Loading...
R-1271 - 06/11/2013 - BUTLER SCHOOL MUSEUM - ResolutionsRESOLUTION 2013 - BSLMUSEUM - CNTRCT -EX -R -1271 A RESOLUTION APPROVING AND AUTHORIZING THE AWARD AND EXECUTION OF A CONSTRUCTION CONTRACT RELATING TO THE OAK BROOK HERITAGE CENTER DRAINAGE IMPROVEMENT PROJECT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND ZERA CONSTRUCTION COMPANY, INC. OF NILES, ILLINOIS WHEREAS, the Oak Brook Heritage Center, located at 1112 Oak Brook Road in the Village, is in need of drainage repairs and other improvements to repair and prevent water damage ( "Work"); and and WHEREAS, on May 21, 2013, the Village solicited bids for the Work ( "Construction Contract'); WHEREAS, the Village received 2 bids for the Construction Contract; and WHEREAS, Zera Construction Company, Inc. of Niles, Illinois ( "Zera"), submitted the lowest price bid for the Construction Contract in the amount of $69,425; and WHEREAS, the Village was awarded a grant from the Illinois Department of Commerce and Economic Opportunity in the amount of $60,000, which grant will be applied toward the funding of the Construction Contract; and WHEREAS, the sufficient funds exist in the Village's Building and Grounds Structural Improvements Program to pay for the additional $9,425 for Zera to complete the Work pursuant to the Construction Contract; and WHEREAS, the President and Board of Trustees have determined that it is in the best interests of the Village to enter into the Construction Contract with Zera in substantially the form attached hereto as Exhibit A; 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 Purchase. The purchase of construction services from Zera to complete the Work in a total amount not to exceed $69,425 shall be, and is hereby, approved. Section 3: Approval of the Contract. The President and Board of Trustees hereby approve the Construction Contract by and between the Village and Zera in substantially the form attached hereto as Exhibit A and in a final form acceptable to the Village Manager and the Village Attorney. Section 4: Authorization and Execution of the Contract. The Village President and Village Clerk shall be, and hereby are, authorized to execute the final Construction Contract on behalf of the Village after review and approval of the final form of the Contract by the Village Manager and the Village Attorney. Section 5: Effective Date. This Resolution shall be in full force and effect upon passage and approval in the manner provided by law. [SIGNATURE PAGE FOLLOWS] APPROVED THIS 111° day of June, 2013 PASSED THIS 11t' day of June, 2013 Resolution 2013- BSLMUSEUM- CONTRACT -EX -R -1271 Oak Brook Heritage Center Improvement Project Page 2 of 3 Gopal G. Lalmalani Village President Ayes: Trustees Adler, Baar, Mov, Wolin, Yusuf Absent: Trustee Manzo ATTEST: 4�1-4 A , &( Charlotte K. Pruss Village Clerk EXHIBIT A CONSTRUCTION CONTRACT 412728537_vl d Project Manual OAK BROOK HERITAGE CENTER Charles Pipal AIA Architect 39 East Quincy St. Unit 2A Riverside, IL 60546 Tel 708 -442 -0173 Mob 312 - 218 -9325 (BUTLER SCHOOL) WEATHERPROOFING 1112 Oak Brook Road Oak Brook, Illinois 60523 VILLAGE OF OAK BROOK DCEO Grant 12- 203200 Mike Hullihan Public Works Director Village of Oak Brook 3003 Jorie Boulevard Oak Brook, Illinois 60523 James Reed Grants Manager Illinois Department of Commerce and Economic Opportunity 500 East Monroe Street Springfield, Illinois 62701 5/21/13 Dan Ruzic Project Manager 1312 Chestnut Street Western Springs, Illinois 60558 Tel 708- 267 -7042 Fax 708- 246 -4934 Project Manual for the Oak Brook Heritage Center Weatherproofing SITE Butler School Oak Brook Heritage Center 1112 Oak Brook Road Oak Brook, Illinois 60523 OWNER Village of Oak Brook 1200 Oak Brook Road Oak Brook, Illinois 60523 Project Contact: Mike Hullihan Telephone: 630-368-5270 Fax: 630 - 368 -5295 Email: mhullihan @oak- brock.org PROJECT ARCHITECT Charles Pipal AIA 39 East Quincy Street, Unit 2A Riverside, Illinois 60546 Project Contact: Charles Pipal Telephone: 708 -442 -0173 Fax: 708 -442 -0194 Email: cpipal @sbcglobal.net PROJECT MANAGER Dan Ruzic Chicago Project Managament 1312 Chestnut Street Western Springs, Illinois 60558 Project Contact: Dan Ruzic Tel: 708- 267 -7042 Fax: 708- 246 -4934 Email: dan @chicagoprojectmanagement.com GRANTING AGENCY Illinois Department of Commerce and Economic Opportunity Grant Management Unit 500 East Monroe Street Springfield, Illinois 62701 Project Contact: James Reed Tel: 217 -524 -8025 Fax: 217 -557 -1663 Email: james.reed @illinois.gov BUTLER SCHOOL DCEO 12- 203200 TABLE OF CONTENTS DIVISION 00 — CONTRACTING REQUIREMENTS DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work 01045 Cutting and Patching 01060 Regulatory Requirements 01090 Definitions and Standards 01320 Submittals 01700 Project Closeout 01710 Final Cleaning 01740 Warranties DIVISION 2 — SITEWORK 02200 Site Preparation 02300 Earthwork 02600 Drainage and Containment 02921 Seeding DIVISION 3 — CONCRETE 03300 Cast -in -Place Concrete DIVISION 7 — THERMAL AND MOISTURE PROTECTION 07100 Damproofing and Waterproofing 07710 Gutters and Downspouts 07900 Joint Sealers DIVISION 9 — PAINTS AND COATINGS 09972 Paint Finishes — Concrete and Masonry Coatings APPENDIX A DRAWINGS ALL PLAN A1.2 SECTION END TABLE OF CONTENTS 3 BUTLER SCHOOL DCEO 12- 203200 G� OF Ogk6 0 Village of Oak Brook ® 0 Heritage Center Weatherproofing Bid Package May ay 2013 DIVISION 00 — Contracting Requirements Section A. Notice to Bidders B. Bid C. Instructions D. General Conditions E. Statement of Contractor's Qualifications F. References G. Bid Certification H. Contract I. Contract Bond 4 BUTLER SCHOOL DCEO 12- 203200 Section A Notice to Bidders Posted on the Village Website on May 21, 2013 NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for. Village of Oak Brook Heritage Center Weatherproofing A Pre -Bid meeting will be held at 10:00 a.m. on Tuesday, Mav 28.2013 in the S.E. Dean Board Room, located in the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois. Prospective bidders must be in the S.E. Dean Board Room at 10:00 a.m. to be considered an attendee. Attendance at this meeting is mandatory. The purpose of the meeting is to give all prospective bidders the opportunity to inspect the site conditions of the Heritage Center. Any questions or concerns can be addressed at this time. Sealed bids will be received by Rama Serences, Senior Purchasing Assistant, Village of Oak Brook, until Wednesday, June 5, 2013, 11:00 A.M., prevailing time, and publicly opened in the S.E. Dean Board Room, located in the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523. Bids received after this time will not be considered and will be returned unopened. A complete bid package, of which this notice is a part, is on file for inspection and may be downloaded from the Village's website www.oak- brook.orr• or picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 8:00 A.M. and 4:30 P.M. Monday through Friday. There is no charge for the package. No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids. The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it. Charlotte K. Pmss Village Clerk BUTLER SCHOOL DCEO 12- 203200 ZCC PROPOSAL NO. 13 -119 Section B Bid Village of Oak Brook Heritage Center Weatherproofing 1. COST OF WORK: The undersigned, acting for and on behalf of contractor and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fully understood the entire bid package, hereby affirms and agrees to enter into a contract with the Village of Oak Brook, Oak Brook, IL. To provide all supervision, labor, material, equipment and all other expense items to completely perform the work covered by the specifications in this Bid Package. Total Project Cost $ 69,425.00* In Words Sixty —Nine Thousand Four Hundred Twenty —Five and No /100 Dollars. *PLEASE SEE EXHIBIT A ATTACHED FOR CLARIFICATIONS. 2. COSTS: The undersigned contractor hereby affirms and states the prices quoted herein constitute the total cost to tic Village for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expense, all profits and all other work, services and conditions necessarily involved in the work to be done and materials to be furnished in accordance with the requirements of the contract documents considered severally and collectively. This bid shall be held valid for a period of ninety (90) days after the bid due date. 3. INSTRUCTIONS: The undersigned contractor shall comply with all provisions and requirements of this Bid Package. 4. TIME OF COMPLETION: The undersigned affirms and declares that if awarded the contract for this work he will completely perform said contract in strict accordance with its terms and conditions sixty (60) calendar days after the start of the project, unless additional time shall be granted by the Village in accordance with the provisions of the specifications. Should the contractor fail to complete the work by said date or within such extended time as may have been allowed, the contractor shall be liable to the Village in the amount set forth in the specifications. BUTLER SCHOOL DCEO 12- 203200 5. BID GUARANTEE: N/A Firm Name: Zera Construction Comoanv, Inc. Address: 7800 N. Lehigh Avenue City, State, ZIP: „Niles, IL 60714 Name Printed: Alex Zera Title: Vice President Telephone: 847/966 -8100 Date: 06/04/13 If a Corporation: ATTE, T: Secretary Stephanie M. Jack BUTLER SCHOOL DCEO 12- 203200 Section C Instructions 1. RECEIPT OF BID: Wednesday, June 5, 2013, 11:00 A.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. PROJECT DESCRIPTION: Village of Oak Brook Heritage Center Weatherproofing 4. PREPARATION AND SUBMISSION OF BID: A. A Pre -Bid meeting will be held at 10:00 a.m. on Tuesday, May 28, 2013 in the S.E. Dean Board Room of the Oak Brook Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois. Prospective bidders must be in the S.E. Dean Board Room at 10:00 a.m. to be considered an attendee. Attendance at this meeting is mandatory. The purpose of the meeting is to give all prospective bidders the opportunity to view and inspect the site. Any questions or concerns can be addressed at this time. B. Sealed bids will be received by Rania Serences, Senior Purchasing Clerk, Village of Oak Brook, until Wednesday, June 5, 2013, 11:00 A.M., prevailing time, and publicly opened in the S.E. Dean Board Room, located in the Butler Government Center, 1200 Oak Brook, Illinois 60523. Bids received after this time will not be considered and will be returned unopened. C. The bid shall be submitted on the exact form furnished. All blank spaces for bid price, unit cost and alternates must be filled in - -in ink - -in both words and figures (as stipulated). In case of any discrepancy in the amount proposed, the prices expressed in written words shall govern. D. A complete bid package must be submitted, including the following items: 1. Bid 2. Statement of Qualifications 3. References 4. Bid Certification 5. Signed Contract E. The Contract and Contract Bond (Performance and Payment) are provided as information, and will be completed only upon acceptance of the bid by the Village. The surety company issuing the Contract Bond must be listed and approved by the U.S. Department of the Treasury. Letters of Credit will not be accepted in place of the Contract Bond. F. Separate sheets is included in the bid package for the purpose of explanation, exception, alternate bid and to cover the unit price, if needed. G. In submitting this bid, the contractor further declares that the only person or party interested in the bid as principals are those named herein, and that the bid is made without collusion with any other person, firm or corporation. H. The contractor further declares that he has carefully examined this entire Bid Package and he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. I. The contractor further understands and agrees that if his bid is accepted, he is to famish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials BUTLER SCHOOL DCEO 12- 203200 specified in the contract, except such materials as are to be famished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. J. The contractor declares that he understands that the quantities listed on the Bid are approximate only and that they are subject to increase or decrease; and that he will take in full payment thereof the amount and the summation of the actual quantities, as fully determined by the Village. K. The contractor further agrees that the price submitted within the bid is for the purpose of obtaining a gross sum, and for use in computing the value of extras and deductions. If there is a discrepancy between the gross sum bid and that resulting from the summations of the quantities multiplied by the unit price, the latter shall apply. L. The contractor further agrees that if the Village decides to extend or shorten the work, or otherwise alter it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased, at the contract unit price. N. The contractor further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. N. The contractor further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract by him. O. The contractor further agrees that he and his surety will execute and present within fifteen (15) days after the receipt of the Notice of Award and the Contract, a Contract bond satisfactory to and in the form prescribed by the Village, in the penal amount of 100% of the Contract amount, guaranteeing the faithful performance of the work and payment for labor, material supplies, and subcontractors in accordance with the terms of the Contract. The contractor further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the Bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. Q. By submitting a Bid, the contractor understands and agrees that if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village for any damages the Village may thereby suffer. R. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. S. If the contractor is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the Public Works Director a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the documents will be made only by addendum duly issued by the Village. The Village will not be responsible for any other explanation or interpretation of the Bid Package. A. Certain materials and equipment are specified by a manufacturer or trade name to establish standards of quality and performance and not for the purpose of limiting competition. Bidders are invited to submit bids not only on named items but also on items which they propose for substitution of named items. Products of other manufacturers may be substituted, if, in the opinion of the Village, they are equal to those specified in quality, performance, design and suitability for intended use. Where two or more items are specified, the selection among those specified is the bidder's option, or he may submit his bid on all such items. BUTLER SCHOOL DCEO 12- 203200 B. Bids shall be based on materials included in the specifications. Substitutions for the purpose of evaluating bids will be considered only if proposed substitutions are set forth in the sealed bid and will only be accepted prior to the award of the contract. The offer of substitutions shall be an integral part of the bid, appearing immediately after all requested bids and before the signature of the bidder. C. Substitutions of materials other than those specified will not be considered in the base bid price. However, other substitutions may be listed in the specified place in the Bid Form, with the indication of the change in the base bid price for the total cost. D. In addition to the requirements heretofore mentioned, in order for substitutions to qualify for consideration, the following shall accompany each bid: 1. Each proposed substitution shall be itemized showing manufacturer name, catalog number, quantity, unit cost and total cost. The bidder shall prepare the necessary forms to list his substitutions in the manner outlined. 