, .;F " %p L ,11 -- P .,,Y�;11 t 2 � � i � - y� �,,, �", I ,,, I �*�� $ - #�IS E _ ,�'^ ,11 I P x E +� q` i 11 , rc s"r. E'E L G El t It �;' _ X59; 8 �f d. d Y :^" q �' x .11 k � k - ¢ �� 11 I �3-�3' ,'. a._ ,stir. �,"W\ -�U�r 11 Y 11 8 :c„ - "3' y,1,111---- �,: ,.•� �",!,,O�Z,,,,�,'-�,- � F�,i�,I� , " --,r V _ >+�4:1 I 11 , wk-,, ",;'-!,-�&W',- - -� ,I:�-,, , -�-`�,- :,:i- - �-, t��',`,�`:'� I I-�� -w. 3 S �,,ii,l I I 1,, , � I , , "' �-,- I "'' "", , -, ,,,. _ .: Y, ,,z -I ,- I ,�', �v ' ',",.n., "o , �-�-, -, � IF ,��w , ��"1.111,Flu, -,--, "" " . , - , � " I n': ,,,, , ,, M--- , ,,,,,;:�,I, I ...��Z,'- I I I "," -", �� _I ' ll ", �, T ,,-'-��",�,� I I",, , R I I ,I 11 , , - A I I �, , ," A """"'k-,",-,,,-� Ill: '"' I I I ��i�',"'.L-- -, ',':��,��, , ,� I 11"' ��,�,,,,,��,",-, , ," " , 1, i'I,�, 1-111 , " I, �, ,,, "T" - -,I ,-�,� �!��,�\,��"""-""�""I�ll,"��'I'I 11 11" , � I '-, - -,, - -- - , n, I I , �1-11111...1�1,1�1,11'11-,: : I- " --- � . , �,, ,1'1'1,��: �, V, I I ,�'ll""I�"I'll""�?,�1,11,111I I'll,1-1--l"i'l- 1-� ,;,��......�� I 1; """',- , 11 �c, c, �.I � 11 - - :"',i�','�'S- , I I I 1:� 11 - - I I- - - " ' ' I - , "j, , ,-:...� - 1; 1, , -,� "' �l , ,,,,,,,-- . ,- �,- I I "''-1- I, - , - � -,i � , ,- , r v, 1-111E�111----", , , , - , - � "�� "" " , lk�, --- " ", �I , ,I, --,, 'n'��,,,, I "" I - i- �',I �', , - I�111,_.,, - I" "",�� ,, , --'-,�,,-, - -". .�... •�., d ; , I. . . ,, ,�,z ��- I , , , i, ,,�� , , �'- ! , �,-.' I -,III, -��,02j;;�',- "I �, - , I � IM I 1� ,::: �, ""N' , la I - '' � � --- -1. ��,, , , - , I 1 1,1-,�$,,15, � I ...�,,�, , , � I I - 1.11, 1, :�:- 1 ,, -'--,.,, ,." , 11 . , I I �1111 �'�-, :�,f,,,,,,�, I I " - -11"I'l ., , 1 , "I'l�� ,� ,';`-A.,� , " " .1 , � ,,, , -, I , 11 11, ;;;i,,,,,,-, '"'-,��1%"�,�,'�,��--�;��--,i,�,��, - - , ",, I � ` T' ,, -`-- , ...11'' ' ' � -41 "lull", ,,I , 11 11 � - ,I I I" -I'll ,e Z: I 1;�l ,, I I , �� I I , I I I I '3 , , ,� L- - ... . , , , I . , -- ,-�� -., 1� ,��,��,�" ,� "d; 9 1',�r,,','�,"�',",�,�,,':-,�, , , - . , . , -,.-,..,.- I - ,P,,�, � -�-- , "" - ,m-� �,- - : �,; 1 """, _� �i 1-1 1.1, ';��z�,k,a'-, 1 ,`�41'� � � , , ':qY, . � , �.. .......--, 1�,., 1�111 �, ,� , :�n,'��4I��!l , - - 11 ,��'. ", ,T-,� -- I �:"'I,�,,- � N-- " I,�-� �ili�,,��,�",,!�i I�" ."', , � � - ` i,:,,,,�,- "-""i,---,�,, -- - , - I, , � ��, ��------:�,- ,�,_-�: I " ���, ""�- L, M -;i� ,,�,, - , ,, - I I �,�, `­4 ,- 11 , ,� �:: , --- "'i"'.."" � - - � " � I, n ,E,. ,��,:�� ��, , , , � ,,,- . ,�� , 'i", ���,, �, , . I 11 .. ,� -�:, �,, I-11, -, ., ,, I �%��':f,'�',�� ;,-- � �-� ",- I f��- !:,�i�:,I I I �-�,� ��,�;. , - 11 I I �11-� - I 1. I I I - �,� ,:- - .I'll - I . , , I I - �,'� I � I '-- �1111'�`, - , � "I, "1 I , , ,1;1, I I �- ,- - I I '1�1�'�,- " - ------ - I I Y1.1- �:;:� ,� �� - , -�11 � , : -11 -�,-�'�,;,, � �, ,��-I , I I 1:- " ,,,,, ,--- , " -�1- I, ,1, I ,�I '�,',�,' I �� , I , , - 11"- , , I I I �I--1 , " , � -I I -�l 11 "f""'.1""."'i?I -1 1,-, 1, , 1: � e-1-: "' -- ,--- - �, ,�',I,,,,,l-�!---"-" I � .,- � , , , " �� ,, ,: I � 11 1--l' I I : 1� " , :-1 11 I ,� � " I I ,.� , I I�, I- - , 'Il � , 11 I � 11 I , �� I I �I- �'�lll I I I I ,,,,,�,,,,,,-,- , , �, , � ,; I I I - - I I , I ..- I ,-"" ,,, - I I, ,,,,,�'i,, �_ I �,,-, �I., ,,,, �, - ,, t < I I I ,� � ,� ,;�-1 ,::1, - I -�:-��- ,, ,: I I -1-�-I -,,-,- ,��:11:1 � � I I I I ':I �:,� ,�,,�� "':',I,.",- I I , ,�,,",,,,,, - ",,,I�,,'1, , r-1 I I 'I'l � � I -, I I, I I I ,,, � �; 1. I I -11 I ,I,,,� , 11 1, " � I , I I ��� �k�: 11 I I I I � I I 11 I - ­ , �',,'', , �,l z:N�" ,, I ,11 , I I I � -�-1�-,- -Y, I 11 I - - , I - 4, , I 11" , , �� " �'l- 1� ". � I , �,',,- I ,,,:� , I "I " I � - , - ,��I"`T,�,, �1'1 I I I �, ..,:, ".,- - , I :i �9�:,�,,,w��,, "� ,�-j�'�',", , , ��`;, " -, ,� -, ,::� "'�,::":�, , �'ll , I't , n� I ,1'' , ,�,,�� I I � ''I'' � , I " - I I I I ", , ,, ,,, ,, , 11, -, 11 I I �:�-- I I 11 '11, �111 � � , ,�,I" ,4� ,�,:- ,�-,A-I,�� i � , ��,�,-_ I , � I " -�-��:;,,, , � I 11 ,, - , �e,- I � I I I", --1 I -'- � , I 1 - I - , �� , I , I I I I ,, 1, I ,�,�'-� - - E: f 5 �'." , , 11 1-1 i I 11,, �", - -, "I",'' 11 I r - - Y i ",:"N.,l',-,`iZl I - - n , ,, -1 - , I ,�- � ��" "k: I�,l� I - ,� 1-1 � ,, , "Ill � 1-�,�I, , ,,�, ". - ', � ...1-1 ,,�,, ,-I ...1�, I -, '� 34'� I I I "" -:, �-, I w. .r " , , , ,��,,,I ,A�,� , ", ,z,,� �',1, I 'III " ,-,11, I �I�.