Loading...
R-1589 - 09/13/2016 - BUTLER SCHOOL MUSEUM - Resolutions Supporting Documents ITEM 9.E. 'I & 9.E.2) BOARD OF TRUSTEES MEETING VILLAGE OF SAMUEL E. DEAN BOARD ROOM OAI<. BR � K BUTLER GOVERNMENT CENTER 1200 OAK BROOK ROAD OAK BROOK, ILLINOIS 630-368-5000 AGENDA ITEM Regular Board of Trustees Meeting of September 13, 2016 SUBJECT: Award of Contract — Heritage Center Exterior Renovations and Improvements Project FROM: Rania Serences, Senior Purchasing Assistant BUDGET SOURCE/BUDGET IMPACT: $117,000 from Municipal Building - Structural Improvements (421-90400) RECOMMENDED MOTION: 1) 1 move that the Village Board award a contract to the lowest responsive and responsible bidder, Troop Contracting, Inc., Willowbrook, Illinois, for the Heritage Center Exterior Renovations and Improvements Project in the amount of $117,000. Additionally, I move that the Village Board approves Resolution R- 1589 Or 2) I move that the Village Board award a contract to the lowest responsive and responsible bidder, Troop Contracting, Inc., Willowbrook, Illinois, for the Heritage Center Exterior Renovations and Improvements Project in the amount of $105,000 (alternate bid amount). Additionally, I move that the Village Board approves Resolution R-1590 Background/History: A solicitation for bids for the Heritage Center Exterior Renovation and Improvements Project was posted on Village website and sent to ten (10) companies on Thursday, August 18, 2016. Four (4) companies attended the mandatory pre-bid meeting on Thursday, August 25, 2016. Two (2) sealed bids were received and opened on Thursday, September 1, 2016 (see attached bid tabulation). Kluber Architects and Engineers (our BOT AGENDA091316 Page 1 �G r j consulting engineer) agrees that we award the contract to the lowest responsive and responsible bidder, Troop Contracting, Inc. (see attached letter). The Consulting Engineer reviewed references and staff is satisfied. There are ample funds in the Municipal Building Structural Improvements Program for this project since other projects budgeted will not be completed this year. During the 2016 budget process, it was determined that improvements and renovations at the Heritage Center will be separated into five (5) phases over a five (5) year period, 2016-2020. Phase one includes replacing the concrete over the coal room, waterproofing the coal room, removing the heating oil tank, and replacing the remaining concrete planter box. Also, as an alternate, staff requested the removal of the coal room walls and blocking up of the doorway which eliminates waterproofing the coal room. The alternate bid also includes installation of a smaller on-grade concrete slab for the air conditioning condenser. Troop Contracting submitted a bid of $117,000 for phase one improvements and renovations, and a deduction of$12,000 for the alternate bid. Staff is requesting that the Village Board decide whether to award a contract for Phase One in the amount of $117,000 or the alternate bid of$105,000. The work is expected to begin on October 3, 2016 and to be completed by November 30, 2016. Recommendation: 1) I move that the Village Board award a contract to the lowest responsive and responsible bidder, Troop Contracting, Inc., Willowbrook, Illinois, for the Heritage Center Exterior Renovations and Improvements Project in the amount of $117,000. Additionally, I move that the Village Board approves Resolution R- 1589 Or 2) 1 move that the Village Board award a contract to the lowest responsive and responsible bidder, Troop Contracting, Inc., Willowbrook, Illinois, for the Heritage Center Exterior Renovations and Improvements Project in the amount of $105,000 (alternate bid amount). Additionally, I move that the Village Board approves Resolution R-1590 i BOT AGENDA091316 Page 2 I y t' h' u a r . :3 Architects + Engineers www.kluberinc.com September 6, 2016 Ms. Rania Serences Senior Purchasing Agent Village of Oak Brook 1200 Oak Brook Rd. Oak Brook, Illinois 60523 Subject: Village of Oak Brook—Heritage Center Phase 1 -Exterior Renovations and Improvements(Re-Bid) Kluber Project No. 14-172-872 Dear Ms. Serences, On September 1, 2016, bids were publicly opened and read aloud for the above referenced project. An overall bid tabulation is enclosed for your review. The low bid was by Troop Contracting, Inc. with a Base Bid amount of$117,000.00 with an Alternate Bid amount of $12,000.00 (deduct). The next low base bid received was by Lite Construction, Inc. with a Base Bid amount of $157,000.00 with an Alternate Bid amount of$43,000.00(add). We conducted a Bid Qualification and Scope Review over the telephone on September 6,2016 with Mike Gerhardstein of Troop Contracting. At that time,they stated that their bid as reviewed includes all specified work and equipment for the Project. If you have any questions regarding the information presented, please do not hesitate to contact me. I would like to thank you for the opportunity to be of service to Village of Oak Brook and look forward to a successful project. Sincerely, Jeffrey M. Bruns, SE, LEED AP Manager, Structural Engineering Kluber, Inc. Enc: Bid Tabulation Form, Contractor Scope Review Cc: Darren Martens l Batavia Office Gurnee Office 10 South Shumway Avenue 4212 Old Grand Avenue,Suite 101 I Batavia,Illinois 60510 Gurnee,Illinois 60031 j 630.406.1213 847.336.3428 K I u r Architects + Engineers www.kluberinc.com BID SCOPE REVIEW Phase 1: Heritage Center Exterior Renovations and Improvements Kluber Project No. 14-172-872 Contractor:Troop Contracting, Inc. Contact: Mike Gerhardstein Base Bid Amount: $117,000.00 Phone:815-641-6975 Bid Amount with Alternates: $105,000.00 Date: September 6, 2016 All Addenda have been included in the bid. N/A All Alternates applicable to your contract package have been acknowledged in the bid. Yes All pertinent Allowances are included in the bid. N/A A bid bond was included in the bid package. Yes Are there any qualifications to the bid? No Are there any material deliveries which you feel could have a negative impact on the project schedule? No Are you aware of any discrepancies and/or have any questions on the bid documents? No SCOPE REVIEW: Base Bid: All work covered. Has two quotes for the tank removal, understands that removal is all inclusive(permits,fees,testing, soil removal, etc.). All demolition,waterproofing and drain tile included. New slab work included. CTR will likely be tank removal contractor. Alternate Bid: Understands that alternate eliminates the basement area and excavation is filled in and existing foundations removed. The above constitutes Kluber, Inc. interpretation of the Bid Qualification and Scope Review Telephone call on September 6, 2016. Any changes or discrepancies shall be received by Kluber, Inc. in writing within five business days. Batavia Office Gurnee Office 10 South Shumway Avenue 4212 Old Grand Avenue,Suite 101 Batavia,Illinois 60510 Gurnee,Illinois 60031 630.406.1213 847.336.3428 BID RESULTS TABULATION jKluber Project: Heritage Center-Phase 1 Owner: Village of Oak Brook Architects + Engineers Date: 9/11/2016 Kluber Project No.: 14-172-872 Contract Type: Single Contract, stipulated sum Total Base Alternate No. 1 Total Bid Basement Infil Base Bid+Alt. Base Only .. Holder Plan .. 1 Alliance Concrete NO BID NO BID NO BID 2 Lite Construction, Inc. Montgomery, IL Y $157,000.00 $43,000.00 $200,000.00 $157,000.00 3 RoMAAS,Inc. Glen Ellyn, IL NO BID NO BID NO BID 4 Troop Contracting, Inc. Willow Brook, IL Y $117,000.00 ($12,000.00) $105,000.00 $117,000.00 .U3 RESOLUTION 2016-BSLMUSEUM-CNTRCT-R-1589 A RESOLUTION APPROVING AND AUTHORIZING THE AWARD AND EXECUTION OF A CONTRACT FOR THE 2016 HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND TROOP CONTRACTING, INC. (OPTION#1) WHEREAS, the Village owns the Oak Brook Heritage Center("Heritage Center"); and WHEREAS, the Heritage Center is in need of renovations and improvements, which will be separated into five phases over a five-year period (collectively, "Project'; and WHEREAS, the Village solicited bids for the Project, pursuant to which the Village received two bids; and WHEREAS, Troop Contracting, Inc., Willowbrook, Illinois ("Troop"), is the lowest responsive and responsible bidder for the completion of the Project; and WHEREAS, the Village and Troop desire to enter into and execute a Contract for the completion of the Project in an amount not to exceed $117,000 ("Contract'), which Contract is attached to this Resolution as Exhibit A; and WHEREAS, the President and Board of Trustees have determined that it is in the best interest of the Village to enter into the Contract with Troop; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF OAK BROOK, DU PAGE AND COOK COUNTIES, ILLINOIS as follows: Section 1: Recitals. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as the findings of the President and Board of Trustees of the Village of Oak Brook. Section 2: Approval of the Contract. The President and Board of Trustees hereby approve the Contract by and between the Village and Troop in substantially the same form attached to this Resolution as Exhibit A, and in a final form acceptable to the Village Attorney Section 3: Authorization and Execution of Contracts. The Village President and Village Clerk shall be, and hereby are, authorized to execute the Contract on behalf of the Village after receipt of the final Contract fully executed by Troop. Section 4: Effective Date. This Resolution shall be in full force upon passage and approval in the manner provided by law. [SIGNATURE PAGE FOLLOWS] Resolution 2016-BSLMUSEUM-CNTRCT-R-1589 Approving Contract for Project and Improvements To the Heritage Center Page 2 of 2 APPROVED THIS 13th day of September, 2016. Gopal G. Lalmalani Village President PASSED THIS 13th day of September, 2016. Ayes: Nays: Absent: ATTEST: Charlotte K. Pruss Village Clerk RESOLUTION 2016-BSLM USE UM-CNTRCT-R-1590 A RESOLUTION APPROVING AND AUTHORIZING THE AWARD AND EXECUTION OF A CONTRACT FOR THE 2016 HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND TROOP CONTRACTING, INC. (OPTION#2) WHEREAS, the Village owns the Oak Brook Heritage Center("Heritage Center"); and WHEREAS, the Heritage Center is in need of renovations and improvements, which will be separated into five phases over a five-year period (collectively, 'Project"); and WHEREAS, the Village solicited bids for the Project, pursuant to which the Village received two bids; and WHEREAS, Troop Contracting, Inc., Willowbrook, Illinois ("Troop"), is the lowest responsive and responsible bidder for the completion of the Project; and WHEREAS, the Village and Troop desire to enter into and execute a Contract for the completion of the Project in an amount not to exceed $105,000 ("Contract'), which Contract is attached to this Resolution as Exhibit A; and WHEREAS, the President and Board of Trustees have determined that it is in the best interest of the Village to enter into the Contract with Troop; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF OAK BROOK, DU PAGE AND COOK COUNTIES, ILLINOIS as follows: Section 1: Recitals. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as the findings of the President and Board of Trustees of the Village of Oak Brook. Section 2: Approval of the Contract. The President and Board of Trustees hereby approve the Contract by and between the Village and Troop in substantially the same form attached to this Resolution as Exhibit A, and in a final form acceptable to the Village Attorney Section 3: Authorization and Execution of Contracts. The Village President and Village Clerk shall be, and hereby are, authorized to execute the Contract on behalf of the Village after receipt of the final Contract fully executed by Troop. Section 4: Effective Date. This Resolution shall be in full force upon passage and approval in the manner provided by law. [SIGNATURE PAGE FOLLOWS] Resolution 2016-BSLMUSEUM-CNTRCT-R-1590 Approving Contract for Project and Improvements To the Heritage Center Page 2 of 2 APPROVED THIS 13th day of September, 2016. Gopal G. Lalmalani Village President PASSED THIS 13th day of September, 2016. Ayes: Nays: Absent: ATTEST: Charlotte K. Pruss Village Clerk i i rs ��� ii. ♦ .�• ,rte �;► �... ��� iv S`.d.� - �e2 �,t a{i"�'t M1i1•� Y X A x k ,c,,1"'S a• ° i �' ' .f . Q L tL0. S1Atl1JtL 1A�0.Y IN M E ��ti� �'��(���f�.`�C1{( �r.�',d/I�IJ•�.����,� j t�������}t`J �E.'T ',1t`.1F`41 f��1��`�� �F�` r:t,.,,;F is rr TTWA• Ilkr.. 1 VILLAGE OF OAK BROOK CONTRACT FOR HERI'T'AGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT i VILLAGE OF OAK BROOK CONTRACT FOR HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT TABLE OF CONTENTS Pne ARTICLEI;THE WORK .................................................................... ....... . ......... „,......... 1 1.1 Performance of the Work... 1 1.2 Commencement and Completion Dates................................... ................................? 13' Required`Submittals.................... ...... .. .. .... .. 2 A. Submittals Required ................ B. Number and Format................ C. Time of Submission and Owner's Reviem................................................. I D. Responsibility for Dela..................................... 3 1,4 Review and Interpretation of Contract Provisions 1.5 Conditions at the Work Site: Record Drawings 1,6 Technical Ability to Perform............................................................... . . 4 1.7 Financial Ability to Perform................................................................. .....................4 1.8 Time...................................................................................................... ......... ...........4 L9 Safety at the Work Site.... . 4 1.10 Cleanliness of the Work Site and Environs.............................................. 1.11 Damage to the Work. the Work Site.and Other Property............ ........ ......... ........... 1.12 Subcontractors and Suppliers s. .................. ..... a A. Approval and Use of Subcontractors and Suppliers.......................... .J B. Removal of Subcontractors and Suppliers .. ......... ............................. ......... ...... ...6 1-13 Simultaneous Work By Others ...... 6 1.14 Occupancy Prior to Final Payment.............................................................................6 1.15 Owner-s Right to Terminate or Suspend Work ibr Convenience ........ ......... 6 A. Termination or Suspension for Convenience .............................................................6 B. Payment for Completed Work................................. ... ........... ...... .. ...`6 ARTICLE II; CHANGES AND DELAYS 7 -i- Chances . ......................... ............. ............. ............................ 7 Delays.... ................................. .. ............................................7 A. Extensions for Unavoidable Delays_...................... .............•...... ......... ....................7 B. No Compensation for Delays .. ................... ...•............... ....,.... ......... ....................7 ARTICLE III: CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK.......7 3.1 Inspection-, Testing: Correction of Defects......... ..... ....... ..... ........: ....................7 A. Inspection .. .............. ....... ........... .... .....,... .............•.............., ......... ...................7 B. Re-Inspection....... ....... ... .. ... ....... . .. .. . . .. .7 C', Correction..... ....... _ • .. ... ..... ....... ... .. ... ....... .. .8 3 ' Xvarrant, of Weak. . .. .. ... . ... , . . ..... ..... _ .8 A. Scope of Warranty ......... .......... . ....... ............................. ... ..... ......... ......... ..........8 B. Repairs: Extension of Warrant)......... ................... ......... ....,.... ......... ......... ..........8 C. Subcontractor and Supplier Warranties.............. ............ .....•... ............ ...... ..........8 OxNmer's Right to Correct.......... . ARTICLE IV: FINANCIAL ASSURANCES.......... ........ ......... ......... ......... ......... ..........9 4.1 Bonds........ ... ..... ................ ... ...... ........... • .... .9 4? Insurance... ................ ......... ................... .......... ........ ..,...... ........ ......... ..........9 4.3 Indemnification... . .... . . ....... .., ............... .. .9 ARTICLEV: PAYMENT ........................ ..... ......... ....................... ............... ........ ..........'9 5.1 Contract Price.............................................................................................................9 Takes and Benefits .... ......... ...... ..... .... . 9 5.3 Progress Payments......... , 10 A. Payment in Installments .............I.......... ..... ......... ................... .•........ ........ .........10 B. Pay Requests....... ...... ..., .. .... .. 10 CWork Entire...................................... .......:. ......... ......... ......... .......... ......... ......... 10 5.4 Final Acceptance and Final Payment....... ....... .... ............................. .......... ......... l t1 A. Notice of Completion .. .. . • • ... ... 10 B. Punch List and Final Acceptance....•..: ............... ......... .......-... ......... ........ ... ...... 10 C. Final Payment. . . ..... ....... .... .1u 5.I; Liens.. ... .... ... ., . ......... .. .I 1 A. Title...... ... . ...... ....... . ........... ............ 11 B. Waivers of Lien..... ... 11 C. Removal of Liens • ..... .... ..... •... .. 11 D. Protection of 0,Amer Dnl%. ......... .... ..................... ......... ..•.................. . .... . .........11 -ii- S.6 Deductions............................................................................ ....... ..11 A. O«,ner's Right to Withhold.............. ....................................... . .. 11 B. Use of Withheld Funds.................... .......................................................................12 ARTICLE VI: DISPUTES AND REMEDIES..................................... ......... ......... .......... 12 6.1 Dispute Resolution Procedure.................... ........................................ ....................12 A. Notice of Disputes and Qbiections............................................ ......... ......... ..........12 B. Negotiation of Disputes and Objections.................................... ......... ......... ..........12 6? Contractor's Remedies ...... . .... ........ ... .. 13 6.3 0,�%ner°s Remedies..................................................................... ......... ......... ......... 13' 6.4 0,Amer's Additional Remed-v for Delay..................................... ................... ......... 14 6.5 Terminations and Suspensions Deemed for Convenience........ ................... ..........14 ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS...... ......... ......... 14 7.1 Binding Effect ........................................................................... ......... ......... .........14 7.? Relationship of the Parties................................................................... ......... ......... 15 7.3 No Coll usioniTrohibited Interests.............. ,•,.15 7.4 Assignment........................................................................................... ......... ......... 15 7.5 Confidential Information...................................................................... ......... ......... 15 7.6 No Waiver............................... ................................. . ........................ ... .. ..16 7.7 No Third Party Beneficiaries................................................................ ......... .........16 7.8 'notices.................. ........ ............................................. 16 7.9 Governing Laves ............................ ........... . ................................. ...... ... 17 7.10 Changes in Laws.................... 7.11 Compliance with Laws............ ...................................................................... ......... 17 A. Compliance Required.... ......... ............................................................ ..................17 B. Liability= for Fines. Penalties. ....... .................................................. . ... . 17 C. Prev=ailing Wage Act. .................................. . ........ ............... . .. 17' D. Required Provisions Deemed Inserted.......... 18 7.12 Compliance with Patents.... ....... ...... .... . 18 A. Assumption of Costs. Royalties. and Fees ................................. ......... ..................18 B. Effect of Contractor Being Enjoined....... ....................... ..... IS 7.13 Time................................... _ ............... ........ ............... . . .... .. 18 7.14 Severability...................... . ............. . ................................... ... .... 19 7.1_ Entire.Agreement...................... . .... ......... . ......... .... .. ....... ... .. 19 7.16 Amendments.................... .................................... ..... ....... .... .. , . 19 -iii- Contractor's Certification Attachment A: Supplemental Schedule of Contract Terms Attachment B: Specifications Attachment C List of Drawings Attachment D Special Project Requirements Appendix 1: Prevailine 'Waaes Appendix 2: Form of Performance Bond Appendix 3: Form of Labor and Materials Bond VILLAGE OF OAK BROOK CONTRACT FOR HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT In consideration of the mutual promises set forth below. the Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, Illinois, 60523, an Illinois municipal corporation ("644'ner"), and Troog Contracting, Inca 648 Executive Drive, Willowbrook, Illinois 60527, a Corporation ("Contractor"). make this Contract as of . 2016., (the `'E jectii�e Date-)and hereby agree as follows: ARTICLE L• THE WORK 1.1 Performance of the Work Contractor. at its sole cost and expense. must provide. perform and complete all of the following. all of which is herein referred to as the ' T orV- 1. Labor. Equipment. Materials. and Supplies. Provide. perform. and complete, in the manner described and specified in this Contract. all necessary work., labor, services. transportation, equipment. materials. apparatus. machinerN tools. fuels. gas. electric. water. waste disposal, information. data. and other means and items necessary to accomplish the Project at the Work Site, both as defined in Attachment A. in accordance with the specifications attached hereto as Attachment B. the drawings identified in the list attached hereto as Attachment C. and the Special Project Requirements attached hereto as.Attachment D. Permits. Except as otherwise provided in Attachment A. procure and furnish all permits. licenses. and other governmental approvals and authorizations necessary in connection therewith. Bonds and Insurance. Procure and furnish all Bonds and all certificates of insurance specified in this Contract. 4, Taxes. Pay all applicable federal. state, and local taxes. Miscellaneous. Do all other things required of Contractor by this Contract. including without limitation arranging for utility and other services needed for the A*ork and for testing. including the installation of temporary militti lines_ wiring, switches. fixtures. hoses. connections. and meters. and providine sufficient sanitary conveniences and shelters to accommodate all workers and all personnel of Owner engaged in the Work-. -1 CONTRACT 6. utility. Provide. perform. and complete all of the foregoing in a proper and workmanlike manner. consistent with the highest standards of professional and construction practices and in full compliance with, and as required by or pursuant to. this Contract. and with the greatest economy. efficiency, and expedition consistent therewith, with only new. undamaged and first quality equipment, materials. and supplies. 1.2 Commencement and Completion Dates Contractor must commence the Work not later than the -Commencement Dare" set forth on Attachment A and must diligently and continuously prosecute the Work at such a rate as will allow the Work to be fully provided. performed, and completed in full compliance with this Contract not later than the ",Completion Dare" set forth in Attachment A. The time of commencement. rate of progress. and time of completion are referred to in this Contract as the ``Contract Time." 1.3 Required Submittals A. Submittals Required. Contractor must submit to Owner all documents. data_ and information specifically required to be submitted by Contractor under this Contract and must in addition. submit to Owner all such drawings. specifications. descriptive information, and engineering documents. data, and information as may be required. or as may be requested by Owner, to shoal the details of the Work. including a complete description of all equipment. materials, and supplies to be provided under this Contract ("Required Submittals"). Such details must include. but are not limited to. design data, structural and operating features, principal dimensions. space required or provided. clearances required or provided. type and brand of finish. and all similar matters. for all components of the Work B. Number-and Format. Contractor must provide three complete sets for each Required Submittal: .411 Required Submittals must be prepared on white 8-112"x l I"paper. C. Time of Submission and Owner's Review. All Required Submittals must be provided to Owner no later than the time. if and-. specified in this Contract for their submission or if no time for submission is specified.in sufficient time. in Owner's sole opinion. to permit Owner to review- the same prior to the commencement of the part of the Work to which they relate and prior to the purchase of any equipment.. materials. or supplies that they describe. Owner will have the ri ght to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals will. after final processing and:review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal may be performed by Contractor until Owner has completed review of such submittal -A ith no exception noted. Owner's review and stamping of any Required Submittal will he for the .sole purpose of examining, the general management. design. and details of the proposed Work. does not relieve Contractor of the entire responsibility for the performance of the Work in full compliance with. and as required by or pursuant to this Contract.and ma• not be regarded as any assumption of risk or liability by Owner. - I CONTRACT D. Responsibility for Delay. Contractor is responsible for any delay-in the Work due to delay in providing Required Submittals conforming to this Contract. 14 Review and Interpretation of Contract Provisions Contractor represents and warrants that it has carefully reviewed this Contract. including all of its Attachments. and the drawings identified in Attachment C, all of which are by this reference incorporated into and made a part of this Contract. Contractor must. at no increase in the Contract Price, provide workmanship. equipment. materials. and supplies that fully conform to this Contract. Whenever any equipment. materials or supplies are specified or described in this Contract by using the name or other identiA�ing feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned is understood as establishing the type, function and quality desired. Other manufacturers or vendors' products may be accepted. provided that the products proposed are equivalent in substance and function to those named as determined by Omer in its sole and absolute discretion. Contractor must promptly notifi; Owner of any discrepancy. error. omission, ambiguity, or conflict among any of the provisions of this Contract before proceeding with any Work affected thereby, If Contractor fails to give such notice to Owner, then the subsequent decision of 0,vvner as to which provision of this Contract governs is final, and anv corrective work required does not entitle Contractor to any damages, to any compensation in excess of the Contract Price. or to anv delay or extension of the Contract Time. When the equipment_materials,or supplies furnished by Contractor cannot be installed as specified in this Contract. Contractor must. without and increase in the Contract Price, make all modifications required to properly install the equipment. materials.. or supplies; Any such modification is sul►ject to the prior review and consent of OxAmer. 1.5 Conditions at the Work Site: Record Drawines Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time based upon conditions found at. or in the vicinity of. the Work Site. When information pertaining to subsurface. underground or other concealed conditions, soils analysis. borings, test pits, utility= locations or conditions. buried structures, condition of existing structures, and other investigations is or has been provided by Owner. or is or has been otherwise made available to Contractor by Ov%mer, such information is or has been provided or made available solely for the convenience of Contractor and is not part of this Contract. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy-of such information. and there is no guaranty or warranty, either expressed or implied that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions indicated are representative of those existing at any particular location, or that the conditions indicated may not change. or that unanticipated conditions may not be present. CONTRACT Contractor is sole]), responsible for locating all existing underground installations by prospecting no later than two workdays prior to an), scheduled excavation or trenching. whichever is earlier. Contractor must check: all dimensions, elevations, and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor must lay out the Work in accordance with this Contract and must establish and maintain such locations. lines and levels. Vdherever pre-existing wort: is encountered, Contractor must verify and be responsible for dimensions and location of such pre- existing work. Contractor must notif- Owner of any discrepancy between the dimensions, elevations and quantities indicated in this Contract and the conditions of the Work Site or any other errors. omissions or discrepancies which Contract may discover during such inspections. Full instructions -+rill be furnished by Owner should such error, omission. or discrepancy be discovered, and Contractor must carry out such instructions as if originally specified and without any increase in Contract Price. Before Final Acceptance of the Work. Contractor must submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract. indicating all field deviations from Attachment B or the drawings identified in Attachment C 1.6' Technical Abilitu to Perform Contractor represents and warrants that it is sufficiently experienced and competent, and has the ;necessan- capital. facilities, plant, organization, staff: to provide. perform and complete the Woi�k in full compliance with and as required by or pursuant to,this Contract. 1.7 Financial Abilh, to Perform Contractor represents and warrants that it is financially solvent.. and Contractor has the financial resources necessary to ;provide. perform and complete'the Work in full compliance with,and as required by or pursuant to.this Contract. 1.8 Time Contractor represents and warrants that it is ready. willing, able and prepared to begin the Work on the Commencement Date and that the Contract Time is sufficient time to permit completion of the Work in full compliance with. and as required by or pursuant to. this Contract for the Contract Price. all with due regard to all natural and man-made conditions that may affect the Work or the lkorl Site and all difficulties.hindrances. and delays that may be incident to the Work. 1.9 Safety at the Wodi Site Contractor is solely and completely responsible'for providing and maintaining safe conditions at the `]Fork Site. including the safer of all persons and property- during performance of the Work. This requirement applies continuously and is not limited to normal working hours II i -4- CONTRACT Contractor must take all safety precautions as necessan- to comply with all applicable laws and to prevent injury to persons and damage to property. Contractor must conduct all of its operations without interruption or interference with vehicular and pedestrian traffic on public and private rights-of=way; unless it has obtained permits therefor from the proper authorities. If any public or private right-of-way are rendered unsafe by Contractor's operations. Contractor must make such repairs or provide such temporary ways or guards as are acceptable to the proper authorities. 1,10 Cleanliness of the Work Site and Environs Contractor must keep the Work Site and adjacent areas clean at all times during performance of the Work and must, upon completion of the Wo& leave the Work Site and adjacent areas in a clean and orderly condition. 1.11 Damage to the Work. the Work Site,and Other Property The Work and even-thing pertaining thereto is provided performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor is fully responsible for the protection of all public and private property, and all persons. Without limiting the foregoing. Contractor must, at its own cost and expense. provide all permanent and temporary shoring, anchoring and bracing required by the nature of the Work in order to make all parts absolutely stable and rigid. even when such shoring. anchoring and bracing is not explicitly specified. and support and protect all buildings. bridge& roadways, conduits. wires. water pipes, gas pipes. sewers. pavements. curbs.. sidewalks. fixtures and landscaping of all kinds and all other public or private property that may be encountered or endangered in providing. performing and completing the Work. Contractor will have no claim against Owmer because of any damage or loss to the Work or to Contractor's equipment. materials. or supplies from any cause whatsoever. including damage or loss due to simultaneous work by ethers. Contractor must. promptly and without charge to Owner. repair or replace, to the satisfaction of Owner, an% damage done to, and any loss suffered b�. the Work and any, damage done to, and any loss suffered by. the Work Site or other property, as a result of the Work. Notwithstanding any other provision of this Contract. Contractor's obligations under this Section exist without regard to. and may not be construed to be waived by, the availabilitti• or unavailability of any insurance. either of Owner or Contractor. to indemnify% hold harmless, or reimburse Contractor for the cost of any repair or replacement work required by this Section. 1.12 Subcontractors and Suambers A. Approval and Use of Subcontractors and Suppliers. Contractor must perform the Work with its own personnel and under the management. supervision. and control of its own organization unless otherwise approved b\. Owner in writing. All subcontractors, suppliers, and subcontracts used by Contractor must be acceptable to, and approved in advance by. Owner. Owner's approval of any subcontractor, supplier. and subcontract does not relieve Contractor of full responsibility and liability for the provision, performance. and completion of the Work in full compliance with. and as required by or pursuant to. this Contract. All Work performed CO'�'TRACT under any subcontract is subject to all of the provisions of this Contract in the same manner as if performed by employees of Contractor. Every reference in this Contract to "Contractor" is deemed also to refer to all subcontractors and suppliers of Contractor. Even• subcontract must include a provision binding the subcontractor or supplier to all provisions of this Contract. B. Removal of Subcontractors and Saynliers. If any subcontractor or supplier fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner. Contractor must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will have no claim for damages, for compensation in excess of the Contract Price. or for a delay or extension of the Contract Time as a result of any such termination. 1.13 Simultaneous Work By Others Owner has the right to perform or have performed such other work as Owner may desire in. about. or near the Work Site during the performance of the Work by Contractor. Contractor must make every reasonable effort to perform the Work in such manner as to enable both the Work and such other work to be completed without hindrance or interference from each other. Contractor must afford Owner and ether contractors reasonable opportunity for the execution of such other work and must properly coordinate the Work with such other work. 1,14 Occupancy Prior to Final Payment Owner vvill have the right. at its election, to occupy. use. or place in service any part of the Work prior to Final Payment. Such occupancy. use. or placement in service must be conducted in such manner as not to damage any of the Wort or to unreasonable interfere with the progress of the Work. No such occupancy. use. or placement in service may be construed as an acceptance of any of the Work or a release or satisfaction of Contractor's duty to insure and protect the Work. nor may it. unless conducted in an unreasonable manner. be considered as an interference with Contractor's provision.performance. or completion of the Work. 1.15 Owner's Right to Terminate or Suspend Work for Convenience A. Termination or Suspension for Convenience: Owner has the right. for its convenience. to terminate or suspend the Work in whole or in part at any time by written notice to Contractor. Every such notice must state the extent and effective date of such termination or suspension. On such effective date. Contractor must. as and to the extent directed. stop ork under this Contract. cease all placement of further orders or subcontracts. terminate or suspend Work under existing orders and subcontracts. cancel any outstanding orders or subcontracts that may be cancelled. and tale any action necessary to protect any property in its possession in w=hich Owner has or may acquire any interest and to dispose of such property in such manner as may be directed by Owner. B. Payment for Completed V+?ork. In the event of any termination pursuant to Subsection 1.15A above. Owner must pay Contractor (I)such direct costs. excluding overhead, as Contractor has paid or incurred for all Work done in compliance with, and as required by or pursuant to. this Contract up to the effective date of termination together with ten percent of such _t,� CONTRACT costs for overhead and profit; and (2) such other costs pertaining to the Work-, exclusive of overhead and profit. as Contractor may have reasonable and necessarily incurred as the result of such termination. Any such payment may be offset by any prior payment or payments and is subject to Owner's rights to withhold and deduct as provided in this Contract. ARTICLE II: CHANGES AND DELAYS 2.1 Chan es 0,Amer has the right, by written order executed by Owner, to make changes in the Contract. the Work. the Work Site. and the Contract Time ("Change Order'), If any Change Order causes an increase or decrease in the amount of the Work-, an equitable adjustment in the Contract Price or Contract Time may be made. All claims by Contractor for an equitable adjustment in either the Contract Price or the Contract Time must be made within two business days following receipt of such Change Order, and may, if not made prior to such time. be conclusively deemed to have been waived. No decrease in the amount of the Work caused by any Change Order will entitle Contractor to make any claim for damages, anticipated profits, or other compensation. 