2. Each bid offering substitutions shall be accompanied by descriptive literature, catalog data, complete technical specifications and reports of all pertinent tests concerning the bidder's proposed substitutions 6. BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construction promptly, or within the time specified, without delay or interference. C. Character, integrity, reputation, judgment, experience and efficiency. D. Quality of performance on previous contracts. E. Previous and existing compliance with laws and ordinances relating to the contract. F. Sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. Number and scope of conditions attached to the bid/proposal. Record of payments for taxes, licenses or other monies due the Village 10 BUTLER SCHOOL DCEO 12- 203200 7. CONDITIONS: The Village is exempt from Federal excise tax ( #36 -600 -9534) and the Illinois Retailer's Occupation Tax ( #E9997- 4381-06). This bid cannot include any amounts of money for these taxes. 8. WARRANTY: Upon completion the Contractor shall supply a one year warranty covering material and workmanship. 9. PAYMENT: The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14) days prior to the second or fourth Tuesday of the month. 10. INDEMNIFICATION: The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, employees and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 11. INSURANCE: Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of 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 $5,000, the required limit shall be $500,000; 11 BUTLER SCHOOL DCEO 12- 203200 B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self - insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self - insured retention as respects the Village, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self - insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees, volunteers, or agents. (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents. Any insurance or self - insurance maintained by the Village, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall famish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 12 BUTLER SCHOOL DCEO 12- 203200 12. SAFETY: The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 13. EQUAL OPPORTUNITY: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications. 14. PREVAILING RATE OF WAGES: All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor, which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 13 BUTLER SCHOOL DCEO 12- 203200 15. EMPLOYMENT OF ILLINOIS WORKERS DURING PERIODS OF EXCESSIVE UNEMPLOYMENT: The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers. "Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Municipality. The Contractor may place no more than 3 of his regularly employed non - resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi - skilled or unskilled, whether manual or non - manual. 16. COPIES OF DOCUMENTS The number of copies of Contract and Bond required to be executed is as follows: a) Two (2) original counterparts of the Contract documents will be required to be executed. 17. EXECUTION OF DOCUMENTS 18. The Contractor, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: A Bid signed by an individual other than the individual represented in the Bid documents shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. A bid signed for a partnership shall be signed by all of the partners or by an attorney -in -fact. If signed by an attorney- in -fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the bid, executed by the partners. A bid signed for a corporation, shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. If such Bid is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Bid should be attached to it. Such Bid shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. The Contract shall be deemed as have been awarded when formal notice of award shall have been duly served upon the intended awardee. The Vendor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 14 BUTLER SCHOOL DCEO 12- 203200 19. INDEPENDENT CONTRACTOR: There is no employee /employer relationship between the CONTRACTOR and the VILLAGE. CONTRACTOR is an independent contractor and not the VILLAGE'S employee for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the Worker's Compensation Act (820 ILCS 305/1, et seq.). The VILLAGE will not (i) provide any form of insurance coverage, including but not limited to health, worker's compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to CONTRACTOR. The performance of the services described herein shall not be construed as creating any joint employment relationship between the CONTRACTOR and the VILLAGE, and the VILLAGE is not and will not be liable for any obligations incurred by the CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the VILLAGE and the CONTRACTOR. 20. ASSIGNMENT Neither the VILLAGE nor the CONTRACTOR shall assign or transfer any rights or obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld. 21. GOVERNING LAW This Agreement shall be governed by the laws of the State of Illinois as to interpretation, performance and enforcement. The forum for resolving any disputes concerning the parties' respective performance or failure to perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial Circuit, DuPage County, Illinois 15 BUTLER SCHOOL DCEO 12- 203200 Section D General Conditions 1. Contractor shall have five (5) years of experience which is comparable in type and scope to this project. 2. All work shall take place between the hours of 7:00 a.m. and 3:30 p.m. Monday through Friday unless otherwise approved in writing by the Village. 3. The project will be done on consecutive work days until completed, delays only to inclement weather. 4. Contractor is required to obtain all necessary permits from the Village of Oak Brook, and schedule required inspections through Community Development. 5. The contractor shall supply to the Village, phone numbers where he /she can be reached after normal working hours. 6. The contractor must submit with the bid proposal five (5) references, names and phone numbers of similar projects completed within the last two (2) years. 7. The contractor must submit all manufacturers' literature on all materials that will be used on this project, including M.S.D.S. (Material Safety Data Sheets) prior to any work beginning. 8. A storage location for supplies, ladders and scaffolding shall be mutually agreed upon between the Village and the contractor before any material is stored on site. Deliver material with manufacturers labels intact and legible, store material on raised platforms and cover material with protective covering. 9. Before work is started, deliver to the job site sufficient material to complete the project. 10. If a dumpster is required, the location of the dumpster placement shall be mutually agreed upon between the Village and the contractor. 11. All ladders and scaffolding shall be maintained during the course of this project and shall be secured at the end of each workday. 12. Provide barricades to ensure that falling debris will not injure anyone, and to prevent public access to the work area at all times. Yellow "CAUTION" tape will be placed below the immediate work areas of laborers and scaffolds to warn the public of men working overhead. 13. At all rimes the work and storage areas shall be kept in a clean, orderly, and a picked up manner, to prevent debris from blowing. Clean adjoining streets and immediate vicinity at the end of each work day. Sidewalks, windowsills, roofs and other work areas will be broom swept to remove all debris. Daily material and debris not placed into dumpster will be removed from the site. 14. Upon completion of the project the work area shall be cleaned. All debris and remaining material and supplies shall be removed from the jobsite, including the dumpster within 72 hours of completion. 15 BUTLER SCHOOL DCEO 12- 203200 Section E Statement of Contractor's Qualifications All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be. answered on separate attached sheets. The Contractor may submit any additional information he or she desires. 1. Name of Contractor: Zera Construction Company, Inc. 2. Permanent main offiiceaddress: 7800 N. Lehigh Avenue, Niles, IL 60714 3. When organized: 1957 4. If a corporation, where incorporated: State of Illinois 5. How many years have you been engaged in the contracting business under your present firm or trade name: 56 Years 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion) Please see attached Project List. 7. General character of work performed by your company: Concrete restoration and 8. Have you ever defaulted on a contract: No 9. List, on an attached sheet, the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Include a contact person and phone # for each. 10. List your major equipment available for this contract: Trucks, compressors, loaders, etc. 11. Experience in work similar in importance to this project: Please see attached Project List. 12. Background and experience of the principal members of your organization, including the officers. Please see attached resumes. 13. Credit available: $1,500,000.00 Line of Credit 14. Bank reference: Northbrook Bank & Trust Co., 1100 Waukegan Road, 847/418 -2812 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Village of Oak Brook: Yes 16. The undersigned hereby authorizes and requests any person, firer, or corporation to furnish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Contractor's Qualifications. DATEDat Niles Illinois this 4th day of June 2013. 16 BUTLER SCHOOL DCEO 12- 203200 STATE OF ILLINOIS ) SS. COUNTYOF By; Vice President ASL,ex 740 Title Alex Zera being duly sworn deposes and says that he is the Vice PresideW Zera Constructicn Co.. Inc.and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this 4th day of IM] t: in e of Illinois Expires 14 June Doris dain Notary Public My Commission Expires 04/05/14 17 BUTLER SCHOOL DCEO 12- 203200 Section F References Bidder shall supply the following information listing at least five customers for which the bidder has supplied a similar type of commodities, service, or construction, 1. Company Name: 530 N. Lake Shore Drive Condo Assn. Address: 530 N. Lake Shore Drive, Chicago Phone #: 312/670 -8500 Contact: Carolyn Ginther 2. Company Name: Unity Temple Restoration Foundation Address: 875 Lake Street, Oak Park Phone #: 708/383 -8873 Contact: Emily Roth 3. Company Name: Commonwealth Plaza Condo Assn. Address: 330 W. Diversey Parkway, Chicago Phone #: 773/348 -3358 Contact: Lea Relias 4. Company Name: 3180 N. Lake Shore Drive Condo Assn. Address: 3180 N. Lake Shore Drive, Chicago Phone #: 773/929 -3182 Contact: Nicholas Burbulis 5. Company Name: 2440 N. Lakeview Avenue Address: 2440 N. Lakeview Avenue, Chicago Phone #: 773/525 -8308 Contact: Geneva Everett 18 BUTLER SCHOOL DCEO 12- 203200 Section G Bid Certification The undersigned, being first duly sworn an oath, deposes and states that he has the authority to make this certification on behalf of the bidder for the construction, product, commodity, or service briefly described as follows: Village of Oak Brook Heritage Center Weatherproofing (A) The undersigned certifies that, pursuant to Chapter 720, Section 5/33E of the Illinois Compiled Statutes, 1993, The bidder is not barred from bidding oil this contract as a result of a conviction for the violation of Stale of Illinois laws prohibiting bid - rigging orbid - rotating. (B) The undersigned slates under oath that, pursuant to Chapter 65, Section 5/11 -42.1 -1 of the Illinois Compiled Statutes, 1993, the bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue. (C) The undersigned certifies that, pursuant to Chapter 775, Section 5/2 -105. of the Illinois Compiled Statutes, 1993, the bidder has a written sexual harassment policy in place including the following information: 1. An acknowledgment ofthe illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative mid complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. This business fun is: (check one) -X_ Corporation Partnership_ Individual Firm Name: Zera Construction Company, Inc. Address: 7800 N. Lehigh Avenue City, State, iles IL 6 714 Signature: Name Printed: Alex ra Title: Vice President Telephone: 847/966 -8100 Date: 06/04/13 A ST: k -SEAT SUBSCRIBED AND SWORN TO Stephanie M. Jack before me this 4th �1i' FI i SIAL'� of�y June 2 3. Doris J. Cain 11 Yom. Notary Public, State of Illinois M Commission Expires Notary Publi April 05, zu I lbris Cain My car m ssicn expires 04 /05/14 19 BUTLER SCHOOL DCEO 12- 203200 Section H Contract Village of Oak Brook Heritage Center Weatherproofing THIS AGREEMENT, made and concluded this 11day of 2013, between the Village of Oak Broo a municipal orporntion, acting by and through its President and Board of Trustees, known as VILLAGE, and �si�G�ct his executors, administrators, successors or assigns, known as CONTRACTOR- 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Bid hereto attached, to be made and performed by the VILLAGE, and according to the terns expressed in the Bond (if applicable) referring to these presents, the CONTRACTOR agrees, at their own proper cost and expense, to do all work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terns of this Contract. 3. And it is also understood and agreed that the entire Bid Package hereto attached, approved by the VILLAGE this ! ' 1 r ay o , 2013, are all essential documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: VILLAGE OF OAK BROOK 0, �'W' BY -- Village Clerk Village President ATTEST: Partners doing Business under the firm name of Party of the Second Part ZEAX G ►+6T ea. t &#L. Corporate Name 1 =� ��r Si ecre '- z (If a Co- Partnership) (If an Individual) Party of the Second Part 20 BUTLER SCHOOL DCEO 12- 203200 SEXUAL HARASSMENT CERTIFICATE Zee- " Co„ s% Co - T— hereinafter referred to as "Contractor" having submitted a bid/proposal for °° c e-.'% j < to the Village of Oak Brook, DuPage /Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2- 105(A)(4) including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. 7. An acknowledgment of protection of a complaint against retaliation as provided in Section 6 -101 of the Human Rights Act. Each contractor must provide a copy of such written policy to the Ill' is Department of Human Rights upon request. By Au Age r Subscribed and -swum to before this day of -A 2013 . Notary P6blic "OFFICIAL SEAL L:MV Doris J. Can Pu blic, State of Illinois C4Mrif 05'201 4pires 21 BUTLER SCHOOL DCEO 12- 203200 CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) ZIE-V9 &&.t$r.GC.dn! having executed a contract forWrhjaP p*fiO4 with the VILLAGE, hereby certifies that said contractor is not barred from executing said contract as a result of a violation of either Section 5/33E -3 or 5/33E4 of Chapter 720 of the Illinois Compiled Statutes. (DRUG -FREE WORKPLACE) Contractor deposes, states and certifies it will provide a drug free workplace by complying with Section 3 of the Illinois Drug Free W lace Act, being 30 ILCS 580/3. Attest/W ss- Con o B By: Name of o is Executing cer Title:�� Subscribed and Sworn to before me this -25� day of 74.E, , 20 e3 . 4. No Public "OFFICIAL SEAL" Doris J. Cain Notary Public, State of Illinois My Commission Expires April 05, 2014 Title: V - Pac S Title of Contractor's Executing Officer My Commission Expires: Lf/s /tea ry -SEAL- 22 BUTLER SCHOOL DCEO 12- 203200 PREVAILING WAGE AFFIDAVIT I, (Le-)e. 'Z.ER14 (name of signatory), on oath hereby state and certify that ZGW Cpp& -r, C o . 