�, , 11 I'�11 I , I , , I I I -- I� I : 1�1 4,- , I i 11 'I'll-', 1� I I ,, I I I I ,r- ,I I � �� I-� I , , I�' I ll�"',,�,��I I I I I : - 1, ,11 "" � �,, -Z�I',":, '':� , r I I � , I"�,I I I - - ,� I , � ��l 1 1, �� ;,I-- I - ,�1:, --�, ,I I- � ,�l IllIz -� �1- ,r k I �', - , 0,, � , , , r, , I - III,-,I I �,-11,4 I ,, I I - - I , ,I�l 1:1,1 - , I 1� ",,, �,"'l-, '' _ I 1 I I I I I I I , 1�I I 1, I ��' I - I 11, - , "",", - ,� �'l I I �11,�, I 1� , - I - I. ,-, I I 1�- -- , - - "I I I - 11 1- I I � I I - 1� ,� ,,,',,:- , -� , I ,��,I I., -1 I 71- I '-�� 1 , � ;,, �,-,,�-- " I - " '�" , I I " "� , ,-� I- , "11 I -�, � ;',,, � ,,", ,- I� I I I - -1�f:;� ,,:, "I �,:,�l >� I I" I I I-,--- ,,,,, , 1, � , � "', 11 1, ll� , , �-- , �,,, � ",,,,��-', � n- I �, � I , ", , ': , ,; . I��,� � I , ;,,,,,,,,-,,,;,�......�� , , ,��i �' n, -�"�, I � , ,--, 11 � �I� 11 I- �- , � I-, - I -11 I lq- 11 1, I - ,,,,,,, I 11 I - I 11 - , � I ,,,, -,,,,,-, "I I , I , - - , , , � I � I I 11 I �, I I � ­ , -�` � I I � , --" � I lr� I I- , I -I ': I �1' " , , " " lz���:,.'�,`,",`;- � ,"'ll� I I I I I 11 I I I,-� , ,,,_,,,, , , �,,"-,"', �1, � - ��­� � 1 , I - I � � .. I � � ` ,I I; I , - � - - I , , , , I �-�l','11'1�'I, 1 ,,,,,, I , "'.�- I I --, n I- ----I I 1, " , 1� I I - I I I " ,,� 11 -�,,, I I I , - I � I , " , , �11-12 /.. 4_� I - , � ,,, , , I `-n"� -,-�,��,--'�" I " , - ,, - : � ,,�,I ,�� ,, , " , I 1.1� - -1 I :- ", � � --,I I ,,r � I-I� ,�, ,I ", ,j � ,� ,;l I�,",� , - ,11 , , , , , I I ,,I I .�,�, �,-, - , I I'l,1, ,,,�� I I I 1 -30-,� ,l : - ,,,,,- �,�,,,,,g- �, , ,,��, I '' , W e " APPENDIX 2 BOND NO. HGMW-10-238-0377 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] J. Congdon Sewer Service, Inc. , 170-A Alexandra Way, Carol Stream, IL 60188 as Principal (hereinafter called the "Contractor") and [insert surety name and address here:] Hudson Insurance Company, 100 William Street New York, NY 10038 , organized and existing under the laws of the State of Delaware (hereinafter called the "Surety") are held and firmly bound unto Village of Oak Brook, 1200 Oak Brook Road; Oak Brook, Illinois, as the obligee (hereinafter called the "Owner"), in the full and just sum of [insert full contract price here:] S 1,229,680.00------------ for the payment of which sum of money well and truly to be made, the Contractor and the Surety bind themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents; said amount to include payment of actual costs and damages and for attorneys' fees, architectural fees, design fees, engineering fees, accounting fees, testing fees, consulting fees, administrative costs, court costs, interest and any other fees and expenses resulting from or incurred by reason of the Contractor's failure to promptly and faithfully perform its contract with the Owner, said contract being more fully described below, and to include attorneys' fees, court costs and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. L WHEREAS, the Contractor has entered into a written agreement dated [insert contract date here:] May 18 , 201.5 , with the Owner titled [insert contract title here:] 2015 Water Main Project " (the "Contract"), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall well; truly, and promptly perform all the undertakings, covenants, terms, conditions, and agreements of the Contractor under the contract, including but not limited to the Contractor's obligations under the Contract, (1) to provide, perform, and complete at the Work Site and in the manner specified in the Contract all necessary Work, labor, services, transportation, equipment, materials, apparatus, machinery, tools;fuels, gas, electric,water,waste disposal, information, data,and other means and items necessary for [insert