2.2 D Iays A. Extensions for Unavoidable Delays. For any delay that may result from causes that could not be avoided or controlled by Contractor. Contractor must, upon timely written application, be entitled to issuance of a Change Order providing for an extension of the Contract Time for a period of time equal to the delay resulting from such unavoidable cause. No extension of the Contract Time A ill be allowed for any other delay in completion of the Fork. B. No Compensation for Delays. No payment, compensation. damages, or adjustment of any kind.. other than the extension of the Contract Time provided in Subsection 2.2A above. may be made to, or claimed by. Contractor because of hindrances or delays from any cause in the commencement, prosecution, or completion of the Work. whether caused by Owner or any ether partti and whether avoidable or unavoidable. ARTICLE III: CONTRACTOR'S RESPONSIBILITY FOR DEFECTINTE WORK 3.1 Inspection, Testing; Correction of Defects A. Inspection. Until Final Payment.. all parts of the Work are subject to inspection and testing by Owner or its designated representatives. 'Contractor must furnish. at its own expense, all reasonable access. assistance. and facilities required by Owner for such inspection and testing: B. Re-Inspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time. and, if so ordered. any covered or closed Work must be uncovered or opened by Contractor. If the Work is found to be in full compliance with this Contract,then Owner must CONTRACT pay the cast of uncovering. opening, re-inspecting. or re-testing, as the case may be. if such Work is not in full compliance with this Contract. then Contractor must pay such cost. C. Correction. Until Final Payment. Contractor must. promptly and without charge, repair. correct. or replace all or any part of the Work that is defective, damaged. flaw=ed. or unsuitable or that in any way fails to conform strictly to the requirements of this Contract. 3.2 Warranty of Work A. Scope of Warranty. Contractor warrants that the Work and all of its components will be free from defects and flaws in design, workmanship, and materials: must strictly conform to the requirements of this Contract. and will be fit, sufficient, and suitable for the purposes expressed in. or reasonably inferred from. this Contract. The warranty herein expressed is in addition to anv other warranties expressed in this Contract or expressed or implied by law, which are hereby reserved unto Owner. B. Repairs: Extension of Warranty. Contractor. promptly and without charge. must correct any failure to fulfill the above warranty that may be discovered or develop at any time within one year after Final Payment or such longer period as may be prescribed in Attachment B or Attachment D to this Contract or by law. The above warranty may be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Contractor's obligation to correct Work may be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.2B relates only to the specific obligation of Contractor to correct Work and may not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract. C.' Subcontractor and Supplier Warranties. Whenever Attachment B or Attachment D requires a subcontractor ar supplier to provide a guaranty or warranty, Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said warranty or guaranty to Owner. Acceptance of any assigned warranties or guaranties bN Owner is a precondition to Final Payment and does not relieve Contractor of any of its guaranty or warranty obligations under this Contract. 3.3 Owner's Right to Correct If.. within two business days after Owner gives Contractor notice of any defect. damage, flaw. unsuitability. nonconformit-y. or failure to meet warranty sulject to correction by Contractor pursuant to Section a,l or Section 3.2 of this Contract. Contractor neglects to make. or undertake with due diligence to make. the necessary corrections. then Uwmer is entitled to make, either with its own forces or with contract forces. the corrections and to recover from Contractor all resulting costs. expenses. losses. or damages. including anorneys' fees and administrative expenses. -8- CONTRACT ARTICLE IV: FINANCIAL ASSURANCES 4.1 Bonds Contemporaneous with Contractor's execution of this Contract, Contractor trust provide a Performance Bond and a Labor and Material Payment Bond. on forms provided by. or otherwise acceptable to. Owner. from a surety company licensed to do business in the State of Illinois with a general rating of A and a financial size category of Glass X or better in Best's Insurance Guide. each in the penal sum of the Contract Price ("Bonds'). Contractor. at all times while providing,: performing. or completing the Fork. including, without limitation. at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract. must maintain and keep in force. at Contractor's expense. the Bonds required hereunder. 4.2 Insurance Contractor hereby agrees and will. at its expense. carry insurance pursuant to the terms. conditions. and coverages set forth in Attachment A. 43 Indemnification Contractor hereby agrees to and will indemniA, and save harmless Owner and all of it elected officials, officers. employees, attorneys, agents. and representatives against any and all lawsuits. claims, demands, damages, liabiliti es. losses. and expenses, including attorneys` fees and administrative expenses.. that may arise. or be alleged to have arisen, out of or in connection with Contractors performance of. or failure to perform. the Work or any part thereof. whether or not due or claimed to be due in whole or in part to the active. passive. or concurrent negligence or fault of Contractor. except to the extent caused sole]- bV the negligence of Owner. ARTICLE V: PAYMENT 5.1 Contract Price Owner must pay to Contractor. in accordance with and subject to the terms and c conditions set forth in this Article V and Attachment A. and Contractor must accept in full satisfaction for providing. performing. and completing the Work. the amount or amounts set forth in Attachment A (the "Contracl Price-). subject to any additions. deductions.: or withholdings provided for in this Contract. 5.2 Taxes and Benefits Owner is exempt from and will not be responsible to pay. or reimburse Contractor for. an\ state or local sales. use. or excise taxes. The Contract Price includes all other applicable federal. state, and local taxes of ever.-kind and nature applicable to the Work as well as all taxes. contributions. and premiums for unemployment insurance. old age or retirement benefits. pensions. annuities. or other similar benefits. All claim or right to claim additional compensation -9- CONTRACT by reason of the payment of any such tax, contribution. or premium is hereby waived and released by Contractor. 5.3 Progress Payments A. Payment in Installments. The Contract Price must be paid in monthly installments in the manner set forth in Attachment A("Progress Payments"). B. Pay RAuests. 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. Each Pay Request must include (a) Contractor's certification of the value of. and partial or final waivers of lien covering, all work for which payment is then requested and (b) Contractor's certification that all prior Progress Payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid. C. Work Entire. This Contract and the Work are entire and the Work as a whole is of the essence of this Contract. Notwithstanding any other provision of this Contract, each and every part of this Contract and of the Work are interdependent and common to one another and to (Jwmer's obligation to pad= all or any part of the Contract Price or any other consideration for the Work. Any and all Progress Payments made pursuant to this Article are provided merely for the convenience of Contractor and for no other purpose. 5.4 Final Acceptance And Final Pay merit A. Notice of Completion. When the Work has been completed and is ready in all respects for acceptance by Owner, Contractor must notiAp Owner and request a final inspection ("Notice of Completion"). Contractor's Notice of Completion must be given sufficiently in advance of the Completion Date to allow for scheduling of the final inspection and for completion or correction before the Completion Date of any items identified by such inspection as being defective. damaged, flawed. unsuitable, nonconforming, incomplete. or otherwise not in full compliance with. or as required by or pursuant to, this Contract("Punch List Fork'). B. Punch List and Final Acceptance. The Work may be finally accepted when. and only when, the whole and all parts thereof have been completed to the satisfaction of Owtter in full compliance with. and as required by or pursuant to. this Contract. Upon receipt of Contractor's Notice of Completion. Owner must make ,a review of the Work and notif4- Contractor in writing of all Punch List Work. if any. to be completed or corrected. Following Contractor's completion or correction of all Punch List Fork, Owner must make another review of the Work and prepare and deliver to Contractor either a written notice of additional,Punch List Work to he completed or corrected or a written notice of final acceptance of the Vvork (``Final Acceptance"), C. Final Payment. As soon as practicable after Final .Acceptance. Contractor must submit to Owner a properly completed final Pay Request in the form provided by Owner("Final Pay Request'). Owner must pay to Contractor the balance of the Contract Price. after deducting CONTRACT therefrom all charges against Contractor as provided for in this Contract ("Final Payment'"). Final Payment must be made not later than 60 days after Owner approves the Final Pay Request. The acceptance by Contractor of Final Payment w=ill operate as a full and complete release of Owner of and from any and all lawsuits. claims. demands. damages, liabilities. losses, and expenses of by. or to Contractor for anything done, furnished for. arising out of. relating to. or in connection with the Work or for or on account of any act or neglect of Owner arising out of, relating to,or in connection with the Work. 5.5 Liens A. Title. Nothing in this Contract may be construed as vesting in Contractor any right of property in any equipment. materials, supplies, and other items provided under this Contract after they have been installed in, incorporated into. attached to, or affixed to. the Work or the Work Site. All such equipment.materials, supplies. and other items will. upon being so installed, incorporated, attached or affixed, become the propeM- of Owner, but such title will not release :Contractor from its duty to insure and protect the Work in accordance with the requirements of this Contract. B. Waivers of Lien. Contractor must. from time to time at Owner's,request and in any extent prior to Final Payment, furnish to Owner such receipts. releases. affidavits. certificates. and other evidence as may be necessary to establish,to the reasonable satisfaction of Owner. that no lien against the Work or the public funds held by Owner exists in favor of any person whatsoever for or by reason of any equipment, material. supplies.. or other item furnished. labor performed. or other thing done in connection with the Work or this Contract('`Lien'') and that no right to file any Lien exists in favor of any person whatsoever. C Removal of Liens. if at any time any notice of any Lien is filed. then Contractor must. promptly and without charge, discharge. remove. or otherwise dispose of such Lien. Until such discharge, removal, or disposition. Owner will have the right to retain from any money- payable hereunder an amount that Owner. in its sole judgment. deems necessary to satisfi- such Lien and to pay the costs and expenses, including attorneys' fees and administrative expenses. of any actions brought in connection therev►ith or by reason thereof. D. Protection of Owner Only. This Section does not operate to relieve Contractor's surety or sureties from anv of their obligations under the Bonds. nor may it be deemed to vest any right, interest. or entitlement in any subcontractor or supplier. Owner's retention of funds pursuant to this Section is deemed solely for the protection of its own interests pending removal of such Liens by Contractor. and Owner will have no obligation to apply- such funds to such removal but may, nevertheless. do so where Owner's interests would thereb' be served. 5.6 Deductions A. Owner's Right to Withhold. Notwithstanding any other provision of this Contract and without prejudice to any of Owner's other rights or remedies. Owner will have the right at any time or times, whether before or after approval of any Pay Request. to deduct and withhold from any Progress or Final Payment that may be or become due under this Contract such amount -II- CONTRACT as may reasonably appear necessary to compensate Owner for and actual or prospective loss due to (1 )Fork that is defective.. damaged, flawed. unsuitable, nonconforming, or incomplete: (2)damage for which Contractor is liable under this Contract: (3) state or local sales, use. or excise taxes from wfiich Owner is exempt: (4) Liens or claims of Lien regardless of merit: (5)claims of subcontractors. suppliers. or other persons regardless of merit: (6)delay in the progress or completion of the Work: (7)inability of Contractor to complete the Work; (8)failure of Contractor to properly complete or document any Pay Request: (9)any other failure of Contractor to perform any of its obligations under this Contract: or (10)the cost to Owner. including attomeys' fees and administrative costs.. of correcting an)' of the aforesaid matters or exercising any one or more of Ownefs remedies set forth in Section 6.3 of this Contract. S. Use of Withheld Funds. Owner is entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor has either performed the obligations in question or furnished security- for such performance satisfactory to Owner. Owner is entitled to apply any money withheld or any other money due Contractor under this Contract to reimburse itself for any and all costs. expenses, losses. damages, liabilities. suits, judgments, awards, attorneys' fees and administrative expenses incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract. ARTICLE VI; DISPUTES AND REMEDIES 6.1 Dispute Resolutigg Procedure A. Notice of Disputes and Objections. if Contractor disputes or objects to any requirement. direction, instruction, interpretation, determination, or decision of Owner. Contractor may notify Owner in writing of its dispute or objection and of the amount of any equitable adjustment to the Contract Price or Contract Time to which Contractor claims it will be entitled as a result thereof; provided. however, that Contractor must. nevertheless. proceed. without delay to perform the Work as required, directed, instructed. interpreted, determined. or decided by Owner. without regard to such dispute or objection. Unless Contractor so notifies Owner within two business days after receipt of such requirement. direction. instruction, interpretation. determination, or decision. Contractor is conclusively deemed to have waived all such disputes or objections and all claims based thereon. B, Negotiation of Disputes and Objections. To avoid and settle without litigation' any such dispute or objection. Owner and Contractor agree to engage in good faith negotiations. Within three business dad}s after Ow-per's receipt of Contractor's written notice of dispute or abjection. a conference between Owner and Contractor will be held to resolve"the dispute. Within three business days after the end of the conference.Owner must render its final decision. in writing, to Contractor. If Contractor objects to the final decision of Owner. then it must, within three business days. give Owner notice thereof and, in such notice, must state its final demand for settlement of the dispute. unless Contractor so notifies Owner, Contractor will be conclusively deemed (1) to have agreed to and accepted Owner's final decision and (2)to have waited all claims based on such final decision. CONTRACT 6.2 Contractor's Remedies If Owner fails or refuses to satisffi, a final demand made by Contractor pursuant to Section 6.1 of this Contract. or to otherwise resolve the dispute which is the subiect of such demand to the satisfaction of Contractor, within 10 days after receipt of such demand then Contractor wall be entitled to pursue such remedies, not inconsistent with the provisions of this Contract, as it may have in law or equity. 63 Owner's Remedies If it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute.or has delayed in the prosecution of. the Work with diligence at a rate that assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor's rights under this Contract. either in whole or in part. or has falsely made any representation or warranty in this Contract. or has otherwise failed. refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as the), come due ("Event of Default'), and has failed to cure any such Event of Default within five business days after Contractor's receipt of written notice of such Event of Default, then Omer will have the right. at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies; 1. Owner may require Contractor. within such reasonable time as may be fixed by Owner. to complete or correct all or any part of the Work that is defective, damaged, flawed, unsuitable,nonconforming, or incomplete: to remove from the Work Site any such Work: to accelerate all or any part of the Work: and to take any or all other action necessary to bring Contractor and the Work into strict compliance with this Contract. ? Owner may perform or have performed all Work necessary for the accomplishment of the results stated in Paragraph I above and 'withhold or recover from Contractor all the cost and expense. including attorneys' fees and administrative costs. incurred by Owner in connection therewith. Owner may accept the defective. damaged. flawed. unsuitable, nonconforming. incomplete. or dilatory Work or part thereof and make an equitable reduction in the Contract Price, 4. Owner may terminate this Contract without liabilit% for further ;payment of amounts due or to become due under this Contract. 5, Owner may, without terminating this Contract, terminate Contractor's rights under this Contract and, for the purpose of completing or correcting the Work. evict Contractor and take possession of all equipment. materials, supplies. tools_ appliances. plans.specifications. schedules, manuals. drawings, and other papers relating to the Work. whether at the Work Site or elsewhere, and either complete 1� CONTRACT or correct the Work, with its own forces or contracted forces, all at Contractor's expense. 6. Upon any termination of this Contract or of Contractor's rights under this Contract. and at Owner's option exercised in writing. any or all subcontracts and supplier contracts of Contractor will be deemed to be assigned to Owner without any further action being required. but Owner may not thereby assume any obligation for payments due under such subcontracts and supplier contracts for any Work provided or performed prior to such assignment. 7. Owner may Aithhold from any Progress Payment or Final Payment. whether or not previously approved, or may recover from Contractor, any and all 'costs, including attorneys' fees and administrative expenses, incurred by Owner as the result of any Event of Default or as a result of actions taken by Owner in response to anv Event of Default. 8. Owner may recover any damages suffered by Owner. 6.4 Qw flLfs Additioual Remedv for Delav If the Fork is not completed by Contractor. in full compliance with. and as required by or pursuant to,,this Contract, within the Contract Time as such time may be extended by Change Order, then Owner may invoke its remedies under Section 6.3 of this Contract or mad= in the exercise of its sole and absolute discretion. permit Contractor to complete the work but charge to Contractor. and deduct from any Progress or Final Payments, whether or not previously. approved, administrative expenses and costs for each day completion of the Work is delayed beyond the Completion Date. computed on the basis of the "Per Diem Administrative Charge" set forth in Attachment A. as well as any additional damages caused by such delay. 6.5 Terminations and Sust)ensions Deemed for Convenience Any termination or suspension of Contractor's rights under this Contract for an alleged default that is ultimately held unjustified will automatically be deemed to be a termination or suspension for the convenience of Owner under Section 1.1 of this Contract. ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTSS 7.1 Binding Effect This Contract is binding on Owner and 'Contractor and on their respective heirs. executors. administrators. personal representatives, and permitted successors and assigns. Ever' reference in this Contract to a pan, is deemed to be a reference to the authorized officers. employees. agents.and representatives of such party. -14- CONTRACT 7.2 Relationship of the Parties Contractor Aril] act as an independent contractor in providing and performing the Work. Nothing in. nor done pursuant to. this Contract may be construed (l)to create the relationship of principal and agent, partners, or joint venturers between Owner and Contractor or (2)except as provided in Paragraph 6.3(6) above, to create any relationship between Owner and any subcontractor or supplier of Contractor. 7.3 No Collusion/Prohibited Interests Contractor hereby represents that the only persons. firms. or corporations interested in this Contract as principals are those disclosed to (Owner prior to the execution of this Contract, and that this Contract is made without collusion with any other person,firm, or corporation. If at any time it is found that Contractor has, in procuring this Contract, colluded with anv other person. firm. or corporation. then Contractor will be liable to Owner for all loss or damage that Owner may suffer thereby. and this Contract will,at Owner's option,.be null and void. Contractor hereby represents and warrants that neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in and manner whatsoever. in the Work is actine. directly or indirectly, for or on behalf of any person. group,. entity or nation named by the united States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person. group,entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism. and neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is. directly or indirectly, engaged in. or facilitating. the Work on behalf of any such person, group, entity or nation. 7.4 Assiznment Contractor may not (I) assign this Contract in whole or in part, (,'-)assign any of Contractor`s rights or obligations under this Contract, or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner. which approval may be m ithheld in the sole and unfettered discretion of Owner: provided. however. that Owner's prior written approval will not be required for assignments of accounts. as defined in the Illinois Commercial Code. if to do so would violate Section 9-318 of the Illinois Commercial Code. 810 ILLS 5/9-318. OAmer may assign this Contract. in whole or in part, or anr'ar all of its rights or obligations under this Contract, without the consent of Contractor. 7.5 Confidential Information All information supplied by Owner to Contractor for or in connection with this Contract or the Work must be held confidential by Contractor and may not. without the prior express written consent of Owner, be used for an} purpose other than performance of the Work. CONTRACT 7.6 No Waiver No examination. inspection. investigation, test, measurement, review. determination, decision, certificate. or approval by Owner, nor an), order by Owner for the payment of money, nor any payment for, or use. occupancy. possession. or acceptance of, the whole or any part of the Nk*ork by Owner. nor any extension of time granted by Owner, not any delay by Or%mer in exercising any right under this Contract, nor any other act or omission of Owner may constitute or be deemed to be an acceptance of any defective. damaged. flawed, unsuitable, nonconforming or incomplete Work, equipment. materials, or supplies, not operate to waive or otherwise diminish the effect of any warrant` or representation made by Contractor: or of any requirement or provision of this Contract: or of any remedy.power, or right of Owner. 7.7 No Third Party Beneficiaries No claim as a third party beneficiary, under this Contract by any person, firm, or corporation other than Contractor may be made or be valid against Owner. 7.8 Nootie s, All notices required or permitted to be given under this Contract must be in writing and are deemed received by the addressee thereof when delivered in person on a business day at the address set forth below or on the third business day after being deposited in any main or branch United States post office. for delivery at the address set forth below by properly addressed, postage prepaid,certified or registered mail. return receipt requested. Notices and communications to Owner must be addressed to, and delivered at, the fallowing address: Village of Oak Brook 1200 Oak Brook Road Oak Brook, Illinois 6052' Attention Doug Patchin. Public Works Director Notices and communications to Contractor must be addressed to, and delivered at. the following address: Troop Contracting. Inc. 648 Executive Drive V►°illo,wbrook.Illinois §0527 Attention:' Brian Hatlen.President The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly civen by any such other non-oral means. -16- I CONTRACT By notice complying with the requirements of this Section. Owner and Contractor each have the right to change the address or addressee or both for all future notices to it. but no notice of a change of address is effective until actually received. 7.9 Governiwji Laws This Contract and the rights of Owner and Contractor under this Contract will be interpreted according to the internal laves, but not the conflict of laws rules. of the State of Illinois. venue for any action related to this Contract will be in the Circuit Court of DuPage County, Illinois. 7,10 Changes in Laws Unless otherwise explicitly provided in this Contract. any reference to laws includes such laves as they may be amended or modified from time to time. 7.11 Compliance with Laws A. Compliance Required. Contractor must give all notices, par all fees, and take all other action that may be necessary to ensure that the Work is provided, performed, and completed in accordance with all required governmental permits, licenses or other approvals and authorizations that may be required in connection with providing. performing, and completing the Work, and with all applicable statutes. ordinances, rules. and regulations. including without limitation the Illinois Prevailing Wage Act, 820 ILCS 13010,01 et seq. (see Subsection C of this Section) (a copy of the prevailing rate of wages ascertained by the Illinois Department of Labor, in effect as of the date of this Contract, has been attached as an Appendix to this Contract;. if the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid. the revised rate applies to this Contract): any other applicable prevailing wage laws; the Fair Labor Standards Act: any statutes regarding qualification to do business: any statutes requiring preference to laborers of specified classes: the Illinois Steel Products Procurement Act. 30 ILLS 565/1 et seq.: any statutes prohibiting discrimination because of or requiring affirmative action Based on, race, creed. color, national origin_ age. sex, or other prohibited classification,' including, without limitation, the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101 et seq.. the Illinois Human Rights Act. 775 iLCS 511-101 et seq.. and the Public Works Discrimination Act, 775 ILLS 1010.01 et seq.: and any statutes regarding safety or the performance of the Work. including the Illinois Underground Utility Facilities Damage Prevention Act, 220 ILLS 50/1 et seq.. and the Occupational Safety and Health Act of 1970, �9 U.S.C. §§ 651 et seq. B. Liability for Fines. Penalties. Contractor is solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor's, or its subcontractors' or suppliers% performance of. or failure to perform,the Work or any part thereof. C. Prevailing Wage Act. Contractor and each subcontractor. in order to comply with the Prevailing Wage Act. 820 IL.CS 130/0.01 et seq. (the ­Act"). must submit to the N'illage a CONTRACT certified payroll on a monthly basis. in accordance with Section 5 of the Act. The certified payroll must consist of a complete cope of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the contractor or subcontractor that certifies that (1) such records are true and accurate. (2) the hourly rate paid is not less than the general prevailing rate of hourly wages required by the Act, and (3) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the certification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor"s false certification. On two business days' notice. Contractor and each subcontractor must make available for inspection the records required to be made and kept by the Act (i) to the Village and its officers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State. D. Required Provisions Deemed Inserted. Every provision of lain required by law to be inserted into this Contract is deemed to be inserted herein. 7.12 Compliance with Patents A. Assumption of Costs. Royalties. and Fees. Contractor will pay or cause to he paid all costs. royalties. and fees arising from the use on, or the incorporation into, the Work. of patented equipment. materials. supplies, tools. appliances. devices.processes. or inventions. B. Effect of Contractor Being Enjoined. Should Contractor be enjoined from furnishing or using am, equipment. materials, supplies. tools, appliances.. devices. processes, or inventions supplied or required to be supplied or used under this Contract. Contractor must promptly offer substitute equipment, materials, supplies. tools, appliances, devices. processes. or inventions in lieu thereof. of equal efficiency. quality, suitability. and market value, for review by Owner. If Owner should disapprove the offered substitutes and should elect.: in lieu of a substitution. to have supplied. and to retain and use.. any such equipment, materials. supplies. tools, appliances, devices, processes, or inventions as may by this Contract be required to be supplied. Contractor must pa-, such royalties and secure such valid licenses as may be requisite and necessary for Owner to use such equipment. materials. supplies. tools, appliances, devices. processes. or inventions without being disturbed or in any way interfered with by any proceeding in lam, or equity on account thereof. Should Contractor neglect or refuse to make any approved substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then Owner will have the right to make such substitution. or Owner may par such royalties and secure such licenses and charge the cost thereof against any money due Contractor from Owner or recover the amount thereof from Contractor and its surety or sureties notwithstanding that Final Payment may have been made. '1.13 Time The Contract Time is of the essence of this Contract, Except where otherwise stated. references in this Contract to days is construed to refer to calendar days. .fig. CONTRACT 7.14 Severability The provisions of this Contract will be interpreted when possible to sustain their legality and enforceability as a whole. In the event any provision of this Contract is held invalid., illegal, or unenforceable by a court of competent jurisdiction. in whole or in part, neither the validity of the remaining part of such provision.nor the validity of any other provisions of this Contract will be in anY way affected thereby. 7.15 Entire Agreement This Contract sets forth the entire agreement of Owner and Contractor with respect to the accomplishment of the Work and the payment of the Contract Price therefor. and there are no other understandings or agreements. oral or written. between Owner and Contractor with respect to the Work and the compensation therefor. 7.16 Amendments No modification. addition, deletion. revision, alteration or other change to this Contract is effective unless and until such change is reduced to writing and executed and delivered by Owner and Contractor. [SIGNATURE PAGE FOLLOWS] -14- CONTRACT IN WITNESS WHEREOF. Owner and Contractor have caused this Contract to be executed by their properly authorized representatives in two original counterparts as of the Effective Date. Village of Oak Brook By: Name: Title: Attest: By: Name: Title: Troop Contracting,Inc. By: Name: Title: Attest: By: Name: Title: -20- CONTRACTOR'S CERTIFICATION STATE OF ILLINOIS ) > SS COCTiTY OF CONTRACTOR'S CERTIFICATION /contractor's e-recuting officer], tieing first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor. that this deponent is authorized to make them. and that the statements contained herein are true and correct. Contractor deposes, states, and certifies that Contractor is not barred from contracting ,Aiith a unit-of state or local government as a result of(i)a violation of either Section .3 3 .1 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-I et se , or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26 2001) (the "Patriot Act'*)or other statutes..orders, rules.. and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to. Executive Order 13224 effective September 24 2001, DATED: . ,0 Troop Contracting,Inc. By Name: Title: Attest: By Name: Title: Subscribed and Sworn to before me on , 20 My Commission expires: Notarx Public (SEAL) VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT ATTACHMENT A SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS [Check applicable boxes and insert required information,] 1. Project: Provide and install all materials needed for the Heritage Center Exterior Renovations and Improvements Project. The general contractor shall provide and install all materials, unless noted otherwise. The scope of work includes but is not necessarily limited to the follwAring: Replacing concrete over the coal room, removing the heating oil tank. replacing the concrete planter boa, and waterproofing the coal room as shown on the drawings and described herein. Also.as an alternate. remove the coal room walls and block up the doorways eliminating waterproofing the coal room, and installing a smaller on-grade concrete slab. 2. Work rk Site: 11,12 Oak Brook Road, Oak Brook, Illinois 60523. 3. Permits,Licenses.Approvals.and Authorizations: Contractor must obtain all required governmental permits, licenses, approvals, and authorizations. 4. Commencement Date: Ten (_10) days after execution of the Contract by O"mer.. Village anticipates work to start on October . 2016, Completion Date: Completed by November 30, 2016. The Completion Date will he subject to equitable adjustment if the Commencement Date is delayed pursuant to Subsection 2:2A of the Contract, -1= ATTACHMENT A 6. Insurance Coveraze: Certificates of Insurance shall be presented to Owner within fifteen (15) days after the receipt by the Contractor of the Notice of Award and the unexecuted contract. it being understood and agreed that the Owner will not approve and execute the Contract until acceptable insurance certificates are received and approved by Owner. Each contractor performing any work pursuant to a contract with Owner and each pemiittee working under a permit as required pursuant to the provisions of Title l of Chapter$of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as"Insured") shall be required to came 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 -►Pith 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 - $2.000.00 combined single limit per occurrence for bodily injury,personal injury and property° damage, provided that when the estimated cost of the work in question does not exceed $25.000. the required limit shall be $1,000.000; B. Automobile Liability(if applicable)- $l.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 Cade of the State of Illinois and Employer's Liability limits of$1.000.00►per accident. Am deductibles or self-insured retention must be declared to and approved by fawner. At the option of Owner. either the insurer shall reduce or eliminate such deductible or self insured retention as respect to ONvner. 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 Oumer. 