1041 (name of Contractor), pursuant to a Contract dated O O IC Z A.W 01c -J U1JE It , 2013, with the Village of Oak Brook for the liCALITNerl9 C+V'&r EA Project, has complied and will comply with all laws, including those relating to the employment of labor, the payment of the current general prevailing rate of hourly wages for each craft or type of worker or mechanic needed to execute the Contract or perform such work, and also the current general prevailing rate for legal holiday and overtime work, as ascertained by the Illinois Department of Labor for DuPage County, Illinois, and those prevailing rates are paid and shall be paid for each craft or type of worker or mechanic needed to execute the aforesaid Contract or to perform such work. 7L A* eo &dr. CO. I jug . (name of Contractor) has also complied and will comply with all record keeping requirements established in the Prevailing Wage Act (820 ILCS 130/0.01, etseq. Title: V` . Y� . ME IS SUBSCRIBED S01 TO BEFORE ME HIS . D —DAY OF , 2013 NOTARY YUBLIC IMD " ln of Illinois E xpires 14 23 BUTLER SCHOOL DCEO 12- 203200 CERTIFICATION OF PAYROLL RECORDS I, A01-'s e17,*, (name of person executing this certificate), do hereby certify that I am the duly qualified and actin. fin.— (title) for Zrr� C,r+sr fin. T.«;, (name of contractor) and, as such, am authorized to certify payroll records as true and accurate for such company in accordance with the requirements of Section 5 of the Prevailing Wage Act (820ILCS 130/5) (the "Act "). I do hereby further certify that the followin document is a true and accurate copy of thWek%d,,�pf all laborers, mechanics, and other workers employed by i4 * Z�'"s P 6 - ;03ame of contractor) on the N -; >Sn Z r. Project (the "Project ") for the Village of Oak Brook (the "Village "), including each such worker's name, address, telephone number, social security number, classification or classifications; and the hourly wages paid in each pay period, hours worked each day, and the starting and ending times of work each day for each such worker on such Project. I do hereby further certify that the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required by the Act, and that Ztn1 &,sr Ca r— (name of contractor), and I on behalf of such contractor, are fully aware that filing a certified payroll that we know to be false is a Class B misdemeanor. I further certify that upon two (2) business days' notice, if requested, we and any subcontractor hired by us shall make available for inspection the records required in the Act to the District, its officers and agents, and to the Director of Labor, his deputies and agents, at reasonable hours at a location within the State of Illinois. Date: J;^, -?5 .2013 Zern G-ensr, , (Name of Contractor) k= (Signature) (Printed Name) OfF.<, (Title) Subscribed and sworn to before me this Way of,u M E 2013. Notary Pr b OFFICIAL SEAL ALDt2ERA NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 01127/2016 24 BUTLER SCHOOL DCEO 12- 203200 Section I Contract Bond Village of Oak Brook Heritage Center Weatherproofing Bond Subject to Adjustment Based on Final Contract Price We as PRINCIPAL, and as SURETY, are held and firmly bound unto the Village of Oak Brook (hereafter referred to as "VILLAGE ") in the penal sum of Dollars ($ ), lawful money of the United States, well and truly to be paid unto said VILLAGE, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to VILLAGE this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that the said Principal has entered into a written contract with the Village acting through its awarding authority for the above stated project, which contract is hereby referred to and made a part hereof; as if written herein at length, and whereby the said Principal has promised and agreed to p rfomr said work in accordance with the terms of said contract, including, but not limited to the terns requiring the payment at the prevailing rate of hourly wages, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted, except as modified by the Guarantee section of the Bid; and has further agreed that this bond shall insure to the benefit of any person, firm, company or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company, or corporation, for the recovery of any such money. NOW, THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of performing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold VILLAGE harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of , 2012. - - PRINCIPAL 25 BUTLER SCHOOL DCEO 12- 203200 (Company Name) By: (Signature) (Title) (Company Name) By: (Signature) (Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signatures of each contractor must be affixed.) i'Y 17�Y'1 (Name of Surety) State of Illinois ) ) SS. County of (Signature of Attorney in Fact) I, a Notary Public in and for said county, do hereby certify that (names of individuals signing on behalf of Principal and Surety) who are each personally (mown to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this My commission expires: day of , 2013. Notary Public 26 BUTLER SCHOOL DCEO 12- 203200 Exhibit "A" Exhibit "A" hereby attached and made part of ZCC Proposal No. 13 -119, Village of Oak Brook Heritage Center Waterproofing, Oak Brook, Illinois, dated 06/04/13: Clarifications: 1. This proposal is based upon the insurance limits per the attached Certificate of Insurance. 2. Zera Construction Company, Inc., cannot be held responsible for any buried conduit, wires, piping, or other utility lines. We will do our best to avoid any unnecessary damage; however, due to the nature of the demolition procedure, some damage may occur. 3. Zera Construction Company, Inc., cannot be responsible for abatement and /or remediation of any material encountered while performing our scope of work. ZERA WO. P847.966.8100 F847.966.8160 Wzeraconstruction.com Client#: 74118 ZERACON ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) TYPE OF INSURANCE 3/28/2013 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 CONTACT NAME: Heck Team PHONE 312 595 -6200 F AX Alc No E# : AIC No Mesirow Insurance Services E -MAIL 1500 S. Lakeside Drive ADDRESS: $3OO OOO MED EXP (Any one person) $10,000 INSURER(S) AFFORDING COVERAGE NAIL# Bannockburn, IL 60015 INSURER A: Charter Oak Fire Insurance Comp 25615 INSURED INSURER B: St- Paul Fire & Marine Insuranc 24767 Zera Construction Company, Inc. INSURER C: Travelers Casualty Ins. Co. of 19046 7800 Lehigh Avenue AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTO$ HIRED AUTOS X NON -OWNED AUTOS Niles, IL 60714 INSURER D: DT810OD397158COF13 4/0112013 04/01/2014 COMBINED SINGLE LIMIT Ea accident INSURER E: X INSURER F; $ BODILY INJURY (Per accident) 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 CONTRACTOR 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. LTRR TYPE OF INSURANCE les°RLaud POLICY NUMBER MM/ODY EFF kg _n LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 4 OCCUR X PD Ded:2,500 DTCOOD397158COF13 D410112013 04/01/201 EACH OCCURggRENCE $1000000 PREMISES Ea u¢anance $3OO OOO MED EXP (Any one person) $10,000 PERSONAL& ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENL AGGREGATELIMIT APPLIES PER: POLICY X jE� LOG PRODUCTS- COMP /OP AGG $2,000,000 1 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTO$ HIRED AUTOS X NON -OWNED AUTOS DT810OD397158COF13 4/0112013 04/01/2014 COMBINED SINGLE LIMIT Ea accident 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X PROPERTY DAM AGE Peraccocz $ B UMBRELLA UAB EXCESS LIAB 1( OCCUR CLAIMS -MADE ZUP14P9749613NF 4/01/2013 04101 1201 EACH OCCURRENCE $15000000 AGGREGATE $15,000,000 DED I X RETENTION $10,000 $ c WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIF XECUTIVEY/N OFFICER/MEMBER EXCLUDED? (Mandatory In NN) If yes, describe under DESCRIPTION OF OPERATIONS below NIA D7SUBOD39715813 4/01/2013 04/01/201 X WCSTAT1 OTH- F.L. EACH ACCIDENT $1000000 E.L. DISEASE - EA EMPLOYEE $1,000.000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) 'SAMPLE CERTIFICATE' I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1319326/M1317151 $09 Job List Concrete Restoration I Plaza Renovation Location /Description Architect/Engineer Contract Sum /Date Completed 159 East Walton Condo Assn Wiss, Janney, Elstner Assoc $356,000.00 159 E Walton Place 10 S Lasalle St., Suite 2600 In Progress Chicago, IL Chicago, IL 60603 Vaulted Sidewalk Repairs Attn: Jason Aspin (312) 372 -0555 Sandburg Village HOA Wiss, Janney, Elstner Assoc $185,615.00 1355 N Sandburg Terrace 10 S Lasalle St., Suite 2600 2013 Chicago, IL Chicago, IL 60603 Chicago, IL Attn: Paul Gaudette Planter Repairs (312) 372 -0555 Cornell Village HOA Kellermeyer, GodfryL Hart PC $2,540,670.00 5201 S Cornell Ave. 9701 W Higgins Rd., Suite 820 In Progress Chicago, IL Rosemont, IL 60018 Plaza & Garage Repair Attn: Jeff Marzuki (847) 318 -0033 Burnham Park Plaza WMA Consulting Engineers $234,925.00 40 E 9th Street 815 S Wabash Ave 2013 Chicago, IL Chicago, IL 60605 Elevator Modernization Attn: Michael Thompson (312) 786 -4310 Moody Bible Institute Leber Construction Consulting $660,175.00 845 N Wells 309 N Ernest Ave In Progress Chicago, IL Griffith, IN 46319 Garage Repairs Attn: Richard Leber (219) 614 -2340 800 S Wells River City Facilities Mgmt $169,650.00 Chicago, IL 800 S Wells 2012 Wall Repairs Chicago, IL 60607 Attn: Chris Jakubowski '07 ZZRA *1 CONSTRUCTION P 847.866.8100 F847.966.8160 W zeraconstruction.com Location /Description Architect/Engineer Contract Sum /Date Completed River Plaza Wiss, Janney, Elstner Assoc $1,879,500.00 Chicago, IL 10 S Lasalle St, Suite 2600 In Progress Plaza Renovations Chicago, IL 60603 Attn: Peter Tarara (312) 372 -0555 Commonwealth Plaza Condo Assn Wiss, Janney, Elstner Assoc $813,000.00 Chicago, IL 10 S Lasalle St, Suite 2600 2012 Driveway, Carport & Ramp Repairs Chicago, IL 60603 Attn: Peter Tarara (312) 372 -0555 600 N Fairbanks George A Kennedy & Assoc $451,300.00 Chicago, IL 307 N Michigan Ave 2012 Parking Garage Repairs Chicago, IL 60601 Attn: Lucian Dumitru (312) 332 -7060 Sheraton Philadelphia City Center Luxury Resorts $269,650.00 Philadelphia, PA 501 E Camino Real 2012 Concrete & ADA Repairs Boca Raton, FL 33432 Attn: Ivey Bueno 1350 N Astor Cad Walker, Inc $256,460.00 Chicago, IL 1920 S Highland Ave, Suite 210 2012 Parking Garage Repairs Lombard, IL 60148 Attn: Bill Mahler (630) 307 -3800 Shoreline Tour Boat Landing Dan Miller Architects. Ltd $311,800.00 Chicago, IL 2165 W Wilson Ave 2012 Landing Repairs Chicago, IL 60625 Attn: Dan Miller (773) 388 -0876 Museum Park Place Assn Kellermeyer, Godfryt, Hart, PC $541,500.00 Chicago, IL 9701 W Higgins Rd, Suite 820 2012 Sanitary Line Repair Rosemont, IL 60018 Attn: Jeff Marzuki (847) 318 -0033 3150 N Sheridan Klein & Hoffman $291,000.00 Chicago, IL 150 S Wacker Drive, Suite 1900 2012 Garage Repairs Chicago, IL 60606 Attn: Brandon Diffenderfer (312) 251 -5970 �, ZER 1A P847.966.8100 F847.966.8160 W zeraconstruction.com Location /Description Architect/Engineer Contract Sum /Date Completed The Towers Condominium Chicago, IL Garage Repairs St. Paul Parish Chicago, IL Accessibility Project Attn: Emil Miniscalco (312) 534 -5309 The Warwick Chicago, IL Garage Repairs The Heritage of Millennium Park Chicago, IL Terrace Deck Repairs Ontario Place Condominium Assn Chicago, IL Parking Garage Repairs 30 E Division Condominium Assn Chicago, IL Garage Repairs The Towers Condo Assn Chicago, IL Parking Garage Repairs 3180 Condominium Association Chicago, IL Garage Repair r � ZERON CTL Group 5400 Old Orchard Road Skokie, IL 60077 Attn: C. P. Bok (847) 972 -3212 Jaeger, Nickola & Associates, Ltd. 350 S. Northwest Hwy, Suite 106 Park Ridge, IL 60068 Attn: David Kuhlman (847) 692 -6166 Klein & Hoffman, Inc 150 S. Wacker Dr., Suite 1900 Chicago, IL 60606 Attn: Terry McDonald (312) 251 -1977 Kellermeyer, Godfryt, Hart 9701 W. Higgins, St., Suite 820 Rosemont, IL 60018 Attn: Mike Bonick (847) 318 -0033 Kellermeyer, Godfryt, Hart 9701 W. Higgins, St., Suite 820 Rosemont, IL 60018 Attn: Ernest Hart (847) 318 -0033 Kellermeyer, Godfryt, Hart 9701 W. Higgins, St., Suite 820 Rosemont, IL 60018 Attn: Jeff Marzuki (847) 318 -0033 CTL Group 5400 Old Orchard Road Skokie, IL 60077 Attn: C. P. Bok (847) 972 -3212 $561,000.00 2012 $3,111,000.00 2012 $418,190.00 2012 $216,830.00 2012 $3,060,970.00 In Progress $378,700.00 2011 $197,748.00 2011 Klein & Hoffman, Inc. $1,383,874.00 150 South Wacker Drive, Suite 1900 2011 Chicago, IL 60606 Attn: Zelina Laube (312) 251 -1931 P847.966.8100 F847.966.8160 W zeraconstruction.com Location /Description Architect/Engineer Contract Sum /Date Completed 2909 North Sheridan Road Condo Chicago, IL Garage Floor Repairs The Oak Brook Club - Bldg. 5 Oak Brook, IL Masonry & Waterproofing Repairs Saint Paul Parish Chicago, IL Repair 1 st Floor & Drainage 69 West Washington Street Chicago, IL Roof & Roof Davits Granville Beach Condominiums Chicago, IL Garage Repairs Baxter Healthcare Deerfield, IL Garage Repair 510 W. Belmont Avenue Chicago, IL Garage Repair River Road Park Plaza Chicago, IL Plaza Restoration The Structural Shop 9601 River Street Schiller Park. IL 60176 Attn:Joe Chesek (847) 349 -1099 Raths, Raths & Johnson 835 Midway Drive Willowbrook, IL 60527 Attn: Karen Zimnicki (630) 325 -6160 Wiss, Janney, Elstner Assoc. 330 Pfingsten Road Northbrook, IL 60062 Attn: Norbert Krogstad (847) 272 -7400 Onyx Architectural Services, Inc. 750 N. Franklin Ave., Suite 207 Chicago, IL 60610 Attn: Victor Simpkins (312) 787 -2748 Kellermeyer, Godfryt, Hart 9701 W. Higgins, St., Suite 820 Rosemont, IL 60018 Attn: James Seo (847) 318 -0033 Baxter Healthcare Corp. 1 Baxter Parkway Deerfield, IL 60015 Attn: Jim Rohleder (708) 751 -6098 Carl Walker, Inc. 1920 S. Highland Ave., Suite 210 Lombard, IL 60148 Attn: Pat Martin (630) 307 -3800 Carl Walker, Inc. 1920 S. Highland Ave., Suite 210 Lombard, IL 60148 Attn: Pat Martin (630) 307 -3800 $418,475.00 2011 $246,974.00 2011 $2,194,058.00 2011 $346,665.00 2011 $667,850.00 2010 $245,830.00 2010 $1,926,140.00 2011 $1,282,540.00 2010 �� ZBRA P847.966.8100 F847.966.8160 W zeraconstruction.com Location /Description Architect/Engineer Contract Sum /Date Completed White Chapel Garage & Plaza Chicago, IL Concrete Repair & Membrane Tiara - 6145 N. Sheridan Road Chicago, IL Garage Repair Commonwealth Plaza Chicago, IL Garage Repair 401 N. Michigan Chicago, IL Plaza Repair Lake View Towers Chicago, IL Concrete & Waterproofing TLC Management 100 N. LaSalle St., Suite 1200 Chicago, IL 60602 Attn: Mike Glover (312) 553 -9070 Kellermeyer, Godfryt, Hart 9701 W. Higgins St., Suite 820 Rosemont, IL 60018 Attn: Jim Erickson (847) 318 -0033 Kellermeyer, Godfryt, Hart 9701 W. Higgins St., Suite 820 Rosemont, IL 60018 Attn: James Seo (847) 318 -0033 bliss, Janney, Elstner Assoc. 10 S. LaSalle St., Suite 2600 Chicago, IL 60603 Attn: Paul Gaudette (312) 372 -0555 Technicon International, Inc. 611 S. Wells Street Chicago, IL 60607 Attn: Ken Hubbard (847) 514 -1045 Unity Temple Harboe Architects, PC Oak Park, IL 140 S. Dearborn, Suite 205 Roof Repair Chicago, IL 60603 Attn: Mark Kasprzyk (312) 977 -0333 Uptown Development Park Ridge, IL Membrane Installation Oak Brook Club Oak Brook, IL Pool Deck Repair Valenti Builders, Inc. 225 Northfield Road Northfield, IL 60093 Attn: Paul Turilli (847) 446 -2200 Raths, Raths& Johnson 835 Midway Drive Willowbrook, IL 60527 Attn: Kevin Conroy (630) 325 -6160 $241,013.00 2010 $544,017.00 2010 $1,281,170.00 2010 $2,091,900.00 2010 $452,050.00 2010 $398,536.00 2010 $394,575.00 2009 $323,393.00 2010 -0" ZZRA V-1 CONSTRUCTION P847.966.8100 F847.966.8160 W zeraconstruction.com V� ZERON PERSONAL INFORMATION: EDUCATION: WORK EXPERIENCE: 7800 Lehigh Avenue • Niles, Illinois 60714 P847.966.8100 F847.966.8160 W zeraconstruction.com Alex Zera 1022 Briarwood Lane Northbrook, IL 60062 azera @zeraconstruction.com (847) 417 -5200 St. Joseph's College 1960-1963 Zera Construction Company, Inc. 7800 North Lehigh Avenue Niles, IL 60714 (847) 966 -8100 2005 — Present Zera Construction Company Inc. Chairman and Head of Special Projects Utilizes his years of construction experience to develop creative solutions for especially challenging projects. 