general description of the Work here:] 2015 Water Main Project ; (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 Attachment _ of the Contractf; (3) to procure and furnish all bonds, certificates, and policies of insurance specified in the Contract; (4) to pav all applicable federal, state, and Iocal taxes; (5) to do all other things required of the 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 the Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect. i The 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 the y Owner or the Contractor to the other in or to the teens 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 i APPENDIX 2 Ow-ner-furnished facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefor shall in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors, administrators, successors, or assigns, or affect the obligations of the 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 the Contractor or of the Owner's termination of the Contractor being hereby waived by the Surety. Notwithstanding anything to the contrary in the foregoing paragraph, in no event shall the obl.izations of the Surety under this bond in the event of the Contractor's default be greater than the obligations of the Contractor under the Contract in the absence of the Contractor default. In the event of a default or defaults by the Contractor, the Owner shall have the right to take over and complete the Contract on 30 calendar days' written notice to the Surety, in which event the Surety shall pay the Owner all costs incurred by the Owner in taking over and completing the Contract. At its option, the Owner may instead request that the Surety take over and complete the Contract, in which event the Surety shall take reasonable steps to proceed promptly with completion no later than 30 calendar days after the date on which the Owner notifies the Surety that the Owner wants the Surety to take over and complete the Contract. The Owner shall have no obligation to actually incur any expense or correct at7v `` performance of the Contractor to be entitled to receive the proceeds of this bond. ®O�..• SF�/ No right of action shall accrue on this bond to or for the use of any person or odor ion than the Owner or the heirs,executors, administrators, or successors of the Owner. Signed and sealed this 18thday of May 2015 . Attest/Wit ss: PRINCIPAL J. Congdon Sewer'^, `Viee•• *'_o -J Inc. do , By: By: o6r Title: By: Attest/ ss: SURETY Hudson Insurance Company l 4 By: t .. � .._.__ By: Kevit J. Scanlon, Attorney-in-fact Title: Witness By: I BOND NO. HGMW-10-238-0377 s LABOR AND MATERIALS PAYMENT BOND KNOW ALL:>v1EN BY THESE PRESENTS: [insert contractor name and address here:] J. Congdon Sewer Service, Inc. , 170-A Alexandra Way, Carol Stream, IL 60188 as Principal (hereinafter called the "Contractor") and [insert surety name and address here:] Hudson Insurance Company, 100 William Street New York, NY 10038 organized and existing under the laws of the State of Delaware (hereinafter called the "Surety") are held and firmly bound unto Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, Illinois, as the obligee (hereinafter called the "Owner"), for the use and benefit of itself and of claimants as hereinafter defined (the "Claimants") in the full and just sum of[insert full contract price here:] $ 1,229,680.00---------- to be paid to the Owner or the Claimants or the Owner's or the Claimant's assigns, to which payment well and truly to be made the Contractor and the Surety bind themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, said amount to include attorney's fees, court costs, and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. WHEREAS, the Contractor has entered into a written agreement dated [insert contract date here:] May 18 ,2015 ,with the Owner titled [insert contract title here:] 2015 Water Main Project (the "Contract"), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall promptly pay or cause to be paid all sums of money that may be due to any Claimant with respect