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 ATTACHMENT A of protection afforded to the Owner. its officers, officials. employees. volunteers. or agents. (2) The Insured's insurance coverage shall be primary insurance as respect to the Owner, its officers, officials, employees,. volunteers and agents. Any insurance or self-insurance maintained by the Owner, its officers, officials, employees,volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. (.3 l Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Owner, its officers, officials. employees. volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whore claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Y'orker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Owner, its officers, officials, employees. volunteers and agents for losses arising from work performed by the insured for the Owner. Each insurance police shall be endorsed to state that coverage shall not be suspended, voided canceled by either party, reduced in coverage or in limits except after thiM (3 0) days prior written notice by certified mail has been given to Owner. Each insurance policy- shall name the Owner, its officers. officials and employees, volunteers and agents as Additional Insureds. Insurance is to be placed x%pith insurers with a Best's rating of no less than A: Vll. Each Insured shall furnish the Owner with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance police are to be signed by a person authorized by`that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Owner and shall be sul?ject to approval by the Village Attorney before work commences. The Owner reserves the right to require complete. certified copies of all required insurance policies. at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish' separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. D. guilders Risk Insurance. This insurance must be written in completed value form, must protect Contractor and Owner against "all risks" of direct physical loss to buildings. structures. equipment. and materials to be used in providing, ATTACHMENT A performing, and completing the Work, including without limitation fire extended coverage, vandalism and malicious mischief_. sprinkler leakage, flood. earth movement and collapse, and must be designed for the circumstances that may affect the Work. This insurance must be written with limits not less than the insurable value of the Work at completion. The insurable value must include the aggregate value of Owner-furnished equipment and materials to be constructed or installed by Contractor. This insurance must include coverage while equipment or materials are in warehouses, during installation, during testing, and after the Work is completed, but prior to Final Payment. This insurance must include coverage while Owner is occupying all or any part of the Work prior to Final Payment without the need for the insurance company's consent. ❑ E. Owner's and Contractor's Protective Liability Insurance. Contractor, at its sole cost and expense,must purchase this Insurance in the name of Owner Stith a combined single limit for bodily injury and property damage of not less than 51,000,000. F. Umbrella Poliev. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis' so that, when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cotter that loss. QG. Deductible. Each policy must have a deductible or self-insured retention of not more than $ H. Owner as Additional Insured. Owner must be named as an Additional Insured on the following policies: General Liabilitv The Additional Insured endorsement must identify OiNmer as follows, The Village of Oak Brook and its boards. commissions. committees. authorities. employees. agencies. officers, voluntary associations. and other units operating under the jurisdiction and within the appointment of its budget. -4- ATTACHMENT A I. Other Parties as Additional Insureds. In addition to Owner, the following parties must be named as additional insured on the following policies: Additional Insured Policv or Policies Kluber Architects&Enrtineers 7. Contract Price: SCHEDULE OF PRICES A. LUMP SUM CONTRACT 1. Provide and install all materials needed for the Heritage Center Exterior Renovations and Improvements Project as indicated in the drawings and described herein. For providing. performing: and completing Work, the total Contract Price of S 117,,000.00 In words One Hundred and Seventeen Thousand Dollars B. ALTERNATE BID ?. Remove the coal room walls and block up the doorway-.eliminating waterproofing the coal room. and installing a smaller on--,grade concrete slab as indicated in the drawings and described herein. S(S 12.000.00) In words Deduct Twelve Thousand Dollars S. Progress Psivwents: A. Genes . Owner must pay to Contractor 90 percent of the Value of Work. determined in the manner set forth below, installed and complete in place up to the day before the Pay Request, less the aggregate of all previous Progress Payments. The total amount of Progress Payments made prior to Final Acceptance by Owner may not exceed 90 percent of the Contract Price. ATTACHMENT A B. Value of Work. The Value ofthe Work will be determined as follows. (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must. not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner("Breakdown Schedule"). The sum of the items listed in the Breakdown Schedule must equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be performed first will not be accepted. The Breakdown Schedule must be revised and resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted. and Owner has approved. an acceptable Breakdown Schedule. Owner may require that the approved Breakdown Schedule be revised based on developments occurring during the provision and performance of the Work. if Contractor fails to submit a revised Breakdo,%Nrn Schedule that is acceptable to Owner. Owner will have the right either to suspend Progress and Final Payments for Lump Sum Fork or to make such Payments based on Owner's determination of the value of the Work completed. (2) Unit Price Items. For all Work to be paid on a unit price basis. the value of such Work will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in place. multiplied by the applicable Unit Price set forth in the Schedule of Prices. The actual number of acceptable units installed and complete in place will be measured on the basis described in Attachment B to the Contract or. in the absence of such description. on the basis determined by Owner. The number of units of Unit Price Items stated in the Schedule of Prices are Owner's estimate only and may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and completes in place upon Final Acceptance. C. Application of Payments. All Progress and Final Payments made by Owner to Contractor mill be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre- existing or unrelated debt between Contractor and Owner or between Contractor and any third pan -6- ATTACHMENT A 9, Per Diem Administrative Charge: $504 per day. 10. Standard Specifications: The Contract also includes O%Nmer's Village Code and Building Codes. References to and of these codes means the latest editions effective on the date of the bid opening. See Attachment D for any special project requirements. -7- ATTACHMENT B VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT ATTACHMENT B SPECIFICATIONS -1- SECTION 00 0101 PROJECT TITLE PAGE SPECIFICATIONS FOR PHASE 1 HERITAGE CENTER EXTERIOR RENOVATIONS&IMPROVEMENTS 1112 OAK BROOK ROAD OAK BROOK, ILLINOIS 60523 OWNER VILLAGE OF OAK BROOK 1200 OAK BROOK ROAD OAK BROOK, ILLINOIS 60523 ARCHITECT/ENGINEER KLUBER ARCHITECTS+ENGINEERS 10 S.SHUMWAY AVE'. BATAVIA, ILLINOIS 60510 END OF DOCUMENT i PROJECT NO.%1724724WSE 1 000101-1 SECTION 00 0101 Copp*2016 by KLUSER,INC.;AN Riots Reserved PROJECT TITLE PAGE SECTION 00 0107 SEALS PAGE 1.01 DESIGN PROFESSIONALS'SEALS A. ARCHITECT: B. STRUCTURAL ENGINEER: END OF DOCUMENT PROJECT NO. 1 00 0107-1 SECTION 00 0107 Copyright 20%by KLWER,INC.;AN Rights Reserved SEALS PAGE SECTION 00 0110 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS PAGES Introductory Information 000101 Prooct Title Page 000101-1-1 000107 Seals Page 000107-1-1 00 01 10 Table of Contents 000110-1-3 00 01 15 List of Drawing Sheets 000115-1-1 SPECIFICATIONS PAGES Division 01 General Requirements 011000 Summary 011000-1-2 012300 Alternates 0123 00-1-2 013000 Administrative Requirements(1 page attachment) 013000-1-6 014000 Quality Requirements 01 404)0-1-6 014100 Regulatory Requirements 014100.1-2 014200 References 014200-1-5 015000 Temporary FaMies and Controls 015000-1-3 015713 Temporary Erosion and Sediment Control 015713-1-6 016000 Product Requirements(1 page attachment) 016000-1-4 017000 Execution and Closeout Requirements 017000-1-9 01 78 00 Closeout Submittals 017800-1-5 Division 02—Existing Conditions 024100 Demolition 024100-1-4 026500 Underground Storage Tank Removal 026500-1-9 Division 03--Concrete 031000 Concrete Forming and Accessories 031000-1-4 032000 Concrete Reinforcing 032000-1-2 033000 Cast-in-Place Concrete 03 30 004-7 Division 07«Thermal and Moisture Protection 071300 Sheet Waterproofing 071300-1-4 071800; Traffic Coatings 0718 00-1-3 PROJECT NO.14-172472-PNASE 1 00 0110-1 SECTION 00 0110 Coppot 2016 by KLUBER,INC.;AN Rights Reserved TABLE OF CONTENTS 07`2100 Thermal Insulation 072100-1-2 Division 31 —Earthwork 312200 Grading 312200-1-3 312316 Excavation 312316-1-2 312323 Fill 312323-1-5 Division 33-Utilities 334600 Subdrainage 334600-1-2 END OF TABLE OF CONTENTS PROJECT 140.14-172-872 000110-2 SECTION 00 0110 Copyright 20%by KLUBER,INC.;AN Rights Reserved TABLE OF CONTENTS SECTION 00 0115 DRAWING INDEX GENERAL G100 COVER SHEET,GENERAL NOTES, SYMBOLS&DRAWING INDEX ARCHITECTURAL A210 ARCHITECTURAL DEMOLITION PLANS A310 ARCHITECTURAL FLOOR PLANS STRUCTURAL S310 STRUCTURAL PLANS,NOTES, AND DETAILS END OF DOCUMENT PROJECT N0.14-172-872-PHASE 1 00 0115-1 SECTION 00 0116 Copyright 2016 by KLUBER,INC.;AM Rights Reserved DRAWING INDEX SECTION 0110 00 SUMMARY PART 1 GENERAL 1.01 PROJECT A. Project Name: Phase 1:Heritage Center Exterior Renovation and Improvements. B. Owner's Name: Viflageofftftok. 1.02 CONTRACT DESCRIPTION A. ,Contract Type: A single prime contract based on Lump Stan contract as described in the Vie of Oak Brook Contract for the Construction of Phase 1 Heritage Center Exterior Renovations and Improvements Bid Package document. 1.03 'DESCRIPTION OF ALTERATIONS WORK A. Scope of demotion and removal work is shown on drawings and specifications. B. Scope of underground storage tank removal work is shown on drawings and specifications. C. Scope of$iterations work is shown on drawings and specifications. 1.04 WORK BY OWNER A. Outer w0l contract and/or self perform for the minor electrical,lighting,fie protection and removal of the existing condensing unit on the slab in order remove and replace the exterior slab. This eludes demolition and re-instaLition of such kerns. B. Owner w8 supply and instal the followuing: 1. Landscape restoration over excavated and tiNeed areas. 1.05 OWNER OCCUPANCY A. Owner intends to continue to occupy adjacent portions of the existing building during the entire construction period. B. Cooperate with Omw to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. 1.06 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas designated by Owner. B. Provide access to and from site as required by law and by Omer: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period;provide temporary exit signs K exit routes are temporarily aitered. 2. Do not obstruct roadways,sidewalks,or other public ways without permit. C. Existing building spaces may not be used for storage. D. Utility Outages and Shutdown: 1. Limit disruption of utility services to hours the bong is unoccupied. PROJECT NO.14172-872-PHASE 1 01 '1000-1 SECTION 4110 00 Copyright 20%by KLUBER,INC.;AN Rusts Reserved SUMMARY 2. to not disrupt or shut down life safety systems,eluding but not limited to fire alarm system, without 7 days notice to Owner and authafes having jurisdiction. 3. Prevent accidental disruption of utility services to other facilities. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION-NOT USED END OF SECTION PROJECT NO.%172-672 011000-2 SECTION 9110 CoppW 2016 by KLUBER,INC.;AN Rights Reserved SUMMARY � C SECTION 0123 00 ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Description of alternates. B. Procedures for pricing akemates. C. Documentation of changes to Contract Sum and Contract Time. 1.02 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted alternates will be identified in the Owner-Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each aftemate. 1.03 SCHEDULE OF ALTERNATES A. Alternate No. 1 -Demolish exterior concrete walls enclosing basement area where fuel tank exists. Fill excavation wfith granular fill as specified in Section 3123 23. Refer to drawings for detailed scope of work. Provide slab on grade in lieu of elevated structural slab. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION-NOT USED END OF SECTION PROJECT NO.14-172-872-PHASE 1 0123 00-1 SECTION 0123 00 Copyright 2016 by KLt18ER,INC.;AN Ruts Reserved ALTERNATES SECTION 0130 00 ADMINISTRATIVE REQUIREMENTS PART'l GENERAL 1.01 SECTION INCLUDES A. PreconstmctiDn meeting. B. Site mobilization meeting. C. Progress meetings. D. Construction progress schedule. E. ArchitectiEnger-provided CAD files. F. Number of copies of submittals. G. Submittal procedures. 1.02 RELATED REQUIREMENTS A. Section 0170 00-Execution and Closeout Requirements: Additional coordination requirements. B. Secbon 0178 00-Closeout Submittals: Project record documents. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION 3.01 PRECTRUCTIiON MEETING A. Architect/Engineer will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. Architect/Engineer- 3. Contractor. 4. Contractors of major trades as invited to attend meeting. C. Agenda: 1. Architect will prepare and provide Agenda for this meeting only. D. Architect will provide minutes and distribute copies to all participants and those affected by decisions made for this meting only. 3.02 SITE MOBILIZATION MEETING A. Architect/Engineer will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: 1. Contractor. 2. Owner. 3. Architect/Engineer. 4. Contractor's Superintendent. PROJECT NO.14-172-6724WSE 1 0130 00-1 SECTION 013000 Copyright 2016 by KLUBER,INC.;AN Rights Reserved ADMINISTRATIVE REQUIREMENTS 5. Major Subcontractors. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements and occupancy prior to completion. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey and building layout. 6. Security and housekeeping procedures. 7. Schedules. 8, Application for payment procedures. 9. Procedures for test. 10.Pmcedures for maintaining record documents. 11.Requirements for start-up of equipment. 12.1nspection and acceptance of equipment put into service during construction period. D. Record minutes and distribute copies within two days after meeting to participants,with copies to ArchkectiEngineer,Owner, participants,and those affected by decisions made. 3.03 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants,preside at meetings. C. Attendance Required: Job superintendent,major Subcontractors and suers,Owner, Architect/Engineer,as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems,and decisions. 4. Identification of problems that impede,or will impede,planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10.Coordination of projected progress. 11.Maintenance of quality and work standards. 12.Effect of proposed changes on progress schedLde and coordination. 13.Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants,with copies to Architect/Engineer,Owner,participants,and aura affected by decisions made. PROJECT NO.14-172472 013000-2 SECTION 0130 00 Copyright 2016 by KLUBER,WC.;AM Rights Reserved ADMISTRATM REOUREMENTS 3.04 CONSTRUCTION PROGRESS SCHEDULE A. Within 10 days after date of the Agreement,submit preliminary schedule defining pWM operations for the first 60 days of Work,with a general or►e for remainder of Work. B. If preliminary schedule requires revision after review,submit revised schedule whin 5 days. C. Within 5 days after review of preliminary schedule, submit draft of proposed complete schedule for review. D. Win 3 days after joint review,submit complete schedule. E. Submit updated schedule with each Application for Payment. 3.05 ARCHITECT-PROVIDED CAD FILES A. After the execution of the Contract,Architect/Engineer will provide,free of charge,upon receipt of a properly completed and signed request utilizing`Electronic Data Transfer Consent Form'at the end of this Specification Section,CAD files depictipg graphic information for the project as follows: 1. Architectural Floor Plans:Column grid,walls,floors,stairs,doors,windows,room numbers, ceiling grid,mechanical diffusers,pluming fixtures,sprinkler heads(if depicted in Bid Documents)and lights. B. 'Contractor acknowledges and accepts that the Architectural Floor Plans do not contain structural, mechanical,elect", plumbing,fire protection and other building systems information depicted in the Bidding Documents. Examples of information not contained in these files Include, but are not limited to,title blocks,keynotes,schedules,mechanical ductwork and equipment,electrical device symbols,cirwit numbers and hones runs,plumbing equipment,piping runs and riser diagrams, and amistectural/engk"ring text or details. No other CAD files,data or information will be Pro , C. Only requests from Prime Contractors will be honored. Subcontractors must obtain the files from their respective Prime Contractors. D. In submitting a request,Contractor ackr*Wedges that 1. Architect/Engineer bears no responsibility for the data or its transmission, 2. Use of the data by the Contractor or his subcontractors in no way relieves the Contractor of his obligations under the Contract, 3. Contractor is solely liable for any and all claims arising from any and all products generated by the Contractor or its Subcontractors employing the data, 4. Contractor and its Subcontractors have a limited, non-exclusive license to use the data solely in connection with the Work of the Project, and that 5. Architect/Engineer retains all rights,Including copyright,to the data. 3.06 NUMBER OF COPIES Our SUBMITTALS A. Electronic Documents: Submit one electronic copy in PDF format;an electronically-marked up file will be returned. Create PDFs at native size and right-side up;Illegible files will be rejected. Electronic submittal are preferred and are to be provided when ever possible. I i i PROJECT NO.*172-672 013000-3 SECTION 013000 Copr*t2016 by KLUBER,INC.;AN Rights Reserved ADMINISTRATIVE REQUIREMENTS B. Samples: Submit the number specified in individual specification sections;one of which will be retained by Arctftect/Engineer. 1. ;After review,produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. END OF SECTION PROJECT NO.14-172-872 013000-4 SECTION 0130 00 Copyright 2016 by KLUBER,INC.;AN Rights Reserved ADMINISTRATIVE REOUIREMENTS Kluber Architects + Engineers ELECTRONIC DATA TRANSFER CONSENT FORM Project: HERITAGE CENTER HVAC RENOVATIONS&IMPROVEMENTS 1112 OAK BROOK ROAD OAK BROOK, ILLINOIS 60523 Kluber Project: 14-172.872 Owner: VILLAGE OF OAK BROOK KLUBER, INC., an Illinois corporation, is providing electronic data to you solely at your request and for your convenience. By accepting and opening any of the electronic data files, you agree that Kluber, Inc. bears no liability for the data or its transmission to you and that you are solely liable for any and all claims referring or relating to any and all products you,or your Subcontractors, may generate with the data. You acknowledge that you hove a limited non'-exclusive license to use the information solely in connection with your work on the project captioned above, and that Kluber, Inc. retains all rights, including copyright, to the data. Acknowledged by: (Printed Name) (Signature) Company: Dote: Email: Architectural Floor Plans are transmitted for the contractors' use as backgrounds for shop drawings and as-built drawings, and,as such, contain graphic information for column grid, walls, floors, stairs,doors, windows,room numbers, ceiling grid, lights, receptacles, diffusers and sprinkler heads where indicated an Bid Documents. Plans dg_021 contain title blocks,keynotes,schedules,mechanical ductwork and equipment, electrical device symbols, circuit numbers and home runs, plumbing equipment, piping runs and riser diagrams, and architectural/engineering text and details. flans depict entire floors and are not formatted, partial plans as depicted in the Bidding Documents.Files are provided in 82007 .DWG format.) j t SECTION 0140 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Quality assurance submittals. B. Sequencing and scheduling of the work wrlh testing and irtspections. C. Control of installation. D. Tolerances. E. Testing and inspection services. 1.02 RELATED REQUIREMENTS A. Section 014100-Regulatory Requirements. B. Section 0142 00-References. 1.03 REFERENCE STANDARDS A. ASTM 01021 -Standard Practice for Laboratories Engaged in Testing of Building Sealants;2008 (Reapproved 2014). B. ASTM C1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 2014. C. ASTM D3740-Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Sol and Rock as Used in Engineering Design and Construction;2012x. D. ASTM E329-Standard Specification for Agencies Engaged in Construction Inspection,Testing,or Special Inspection; 2014x. E. ASTM E543-Standard Specification for Agencies Performing Nondestructive Testing;2013. F ASTM C39/C39M-Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens;2010. G. ASTM C109/C109M-Standard Test Method for Compressive:Strength of Hydraulic Cement Mortars(Using 2-in.or(50-mm)Cube Specimens);2008. H. ASTM C143/C143M-Standard Test Method for Slump of Hydraulic-Cement Concrete;2010x. t. ASTM C173/C173M-Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method;2010b. 1.04 SUBMITTALS A. Testing Agency Oualifications: 1. Prior to stet of Work, submit agency name,address,and telephone number,and names of fug time registered Engineer and responsive officer. PROJECT NO.14-17247243HASE 1 0140 00-1 SECTION 0140 Copyright 2016 by KLUBER,INC.;AN Rights Reserved QUALITY REOLAREMENTS i B. Design Data: Submit for ArchitectlEngineer's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed In the conbact documents,or for Owner's information. C. Test Reports: After each test/nspechon,promptly submit two copies of report to Architect/Engiow and to Contractor. 1. Include: a. Date issued. b. Project tide and number. c. Name of inspector. d. [ate and time of same ng or inqwfion. e. Identification of product and SPeCific8dws section. f. location in the Project. g. Type of tstllrtsPtron. h. Date of teftspectim. 1. Results of to spection. j. Conformance with Contract Documents. k. When requested by ArchiteebbVineer,provide interpretation of rests. D. Certificates: When specified in qua specification sections,submit certification by the manufacturer and Contactor or installation/application subcontractor to Archited/Engineer,in quantifies spud for eruct Date. 1. indicate materiat or product conforms to or exceeds wed requirements. Subn-A supporting reference data,affidavits,and certifications as appropriate. E. Manufacturer's#tstruct : When specked in k*Mual speftetion sections,submit printed Instructions for delivery,stodge,Membly,instal,start-up,adjusting, and tin y for the OWjWs bformation. tndicete special procedures,perimeter conditions requiring special attention, and special environmental criteria requ d for application or installation. 1.85 TESTING AND INSPECTION AGENCIES A. (homer will employ and pay for services of an independent testing agency to perform specitred testing and inspection,except where spcifically indicated otherwise in the Schedule of Tests and Inspections. B. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. C. Contractor Employed Agency: 1. Tesrmg )r Corgi►with requirements of ASTM E329,ASTM E543,ASTM 01021,ASTM C1077,and ASTM C1093. 2. Inspection agency: Corny with requirements of ASTM D3740 and ASTM E329. 1.06 SEQUENCING ANfl SCHEDIJUNG A. Soils Testing:As each portion of the Work is completed,notify testing rotatory to perform compaction and more density tests. PROJECT No.*172472 014000.2 SECTION 0140 00 Copyright 2016 by W.UBER,INC.;AM Rights Reserved QUALITY REWREMa ENTS 1. Test compaction of existing and placed materials no more than seven(7)days prior to placement of the next potion of the Work,and only when no rain is expected between the time of the test and the placement of the next portion of the Work. 2. Proceed promptly with additional potions of the Work orgy after satisfactory results have been verified In writing. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. M on for quality control over suppliers, manufacturers,products,services,ske conditions,and workmanship,to produce Work of specified quality. B. Comply with manufacturers'instructions,including each step In sequence. C. Should manufacturers'instructions conflict with Contract Documents,request clarification from ArchhltectfEngineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances,codes,or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure prods in place vAM positive anchorage devices designed and wed to withstand stresses,vibration,physVA distortion, and dWWement. 3.02 TOLERANCES A. Monitor fabrication and insta0ation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers'tolerances. Should manufacturers'tolerances conflict with Contract Documents, request clarification from Architect/Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.03 TESTING AND INSPECTION A. Testing Agency Duties: 1. Provide qualified personnel at site. Cooperate with Architect/Engineer and Contractor in performance of services. 2. Perform specified sampling and testing of products in accordance with sped standards. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Promptly notify Architect/Engineer and Contractor of observed irregularkies or non-conformance of Work or products. 5. Perform additional tests and inspections required by Architect/Engineer. 6. Submit repots of all tests(inspections specified. PROJECT NO.14-172472 0140 00 3 SECTION 0140 00 Copyist 2016 by KLUBER,INC.;AN Rights Reserved QUALITY REQUIREMENTS B. Limits on TesftAnspection Agency Autfi*tity: 1. Agency may not release, revoke, alter,or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. C. Contractor Responies: 1. Deliver to agency at designated location,adequate samples of materials proposed to be used that require testing,along wkh proposed rnix designs. 2. Cooperate With haboratory personnel,and provide access to the Work and to manufacturers" bollities. 3. Provide incidental labor and facilities: a. To provide access to Work to be testedtirq)ected. b. To Main and handle samples at the site or at source of Products to be testedAnspected. c. To fete lesfs/inspectiorts. d. To proves storage and cuing of test samples. 4. Notify Ardtl ngineer and laboratory 24 hogs prior to expected time for operations requiring tesbng/inspection services. 5. Employ services of an independent quatified testing laboratory and pay for additional samples, tests,and inspections,reed by Contractor beyond specified requirements. 6. Arrange with Ow 's agency and pay for additional samples,tests,and inspections required by Contractor beyond specified requirements. D. Re-testing required because of non-conformance to specified requirements shall be performed by the saute agency on instructions by ArchitectfEngineer, E. Retesting required because of non-cornformance to specified requirements sha l be paid for by Contractor. 3.44 SCHEDULE OF TESTS AND INSPECTIONS: A. Soils Testing: Owner's Testing Service. 1. Section 3123 16-Excavation and Section 3123 23-Fill: a. Test and inspect subgrades and each fill or backfiN layer. b. Bulftg pad and koting subgrades to verify design bearing capacities. Perform testing in accordance with project t soils report. c. Test compaction of soils ASTM D 1556,ASTM D 2167,ASTM D 2922,and ASTM D 2937 as applicable. d. Paved and building slab areas subgrade at least one test for every 2,500 square feet. e. Foundation baclfill compaction of initial and final layer. Perform at least one test every 200 feet. B. Concrete Testing and Inspection: Owner's Testing Service. 1. Section 03 20 00-Concrete Reinforcing: a. Inspect reinforcement for bar size,quantity,cover and support prior to casting concrete. 2. Section 03 30 00-Cast-in-Place Concrete: a. Compressive strength tests:ASTM C172 and ASTM C39. a) Samples for each day's pour greater than 5 cubic yards. Sample every 50 cuter yards. i PROJECT NO.i4-172-672 014000-4 SECTION 0140 00 QUALITY RE CopyriOt 2016 byKLUBER,INC.;An Rights Reserved C 11REt NTS i b) Sample shall consist of 4 specimens. Break schedule: l at 7 days, 2 at 28 days and final held for possible future break I directed by. c) Sly:ASTM C 143;one for each set of test cylinders. d) Air Content:ASTM C 231. e) Concrete Temperature:ASTM C 1064. f) Unit Weight:ASTM C 567. g) Take one additional cylinder during cold weather,cured on she under same conditions as the concrete it represents. 3.05 DEFECT ASSESSMENT A. Test Results: The testing agency shall report test results in writing to Archkect and Contractor Wthin 24 hours of test. B. If,in the opinion of Architect/Engineer,it is not practical to remove and replace the Work, Architect/Engineer will direct an appropriate remedy or adjust payment. END OF SECTION PROJECT NO.14-172-872 014000-5 SECTION 4140 00 CopyrW 2016 by KUIBER,INC.;AN Ruts Reserved QUALITY REOUREMENTS SECTION 014100 REGULATORY REQUIREMENTS PART 1 GENERAL 1.41 SECTION INCLUDES A. General. B. Definitions. C. Qty Assurance. D. Regulatory Requirements. 1.02 RELATED SECTIONS A. Section 0110 00-Summary. B. Section 0142 00-References. 1.43 GENERAL A. Comply vkh al apps laws,rules, regulations,codes and ordinances. B. If the Contractor observes that the Contract Documents may be at variance with specked codes, notify the Architect/Engineer mimed ately.ArchkectlErq1neeir std issue all changes in accordance e with the General Conditions. C. It shall not be the Contractor's primary responsibility to rake certain tud the Contract Documents are in accordance with all applicable laws,rides and regulations,however,when the Contractor perms work knowing or having reason to know that the work In question is c wtrary to applicable laws,rules,and regulations,and fails to notify the Architect/Engirxw,the Contractor shall pay all costs arising#weirom. 1.04 DEFINITIONS A. Definitions: 1. Codes: Codes are statutory requirerents,rules or regulations of goverrmiental entities. 2. Standards: Standards are requirements that have been established as accepted criteria,set general consent. 1.05 QUALITY ASSURANCE A. The Architect/Engineer has designed the project to applicable code requirements and has copies of said codes avallable for the Contractor's motion. B. The Contractor shall: 1. Ensure that copies of codes and standards referenced herein or specified in individual . specifications sections are available to Contractor's personnel,agents,and Sub-Contractors. 2. Ensure that Contractor's personnel,agents,and Sub-Contractors are familiar with the workmanship and requirements of applicable codes and standards. i I i PROJECT 140.14-172-8724NASE 1 014100-1 SECTION 014100 Copyright 2016 by KLUBER,PC.;AN Rights Reserved REGULATORY REOUIREMENTS G 1.06 REGULATORY REQUIREMENTS A. Source and Requirements: Verify amendments with local code officials. 1. Local code requirements: a. ICC International Building Code,2009 Edition,with local amendments. b. ICC International Mechanical Code, 2009 Edition,with local amendments. c. ICC Intemational Plurnbing Code, 2009 Edition,with local amendments. d. ICC International Fuel Gas Code,2049 Eden,with local amendments. e. ICC international Fire Code 2009 Edition,with local amendments. f. ICC International Property Maintenance Code, 2009 Edition,with local amendments. g. ICC International Existing Buildings Code, 2049 Edition,with local amendments. h. National Electrical Code, 2008 Edition,with local arnendrnents. 2. State code requirements: a. Capitol Development Board(CDB): a) Illinois Accessibility Code, 1997 Edition. b) ICC INtemational Energy Conservation Cade,2012 Edition. b. Illinois Department of Labor(IDOL): Safety Glazing Materials Act-ibis Revised Statutes, chap. 1111/2,paragraph 3101,et seq. c. Ilknois Department of Public Ie h(IDPH): a) MrKo s Plumbing Code( rxis Administrative Code,Tile 77, Chapter I, Subchapter Part 894),with local amendments. d. Illinois Environmental Protection Agency(IEPA): a) Air-Pollution Standards. b) Noise Pion Standards. c) Water Pollution Standards. d) Pubic Water Supplies e) Solid Waste Standards. f) Illinois Recommended Standards for Sewage Work. e. ffinois State Fire Marshal(OSFM): a) Boiler&Pressure Vessel Safety Code(Illinois Administrative Code,Tide 44,Chapter I, Part 120). b) Illinois Rules&Regulations for Fire Prevention&Safety(as amended). c) Gasoline and Volatile Oils(lllinois Revised Statutes,chap. 171/2,paragraph 31,et seq.). 3. Information and Requirements for Utility Services: Local utility companies. PART 2 PRODUCTS-NOT USED PART`3 EXECUTION-NOT USED END OF SECTION PROJECT NO.14472-872 014100-2 SECTION 014100 CoppW 2016 by KLUBER,INC.;AN Rights Reserved REGULATORY REQUIREMENTS SECTION 0142 00 REFERENCES PART1 GENERAL 1.01 SECTION INCLUDES A. Drawing symbols,abbreviations and acronyms. B. Definitions of terms used throughout the Contract Documents. C. Explanation of specification format and content. D. Requirements ruing to referenced standards. E. Applicability of r�el+eranced standards. F. List of industry organizations and certain of their respective documents. 1.02 DRAM SYMBOLS AND CONVENTIONS A. Abbreviations and graphic symbols are defined on the General Notes,Symbols&Abbreviations sleet of the drawings, B. Generally,symbols used on One mechanical and electrical drawings conform to those recommended by ASHRAE,though,where appropriate,these symbols are supplemented by more specific symbols as recommended by ASME,ASPS,or the IEEE. 1.03 DEFINITIONS A. Where the terms'indkated*,'noted","scheduled","shown or"specifed'are used it is to help locate the reference; no limitation on location is intended except as speci0celly noted. B. Where the terms"directed "requested"," ed",'approved",are used as in'drected by the Architect/Engineer',no ended meaning sly be construed to extend the ArchitectiEngineees responsibilities into the Contracto's purview of construction supervision. C. Where the term"approved"is used in conjunction with the Archi#ecttEngineees action on submittals,requests or applications ft is limited to the duties of the ArchitectlEngineer as described in the Agreement, and the General and Supplemental Conditions of the Contract.Such use of the term"approval"shall not limit or release the Contractor from his responsibility to fulNl Contract requirements. D. Where the term'regulations*is used it means all applicable statutes,laws,ordinances,and orders issued by authorities having jurisdiction,as well as construction industry standards,rules,or conventions that dress performance of the Work. E. Where the term"furnish"Is used it means supply,deliver,and unload to the constriction site ready for assembly and incorporation into the Work. F. Where the term"Install'Is used it is meant to describe operations at the job site to include unloading,assembling, placing,anchorng,finishing,protecting,cleaning and all other similar operations required to fully Incorporate an kern No the Work. G. Where the term Vrovide"is used k means"fumish and Wall'as defined above. i i PROJECT NO.14-172-872-FHASE 1 014200-1 SECTION 0142 00 Copy W 2016 by KLUBER,INC.,AM Ruts Reserved REFERENCES H. The"Project Site"is the space available to the Contractor for performance of constriction activities.The Project Site may be for the exclusive use of the Contractor and his activities or may be used in conjunction with others with others performing other construction or related activities on the Project.The Extent of the Project Site is indicated on the drawings. 1.04 SPECIFICATION FORMAT AND CONTENT A. These Specifications are based on tlx:Construction Specification Institute's 49 Division format and numbering system. B. Language used in the Specifications and other Contract Documents is an abbreviated type. Implied wards and meanings will appropriately interpreted. C. Requirements expressed in imperative and streamlined language are to be performed by the Contractor.At certain locations in the text, subjective language may be used to describe responsibilities that must be fulfilled indirectly by the Contractor or others. 1. Whenever a colon(:)us used within a sentence or phrase, it shall be construed to man the words"shall be". D. Use of certain terms such as"carpentry"is not intended to imply that certain activities must be performed by accredited or unionized individuals of a corresponding generic name.The Specifications do, however,require that certain construction actives shall be performed by specialists who are recognized experts in the operations to be performed. Specialists shag be used for said activities,however the final responsibility for fa ng the requirements of the Contract remains the Contractor's. 1.05 QUALITY ASSURANCE A. For products or workmanship specified by reference to a document or documents not Included in the Pmject Manual,also referred to as reference standards,comply with requirements of the standard,except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue specified in this section,except where a specific date is established by applicable code. C. Obtain copies of standards when required by the Contract Documents. D. Maintain copy at project site during submittals, planning,and progress of the specific work,until Substantial Completion. E. Should specified reference standards conflict with Contract Documents,request clarification from tlx:Archkeet/Engineer before proceeding. F. Neither the contractual relationships,duties,or responsibilities of the parties in Contract nor those of the Architect/Engineer shall be altered by the Contract Documents by mention or Inference otherwise in any reference document. 