1976-2005 Zera Construction Company Inc. President of Zera Construction Company Successfully changed direction of the organization from a concrete flat work company to a structural concrete repair company with one of the largest and most experienced work forces in the industry. 1963-1976 Zera Construction Company Inc. Job Superintendent and Project Manager 1957-1963 Zera Construction Company Inc. Worked summers as a laborer while attending school. ZERA CONSTRUCTION 7800 LehighAvenue •Niles, Illinois 60714 P847.966.8100 F847.966.6160 Wzeraconstruction.com Chris Zera PERSONAL INFORMATION: 2217 Center Avenue Northbrook, IL 60062 (847) 470 -6046 EDUCATION: Wittenburg University (Springfield, OH) Bachelor of Arts: Communication 1986 -1990 1. • u EXPERIENCE: Zera Construction Company, Inc. 7800 North Lehigh Avenue Niles, IL 60714 (847) 966 -8100 2001 - Present Zera Construction Company Inc. Vice President / Estimator Prepares estimates for projects ranging from $30,000.00 to $10,000,000.00. Projects include parking garages, plazas, facade repair, vaulted sidewalks and stadiums. 1990-2001 Zera Construction Company Inc. Project Manager Commercial and Institutional Projects. Includes plaza renovations and concrete restoration, ranging in size from $30,000.00 to $3,000,000.00 1983-1990 Zera Construction Company Inc. Worked summers, part-time, as a laborer. Acquired enough experience and knowledge to earn the position of job superintendent. 40"" ZERA wlo� CONSTRUCTION PERSONAL INFORMATION: EDUCATION: WORK EXPERIENCE: 7800 Lehigh Avenue • Niles. Illinois 60714 P 847.966.8100 F 847.966.8160 W zeraconstruction.com Tim Zera 2236 Maple Avenue Northbrook, IL 60062 (847) 470 -6047 National Louis University (Evanston, IL) Bachelor of Arts: Business Management 1989 Zera Construction Company, Inc. 7800 North Lehigh Avenue Niles, IL 60714 (847) 966 -8100 2005 — Present Zera Construction Company Inc. Assumed Presidency of Zera Construction Oversees complete function of the company along with Project Management responsibilities. 1990 —2005 Zera Construction Company Inc. Vice President Operations/Project Manager Commercial and Institutional Projects. Includes plaza renovations and concrete Restoration, ranging in size from $30,000.00 To $10,000,000.00 1988-1990 Glenn H Johnson Construction Company Project Assistant on Retail Construction Projects Included ground -up construction for Montgomery Ward & Company locations in Harrisburg, PA, and Indianapolis, IN Specifications Sections 27 BUTLER SCHOOL DCEO 12- 203200 SECTION 01010 - SUMMARY OF WORK 1.01 PROJECT DESCRIPTION A. Project Name and Address: Oak Brook Heritage Center (Butler School) Weatherproofing DCEO Grant 12- 203200 1112 Oak Brook Road Oak Brook, Illinois 60523 B. Owner: Village of Oak Brook C. Principal Tenant: Oak Brook Historical Society D. Agreement Form: AIA Document A 101 2007 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR (not bound herein) E. Descriptive Summary: 1. Removal of portion of cast in place concrete retaining wall and sidewalk at north side of building 2. Excavation and exposing of portion of north concrete foundation wall of building and any underground subsurface storm sewer lines below 3. Installation of subsurface drain tile lines along north face of foundation tied into existing storm sewers. 4. Near north entry, installation of new trench drain tied into existing storm sewers. 5. New cast in place concrete retaining walls in similar location to those removed. 6. New cast in place concrete sidewalks in similar location and dimension to those removed. 7. Installation of waterproofing and drainage board along north elevation foundation where indicated in the DRAWINGS. 8. New breathable coating over all exposed sections of concrete foundation. 9. Crack repair of foundation as indicated in the DRAWINGS and these specifications. 10. Repair /replacement of all damaged copper downspouts and extensions and reattachment of same to gutters, extensions, and subsurface drainage. 1.02 PROJECT SCHEDULE A. Commencement: Begin construction operations at project site following written Notice to Proceed from owner. 1.03 CONTRACTOR USE OF PREMISES A. Limited Use: During the construction period, the Contractor shall have limited use of the site for construction operations. 1.04 CONSTRUCTION METHODS A. The Village of Oak Brook, Illinois, Charles Pipal, AIA and Dan Ruzic, Chicago Project Management shall not be responsible for or have control over the construction means, methods, techniques or procedures with respect to the performance of any work. In no event shall the above named be responsible for or have any obligation with respect to the safety of any person performing work as described in this Project Manual. 28 BUTLER SCHOOL DCEO 12- 203200 1.05 CONSTRUCTION DAMAGE A. If Contractor causes any damage to any architectural element of the building, including, but not limited to windows, doors, gutters, downspouts, or brickwork, it shall be the sole responsibility of the Contractor to restore those damaged elements to their original "new" condition. Said costs shall be calculated on the basis of the current replacement or restoration costs as determined by the Architect for all materials, labor, and incidentals required to completely correct the damage. In addition, the Contractor shall pay the Owner an additional 15% charge for administrational expenses. B. If Contractor causes any damage to any trees, shrubs, lawn areas, or other vegetation or landscaping, or any other improvements outside of the immediate construction area, it shall be the sole responsibility of the Contractor to restore the landscaping or improvement to its original condition. Said costs shall be calculated on the basis of the current replacement or restoration costs as determined by the Architect for all materials, labor, and incidentals required to completely correct the damage. In addition, the Contractor shall pay the Owner an additional 15% charge for administrative expenses. 1301XIIDII11 29 BUTLER SCHOOL DCEO 12- 203200 SECTION 01045 - CUTTING AND PATCHING PART1- GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. Definition: "Cutting and Patching" includes cutting into existing construction to provide for the installation or performance of other work and subsequent fitting and patching requirement to restore surfaces to their original condition. Cutting and patching performed during the manufacture of products, or during the initial fabrication, erection or installation processes is not considered to be "cutting and patching" under this definition. Drilling of holes to install fasteners and similar operations are also not considered to be "cutting and patching." 1.02 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural work in a manner that would result in a reduction of load - carrying capacity or of load- deflection ratio. This is especially applicable when performing work on in the vicinity of structural roof members. B. Visual Requirements: Do not cut and patch work exposed in a manner that would, in the Architect's opinion, result in lessening the building's aesthetic qualities. Do not cut and patch work in manner that would result in substantial visual evidence of cut and patch work. Remove and replace work judged by the Architect to be cut and patched in a visually unsatisfactory manner. If possible, retain the original installer or fabricator; otherwise retain another recognized experienced and specialized firm to cut and patch the exposed work. 1.03 SUBMITTALS A. Submit written request in advance of cutting or alteration which affects: Structural elements. Integrity of weather- exposed or moisture - resistant element. Efficiency, maintenance or safety of any operational element. Visual qualities of sight- exposed elements. Work of Owner or separate Contractor. Mechanical, plumbing, control, or electrical systems. B. Where cutting and patching of structural work involves the addition of reinforcement, submit details and engineering calculations to show how that reinforcement is integrated with original structure to satisfy requirements. C. Approval by the Architect to proceed with cutting and patching work does not waive the Architect's right to later require complete removal and replacement of work found to be cut and patched in an unsatisfactory manner. PART2- PRODUCTS 2.01 MATERIALS A. Except as otherwise indicated, or as directed by the Architect, use materials for cutting and patching that are identical to existing materials. If identical materials are not available, or cannot be used, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Submit any materials not identical to architect for review and approval. Use materials for cutting and patching that will result in equal -or -better performance characteristics. B. Comply with requirements of applicable specification sections for patching materials. 30 BUTLER SCHOOL DCEO 12- 203200 PART 3- EXECUTION 3.01 PREPARATION A. Temporary Support: To prevent failure, provide temporary support of work to be cut. B. Protection: Protect other work during cutting and patching to prevent damage. Provide protection from adverse weather conditions for that part of the project that may be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas of interruption of free passage to adjoining areas. D. Take precaution not to cut existing lighting ground lines, pipe, conduit or duct serving the building. 3.02 PERFORMANCE A. Employ skilled workmen to perform cutting and patching work. Except as otherwise indicated or as approved by the Architect, proceed with cutting and patching at the earliest feasible time and complete work without delay. 3.03 CUTTING A. Cut the work using methods that are least likely to damage work to be retained or adjoining work. B. In general, where cutting is required, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut through concrete and masonry using a cutting machine such as a carborundum saw or core drill to ensure a neat hole. Take care not to damage brickwork or limestone during cutting. Cut holes and slots neatly to size required with minimum disturbance of adjacent work. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Temporarily cover openings when not in use. C. Bypass utility services such as pipe and conduit before cutting, where such utility services are shown or required to be removed, relocated or abandoned. Cut off conduit and pipe in walls or partitions to be removed. After bypass and cutting, cap, valve or plug and seal tight remaining portion of pipe and conduit to prevent entrance of moisture or other foreign matter. 3.04 PATCHING A. Patch with seams which are durable and as invisible as possible. Comply with specified tolerances for the work. B. Proprietary Materials: Prepare for, install, cure and protect all proprietary materials in accordance with manufacturer's recommendations for best possible performance, including use of primers, bonding agents and other recommended accessory materials. C. All Materials: Prepare for, install, cure and protect non - proprietary materials in accordance with industry standards. D. Restore exposed finishes of patched areas and, where necessary, extend finish restoration into retained adjoining work in a manner which will eliminate evidence of patching and refinishing. 31 BUTLER SCHOOL DCEO 12- 203200 3.05 CLEANING A. Thoroughly clean areas and spaces where work is performed or used as access to work. Remove completely paint, mortar, oils, sealants and items of similar nature. END SECTION 01045 32 BUTLER SCHOOL DCEO 12- 203200 SECTION 01060 - REGULATORY REQUIREMENTS 1.01 SUMMARY A. Comply with all laws, rules and regulations governing the work. B. Ensure that copies of specified codes and standards are readily available to Contractor's personnel. Copies are available at Contractor's expense from source or publisher. C. Ensure that Contractor's personnel are familiar with workmanship and installation requirements of specified codes and standards. D. Obtain all required permits. 1.02 REGULATORY REQUIREMENTS A. General: The work shall be designed and constructed in accordance with the following codes and regulatory requirements: 1. International Building Code, applicable edition, with any applicable DuPage County or Village of Oak Brook Addenda. 2. The Architect may reference other codes and standards throughout the Project Manual when deemed appropriate for proper compliance with regulatory requirements. B. Additionally, it is the responsibility of the Contractor to follow and obey any roles or regulations set forth by the Village of Oak Brook regarding its facilities. These may include, but are not limited to, access, protable toilet facilities, security, refuse disposal, and insurance requirements. END SECTION 01060 33 BUTLER SCHOOL DCEO 12- 203200 SECTION 01090 - REFERENCED DEFINITIONS AND STANDARDS 1.01 SUMMARY A. Section Includes: 1. Definitions of terms used throughout the contract documents 2. Explanation of certain aspects of specification language usage 3. Explanation of status and use of reference standards 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Requirements: The provisions or requirements of Division 1 sections. General Requirements apply to entire work. B. Project Manual: The volume which includes the bidding requirements, Drawings (bound within), and the Specifications. C. Indicated: Means "indicated on Drawings or in the Project Manual ". D. Directed, etc.: Terms such as "directed," "requested," "approved," "accepted" mean "directed by Architect," "requested by Architect ", etc. However, no implied meaning will be interpreted to extend Architect's responsibility into Contractor's area of construction supervision. E. Approve: Where used in conjunction with Architect's action on the Contractor's submittals, applications and requests, is limited to the responsibilities and duties of the Architect stated in Contract Documents. Such approval shall not release the Contractor from responsibility to fulfill Contract Documents requirements. F. Regulation: Includes laws, statutes, ordinances and lawful orders issued by authorities having jurisdiction, as well as rules, conventions and agreements within the construction industry that control performance of the work, whether they are lawfully imposed by authorities having jurisdiction or not. G. Project Site: The space available to Contractor for performance of the work, either exclusively or in conjunction with other performing other work as part of the project. H. Famish: Used to mean "supply and deliver to project site, ready for unloading, unpacking, assembly, installation and similar operations." I. Install: Used to describe operations at project site including "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations." J. Provide: Means "furnish and install, complete and ready for the intended use." K. Installer: An entity engaged by Contractor, as an employee, subcontractor, or sub - subcontractor for performance of a particular construction activity, including installation, erection, application and similar required operations. Installers are required to be experienced in operations they are engaged to perform. 1. The term "experienced" above means "having a minimum of 5 previous projects similar in size and scope to the Project, familiar with the precautions required, and having complied with requirements of authorities having jurisdiction." L. Contractor: These specifications and drawings will refer to the "Roofing Contractor" as Contractor. M. Owner: The Village of Oak Brook 34 BUTLER SCHOOL DCEO 12- 203200 1.03 SPECIFICATION EXPLANATION A. Assignment of Specialists: The Specifications require that certain specific construction activities shall be performed by specialists who are recognized experts in the operations to be performed. The specialists must be engaged for those activities, and the assignments are requirements over which the Contractor has no choice or option. Nevertheless, the ultimate final responsibility for fulfilling contract requirements remains with Contractor. 