to the Contractor's obligations under the Contract: (1)to provide, perform, and complete at the Work Site and in the manner specified in the Contract all. necessary Work, labor; services, transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data and other means and items necessary for [insert general description of the V✓arkhere:] 2015 Water Main Project (2) to procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith [except as otherwise expressly provided in Attachment A to the Contract]; (3) to procure and furnish all Bonds and all 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 the 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, the Contract; all of which is herein referred to as the "Work," whether or not any of said Work enter into and become component parts of the improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full force and effect. For purpose of this bond, a Claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor to provide, perform, or complete any part of the Work. The Contractor and the Surety hereby jointly and severally agree that every Claimant that has not had all just claims for the furnishing of any part of the Work paid in full, including without limitation all claims for amounts due for materials, lubricants, oil, gasoline, rentals of or service or repairs on machinery, equipment, and tools consumed or used in connection with the furnishing of any part of the Work,, may sue on this bond for the use of that Claimant; may prosecute the suit to final judgment for such sum or sums as may be justly due that Claimant, and may have execution therein; provided, however, that the Owner shall not be liable for the payment of any costs or expenses of any such suit. The provisions of 30 ILCS 550/1 and 2 of the Illinois Compiled Statutes shall be deemed inserted herein, including the time limits within which notices of claim must be filed and actions brought under this bond. The Contractor and the Surety hereby jointly agree that the Owner may sue on this bond if the 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 the Owner to pay any Claimant. The 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 the Owner or the Contractor to the other in or to the terms of the 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, material, service, or site; or in or to the mode or manner of payment therefor shall in any way release the Contractor and the Surety or either or any o ., �si , any of their heirs, executors, administrators, successors, or assigns, or affect the oblia t�e. R`i Surety on this bond, all notice of any and all of the foregoing changes, modificatio ��aerations, O� omissions, deletions, additions, extensions of time, or forbearances and notice of any al c� by the Contractor or of the Owner's termination of the Contractor being hereby waive e ret _ Signed and sealed this 18th day of May 2015. at O Attest/W' e COIvTTR.4CTOR J. Congdon Sew> vice ti�,�� Inc. �,y- Co., By: BY \lam rD y2 �. rsE/1 � Title: �J .�-� I� By: Attest/Wi SURETy Hudson Insurance Company r 1 Bv: By: ev n Scanlon, Attorney-fact Title: Witness By: STATE OF Illinois ss.: COUNTY OF WILL On this 18th day of May 2015 , before me personally appeared Kevin J. Scanlon , tome known,who, being by me duly sworn, did depose and say: that_he_reside(s)at Surety New Lenox. Illinois ;that_he_is/are the Attorney-in-fact Company Acknowledgment of Hudson Insurance Company , the corporation described in and which executed and annexed instrument;that_he_know(s)the corporate seal of said corporation;that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that_he_signed the same name(s) thereto by like order;and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. �eee0®♦6@fA®«"OFFICIAL 64:998o*D�e'1+>e©e4e • ASHLEY IViCIVANIIN • Notary Public,State of Illinois ® (Notary Public in and for the above County and State) My Commission Expires 12/02/2018; ••e♦♦♦eoe.e♦eeeeeeeoe®eeee®♦ Bond-3768-A My commission expires 12/02/2018 i HGMW-10-238-0377 POWER OF ATTORNEY KNOW ALL MEN BY THE