1.06 APPLICABILITY OF INDUSTRY STANDARDS A. Construction industry standards shall have the same force and effect as If bound or copied directly in the Contract Documents,except where more stdWnt requirements are specified.AN such applicable standards are made a part of the Contract Documents by reference. PROJECT NO.14-172-872 014200-2 SECTION 0142 00 Copyright 206 by KLUBER,INC.;AM Rights Reserved REFERENCES 1. Where compliance with two or more standards are referenced and conflicting requirements for quality or quantities occur,comply with the more stringent requirements. Refer questions regard apparently con"standards to the Architect for a decn before proceeding. 2. The standard of quay or quantity levels specified,shown,or referenced shall be the minimum to be provided or performed.Refer questions regarding standards of mWmum quality or quantity to the Architect before priming 1.07 CONSTRUCTION INDUSTRY ORGANIZATIONS AND DOCUMENTS A. AA-ALUMINUM ASSOCIATION, INC. B. AABC--ASSOCIATED AIR BALANCE COUNCIL C. AAMA—AMERICAN ARCHITECTURAL MANUFACTURERS ASSOCIATION D. AASHTO--AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS E. ACI AMERICAN CONCRETE INSTITUTE INTERNATIONAL F. RISC--AMERICAN INSTITUTE OF STEEL CONSTRUCTION,INC. G. ANSI—AFRICAN NATIONAL STANDARDS INSTITUTE H. ASHRAE—AMERICAN SOCIETY OF HEATING,REFRIGERATING AND AIR-CONDITIONING ENGINEERS, INC. 1. ASME-THE AMERICAN SOCIETY OF MECHANICAL ENGINEERS 1. ASME A17.1 -Safety Code for Elevators and Escalators;2004. J. ASTM-AMERICAN SOCIETY FOR TESTING AND MATERIALS K. AWI—ARCHITECTURAL WOODWORK INSTITUTE L. AWPA-AMERICAN WOOD-PRESERVFERV ASSOCIATION M. AWS-AMERICAN WELDING SOCIETY N. BHMA--BUILDERS HARDWARE MANUFACTURERS ASSOCIATION 0. BIA-BRICK INDUSTRY ASSOCIATION P. BOCA—BUILDING OFFICIALS&CODE ADMINISTRATORS INTERNATIONAL, INC. 0. CPSC CONSUMER PRODUCTS SAFETY COMMISSION R. DHI-DOOR AND HARDWARE INSTITUTE S. DIN-DEUTSCHES INSTITUT FUR NORMUNG T. ,FM FACTORY MUTUAL RESEARCH CORPORATION U. ICC—INTERNATIONAL CODE COUNCIL,INC. V. IEEE-INSTITUTE OF ELECTRICAL.AND ELECTRONIC ENGINEERS W.ISO-INTERNATIONAL STANDARDS ORGANIZATION i PROJECT NO.'14472-872 014200.3 SECTION 0142 00 4 CqyW 2016 byKLUBER,INC.;AN Ruts Reserved REFERENCES X. MFMA—MAPLE FLOORING MANUFACTURERS ASSOCIATION Y. NAAMM—THE NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS Z. NCMA NATIONAL CONCRETE MASONRY ASSOCIATION AA. NEBB—NATIONAL ENVIRONMENTAL BALANCING BUREAU AB. NEMA NATIONAL ELECTRICAL.MANUFACTURERS ASSOCIATION AC. NFPA—NATIONAL FIRE PROTECTION ASSOCIATION AD. NRCA--NATIONAL ROOFING CONTRACTORS ASSOCIATION AE. PCI--PRECASTI!PRESTRESSED CONCRETE INSTITUTE AF. SDI STEEL DOOR INSTITUTE AG. SDI—STEEL DECK INSTITUTE, INC. AH. SGCC—SAFETY GLAZING CERTIFICATION COUNCIL Al.SIGMA-SEALED INSULATING GLASS MANUFACTURERS ASSOCIATION(See IGMA) AJ.SJL STEEL JOIST INSTITUTE AK. SMACNA—SHEET METAL AND AIR CONDITIONING CONTRACTORS'NATIONAL ASSOCIATION, INC. AL. SSPC—THE SOCIETY FOR PROTECTIVE COATINGS AM. TCA—TILE COUNCIL OF AMERICA, INC. AN. UL UNDERWRITERS LABORATORIES INC. A0. USG-UNITED STATES GYPSUM 1. USG(HB)-Gypsum Construction Handbook; Seventh Edition. AP. WWPA-WESTERN WOOD PRODUCTS ASSOCIATION 1.08 UNITED STATES GOVERNMENT AND RELATED AGENCIESIDOCUMENTS A. CFR—CODE OF FEDERAL REGULATIONS B. CPSC—CONSUMER PRODUCTS SAFETY COMMISSION C. EPA--ENVIRONMENTAL PROTECTION AGENCY D. FS--FEDERAL SPECIFICATIONS AND STANDARDS(General Services Administration) E. GSA U.S.GENERAL SERVICES ADMINISTRATION F. USGS-UNITED STATES GEOLOGICAL SURVEY 1.09 STATE GOVERNMENT AND RELATED AGENCIESIDOCUMENTS A. CDB—ILLINOIS CAPITAL DEVELOPMENT BOARD B. IDOL-ILLIN04S DEPARTMENT OF LABOR PROJECT NO.14-172-872 014200-4 SECTION 0142 00 Copyright 2016 by KLUBER,INC.;M Rights Reserved REFERENCES C. WH-ILLINOIS DEPARTMENT OF PUBLIC HEALTH D. IEPA-ILLINOIS ENVIRONMENTAL PROTECTION AGENCY E. OSFM-OFFICE OF THE ILLINOIS STATE FIRE MARSHAL. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION-NOT USED END Of SECTION PROJECT NO.14-172472 014200-6 SECTION 4142 Copyright 2016 by KLU ER,INC.;AN Rights Rewved REFERENCES i E SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary mss. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: Barriers,enclosures,and fend. E. Security requirements. F. Vehicular access and parking. G Waste removal facilities and services. 1.02 TEMPORARY UTILITIES A. Owner will provide the following: 1. Electrical power and metering,consisting of connection to existiN facilities. 2. Water supply,consisting of connection to existing facilities. B. Existing facilities may be used. C. Use trigger-operated nozzles for water hoses,to avoid waste of water. 1.03 TELECOMMUNICATIONS SERVICES A. Provide, maintain,and pay for telecommunications services to field office at time of project mobilization. B. Telecommunications services shall include: 1. Cellular Phone: She Superintendent, Project Manager and all sub-contractors are required to Carry mobile cell phones. 2. Email: AccourWaddress reserved for project use. 1.04 TEMPORARY SANITARY FACILITIES A. Use of existing facilities located at Heritage Center is permitted. B. Maintain daily in clean and sanitary condition. C. At end of construction, return facilities to same or better condition as originally found. 1.05 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas,to prevent access to areas that could be hazardous to workers or the public,to allow for owner's use of she and to protect existing facilities and adjacent properties from damage from construction operations and demolition. PROJECT NO.14-172-872-PHASE 1 0150 00-1 SECTION 0150 00 Copr gP►t 2016 by KLUBER,INC.;AN Rights Reserved TEMPORARY FACILITIES AND CONTROLS B. Provide bankades and covered walkways required by governing authorities for public rights-of-way. C. Provide protection for plants designated to remain. Replace damaged per. D. Protect non-owned vehicular traffic,stored materials,site,and structures from damage. 1.06 FENCING A. Construction: Commercial grade chain kink fence. B. Provide 6 foot high fence around construction site;equip with vehicular and pedestrian gates with locks, 1.07 EXTERIOR ENCLOSURES A. Provide temporary weather tight closure of exterior openings to accommodate acceptable working conditions and protection for Products,to allow for temporary heating and maintenance of required ambient temperatures identified in Individual specification sections,and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. 1.08 INTERIOR ENCLOSURES A. Provide temporary partitions as requited to separate work areas from Owner-occupied areas,to prevent penetration of dust and moisture into Owner-occupied areas,and to prevent damage to exists materials and equipment, B. Construction: Framing and reinforced polyethylene street materials with closed'pints and sealed edges at Intersections with existing surfaces: 1.09 SECURITY A. Provide security and facilities to protect Work,existing facilities,and Owner's operations from unauthorized entry,vandalism,or theft. B. Coordinate with Owner's security program. 1.10 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks,access to emergency facilities, and access for emergency vehicles. B Coordinate access and haul routes with governing authorities and Owner. C. Provide and maintain access to fire hydrants,free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. 1.11 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with Ids Remove trash from site periodically. PROJECT No.14-172-872 015000-2` SECTION 0150 00 Copyl#d 2016 by KLWER,INC.;AM Rifts Reserved TEMPORARY FACILITIES AND CONTROLS j C. If materials to be recycled or re-used on the project must be stored on-ske, provide suitable non-combustible containers;locate containers homing flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free-fall chutes are not permitted. Terrninate used chutes into appropriate containers with lids. 1.12 REMOVAL OF UTILITIES,FACILITIES,AND CONTROLS A. Remove temporary utilities,equipment,facilities, materials,prior4o Substantial Completion Inspection. S. Remove underground installations to a mirWmum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to oral condition. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION-NOT USED END OF SECTION PROJECT NO.14-172-872 015000-3 SECTION 0150 00 Copyright 2016 by KLUBER,W.;Al Rights Reserved TEMPORARY FACILITIES AND CONTROLS SECTION 015713 TEMPORARY EROSION AND SEDIMENT CONTRA PART 1 GENERAL 1.01 SECTION INCLUDES A. Prevention of erosion due to constnxxction activities. B. Prevention of seftwtation of waterways,open drainage ways,and storm and smeary sewers due to construction actiwites. C. ResWation of areas eroded due to insufficient preventive measures. D. Compensation of Owner for des levied by authorities having jurisdiction due to non-compliance by Contractor. 1.02 REFERENCE STANDARDS A. ASTM D4355-Standard Test Method for Deterioration of Geotextes by Exposure to Eight, Moisture,and Neat in a Xenon Arc Type Apparatus;2007. B. ASTM D4491-Standard Test Methods for Water Permeability of Geotextiies by Permittivity; 1999a (Reapproved 2009). C. ASTM D4533-Standard Test Method for Trapezoid Tearing Strength of Geotextiies;2011. D. ASTM D4632-Standard Test Method for Grab Breaking Load and Elongation of GeoteXtiles; 2€305. E. ASTM D4751 -Standard Test Method for DetermMing Apparent Opening Size of a Geotextile; 2012. F. ASTM D4873-Standard Gum for Identification, Storage,and Hanging of Geosynthetic Rod and Samples;2002(Reappoved 2009). G. EPA(NPDES) National Pollutant Discharge Elimination System(NPDES),Construction General Permit;current of t. 1.03 PERFORMANCE REQUIREMENTS A. Comply with all requirements of U.S.Environmental Protection Agency for erosion and sedimentation control,as specified for the National Pollutant Discharge Elimination System (NPDES), Phrases I and II,under requirements for the 2003 Construction General Permit(CGP). B.`Develop wW follow an Erosion and Sedsnentation Preverdion Plan and submit periodic Inspection reports. C. Do not begin clearing,grading,or other work Involving disturbance of ground surface cover until applicable permits have been obtained;furnish all documentation required to obtain applicable permits. 1. Obtain and pay for permits and provide security required by authority hawing jurisdiction. D. Timing: Put preventive measures In place as soon as possible after disturbance of surface cover and before prec4*ation occurs. PROJECT NO.14-172.872-WAM 1 015713-1 SECTION 015713 Copfl%IM 2016 by KUSER,INC.;AN Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL E. Storm Water Runoff: Control increased storm water runoff due to disturbance of surface cover due to construction activities for this project. 1. Prevent runoff into stem and sanitary sewersystems,including open drainage chaffs,in excess of actual capacity or amount slowed by authorities having jurisdiction,whichever is less 2. Anticipate runoff volume due tothe most extreme short term and 24-hour rainfall events that might occur in 25 years. F. Erosion On Site: Minimize wind,water,and vehicular erosion of soil on project site due to construction activities for this project. 1. Control movement of sediment and soil from temporary stockpiles of soil. 2. Prevent devebprnent of ruts due to equipment and vet traffic. 3. If erosion occurs due to non-compliance with these requirements,restore eroded areas at no cost to Owner. G. Erosion Off Site: Prevent erosion of soil and deposition of sediment on other properties caused by water leaving the project ske due to construction activities for this project. 1. Prevent windblown soil from leaving the project site. 2. Prevent tracking of mud onto public roads outside site. 3. Prevent Trod and sediment from mowing onto sidewalks and pavements. 4. If erosion occurs due to non-compliance with these requirements,restore eroded areas at no cost to Owner. H. Sedimentation of Waterways On Site: Prevent sedimentgon of waterways on the project site, including rivers,streams,lakes, ponds,opera drainage ways,stem sewers,and sanitary sewers. 1. N sedimentation occurs, Install or correct preventive measures immediately at no cost to Owner,remove deposited sediments;comply with requirements of authorities haves j{urlsdicbm. 2. If irk basins are used as temporary preventive measures,pomp dry and remove deposited sedirrrent after each storm. I. Sedimentation of Waterways Off Site: Prevent sedimentation of waterways off the project site, Ming rivers,streams, lakes,ponds,open drainage ways,storm sewers,and sanitary sewers. 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to Owner; remove deposited sediments;comply with requirements of authorities having jurisdiction. J. Open Water: Prevent standing water that could become stagnant. K. Maintenance: Maintain temporary preventive measures until permanent measures have been established. 1.04 SUBMITTALS A. See Section 0130 00-Administrative Requirements,for submittal procedures. B. Erosion and Sedimentation Corgi Plan: 1. Submit not less than 30 days prior to anticipated start of clearing,grading, or other work involving disturbance of ground surface cover. PROJECT NO.14-172-872 015713-2 SECTION 0157 13 Copal W 2016 by KLIM3ER,INC.;AN Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL 2. Include: a. Site Man identifying sod and vegetation,existing erosion problems,and areas vulnerable to erosion due to topography;soils,vegetation,or drainage. b. Site plan shoving grading;new improvements;temporary roads,traffic accesses,and other temporary construction;and proposed preventive Treasures. c. Where extensive areas of soil YAP be disturbed,Include storm water flow and volume calculations,soil loss predictions,and proposed preventive measures. d. Schedule of temporary preventive measures, in relation to ground disturbing activities. e. Other information required by law. f. Format required by law is acceptable,provided any additional information specified is also included. 3. Obtain the approval of the Plan by authorities having juris&Wn. 4. Obtain the approval of the Plan by Owner. C. Certificate: Mill cefficate for silt fence fabric attesting that fabric and factory seams comply with specified requirements,signed by legally authorized official of manufacturer;indicate actual minimum average roll values;identify fabric by roll identification numbers. D. Inspection Reports: Submit report of each'inspection;identify each preventive measure,indicate condition,and specify maintenance or repair required and accomp :d. PART 2 PRODUCTS 2.01 MATERIALS A. Mulch: Use one of the k&m t: 1. Straw or hay. 2. Erosion control matting or netting. B. Grass Seed For Teary Cover: Select a species appropriate to climate, planting season,and Intended purpose. If same area all later be planted with permanent vegetation,do not use species known to be excessively competitive or prone to volunteer in subsequent seasons. C. Sit fence Fabric: Polypropylene geotextile resistant to common soil chemicals,mildew,and insects;non-biodegradable;in longest lengths posses;fabric ceding seams with the following minimum average roll lengths: 1. Average Opening Size: 30 U.S.Std. Sieve,maximum,when tested In accordance with ASTM D4751. 2. Permittivity: 0.05 sec"-1, minimum,when tested in accordance with ASTM 134491. 3. Ultraviolet Resistance: Retaining at least 70 percent of tensile strength,when tested in accordance with ASTM D4355 after 500 hours exposure. 4. Tensile Strength: 100 lb-f, minimum,in cross-machine direction; 124 1134,minimum,in machine direction;when tested In accordance with ASTM 04632. 5. Elongation: 15 to 30 percent when tested In accordance with ASTM D4632. 6. Tear Strength: 55 lb-f,m um,:when tested in accordance with ASTM 134533. 7. Color: Manufacturer's standard,with embedment and fastener fines preprinted. D. Silt Fence Posts: One of the Mowing, minimum 5 feet long: 1. Steel U-or T-section,with minimum mass of 1.33 lb per linear foot. PROJECT NO.14-172-872 015713-3 SECTION 015713 Copyright 206 by KUSER,INC.;AN Fits Reserved TEMPORARY EROSION AND SEDIMENT CONTROL 2. Softwood,4 by 4 inches in cross sectlon. PART 3 EXECUTION 3.01 EXAMINATION A. Examine site and identify exists features that contribute to erosion resistance;Main such existing features to greatest extent possible. 3.02 PREPARATION A. Schedule work so that soil surfaces are left exposed for the w"num amount of time. 3.03 SCOPE OF PREVENTIVE MEASURES A. in all cases,K permanent erosion resistant measures have been installed temporary preventive measures are not required. B. Construction Entrances: Traffic-bearing aggregate surface. 1. Width: As required;20 feet,minimum. 2. Length: 50 feet,mirnlmurn. 3. Provide at each construction entrance from public right-of-way. 4. Where necessary to prevent tracking of mud onto right-4way,provide wheel washing area out of direct traffic lane,with drain into sediment trap or basin. C. Linear Sediment Barriers: Made of silt fences. 1. Provide linear sediment barriers: a. Along downhill perimeter edge of disturbed areas, incixfing soil stockpks. b. Along the top of the slope or top bank of drainage channels and swaies that travwse disturbed areas. c. Along the toe of cut slopes and fig slopes. d. Perpendicular to flow across the bottom of existing and new drainage channels and swales that traverse disturbed areas or carry nn-off from disturbed areas;space at r naximum of 200 feet apart. e. Across the entrances to culverts that receive runoff from disturbed areas. 2. Space sediment barriers with the following maximum ape length upslope from barrier: a. Slope of Less Than 2 Percent: 100 feet. b. Slope Between 2 and 5 Percent: 75 feet. c. Slope Between 5 and 10 Percent: 50 feet. d. Slope Between 10 and 20 Percent: 25 Wit. e. Slope Over 20 Percent: 15 feet. D. Storm Drain Curb Inlet Sediment Trap: Protect each curb inlet using one of the following measures: 1. Filter fabric wrapped around hollow concrete blocks blocking entire irdet face area;use one piece of fabric wrapped at least 1.1/2 times around concrete blocks and secured to prevent dislodging;orient cores of blocks so runoff passes into inlet. 2. Straw bale row blocking entire inlet face area;anchor into pavement. E. Storm Drain Drop Inlet Sediment Traps: As detailed on drawings. PROJECT NO.14472-872 016713-4 SECTION 015713 Copye#t 2016 by KLUBER,INC.;AN Rights Reserved TEMPORARY EROSION AND SEDIMENT CONTROL F. Temporary Splash Pads: Stone aggregate over filter fabric; size to suit application;provide at downspout outs and storm water outs. G. Sol Stockpiles: Protect using one of the Wowing measures: 1. Cover with polyethylene film,secured by placing soli on outer edges. 2. Cover with mulch at least 4 Inches trackness of pine needles,sawdust,bark,wool chips,or shredded leaves,or 6 Inches of straw or hay. M. Mulching: Use orgy for areas that may be subjected to erosion for less than 6 rnonthe. 1. Temporary Seems: Use where temporary vegetated cover is required. 3.44 INSTALLATION A. Sit Fences 1. Store XW handle fabric in amrdance with ASTM 134873. 2. Where slope gradient is less than 3:1 or barriers will be In place less than 6 months,use rornirial 16 Inch high bags with minenUm 36 Inch posts spaced at 6 feet maxtrnu t,with fabric embedded at least 4 inches In ground. 3. Where slope gradient is steeper than 3:1 or barriers will be in place over 6 rrnths, use nominal 28 inch high barriers,minimum 48 inch long posts spaced at 6 feet maximum,with fabric embedded at least 6 Inches in ground. 4. Where slope gradient is steeper than 3:1 and vertical heist of slope between barriers is more than 20 feet, use Vital 32 inch high barriers with woven wire reinforcement and steel posts spaced at 4 feet maximum,with fW*embedded at least 6 inches In ground. 5. Install with top of bbdc at nominal height and embedment as specified. 6. Embed bottom of fabric in a trench on the upslope site of Wice,with 2 kxx w of fabric laid flat of bottom of trench facing upslope;backlill trench and compact. 7. Do not splice fabric width;minimize splices In fabric length;splice at post only,overlapping at least 16 Inches,with extra post. 8. Fasten fabric to wood posts using one of the Wowing: a. Four rtls per post with 314 inch diameter flat or button head, l inch",and 14 gage, 0.083 Inch shank diameter. b. Five staples per post with at least 17 gage,0.0453 inch wire, 3l4 inch crown width and 1l2 inch kurg legs. 9. Fasten fabric to steel posts use wire,nylon cord,or integral pockets. 10.Wherever runoff will flow around end of barrier or over the top,proves temporary splash pad or other outlet protection;at such outlets In the run of the barrier, make barrier riot more than 12 Inches tgh with post spacing not more than 4 feet. B. Mulching Over Large Areas: 1. Dry Straw and Hay: Apply 2-1/2 tons per acre;anchor using dull disc harrow or emulsified asphalt applied using same spraying machine at 100 gallons of water per tan of mulch. 2. Erosion Control Matting: Comply with manufacturer's Instructions. C. Mulching Over Small and Medlurn Areas: 1. Dry Straw and Hay: Apply 4 to 6 Indies depth. 2. Erosion Control NWtfmg: Comply with manufacturer's Instructions. PROJECT NO. 44-172472 015713-5 SECTION 015713 Coprot 2016 by KUSER,INC.;AN RV is Resented TEMPORARY EROSION AND SEDIMENT CONTROL D. Temporary Seeding: 1. When hydraulic seeder is used,seedbed preparation is not regttired. 2. When surface soil has been seated by rainfall or consists of smooth undisturbed cut slopes, and conventional or manual seeding is to be used,prepare seedbed by scarifying sufficiently to allow seed to lodge and germinate, 3. If temporary mulching was used on planting area but not removed,apply nitrogen fertilizer at'1 poLmd per 1000 sq ft. 4. On sod of very low fertility,apply 10-10-10 fertilizer at rate of 12 to 16 pounds per 1,000 sq ft. 5. Incorporate fertilizer Into sod before seeding. 6. Apply seed imiformlyy, if using drill or cultipacker seeders place seed 1/2 to 1 inch deep deep. 7. Irrigate as required to thoroughly wet soil to depth that will ensure germination,without causing runoff or erosion. 8. Repeat irrigation as required until grass is estabrisW. 3.05 MAINTENANCE A. Inspect preventive measures weekly,within 24 hours after the end of any stem that produces 0.5 inches or more rainfall at the project site,and daily during prolonged rainfall. B. Repair deficiencies immediately. C. Silt Fences: 1. promptly replace fabric that deteriorates unless need for fence has passed. 2. Remove silt deposits that exceed one-Third of the height of the fence. 3. Repair fences that are undercut by runoff or otherwise damaged,wheftner by runoff or other causes. D. Clean out temporary sediment control structures weekly and relocate soil on site. E. Dace sediment in appropriate locations out ske;do not remove from site. 3.06 CLEANUP A. Remove temporary measures after permanent measures have been installed, unless permitted to remain by Architect/Engineer. B. Clean out temporary sediment control structures that are to remain as permanent measures. C. Where removal of temporary measures wed leave exposed soil,shape surface to an acceptable grade and finish to match adjacent ground surfaces. END OF SECTION PROJECT NO.14-172472 015713-6 SECTION 01 5713 CqyflW 2016 by KLUBER,INC.;AN Riffs Reserved TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General product mquirements. R B. Fie-use of existing products. C. Transportation,handling,storage and protection. D. Product option requirements. E. Substitution Nmftetlons and procedures. F. Maintenance materials,including extra matte,spare parts,tools,and software 1.02 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models,options,and other data. Supplement manufacturers' standard data to provide information specific to this Project B. Shop Drpwing S iittals: Prepared specifically for this Project;indilcate utility and electrical characteristics,utility connection requirements,and location of utility outlets for service for functional eqWprwt and fiances. C. Sam*Submittals: Illustrate functional and aesthetic characteristics of the product,with Integral parts and aftachirwr4 devices.Coordinate sample submittals for Interfacing work. 1. For selection from standard finishes,submit samples of the full range of the manufacturer's standard cogs,textures,and patterns. PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A. Do not use materials and equipment removed from existing premises unless spedfically required or permitted by the Contract Documents B. Unforeseen hlatoric items encountered remain the property of the Owner;notify Owner promptly upon discovery;protect,remove,handle, and store as directed by Owner. C. Existing materials and equipment Indicated to be removed,but not to be re-used,relocated, reinstalled,delivered to the Owner,or otherwise indicated as to remain the property of the Owner, become the property of the Contractor;remove from site. D. Paused Products: Reused products Include materials and equipment previously used in this or other construction,salted and refurbished as specified. 2.02 NEW PRODUCTS A. Provide new products unless spec tally required or permitted by the Contract Documents. B. Designed,manufactured,and tested in accordance with industry standards. PROJECT NO.U-172472-WASE 1 016000-1 SECTION!0160 Copyright 2016 by NLUBER,W.:AN Rights Reserved PRODUCT REQl6REMENTS 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. S. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications,no options or substitutions slowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Fumish extra materials, spare parts,tools,and software of types and in quantities specked in individual specification sections. B. Deliver to Protect site and place in location directed by Owner's representative;obtain Owner's signature on receipt for delivery prior to final payment. Subunit signed receipts with Closeout Submittals. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Substitutes Prior To Bid Opening: 4 will consider a written request for substitution provided that such request is received at least 6 days prior to the Bid opening date.Requests received after that time wd not be considered. If a request is approved,the 4 Q issue and appropriate addendum not less than 5 days prior to the Bid opening date. B. Substitutions After Notice of Award: will consider a request for substitution only under one or more of die folowing conditions: 1. Substitution is required for compliance with final interpretation of code requirements or insurance regulations. 2. Specified product is not available through no fault of the Contractor. 3. Specified product is not compatible with other specified materials/equipment. 4. Manufacturer will not certify or warranty specified eruct as required. C. Document each request utilizing Substitution Request Form folowing this section with complete data substantiating compliance of proposed substitution with Contract Documents. Incomplete requests will not be considered. D. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. WW coordinate installation and make changes to other Wok 11hat may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner for Architect/Engineer review or redesign services associated with re-approval by authorities harms jurisdiction over the Project. PROECT NO.114-172-872 016000-2 SECTION 0160 00 Copyright 2016 by KLUBER,INC.;AN Ruts Reserved PRODUCT REQLHREMENTS i E. Substitutions of Products or Product charecteftwsMomponents/accessones will not be considered when they are indicated or implied on Contractor's submittals,without separate written request,or when acceptance will require revis M to the Contract Documents,whether rejection of said subsititutions is expressly identilled by on Contractors submittals or not. F. substitution Submittal Procedure: 1. Submit two copies of request for substitution for consideration. Submit a separate Substitution Request Form and accompanying documentation for each proposed substitution. 2. Provide the foliming minimum documentation with each Substitution Request Form: a. Product idendficatran,manufacturer, product data including dimensions and weight, performance and installation ins#uctbns. b. SK"y de itemized comparison of proposed substitution with specified product. c. Coordination information including otter modifications refitted as a result of proposed substitution. d. Cost information k0Aing the effect of the proposed substitution on the Contract Sum. 3. Sign and date the Substitution Request Form. 4. ArchkecMngineer will notify submitter in writing of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A. Coordinate s&*dule of product delivery to designated prepared areas in order to min size site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufaoturees instructions. C. Transmit materials in covered trucks to prevent contamination of product and litters of surrounding&MRS. D. Promptly inspect shunts to ensure t#W products comer with requirements,quantities are correct,and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling,disfigurement, or damage. F. Arrange for the return of paining materials,such as good pallets,where economically feasible. 3.03 STORAGE AND PROTECTION A. Designate receiving/storage areas for oncoming products so that they are delivered according to installation mule and placed convenient to work area In order to minirnize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers'instructions. C. Store with seals and labs intact and legible, D. Store sensitive products in weather tight,climate controlled,enclosures in an environment favorable to product. E. For exterir storage of fabricated products, place on sloped supports above ground. PRWECT NO.*172-872 016000-3 SECTION 0160 00 Copyright 2016 by KLUBER,INC;M Rights Reserved PRODUCT REWREMENTS i F. Provide wed off--site storage and protection when site does not permit on-site storage or protection. G Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. H. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. t. Prevent contact with material that may cause corrosion,discoloration,or stair. J. Provide equipment and personnel to stare products by methods to prevent soiling,disfigurement, or damage. K. Arrange storage of products to permit access for inspection.Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION PROJECT NO.%172-872 016000-4 SECTION 0160 00 Copyright 2016 by nUBER,INC.;All Rights Reserved PRODUCT REQLHREMENTS I SUBSTITUTION'REQUEST FORM TO: PROJECT: SPECIFIED ITEM: Section Page Paragraph Description The undersigned requests consideration of the following: PROPOSED SUBSTITUTION: Attached data includes project description, specifications, drawings, photographs, performance and test data adequate for evaluation of the request;applicable portions of the data are clearly identified. Attached data also includes a description of changes to the Contract Documents which the proposed substitution will require for its proper installation, The undersigned certifies that the following paragraphs, unless modified by attachments,are correct: I. The proposed substitution does not affect dimensions shown on drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detoilings and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades, the construction schedule, or specified warranty requirements. 4. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item. Signature For use by the design consultant' Firm (j Accepted j j Accepted as noted Address (j Not Accepted Received too late By: Dote Date Telephone Remarks Attachments: SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART/ GENERAL 1:01 SECTION INCLUDES A. Examination, preparation,and general installation procedures. B. Pre-installation meetings. C. Cuffing and patching. D. Surveying for laying out the work. E. Cleaning and protection. F. Closeout procedures,except payment procedures. 1.02 RELATED REQUIREMENTS A. Section 0178 00-Closeout Submittals: Project record documents,option and maintenance data, warranties and bonds. 1.03 SUBMITTALS A. See Section 0130 00•Administrative Requirements,for submittal procedures. B. Cutting and Patching: Submit written request in advance of cuing or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance,or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Worts of Owner or separate Contractor. 1.04 QUALIFICATIONS A. For demolition work,employ a firm specializing in the type of work required. 1. Minimum of 5 years of documented experience. B. For survey worts,employ a land surveyor registered in the State in which the Project is located and acceptable to Architect/Engineer. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an insurance Certificate. C. For design of temporary sharing and bracing,employ a Professional Structural Engineer experienced in design of this type of work and kertsed in the State in which the Project is located. 1.05 PROJECT CONDITIONS A. Grade site to drain. Maintain excavations free of water. Provide,operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. PROJECT NO.14-172-872-PHASE 1 0170 00-1 SECTION 0170 00 Copyright 2016 by KLUBER,INC.;M Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS C. Ventilate enclosed areas to assist cure of materials,to dissipate humWitY,and to prevent accumulation of dust,fumes,vapors,or gases. D. Dust Controh Execute work by methods to min[mize raising dLW from construction operations. Provide positive means to prevent air--borne dust from dispersing into atmosphere and over adlacent property. 1. Provide dust-proof barriers between constriction areas and areas continuing to be occupied by Owner. E. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from carts and fps,from borrow and waste disposal areas. Prey erosion and sedimentation. 1. Wmimize amount of bare soil exposed at one time. 2. Provide temporary measures such as berms,dikes,and drains,to prey water flow. 3. Construct till and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation;promptly apply corrective measures. F. Noise Control: Provide me#Ws,mews,and facilities to maize noise produced byconstruction operations. G Pest and Rodent Control: Provide methods,means,and fatties to prevent Pests and insects from damaging the work. H. Rodent Cor". Provide methods,means,and facilities to prevent rodents from accessing or invading premises. 1. Po*Ydon Control: Provide methods,means,and facilities to prevent coritarnination of sal,water, and atmosphere from discharge of noxious,toxic substances,and pollutants produced by construction operations. Comply with fed",state,and local regulations. 1.06 COORDINATION A. Coordinate scheduling,submittals,and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements,with provisions for accommodating items installed later. B. Notify affected utility companies and comply with their requirements. C. VerKy that utility requirements and characteristics of new operates equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibt'l&s for Installing,connecting to,and ping In service,such equipment. D. Coordinate space requirements,supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes,duds,and conduit, as closely as practicable; place runs parallel with lines of building.Utilize spaces efficiently to maximize accessibility for other installations,for maintenance,and for repairs. E. In finished areas except as otherwise indicated,conceal pipes,ducts,and wiring within the rtruction. Coordinate locations of fixtures and outlets with wish elements. F. Coordinate completion and clean-up of work of separate sections. PROJECT No.14-172-872 017000.2 SECTION 0170 00 Govt 2015 byWLUBER,W.;M Rots Reserved EXECUTION AND CLOSEOUT REQUIREMENTS G. After Owner occupancy of premises,coordinate access to site for correction of defective worts and work not in accordance with Contract Documents,to minimize disruption of Owner's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specked in product sections;match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Deterr ine by inspecting and testing products where necessary,referring to existing work as a standard. C. Product Substitution: For any proposed change in materials,submit request for substitution described In Section 0160 00. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that exists substrate is capable of structural support or attachment of new wok Ming applied or attached. C Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication,to minimize waste due to over-orde ft or misfabrication. E. Verify that utility services are avaiiable,of the correct characteristics,and in the sorest locations. F. Prior to Cutting: Examine exists conditions prior to commencing work,iricluding elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of exdstirg conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer,sealer,or conditioner prior to applying any new material or substance in contact or bond. 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections,convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting,or affed by,work of the specific section. C. Notify Architect/Engineer Jour days in advance of meeting date. PROJECT NO.*172-672 017000-3 SECTION 0170 00 Copyright 2016 by KLUBER,WC.;AN Rights Reserved EXECUTION AND CLOSEOUT REWREMENTS D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants,with two copies to Architect/Engineer,Owner,participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify locations of survey control points prior to staftk work. B. Promptly notify Architect/Engineer of any discrepancies discovered. C. Protect survey control pants prior to std site work;preserve permanent reference points during construction. D. Promptly report to Architectffingineer the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E. Replace dW cated Ivey control points based on original survey control. Nate no changes without prior written rice to ArchitectlEngif►eer. F. maize recognized engineering survey practices. G. Estabilsh elevations,fines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site governments including pavements;stakes for grad,fill and topsoil placement; utility ins,slopes,and Invert elevations. 2. Grid or axis for structures. 