1. This requirement shall not be interpreted to conflict with enforcement of building codes and similar regulations governing the work. It is also not intended to interfere with local trade union jurisdictional settlements and similar conventions. B. Contract Document Organization: The manner of organizing and subdividing is not intended to be an indication of jurisdictional or trade union agreements. C. Imperative Language: Requirements expressed imperatively are to be performed by the Contractor. At certain locations in the text, for clarity, language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or by others when so noted. D. General Requirements: Drawings and general provisions of Contract including Division 1 Specifications sections apply to all sections. E. Included: Listings of types of work included in specifications sections are for Contractor's convenience. Read "included" to mean "included, but not limited to," F. Conflicting Requirements: Where compliance with two or more requirements is specified and they establish different or conflicting criteria, most stringent requirement will be enforced. Refer conflicts to Architect for a decision before proceeding. G. Minimum Quality: Quality level indicated, such as gauge of metal or compliance with a reference standard, is typically intended as minimum. The actual installation may comply exactly, within specified tolerances, or may exceed that minimum within reasonable limits. 1.04 INDUSTRY STANDARDS A. Applicability of Standards: Except where Contract Documents include more stringent requirements, referenced standards of construction industry have same force and effect as if copied directly into Contract Documents. Such standards are made a part of the Contract Documents by reference. 1. No provision of any reference standard shall be effective to change the duties and responsibilities of Owner /Tenant, Contractor or Architect, or any of their consultants, agents or employees from those set forth in the Contract Documents. B. Publication Dates: Comply with standard in effect as of date of Contract Documents. C. Abbreviations and Names: Where used in contract documents they are defined to mean the industry recognized name of trade association, standards organization, or other entity. 1. Each entity engaged in project is required to be familiar with industry standards applicable to that entity's construction activities. Copies of applicable standards are not bound with the Contract Documents. 2. Obtain copies of standards needed for proper performance of the work. END SECTION 01090 35 BUTLER SCHOOL DCEO 12- 203200 SECTION 01320 - SUBMITTALS 1.01 SUMMARY A. Section includes: Administrative and procedural requirements for submittals, including: 1. Shop drawings 2. Product data 3. Samples 1.02 SUBMITTAL PROCEDURES A. Coordination: 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related sequential activities. 2. Coordinate transmittal of submittals for related elements of construction so processing will not be delayed by the need to review submittals concurrently for coordination. 3. Processing: Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for resubmittals. a. Allow one calender week for review. 1.03 SHOP DRAWINGS A. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include the following information: 1. Dimensions 2. Notation of dimensions established by field measurement 3. Identification of products and materials included 4. Notation of coordination requirements B. Submit newly prepared information, drawn to accurate scale. Highlight, encircle or otherwise clearly and unmistakably indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of shop drawings. Standard information prepared without specific reference to the project is not considered shop drawings. 1.04 PRODUCT DATA A. Product data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates. 1. Confirm compliance with requirements of Contract Documents before submitting product data. 2. Mark each copy to show applicable choices and options. Where printed product data includes information on several products, some of which are not required, mark copies to indicate the applicable information. B. Submittal: Submit two copies of each required submittal; submit four copies where required for maintenance manuals. 1.05 SAMPLES A. Submit full -size, fully- fabricated samples, cured and finished as specified and physically identical with the material or product proposed. Samples include 36 BUTLER SCHOOL DCEO 12- 203200 partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets and swatches showing color, texture and pattern. I. Package samples in manner to facilitate review of qualities indicated. 2. Include the following: a. Generic description of the sample b. Sample source c. Product name and name of manufacturer d. Compliance with recognized standards B. Submit samples for review of kind, color, pattern and texture, for a final comparison of these characteristics with other related elements and for comparison of these characteristics between the final sample submittal and the actual component delivered and installed. 1. Where variation in color, pattern, texture or other characteristics are inherent in the material or product represented, submit multiple units (not less than three) that show approximate limits of the variations. 2. Refer to other sections for samples to be returned to the Contractor for incorporation in the construction. Such samples must be undamaged at time of use. On the transmittal, indicate requests regarding disposition of sample submittals. C. Preliminary Submittals: Where samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product. 1. Preliminary submittals will be reviewed and returned with the Architect's mark indicating selection and other action. D. Submittals: Except for samples illustrating assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, submit three sets; one will be retumed marked with the action taken. 1. Maintain sets of samples, as returned, at the Project Site for quality comparisons throughout the course of construction. 2. Unless noncompliance with Contract Documents is observed, the submittal may serve as the final submittal. E. Distribution of Samples: Prepare and distribute additional sets to subcontractor, suppliers, fabricators, manufacturers, installers, governing authorities and others as required for performance of the work. Show final distribution of transmittal forms. F. Field Samples: Field samples and mock -ups specified in specification sections are special types of samples. Field samples are full -size examples erected on site to illustrate finishes, coatings or finish materials and to establish the standard by which the construction will be judged. 1. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity. 1.06 ARCHITECT OR PROJECT MANAGER'S ACTION A. Except for submittals for record, information and similar purposes where action and return is required or requested, the Architect or Project Manager will review each submittal, mark to indicate action taken and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. END SECTION 01320 37 BUTLER SCHOOL DCEO 12- 203200 SECTION 01700 - PROJECT CLOSEOUT 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for project closeout, including completion procedures. B. Related Sections: 1. Final cleaning: Section 0 17 10. 2. Warranty requirements: Section 01740. 1.02 PROJECT COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of completion, complete the following. 1. Submit warranties, maintenance agreements, and similar documents. 2. Complete final cleaning. Touch -up and otherwise repair and restore marred exposed finishes. 3. Submit final payment request with releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 4. Submit updated final statement, accounting for final changes to Contract Sum. 5. Compile and submit a punch -list of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved. 6. Submit consent of surety. 7. Revise and submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Inspection Procedures: On receipt of Contractor's punch list and request for inspection, the Project Manager or Architect will either proceed with inspection or advise Contractor of unfilled requirements. The Project Manager or Architect will certify the completion status following inspection, or advise the Contractor of construction that must be completed or corrected before the certification can take place. 1. The Project Manager or Architect will repeat inspection when requested and when assured that Work has been substantially completed. 2. If more than one repeat inspection is required, Owner will deduct cost of Project Manager's and/or Architect's additional services from payment due to the Contractor. 3. Results of completed inspection will form the basis of requirements for final acceptance. END SECTION 01700 38 BUTLER SCHOOL DCEO 12- 203200 SECTION 01710 FINAL CLEANING 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for final cleaning. B. Related Sections: 1. Final cleaning of specific construction is included in the appropriate sections of the specifications to follow. 1.02 FINAL CLEANING A. Site Cleaning: Clean the site of rubbish, litter and other foreign substances generated during the duration of construction. Remove stains, spills and other foreign deposits. B. Removal: Remove trash and rubbish from every area. As soon as practicable after completion of the Work, dismantle the temporary construction facilities and remove from the site the construction equipment, fences, scaffolding, rubbish of every kind, surplus materials and supplies belonging to Contractor. tD1.a1y D140I181e91 i 14111 39 BUTLER SCHOOL DCEO 12- 203200 SECTION 01740 - WARRANTIES 1.01 SUMMARY A. Section Includes: General administrative and procedural requirements for warranties required by the Contract Documents, including manufacturer's standard warranties on products and special warranties. 1. Specific requirements for warranties for portions of construction are included in the individual sections of the specifications to follow. B. Disclaimers and Limitations. Manufacturers' disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the work that incorporates the products, nor does it relieve suppliers, manufacturers and subcontractors required to countersign special warranties with the Contractor. 1. This warranty shall be in addition to, and not a limitation of, other rights the Owner may have against the Contractor under the Contract Documents. 1.02 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted work that has failed, remove and replace other work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted work. B. Reinstatement of Warranty: When work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that work covered by a warranty has failed, replace or rebuild the work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective work regardless of whether the Owner has benefited from use of the work through a portion of its anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents. E. The Owner reserves the right to refuse to accept work for the project where a special warranty, certification or similar commitment is required on such work or part of the work, until evidence is presented that entities required to countersign such commitments are willing to do so. 1.03 SUBMITTALS A. Submit written warranties to the Project Manager prior to the date certified for Substantial Completion. If the Project Manager's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the work, submit written warranties upon request of the Project Manager. 40 BUTLER SCHOOL DCEO 12- 203200 B. When a special warranty is required to be executed by the Contractor, or the Contractor and a subcontractor, supplier or manufacturer, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner through the Project Manager for approval prior to final execution. END SECTION 01740 41 BUTLER SCHOOL DCEO 12- 203200 SECTION 02200 - SITE PREPARATION PART1- GENERAL 1.1 DESCRIPTION A. Work Included: Work shall be completed as described in this section and shall include the furnishing of all labor, material, equipment, and appurtenances to remove all tree stumps, trees, limbs, sod, excess topsoil, clay, concrete and rubbish from construction area and dispose of said material in an approved location. Stockpile topsoil in an adjacent area for later use during final grading and restoration. The CONTRACTOR shall furnish all labor materials, supplies, and equipment necessary to provide erosion and sediment control during construction. B. Related Sections: Additional Sections of the Documents which are referenced in this Section include: 1. Section 02300 Earthwork 2. Section 02600 Drainage and Containment 3. Section 02921 Seeding 4. Section 03300 Cast -in -Place Concrete 1.2 REFERENCES A. General: The work shall comply with the most recent standards and practices of the Village of Oak Brook. 1.3 DEFINITIONS A. Clearing: Clearing shall consist of the felling, trimming, and cutting of trees into sections and the satisfactory disposal of the trees and other vegetation designated for removal, including down timber, snags, brush, and rubbish occurring in the areas to be cleared. B. Grubbing: Grabbing shall consist of the removal and disposal of brush, stumps, roots larger than 3inches in diameter, and matted roots from the designated grubbing areas. C. Usable Topsoil: Topsoil to be stockpiled for restoration shall consist of friable clay loam, free from roots, stones, and other undesirable material and shall be capable of supporting a good growth of grass. D. Large Trees: Trees, limbs, and other timber having a diameter of 3 inches and greater shall be disposed of as saw logs, firewood, and other usable material. E. Brush: Brush and tree tops may be chipped, stockpiled, and used for mulch on the project. 1.4 QUALITY ASSURANCE A. Coordination: Coordinate clearing operations with the VILLAGE OF OAK BROOK PUBLIC WORKS DEPARTMENT to limit work areas to only those required for the execution of this project. 1.5 PROJECT CONDITIONS A. Site Protection: 1. CONTRACTOR shall provide protection as necessary to prevent damage to existing site improvements or vegetation to remain in place as indicated on the plans. 2. CONTRACTOR shall restore damaged improvements to their original condition, as acceptable to parties having jurisdiction. 