SF, PRESENTS: 'rhat HUDSON INSURANCE COMPANY, a corporation of the State of Delaware, with offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and appoint Kevin J.Scanlon, Richard I..NIc1lVethy,Gary A.Eaton,.Jr.,Robert W. Kelley,,Ir. of the Slate of Illinois its true and law•lid Attorney(s)-in-Fact,at New York,New York,each of them alone to have full power to,let without the other or others,to make, execute and deliver on its behalf,. as Surely, bonds and undertakings given for any and all purposes, also to execute and deliver 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 Ten Million Dollars (S 1(),0(10,000.00). Such bonds and undertakings when duly executed by said Attorney(s)-in-Pact,shall be binding upon said Company as fully and to the same extent as if signed by the President of said Company under its corporate seal attested by its Secretary. ur q. In Witness Whereof: HUDSON INSURANCE COMPANY has caused these presents to be ol'its Senior Vice President thereunto duly 0 " "T on this 13th day of November 2014 at New York,New York. E r fla McT-al HUDSON 1\Sl'RANCP,CO\il'AN1' truest.... t/ L!X..... ey....... ..:.........:....°..........................._............ Dina D'askalskis Michael P.Cleeson Corporate Secretary Senior Vice['resident STATE OP NEW YORK COUNTY OF NEW YORK. SS. On the 13th day of November 20 14 before me personally came Michael P.Glecson to me known,who being by the duly sworn did depose and say that he is a Senior Vice President of"HUDSON INSURANCE: COMPANY, the corpor tion described herein and which executed the above instrument,that he knows the seal of said Corporation,that the seal affixed to said instrument is such cor,orate seal, at it was so affixed by order of the Board of Directors ol'said Corporation,\� lyJl{(IIfrj1Kncd his name therein by like order. (Notarial Sea]) `` 5S\ONE,,�o�•-, 4N1.:YI 21'I11 et I0.20�9Fd, * Notary Put tc.Slag of'New ti rk No.01 MLJ6 7553 >-0 �gy :oc� Qualified in Nass BMW'OZ Commission 1..zpires December 10,2017 %,�b�'•.•; s�s0o`� `�� CERTIFICATION STATE OF NFW YORK 1'//;, PUBLICS�P \\x� COLiNTY OF NF.W YORK 11/1111046\ The undersigned Dina Daskalakis hereby certifies: That the original resolution,of which the following is a true and correct copy,was duly adopted by unanimous written consent of the Board of Directors of 1 ludson Insurance Company dated July 27"' 2007,and has not since been revoked,amended or modified: -RESOL.VI:D,that the President,the Executive Vice Presidents,the Senior Vice Presidents and the Vice Presidents shall have the authority and discretion, to appoint such agent or agents, or attorney or attorneys-in-['act, for the purpose of carrying on this Company's surety business, and to cmpoNver such agent or agents,or attorney or attorneys-in-fact,to execute and deliver,under this Company's seal or otherwise,bonds obligations,and recognizances,whether made by this Company as surely thereon or otherwise, indemnity contracts,contracts and certificates, and any and all other contracts and undertakings made in the course of this Company's surety business,and renewals,extensions,agreements,waivers,consents or stipulations regarding undertakings so made_and P(JRTI IIiR RFSOVL.ED,that the signature of any such Officer of the Company and the Company's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seal when so used whether heretofore or hereafler,being hereby adopted by the Company as the original Signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed." TI IAT the above and foregoing is a full,true and correct copy of Power of Attorney issued by said Company,and of the whole of the original and that the said Power-of Attorney is still in full force and el'lect and has not been revoked,and litrthennore that the Resolution ol'the Board of Directors,set forth in the said Po of Attonicy.is now in force. Witness the hand of the undersigned and the seal of said Corporation this 18th day of May ,20 1 _' (Sfik,alt:,;'al) �•t�w�d. - fly... (//. Dina Daskalakis, orpora e Secretary FormPerfA 1082010(v1)