3. Bung focmdation,cow locations,ground floor elevations. H. Periodicyr verify layouts by see means. i. Maintain a complete and accurate log of control and survey work as it progresses. -3.05 GENERAL INSTALLATION REQUIREMENTS A. install products as specified In individual sections,in accordance with manufacturer's instructions and recommendations,and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level,unless otherwise indicated. C. Instal equipment and Rings plumb and level,neatly aligned with adjacent vertical and horizontal lines,unless otherwise indicated. D. Make consistent texture on surfaces,with seamless transitions,unless otherwise indicated. E Make neat tranOws between different surfaces,maintaining texture and appearance. 3.06 CUTTING AND PATCHING A. Whenever possible,execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. PROJECT too.*172-872 017000-4 SECTON 8178 00 Copy+W 2016 by 1,111SER,INC.;AN Righis Reserved EXECUTION AND CLOGEOUT RECKMEMENTS 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical,electrical,and other services. 4. Match work that has been cut to adjacenit work. 5. Repair areas adjacent to cuts to required coition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non-conforaft work. C. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patchkV and flrsshing. In existing work,minimize damage and restore to original condition. D. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. E. Cut rigid materials using masonry saw or core drill. Pneumatic toms not altwred W+khW prior approval. F. Restore work with new products in accordance with regt*ements of Contract Docornents. G. Fit work air tight to pipes,sleeves,ducts,conduit, and other penetrations twough surfaces. H. Patting: 1. Finish patched surfaces to match firms that existed prior to patching. On corsinuous surfaces, refinish to nearest intersection or natural break. For an assembly,refinish erne unit. 2. Match color,texture,and appearance. 3. Repair patched surfaces that are damaged,lifted,discolored,or showing other imperfections due to ping work. If defects are due to cordtion of substrate,repair substrate prior to repairing fairish. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials,debris,and rubbish. Mairuaka site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums,attics,crawl spaces,and other closed or remote spaces,prim to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing,and coritinue caning to eliminate dust. D. Collect and remove waste materials,debris,and trash/rubbish from site periodically and dispose off4te;do not bum or bury. 3.08 PROTECTION OF INSTALLED WORK A. 'Protect installed work from damage by constriction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for Installed products.Control activity In immediate work area to prevent damage. PROJECT NO,%172-872 017000-5 SECTION 0170 CoWy M 2016 by KLMER,INC.;All Rifts Reserved EXECUTION AND CLOSEOUT REWREMENT3 D. Provide protective coverings at walls,proms,jambs,sills,and sofas of openings. E. Protect firashed floors,stairs,and other surfaces from traffic,dirt,wear,damage,or movement of heavy objects,by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or actor is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Prohbt traffic from landscaped areas. H. Remove protective coverings when no longer needed;reuse or recycle plastic covers if possible. 3.09 ADJUSTING A. Adjust operating eructs and equipment to ensure smooth and unhindered operation. 3.10 FINAL CLEANING A. Execute final cleaning prior to Mal proms assessment. 1. Clean areas to be occupied by Owner prior to final completion before Owner occupancy. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass,surfaces exposed to view,remove temporary labels,stains and foreign substances, polish transparent and glossy surfaces,vacuum carpeted and soft surfaces. D Remove all lab*that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. E. Clean equipment and fixtures to a sanitary condition with clear materials appropriate to the surface and material bong loaned. F. Clean debris from roofs,gutters,downspouts,and drainage systems. G. Clean site;sweep paved areas,rake dean landscaped surfaces. H. Remove waste,surer materials,trash/rubbish,PM construction facilities from the site;dispose of In legal manner;do not bum or bury. MI CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. B. Notify ArchitectlEngineer when work is considered ready for Substantial Completion. C. Submit written certification that Contract Documents have been reviewed,work has been inspected,and that work is complete in accordance with Contract Documents and ready for Architect/Engineer's review. D. Correct kerns of wworfr fisted in executed Certificates of Substantial Completion and comply with requirements for access to Owner-occupied areas. E NootKy Arc ect/Eng veer when work is considered finally ate.. PROJECT NO.*172472 017000-6 SECTION 017000 Copr*t 2046 byKLU13ER,INC.;AN Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS F. Complete items of work determined by Architect`E Vineees final inspection. END OF SECTION PROJECT NO.114-172-872 0170 00.7 SECTION 0170 00 CcWW 2016 by KLUBER,INC.;AN Rights Reserved EXECUTION AND CLOSEOUT REQUIREMENTS SECTION 0170 00 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Section 0130 00-Administrative Requirements: Submittals procedures,shop drawings, product data,and samples. B. Section 0170 00 Execution and Closeout Requirements: Contract closeout procedures. C. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect/Engineer with claim for final Application for Payment. B. Warranties and Bonds: 1. Make other submittals within 10 days after Date of Substantial Completion,prior to final Application for Payment. 2. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit wit* 10 days after acceptance,listing the date of acceptance as the beginning of the vvarrartty period. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION 3,01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents;record actual revisions to the Work: 1, Drawings. 2, Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. B. Ensure entries are complete and accurate,enabling future reference by Owner. C Store record documents separate from documents used for constriction. D. Record information concurrent with construction progress. E. Specifications Legibly mark and record at each product section description of actual products installed, including the fo#owing: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. PROJECT No.14-172-872-PHASE 1 0178 00-1 SECTION 0178 00 CopyrW 2016 byKLUBER INC.;AM Rights Reserved CLOSEOUT SUBMITTALS F. Record Drawings: Legibly mark each Rem to record actual construction including: 1. Measured depths of foundations in retain to wish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Field changes of dimension and detail. 4. Details riot on original Contract drawings. 3.02 WARRANTIES AND BONDS A. Obtain warranties and bonds,executed in duplicate by responsible SuboontWors,suppliers,and manufactwers,with 10 days after completion of the applicable kem of work. Except for hems put into use with Owner's permission,leave date of beginning of time of warranty until the Date of Substantial completion Is determined. B. Verify that documents are in proper form,contain full information,and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Include originals of each in operation and maintenance manuals,indexed separately on Table of Contents. END OF SECTION PROJECT NO.14-172-872 017800-2 SECTION 0178 40 Cop}nW 2016 by KLUBER,INC.;AN Rights Reserved CLOSEOUT SLIUMALS SECTION 02 4100 DEMOLITION PART1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of butt site elements. B. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS A. Section 0110 00 Summary: Limitations on Contractor's use of site and premises. B. Section 01 10 00-Summary: Description of items to be salvaged or removed for re-use by Contractor. C. Section 0150 00-Temporary Facilities and Controls: Site fences,security,protective barriers, and waste removal. D. Section 015113-Temporary Erosion and Sedirwrd Control. E. Section 0160 00-Product Requirements: Handling and am-age of items removed for salvage and re F. Section 0170 00 Execution and Closeout Requirements: Proms conditions;protection of bench marks,survey control points,and existing construction to remain; reinstaltation of removed Prod;temporary brag aW shoring. G. Section 02 65 00-Underground Storms T (UST)Removal. H. Section 3122 00-Grading: Topsoil removal. I. Section 3123 23-FM: Fill mater#at for filling holes,pits,and excavations generated as a result of removal operas. 1.03 REFERENCE STANDARDS A. 29 CFR 1926-U.S.Ckcupatioml Safety and Health Standards;current edition. B. NFPA 241 -Standard for Safeguarding Construction,Alteration,and Demon Operations;2013. 1.04 'SUBMITTALS A. See Section 0130 00-Administrative Requirements,for submittal procedures. B. Site Plan: Shoving: 1. Vegetation to be protected. 2. Areas for temporary construction and field offices. 3. Areas for temporary and permanent placement of removed rnatenals. C. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Irate extent of demolition,removal sequence, brig and s",and location and construction of barricades and fences. 2. Identify demolition firm and submit qualifications. PROJECT NO.14-1724724)t"1 02 4100-1 SECTION 02 4100 Copyright 2016 by t LUBER,INC.:AM Rights Reserved DEMOLITION 3. Include a summary of safety procedures. 1.05 QUALITY ASSURANCE A. Demolition Firm Qualifications: Company specializing in the type of work required. 1. CVlnimum of 3 years of documented experience. PART 2 PRODUCTS 2.01 MATERIALS A. Fill Material: As specified in Section 3123 23-Fill. PART 3 EXECUTION 3.01 SCOPE A. Remove concrete walls,footings and slabs on grade as indicated on drawings. B. Remove other items indicated,for salvage,relocation,and recycling. 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comfy with other requirements specified in Section 0170 00. B. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public, 1. ObW requited per. 2. Comply with applicable requirements of NFPA 241. 3. Use of explosives is not permitted. 4. Take precautions to prevent catastrophic or uncontrolled c ollaipse of structures to be removed; do not allow worker or pubs access within range of potential collapse of unstable structures. 5. Provide,erect,and maintain temporary barriers and security devices. 6. Use physical barriers to prevent access to areas that cow be hazardous to workers or the public; 7. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 8. Do not dose or obstruct roadways or sidewalks without permit. 9. Conduct operations to mir"ze obstruction of pubic and private entrances and exits;do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 10.Obtain written pernnission from owners of adjacent properties when demolition equipment will traverse,infringe upon or first access to their property. C. Do r*t begin removal untH receipt of notification to proceed from Owner. D. Do not begin removal until built elements to be salvaged or relocated have been removed. E. Do not begin removal until vegetation to be relocated has been removed and specified measures have been taken to protect vegetation to remain. F. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. PROJECT NO.U-172-872 024100-2 SECTM 02000 Cop r*20%by KLUBER,INC.;AN Rights Reserved DEMOLITION 2. Prevent movement or settlement of ad*ent structures. 3. Stop worst immediately I adjacent structures appear to be in danger. G. Minimize production of dust due to demuion operations;do not use water N that will result in ice, flooding,sedimentation of public waterways or storm sewers, or other pollution. H. If hazards materials are discovered during removal operations, stop work and notify ArchitectlEnginw rind Owner;hazardous material Include regulated asbestos containing g materials,lead, PCB's,and mercury. 1. Perform demotion in a manner that maximizes salvage and recj of materials. 1 Dww&existing construction and separate materials. 2. Set aside reusable,recyclable,and salvageable materials;More and deer to collection point or point of rem. J. Underground Storage Tanks: Remove and dispose of as specified in Section 02 65 00. 3.03 SELECTIVE DEMOLITION FOR ALTERATK S A. Drawings mowing existing construction and utilities are based on casual field observation only. 1. Verify that construction and rty arrangements areas show. 2. Report disc s to Architect/Engineer before disturbing existing Installation. 3. Beginning of demolition work constitutes acceptance of a itions that would be apparent upon exams nation prior to starting demolition. B. Separate areas In which demok#Dn is being conducted from other areas It am std owed. 1. Provide,erect,and maintain temporary dustproof partitions of construction specified in Section 015000. C. Maim weatherproof exterior building enclosure except for interruptions required for replacement or modifications,take care to prevent water and humidity damage.. D. Remove existing work as Indicated and as required to accomplish row work. 1. Remove rotted wood,corroded metals, and deteriorated masonry and concrete; replace with new construction specifed. 2. Remove items indicated on drawings. E. Protect existing work to remain. 1. Prevent movement of stricture;provide shoring and bracing if necessary. 2. Perform cuing to accomplish removals neatly and as specified for cutting new work, 3. Repair adjacent construction and finishes damaged during removal work. d Patch as specified for patching new work. 3.44 DEBRIS AND WASTE REMOVAL A. Remove debris,junk,and ash from site. B. Leave site in clean condition,ready for subsequent worts. C. Clean up spillage and wind-blown debris from pubic and private its. END OF SECTION PROJECT NO.14-172-872 024100-3 SECTION 42 4100 CoprW 2016 by ILtBER,INC.;A8 deserved DEMOLITION SECTION 02 65 00 UNDERGROUND STORAGE TANK(UST)REMOVAL. PART 4 GENERAL 1.01 SECTION INCLUDES A. Removal and disposal of underground storage tank,connected piping,and vent ping located on the inside of the budding. 1. Current knowledge of existing tank: a. To the best of our knowledge,the tank is not registered. b. The size of the tank is unknown,the contract documents inde the area which the tank is confined within. c. The tank was used for heating oil when it was in service. d. It is to be assumed that oil may still be present wkW the tarn and is to be removed and disposed. e. Any and all testing, inspections, permits,etc.associated with the tank removal are the contras toes responsibility. f. The contract documents indicate that the the contractor is to assume that the slab on grade directly below the tank and 12"of sod below the slab on grade Is contaminated and needs to be removed and replaced. B. Cleaning and vapor freed of tanks. C. Fuel removal(if ). D. Temporary containment of excavated sod. E. Testing sols for contain ion. F. Requirements for removal and disposal of contaminated soil. G. Contaminated water disposal(I any). H. Providing reports required by regulatory agencies(closure report/site assessment report). 1. Excavate and expose underground storage tank. J. Obtain any and all applicable image and Illinois ice of the State Fire Marshal permits. K. Cunt and dean UST with absorbent materials(oil-dry)and dispose of drum containing UST cleaning contents. L. Removal of slab and soil below tank. M. Replacement of removed soil below slab and removed UST. 1.02 RELATED REQUIREMENTS A. Section 0170 00-Execution and Closeout Requirements: Dewatering of excavations and water control. B. Section 02 4100-Demolition. PROJECT NO.14-172-Q72~SE 1 02 65 00-1 SECTION 02 65 00 Copyright 2016 by KLUBER,INC.;AN Rights Reserved UNDERGROUND STORAGE TANK(UST)REMOVAL. 1.03 REFERENCE STANDARDS A. API RP 1604-C4osure of Underground Petroleum Storage Tanks;"American Petroleum Institute; 1996(R2010). B. API PURL 1628-Guide to the Assessment and Remediation of Underground Petroleum Releases;American Petroleum Institute; 1996. C. 29 CFR 1910-Occupational Safety and Head Standards;Code of Federal Regulations;current edition. D. 29 CFR 1910.38-Emergency action plans;'Occupational Safety and Health Standards;Code of Federal Regulations;current edition. E. 29 CFR 1910.134-Respiratory protection;Occupatmal Safety and Health Standards;Code of Federal Regulations;current edition. F. 40 CFR 280-Technical Standards and Corrective Action Requirements for Owners and Operators of Underground Storage Tanks;Code of Federal Regulations;current edition. G. COE E*385-1-1-Safety and Health Requirernents Manual;Corps of Engkmrs;2008. H. EPA SSW-846•Test Methods for Evakwft Scud Waste,Ph ll4en l Methods; Environmental Protection Aaevey,current edition on-line at http:/Avww. a.gov wastethazardltesbne#Ws/vm&6i&x.htm. 1. EPA 600-4-790-20 Methods for Chemical Analysis of Water and Wastes;Environmental Protection Agency; 1983. J. Tale 41,Chapter 1, Park 175.830-Removal of LISTS. 1.04 SUBW TTALS A. See Section 0130 40-Administrative Requirements,for submittal procedures. B. Site Safety and Health Plan: Describe safety and head plan and procedures as related to underground tank removal and pipe removal,and as related to operations associated with petroleum contaminated scats and water. C. Excavation and Material Handling Plan; Describe methods, means,equipment,sequence of operations and schedule to be employed in excavation,transport,handling,and stockpiling of soil during underground tank removal. 1. Submit to ArchitecVEngkieer fifteen stays before beginning tank removal work. 2. Include a material handling plan that describes phases of dealing with the contaminated sal and water as it relates to the proposed tank and piping removal. 3. Include methods of excavating,a material hang plan for tie contaminated mated,soil testing requirements,safety precautions and requirements,and water purrs and collection requirements. D. Field Sampling and Laboratory Testing Plan: Describe MW sampling methods and qua y control procedures. 1. Identify laboratory and amatory methods to be used for contamination testing. P tOJECT NO.U-172472 026500-2 SECTION 02 65 00 Copright 2016 by KLUBER,INC.;AM Ruts Reserved UNDERGROUND STORAGE TAW(UST)REMOVAL 2. Sam*reports shall show sample identification for location,date,time,sample method, contamination level,name of individual sampler,identiftation of laboratory,and quality control procedures. E. Tank and Piping Removal and Disposal Plan: Describe methods,mans,sequence of operations, and schedule to be employed in 8ne testing,pumping,cleaning,de-vaporizing,ir�, removal,and disposal of underground storage tics and piping. F. Spill and Discharge Control Plan: Describe procures and plan related to potential spills and discharge of co ntarrketed sod and water. G. Reports: 1 Identification of tanks removed and disposed of,Ind site map show"location of tank and lam. 2. Starting and ending dates of reporting period. 3. ,Closure report. Incorporate reports, reeds,and data into a single binder with the title'SITE ASSESSMENT REPORT'on the cover of the binder. 4. Laboratory testing reports, irg location of soil excavated and associated OVAIFID (organic vapor analyzer/flame ionization device)readings,and sampling and last results for a. PNA(polynuclear aromatic hydrocarbons method 8270). b. 'BTEX(benzene,one,ethylbenzene,and xylene). c. TCLP(toxicity characteristic leaching procedure);I BTEX indicates gasoline,then provide TCLP. 5. Cumulative quantities of soil excavated, begmn'mg with start date for each tank and associated piping. 6. "Certificate of Removal"signed by UST Removal contractor and submitted to the OSFM. 7. "Site Assessment Report"signed for licensed Professional Geologist and submitted to the OSFM. H. Record Documents: 1. Building permit,Inspection permits,and other permits required for underground tannic removal. 2. Results of excavation, Including sketch showing location of underground storage tank, sampling locations,and extent of excavation. 3. Tank disposal paperwork, such as copy of UST Notification Fort and method of conditioning tank for disposal. 4. Contaminated soil(fisposal paperwork,such as laboratory testing reports. 5. Contaminated water disposal paperwork,such as laboratory testing results. 1.o5 QUALITY ASSURANCE A. Perform wok In accordance with local,state,and federal regulations and 40 CFR 280. B. Qualifications: Prior to start of work,submit documentation of recent experience and resumes of personnel working on the project. 1. Data shall Indicate that tank removal contractor,subcontractors,and personnel employed on the project have been engaged in removal,transportation, and disposal of underground tanks and associated piping,are familiar with and shall abide with the owlg: a. API RP 1604. b. 40 CFR 280 and State and local regulations and procedures. PROJECT NO.14-172472 026500-3 SECTION 02 65 00 Copyright 2016 by KLUBER,INC.;AA RVAs Reserved UNDERGROUND STORAGE TAW(UST)REMOVAL c. Applicable safety rules and regulations. d. Use of equipment and procedures for testing and vapor4reeing tanks. e. HandkV and dial of types of wastes encountered in underground tank and pipe removal incluft disposal of undegoiund tanks and associated piping. f. Excavation,testing,and disposal of m contaminated sods,liquids,and sludge. g. Provide documentation that tarn removers are certified If locality of project has this requirement. 2. Furnish the name and qualifications of the propped Site Suety and few 011licer, tad on education,training,and wont experrece. C. References: Ftrrrish data proving experience on at least tree prior projects that Included types of activities;sknhar to ftse in this project. Pride project mss,dates of projects,owners of projects, point of contact for each project,and phone numbers of each point of contact. PART 2 PRODICTS-NOT USED PART 3 EXECUTION! 3.01 PREPARATION FOR TANK REMOVAL AND DISPOSAL A. Site Safety And Health Plan(SSHP): Furnish safety,health,and accident prevention provisions and develop a Site Suety and Health Plan(SSW). 1. The SSHP shad incorporate the requirements of 29 CI=R 1910 and COE E4305-1-1. 2. Site work shah not start until the SSHP is approved by the ArchilectlErginw. B. Site Safety And Health Officer. Identify an individual to serve as the Site Safety and Health Officer (S%q who is a Coed Industrial Hy rrM(CH). 1. The'SSHO CIH shah report problem and concerns regarding head and sarfety to the Archllect/Ereer. 2. The SS140 CIH shall have a working krKwAedge of local and Federal occupational safety and health regulations,and shy provide training to Contractor errpbyees in air monitoring practices and techniques. 3. The SSHO CIH shah also provide day to day industrial hygiene import, inch ng air monitoring,training,and daily Me safety inspections. 4. The SSHO CIH shall be trained in the use of the morikorN and sampling equipment, Interpretation of data required to Implement the SSHP,and to administer the elements of the SSHP. 5. The SSHO CIH shalt remain on site during project operations and may be assigned other duties,such as project foreman or quality control manager. C. Spill And Discharge Control Plan: Develop,implement, and maintain a comprehensive spill and discharge control plan. 1. The plan shad provide contingency measures for potential spills and discharges from handling and transportation of contaminated sobs and water. 2. A possible'source of guidance for assessment and remediation is API PURL 4628. D. Exclusion Zane(EZ)And Contamination Reduction Zone(CRZ): Do not permit personnel not directly involved with the project to enter work zones,called the EZ and CRZ. PROJECT NO.14-172472 026500-4 SECTION 02 65 00 Copftht 2016 by Iq UBER,INC.;All Rights Reserved UNDERGROUND STORAGE TANK(UST)REMOVAL 1. The EZ shall be an area around the tank a minimum of 10 feet from the its of the tank excavation. 2. At the perimeter of the EZ,establish a CRZ. 3. Within the CRZ,equipment and personnel shall be cleaned as stated in the paragraph entitled 'Persortnel and Equipment Decontamination! 4. The Contractor's site office,parking area,and other support facilities shall be located outside the EZ and GRZ. 5. Clearly mark and post the boundaries of the EZ and CRZ. 6. Include a site map,outlining the extent of work zones and location of support facilities,in the SSHP. E. Trailing: Provide health and safety training In accordance With 29 CFR 1910 prior to starting work. 1. Furnish copies of current training certification statements for personnel prior to intial entry Into the work site. 2. On-Site Training: Prior to starting curse work,a health and safety training class shall be held by the SSHO GIN to discuss the Implementation of the SSHP. 3. Notify the Archtiect/Engineer 24 hogs prior to beginning the training class. 4. Training Outline: Provide the following: a. Health and safety organization, Including discussion of distribution of functions and responsibWes b. Organization and c w4xxnents of the SSHP c. Physical and chemical site hazard identification d. Basic toxicology and toxicity information e. Discussion of the EZ and CRZ f. Protective clothing g. Respiratory protection h. Air quality monitoring I. Personnel exposure guides J. Decontamination procedures k. Basic first aid review 1. Emergency procedures and contingency plan m. Site entry and era procedures n. Sampling procedures F. Personnel Protection: Fumish appropriate personal safety equipment and protective clothing to personnel. 1. Ensure that safety equipment and protective dothing is kept dean and well maintained. 2. Ftumish three clean sets of personal protective equipment and clothing for use by the Architect/Engineer or official visitors as required for entry Into the EZ. G. Respiratory Protection Program: Develop a respiratory protection program,addressing respirator usage and training,in accordance with 29 CFR 1910.134 and COE EM-385-1-1 H. Decontamination: Decontaminate or properly dispose of personal protective equipment and clothing worn in contaminated areas at the end of the work day. PROJECT NO.14-172472 026500-5 SECTION 02 65 00 Copyright 2016 by KUSER,INC.;AN Rights Reserved UNDERGROUND STORAGE TANK(UST)REMOVAL 1. The SSHO ClH shall be responsible ensuring that personal protective clothing and equipment are decontaminated before being reissued. 1. First Aid And Emergency Response Equipment And Procedures: Provide appropriate emergency first aid equipment for treatment of eposure to she physical and chemical hazards. 1. Provide and post a list of emergency phone numbers and points of cam for fire,hospital, paw,ambulance,and other necessary oonW& 2. Provide aril post a route map detailing the directions to the nearest medical qty. J. Ignittion Sources: Do not permit igr n sources in the EZ and CRZ. K. Personnel And Equipment Deconta nation: Decontaminate personnel and equipment bete e)dft the work zones. L. Waste . The SSHP shall detail the practk;es and procedures io be utilized to cilspose of wastes. Upon completion of It*p*c t,certify that equipment and mAerWs wm properly decontaminailed prior to being removed from the M. Emergency Response Requirements: Furnish emergency response and c w&Vency Plan in accordance with 20 CFR 1910.38. 1. in an urgency,take action to remove or rmninaze the ease of the emergency,alert the Architec tlEngineer,and institute necessary measures to prevent repetition of the emergency. 2. Equip sdte•suppod v**jes with mute map prc vi ft directions to ft medical treatment fac,Dty. N Unforeseen Hazards: notify the Arc hllteoffngateer of any unforeseen hazard or condition that becomes evident during work. 3.02 TAB(CLEANING A. Provide dean and vapor free tank In accordance*0 API RP 1644 and the folloWng Table of Tank Rory. 1. Tank No. a. Location: b. Capadty: c. Date Constructed: d. Type of Lining(if applicable): e. Type of Fuel: f. Remarks from Last Inspection: B. Fuel Removal: 1. Consider remaining fuel contaminated or waste fuel;pump into 55 gallon drum or other suitable containers for disposal in accordance with approved procedures meeting local,state, and federal regulations. a. Drums or tanks used for containerizing waste fuel shah be furnished by Contractor. 2. Dispose of mining fuel emulsions In accordance with applicable local,state,and federal regulations. 3. Purrs liquids from UST Olizing a vacuum tank truck that is a licensed special waste hauler who will manifest and dispose of liquids at an IEPA approved liquid recy*V facility. PROJECT 1,40.U-172472 026500-6 SECTION 42 65 Cnpy W 2016 byKLIBER,INC.;AN Ruts Reserved I"ERGR0tR4D STORAGE TANK(UST)REMOVAL 3.03 TEMPORARY CONTAINMENT OF EXCAVATED SOIL A. Provide temporary contain ent area near the excavated area. B. Cover comment area with 30 mil polyethylene sheeting. 1. Place excavated soil on the krpervious barrier and cover with 6 real polyethylene sheeting. 2. Provide straw bale berm around the outer limits of ft containment area and cover with polyethyrene sheets. 3. Secure edges of sheets to keep the polyethylene slag in place. 3.04 EXCAVATION A. Provide Ard*ectlEngiteer with written documentation,no later than 30 days before work begins, that proper state or local authorities have been notified. B. Notify Ar ectlE gi mer at least 48 hours prior to start of to tk removal work. 1. Stage operations to minimize the tithe that tank excavation is open and the time that cone minuted soil is exposed to the weather. 2. Provide protection measures around the excavation area to prevent water runoff and to contain the soil within the excavation area. C. Excavation: Excavate as required to remove tanks and piping. 1. Place soll removed from the excavation in a temporary containment t area. 2. Collect and temporarily store water runoff from stockpiled sod. 3. Contain rated soil materials may be used as backfll for tic and pipe excavations as follows: a. To determine soil contamination levels,continuously mortitor soil materials excavated to remove tanks with an OVAIFID capable of detecting volatile organic vapors to a imam of one ppm. b. Conlamirrated soils with OVAIFID readings of 5 ppm or greater shah be further tested for TPH and BTEX as specified herein. c. Soils with OVAIFID readings less than 5 ppm may be used as dean backfiil. d. Dispose of unacceptably contaminated soils in accordance with federal,state,and local emulations. D. Excavation Methods: Select methods and equipment to remove soil to mk*nize disturbance to areas beyond the mils of the excavation area. 1. Material that becomes contaminated as a result of Contractor's operations shy be rernoved: and disposed of at no additional cost to Om r. 2. Where excavation extends into groundwater levels,dewatering methods shall be employed on a localized basis to facilitate excavation operatiats,as specified In Section 0170 40. 3. Water generated by dewatering ding excavation required for removal of tanks or piping, surface water collected in open excavation,or water used for washing equipment or existing concrete or bituminous surfaces, snail be co5ac tted and tested. a. Test in accordance with EPA SW-846 and EPA/600/4-79120 and state or locally required analyses. b. Water that contains contaminants above locally acceptable levels shall be disposed of in accordance with federal,state,aril local regulatiorus. c. Non-contamr it ated water may be disposed of on-site. PROJECT NO.14472-872 026500-7 SECTION 02 65 00` Copftht 2046 by KLUBER,INC.;AN Rights Reserved MDERGRWM STORAGE TANK(UST)REMOVAL E. Structures: During excavation acthffies,tf asphalt pavement,concrete slabs,or other structures are encountered,remove and wash with high pressure water dearkg eslui tent. 1. Remove and dispose of pavement)concrete,and ether structures as sped in Section 02 41 00. 2. Remove eAAV concrete slab N determined to be c onwinated. Remove 12"(base bid)of sod below slab and replace with comaacted granular fill as specified In Suction 3123 23. 3.05 TESTWO A. Stockpiled Solis: Soils with OVAIND read s of 5`ppm or greater shy be tether Wiled and tested. 1. Test for PNAs and for BTEX in accodanoe vft EPA SW 846 arid EPAIM4-79/20. 2. Test for toxicity charxieristic leaching prmdure(TCLP)for lead I leaded gwolim was stored in or near the underground tank being removed. 3. For BTEX and TCLP,provide one test for every 100 cubic yards. 4. Solis ft chin 5 ppm or more BTEX and PNA or win petroleum products are considered contamirmled nWerials. 5. Soils that test at levels less than the above may be used as dean 111E 6. Furnish results to ArchilectlEngirwer wift 24 hours Ater the results am obtained. B. Testing UrxW Tank After Removal of Tank: 1. if tank Is 20 lee#or less in length,take two samples. Each sample sW be 2 feet from each end of the tank and 2 feet below the bottom of the excavation. 2. If the tank is War than 20 feet,take tree samples. Two samples shall be 2 feet from each end of the tarn and 2 feet below the bottom of the excavation. A thud sarnple sly be taken from the middle of the tank area and 2 feet below the bottom of the excavation. 3. Analyze samples for BTEX and PNAs. 4. Conform to standards for sampling and analysis as specified above for stockpiled solls. 5. Teat for BTEX and PNAs in accordance with EPA SW-846 and EPAM4-70/20. 6. SaOs that contain 5 ppm or more BTEX and RNA or vein petroleum products are Considered contaminated materials. 7. Soils that test at levels loss than the above may be used as clean fill. 8. Furnish resins to ArclxtectlEngineer within 24 hours after the results are obtained. 9. Along with the rests furrxsh a sketch showing underground tank,sampling location extent of excavations. 10.All firml so4 saes shall be collected per Illinois Adm.Code 734. C. Testing : 1. For every 25 guar feet of product wary per,for every chmge in direction,and at every medw*-al joint take one so!sample and ante for BTEX and PNAs. 2. Conform to sampling and antes of soli materials as specked above in the paragraph entitled "Testing Under Tar*After Removal of Tarn 3.06 WATER DISPOSAL A. Dewatering M be permitted only with approval of Architect/Engineer. B. Store and test water generated during removal of tanks and piping. PROJECT NO.*172472 026500-8 SECTION 02 65 00 Copyrot 2016 by KLUBER,INC.;ltd!Right Reserved UNDERGROULVt3 STORAGE TAW(UST)REMOVAL. 1. If contaminated,transport and dispose of water in an EPA approved disposal site in accordance with federal,state,and local"irements. 2. Non-contaminated water may be disposed of on-ske. 3.07 DISPOSAL OF UNDERGROUND TANKS,ANCHORS,SLABS,AND ASSOCIATED PIPING A. Preparation: API RP 1604. Remove the IM pipe,gage pipe,vapor recovery buck connection, submersible purrs,and drop tube. 1. Cap or remove non-product Wig,except vent piping. 2. Plug tarn openings so that vapors will exit through vent piping during the vapor-freeing process. B. Purges: Remove flammable vapors in accordance with API RP 1604. Tanks shal be certified as "vapor tee"prior to bttw work. C. Cleaning and Testing: Clean tank and perform a rw#,ere testing in accordance with API RP 1604. 1. Distribution(eruct delivery)piping shall be cleaned and removed or the plug shall be cleaned,Ned with concrete,and abandoned in place. 2. Test the tank atmosphere and the excavation area for flammable or combustible vapor concentrations,with a combustible gas indicator until the tank is removed from the excavation and from the site. D. Tank Removal and Disposal: 1. Plug or car accessible holes. One plug shall have a minimum 1/8 inch vent ice. 2. Remove tank from the excavation,place it on a level surface and render it useless in accordance with API RP 1604. 3. After tarns has been cleaned of fuel and oar contaminants,cut up or crush tank on-site. 4. Transport and dispose of dearer and cut-uptcrushed tank at an approved metals recycling center in accordance with federal,staff,and local regulations. 3.08 INSPECTIONS A. Arrange for and perform required inspections. Provide copies of inspections to the ArdAectffixglneer. 3.09 CLOSURE REPORT(SITE ASSESSMENT REPORT) A. Provide ArchitectlEngkreer a Site Assessment Repot in a singie binder notebook the contains the full collection of reports relating to this work,inckxllog but not tamed to,records,starter and ending dates of reporting period,inspections,documentation,and data as follows: 1. Complete UST Notification Form(within 30 days of closure). 2. Description of work,including removal procedures,nirn1w of tanks removed,identification of tanks removed and disposed of,arc yards of excavated sue,location of disposal sites,and dates of excavation. 3. Site plan,wing location of tanks and piping,limits of excavation,sampling points,results of excavation,and depths. 4. Laboratory testing reports,copies of data and test results from testing laboratory. 5. Tank disposal paperwork,contaminated soli disposal paperwork,and contaminated water disposal paperwork PROJECT NO.U-172-872 02 6500.9 SECTION 02 65 00 Copyrigfrt 2016 by KLUBER,INC.,AM Rights Reserved UNDERGROUND STORAGE TAW NSTj REi4 VAL 6. CertWications required by implemen*V agency. 7. Bulling permit,inspects pemiitts,and other permits required for underground tank removal, ra#'ffrcations,and inspection reports. 8. Cumulative quardes of soil excavated,beginning with start date for each tank and associated Pipes• 3.10 SPILLS OF CONTAIMNATED SOTS A. Use appropriate vehicles and operating proms to prevent spillage or leakage of contaminated materials from occurring during operations. Inspect vehicles leaving the area of contamination to ensure that no contaminated materials adhere to the wheels or undercarriage. END OF SECTION PROJECT No.*172472 026500-10 SECTION 02 65 00 Copyright 2016 by 111.1 R,INC.;AN Rights Reserved UNDERGROUND STORAGE TANK(USr)REMOVAL SECTION 0310 00 CONCRETE FORMING AND ACCESSORIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Formwork for cast-in place concrete,wrath shoring,brackg and anchorage. B. Openings for other work. C. Farah accessories. D. Form stripping. 1.02 RELATED REQUIREMENTS A. Section 03 20 00-Concrete Reinforcing. B. Section 03 30 00-Cast-Wllace Concrete. 