42 BUTLER SCHOOL DCEO 12- 203200 PART2- PRODUCTS 2.1 EROSION AND SEDIMENT CONTROL A. Barriers: Straw Bale Barriers or other erosion control methods must be employed as required to minimize erosion. B. Permanent Measures: Permanent erosion and sediment control shall be in accordance with this section and Section 02921 - Seeding. The CONTRACTOR shall schedule excavation, fill, finish grading, and seeding work in such a manner as to minimize exposure to erosive forces. PART 3- EXECUTION 3.1 CLEARING AND GRUBBING A. Clearing: All trees, stumps, roots, brush, and other vegetation in areas to be cleared shall be cut off flush with or below the original ground surface, except such trees and vegetation as may be indicated on the plans to be left standing. Trees designated to be left standing within the more cleared areas shall be trimmed of dead branches 1 -1/2 inches or more in diameter or as directed by the VILLAGE OF OAK BROOK PUBLIC WORKS DEPARTMENT. Limbs and branches to be trimmed shall be neatly cut close to the trunk of the tree or main branches. Trees and vegetation to be left standing shall be protected from damage incident to clearing, grubbing, and construction operations by the erection of barriers or by such other means as the circumstances require. All brush, small trees, limbs, sod or rubbish shall be removed from the site. B. Grubbing: Material to be grubbed, together with logs and other organic debris not suitable for foundation purposes, shall be removed to a depth of not less than 12 inches below the original surface level of the ground in areas indicated to be grubbed and in areas indicated as construction areas under this Contract, such as areas buildings, and areas to be paved. Depressions made by grubbing shall be filled with suitable material and compacted to make the surface conform with the original adjacent surface of the ground. C. Staking: Areas to be cleared shall be staked on the ground by the CONTRACTOR and approved by the PROJECT MANAGER or ARCHITECT before clearing operations are begun. CONTRACTOR shall obtain services of a licensed Engineer or Land Surveyor for purposes of facilities layout. Locations to be field staked by the CONTRACTOR and approved by PROJECT MANAGER or ARCHITECT prior to any construction. D. Protection of Trees: PROJECT MANAGER or ARCHITECT shall mark any trees within the limits of clearing, 4 inches in diameter or greater, which are desired to be removed. CONTRACTOR shall take whatever measures deemed necessary to protect desirable trees throughout the duration of construction. 3.2 DISPOSAL OF MATERIALS A. Disposal: In all cases, the CONTRACTOR will be responsible for obtaining a suitable disposal site. 3.3 DRAINAGE A. General: The CONTRACTOR shall be responsible for proper drainage of the site during construction of the project. Water shall not be allowed to accumulate in any of the excavated areas. 43 BUTLER SCHOOL DCEO 12- 203200 3.4 STOCKPILING A. Topsoil: Topsoil shall be stripped from all excavation and fill areas and stockpiled in an approved area until needed for finish grading. B. Spreading of Topsoil: The spreading of topsoil shall be in accordance with Section 02921 - Seeding in these specifications. END OF SECTION 02200 44 BUTLER SCHOOL DCEO 12- 203200 SECTION 02300 — EARTHWORK PART 1- GENERAL 1.01 WORK INCLUDED A. The work under this section includes the furnishing of all labor, equipment and materials, and performing all operations in connection with excavating soil, backfilling, compacting, grading and all other incidental work necessary for the project. B. The work also includes providing approved earth borrow, sand, bank run gravel, and gravel bedding, when directed for backfills and refills of excavations under structure base slabs; and for utility installations, excavation and disposal, at approved locations, pavements and gravel roadways, surplus and unsuitable materials; protection of new work; compaction and shaping of trench bottom for pipe bedding including backfills and sub - grades; excavation and backfilling of all other appurtenant work as required or as directed. 1.02 REFERENCES B. The following American Society for Testing and Materials (ASTM) publications shall be used as reference standards: C136 -76 Sieve or Screen Analysis of Fine and Coarse Aggregates (R 1972) Particle Size Analysis of Soils (R 197 1) Amount of Material in Soils finer than No. 200 sieve D1556-82 Density of Soil in Place by the Sand Cone Method D2487 -83 Classification of Soils for Engineering Purposes 1.03 LAWS AND REGULATIONS A. All work under this Contract shall be accomplished in accordance with regulations of local, county and state and federal agencies, and national or utility company standards as they apply. 1.04 QUALITY ASSURANCE A. Qualification of Workmen: Provide at least one person who shall be thoroughly trained and experienced in the skills required, who shall be completely familiar with the design and application of work described for this section, and who shall be present at all times during progress of the work of this section, and who shall direct all work performed under this section. 1.05 JOB CONDITIONS A. All excavated earth materials, deemed suitable for reuse, shall be used for backfilling excavations and for rough grading as necessary for the completion of the contract work. All surplus or unsuitable materials, rocks, demolition debris from concrete wall and pavement areas shall be removed and satisfactorily disposed of off -site by the Contractor at no additional expense to the Village of Oak Brook. B. Unsuitable Materials: Unsuitable materials are herein defined as organic material, peat, organic silt or combinations thereof; any existing materials of such gradation that more than 40% of its total weight passes the No. 200 sieve in a standard gradation analysis (ASTM D422). All materials of whatever description, which are too loose or saturated for use as backfill to provide satisfactory bearing, shall also be considered as unsuitable. Any required tests used to evaluate such conditions shall be made at the Contractor's expense. If unsuitable material is encountered at the depths indicated on the drawings for bottom limit of excavation, the Contractor shall immediately notify the PROJECT MANAGER and shall not proceed further until instructions are given. The Contractor shall satisfactorily excavate and remove all 45 BUTLER SCHOOL DCEO 12- 203200 unsuitable material to lines, grades and limits indicated on the drawings or as directed by the PROJECT MANAGER, and shall satisfactorily dispose of such material off -site. All resulting below grade excavations shall be refilled with compacted bank -run gravel. C. Disposition of Existing Utilities: Call JULIE (800- 892 -0123) 72 hours before commencing with any excavation, in order that all pertinent utility companies become informed of such work. If active utilities existing on the site are encountered, they shall be carefully protected from damage. When an active utility line is exposed during construction, its location and elevation shall be documented and the Village of Oak Brook, PROJECT MANAGER and the utility owner notified. Active utility lines damaged in the course of construction operations shall be repaired or replaced as determined by Village of Oak Brook, without additional cost to the Village. PART2- PRODUCTS 2.01 MATERIALS A. Earth fill shall be a well - graded granular material of which at least 80 percent by weight shall be retained on the No. 200 sieve. It shall be free from peat, organic matter and debris, and shall not contain any stones or clay lumps in excess of 8 inches in their greatest dimension. Any materials of whatever description, which are too uniformly graded or saturated to be readily compactable, shall not be utilized for earth fill. B. Gravel fill sub -base for pavement, walkways, utilities and pipe bedding, shall be composed of hard, durable stone and coarse to fine sand, not frozen and free from loam and undesirable organic matter, containing no stone having any dimension greater than two- thirds of the depth of layer to be compacted. Gravel fill or bank ran gravel shall conform to the following gradation requirements: U.S. Standard Sieve Size Percent Passing by Weight 1" 55-100 No. 4 20-95 No. 40 0-50 No. 200 10-5 END OF SECTION 02300 46 BUTLER SCHOOL DCEO 12- 203200 SECTION 02600 — DRAINAGE AND CONTAINMENT PART1- GENERAL 1.01 DESCRIPTION A. This section specifies the requirements for sub - surface drainage work and system componants for the proper conveyance and removal storm water from the building area and adjacent site. 1.02 QUALITY ASSURANCE A. Work Included: Famish all labor, materials, tools, transportation, supplies, equipment, and appurtenances necessary for the complete and satisfactory construction of the pipes, storm drains, inlets, drain tile, ditches, outlet structures and permanent erosion and sediment control measures as shown on the plans. B. Materials: All materials and appurtenances required for the work shall be new, of first class quality and shall be famished, delivered, erected, connected and finished in every detail as specified or indicated. All materials found defective, regardless of the circumstances, shall be replaced with new material at the expense of the CONTRACTOR. C. Materials Standards: The materials specified for the construction shall comply with the latest revisions of the applicable American Society for Testing Materials (ASTM), American Water Works Association (AWWA), American National Standards Institute (ANSI). 1.03 SUBMITTALS A. Record Drawings: Upon completion of the work, the CONTRACTOR shall provide three sets of record drawings to the OWNER clearly illustrating the as-built elevations of all grades, structures, and pipes installed as part of the construction. B. Submit manufacturer cut sheets for trench drain components prior to ordering. PART 2 PRODUCTS 2.1 MATERIALS A. Concrete Pipe: Storm drain pipe and fittings shall be Class HI, as a minimum, of a size as called for on the plans, unless specified or indicated otherwise. Concrete pipe shall conform with ASTM C 76. B. Pipe Joints: Reinforced concrete pipe joints shall be made with gaskets or elastomeric or mastic joint sealer for concrete pipe conforming to ASTM C990 -92 C. Catch Basins and Manholes: Catch basins shall be precast concrete meeting the requirements of ASTM C478 -77. Wall sections shall be a minimum 6" thick. Manhole access shall be 4 feet in diameter (inside). Catch basins shall be a minimum 5 feet in diameter (inside). No more than two lift holes will be cast or drilled into each section. All units shall be fully cured. All iron castings for frames, grates and covers shall conform to ASTM A48 -76. Grade rings for the use of raising castings to match grade shall be concrete or recycled rubber. D. Trench Drain: One trench drain shall be installed in the cast -in -place sidewalk as shown on the drawings. The drain shall be approximately 8" in width (nominal), 40" in length and include all necessary system components available from the manufacturer, for proper connection to the subsurface drainage system to adequately convey water away from the building. Grille to be stainless steel and ADA compliant. Acceptable manufacturers: 1. ACO KlassikDrain K200 trench drain, "Longitudinal Stainless" Type 647Q ADA compliant cover, sloping channels as required, universal closings as required, required piping, and system catch basin. (800 -543- 4764, acodrainus.com) 47 BUTLER SCHOOL DCEO 12- 203200 2. Similar product from Josam (800- 365 -6726, josam.com) 3. Similar product from Zum (855- 663 -9876, zum.com) E. Perforated polyethylene drain tile: 6" nominal inside diameter PART 3 EXECUTION 3.1 PROCEDURES A. Connections: All connections between pipe and manholes and/or catch basins shall be made with a positive seal connector manufactured for this purpose. B. All drainage pipe shall be backfilled with suitable gravel, placed in 6 -inch lifts and compacted to 95% of the maximum density. C. All drainage lines should be free from soil, gravel and other debris. Flush all lines at the completion of the project. D. Install perforated polyethylene drain tile at the base of the existing wall. Provide suitable outlet for drain tile to insure storm water discharge into storm sewer and will not accumulate at base of wall. Slope the bottom of the tile min 1/2% to insure water movement. Install tile in new trench min. 24" in width. Line trench and cover tile with filter fabric to eliminate silt accumulation in the drain tile. Cover file with 12" min. coarse gravel END OF SECTION 02600 48 BUTLER SCHOOL DCEO 12- 203200 SECTION 02921— SEEDING PART1- GENERAL 1.1 DESCRIPTION A. Work Included: Furnish and install lime, fertilizer, seed, mulch, and water on all disturbed areas on the site, in strict accordance with this Section and as shown on the drawings. Work in this section includes permanent seeding and, when required, temporary seeding. B. Related Sections: Additional Sections of the Documents which are referenced in this Section include: 1. Section 02200 — Site Preparation 2. Section 02300 - Earthwork 1.2 REFERENCES A. General: The work shall comply with the most recent standards and practices of the Village of Oak Brook. 1.3 SUBMITTALS A. Product Data: CONTRACTOR shall furnish labels or other appropriate product data for landscape materials. This may include but is not limited to: labels showing lime and fertilizer analysis and labels showing seed mixture contents and analysis. 1.4 QUALITY ASSURANCE A. General: Use adequate number of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Equipment: Use equipment adequate in size, capacity, and numbers to accomplish the work of this Section in a timely manner. C. Seed: Provide seed mixture in containers showing percentage of seed mix, year of production, net weight, date of packaging, and location of packaging. D. Soil Amendments: Provide fertilizers, lime and other soil amendments in containers showing analysis, contents, and volume or weight. 1.5 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage: All seed shall be kept cool, dry and free of contaminants during transportation. Seed and soil amendments shall be delivered in original, unopened containers with appropriate labels attached. 1.6 WARRANTY A. General: CONTRACTOR shall perform periodic inspection of the seeded areas during the warranty period. The warranty period shall be 12 calendar months and will commence upon completion of seeding operations. B. Warranty Maintenance (Contractor): CONTRACTOR shall provide, during the warranty period, maintenance as necessary to establish a healthy uniform stand of turf. CONTRACTOR's maintenance shall generally include overseeding, application of amendments, and repair of erosion as necessary. 1.7 MAINTENANCE A. General: Seeded areas shall be maintained as necessary to establish a healthy, uniform stand of turf until substantial completion. Maintenance may consist of watering, mowing, fertilizing, weed removal, disease and insect removal, and where erosion occurs, repair. 49 BUTLER SCHOOL DCEO 12- 203200 PART2- PRODUCTS 2.1 MATERIALS A. Grass seed: Seed shall comply with all applicable state and federal seed laws and contract requirements. 1. Grass seed shall consist of pure, live, certified grass seed mixture, of the latest crop, and containing weed seed less than 0.5 percent by weight of the total mixture. B. Fertilizer: Fertilizer shall be commercially prepared and granular. Fertilizer shall be uniform in composition, dry, and free flowing. 1. Fertilizer must comply with pertinent provisions of VESCH 3.32. Fertilizer shall conform to all applicable state and federal regulations. 2. Fertilizer for permanent seeding shall be complete with a 10 -20 -10 analysis (percentages by weight of nitrogen, phosphorous and potassium, respectively). C. Mulch: Oat or wheat straw shall be used. Straw shall be dry and free from weeds, weed seeds, and foreign matter detrimental to plant life. D. Water: Water shall be potable or clean water free of contaminants harmful to plant growth. E. Lime: Unless otherwise noted, lime shall be agricultural ground or pulverized limestone. PART 3- EXECUTION 3.1 PREPARATION A. General: Place topsoil to a minimum depth of 4 inches. Rake the soil surface to remove all root clumps, stones, and debris 1 inch or greater in size. True up all depressions and edges. B. Grading: Establish a smooth grade ready to receive seed. Finish grade must conform to the grades and elevations as shown on the plans. 3.2 APPLICATION A. General: Seeding shall conform with manufacturer's standards. Initial seeding shall consist of uniformly applying seed, mulch, and water on prepared areas. Over - seeding shall consist of applying seed, mulch, and water to areas previously seeded. B. Fertilizer: Incorporate fertilizer into top 3 inches of soil by disc or power rake. 1. For areas to be permanently seeded, apply fertilizer uniformly at the rate of 1000 pounds per acre. C. Seeding Time: Seed shall be sown during favorable weather conditions. Seed shall not be sown when the ground is frozen or when air temperatures are below freezing. Do not sow under windy conditions. D. Seeding: Sow seed uniformly. E. Rolling: After sowing, lightly cover seed by harrowing or raking. F. Mulching: Mulching as required. 1. Apply mulch within 48 hours of sowing seed. G. Watering: Immediately after completion of mulching, apply water thoroughly to mulch and seedbed with a fine mist spray. H. Hydroseeding: Hydroseeding may be used as an alternative application method upon approval of the VILLAGE OF OAK BROOK PUBLIC WORKS DEPARTMENT. The use of alternative soil amendments and mulch will be considered provided the application rates comply with the rates specified in this section. END OF SECTION 02921 SECTION 03300 - CAST -IN -PLACE CONCRETE 50 BUTLER SCHOOL DCEO 12- 203200 PART1- GENERAL 1.01 DESCRIPTION A. This section specifies the requirements for designing, furnishing, erecting and removing form work; constructing expansion and contraction joints and water stops; and furnishing, placing, curing, protecting and finishing cast -in -place concrete. Spercifically, the work will involve new sidewalk areas and retaining walls as indicated in the DRAWINGS. 1.02 QUALITY ASSURANCE A. Form Work Tolerances: Form work tolerances shall be as specified in ACI 301, Chapter 4 and as required herein for specified finishing tolerances. B. Finishing Tolerances: All other surfaces shall be true planes within 1/4 inch in 10 feet. 1.03 SITE CONDITIONS A. Whenever possible, concrete shall be placed during normal working hours. When schedules require concrete placement at times other than normal working hours, CONTRACTOR shall notify the PROJECT MANAGER at least 3 working days prior to placement. B. Concrete shall not be placed until the depth, character and water conditions of the substrate, the absence of debris in the forms, the condition of the joints and the conditions of spacing and location of reinforcement and embedded items have been approved by the ARCHITECT or PROJECT MANAGER. PART2- PRODUCTS 2.01 CONCRETE REINFORCEMENT A. #5 epoxy coated standard steel reinforcing bars to comply with ASTM A934 and 6" x 6" x #6 welded wire fabric mesh to comply with ASTM A185. 2.02 MEMBRANE FORMING CURING COMPOUND A. To comply with ASTM C309. 2.03 WATERPROOF CURING SHEET A. To comply with ASTM C171, waterproof paper or polyethylene film. 2.04 BURLAP SHEET A. To comply with AASHTO M182, Class 3 or 4. 2.05 BLANKET INSULATION A. To comply with FS HH -I -521. 2.06 FORM WORK A. Plywood: B -B Plyform, Class I or Class II Exterior, conforming to the requirements of U.S. National Bureau of Standards Product Standard PS -1. B. Hardboard: Tempered, smooth- one -side, conforming to FS LLL -B810. C. Steel Forms and Fiberglass - Reinforced Plastic Forms: As required to form concrete surfaces to the specified tolerances. D. Form Ties: Approved form clamps and factory- fabricated snap -off type ties designed to minimize form deflection and preclude concrete spalling upon tie removal; fabricated so that the setback in the concrete is such that the portion of the tie remaining after snap -off and removal of the exterior portions is at least 1/2 in. back from the concrete surface. Spreader cones on tie wires shall not exceed 7/8 in. diameter. PART 3- EXECUTION 51 BUTLER SCHOOL DCEO 12- 203200 3.01 FORM WORK A. General 1. Form work shall be designed and constructed in accordance as specified herein. 2. Earth cuts shall not be used as forms for vertical. 3. Forms shall conform to the lines and dimensions shown and specified and shall be sufficiently tight to prevent leakage. 4. Form work shall have sufficient strength to withstand the pressure resulting from placement of the concrete and shall conform to the tolerances of Article 1.2 of this Section. B. Form Coatings 1. Forms shall be cleaned before each use and coated with an approved bond breaker in accordance with the manufacturer's instructions before concrete or reinforcing steel is placed. C. Form Removal 1. Form work used to support the weight of the concrete shall remain in place until 75 percent of the specified minimum strengths have been reached. 3.02 FLATWORK A. Flatwork concrete shall be installed to a depth, with reinforcement installed as prescribed, on the drawings. 3.03 PREPARATION A. Each subgrade surface shall be sprinkled sufficiently to prevent absorption of water from freshly placed concrete. 3.04 CONVEYING A. Concrete shall be handled from the mixer to the place of final deposit as rapidly as practical by methods that will prevent segregation, undue drying, temperature rise or loss of ingredients and so as to retain required quality of concrete. 3.05 PLACEMENT A. General 1. Concrete shall be deposited into forms so as not to cause segregation. Vibrators shall not be used for shifting the mass of fresh concrete. The free drop of any concrete shall not exceed 5 ft. 2. Layers of concrete shall not be tapered off in wedge shaped slopes but shall be built with squared ends and level tops. Concrete shall be deposited continuously or in layers of such thickness that concrete will not be deposited on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. Concrete which has partially hardened or has been contaminated by foreign material shall not be deposited. 3. Concrete for flatwork should be applied in one batch. Where separate bathching is required, expansion joints shall serve to separate distinct pours. B. Consolidation and Environmental Conditions 1. Consolidation of concrete shall be done until voids are filled and free mortar appears on the surface. 2. Underwater concrete placement is not allowed. 3. Hot Weather Placement a. Concrete temperature prior to placement shall not exceed 90° F. b. Concrete shall not be placed when either the ambient temperature or concrete temperature exceeds 90° F, unless the following precautions are 52 BUTLER SCHOOL DCEO 12- 203200 taken: C. Dampen subgrade, forms and reinforcement prior to placement. d. Dampen aggregates slightly, if they are dry and absorptive. e. Supply a concrete mix with set retarders meeting ASTM C 494 to insure the concrete remains plastic until the completion of fmishing operations. f The amount of water added at the jobsite shall be limited to 2 1/2 gallons per cubic yard. g. Concrete shall not be retempered. h. Minimize the total time between commencement of concrete placement and the star of the curing process. i. Moist cure when curing compound has not been applied within 2 hours of concrete delivery or as soon after final finishing as practical. j. Under no circumstances shall concrete be placed when either the ambient air temperature or concrete temperature reaches 95° F. k. Concrete materials shall be kept as cool as possible by shading or evaporative cooling. To lower the temperature of the concrete mix, equal volumes of ice may be used to substitute for portions of the mixing water. 1. If required, concrete placement may be restricted to early morning or late afternoon or evening. 4. Cold Weather Placement: Concrete shall not be placed when the temperature is at or below 40° F and falling but may be placed when the temperature is above 35° F and rising, the temperature being taken in the shade and away from artificial heat. When weather conditions indicate the possibility of the need for temperature protection, all necessary heating and covering material shall be on hand, ready for use before beginning concrete placement. The temperature of all concrete shall be maintained at 50° F or above for a period of 72 hours from time of placement and above 40° F for an additional 72 hours. The Contractor assumes all risk connected with placing concrete during cold weather. 3.06 FINISHING A. Finish - Fromwork 1. Formed concrete surfaces that will be concealed by soil shall have an as -cast rough form finish. 2. Formed concrete surfaces that will be visible shall have a smooth finish, free from voids or defects. B. Finish — Flatwork 1. Flatwork shall have a finish to match the adjacent existing flatwork. Float, then carefully wash to expose fines to give slightly weathered appearance. Take care as to not use high pressure or too much water that may weaken the surface. 3.06 CURING AND PROTECTION A. General 1. Curing shall begin immediately after placement and finishing to protect concrete from premature drying, excessive temperature change, mechanical injury and to maintain a minimum moisture loss from the concrete at a relatively constant temperature for the specified curing time. B. Curing Methods 1. Moisture -Cover Curing: The concrete surfaces to be cured shall be covered with specified moisture - retaining cover material placed in the widest practical width with sides and ends lapped at least 3 in. and sealed by waterproofing tape or adhesive. All holes and tears that develop during the curing period shall be repaired 53 BUTLER SCHOOL DCEO 12- 203200 immediately, C. Curing Formed Surfaces 1. Formed concrete surfaces shall be cured by moist curing, with the forms in place, whenever possible. 2. If the forms are removed before the end of the curing period, curing shall continue as on unformed surfaces. 3. Finished concrete surfaces shall be protected from potential damage due to construction equipment, materials, methods of application of curing procedures, rain, flowing water and other hazards. 3.07 CONSTRUCTION JOINTS A. Construction joints and keys shall be provided as shown and specified. Joints not otherwise indicated shall be located so as not to impair strength and appearance. B. Longitudinal keys at least 1 -1/2 in. deep shall be provided at joints in walls and between walls and slabs or footings, unless otherwise indicated. Other construction joints shall be made without keys, except where keys are indicated. Key ways shall be formed to dimensions shown and specified. 3.08 REPAIR OF SURFACE DEFECTS A. General 1. Surface defects shall be repaired immediately after form removal. 2. Concrete repair work shall result in a monolithic concrete surface of uniform texture and shall be free of irregularities and discontinuities. B. Patching Defective Areas 1. Concealed formed concrete surfaces that contain defects which adversely affect concrete durability shall be repaired, when possible. If defects cannot be repaired, defective concrete shall be removed and replaced. Surface defects shall include cracks in excess of 0.01 inch wide, cracks of any width and other surface deficiencies which penetrate to the reinforcement or completely through non- reinforced sections, honeycomb, rock pockets and spalls, except minor breakage at the comer. Defective areas shall be repaired with an approved epoxy -based mortar, where directed. END OF SECTION 03300 54 BUTLER SCHOOL DCEO 12- 203200 SECTION 07100 - DAMPROOFING AND WATERPROOFING PART1- GENERAL 1.01 DESCRIPTION A. This section specifies the requirements for the installation of waterproofing elements adjacent to or as part of foundation walls, either new or existing. Specifically, the provisions of this section relate to drainage boards and field applied membranes. 1.02 QUALITY ASSURANCE A. Material manufacturers and installers must demonstrate a minimum of five years of successful installations of similar systems. B. Submit product sample of proposed drainage board. C. Installer to warranty defects in installation and materials for a period of five years to insure system maintains a waterproof condition. 1.03 SITE CONDITIONS A. Prior to backfilling, PROJECT MANAGER or ARCHITECT to review at completion of installation. PART2- PRODUCTS 2.01 FLUID APPLIED WATERPROOFING MEMBRANE A. Single component, water based, polymer modified liquid waterproofing membrane B. Acceptable products: 1. MEL -ROLL LM by W. R. Meadows, Inc., Hampshire, IL 2. Mar -flex Provention 360 3. Carlisle Coatings CCW -525V 2.02 DRAINAGE BOARD A. High density extruded polyethylene or polystyrene sheet with molded dimples to provide an air gap along the foundation and a positively adhered integral geotextile polypropylene fabric installed on the soil side. B. Acceptable products: 1. MEL -DRAIN Rolled Matrix Dariange System 5035B by W. R. Meadows, Inc., Hampshire, IL; MEL -PRIME adhesive or 3M Holdfast 70 adhesive 2. Mar -flex Geo -Mat Plus non -woven filter fabric 3. DMX Drain 6000 PART 3- EXECUTION 3.01 SURFACE PREPARATION A. Insure that exposed concrete wall surfaces to receive waterproofing are structurally sound and free from coal tar residue, dirt, loose concrete, fins, and projections. B. Install liquid waterproofing by spray or roller as per manufacturer's requirements. B. Establish grade line to insure level installation. C. Be sure to interlock dimples and maintain overlap as prescribed by the manufacturer. D. Patches must overlap min. 6 ". Use manufacturer prescribed sealant. Seal all perimeters, joints and penetrations. E. Adhere drainage board with system specific products manufactered or recommended by the drainage board manufacturer. END OF SECTION 07100 55 BUTLER SCHOOL DCEO 12- 203200 SECTION 07710 — GUTTERS AND DOWNSPOUTS PART1- GENERAL 1.01 DESCRIPTION OF WORK A. The intention is to provide a fully repaired, functional gutter and downspout system which adequately moves storm water away from the building foundation. Work repair /replacement in kind of existing copper downspouts and extensions and reattachement of downspouts to gutters, extensions and subsurface drainage. 1.02 SUBMITTALS A. Samples: For each type of downspout or extension replaced, submit samples for review of size, profile, material, color and finish. PART 2- PRODUCTS 2.01 DOWNSPOUTS AND EXTENSIONS A. General: Of similar metals, shapes and sizes as existing to be replaced. Include hanging straps to match existing where required. PART 3- EXECUTION 3.01 INSTALLATION A. Prior to commencement of work, Contractor to verify damaged downspouts and extensions sections requiring replacement and submit findings to ARCHITECT or PROJECT MANAGER. B. Contractor to install all replacement sections and verify sound attachment of existing sections of downspouts and extensions. C. Insure to use only fastereners of similar metals. No ferrous - containing fasteners permitted. D. Insure properly plumbed connections to any subsurface drainage lines, where those lines are currently installed. E. After completion of re- installation work, flush gutters with water to insure that there are no leaks at joints. END OF SECTION 07710 56 BUTLER SCHOOL DCEO 12- 203200 SECTION 07900 — JOINT SEALERS PART1- GENERAL 1.01 DESCRIPTION OF WORK A. Work includes the repair of cracks in concrete by pressure injecting epoxy into existing cracks in the concrete foundation wall. Resulting repair will result in structural stabilization and an end to water infiltration. 1.02 REFERENCE STANDARDS A. ASTM C42 /C 42M -04 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete B. ASTM C881 /C 881M -02 Standard Specification for Epoxy- Resin -Base Bonding Systems for Concrete C. ASTM D 695 -02a Standrad Test Method for Compressive Properties of Rigid Plastics 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical information. 1.04 DELIVERY AND STORAGE A. Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label. B. Protect product from extreme temperatures and maintain temp. between 32°F and 120 °F. Keep storage area neat and orderly. Take all precautions to ensure that workmen and work areas are adequately protected from fire hazards and health hazards resulting from handling, mixing and application of epoxy. 