1.03 REFERENCE STANDARDS A. ACI 117-Standard Specifications for Tolerances for Concrete Construction and Materials; 2010. B. ACI 301 -Specifications for Structural Concrete;American Concrete Institute Interrtat l;2010 (Errata 2012). C. ACI 318-Building Code Requirements for Structural Concrete and Commentary;American Concrete Institute;2011. D. ACI 347R-Grade to Formwork for Concrete;American Concrete Institute;2014. E. PS 1 -Structural Plywood;2009. 1.04 DESIGN REQUIREMENTS A. Design,engineer and construct formwork, shoring and bracing to conform to design and code requirements;resultant Concrete to conform to required shape,fine and dimension. 1,05 QUALITY ASSURANCE A. Perform work of this section in accordance veth ACI 347,ACI 301,and ACI 318. PART 2 PRODUCTS 2.01 FORMWORK-GENERAL A. Provide concrete forms,accessories, shoring, and bracing as required to accomplish cast concrete work. B. Design and construct to provide resultant Concrete that conforms to design v*h respect to shape, des,and dimensions. C. Charmer outside comers of beams,joists,columns,and waft. D. Comply with applicable State and local codes with respect to design,fabrication,erection,and removal of formwork. PROJECT NO.14-172472-PHASE 1 0310 00-1 SECTION 0310 00 CoWIgM 20%by KLt19ER,INC.;Ail Rights Reserved CONCRETE FORMING AND ACCESSORIES E. Comply with relevant portions of ACI 347,ACI 301,and ACI 318. 2.02 WOOD FORM MATERIALS A. Farm Materials: At the discretion of the Contractor. 2.03 REMOVABLE PREFABRICATED FORMS A. Preformed Steel Foans: Mnirrium 16 gage,0.0598 inch thick,matched,tight fitting,stiffened to support weight of concrete without deflection detrimental to tolerances and appear of f!iWW daces. 2.04 FORMWORK ACCESSORIES A. Form Ties: Removable type,galvanized metal,fixed length,core type,with waterproofing WSW free of defects that could leave holes later than 1 Inch In concrete space. B. Form Release Agent: Capable of releasing forms from hardened concrete without sung or dish concrete or forming bughole .and other surface defects,compatible with concrete and form materials and not requiring removal for satisfactory bonding of coats to be applied. 1. Composition: Colorless mineral oil-based compound. 2. Do not use materials containing diesel oil or petroteurn-based compounds. C. F1W Strips for Chanmfered Comers: Rigid plastic tom;3/4 x 3/4'irich size;maximum possible lengths. 0. Nails,Spaces,Lag Bo ts,Through Bolts,Anchorages: Sized as required,of sufFtdent strength and character to mw taro formwork in place while placing concrete. E. W tops: Prebrried rrr»nerat cold strips,3/8 itch thick,moisture expainding. PART 3 EXECUTION 3.61 EXAMINATION A. Verify Bores,levels and centers before proceeding with formwork. Ensure that dimensions agree with drawings. 3.62 'EARTH FORMS A. Earth form are not permitted. 3.63 ERECTION-FORMWORK A. Erect formwork,shoring and bracing to achieve design requirements,in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstress by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. ©o not damage concrete during stiiippiug. Permit removal of remaining principal shores. D. Align O and melee watertight. Keep form Ohs to a rninimum. PROJECT NO.fA 172- 72 03 tO 00-2 SECTION 0310 00 CoVpW 2016 by KLUBER INC.,AN Rights Reserved CONCRETE FORMING AND ACCESSOMES E. Obtain approval before framing openings in structural members that are not indicated on drawings. F. Provide fillet and chamfer strips on external corners of exposed comers. G Coordinate this section with other sections of work that require attachment of components to formwork. H. If formwork Is placed after reinforcement,resulting in insufficient concrete corner over reinforcement,rust instructions from Arc ifectffingineer before proceeding. I. Provide continuous 2x4 minimum keyway in lop of all fotgs as depicted on the drawings. 3.04 APPLICATION-FORM RELEASE AGENT A. Apply form ruse agent on bmw"tc in accordance with manufacturer's recommends. B. Apply prior to placement of reintorcmg steel,anchoring devices,and embedded Items. C. Do not apply form release agent where concrete surfaces will receive special Tees or applied coverings that are affected by agent. Soak inside surfaces of untreated form wit clean water. Keep surfaces coated prior to placement of caxxete. 3.05 INSERTS, EMBEDDED PARTS,AND OPENINGS A. Provide formed openings where required for Items to be embedded in passing through concrete work. B Locate and set in puce item that will be cast dkectly into concrete. C. Coordinate-Aft work of other sections in forming and placing openings,slats,mgk ts,recesses, sleeves,bob,snctxirs,other inserts,and componertts of other work. D. Install accessories in accordance with manufacturer's instructions,so they are straight,level,and plumb. Ensure Items are not disturbed during concrete placement. E. install waterstops in accordance with manufacturer's instructions,so they are cwtinuous without displacing reinforcement. F. Close temporary openings with tight fitting panels,flush with inside face of forms,and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.06 FORM CLEANING A. Clean forms as erection proceeds,to remove foreign matter within forms. B. Clears formed cavities of debris prior to placing concrete. 1. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-off ports. 2. During cold weather, remove ice and snow from within burns. Do not use de-icing sus. Do not use water to clean out founts,unless formwork and concrete construction proceed with heated enclosure. Use compressed air or other means to remove"n ratter. 3.07 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 117,unless otherwise indicated. PROJECT NO.14-172-872 03 4000-3 SECTION 03 40 00 Copyright 2016 by KLUBER,INC.;AN Right Reserved CONCRETE FORMING AND ACCESSORIES 3.08 FIELD QUALITY CONTROL A. Inspect erected formwork,shoring,and bracing to ensure that work Is in accordance with formwork design,and to ver*that supports,fastenings,wedges,ties,and Kerns are secure.. B. Do not reuse wood formwork more than 2 times for concrete surfaces to be exposed to view. Do not pate fornwiork. 3,09 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed bads. B. Loosen forms carefully. Do not mdge pry bars,hammers,or tools age finish concrete swfaces scheduled for exposure to view. C. Store removed forms to prevent damage to form materials or to fresh concrete. Discard damaged forms. END OF SECTION PROJECT NO.*172472 031000-4 SECTION 0310 00 Copyrot 2016 by KLUBER,WC;;AN Rights Reserved CONCRETE FORMING AND ACCESSORIES SECTION 03 20 00 CONCRETE REINFORCING PART 1 GENERAL 1.01 SECTION INCLUDES A. Reinfacing steel for cast-in-place concrete. B. Supports and accessories for steel reinforcement. 1.02 RELATED REQUIREMENTS A. Section 0140 00-Quality Requirements. B. Section 0310 00-Concrete Forting and Accessories. C. Section 03 30 00-Cast-in-Place Concrete. 1.03 REFERENCE STANDARDS A. ACI 301 Specifications for Structural Concrete;American Concrete Institute International;2010 (Errata 2012). B. ACI 318-Building Code Requirements For Structural Concrete and Commentary;American Concrete Institute Intemational;2011. C. ACI SP-66 ACI Detailing Manual;American Concrete Institute International; 2004. D. ASTM A82/A82M-Standard Specification for Steel Wire, Plain,for Concrete Reinforcement;2007. E. ASTM A615/A615M-Standard Specification for Deformed and Plain Carbon-S"Bars for Concrete Re rcernent;2015. F. CRSI(DA4)-Manual of Standard Practice;Concrete Reinforcing Steel Institute;latest edition. G. CRSI(131)-Placing Reinforcing Bars;Concrete Reinforcing Steel Institute;2011. 1.04 SUBMITTALS A. See Section 0130 00-Administrative Requirements,for submittal procedures. B. Shop Drawings: Comply with requirements of ACI SP-66. Include bar schedules,rapes of bent bars,spacing of bars,and location of spfices. 1.05 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. B. Prepare shop drawings under the supervision of a qualified Structural Engineer(SE)experienced and licensed in design of work of this We and licensed In the State in which the Pro1ect is located. PART 2 PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M,Grade 60-60,000 psi. 1. Deforrned billet-steel bars. PROJECT NO.14-172-872-PHASE 1 032000-1 SECTION 03 20 00' CopyrW 2016 by KUBE2,INC. AN Ruts Reserved CONCRETE REINFORCING 2. Unfinished. B. Reinforcement Accessories: 1. Tie Wire: Annealed,minimum 16 gage,0.0508 inch. 2. Chairs, Bohlen,Bar Supports,Spacers: Factory made wire bar supports sized and shaped for adequate support of reinforcement during concrete placement. 3. Provide stainless steel components for placement within 1-1/2 inches of WAW09 sWaces. 2.42 FABRICATION A. Fabricate concrete rekftclng in accordance with CRSI(DA4)-Mang of Standard Practice. B. Welting of reinforcement is not pmyAted. C. Locate relnl1mcing sees not indicated on drawings at point of minimum stress. , 1. Review locations of splices with Architect/Enger. PART 3 EXECUTION 3.01 PLACEMENT A. Place,support and secure reinforcement against displacement. Do not deviate from required position. Reirib-cing"p*up"during placement of Concrete not acceptable. B. Accommodate placement of formed openings.; C. Conform to applicable code for concrete cover over reinforcement. 3.02 MELD QUALITY CONTROL A. An independent testing agency,as specified in Section 0140 00,will Inspect instated reinfomernent for conformance to contract documents before concrete placerent. B. Provide free access to concrete operations at pr site and cooperate with ft anted firm. END OF SECTION PROJECT NO.14-172472 032000-2 SECTION 03 20 00 Cop r¢tt 2016 by KLUBER,W.,A„Rifts Reserved CONCRETE REINFORCING SECTION 03 30 00 CAST-IN•PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Elevated concrete slabs. B. Floors and slabs on grade. C. Concrete foundation was and footings. D. Joint devices and accessories associated with concrete work. E. Concrete curing. 1.02 RELATED REWREMENTS A. Section 0310 00-Concrete Forming and Accessories. B. Section 0320 00-Concrete Reinforcing. 1.03 REFERENCE STANDARDS A. ACI 117-Standard Specifications for Tolerances for Concrete Construction and Materials; American Concrete Institute International;2010. B. ACI 211.1-Standard Practice for Selecting Proportions for Normal, Heavyweight,and Mass Concrete;American Concrete Institute International; 1991 (Reapproved 2009). C ACI 301 -Specifications for Structural Concrete;American Concrete Institute International;2010 (Erreta 2012). D. ACI 302.1R-Guide for Concrete door and Slab Construction;America Concrete Institute Intemational;2004(errata 2007). E. ACI 304R Guide for Measuring, Mixing,Transporting,and Placing Concrete;American Concrete Institute International;2000. F. ACI 305R-Hot Weather Concreting;American Concrete Institute International;2010. G. ACI 306R-Colo Weather Concreting;American Concrete Institute Intemation al; 2010. H. ACI 308R-Guide to Curing Concrete;American Concrete Institute International; 2001 (Reapproved 2008). 1. ACI 318-Building Code Requirements for Structural Concrete and Commentary;American Concrete Institute Intemational;2011. J. ASTM C33IC33M-Standard Specification for Concrete Aggregates; 2013. K. ASTM C94/C94M-Standard Specification for Ready-Mixed Concrete; 2015. L. ASTM C150/C150M-Standard Specification for Portland Cement; 2015. M. ASTM C171 -Standard Specification for Sheet Materials for Curing Concrete;2W7. PROJECT NO.*172472AiASE 1 03 30 DD-I SECTION 03 30 00 CopyrW 2016 by KLIBER,INC.;AN Rights Reserved CAST-N-PLACE CONCRETE N. ASTM C260/C260M-Standard Specification for Air-Entrains Admixhm for Concrete;2010a. 0. ASTM C309-Standard Specification for LOW Membrane-Forrning Compounds for Gong Concre*;2411. P. ASTM C494/C494M-Standard Specification for Chemical Admixtures for Concrete;2013. 0. ASTM C618-Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete;2015. R. NSF 372-W#IWV Water System Components-Lead Content; 2011. 1.04 SUBMITTALS A. See Section 0130 00-Administrative Requirements,for submittal procures. B. Product Date: Submit manufacturers'data on manufactured products showing compliance with specified requirements and Installation instructor, 1. For c urkV compounds, provide data on method of removal in the even of incompatibility om with f"covering ng adhesives. 2. Anchoring epoxy and expansion anchors. C. Mx Demons: Submit 15 days prier to start of work. 1. Submik for each type of concrete specified. 2. Include back-up test data. 3. todW*proposed rnix design complies requirements of ACI 301,Section 4-Concrete textures. 4. Indicate propel mix design complies with requirernents of ACI 318,Charter 5-Concrete Qualty, lu*q and Placing. 1.05 ttlALITY ASSLIRANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. B. Acquire cement from same source and aggregate from same source for entire project. C. Follow recommendations of ACI 305R when concreting during hot weather. D. Follow recommendations of ACI 306R when concreting during cold weaker. PART 2 PRODUCTS 2.01 FORMWORK A. Comply with requirements of Section 0310 00. 2.02 REINFORCEMENT A. Comply with requirements of Section 03 20 00. 2.03 CONCRETE MATERIALS A. Cement: ASTMI 0150,Type I-Normal Portland type. B. Fine and Coarse Aggregates: ASTM C 33. PROJECT No.%172472 033000-2 SECTION 03 30 00 CopyrW 2016 by KLUBER,INC.;AN Rights Reserved CAST-IN-PLACE CONCRETE C. Fly Asti: ASTM C616, Class C. D. Water. Clean and not detrimental to concrete. 2.04 ADMIXTURES A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. B. Air Entrainment Admixture: ASTM C260/C260M. C. High Rye Water Reducing and Retarding Admixture: ASTM C494IC494M Type G. D. High Range Water Reducing Admixture: ASTM C494fC494M Type F. E. Water Reducing and Accelerating Admixture: ASTM C49QC494M Type E. F. Water Ring and Retarding Admixture: ASTM C494tC494M Type D. G. Accelerating Admixture: ASTM C494/C494M Type C. H. Retarding Admixture: ASTM C4941C494M'Type B. 1. Water Reducing Admixture: ASTM C494fC494M Type A. 2.05 ACCESSORY MATERIALS A. Board Insulation: Provide at foundation perimeter and under slabs on grade. See Section 07 21 00 Boyd and Batt Insulation. B. Anchoring Epoxy: Refer to drawings.Acceptable rrmanufacturees indude... 1. Hilti:HIT-HY-150 fast curing ink system. 2. Simpson Strong-Tie:SET-XP high-strength anchoring adhesive. 3. Powers Fasteners: Pure110+epoxy injection adhesive anchoring system. C. Moisture-Retaining Cover. ASTM C 171; regular curing paper,white curia paper,clan polyethylene,white polyethylene,or white burlap-polyethylene sheet. D. Liquid Curing Compound: ASTM C 309, Type 1,dear or translucent. 2.06 BONDING AND JOINTING PRODUCTS A. Waterstops: Bentton ite and butyl rubber,complying with NSF 61 and NSF 372. 2.07 CURING MATERIALS A. Curing Compound, Naturally Dissipating: Clear,water-based,void membrane-forming compound;complying with ASTM C309. B. Moisture-Retaining Sheet: ASTM C171. 1. Coring paper,regular. 2. Polyethylene film,clear,minimum nominal thickms of 0.0040 in. 3. While-burlap-polyethylene sheet,weighing not less than 10 oz/per linear yd,40 inches wide. C. Water: Potable, not detrimental to concrete. PROJECT NO.114472-872 033000-3 SECTION 43 30 00 i Copyright 2016 by WME11,INC.;AN Rights Reserved CAST4N-PLACE CONCRETE i I 2.08 CONCRETE 1MX DESIGN A. Proporti*V Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Concrete Strength: Establish named aversge strength for each type of concrete on the basis of W experience or trig mixtures,as specified in ACI 301. 1. For trial mixtures method,employ independent testing agency acceptable 1 ArchbettEngkMr for preparing and report"proposed mix designs. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. Submit to Architect for re*w and 8MMd. D. Norm Wright Concrete: Type"A". 1. Strength,when tested in accordance with ASTM C391C39M at 28 days; 4,500 Psi. 2. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3. Water-Ce, er Ratio: Maximum 48 Pert by might. 4. Total Air Content: 2 percent,deten tinned in accordance wig►ASTM C 1730 173M. 5. Maximum Sly: 4 inches. 6. Maximum Aggregate Size: 314 inch. E. Nord Weight Concrete: Type"B". 1. Compressive Strength,when tested in accordance with ASTM C 39iC 39M at 28 days: 3, 2. Fly Ash Content: Maxim 15 percent of cernentitious materials by weight 3. VIA-Cerny Ratio: Maximum 56 percent by weight 4. Total Air Content: 2 percent,determined in accordance with ASTM C 1731173M. 5. Maximum Stump: 4 k0ft. 6, Maximum Aggregate Size: 1 inch. 2.09 MIXING A. Transit layers: C ly with ASTM C94IC94M. PART 3 EXECUTION 3.01 EXAMATION A. Vertiy lines,levels,and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Verify that fans are clean and free of rust before applying release agent. B. Coordinate placement of embedded items with erection of concrete mrmwork and placement of form acxessorles. C. in locations where new concrete is doweled to existing work,drtl holes in existing concrete,art steel dowels and pack solid with non-shrink grout. 3.03 pLAcMG CONCRETE A. Place concrete in accordance with ACI 304R. QRO&CT No.14472-972 o33000-4 SECTION 03 30 00 Copyr;gm 20ig by MMER,I14C.;AN Runts Reserved CAST.*M- LACE CONCRETE B. Place concrete for floor slabs in accordance with ACI 302.1 R. C. Notify Architect/Engineer not loss than 24 hours prior to commencement of placement operations. D. lrtain records of concrete placement. Record date,location,quantity,air temperature,and test samples taken. E. Ensure reinforcement,inserts,waterstops,embedded parts,and formed construction job devices will not be distwbed during concrete placement. F. Puce concrete continuously without construction(cold)joints wr wrever possible;where construction pints are necessary,before next placement prepare joint surface by removing Iaitance and exposing the sand and sound surface mortar,by sandblasting or hVHxessure water Wig• 3.04 SLAB JOINTING A. Isolation Joints: Use preformed joint filler with removable top section for ant sealant,total heot equal to thickness of slab,set flush with top of slab. 1. Instal wherever necessary to separate slab from other buildlog members,including columns, walls,equipment foundations,footings,stairs, manholes,sumps,and dry. B. Load Transfer Construction and Contraction Joints: Install bad transfer devices as indicated;saw cut joint at surface as indicated for contraction joints. C. lnsta0 joint devices in accordance with manufacturer's bsWctions. D. Place concrete continuously sly between predetermined expansion,control,and construction joints.. E. Do not Interrupt successive placement;do not permit cold pints to occur. F. Place floor slabs in checkerboard or saw cut pattern indicated. G. Saw cut Oats within 6-12 hours after placing. Use 3116 inch thick blade,cut into 114 depth of slab thickness. 3.05 CONCRETE FINISHING A. Repair surface defects, including tie holes,Immediately after removing formwork. B. Unexposed Form Finish: Rub down or chip off fins or other raised areas 114 loch or more In Wight. C. Exposed Form Finish: Rub down or chip off and smooth firs or other raised areas 1/4 Inch or more in height. Provide finish as follows: 1. Smooth Rubbed Finish: Wet concrete and rub with carboundum brick or other abrasive,not more than 24 hours after form removal. D. Concrete Slabs: Finish to requirements of ACI 302.1 R,and as follows: 1. Other Surfaces to Be Left Exposed: 'Steel trowel"as described lo ACI 302.1R,rrkl nVM burnish marks and other appearance defects. 2. Provide 314"radkrsed edge on exposed slab edges,unless otherwise anted. PROJECT NO.114-172-872 033000-5 SECTION 03 30 00 Copyright 2016 by KLUBER,INC.;AN Rights Reserved CAST4N44 ACE CONCRETE 3.06 CURING AND PROTECTION A. Comply with requirements of ACI 308R. edW*after Placement,protect concrete from premature drying,excessively hot or cold temperatures,and mechanical injury. B. Maintain concrete with minim moisture loss at relatively constard temperature for period necessary for hydration of cement and hardening of concrete. C. Surfaces Not in Contact with Forms: 1. Initial Curing: Start as soon as free water has disappeared and before surer is dry. Keep continuously moist for not loss than three days by aster ponding,water-saturiited send, water-fog spray,or saturated burlap. a. Splaying: Spray water over floor stab areas and maintain west. b. Saturated Burlap: Saturate burlap-polyethylene and place burlap-side down over floor std areas,lapping ends and sides; maintain in place. 2. f=inal Curing: Begin after Initial curing but before surface is dry. a. Moisture-Retaining Shut: Lap strips not less than 3 Inches and seal with waterproof tape or adhesive;secure at edges. b. Curing Compound: Apply,in two coats at right angles,using application rate recommended by manufacturer. 3.07 FIELD QUALITY CONTROL A. An independent testing agency will perform fa quality control tests,as specified In Section 0140 00. B. ProWe free access to concrete operate at erect site and cooperate with minted firm. 3.08 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required Ines,details,dimensions,tolerances or specified reWirernents. B. Reps or replacement of defective concrete will be determined by the Arch tectlEngheer. The cost of additional testing shy be borne by Contractor when defective concrete is Identified. C. Do not patch,fill,touch-up,repair,or replace exposed concrete except upon express direction of Architect/Engineer for each individual area. 3.09 PROTECTION A. Do riot permit traffic over unprotected concrete Am surface until fully cured. 3.10 SCHEDULE-CONCRETE TYPES AND FINISHES Location Mix Type Concrete Finish A. Footings B smooth form B. Interior slab-on-grlide B troweled C. Exterior elevated stab A troweled PROJECT NO.14-172472 033000-6 SECTION 03 30 00 Copyright 2016 by MWER,INC.;AN Rights ReWVed CAST-W-PLACE CONCRETE D. Exterior concrete retng walls B smooth formed,rubbed. END Of SECTION PROJECT NO.14-172-872 033000-7 SECTION 03 30 00 CupydW 2016 by KLUBER,WC.:AN Rights Reserved CAST-NW-Pi.IECE CONCRETE SECTION 0713 00 SHEET WATERPROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A. Sheet membrane, rproo11% B. Drayage panels and Protection boards. 1.02 RELATED REQUIREMENTS A. Section 3123 23 FIN: Backfll after instal ion of waterproofing. B. Section 03 30 00-Cast-kWlace Concrete: Concrete substrate. 1.03 REFERENCE STANDARDS A. ASTM D02-Standard Test Methods for Vulcanized Rubber and Thermoplastic Etastomers- Tendon; 2006a(Reapproved 2013). B. ASTM D570-Standard Test Method for Water Absorption of Plastics; 1998(Reapproved 2010). C. ASTM D903-Stwdard Test Method for Peet or Stripping Strength of Adhesive Bonds; 1998 (Reapproved 2010). D. ASTM DI 876-Standard Test Method for Peel Resistance of Adhesives(T-Peel Test) 2008, E. ASTM D1970/1)1970M-Standard Specification for SeO-Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Undertayroent for Ice Darn Protection;2015a. F. ASTM D5295ID5295M-Standard Guile for Preparation of Concrete Surfaces for Adhered (Bonded)Membrane VWaterproofing systems; 2014. G.ASTM D53ff/D5385M-Standard Test Method for Hydrostatic Pressure Resistance of Waterproofing Membranes; 1993(Reapproved 2010. H. ASTM E96IE96M-Standard Test Methods For Water Vapor Transmission of Materials;2014. 1. ASTM E154IE154M-Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs,on Walls,or as Ground Cover,2008a(Reapproved 2013). 1.04 SUBMITTALS A. See Section 0130 00-Administrative Requirements,for submittal procedures. B. Product Data: Provide data for membrane,surface conditioner,flexible frashkW,joint cover street,and joint and crack sealants. C. Shop©rsrw iNs: Indicate special joint or termination conditions and conditions of interface with other materials. D. Certificate: Certify that products meet or exceed specified requirements. E. Marsrfacturer°s Instaltation Instructions: Indicate special Procedures. PROJECT NO.114-172472-PHASE 1 07 000-1 SECTION 0713 00 Cq**t 2016 by KLUBER,INC.,AN Rights Reserved SHEET WATERPROOFING F. Warranty. Submit manufacturer warranty and ensure forms have been corned in Owner's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Membrane Manufacturer Qualifications: Company specializing in waterproofing sheet membranes with five years experience. B. Installer Qualifications: Company specializing in performing the work of this section with minirnrn five years experience. 1.06 FIELD CONDITIONS A. Maintain ambient temperatures above 40 degrees F for 24 hours before and during application and until quid or mastic accessories have cured. 1.07 WARRANTY A. See Section 0178 00-Closeout Submittals,for additional warranty requirements. B. Provide five year manufacturer warranty for waterproofing failing to resist penetration of water, except where such failures are the result of structural failures of building.Hairline craking of concrete doe to temperature change or shrinkage is not considered a structural failure PART 2;PRODUCTS 2.01 MEMBRANE MATERIALS A. Self-Adhered Modified Bituminous Mbrane: 1. Thiclrness: 60 m1i (0.060 inch). 2. Sleet Width: 36 inches. 3.; Tensile Strength: 4. Elongation at Break: 300 percent,minimum,measured according to ASTM D412. 5. Water Vapor Pemneance: 0.05 perm, maximum, measured in accordance with ASTM E96/E96M. 6. Low Temperature Flexor: Unaffected when tested according to ASTM D1970 at mina 20 degrees F, 180 agree bend on i Inch mandrel. 7. Peel Strength: 7 pounds per inch, minimum,when tested according to ASTM D903. 8. Lap Adhesion Strength: 5 pounds per finch, minimum,when tested according to ASTM D1876. 9. Puncture Resistance: 50 pounds,minimum, measured in accordance with ASTM E154/Ei 54M. 10.Water Absorption:0.1 percent increase in weight, maximum, measured in accordance with ASTM D570,24 hour immersion. 11.Hydrostabc Resistance: Resists One weight of 200 feet when tested according to ASTM D5385. 12.Adhesives,Sealants,Tapes,and Accessories: As recommended by membrane manufacturer. 13.Manufacturers: a. Carlisle Coatings&Waterproofing Incorporated;MraDRI 861: www.caAsW-ww.c om, b. Grace Construction Products;Bitumen Low Temperature: www.na.gracecoraWc*m.com. c. Henry Company; Blueskin WP 200: www.henry.com. d. W.R.Meadows, Inc; MEL-ROL LOW TEMP: www.wrrneadows.com. PROJECT NO.%172472 074300-2 SECTION 0713 00 Copyright 2016 by KLUBER,INC.;AN Rights Reserved SHEET WATERPROOFING i I e. Substautns: See Section 0160 00-Product Requirements. B. Seaming Materials: As recommended by membrane manufacturer. C. L*rnbram Sept: As recommended by membrare mMhdumr. D. Termination Bars: Akurrt um;compatible vM membrane and adhesives. 2.02 ACCESSORIES A. DBinagepdection Board tnsuladon at Fourdation Perimeter: 1. Exceed Polystyrene Board Mutation: ASTM C578,Type IV;Extruded polystyrene bold with either natural skirt or cut cell surfaces;with the fob characteristics: a. Flame Spread Index: 25 or less,when tested in accordance with ASTM E84. b. Srnoce Developed Index: 450 or less,when tested in accordance with ASTM E84. c. Conies with fire-resistance requirements shown on the drawings as part of an exterior none-bearing exterior wall assembly when tested in accordance WWI NFPA 285, d. Board Size: 24 x 96 inch. e. Board Thickness: 2%itches. f. Board Edges: Square(short edge);Strip(long ). g. Thal Resistance(R):Aged value of 10.0 for specified thickness. h. Compressive Resistance: 25 psi,rte. L Drainage Capacity: 3.0 gal/min/ft @ 1,200 psf and 0.19 gradient per ASTM D47% j. der Absorption,maximum: 0.3 percent,volume per ASTM C272. k. Mlan dacturers: a) Dow Chemical Co;Per e: www.dow.con. b) Owens Coming Corp: www.ovvenSCOMIng.com- c) Substitutions: See Section 0160 00-Product Requirements. B. Flexible Feshings: Type recommended by membrane manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. 'Verify ezrsting conditions before starting Wo*. B. Verify substrate surfaces are durable;;free of matter detrimental to adhesion or aeration of waterproofln9 system C. Verify tW items that penetrate surfaces to receive waterproofing are securely installed. 3.02 PREPARATION A. Protect adjacent surfaces not designated to receive waterproofing. B. Clean and prepare surfaces to recete waterproof in accordance with Manufacturer's instructions. C. Do not apply waterproofs to surfaces unacceptable to membrane manufacturer. D. Seal cracks lend joints with sealant using depth to width ratio as recommended by sealant manufacturer. PROJECT No.14472472 72 9713 Oft-3 SECTION 0713 00 Copprigl►t 2016 by KWBER,INC.;Al Rights Reserved SHEET WATERPROOFING E. Apply surface conditioner at a rate recomrr-nded by manufacturer. Protect conditioner from rain or frost until dry. F. Concrete Surfaces for Adhesive Banding: Prepare concrete substrate according to ASTM D5295. 1. Remove substances that lotubit adhesion including form release agents,curing compounds admixtures,laitance,moisture,dust,dirk,grease and oil. 2. Repair surface defects including honeycombs,fins,tie holes,bug holes,sharp offsets,rutted cracks, ragged comers,deviations in surface plane,spalling and delaminations,as described in the reference standard. 3. Remove and replace areas of defective concrete as specified in Section 03 30 00. 4. Prepare concrete for adhesive bonded waterproofing using mechanical or chemical methods described in the referenced standard. 5. Test concrete surfaces as described in the referenced standards. Verify surfaces are ready to receive adhesive bonded waterproofing membrane system. 3.03 INSTALLATION-MEMBRANE A. Install membrane waterproofing in accordance with manufacturers instructions. B. Roll out membrane. Wnimize wrinides and bubbles. C. Overlap edges and ends and seal by method recommended by manufacturer,minknurn 3 inches. Seal permanently vaterproof. Apply uniform bead of sealant to joint edge. D. Reinforce membrane with multiple thickness of membrane material over joints,whether joints are static or dynamic. E. WVeamer lap joints on sloped substrate in direction of drainage. Seal joints and searns. F. Install flexible flashkW. Seal Rerr>,s penetrating through membrane with flexible flashligs. Seal watertight to membrane. G. Seal membrane and flashings to adjoining surfaces. Install termination bar at all edges. Install counterflashing over all exposed edges. 3.04 INSTALLATION-DRAINGEIDRAINAGE PANEL and PROTECTION BOARD A. Place drainage/protection insulation board directly against membrane, butt joints,place with grooves facing away from foundation wall and vertical to encourage drainage downward. Scribe and cut boards around projections,penetrations,and interruptions. END OF SECTION PROJECT NO.14-172-872 071300-4 SECTION 0713 00 Copyright 2016 by KLUBER,INC.;AN Rights Reserved SHEET WATERPROOFING SECTION 0718 00 TRAFFIC COATINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Coating for waterproofing and traffic surface 1.02 SUBNNTTALS A. See Section 0130 00-Administrative Requirements,for submittal procedures. B. Product Data: Ingle product characteristics and kmitations. Identify dissolving solvents,fuels, and potential destructive compounds. C. Samples: Submit two(2)samples of cured membrane,8 x 8 inch in size,Mustrating color,surface texture,and variations. D. Manufacturer's Installation Instructions: Include special field conditions required to Instal traffic membrane and potential Incompatibilities with adjar ent materials. E. Maintenance Data: Include procedures for stain removal,repairing surface, and cleaning. F. Warranty: Submiltt manufacturer warranty and ensure that forms have been cornpleted in Owner's name and registered with manufacturer. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: 'Company specializing in manufacturing products of the type specified in this section,with not less than five years of demented experience. B. Applicator Qualifications: Company specializing in perlbrmirg installation of traffic membrane,with minimum five years documented experience and approved by manufacturer. 1.04 DELIVERY,STORAGE,AND HANDLING A. Maintain storage area at minimum ambient temperature of 55 degrees F. B. Keep away from fire or open flame. 1.05 FIELD CONDITIONS A. Do not instal materials when temperature is below 50 degrees F or above 90 degrees F. B. Maintain this temperature range,24 hours before,during and 72 hours after application. C. Restrict traffic from area where materials are being Installed or are curing. 1.06 WARRANTY A. See Section 0178 00-Closeout Submittals,for additional warranty requirements. B. Correct defective Work within a five year period after Date of Substantial Completion. C Provide ten year manufacturer warranty for material. ACT No.*172-8724*tk%t 071800-1 SECTION 07 is 00 Coppight 2016 by KLUBER.W.;AN Rights Reserved TRAFFIC COATINGS 1. Include coverage for delamination of system from substrate and degradation of waterproofing ability. 2. If Excellent Coatings' Excel-Coat"is provided, arrange for an interi n inspection to occur 5 years after the date of Substantial Complet on,to comply with Excellent Cogs'requirement for said inspection to occur in order to extend their warranty for an additional 5 years beyond their standard 5-year warranty. PART 2 PRODUCTS 2.01 TRAFFIC COATINGS A. Pedestrian Coating: Brush/Roller-appked water-based acrylic membrane with fiberglass fabric reinforcement. 1. Finished Coating Thickness: 0.060 inch,minimum. 2. Wnufacturers and Products: a. AVM Industries, Inc; Elasto Fiberdeck(System 100): www.avmindustries.corn. a) Contact:Amir Rudyan;(888)414-1041. b. Environmental Coating Systems, ft.;All Deck: www.alldeck.eom. a) Contact: Don Josephson;(800)225-3325. c. Exce1W Coatings International;Excel-Coat: www.exceDentcoatirkgs.com. a) Contact:Jim;(800)473-3817. d. Substitutions: Not permed. 2.02 MATERIALS A. Wmbrane: Fed applied fiberglass-reinforced acrykc polymer;waterproof,color as selected by Owner from manufacturer's standard line. B. Topping: acrylic Polymer compound. C. Surfacing: Aggregate recommended by manufacturer. D. Filler and Pruner: As recommended by membrane manufacturer. E. Sealant: Polyurethane or sized acrylic type,as recommended by membrane manufacturer, and compatible with system and adjacent materials. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate is ready to receive work,surface is clean,dry and free of substances that could adversely affect bond. B. Do not begin work until concrete substrate has cured at least 28 days and moisture con#ent is 16 percent or less. 3.02 PREPARATION A. Clean she surface free of foreign matter. Shot-blast,acid etch or otherwise abrade concrete and masonry surfaces in accordance with manufacturer's requirements to ensure suitable bonding surface. PROJECT NO.14-172472 071800-2 SECTION 0718 00 CoppW 2016 by KLUBER,INC.,AN Rights Reserved TRAFFIC COATWGS B. Patch concrete substrate with filler to produce surface conducive to bond. C. Protect adjacent surfaces. 3.03 INSTALLATION A. Apply system materials in accordance with manufacturer's instructions. B. Roller-apply prkner to prepared substrate to mantdacturees recommended thickness. C. When primer is tack free,roper-apply base resin coat to manufacturer's recommended thickness, embedding fiberglass mat In base coat. D. Men base coat is tack flee,apply textured coat to manufacturer's recommended g ickness. E. When textured coat is dry,roller-apply top coat sealer to manufacturer's recommended ftkmess. F. Extend primer,base coat,textured coat and top coats up Intersecting and pm*Wer vertical surfaces,2 Inches. Feather sucking coats dawn at edges.Terminate edges in a sit line, as detailed on drawings. 3.04 PROTECTION A. Do not permit traffic over surfaces that have not dryed.Do not install or anchor equipment to surface wart consulting coating marwfacturer for appropriate wait time. 3.05 TRAINING A. Instruct Owner in the proper care, maintenance and repair of the traffic coating. END OF SECTION PROJECT NO.14-172472 071800-3 SECTION 0718 00 CoprW 2016 by K-USER,INC.;AM Rights Reserved TRAFFIC COATINGS SECTION 07 2100 THERMAL INSULATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Board insulation and integral vapor retarder at perimeter foundation wall,underside of floor stabs, and exterior wall bWM ring walls. 1.02 RELATED REQUIREMENTS A. Section 0713 00-Sheet Waterproofing: Insulation board used for drainage/protection of waterproofing system. 1.03 REFERENCE STANDARDS A. ASTM E84 Standard Test Method for Surface Burning Characteristics of Building Materials; 2014. 1.04 SUBMITTALS A. See Section 0130 00-Administrative Requirements,for submittal procedures. B. Product Data: Provide data on product characteristics,performance crfieria,and product limitations. C. Manufacturer's Installation Instructions: Include information on special environmental conditions required for installation and installation techriiques. D. Manufacturer's Certificate: Certify that products met or exceed specified requirements. 1.05 FIELD CONDITIONS A. Do not instal insulate adhesives when temperature or weather conditions are detrimental to successful installation. PART 2 PRODUCTS 2.01 APPLICATIONS A. Insulation Under Concrete Slabs: Extruded polystyrene board. 2.02 FOAM BOARD INSULATION MATERIALS A. Board Insulation at Underside of Elevated Concrete Slabs: 1. Extruded Polystyrene(XPS)Board Insulation: ASTM C578,Type XII;extruded polystyrene board with either natural skin or cut cell surfaces;with the following characteristics: 2. Flame Spread Index: 25 or less,when tested in accordance with ASTM E84. 3. Smoke Developed Index: 450 or less,when tested in accordance with ASTM E84. 4. Board Size: 24 x 96 inch. 5. Board Thickness: 3 inches. a. Board Edges: Square. b. Thermal Resistance(R):Aged value of 5.0 per inch thickness. c. Compressive Resistance: 40 psi. PROJECT NO.%172-872-PHASE 1 07 2100-1 SECTION 07 2100 Cupr;ght 2016 by KLUBER,INC.;AN Rights Reserved THERMAL INSULATION d. Water Absorption: 0.3 percent by YAM,maximum. e. Manuladurers: a) Dow Chemical Co: www.dow.com. b) Owens Coming Corp: www.owet►scorning.com. c) Substitutions: See Section 0160 00-Product Requirements. 2.03 ACCESSORIES A. N s or Staples: Steel wire;electroplated or gstmized,type and size to suk Pkation. B. Adhesive: Type recommended by insulation manufacturer for application. PART 3 EXECUTION 3.01 EXAIwNNATION A. Verify that substrate,adjacent materials,and insulation materials are dry and that substrates are ready to receive emulation and adhesive. B. Verify substrate sur€aces are Nat,free of Irregularities. 