1.05 PERFORMANCE STANDARDS A. For FINE CRACKS Properties of the cured adhesive, when cured for seven days at 74 -80 °F shall be: 1. Ultimate tensile strength ASTM D638,8000 psi min. 2. Compressive yield strength ASTM D695 15,000 psi min. 3. Heat deflection temp ASTM D648 130'F min. B. For WIDE CRACKS Properties of the cured adhesive, when cured for seven days at 74 -80 °F shall be: 1. Ultimate tensile strength ASTM D638,1500 psi min. 2. Compressive yield strength ASTM D695 6,000 psi min. 3. Heat deflection temp ASTM D648 105'F min. PART2— PRODUCTS 2.01 MATERIAL A. Two part, low viscosity liquid epoxy adhesive material containing 100% solids injected under pressure 1. Component A shall be a blend of modified epoxy resins 2. Component B shall be a blend of modified amine curing agents 2.02 ACCEPTABLE MANUFACTURERS A. Manufacturers and Products: 1. Abatron, Inc. 2. Sika Corporation 57 BUTLER SCHOOL DCEO 12- 203200 3. USP Structural Connectors epoxy injection system 2.03 INJECTION EQUIPMENT A. Type: The equipment used to meter and mix the two injection adhesive components and inject the mixed adhesive into the crack shall be portable, positive displacement type pumps with interlock to provide positive ratio control of exact proportions of the two components at the nozzle. The pumps shall be electric or air powered and shall provide in -line metering and mixing. B. Discharge Pressure: The injection equipment shall have automatic pressure control capable of discharging the mixed adhesive at any pre -set pressure up to 200 psi + 5 psi and shall be equipped with a manual pressure control override. For injection of the gel epoxy, the equipment shall be equipped with the above features and be able to pump at up to 5,000 psi. C. Ratio Tolerance: The equipment shall have thecapability of maintaining the volume ratio for the injection adhesive prescribed by the manufacturer of the adhesive within a tolerance of +5% by volume at any discharge pressure up to 200 psi. For gel epoxies, the ratio will be checked by weight at up to 5,000 psi. D. Automatic Shut -Off Control: The injection equipment shall be equipped with sensors on both the Component A and B reservoirs that will automatically stop the machine when only one component is being pumped to the mixing head. E. The manufacturer of the injection equipment and the manufacturer of the epoxy resin adhesive for injection shall be one and the same. PART 3- EXECUTION 3.01 INSPECTION A. Examine the location, size and severity of the cracks before beginning work. 3.02 SURFACE PREPARATION A. Substrate Conditions: Do not proceed with installation of joint sealers until contaminants capable of interfering with their adhesion are removed from joint substrates. B. Affected shall be cleaned of dirt, dust, grease, oil or other foreign matter detrimental to bond of epoxy injection surface seal system. C. Entry ports shall be provided along the crack at intervals of not less than the thickness of the concrete member at that location. D. Surface seal material shall be applied to the face of the crack or end. For through cracks, surface seal shall be applied to both faces. E. Enough time for the surface seal material to gain adequate strength shall pass before proceeding with the injection. 3.03 APPLICATION A. If, before repairs are made, the crack is still damp, be sure to use an epoxy appropriate for damp conditions. B. Seal both sides of cracks with an epoxy mortar or oil -free clay, leaving small holes through which epoxy resin will be injected. 1/8" to 1/4" diameter tubing can be used to form holes. Holes should be 2 "-4" long, roughly 8" apart. C. Inject 2- component epoxy using device as provided by manufacturer. D. Injection of epoxy adhesive shall begin at lower entry port and continue until there is an appearance of epoxy adhesive at the next entry port adjacent to the entry port being pumped. E. When epoxy adhesive travel is indicated by appearance at the next adjacent port, injection shall be discontinued on the entry port being pumped, and epoxy injection shall be transferred to next adjacent port where epoxy adhesive has appeared. F. Perform epoxy adhesive injection continuously until cracks are completely filled. 58 BUTLER SCHOOL DCEO 12- 203200 G. If port to port travel of epoxy adhesive is not indicated, the work shall immediately be stopped and the PROJECT MANAGER notified. H. When cracks or joints are completely filled, epoxy adhesive shall be cured for sufficient time to allow removal of injection or port sealing devices. I. The outermost quarter inch of the crack shall be filled with a colored epoxy material of the installer's choice. The colored epoxy filler shall match the existing material which it is filling and shall not be discernible from a distance of 15 feet. 3.04 CLEAN -UP A. Upon completion of work, remove all seal material and other residue from site. Remove and clean exposed surfaces of residue or staining resulting from this work. END OF SECTION 07900 59 BUTLER SCHOOL DCEO 12- 203200 SECTION 09972 — PAINT FINISHES — CONCRETE COATINGS PART1- GENERAL 1.01 DESCRIPTION OF WORK A. Work includes surface preparation, priming and field coating of the lower level exposed concrete walls on the north elevation. 1.02 QUALITY ASSURANCE A. Single Source Responsibility: Provide primers and other undercoat products produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. B. Performance standards: ASTM D6083 for acrylic products 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical information including coating label analysis and application instructions for each material proposed for use. B. Samples: Prior to beginning work, submit drawdown samples for review of color and finish. C. Prep. Test Patch: Provide at least one 24" x 24" fully cleaned section of wall demonstrating the cleaning method utilized. Wall section cleaning should use the gentlest method available to accomplish a clean surface suitable for coating. ARCHITECT or PROJECT MANAGER approval of prep. test patch will be required prior to beginning work. Test patch should be selected to represent a typical condition. D. Finish Test Patch: After approval of samples and color, provide at least one 24" x 24" coated section of wall demonstrating the finished look in a completed state. Finish test patch will be used as to match all work. If desired, contractor may provide more than one finish test patch to illustrate a range of conditions. ARCHITECT or PROJECT MANAGER approval of finish test patch will be required prior to beginning work. 1.04 DELIVERY AND STORAGE A. Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label. B. Store materials not in actual use in tightly covered containers. Maintain containers used in storage of paint in a clean condition, free of foreign materials and residue. 1. Protect from freezing where necessary. Keep storage area neat and orderly. Remove oily rags and waste daily. Take all precautions to ensure that workmen and work areas are adequately protected from fire hazards and health hazards resulting from handling, mixing and application of coatings. 1.05 JOB CONDITIONS A. Apply water -base paints only when temperature of surfaces to be painted and surrounding air temperatures are between 50 °F (10 °C) and 90°F (32 °C), unless otherwise permitted by paint manufacturer's printed instructions. B. Apply solvent - thinned coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 45°F (7 °C) and 95 °F (35 °C), unless otherwise permitted by coating manufacturer's printed instructions. C. Do not apply coatings in rain, fog or mist, or when relative humidity exceeds 85 %, or to damp or wet surfaces, unless otherwise permitted by coating manufacturer's printed instructions. PART2— PRODUCTS 2.01 DESCRIPTION AND MANUFACURERS 60 BUTLER SCHOOL DCEO 12- 203200 A. Matte finish, breathable, opaque, silicone resin inorganic coating specifically manufactured for application over existing exterior concrete walls. 1. Si -Rex 03, Klaas Coatings 2. Keim Concretal -W, Keim B. Matte finish, breathable, opaque, 100% elastomeric acrylic copolymer coating specifically manufactured for application over existing exterior concrete walls. 1. Lucas #2000, R. M. Lucas Co., Chicago, IL 2. AQRYL -X 200, Edison Coatings, Plainville, CT 2.02 MATERIALS A. Material Compatibility: Provide primers, finish coat materials, and related materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by the manufacturer based on testing and field experience. B. Material Quality: Provide best quality grade of various types of coatings as regularly manufactured by acceptable paint materials manufacturers. Materials not displaying manufacturer's identification as a standard, best -grade product will not be acceptable. C. Color: White to beige. Submit range samples to ARCHITECT or PROJECT MANAGER prior to ordering. 2.03 PRIMERS A. Primers: Provide the manufacturer's recommended factory- formulated primers that are compatible with the substrate and finish coats indicated. PART 3 - EXECUTION 3.01 INSPECTION A. Applicator must examine areas and conditions under which coating work is to be applied and notify Contractor of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been correct in a manner acceptable to Applicator. B. Starting of painting work will be construed as Applicator's acceptance of surfaces and conditions within any particular area. C. Do not paint over dirt, rust, scale, grease, moisture, coal tar or pitch, scuffed surfaces, or conditions otherwise detrimental to formation of a durable coating film. 3.02 SURFACE PREPARATION A. General: Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions and as herein specified, for each particular substrate condition. 1. Remove all soil, dirt, rust, scale, coal tar or pitch, from wall to expose clean, smooth concrete ready for coating. Clean surfaces to be coated before applying paint or surface treatments. Remove oil and grease prior to mechanical cleaning. 2. Once cleaned, fill gaps and surface imperfections with suitable sealant or caulk as recommended and supplied by the coating manufacturer. 2. Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly painted surfaces. 2. Provide at least one 24" x 24" cleaned test patch demonstrating the method used. Contractor to use the gentlest method 3. Provide barrier coats over incompatible primers or remove and reprime as required. Notify PROJECT MANAGER in writing of any anticipated problems in using the specified coating systems. 3.03 MATERIALS PREPARATION 61 BUTLER SCHOOL DCEO 12- 203200 A. Mix and prepare materials in accordance with manufacturer's directions. B. Maintain containers used in a clean condition, free of foreign materials and residue. C. Stir materials before application to produce a mixture of uniform density, and stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. 3.04 APPLICATION A. General: Apply coatings in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. 1. Provide finish coats that are compatible with primer used. 2. Apply additional coats when undercoats, stains or other conditions show through final coat, until coating film is of uniform finish, color and appearance. Give special attention to insure that surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 3. Do not coat over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of durable coating. B. Scheduling Coating: Apply fast -coat material to surfaces that have been cleaned, pretreated or otherwise prepared for coating as soon as practicable after preparation and before subsequent surface deterioration. 1. Allow sufficient time between successive coatings to permit proper drying. Do not recoat until coating has dried to where it feels ferns, does not deform or feel sticky under moderate thumb pressure, and application of another coat does not cause lifting or loss of adhesion of the undercoat. C. Minimum Coating Thickness: Apply materials at not less than manufacturer's recommended spreading rate, to establish a total dry film thickness as indicated or, if not indicated, as recommended by coating manufacturer. D. Prime Coats: Apply prime coat of material which is required to be finish coated, and which has not been prime coated by others. 1. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn - through or other defects due to insufficient sealing. E. Application Procedures: Apply coatings by brush, roller, spray, or other applicators according to the manufacturer's directions. 1. Brushes: Use brushes best suited for the material applied. 2. Rollers: Use rollers of carpet, velvet back, or high -pile sheep's wool as recommended by the manufacturer for the material and texture required. 3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required. F. Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, laps, brush marks, runs, sags, or other surface imperfections will not be acceptable. G. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements. 3.05 CLEAN -UP AND PROTECTION A. Clean Up: During progress of work, remove from site discarded materials, rubbish, cans and rags at end of each work day. 1. Remove splatters by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. 62 BUTLER SCHOOL DCEO 12- 203200 B. Protection: Protect work of other trades, whether to be coated or not, against damage by coating and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting, as acceptable to ARCHITECT or PROJECT MANAGER. 1. Provide "Wet. Paint" signs as required to protect newly coated finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of coating operations. 2. At completion of work of other trades, touch -up and restore all damaged or defaced surfaces. END OF SECTION 09972 63 BUTLER SCHOOL DCEO 12- 203200 0 N Z- nm _2n m maw m v�F m3m mpg m ^c 'm o a m c n u � E 0 2m O N �ttPI1HHIr� ni o 0 x� A ei-yi 12 P 10M 403 O 3 m y « W O !llHltttltt � c m m u _a �m o'm m °m i m' 97U m �u dm as mmy�o° VC9 FF -+ 3 cnP °mmm S >Am mmm�m �33mm m Sma4 F m P� m o'y "a n c qmF mo3om Op PO T 07jmd F ='c3 3 3f �m m o mm Fm m� am m= m F m n mT i m0 t ax I wmi FA a m 3 m° °m3 y ?mro F OFF °Pm o _ o� �3F 3g mmv aoa Fm — 'mm' �mE � K0P M70 mm a; '8a m =; 'mm °Fm m 3m nD gi g.3m FF m�m� mFw m? m� _ 3aF_m m mm�F mm s ammo oX, °3 3 /J3m a A °1ej"1 Oak Brook Heritage Center Charles Pipal AIA "°°"°"'0' Dan Ruzic 1 5/21/2013 A (Butler School) Weatherproofing Architect Chicago Project Management 3 -1.1 7 p Oak Brook Road 39 East Quincy, Unit 2A 1312 Chestnut ` Oak Brook, Illinois Ri�T 0& - -0176 western 8�26s7117042 60656 s mry� 0 On »d� m mmn m 3'-s" vanes d re 0 e �F - y o> ov o�0000a o o P w 'n':2 Bwh 000 oa� ° o Q0 o 6°p0J�O � o�Da ° N 7 X040 o�o°�io0 FP ° °o _ -Z �Z mO0 =, x <m »p m0 o ^m �m '30 + am A m F¢ c m T a r o S <ml� ^:m i n o�f 2 m°> z n m E F z »m a'm m e m o n 9.'a F x om- y m=m-n mma ��?a-o m T mm�mymo �Z O mw m m0 'nmm m 3 1OZ .2:, 'i2 m°r,3oa m mac rm °: °-m '=o,3 m y° O m3Nmmmn r011 m mm °o 38 4 4 O = s co 3»Fm ma ='m g ° ? . 'O o ^ °mx ° 6 prupN 0`00 Q m ° � mm° Fm,o. x aUmnaf. �, Swo� mN f mm=N 'm o m x 9�O3a O m y f0 m C 7 b< "�`ep�e N O• m _ grim -'mm N n O ItlIM� Oak Brook Heritage Center � Charles Pipal AIA A O; d 0Q0 � T_ 00#f0 A-1.2 yNmmm Architect Eeet Unit Chicago Project Management m -O'Oy 3 1312 Chestnut m om3mEm m mTm n�Q A_ mm x,m .m< m m n mm.F m Oy-w P `m o` m m 'a° a ,Z �m2_. »a2 ym ddx g a m= m o S ... Q. —mom m< mm ° s=- 3 mry� 0 On »d� m mmn m 3'-s" vanes d re 0 e �F - y o> ov o�0000a o o P w 'n':2 Bwh 000 oa� ° o Q0 o 6°p0J�O � o�Da ° N 7 X040 o�o°�io0 FP ° °o _ -Z �Z mO0 =, x <m »p m0 o ^m �m '30 + am A m F¢ c m T a r o S <ml� ^:m i n o�f 2 m°> z n m E F z »m a'm m e m o n 9.'a F x om- y m=m-n mma ��?a-o m T mm�mymo �Z O mw m m0 'nmm m 3 1OZ .2:, 'i2 m°r,3oa m mac rm °: °-m '=o,3 m y° O m3Nmmmn r011 m mm °o 38 4 4 O = s co 3»Fm ma ='m g ° ? . 'O o ^ °mx ° 6 prupN 0`00 Q m ° � mm° Fm,o. x aUmnaf. �, Swo� mN f mm=N 'm o m x 9�O3a O m y f0 m C 7 b< "�`ep�e N O• m _ grim -'mm N n O ItlIM� Oak Brook Heritage Center � Charles Pipal AIA �� Dan Fuzic 1 5/212013 2 3 A-1.2 IFiqp1° (Butler School) Weatherproofing Architect Eeet Unit Chicago Project Management 1112 Oak Brook Road 39 Quincy, 2A 1312 Chestnut y Oak Brook, Illinois Rivemid., Illinois 60546 r]0e-442 -0173 Westem springs, Illinois 6..se r7os- zs�aoa2 s