3.02 BOARD INSTALLATION AT UNDERSIDE OF ELEVATED SLABS A. Apply adhesive to back of boards: 1. Five continuous beads per board length. B. tnstaN boards longitudinally on underside of stab. 1. Place boards to maximize adhesive contact. 2. Instal In running bond pattern. 3. Butt edges aril ends tightly to adjacent boards and to protrusions. C. Cut argil fut insulation may,►to protrusions or interruptions to the insulation plane. 3.03 BOARD INSTALLATION AT EXTERIOR WALLS A. Instal boards horizontally on vas. 1, Place boards to maximize adhesive contact. 2. Instal in running bond pattern. 3. Butt edges and ends tightly to adjacent boards and to protrusions. 4. Mechanically fasten top 17 of insulation board to wall using approved fasteners. B. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane. C. Tape insulation board its. 3.04 PROTECTION A. Do not pmt installed insulation to be damaged prior to its concealment. END OF SECTION PROJECT NO.114-172472 072100-2 SECTION 072100 Copyright 2016 by KLUBER,INC.;AN Rights Reserved THERMAL INSULATION SECTION 3122 00 GRADING PART 1 GENERAL 1.01 SECTION INCLUDES A. Removal and storage of topsoil. B. Rough grading and recontouring the site for positive water dralage. C. Topsoil and finish grading for planting. 1.02 RELATED REQUIREMENTS A. Section 312316-Excavation. B. Section 312323-Fig: Filling and compaction. 1.03 SUBMITTALS A. Project Record Documents: Accurately record actual locations of utilities remaining by horizontal dimensions,elevations or inverts,and slope gradients. 1.04 SEQUENCING AND SCHEDULING A. Schedule,sequence and coordinate the work of this section,and prior and subsequent portions of the work, In accordance with the requirements of Section 0140 00-testy Requirements. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Friable loam;imported morrow. 1. Graded. 2. Free of roots, rocks larger than 1/2 inch,subsoil,debris,large weeds and foreign matter. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that intended elevations for the Work are as indicated. B. Verify knits of work areas. 3.02 PREPARATION A. Identify required Ones,levels,contours,and datum. B. Make and Haag locations of known utilities. 1. Contact Joint Utility Locating Information for Excavators(JULIE 800-892-0123)before start of excavating work to ensure that existing utilities on the property are located and property protected. C. Locate,identify,and protect from damage above-and below-grade utilities to remain. PROJECT NO.14-172-8724WSE 1 3122 00.1 SECTION 3t 22 00 Copyright 20116 by KLUBER,INC.;AM Rights Reserved GRADING D. Protect site features to remain, including but not limited to existing structures,sidewalks,paving, and curbs,from damage by grading equipment and vehicular traffic. E. Protect trees to remain by provides substantial fentitg around entire tree at the outer tips of its branches;no grading is to be performed inside this line. F. Protect Mants,lawns,and other features to remain as a portion of final landscaping. 3.03 ROUGH GRADING A. Remove topsoil from areas to be further excavated, re-landscaped,or regraded,without mixing with foreign materials. B. Do not remove topsoil when wet. C. Remove subsoil from areas to be further excavated,re-landscaped,or re-graded. D. Do not remove wet subsoil, unless it Is subsequentty processed to obtain optimum moisture content. E. When excavating through roots,perform work by hard and cut roots with sharp axe. F. See Sect 3123 23 for compaction and filling Procedures. G. Benct ft Slopes: Horizontally bench existing slopes greater than 1:4 to key fill material to sloes for firm bearing. H. Stability: Replace damaged or displaced subsoll to same requirements as for specified fill. 3.04 SOIL.REMOVAL and STOCKPILING A. Stockpile topsoil to be re-used on site; remove remainder from site. B. Stockpile subsoll to be re-used on site; remove remainder from site. C. Stockpiles: Use areas designated on site; pie depth not to exceed 2 feet protract from erosion. 3.05 FINISH GRADING A. Before Finish Grading: 1. Verify bum and trench backflling have been Inspected. 2. Verify subgrade has been contoured and compacted. B. Remove debris,roots,branches,stones,in excess of 112 inch in size. Remove soil contaminated with petroleum products. C. VN we topsoil is to be placed,scarify surface to depth of 3 inches. D. in areas where vehicles or equipment have compacted soil,scarify surface to depth of 3 inches. E. Place topso6 where required to level finish grade. F. Place topsoil to the following compacted thicknesses: 1. Areas to be Seeded with Grass: 6 inches. 2. Areas to be Sodded: 6 inches. 3. Shrub Beds: 18 inches. PROJECT NO.14-172-872 312200-2 SECTION 3122 00 Copyright 2016 by KLLHW-R,INC.,AM Ruts Reserved GRADING G. Place topsoil during dry weather. H. Remove roots,weeds, rocks,and foreign material while spreading. 1. Near plants spread topsoil manually to prevent damage. J. Fine grade topsoll to eliminate uneven areas and low spots. Maintain profiles and contour of suhgrade. K. Lightly tact placed topsoil. 3.06 TOLERANCES A. Top Surface of Subgrade: Plus or minus 0.10 foot(1-3/16 inches)from required elevation. B. Top Surface of Finish Grade: Plus or minus 0.04 foot(1/2 inch). 3.07 REPAIR AND RESTORATION A. Existing Facilities,utilities, and Site Features to Remain: tf damaged due to this work,repair or replace to original condition. B. Trees to Remain: If damaged due to this work,trim broken branches and repair bark wounds;f root damage has occurred,obtain instructions from ArchkectlEnglneer as to remedy. C. Other Existing Vegetation to Remain: if damaged due to this work, replace with vegetation of equivalent species and size. 3.08 FIELD QUALITY CONTROL A. See Section 3123 23 for compaction density testing. 3.09 CLEANING A. Remove unused stockpiled topsoil and subsoil. Grade stockpile area to prevent standing water. B. Leave site clean and raked,ready to receive landscaping. END OF SECTION PROJECT NO.14-172-872 312200-3 SECTION 3122 00 Copyright 2016 by KLUBER,INC.:AN Ruts Reserved GRADING SECTION 312316 EXCAVATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Excavating for foOfts and kWBRat!On of v erProo g. 1.02 RELATED REQUIREMENTS A. Section 0157 13-Temporary Erosion and Sedimentation Control: Slope protection and erosion CD*0l. B. Section 0170 00-Execution and Closeout Requirements: General requirements for dewater ng of excavations and water control. C. Section 3122 00-Grading: Solt removal from surface of site. D. Section 3122 00-Grading: Grading. E. Sectoion 3123 23•Fig: Fill materials,frig,and compacting. 1.03 SEQUENCING AND SCHEDULING A. Schedule,sequence and coordinate the work of this section, and prior and subsequent portions of the work, in accordance with the requirements of Section 0140 00-Quality Requirements. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION 3.01 EXAMNATION A. Verify that Mended elevations for the work are as indicated. 3.02 PREPARATION A. Identify required Ines,levels,contours,and datum"locations. B. See Section 3122 00 for additional requirements. 3.03 EXCAVATING A. Excavate to accommodate new structures and construction operations. B. Notify ArchitecttEngineer of unexpected subsurface conditions and discontinue affected Work in area until notilred to resume work. C. Slope banks of excavations deeper than 4 feet to angle of repose or less until shored.. D. Do not interfere with 45 degree bearing splay of foundations. E. Cut utility trenches wide enough to allow inspection of installed utilities. F. hand trim excavations. Remove loose matter. G. Remove harped subsoil, boulders,and rock up to 1l3 cu yd measured by volume. PROJECT NO.%172412-PHASE 1 312316 1 SECTION 312316 Copyright 2016 by KLUBER,INC.;AN Rights Reserved EXCAVATION N. Correct areas that are over-excavated and bed-bearing surfaces that are disturbed; see Section 31 23 23. 1. Grade top perimeter of excavation to prevent surface water from draining into excavation. J. Remove excavated material that is unsuitable for reuse from site. K. Stockpile excavated material to be re-used in area deskfnated on site in accordance with Section 31 22 00. L. Remove excess excavated material from site. 3.44 FIELD QUALITY CONTROL A. See Section 0140 00 Quality Requirements,for general requirements for field inspection and testing. B. Provide for visual inspection of toad-bearing excavated surfaces before placement of foundations. 3.05 PROTECTION A. Prevent displacement of banks and keep loose soil from falling into excavation;maintain sod stability. D. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. END OF SECTION PROJECT NO.14-172-872 312316-2 SECTION 3123 46 Copyright 2016 by KLUBER,INC.;AN Ruts Reserved EXCAVATION SECTION 3123 23 FILL PART1 GENERAL 1.01 SECTION INCLUDES A. Filling, backfslling,and compacting for footings and foundations and retaining walls. 1.02 RELATED REQUIREMENTS' A. Section 015713-Temporary Erosion and Sedimentation Control: Slope protection and erosion control. B. Section 03 30 00 Cast4n-Place Concrete. C. Section 3122 00-Grading: Removal and handing of soil to be re-used. D. Section 3122 00-Greg: Site grading. E. Section 312316 Excavation: Removal and handling of soil to be re-used. F. Section 33 46 00-Subdrainage: Filter aggregate and filter fabric for foundation drainage systems. 1.03 DEFINITIONS A. Finish Grade Elevations: To match existing conditions. B. Subgrade Elevations: 6 inches below finish grade elevations,unless otherwise indicated. 1.04 REFERENCE STANDARDS A. AASHTO T 180-Standard Specification for Moisture-Density Relations of Sod Using a 4.54 kg (10-x)Rarnow and a 457 mm(18 in.) ;American Association of State Highway and Transportation Officials;2010 B. ASTM D698-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3(600 W-WW));2012. C. ASTM D1557-Standard Test Methods for Laboratory Compaction Characteristics of Sots Using Modified Effort(56,000 ft-lbf/ft3(2,700 W m1m3));2012. D. SSRBC-Stud Specifications for Road and Bridge Construction,adopted by the Illinois Department of Transportation on January 1, 2012,including applicable current Supplemental Specifcaltons and Special Provisions. 1.05 SUBMITTALS A. See Section 0130 40-Administrative Requirements,for submittal procedures. B. Compaction Density Test Reports. 1.06 DELIVERY,STORAGE,AND HANDLING A. When necessary,store materials on site in advance of need. B. When fill materials need to be stored on site,locate stockpiles where indicated. PROJECT NO.14-172-872 1 3123 23-1 SECTION 3123 23 Copyright 2016 by KLUBER,INC.;AN Rights Reserved FILL 1. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. 3. Protect stockpiles from erosion and deterioration of materials. 1.07 SEQUENCING AND SCHEDULING A. Schedule,sequence and coordinate the work of this section,and prior and subsequent portions of the work,in accordance with the requirements of Section 0140 00-Quality Requirements. PART 2 PRODUCTS 2.01 FILL MATERIALS A. General Fill: Subsoil excavated on-site. 1. Graded. 2. Free of lumps larger than 3 inches, rocks larger than 2 itches, and debris,waste,frozen materials,vegetable and other deleterious matter. B. Structural Fill: Subsoil excavated on-ske. 1. Graded.' 2. Frei;of lumps larger than 3 inches,rocks larger than 2 inches,and debris,waste frozen materials,vegetaibel and other deleterious matter. C. Granular Fill: Crushed stone conforming to SSRBC;CA-7. D. Sand: Natural river or bank sand;washed;free of silt,clay, loam,friable or soluble materials,and organic matter. E. Topsoil: Friable loam;imported borrow. 1. Graded. 2. Free of roots,rocks larger than 1/2 inch,subsoil,debris,large weeds and foreign matter. 3. Acidity range(pH)of 5.5 to 7.5. 4. Containing a minimum of 4 percent and a maximum of 25 percent inorganic matter. 2,02 SOURCE QUALITY CONTROL A. See Sects 0140 00-Quaky Requirements,for general requirements for testing and analysis of soil material. B. if tests indicate materials do not meet specified requirements,change material and retest. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that intended elevations for the Work are as indicated. B. Identify required tines,levels,contours,and datum locations. C. See Section 3122 00 for additional requirements. D. Verify subdrainage,dampproofing,or waterproofing installation has been inspected. E. Verify structural ability of unsupported was to support Imposed loads by the fill. PROJECT NO.U-172-872 312323-2 SECTION M 23 23 Copyright 2016 by KLWER,INC.;AM Rights Reserved FILL F. Verify removal of underground tank and associated soils remediation has been completed. 3.02 PREPARATION A. Scarify subgrade surface to a depth of 6 inches to identify soft spots, B. Cutout soft areas of subgrade not cap"of compaction in place. Bads with general fit. C. Compact subgrade to density equal to or greater than requirements for subsequent fill material. D. Until ready to fill,maintain excava*ns and prevent loose soli from fang into excavation. 3.03 FILLING A. Fill to contours and elevations indicated using unfrozen materials. B. Employ a placement method that does not disturb or damage other work. C. Systematically fill to allows maximum time for natural settlement. Do not fill over porous,whet,frozen or spongy subgrade surfaces. D. Maintain optimum moisture content of fill maters to attain required caction density. E. Granular Fill: Place and compact materials in equal continuous layers not exceeding 6 inches compacted depth. F. Soil FA: Place and compact material in equal continuous layers riot exceeding 8 inches` m7 parted depth. G. Slope grade away from Wilding minimum 2 inches in 10 ft,unless noted otherwise. Make gradual grade . Blend slope into level areas. H. Correct areas that are over-excavated. 1. Load-bearlV foundation surfaces: Use structwal fill,flush to required elevation,compacted to 98 percent of maximum dry density. 2. Other areas: Use general fill,flush to required elevation,compacted to minimum 97 percent of maximum dry density. I. Compaction Density Unless Otherwise Specified or Indicated: 1. Under slabs-on-grade and similar construction: 95 percent of maximum dry density. 2. At areas under retaining wall foundations: 98 percent of maximum dry density. 3. At other locations: 90 percent of maximum dry density. J. Reshape and re-compact fps subjected to vehcular traffic. 3.04 FILL AT SPECIFIC LOCATIONS A. Under Stabs-4n-Grade: 1. Use granular loll• 2. Depth: 4 inches deep. 3. Compact to 95 percent of maximum dry density. B, At Forms and Retaining Wales: 1. Use general fill. PROJECT NO.14-172472 312323-3 SECTION 3123 23 C4pyrot 201 by KLUBER,INC.,AN RW#s Reserved FILL 2. Fill up to subgrade elevation. 3. Compact each lift to 90 percent of maximum dry density. 4. Backfll simultaneously on each side of retaining wags until grade on lower side has been reached. C. Over Subdrainage Piping at Foundation Perimeter and Retaining Walls(per area behind): 1. Drainage fill and geotextile fabric: Section 33 46 00, 2. Cover drainage fill with general Rill. 3. Fill up to Fade elevation. 4. Compact to 90 percent of maximum dry density. D. At Lawn Areas: 1. Use general fill. 2. Compact to 90 percent of maximum dry density. 3. See Section 3122 00 for topsoll placement. 3.55 TOLERANCES A. Tap Surface of General Fling: Plus or minus 1 inch from required elevations. 3.06 FIELD QUALITY CONTROL A. See Section 0140 00-Quality Requirements,for general requirements for field inspection and testing. B. Evaluate results in relation to compaction cum determined by testing uw4nVacted maters in accordance with ASTM D698('standard Proctor"),ASTM D1557("modified Proctor"),or AASMTO T 180. C. If tests indicate work does not meet specified requirements, See Section 0140 00 for procedures. D. Frequency of Tests: Test compaction of existing,graded and placed materials no more than seven(7)days prior to placement of the next portion of the Work, and only when no rain is expected between the time of the test and the placement of the next portion of the Work.Proceed with the subsequent portions of the Work only after satisfactory results have been verified in writing. 3.07 CLEANING A. Remove unused stockpiled materials,leave area in a dean and neat condition. Grade stockpile area to prevent standing surface water. S. Leave borrow areas in a clean and neat condition. Grade to prevent standing surface water. END OF SECTION PROJECT NO.14-172-872 312323-4 SECTION 3123 23 Copyright 2016 by KLUBER,INC.;AN Rights Reserved FILL SECTION 33 46 00 SUBDRAINAGE PART1 GENERAL 1.01 SECTION INCLUDES A. Building Perimeter and Retaining Wall Drainage Systems. B. Fier aggregate and fabric and bedding. 1.02 RELATED REQUIREMENTS A. Section 312316-Excavation: Excavating for subdrainage system piping and simounding filter aggregate. B. Section 3123 23-Fill: BackOng over der aggregate,up to subgrade elevation. 1.03 REFERENCE STANDARDS 1.04 SUBMITTALS A. See Section 0134 00-Administrative Requirements,for submittal prima. B. Shop Draws:Indicate dimensions,layout of piping,high and low points of pipe inverts,gradient of slope between comers and intersections. C. Product Data: Provide data our pipe drainage products,pipe accessories,and Rter fabric. D. Manufacturers Certificate: Certify that products meet or exceed speed requirements. E. Project Record Documents: Record location of pipe runs,connections,clearmts and principal invert elevations. 1.05 REGULATORY REQUIREMENTS A. Conform to apple code for materials and instaflation of the work of this section. , PART 2 PRODUCTS' 2.01 PIPE MATERIALS A. Corrugated Plastic Tubing: Flexible type;4 inch diameter,Wirth required fittings. B. Use perforated pipe at subdrainage system;unperforated thresh sleeved walls. 2.02 AGGREGATE AND BEDDING A. Filter Aggregate and Bedding Material: Granular fill as specified in Section 3123 23. 2.03 ACCESSORIES A. Pipe Coup#ngs: Soli!plastic. B. Fi ter Fabric: Water pervious type, blade polyolefin. PROJECT NO.14-172-8724*IASE 1 33 4600-1 SECTION 33 46 00 Copyright 2016 by KtLIBER,INC.;AM Rights Reserved SUBDRAINAGE PART 3 EXECUTION 3.01 EXAMINATION A. Verify that trench cut is ready to receive work and excavations,dimensions,and elevations are as indicated on layout Drawings. 3.02 PREPARATION A. Hard trim excavations to required elevations. Correct over-excavation with Lean concrete. B. Remove large stones or other hard matter that could damage drainage piping or Impede consistent backfOling or compaction. 3.03 INSTALLATION A. Instate and join pipe and pipe fittings in accordance with pipe manufacturer's instructions. B. Place drainer pipe on dean cut subsoil C. Lay pipe to slope gradients noted on shop drawings,with maximum variation from true slope of 178 inch in 10 W. D. Place pipe with perforations facing down. Mechanically join pipe ends. E. Instal pipe couplings. F. Install filter aggregate at sides,over joint covers and top of pipe. Provide top cover compacted thickens of 12 mss. G. Place filter fabric over levelled top surface of aggregate cower prior to subsequent backfilling operations. H. Place aggregate in maximum 4 inch lifts,consoadating each aft. I. Refer to Section 3123 23 for compaction requirements. Do not displace or damage pipe when compacting. J. Place impervious ffil over drainage pipe aggregate cover and compact. K. Connect to storm sewer system with unperforated pipe. 3.04 FIELD QUALITY CONTROL A. Section 0140 00-Quality Requirements: Field inspection and testing. B. Request inspection prior to and immediately after placing aggregate cover over pipe. 3.05 PROTECTION A. Protect pipe and aggregate.cover from damage or displacement until bac Ifing operation begins. END OF SECTION PROJECT NO.W172-872 334600-2 SECTION 33 46 00 Copyright 20116 by KLUBER,INC.;AN Rights Reserved SUBIWINAGE ATTACHMENT C VILLAGE OF OAR BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT ATTACHMENT C LIST OF DRAWINGS DATE LAST SHEET NOS. SHEET TITLES REVISED G100 Cover Shut, General Notes. Symbols&Drawing Index 04!30?2016 A210 Architectural Demolition Plans 04/3012016 A310 Architectural Floor Plans 04/3012016 S3I0 Structural Plans Notes and Details 04/3012016 `l. VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT ATTACHMENT D SPECIAL PROJECT REQUIREMENTS I. Contractor shall have five (5) years of experience which is comparable in type and scope to this project. '?. Work hours are 7:00 a.m. to 4:30 p.m. Monday through Friday. Any deviation is subject to the approval of the Village representative. a. The project will be done on consecutive work days. excluding weekends and holidays observed by the Village. 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 Comm' unity Development. 5. The Contractor shall supply to the Village, phone numbers where helshe can be reached after normal working hours. b. 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 beguinnting. T 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. The Contractor must deliver material with manufacturers labels intact and legible. store material on raised platforms and cover material with protective covering. 8. Before work is started. Contractor must deliver to the job site sufficient material to complete the project. 9. If a dumpster is required.. the location of the dumpster placement shall be mutually agreed upon between the Village and the contractor, 10. All ladders and scaffolding shall be maintained in prior working order during the course of this project and shall be secured at the end of each workday. 11. Contractor must 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 ATTACHMENT D be placed below the immediate work areas of laborers and scaffolds to warn the public of people working overhead. 12. At all times. Contractor must keep the work and storage areas in a clean, orderly. and a picked up manner. to prevent debris from bloA ng. 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. 13. 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. 14. Upon completion the Contractor shall supply a one year warranty covering material and workmanship:contractor shall submit sample warranty with bid. VILLAGE OF OAK BROOK HERITAGE CENTER EXTERIOR RENOVATIONS AND IMPROVEMENTS PROJECT APPENDIX 1 PREVAILING WAGES Coop County Prevailing Wage for July 2015 (See explanation of column headings at bottom of wages) -_-j2 Name R4 TY- _ Base 7-' 1✓SAP? p!-F}c ^Ji BSI? H/4y' p a_c e r. ac 7 ASBESTOS ART GEN --9.4r 9. G 5: _ J 2.0, 1±. 9l 10.12 C_000 ASRESTCS A3T-ME- -E.34,= 36.64- �. _. 2.0 11,4 14?. 99 6 G.0 0 C BO-1LER-NMI{E,R BLD 4 7.C, _.?LC! 2.[1 2.0 6.��C' _6.13 .,;C; NSON 4C 48 _6 0 1 .5 1, � -Gs. n S 14.4= 0. 0 C 0, 030 CARPENTER 1_ .79 16.319 E0 .0C'. 0.63E CEMENT, MASON ..LL 4 75,D 4_ ... 2,. _ 2 �D 13. 0: --4.4;- E, 4 4 r .J iv COMM. ELECT. ?-;,D 4 C.000 4< r,F, _ � c - - WR EXT 0-. LLL 4G. 1C''D _-._C, -G.76 14 .,.00 0.460 U PWR 47C, - 1 i l #3:'C� iPf n_' 4- ,.`0 C.C' 4 ,r C4 0600- 2.`v � .0 _3.ti' 14.21 4 .C�6C� L N,Sr:Lj'TI lit _ 4 E. 4 S C, - APPENDIX I 6.2 C 0 2 4 4 " E,• 2 1 1 4 0 it 7 .L rj'-, ?9.9 2 1J.?7 0.0'x0 I-kTB R Er,R LATHER AL!, 44 .3507 46.=y`:7 1.-5 1 5 2.0 13.29 16-39 0.000 C,. 6 3 r) E i ul:,- 4.`.3:. 4'' 6 0 .950 .E C,Ci 1 0. . C,C' MhRBL-7 FINISHERS ii1 --2.401 34 . 1._5 2.0 10.05 13-75 0.'000 E 2 0 Ni T:: 1.5 2.0 1 .05 14.10 0.J10 0 T E 4". 3-30 1- 0 MAIN Ot; 7 L 4 030 0. 8 0 R,I A.L T E S T E p T .LL 9,200 C)0 C 5 2.0 13.98 10.72 0.CfC)C MATERIALS TESTER 1 .7,L7 0 Or,) .5 2.0 10.72 0.000 0.500 V,--'1LWRIGHT rLL 44.35C) 4C.35n" 1 4 2.0 13.29 16.39 O.00C) 0.E--1-1 C l,pEF-kT-7NG ENGINEER RLD I 48.10C, 52.100 2.0 2.0 2.0 17.55 31.65 1.900 ENG7-NEEF BL: 2 46.H0 52.101-1 2.C? 2.C� 42.0 17.55 12.615 1. ?0O rl OPERATING ENSTNEEP -=,LD 3 44 .25n 52-100 2.0 i.0 2.0 17.55 12.65 1. 900 'JEEP .TI?vG ENGINEER _L15 4 4 21.50i APPENDIX 7 r OF E�pj_-T NIZ 4 7.3C 0 3 1 S ENg7TjE7 . -4. jl�.65 9,00 2 F,C, 7 NkM N 1 R C)N W 0 F' R 4J 00ri S cl 17 CZ 0_ 000 .7=C 46. 7 (X.-770 P;� R N 9--"Cz 3 ? -10 3.0 CIO .:NTE SIGF 0.000) FILEDRIVER T 7 44.35C; 4 E� 3 5 u S 5 2' 0' _3.25 16 9 4.404 x'.634 PIPEFITTER 46. 000 49.000 1. 5 _. 5 2.0 9.000 11.6E 0.r> PUSTEF(ER 43.43C 46.r,,40 1- 2 C) I 3.4.5 24 .43: 0.ClOO 1.020 PLUMBER, 65C 4E .655 C 7 1 -46 0.000 0 R 0-0 F E Fk 0 44 .44.E I- E 2-O E-280 I Ct.5.4 C1.000 0 SHEE-TVIETAL WORKEIR nLD 42 .23r 45.6"s C! 1.5 - C 10.53 20.68 0.00b .72C -IGN HANGER BLD 3 1.--- 0 1 .5 S 2.0 4 .850 3.280 0.000 E 2Cir SPR:NKLER FITTER BLD 4Q :. 5 2.0 11.75 9.650; C'.C)DO S T F-Ell ERECTOR tLJ 4 C,7 t4 C: 2. -, 2 0 2.0 13.'45 1 i9.!9 r-ODO C.3 5 C, STONE MASON RLD 4--,.-7"-rl 4-6. 1-60 _.5 - r 0 7 .030 2 -C' L 0.05 :4.43 0.0- NOT N ES T 1 7 :jr, --.-750 1.5 2.�*' TERRAZZO FDUSIHEF, B7 , 4C r 1 5 l Ci. �03 - - -- t.4 1-10.55 -11.22 0.0 0 0 TERF-kzzc) m4ksoN 3 = 4 1.At E'Cl 44 .8E:+ _.5 14.5C 12 5�7 0.440" T:TUE YLAMN 43 4C, 47.840 2. 4 i4.55 .4 Cs Cl,.C,1-0' r, TRUCK D.F.�-V Z F, 7 LT L 2. 5 0 r c r r no,Lt L 2,. L ... C 1; DF-7-1ER E kL-- 4 _.0 . `J_ a J 4f 'I cj Z p W P-L L 2 --2 '7 ,rt CL) 4.335-10 ri Ci F 1�7 2E: zl; --VE�- C+: 2 Ct E E 4.350 Cx. C:01 C 2 C) E=.SO,i 4 .3150 C,'r .TNT E_. ELI 4 3. E Orli 2 -C -'-- .49 C OTC APPENDIX; 1 T?P Trade T?/Fe -I .1_�'':QIWa;,B _I'di C,-1-,cat in7,t.,__. C (Class' Base ,'Base Sane kate, FP.MAR (Foreman Ratei M.-F>£ �4"_ :eauired for any ho;,- rea;er than a wor,:ec each nay., Man through Fri. aSA (C)vertine #oTl -k required fnr every hou: wtrked cm Saturday) VS twe-time is required for every hour worked on Sunday and Hclidays, H/W (.Health & Welfare lrs ranzes Pens. (Pension) tsar (Vacatio Trng (Traininq) Explanations CODY COUNTY The f l lowino _ist is �iS.T_.. c'"*'.3.^.' as those Nays for tdhic4l- .hole'.lair' rates. of wages for work performed apt y: New Years Day, Merri^_r-al Day, Fc,urth of ?uly, Labor Day, 7"hanksgi inn Day, Chr�Stmas Day and ')veterans )Jay in some ^iasG_f_ at_OriS�Ca�lritles _ 11y. arty' -_ _ .�,.acra' these holidays which fall on a S,,;n`d"ay is rceleh aced on the following Mon-air. This thee: makes work performed cr that Monday payable at the arpro riate overt_Ime mate SC? hz:C, f ay pay. Corr'non practice in, a Gwen may alter certain day'E :e f celef°ra-tion. -f in do t:y ;::' ecss check with IDOL.. TRD�E DF-tVERS 4WEST; - That part zne ccznty hest of Mead. EXPL NAT-ION OF CLASSES ASBESTOS GENERAL - removal- of asbestos material/mc's•d and h-=- Grjcus materials from any place ;._ a building, inciuding mechanical sy=stems where these mrechari ca! s1szems re remcved. This includes the removal of asbestos material �I^_;i� and harardouc f 4eriay� frorr: y ductwork or 'pipes iin a b, iildi a when the bii_!Cing f s to be demcZishe -he t,i2[IE or some clCse -tit"'re da=s. Ti -S O. M-CHj?LNIC,'-L - remc� Vat asbestos mater_a froan me haat:_c:.al. systems, Sjcn as p2T>es, ducts, a?3^.' boilers, Were the s.•sterns are zc remain. vkm `r L k IN_7 S H F F" Th s C-ea,:'na' an4 n _no all classes of .. lei v1`let�1°r - ---tc-1Cr Cr extericr -?._ `r,sccr a tlurne::' 0-a--So -r iT •_aZF^. :o,.l4us _3 - �7mtrJ s IriC _ is s/ i _ - Fs� vwa n- tz tdiJ_a __s, ..rrlC'..t tiles' epc'}.y= _or: -:.Slte pavers, cz-a s, rn::sa zsyr iterclassr ar.c - s lt'S _ �4_ rnat-e -i_r - _ =e- mace ,n z. e-i_�_e all i 3_.ka fern. '--f- 2errie.--' an:! ..tiler mater,a_s trier are cr an in-ended for use as a finished f_Ocr surfaz=-, c"-- -reads, _ ro e naoe roofs, walks, wa-Is, ce_l° losr sv;frnn.-._sc and a__ -.he_ lames where t__ s form a . .._shed -' * ',r =xter_cr. The Tr,-4x_n cf a_1 er: nz m: tars _:>__:1d-n:' but T,C'c rr;_tEC! 'v tfi_'a-SEv rftCr--rr' cD�T::es, `wall Rl°J , -cs22 any Ct:12r _ - _•ar2G a.c ct'!TtP._t rr:2i.Lres .�r a'.1r3e^'F2G wA;2:i 's.:S2w �r ...`:e .:`r 'ir+.^.._._te''1G:i=e cf and-4/c_ similar The nand-- In:: and ".1.__u4,ac:-inc _C all sand, cement, irrac, tile, .i x res' eoji-1 omen-,, adhesives ;--nv _ ma:eria_E :c be i 5th --- APPENDIX I the prep a ration, Inst a llat i--n, repair, --r ma in--en a nce wf 11 e a , :'r f-* =-, -4 s T,-:,i_a r m a,:e r i a_1 s e r a:-,�f c 'T_� 21 e -7 in i sn s r s s h.a I ^i'_-_ and vc,ids regardless cf meznod cn 511 wc�rk, and especially after installation cf said zile w,-r):. Anz_' _4,=at_4cn anv ano a-,_ crc)tective coverin.:Is tc, all types C11 tile fnstal_-E_�I:Ins including, bit not be 1-JI'mited to, all soap compounds, parer zroduczs, tapes, and all p,--yethylene Cs-,7erinas, r_'1ywOod;' Tr'asC-._it=, and any new type- of products that may be used to prcz_ecz ti1e installations, Blastrac equipment, and all floor scar-if%ing equIpMent 'ased In preparing fl::�rs ro receive The cl_a-n up and removal cf all waste and materials. All demclition Of existing :fle floors and w a-Is to be re-tiled. COMUNICATIONS �-.stalLatio', oreration, -4rispection, maintenanCe, repair and serv; e c,f radlo, televis_on,, recording, so-and visic-n production and reproduction, telephone and telephone interconnect, facsimile, data =p paratus, coaxial, fibre optic and wireless equiprent, ce s a n d app1 systems used for the transm. -45--i'on and reception of sfanals of any ature, business, domest-ic, com-nercia-1 , educa-tfc)n, enlr=_rzalnmen­, and -es-den-ial purposes, inz.-L;dino bl;t n:'t limited -,-), commur.Ji Cation and te-ephone, electronic and sound eauirmtent, fibre and da-a corm mun�i cat ion systems, anj thr-- -,er:err anze c-If an%, task related to such `nstallaz`on • r serv_-Ce whether at new c: existina 5 inc 1"d - s �_-es, suzh task tc �nc e the e I a n c : Wire e and C ab I S a n j electr-_cal power conduit or other raceway wc:rk within the equipment room and vulling w-4--e and/Or Cable cond-.-it and the -,.S-a-,-7 atic'71 C- ally nzidenta_ conduit, s-i-- a t t—' emt-', - covered hereby can corip_iete any jm in full. :,oadin-g and u-_- oadinz; --rucks, dJ;.szri;b-_-r;.on ma-_erlals �all stone, sand, etc. ) , stoccklmLi cf -5'10orS W4tn n,at a r1ca-2na for neavy work, the 4hard-i-7-Ing --f a__ -e r,'a-, -_hat may be needed for the cf s-.;u" mater_-als, hl) ild_4nu c,f p:_1 -_'sh,_Jnz needed, damacen, pointing up, and --ean- ng C" marbLe, F grDtlng - hc--ding water cn ai' artDnd :r t--ade or saw rcr s c,.:tt-Lnu, use C'F tu" Saw Gr a'%' " Er saw nc-=de` fcr prepara:_-':' n cf a- rra�:e �a_ set !:'y rr.a t e r_4 a 1 d r 111 i n.g c)-,F' tl c I e-,5 'Cr w i r s s t n a, nchsr r sezters' rr.- C ur of mAt=-r-air mJylnc -_,ne j -, - : 2� IT- er.a 1 ^.t erica n f z: s t' f n- Z'e a and suz"_ er wz�rt: as rr,7. -Y bE f e u : re b i,n n E e Se t:e r n hS na na:In mat"e--la-i in 7he ere:__C_. -r slate, tr vertine, art , jr.arr-;:, EIZ--rer;e stc­lc gran_te and :�her stones !rnsaninzf as , --:-, szons C'r as -are ffec an L:se:i _`w7_ interizrs any as stDne -r- -he _race , �arrara, sar.-fon-vx, vitrcll _:te ans, s_�Tr._Iair opaglie glass and t 7a,,'znC of al l ti_-�_' c__-e tfle and precas-_ steps, risers tre-z-dS, base, or any otlhez mater-- a-' s may be _seo as X-r an-v of 7: e af:rement_J' c ,,e::: maier'a ­ an.- -se- on, --nter_'or ana v-7h_:-_:', _are in to la: manner. APPENDIX I Vf_,Tr fir l,L —1rC77­ ;;and r: ng and dr- no no, o_ mat e r a 5 frield of uncuYea and as' h;a-' 7 MATERIAL TESTER --I: FielJ inspection of welds, strut 'oral steel, c=wcrk, =eproofinq, masonry, soil, facade, refnfcrc_ng steel, f- Cured concrete, and concrete and asphalt batch plants; adjusting proportions of b.2turminous mixt,_,res. OPERATING ENCTNEER - BUIID77NG Class 1. Asphalt Plant; Asphalt Spreader; Autograds; Backhoes with Caisson Attachment; Batch Plant; EenctG (.-eauires Two Engineers) ; Boiler and Throttle Valv6; Ca--sson iRias; Centra-2 Redi-Mix Plant; Colr,bin,at-'Lon Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted,, ; Concrete Convevor; Concrete Conveyor (Truck Mounted) ; Concrete Paver Over 27E -I!--; Concrete Paver 27E cij. 'Lt. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Tr-uck Mo-onted) ; Concrete Tower; Cranes, A!-' ; Cranes, Hammerhead; Cranes, (G,--! and similar Type'! ; Creter Crane; Spider -rane; Crusher, Stone, etc. ; Derricks, All Derr-; cks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting' Machines; Heavy Duty Self-propelled Transpc_rter or Prime Mover; iahlif-z: Shove-- s or Front End loader 2-1/4 yo. and over; Hcist-s, Elevators, outside type rack and pinion and similar machines; Hc-sts, One, Two and Tnree Drum; Ecizts, Two "Tucaer One Floor; Hydr3u-1-4c Backhoes; Hydraul-c Boom Trucks; 14ydrr_, Vac (arid slmilar equioment) Locomotives, All; Motor Patrol; Lubrication Technician; Manivullators; Pile Drivers and Skid Rig; post Djgger; ':�re-Srress Machine; Pum-_ -amp Cretes: Squeeze C-retes-Screw Type Pumps; Gyps-air, Dual Ran; F Bulker and Pump; Faised and Eiin�i Hole Drill; Rate; Mill Grinder; ScoopF - Tractor Drawn; S1Jp-Fc­--R., Paver; Strad-26 Bugg;es; C)Peratlon of Tie Back Mac`ne; Trac­_or wil.t B�,)om and Side Boom; Trenching Machines. C-,ass 2. tkll Power pro­oelled; Concrete• F.ixe-- ;Two Bag and Over', ; Convey:,r, Portable; Fcrk_' ift Trucks; ionl_4 _ft hcvels cr ---rc,nt. Endloaaders jinder 2-1 ;4 yd. ; Hc_,4sts, Ecl'sts, licists, Sewer 'raqainq Mac.tilne; Se _-__ - r. � �,Eser Screea; R:tck Prope' 4d� ; iic:sts, T-igger S-ng-e rum; P.c.zk Dr-411 (Truck M-_'u nted) , R01 C-rs, A!- tearr, Generators; Tract r-rs, t. Tractcr �-rawn V_-bratc,ry Fc-' ler; W_tn::h Tr,,chs with "A" Fraln=_. j--, n� �: -�-, ,r-, ;ti!: Compre_,�szr; Corr_ Mec"anical; fsts, '_7:.Side -:--e rencvaticn wcrk, ; Hydraulic rowe: Exzractinq, �0_al _f 3OU and Dr ling" PumPs -ec-' a ft. ,� ; o,_ B_vs; pum;:5, W= 1 7�_s; e-- --z:,uch 5' ; Wfnches, 4 Sma ElecZ 1Dr- W'n-cnez 4 . ✓o�_ca7:s and!zr �:,tner and Pri-k APPENDIX I OPFRAT_-NG ENG:-INEERS - HIGHWAY C,-_1N_qTaU1C,r7;.:)N Class _ - Asp�.alt Plant; Asp Heater and =laner CorxzLnation; Asphalt Heater Scar-fire; Asphalt Spreader; Autograder/GOMIACO or otne.- similar type niachlines: ABC- Paver; Backhoes with Caisson Attacn.men,*; Ba'=last Regl;lator; Belt 10oader; Caf - as; I �SsOn !-,-- - Car Dumper; Central Redi-vix Plant; Combination Backhoe Front Endloader Machine, (I 'cu. yd. Backhoe Bucket or over or with attac_rmen�:s) ; C,�ncrete Break er Tr :k Mounted) ; Ccncrete Conveyor; Concrete Paver over 2717E ct;�, ft. ; Concrete Placer; Concrete Tube Fl tat; Cranes, all attachments; Cranes, lower Cranes of -=I-! types: Creter Crane: S_id=r Crane; Crusher, Stone, etc. ; Derricks, All; Derrick Boats; Derricks, Traveling; L-redoes; Elevators, Outside type Rack & Pinion and Similar Mac-h-nes, Fcr-mless Curb and Gutter Mach:-ne; Gra0er, Elevating; Grader, Motor Grader, MOzcr Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Post Dr_-ve_- Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 401 of boom reach; --ut-ricatiori -echnician; Manipu,ators; Mluc?ira Machine; Drivers and ,:kid R`�-g; Pre-Stress Machine; Pump Cretes Du_al Ram,; Rock. Drill - Crawier or Skid tic`; Rock Dri` - Truck Mounted; Rock/;rack Tamper; Rotc Grinder; Slip-.orm Paver; Snow MeIters ; SO" Test Rig (Truck Mounted) ; Sl:raddle Buggies; Hydraulic 7_e.]1=_sC_0Pina_ Form (7"znnel) ; Opera-.--'on of Tieback Machine; Tractor Drawn Belt loader; Tractor Drawn Belt Loaaer (with attached pusher - two engineers) ; Tractor wlit:, B009,; Tracta-ire with Attachments; Trafff_ Barrier Transfer Machine; Trenching; Trick Mounted Concrete Pump with Boom; Raised or Blind « oje Drills (Tunnel Shaft) ; Underground BorJ_na and/or Mining Mach-nes 5 _ft- in diameter and over tunnei., etc; UnderqroLtnd Borinz and Min inc Machines under 5: ft. _-n diamieter; Whee7 tx- ' c_vatcr; Widener kAPSCC:i) . Class 2. -t-- and Thr�_t!Le Valve; Bul].dozers; Car Loader Conveyors; COmt-inat-Lon Backhoe Front En_-iloader Maz.vjine than ` cu. yd. Ba:kh C,6 B!11::k�_-_ --,r over or w_-*th a:Z1ach,7ra 1S-tFi ; Compresscr anJ Thrc,-_z_le 'Jalve; C-0mrress"'r, Rec eJvez (21 ; Concrete Breaker or Hydr-- Hamme-an,.; Concrete Grind4 ric Ma c i i-,,e; C St=Z.e t e Mire_ _-:7 --B V e r -S S=-r I e s I' c I-,d in:1 2 7 CL Concrete Spreader; Concrete ".;ring Bu-iap Machine, ::re e !•ice Saw; Conveycr Muc" Type -__s, j:_ F-J:,,1sh_" n7 Mazhine, - rnd, clacter; Hoist Sewer Dracraino Ccncreze; Sh�:eveis or Frc__' r , 1 H%. 7iz-k A s �, ­ Y ­,,:,se Wirt.) ; Laser Screed; 7-.' 7, Cr N-_ S -Lt adl*na E:-'e--:: C- -Puraz --reze-Z =5 -_-:�rew Vne Pulrl--S, ker and Pum;D; p,::*,1er, Aspha' t; Rc,:ary Snnw plows; Ro _filler, Sea:-nan, etc. se, f e--;; S=- Comr,actor Screader Sc-aPer `Tale,Twn Lngfne,,P­sr, and P,ul.1 ; Fc:-a::)C-r _7r;roe M. in Tandem, Trazt crs 21aSs e:�; ::erjent FuPr)1v e n-:3 e r -O<^t r e s E::r o Imm c M I*x e r ".w c E�a o a n 0 Zc�:-.,veyor, APPENDIX I G_k-',i ft 7 rucks; G_ro-_�z_ii_ a c­ine s, A u-i om,a t ic, llicis ts, Al I Zleva-_crs; Hoists, Tugger Single Crum; :eep Diagers; Boys; F-4pe :a k'_ Vja�hines; Pcsr_-Hole Z,'gg=r; Power Saw, Concreze Power Lori-Ven; Pug Mills; Rollers, other than Asphalt; Seed and -c--raw Blower; Stearr. Generators; Stiznp Machine; Winch Trucks with "A" Frame, Work Boats; awmper-Form-M-:_­rCr Dri-ven. class 4. Air Compressor; Combination - Small Ecr u irment Operator; Di-recz-1onal Borina Machin.s; Generators; Heaters, Mechanical; Hydra:.-_"ii _- Power '_snit 'Pile Vlrivina, Extracting, or .'r_1ii-no) ; light Plants, All (-- through 5) ; Pumps, over 3" (2 tc, 3 not to exceed a total c-f 3-00 ft . ) ; Pumps, Well Points; Vacuum Trucks (ey-cluding hose work) ; Weldinv, Mac -:es (2 through 5; ; Wir.,zhes, 4 Small Zle=tric Winches. Class 5. SkidSteer Loader (all) ; Brick Forklifts; 0-ilers. --ass E. Field Mechanics and Field Welders Class 7. Dowel-- Machine with Air Compressor; Gra6all and machines c,f . ii -satire. OP AT' NG ENGINEEP - FIJOA.TING C:-ass 1. Craft Foreman; has--er _-iver/Wet Tender; Engineer; Engineer 'Hydraulic Dredge) . Class 2. Zrane/Backhoe Operator; Boat Operator with towing endvrsement; Mechanic"We.].der; Assl.Ftant Engineer (Hydraulic Leverman (Hydraulic Dredge) ; Diver Tender. Class ---. Deck Fauipmen': Ooeratcr, Maztineryman, Maintenance of Crane over 511" ton capac*tv) or Back noe (115,000 lbs c.r more) ; Tug/Launch Operatr_r; LoaderjDozer and like equipment on Barae, Breakwater Wall, Slip/Doc} , cr Scow, Deck Machinery, Class 4 . Deck Equipment- Opera or, (4 Equipment 'jn_-'tS .r More; ; Off Road Trucks; -Deck Hand, T-,;c Enn-ineer, Crane Ma_rmen an,ce ::_0` Tc,n and Unier; W=­:'-cY_,,,_`ng pounds c.r less) ; Assistant Tug Class B:) 'r :--ass E. -R,01V Pilot, ROV Tender S,-,rve\, oat" G.P.S. as we _ as _evS_s Z�rans_47�s. TERRAZ:�C F:NISFER The hanjlin:7 sand, %errtenz, ma-rhle chips, and all cz.'.ner irkateria-'s ITav be used hty M7�-snail _- -_erraz_z:) Mscnan_: ::, and 1:11e Tr.-_'Y.in=, 2 ' crin::_-n g_ err._ --n--, z-, eanf.no and 6s_=I I'n:: a__ Mart,_!e,. Mosai--, and tv nand cr T.''^_c h_'n art-J. --'n a J`L tom. a 5 S L S T+'Z- a r I C a C�:.n�"D V,_�r e, F;a s C.n f c, an Terrazzn Me7.%anics. a 4 c 11 1I h a' 10 ,-4 V) t,l C '-1 1-: � d� 71. •� ,1 Vl W �A `� 4. ♦'.. .. to 'T3 ✓ i7 ,-I L: ...1 1-t t..) t7 tU t: �,-i .Y •,-t i�. tJ V) tU '0 to U! M Ci i . It1 0 li {J ^.t l4 �, t� Vi U G t!) k1 ••i N U #1 1t U) 'M 14 to U1, � 40 74 ta, � W t 44 �, .,i lU W W .CI U to W O .,•±. -,-i d u) ,t . $4 O 1I >r 't3 1i. •-1 •,.1 a-) I 4) 1: p, )1 U to (1) .I :] �-4 • 4y u) t) is (1)' >ul..-)..V1 tt1 S.) 1 (U U) 14 Ul t: ,4: W 41 ): tU C: In d1 O O `0 tf) w � tU 1 O •F1 W >, to f ttj «,t w C v J r) ,tom tU i t) W w C) W OI to -0 F: t, s„ W u) 10 "A 11 1 1 t i-� 14 f O 111 41) ••"1 v) E-t U ;> 14 U" U). to f' , 1. iw 14 'w V) III U Itt •� 4) Ot � ,c` ♦, >♦ d) .C� 4-4 Q! 1... () Vi 44 U) tU 14 V) i 14 w .0 iJ tli i U � w W W 7J 1t W I1� C" U t� I 7 U O tJ 2. lat 4� '.> •,1 11 C7, I 1a W 44 -t (7 u) H C'a 6 1; u) W 1., (0 C" u) ).) t-1 >1 to V 4 U I 11 4) to (74 C ',.: to tU I:: 1•. •,I C,1 .-1 to w 1.1 .i: i) u) 14 1.1 d,,. N) t(1 44 14 -, f: :C; U /U •. to t11 •, 1i C3 1, •+-1 �] (J J N O W rt1 C; 1t u) N 1, N 6), to to t, 7 S•4 •.1. ,j 1.) 1i .t» V1 C), O •.t 11 •7 ...,1 '>, r-: 11 ."i W 11 F i C O, k• N UY fJ E-t 14 O J ] �] W i°J f I CJ, U) 11 w O C! W U K: () Ai up O w f) 4) )j t11 11 •.I u) w Er w ae G t •^-1 v1 N W (1) _) {) 4 4 ;S i a U) •,1 '(? t)i ^7 tU {2, L"J •,i U W W 14 a-) u) U ui --1 .,..1 w G 4+ ui () w t) ) til 41 -1 11 I-", :mot to Q. iU W U V) u, 14 L1 n'i ;f u) 11 t7 tr I., F () )I q; V) it) .-) u) 1 .0 :S L: :I: u) C'i W tx U rI 1' •• 1-1 f4 s :"7 G u 0 � i:» 3 t '14 O � W to r, O u) ) t t ,t: ) lip s to • W to V W ill () 11 tV .C: W � -,-4 F4 U 1-) !'7 11 1.1 . 1"] ul Lt ID 1) (1 h4 It, ;t: a,-X L W a1 W n •LJ :1 W Gl Ot C7 O >-t tr) W G 4.) w O '1 3 +U to q) >, .e) 4 E-, .,-1 ni 1t + V) N 11 N Z71 i-. 43 Yt w +-i W •r l •�( •.-4 U} L-.) in 1 t 4) 0 4 1 U 4� 1 IJ .'� Yt N yr 1 C) F; i f f w .•i 171 ,-•I ;) ,n O LJ w l� U W U) 1:: w 11 OX' O -Oi h: E-t 14 :�' 3 4) 1» w7 Q) U! U, E W 7 Q. 14 ,U 3 14 C 0 4-1 1 •-I ,i O C7 t: ,-1 ^I iC✓ • t O 4-1 4 to to t rU U tU t Q al -+ 31 id W J Ili C Jt. 41) its ,U it) X d)C) l-7 r . c. 1 t� ,) ,i', 7) >1 'O 4t V) f (U to 11 !) O 4-1 t tlt .-1 1 i G 0 1 C C7 . 4 V, 0 !^t 1 U) r f f; r> S 44 V) X. U) IN U) i: M (T'i (1) -4 tU IQ t w F to t�) 14 � f 1 4) a) U) U u) (; O a: 1 1-4 f1. •,-1 n) N u) W ;C 4-1 ;> Q) •,-4 w W v) i I C1 � 1 C). ), W t1 tU ),t r) W i (J x t i 1 ,t; C) 4D JJ U 4, 71 U1 tl, 4 •,-4 -I N 4-A u) it) )+ 1 q, in 1 U :t; 1f W l:: N 3 10 {l. 1. t4 Ir] •. t7 4) u) f=: 0 • t t� ,i: 'f1 t J ',) O :,1 O �.� ti• r- N IU 11 C V) t-1 O W :1 it) to 'CJ 4) :z„ 0) 0 M (14 t1 .:4 •,•t Cl, 1r 'O is (J W O r1 w U ,(l Q V 44 1t ) x:: h L: N -1 w C1 tJ 0.l 11 C) 0 Y t r7 C1 m -ri p1 iw -J Ck .i L1 C.) )) 4U () G Ci s x CI, • � U) It L), to f, ,`� U. 1. to G) 1 t_) :J if) to u, V) i, t:, % rj r, -) � to 'F n l; �t Ca cn Ut V) IU �". •. .1 v` •1: .•,A (it � U) 11 ',.i 1j., Up .L, 41 41 01 4-) it 1 W S-i pit 41 �) L. N 1't to 1 1 iv u) U7 11 V) C .-1 to Y _O w ,Q � h 41 H t 1.: U () 171 _ L f� �) r 4 l4 -1 fj ,4 4U il) it CJ U7 11 4J 1.1 t) v �: -I F 1 r1 i.) 4, •,) .1: () iq .tl ,1 40 •.I u .-r 4-t to W '41 V) Q 1 tf1 U') t-..) ,-i t) t") 4� i�.i . t M u7 ni ,-) 4) t�t � it) 14 1 �) 1.) Gl ,U t1. t a. J Ci U) c i .>tW tU ,1 )a,. 1a to .�. ,i -1 l-, 1 1 to .rM. U 4j ,U U W '() v) 1I to 1: EE+ )"1 1t (1 O �)') )-1 .0 to U) tj U Q) 4_) :1T Ill .,t L) tJ . 1 !.') w tti Q ,4 11 ;.1 ,i; 11 'O W to-,i {1 4i r3 I c U) .t .C; to -{ .t; i CL O 1 t U) O Up 1�I t1t r--1 U) u) Is) 4+ iU 14 L�,-4 r. 3 . s: g to 4 O T1 It N . 4 d 9,�1 y -t S itl w N 1°t C' Cat .�C q (U ck C )r) tU •I "I W •.1 1 W r°t)-I 14 .-1 .1' •. ,Q 11 1 W C1, W () - •,-t W �} v) ht t) >t V, to .'.: I. It (it V) l7 u) It) U) 'fi t; 4 to to C9 ut C) Cy - 2y Uf 1 V) , + 1; •L7 -`L -,.t 2. W W 'L) Q) 11-, ti C1i 1 .f.: 14 + .-1 'L7 1-. // .�' C 1 1'" tf 4) ij 1t lJ U) ' 'J IJI 11 a�i 14 V) t-I W W W 1) W if) 14 11 t-) 4-i LJ '� 1: W t-) U i -CJ h ,-I .4 W 1 �i i� u) t I is �,i ci ) C iJ C Ll 11 O ,.-4 to u) .-4 U ri C7 0' :J l 1 W I - 1 +.) n 11 i) w t: (.) >t-14 t1, Ci U, I: ,-1 U 11 JJ 3 1 7 t: Q.�i C`J V) 11 •.Y Cl. >, l•: W 14 •3 '>1 W f-� L•) 1,I '"4 'A W to •.-1 W -W t'„1 ,--1 E-) 1w t-j 0 .--1 E-t 'y U Je w t: x }' 1Y,ti J E U) ,i; . t4) ,tf c: `tt tj .0 ,c (r 14 Q, U to to t-t CJ F: J V) tU .1: :C' W to S 1 .,1,. ).t , r1 11 +n 1Ji aC t t �J to ), tU I tJ t) G W 44 1 w O 11 t1 t) 3 1 )1 () f H 11 W Cs s a1 .1 t7' C) u) Ui Vi q) to V• u W i",' 1 1% (1) 40 >' 14 W Cl C) Et w 11 to Q, i"„ tU to W 11 0 ^-1 V, W E` J1 t7)T3 Q ti {? 01 14 V . 1 W I :1 14 U) ->4 'o i4 i.: .0 11 I, .C) 1: l y t.l ti 4U t 1 ii tU ! �1. to t F4 iY. -.-:t .C: 11 C) ,1 ,%G..'C) ,.I..: {? H I. i 4 E, :3 r✓ 41) '1 ((1 .d 14 -.-i U) tat .,-1 •.-1 {), .-1 1.) 1: t" 4. 1: to 1: C„ t n) ts1 E , aJ U '{} A. rl C) C l7 1st it)' (t+ 44 X ,C) 'a 4 F, U) .rt t:: 4) V O W i i to u) t) t: w U to +a »"°t 1: UY )) 1-1 U) U 41 •^) •,4 ,-t 1 (!, U) U I--t 4a f31 W tl1 ¢, 14. u) •.-1 W «: 11 •� -,4 ) 1 t„„) •,-t” U .i 1-, (i C'1 E 4) 1) ,..,.. 4. t 2 tl) )Xi , 11 ice..U •. �Ui O E`4. •• W • 11 1S7 -,i _ �: 14 d .`•'t ( '7 'O t 1: t;. t)i tj f) V) ;J i-i Its ill U) C) C71 n # C) 1 fil f l: A C), U 4 4 ,i1 _1 4 w 1 •ri W (.) 1"» Ul V) 11 3-I �: .--1 tti1 W 111. 11 �. 4wl � :.� tU •. V) ?v �.,-I. •.), l i tJ (.) 4 4 � S-i 41 4) N i1 W-4 41) i:; L1,"'{1 4) U. 7•t to 'Cl d) 1 to ( i.7 ll. F V9 -,-4 i.cl V) F; rt (11 -ia t0.•r1 C) 'L') �` I -•) .•,1 .1' G 41) "1 � (h U) :J .-A 4) w �: I 11 � tU i) V) to I .-, IA u) it) 0, �. t l to 4 !� n ,S�” (,:} U) ri :J t; 1�, ill 44 14 Q, k) u) Q, i.,.. r( •tJ U) �,. 1-« •.i U U ,1';. VI 1: tt l !b n � �..1 I,) i) .I V, 1..1 IJ !1 � f I (J Wy l-1 to 1i .'�. rC1 It1 U ,{. {ll , f W ,^i ;1 l4 to 14 tU id 14 ;7 ;;5 1 ,� ":l U .o (q .-..i ,r:,: It y7. 'o 411 4': V -.-1. lit 1., 1.1 41) 'o 1z tx. U u) to r>~ I 14 ti iu Il) 1) W ,'1 t) i J '1 t11 • ! "1 C)" 1+ 1 C: 1,4 (it ) 1 I it) 1) 4) ,. ,-i C, r) ., (it q) L-t r 1 I l C:1 t) { ^7 (7f U7 tit .tea ) C) 174 E+ V) re, C) (--i 1-) W E-i rU 11 (a t,4 tit ;, 1+, I'-, ,t) O APPENDIX End- ---- - - __4C=t ons wnrk, s u- d�r �-h= ex;Ft`n:� - ass' 1� --"or laborer, operating engineer ana tr-,.iz:s. ciriver. The work performed by landscape p1antsma:,_ and landscape laborer Jis covered by the existing of !a_norer. The work perfor-M ed t-y landscape operators .regardless of equipment :sea tir its size) iS covered by the classifications of operating engineer. The work perfol-r1led by !_=ndsrape trick drivers of s' -e __'f tru--k driven, covered by the claSS-4fications C: truck drver. MATERIAL TESTER & MATERIAL TES-LER/-TNSPECT-OR -_ AND 11 Notwithstandina the o-4f-ference in the class'; fJca--*on the classification entitleo "Material 7ester In involves t-he same job duties as the class-ific-a--ion entitled "Material Tester/inspector'!". Likewise, the entitled "Materia-;L Teter -,1-" involves the same job duties as `he =lassificaation e-. titled "Material Du Pau County Prevailine Wane for July 2015 (See explanation of column headings at bottom of wages) Trade Name RC TYP C Base FRM.AN M-F>8 O_cA O H/W Pensn Vac T r ASBESTOS ABT-GEN ALL 39.400 3 9. 90_C'0 1.M 21.C, 131.9 6 io.72 0.00,01, ASBESTOS PBT-MEe-' F L ID 3E.34r;, 3S.84f,--', 1.-1- 2.0 11.47 10.96 0.000 0.720 BOILERMAKER BL D 4-1 .070 5 1. 3 0 0 2,. 2.D 6. 9 1 f,13 C.0 Ci 0 0.4 H PRICK MASON T__ 43.7,zC 4B.160 1.5 1._z 2.0 1 r,) C 51 14.43 0.10D I .C30 CARPENTER A 7 2 qi E, rA Cl 1[C; 44 . "SO 46.35O� CEM---N7 MASON r= 4c . 2.0 j' . C: 14.4E 4• `'Q: -,z.,D 2.0 C.4 6 C, CFk kN,17C' 1-11F FNSHER C, I. E, :. 1 10.5 5 2 3i C, 0.C& IIYJNZAT-01; T-E - Z;. r 50 H PWR ZQMT 0 r- E 9 1 4 6'01, PWR El?M_ HWY_ C, r_LE_E PW'-- G:RNDY1.kN 9[1 0! L' ELE�7TR:C PWF G;;u%DM7-�!N* . 5 2 3 0 D 1", 9.4,)0 0 'D r ,re A.N R:�_ 4 5 3E, C� _ .0:4 0 4.OE -.000 R:C PW;;1 L'I NEX ,D 4 5 ZLECTF:7 PWF. LINEMAN HW" t;7,. C,r: r 2 ',100 '4 .:E 0 OD" 0,.4 PW:R 7RK DFV ILL- 3:­_,4 r c;: L, 2,.C' E D 9. 4 ELF,,C,_=�DC PWF, TRV, DFk- ^Zwy APPENDIX E L E c TRI c I AN C 0 9.E:"ID 18 29 4.660 16 4 Eihjz =INSTRUC-T-OR 4,r .80 0 5-1 2S. 2 ll' J 2.J 1 5 7 14 .2.1 4 Ci 6 0 El 0 FEN'; T ?,340 _3 Q 4 Fj 1 2.0 13 C',i S 12.06 0 G 0 0 ri. FZIN C'E EREC'TOP. w A:,T- 4S 06':1 45 66C, 2.0 2.C` 2.0 10-52 20.7E G.000 0.70C ro"LAZ:F-F. E L r-) 4C' 500 42 DOC, 1 2.0 2.0 13.14 16. 99 0.000 0.94 0 HT/FPOST 7NESUELIATNR _ 931 1.5, O.7201 5 1.0 7.1.47 12.16 0.0 7?.ON WORIFER E ALL 44 23f, 4 f.2 2 .2-0 13.65 21.14 0.CIO'I) 0.3-50 7-RON WORKER w RLL 4--- 060 4 E.E61" r L 2 0 2.0 10.52 20.7E 0.000 0.700 KLL '.200 39. 9 5 1.5 1.5 2.0 :3. 98 1-0.72 C.Csoo ATHER P-1.1L 44-350 46.350 1.5 1.5 2.0 13.29 16.39 0.000 0.c 3 0 Mj.k F T NIST LDI 45 .__. 471 .850 1 -c 1.5, 2.0 7.260 8.950 0 IvA�FBJ-E F:NISf-FRS 2.0 9.6.:C+ c 0.000 EID 4 0 3 C, c 7 1-0.0.5 .s4 1') 0.CIE,0 0.15C= K0;.T5E0R0 T AL TEST 1 AL L 2 9.2 CO 0,. 0";C' C' ---- 98 10.7", 0.OOD MATER-'rAIS TEST:,�:; I - � 7- 5 OD 34 .20r, 0,0 1.5 2-C) 13. 98 1C'. 72 U.0 D 0 M 17-L W R-7 G"H T ALL 44 .3-50 46. 3-_5 C, 7- 2.0 13.29 16.39 0.0 0 Oj 0 P ER AT I N;. E N G NEE F C_.Z 4 E . 2 Cl 52. C' S S 12..E CIO 1.250 C)F--FA-7N' ?L Z 4E. EDC 2.I C,C' _. 4 'Z.65 1 90: E NG I NIEE E- PT 5 C'pr N G 1'7 5 S- 12. 6�, 1.903 ENGINFEEP C `c. 0 2.0 PA 7 N G EN IN E F P Z.;JL =t 2- EN N OP---FkT NG EN:INEE;F 4 3 . ..3411. ' .25-Cr 2. 0:-'r-RAT I N:3 EWS:NEEP t:W 6: 1.900 0P R T N'S EN-3--NEEZ APPENDIX I OPERAT:NG EN2:NEEP HWY 3 41.100 5D. 300 1 . 5 2 .5 2.0 17. 55 12.65 1.9001 1.250 OPERAT:NG ENG:NEER HWY 6 49.300 50.300 1.5 : .5 2.0 17.55 12.65 1.900 :.2 5 131 OPERATING ENGINEER HWY 7 47.B00 Q.300 1 .5 1.5 2.0 17.55 12. 65 1.900 1.250 ORNAMNTL :RON WIRKER E ALL 45.000 47.500 2.0 2.0 2.0 13.55 17.94 0.000 Q. 650 ORNAMNTL iRDN WORKER W ALL 45.060 48.60 2.0 2.0 2.0 10.52 20.76 0.000 0.70c PAINTER ALL 41.730 43.73C 1.5 :.5 1.5 10.30 8.200 0.000 1.. 50 PAINTER SIGNS PLD 33. 920 0.050 1.5 1.5 1.5 2.600 2.710 0.000 5.00c, PILEDRIVER. ALL 49 46.350 1.5 2 .5 2.0 13.29 16.39 0.000 0.630 PIPiFITTEFF E 49.200 1.5 1.5 2.0 9.000 1535 0.000 1.70 PLASTERER ELI 41.250 43.760 1.5 1 .5 2.0 9.70C 13.08 0.000 0.0c, PLUMBE? BLE 4E.E50 4E.65C 1.5 1.5 2.0 13.18 11.46 0.000 ?.SEO ROOFER ELD 41 .00C 44 .000 1.5 :.5 2.0 E.280 10.54 0.000 0.53 SHEETMETAL WORKER BLD 44 .70 46.720 :.5 1.5 2.0 10.65 13.31 0.000 0.00 SPRINKLER FITTER BL2 49.200 51.200 1.5 :3 2.0 11.75 9.650 0.000 0.550 STEEL ERECTOR E ALL 42. 070 44 .070 2.0 2.0 2.0 13.45 19.19 0.000 0.3Q STEEL ERECTOR W ALL 45.060 GAS 2.0 2 . 0 2.0 10.52 20,76 00GO 0,700 STONE MASON BL D 41.760 4E .:6: :.E 1 .5 2.0 :0.05 14.43 C.300 i.030 subwF* wGAK=R N&T IN EFFECT ALL 31.000 37.75? i.E i.s 2.0 12. 9- 9.930 0.000 0.500� TERRkZZC FINISHER E 38.040 0.00 1.5 : .E 2.0 :3.55 11.22 D.GDC Cy.7 2,,-✓ TERRAZZO MASON BL: 41363 44.80 1.5 : .1 : .c V.55 12.El 0.000 0. ?41; T_LE MASON BLD 42.941 46.840 1.5 2 .5 2.0 10.0 11.42 0.000 0.S2 c; '^z F`, SAFETY WRKR HWY 22.752 1405D 12 1.5 2.2 6.50 6.45C 0.03� 0 TRUCK DFIVEF ALI 22 .92D 16. 120 2 .5 1.5 2.0 E .26C E. 765 0.010 0. TRUCK DR:VER ALL 2 32,7D, 11- :20 1.E 12 2.1 E.500 4 . 30 ! .Do: TRUCF DR:VER ALL 2 32.90 0 =1 :.5 1 .E 2.1 E.500 4 .31C 0.01' TRUCK DRIVER. ALL 4 33.2DO 23- :0D 2-E 1 .5 20 6.500 4.350 0.00D TUCKPOINTEP PLC 42. 621 4342: 1 .5 1.5 2.2 =0! 11.34 D.OV-,' legend; R3 meyar. TYE Made Toe Chip,Riven APPENDIX 1 C class: Ease 'Base Wage Rate FRN.AN i Zoremar• Rate, M-F>$ (^T regrired for any hour areater than 6 worked each aaZ, Mon, through Fri. CS1, �C:vert me ;CT? is req`.:ired ___ every nour wo_ked on Saturday CS= sC'vertame lz required for every hour worked on Sunday and H;:?i ays, H W (Realth & Welfare Insurance) ?ensn +?ens _-"n Trha ?Trairinc Explanations DIJPAGE COUNTY The followino is cons dere"d as rn ,se Oyyr =T.r WriC."_ rt0710cjp rates of for Work performed apFl_ ,: New Years Dav, Memorial Day, 4 Fc,urth of .idly, Labor Day, .tart} sc , :in :;ay, !ir` stmas Day and ICCcXariS Day in some aSS i -a-t OTISiCcuntles. Ge7lerally, any of these holidays which f,.__ on a Slun'd�ay _s celebra- the t �� ed _+r� _cll0wIrc� Monday . Th_S the makes work pe formel 'ter. -chat Mond ..—_e at =die a� appropriate -ever -rric- rate, fcr he dz% ray. COIP,IIIcr: Pr.._t.i: y _ri a g-ver, ?Cal ma N- alter certa,r. days d_ub' check with ?DO-.. �r please �� a l GS _ tC rt E _Gi/mC - art . aLcrdo s materials prom any p_`aCe in b.-. d-,nu, lnC_U _. ^, rLte_,: J ^dl systems �%L �. J eft:_. ere ",cse I!BC}a .:LG_ S,Sten.s G= :C- be remc'ved. Tt_5 nclu`rdeS :he remotct of ashestc-s IltctcriclE h - gym: � and a..:G o .Oc Ttlata Gs <rC17T} ductwork Cr p 4!!B5 _P C am_-13'o When the i'-_1dinq is tC i:e demoiis:hed at the time Or at some close feature as J .kSEESTOS remct al f asbestos That 1a_ from me ha fIca4 syS:ems, s';ch as r Pccr _c ^. bci wnere -r S_VSte _ Try - C_=_ - W rt_ c^ _c� c _ A :.. barr_cades, ,:,rtes an `. dr3rrlS v££o LC re,: ce =ane usa7_ C)I I _,j"'W=X7 WCTxr i:he instal'!atiO.. n r=7i_"i'a_ ' t;mpr-=vary _arts Tnar} _r:oS, and the C`_ zemp . rary rG sgn C c, --or. ar:Q: remo's'al The -_a SGT`,'^� r for ' i c,r . ;E t) f a. ..r � rr_"JuCtsr al v.. �. .£_ II.c r.. Y c 4 4 _ r W ._sc !cc ti CS, ICt en _ r @ ? }\' rIIPUJc c r, -_riG_sr p Vercr 015S£, mosaics, ` berctlass, _=nj _ ir ` - zi11e-I '7: Si a_l ?.3?. _L : 1t made in 3!:c rrrt _ Cement, meta-s, &nd ...re c_ _ r - � f no r �Gt as _$rteo sbsImtrr._nc t '=_ar _n -- he r`r -ter 1ti _Sr r -__r,asr .. c v E Cr °-�,_-ri.,_ _`etc ;;' - t� ._ •- t,rrr G f`ni Sile�^. ,� -r• -- m. _tarS, I'tuCr =t ark Ctfier a2neS_ves when _Cep _n ^.rG APPENDIX I r.s, a 7 lati'�n, -ena' r, or maintenance vf the an6ior similar materials. The hand-- ina and ',;nlc,a.ins o_4' al- sand, cement, ]'Lime, __ie' I)C- Use d -1r, _. intent, aanes-ves, ;sr any thA, �'s `: the Preparation, ins tallati-_n, rer_,air, or ma:.nzenance of the andflor similar ma t e r_4 a I s Ce r a rrL i c T I' I e F_n i s h e r s s h a I I IF i I I all joilnts and ' ds re-ariless Of method on al_ tile work, par-1_cu larly and after instal7ation .f said ti-le work. Application of any and all protective coverings to all types of t.-Lle installations includinc;, but not be limitej to, all soap compounds, paper: prod ucts, tapes, and all polyethylene coverings _ywoo-of masonite, --ard- board, and any new type of products that may be used tn protect tile installations, Blastrac eauiorric­t, arid a" l floor scarifying equipment -4 L:sed in preparing zclo::%rs to xe,�eive tile. The clean and rem all waste an.-d naterials. A- demo-' i too of existing tile floors and walls to be re-tiled. COMMUNICATIONS TECHN-Cli;N Low voltaae installation, maintenance and removal- of telecommunication fa..ilities (voice, sound, data and vldeo Including :elephone and data inside wire, inter.:,onrecz, termInal equipment, central Offices, PPI-,,X, fiber optic cable and equipment, micro waves, V-SAT, bypass, WAN 'wide area networks) , _AK area nezwcrks) , and --SDN inteurared system d,'c;`::=1 netwo-rk) , zuIling cf wire in raceways, but not the 'nstallation of raceway5. KkRBLE _F_TNTCFER Loading and unloading trucks, di-s-'r-Jibul on cc,f all mate-r-fa.'Is (all stone, sand, etc. ) , szccking ccf foors with material, performing all '1-hat may be rigging fctr heavy work, the handiinc of a' mater.Lal - needed for the installation of sulch mater"als, bui'idilng of scaffolding, polishing if' needed, patch-ing, waxing of material If damaged, r)ointing up, caulking, gTout-J"no and clearing cf marble, hoIQ�ing water on diamond cr -_SrbcrLi `:j-jm tladie Cr saw for setters Ci;ttinq, use of tub saw --,r any cther saw needed fc-,r preparation or mater a_, sf n I eF _fc_ w--' res the 7.chc�r material set n,y sertars, it,.:V_i n g u P or ;T!C 4 n ac e r f C r lnsta. on -,f ma t=_r i a I mi x i n a up t h--'n set f c r t_h e i n s t a a z on :�I ir,a-_e r JL a mixing u C f sand -, C -c -her w��rl: as zl�}- L, em e n t. f ru r �'h e s�_a 1 7:1 c�n c)f ri a z e r--'a n d s--!-W ot be reauired _'' help-4no a Marble Setter in the nand-- in- cf all Ilta G_ial in the erectfcn or Ma-_ble, s-' aze, z r a-,:,e ine, art- ma _e, serpent_ a 1!:>e ren e stone, I;e G`. n e ant C:.'-.Er ston-'e-C as s7:,ne any _`cre_' crn alt ez� _sew b.�-­ -1--ng �nrer-'Crs an'� 4T'F_.:erf_=_' S _�Z are s7P_ ex:er_iC'rS a­_� cust:)rriarf-ly knDwn aS s, one ir: tne trade; r Carrara, s_a-ie --f—e and __sees --reads, rase, �:r any hate—rials may be �;Sedd as cfr the afcrementionej ma' er_fa:s ano are use) on an7. whicn -are m-n-n- INU:T E:..7 AL TESTER -Cr C,-'F MatEriE15; f I e-3 inspe^_t_on, f '_in _'e :7 --r e':s and asp I cn : we' s--ruc-cura -tee , na'sonry, sci-, facade, Steel, APPENDIX I cured concrete, and CC=re_te and asp�-Ial-, n& ::", t1ans; adjusting proporzio s of h .rrfnr_,us m-_'xt1,;res. OPERATING ENGINEER - BUI-71-D-ING Class 1 . Asphalt z1ant; Asphalt Spreader; Autooraae; Back hoes witit Caisson Attachime7t; Batch P'ant; Benotc-1 Jr 7 Engineers) ; B:Aler and Throttle Valve; Cansscn Rigs; Central Redi-Mix Plant; C'ombination Back Hoe FroTr En,_`�-_' oader Machine; Comc-ressor and Thrctlle Valve; Concrete R_-eaker (Truck Mcuntej) ; Concrete Conveyor; Concrete Conveyor (Truck Mounted) ; Concrete Paver Over 21E Cu. ft; Concrete Paver 27E cu. fr. any 71ndier: C::,rcret= Facer; Concrete P-,ac-1-10 Boom; Concrete Purm (Truck Fjo_,rated) ; Conzre,:e Tower; Cranes, A_'wl; Cranes, Famyrierhead; Cranes, :GC7 and sin-'lar -."vpe Crezer Crane; Sr-dder Crane; Crusher, St-one, etc. ; Derricks, Al_; Derricks, Traveling Formless Cur: and Gu:itsr Machine; Grader, Eleva-:_'Ino; Gro,tina Machines; Heavy Duty Self-Propelled Transporter Cr Prime Mover; Highlift, Shovels or Fronz- Endloa-der 2-1/4 yd. and --)ver; Hoists, Elevators, outside ty 'Pe racr arid p.,inion and SiMilEr MaCTiines; Hc_4Szs, Ons, Two and Three Drum.; foists, Two Tugger One Floor; Eydrau--i= B-ackhoes; Hydraulic Boom Trucks; Hydrc Vac (and Similar equipment) ; - 1; Motcz Lu-tir-' cat'on _ocomot'ves, A- Manipu_ Pile Drivers and Skid Rio; Post Hnie ­,igger; F're-S--ress Machine; Pumr - Crses Dual Ram; Fumy' Cretes: Squeeze Cretes-_S"-_.rew Type Pumps; :-yTsUr Z B'.;lker and Pump; Ra4 a: a _. �_ _-L- se, -,:� Blin Rcto M'11 Grinaer; Scoocs - Tractcr Drawn; S.IJp-Form _aver; raddle B-.�paies; Overation of 74 Back Machine; Tournavl;1_1 ; Tracic,r witTj Boom a r Side.6 e Boom; Trenching Machines. Class 2. Boilers; Broom,, A,!-! Power Pro-pei--led; BulldcZers; Concrete Mixer Two Bag and Over; ; Ccnvey.:,r, -- --tab"e; Flo:t: ` ft Trtu=ks; Hiahlift Shovels or Front -Endloaders under 2- 1 /4 yd. ; Hoists, A-u—t077,Btic; He ists, 7_T'.F_zde Ellevatcrs; Bc,ists, Sewer Machine; Hc_-'sts, T.1;gger Sinall—_ Drum; :,aser S=eed; Rock Dr___ Rock Dri (-ruck -Mounteci ; Ro" Iers, Al-l ; Stear. Generators; Tractcrs, 7 Winch Trucks wi,:n "L" rra �e. Tra-zLor Dr-=wn Tr Class 31. hi'_r Co=resscr; Small Eqru�lDmenz Jeer: ­ Genera':ors; Hea!:C-!5' Mec!%anica-, rem:Dziel i7,q, car r e n,0 v a o n w o r k Hydra P W s:7 .r n 4 an-j `riilllina� ; Pumas, o-k7er e>., e:3 :c. al c,. 3D�, ce f Low Boys; Pum F, we__ P0 _c; W I d 0 Ma ch ne s 2 t r_r o-,j t. c W_n cne s, 4 Sma I El e r I r I,_' I W in cn, S. Class 4. Bob:a s an w r o�h e r S r j S e r Lc, r s �F a nd E r 5.S 5. Class 6. Gradall. ,-ass 71 . Mec-nar-Ics; WEIJEIS. C:FEFAT:N�; Iieat_r =rid z- =ner c::)rrj�­r.a7:­ ; ks C�n • APPENDIX Heater Scarfi re; ;;s3..'nm7y t Spreader; Au-_oarazier/Gotx;Aco _-r --ther Efmf lay type machines: ABG Paver; Eackhoes wjth Caisson Attac.nrnent; Bal-ast Regulator; Se' t ' oader; Caisson: Rigs; Car Durper; Ce7.t-ral Redi-Mix Plant; Combination Backhoe Fr on.,: Endloader Machine, �1 cu. yd. Backhoe Bucket or over or with attachmerts) ; Concrete Breaker (Truck Mountede ; Concrete Conveyor; Concrete Paver cver 27E cu. ft. ; Concrete Placer; Concrete Tube Flcat; Cranes, all attachments; _-_-arses, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc. ; Derricks, A-!-^ ; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & P_�nion and Simi lar Mactines; Fcrmless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol., )=uto Patrc-1 , Forn, Grader, Pull Grader, Subarader; Guard Rai-' Post Driver Truck Mounted; Hoists, One, Two and Three Drum, HeaN71' Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 4Crl of boom reach; 11*.Ibrication Technician; Manipulatcrs; Mucking Machine; F12e Drivers and Skid R-'g; Pre-Stress Macj-__2ne; Pump Cretes Djal Ram; Rock Drill - Crawler or Ski,- =gig; ,Rock DriI2 - Truck Mounted; Rock/Track iot R Tamper* 1 0 M"ll GrInder; Slio-Form. Paver; Snow Melters; So-411 Test Dr--' !- Rig (Truck Mounted) ; Straddle Buggies; Hydraulic Telescoping Form (Tunnel) ; Opeyatic�n of Tieback Mac_nine; Tract 'r Drawr, Belt Loader; T-ac7or Drawn Belt Loader (with attached pusher - two ena-Ineers) ; ac _r tor witi-. Boom; 7ractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck 140unted Concrete Pump will- Boom; Raised or Biind Hole Drills (Tunnel Shaft) ; Underaround Scrino and/cr Mining Machines S diameter and over tunnel, etc; Undergrot;nd Soring and/or Mfn4na Machines under _5 ft. in diameter; Wheel Excava:or; widener reus VJxer; Bofler ana Throttle Va].ve; Class 2. Batch Plant; Bitullr­ Bulldczers; Car Loader Trailing Conveycrs; irJz. Backhoe Front 7ndloader Machine (Less than --, cu. yd. Backhoe Bucket or over or with attachme its; ; -Compressor and Thrc ttle Valve; Compresscr, Common Receiver 113 ; Concrete Breaker or Hydro Fanme-r; Concrete G-r-JInding Machine; Concrete Mixer or Paver 7S Series zc and _�_ncluding 27 ft. ; Concrete Spreader; Concret e C-i;r4ng Ma-c h1ne, Burlap Machtne, BeIrIna Machine and SealIng Machine; Concrete Whee' S-=w; convevcr Muck �_ars <Haglunc :,r Similar Type) ; Drills, A_' I; Machine S:7�cvels rr Frzint Endloader; Hoist - Sewer Drao--�nc d¢_ - Machine; Hydraulic Boom Tr,.icks All 'tt-taChments) ; Hyarc)-Kaster; Hycir: Excava:irlg i,excludinq hcse w�_,rk, ; Laser Ives, %kv; Off-Ro&a !:aulinq Ur.--'ts ?includ-'ria Self-_ cading Zjectior. Dump; Rump r'-et s: Sauee-e cretes Screw Type Pumps, G- �t n'- - - ypsulr, :�ul�er and Pumm Fc-,ler, r.,vary` Snci,,* Plow-1; e r, S e a yr,a n, e t c s e�* f-p r•o e e d; s e r o p a-, -! m - ot c%,: --ed Co zac�cr ;:z Smreale--r - 2'lfc, - Stone, etc. ; -crane! Engin=_/P�_,sn and u ; 4. per - Frfme Mover JT-. Tanjen. cf Size� ; Tra-zcrs =,ullin,:! S�,eer,s 7oc�t, e:,:% , Tug Ssa-_s. ,-lass _-- � Boi-,srs; prooms, Al! Power Propelled, Cente--_ S-.;Dpy TenJer; CoTr=esscr, Common Receiver f2) ,oncrete Mixer (Twc, Ba-_ and, Over! ; convey. i, Farm-Type Tractors Used for Mowing, etc. ; J r1.___`` Tr-�;c hF in g V-5 Ch_-,,n e; Hc_�s t s, k�;:oma t:. H C 1, S ts, :_I I e a:c°r s; .9 c,4 st s, T u o a e r Ffnq'ie Drum.; _-teez r­qgey4; ow =,.,Vs; :'-J.-ger; Power -caw, 1--oncreze "'ewer 'r- Ve7i; 7uc M.J__!s; Rc,11erf, her Tani Asphal:; Feed ana Straw Eewer; S:ealr, Gensratcrs; Szzump Ma,_ ne; WfncCh Trucks wit-'r, "A" IF-rairie; Work Bc.stE; -amper APPENDIX I ;lass ;L."r Ccimpressti�r; compilnaz4on - Small Etc�i`pmen:: Operatcr; Dfrectiona'i. Bering Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit "Pile Driving, Extracting, or "r Zi-1-1-ing) ; Light P_' an ts, Al-� (I -.hrough 5, ; Pumps, over 3" (2 to 3 not to exceed a total Of 3.'D f-,. ; ; Pumps, Well Points; Vacuum Trucks (exclud-ing hose work) ; Weldfng Machines 12 through c) ; Winc4hes, 4 Small Electric Winches. Class SkidSteer Loader (a_11111 ; Brick Forklifts; 011ers. Class 6. Fileld Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPEFAT-_NG, ENGINEER - FLOATING Diver. I'I'ver Wet Tender, _-fiver Tender, ROV Pi.'.�oz, ROV Tender S''?-IjEY WORKZF - Operated survey equipment including data collectors, G.P.S. and robotic inFtrlxmuents, as we-! -' as conventional levels and zranslts. TRUC-K, DRIVER - BUILDING, HEAVY AND H-IGHWAY CONSTRUCTION Class 1. Two or three %xle Trucks. A-frame Truck when used for transportation purposes; Air Co.=ressors and Welding Ma nines, -includina those pulled by cars, pick-an trucks and tractors; Ambulances; Batcr, Gate Lockers; Baz-ch H_-)pperman; Car and Truck Washers; Carry-aj's; Fork Lifts a Hc,�s,:ers; HeIiDers; Mecha-its Helpers and Greasers; Oil Diszributcrs 2-man operation; 'aLrement Ereake_-s; ele Trailer, up tc,, 4rj feet; Power Mower Tr_actcrs; Self-pro-.)e_'-_'ed Chip Spreader; Skipman; Slurry Trucks, 2-man T ooera-,�i n; S11-L=y Truck Conveyor Ope.ra:icin, 2 or man; J Unsk-'l-'ed Durmpman; ana Track Drivers naal,ang warn-'n-a -arr4ca�ies, a7n-� D_­:ah' e t�- 7ets or, r�-e site. Class L. F'•--ur axLe -:,rucks; Dump Crets an1:1 AdoetvrS under 7 yards; _,=,psters, T_ :1k Trucks, F-UZI—Las, H,.2g Dump '_ rnapulls or when, pluiifnq other th-aT. Self-loading equipment or 5_47_41ar ecruiomen-. under :E cubic yaris; Mixer '7.r-,--.-ks under, veards; Ready-mix Plant Hopper aria Winch Trucks, 2 Axles. ,Class 3. -_rUC;:F; D-_,rra:- Cr et_ a7j:: - vards an,3 over; am 'rack Tr��-t:s, Euclf -;,-,, B!_t-_orr, -) - - 'r- -r—a- or Wnen scilf-Lzadin- eai:irmnent y_aras; _xp_u5_- Ves a. Mazer'-=- %­-:-ds or tilt :ra­ S e 7. -rar-F -Npera,_4c:­; Fo1s Trailer, :)ver 4rV' feet; ana E'xpan iat,_e Tra:._-erE h-B­_-_'ing material --ver S', fee'� .1cng; S1_,rry :-mar. opera-_ic�n; Wince. trucks, _=xles --r rLI'l-re; Welder ano Truck Pa:_` Class 4 . Si>. ax_-e --rucks; Dua_- -P'_rpc�SE vetic�es' , ­ suact as Trio un'�e d :�r rUZ:f'F W_Zt a z__ssc;r_- es M-ster Me c7 anti -.rucks w­t_n APPENDLX1 TE.R_kkZZ0 77NTSHER Tice handlina of sand, cerient, martle chips, and all other materials thai: may be '--sed by the Mosaic Terrazzo Mechanic, and the mixing, cr'nding, grouting, cleaning and sealing of all Marble, Mosaic, and lerratzs work, floors, rase, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masoric, and ierrazzcn MechanIcs. Other Ciassificaticns of work: ror definitions of classifications not otherwise set out, the Department qenerally has on file such definitions which are ava-i-l-able. 74 a task to be performed is not subfect to one cf the classifications of pay set out, the Department will upon being ccn,tacred state which neighboring ccu7:ty has such a and �rovide such rate, such rate being deemed to exist by reference in •h- s document. neighboring co�anty rate a_pp� ies to the task, If no . .1. the DerarInent, shall unjertake a special determination, such spe-zial determination being then teemed to have existed under this determ.-nation. If a pro-ect rea,_,4res these, or any classification no-. 1-4sted, please contact IDOL at for wage rates or clarifications. LANDS'CAPINS i,andscaping work _falls unde-r the ex_�5ting classifications -for laborer, operating engineer and truck driver. The work performed by landscape pIantsinan and I anaszape laborer is covered by -"he existing ;lass-ficatiGn =of labs rer. The work performed by lannscape operators (recardless of equipmen: used Cr i:s size) is ccc,vexed by he class `,r enz-ne=r. Th-_ w-rk perfrcrmed by landscape tr-,jck drivers �regardless of site of truck driven) is cc ere by the clasSif_cations of truck driver. KZ T E R I A L T Z S-T r-R & MA T 7-�Ik L T E S T E::�/I N S P_r r_T 0 F. I AN Not wi'rs tanJ inz; the d_-frfeTen,_-e in the class-ificat--on title, the classiffc:-.tior. entit-'et "Ma-zerlal -_est-er i" _invs_Ves the same 2_­z 5F --he "Material en�_I-Ieci "Material 11" -'nv1_',Ves _t�ewi se, the class-1 L � - ri-- saute as she M e APPENDIX 2 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] as Principal (hereinafter called the"Contractor')and .[insert surety name and address here:] organized and existing under the laws of the State of (hereinafter called the "Surety'') are held and firmly bound unto Village of Oak Brook, 1200 Oak Brook Road,Oak.Brook. Illinois. as the obligee(hereinafter called the "Owner''), in the full and just sum of [insert full contract price here:] $ for the payment of which sum of money well and truly to be made, the Contractor and the Suretv bind themselves and their heirs, executors, administrators, successors. and assigns, jointly and severally, firmly by these presents, said amount to include payment of actual costs and damages and for attorneys' fees. architectural fees. design fees. engineering fees. accounting fees. testing fees. consulting fees, administrative costs. court costs, interest and any other fees and expenses resulting, from or incurred by reason of the Contractor's failure to promptly and faithfully perform its contract with the Owner. said contract being more fully described below, and to include attorney=s' fees, court costs and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. WHEREAS. the Contractor has entered into a written agreement dated [insert contract date here:] 201_. with the Owner titled [insert contract title here:) .. (the -Contract-), the terms and conditions of which are by this reference incorporated herein as though fully set forth herein. NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the Contractor shall well, truly. and promptly perform all the undertakings, covenants. terms. conditions. and agreements of the Contractor under the contract. including but not limited to the Contractor's obligations under the Contract. (1) to provide, perform. and complete at the Work Site and in the manner specified in the Contract all necessary Work. labor, services. transportation, equipment, materials.apparatus, machinery. tools, fuels. gas..electric.water. waste disposal. information,data.and other means and items necessary for [insert general description of the Work here:] : (2) to procure and furnish all permits. licenses. and other governmental approvals and authorizations necessary in connection therewith /except as otherM*%se a press/,t• provided in the Anachment _ of*the Contract); (3) to procure and furnish all bonds.. certificates. and policies of insurance specified in the Contract: (4) to pay all applicable federal. state. and local taxes; (5) to do all other things required of the Contractor by the Contract; and (6) to provide. perform. and complete all of the foregoing in a proper and workmanlike manner and in full compliance with. and as required by and pursuant to,the Contract: all of which is herein referred to as the "Work.- whether or not any of the Work enter into and become component parts of the improvement contemplated. then this obligation shall be null and void.otherwise it shall remain in full force and effect. APPENDIX 2 The Surety, for value received, hereby stipulates and agrees that no changes, modifications. alterations, omissions.. deletions. additions, extensions of time, or forbearances on the part of the Owner or the Contractor to the other in or to the terms of said Contract: in or to the schedules, plans, drawings,, or specifications; in or to the method or manner of Performance of the Work: in or to Owner-furnished facilities, equipment, material, service, or site: or in or to the made or manner of payment therefore shall in any way release the Contractor and the Surety or either or any of them. or anv of their heirs, executors, administrators,'successors. or assigns, or affect the obligations of the Surety on this bond, all notice of any and all of the foregoing changes, modifications, alteratirons omissions, deletions, additions. extensions of time. or forbearances and notice of any and all defaults by the Contractor or of the Owner's termination of the Contractor being hereby waived by the Surety. Notwithstanding anything to the contrary in the foregoing paragraph, in no event shall the obligations of the Surety under this bond in the event of the Contractor's default be greater than the obligations of the Contractor under the Contract in the absence of the Contractor default. In the event of a default or defaults by the Contractor,the Owner shall have the right to take over and complete the Contract on 30 calendar days' written notice to the Surety, in which event the Surety shall pay the Owner all costs incurred by the Owner in taking over and completing, the Contract. At its option, the Owner may instead request that the Surety take over and complete the Contract, in which event the Surety= shall take reasonable steps to proceed promptly with completion no later than 30 calendar days after the date on which the Owner notifies the Surety° that the Owner wants the Surety to take over and complete the Contract. The Owner shall have no obligation to actually incur any expense or correct any deficient performance of the Contractor to he entitled to receive the proceeds of this bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner or the heirs,executors. administrators..or successors of the Owner. Signed and sealed this day of 201 . Attest'Witness: PRINCIPAL By: By: Title By: Attest/Witness: SURETY By: By Title: Bv: i I APPENDIX 3 LABOR A.ND MATERIALS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: [insert contractor name and address here:] as Principal(hereinafter called the"Contractor")and [insert surety name and address here:] organized and existing under the laws of the State of (hereinafter called the "Surm") are held and firmly bound unto Village of Oak- Brook. 1200 Oak Brook Road. Oak Brook, Illinois,as the obligee(hereinafter called the"Owner"), for the use and benefit of itself and of claimants as hereinafter defined (the "Claimants") in the full and just sum of[insert full contract price here:] S to be paid to the Owner or the Claimants or the Owner's or the Claimant's assigns, to which payment well and truly,to be made the Contractor and the Surety bind themselves and their heirs, executors, administrators. successors. and assigns,jointly and severally, firmly by these presents, said amount to include attornev's fees, court costs, and administrative and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation of the Surety under this bond. WHEREAS. the Contractor has entered into a written agreement dated [insert contract date here:] 201_, with the Owner titled [insert contract title here:] " (the "Contract"), the terms and conditions of which are by this reference incorporated herein as though full) set forth herein. NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION 1S SUCH THAT if the Contractor shall promptly pay or cause to be paid all sums of money that may be due to any Claimant with respect to the Contractor's obligations under the Contract: (1)to provide, perform,and complete.. at the Work Site and in the manner specified in the Contract all necessary Work, labor, services. transportation. equipment, materials, apparatus, machinery, tools. fuels, gas. electric, water, waste disposal. information, data and other means and items necessary for [insert general description of the Work here:] (2) to procure and furnish all permits. licenses, and other governmental approvals and authorizations necessarn in connection therewith /except as otherwise exprecstr provided in.4ttachment.A to the Contractf. (3) to procure and furnish all Bonds and all certificates and policies of insurance specified in the Contract: (4) to pay all applicable federal, state, and local taxes: (S) to do all other things required of the Contractor by the Contract. and (6) to provide,perform. and complete all of the foregoing in a proper and workmanlike manner and in full compliance with. and as required by or pursuant to. the Contract: all of which is herein referred to as the "Work." whether or not any of said Work enter into and become component parts of the improvement contemplated. then this obligation shall be null and void: otherwise it shall remain in full force and effect. For purpose of this bond. a Claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor to provide, perform. or complete any part of the Work. The Contractor and the Surety hereby jointly and sevcralh agree that ever)• Claimant that has not had all just claims for the furnishing of and part of the l ork paid in full. including without limitation all claims for amounts due for materials. lubricants. oil, gasoline. rentals of or service or repairs,on machinerN. equipment. and tools consumed or used in connection with the furnishing,of any APPENDIX 3 pan of the Work, may sue on this bond for the use of that Claimant_ may prosecute the suit to final judgment for such sum or sums as may be justly due that Claimant, and may have execution therein: provided. however,that the Owner shall not be liable for the payment of an), costs or expenses of ant such suit. The provisions of 30 ILCS 550/1 and ` of the Illinois Compiled Statutes shall be deemed inserted herein, including the time limits within which notices of claim must be filed and actions brought under this bond. The Contractor and the Surety hereby jointly'agree that the Owner may sue on this bond if the Owner is held liable to. or voluntarily` agrees to pay. anN Claimant directly. but nothing in this bond shall create any duty on the part of the Owner to pay any Claimant. The Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations. omissions, deletions. additions, extensions of time, or forbearances on the part of the Owner or the Contractor to the other in or to the terms of the Contract: in or to the schedules, plans, drawings, or specifications; in or to the method or manner of performance of the Work: in or to Owner-furnished facilities, equipment. material. service, or site; or in or to the mode or manner of payment therefor shall in any way release the Contractor and the Surety or either of any of them, or anv of their heirs. executors, administrators, successors. or assigns, or affect the obligations of the Surety on this bond, all notice of any and all of the foregoing changes. modifications, alterations. omissions, deletions,additions, extensions of time. or forbearances and notice of any and all defaults by the Contractor or of the Owner's termination of the Contractor being hereby waived by the Surety. Signed and sealed this day of 201 Attest/Witness: CONTRACTOR Bv: By: Title• By.: Attest/Witness: SURETY Bv. By: Title: By: *34920193 %2 I • t i REVIEW OF CONTRACTS Awarding Agency: T pe of Contract: Vrfi Department: Proararn/Account Number: Aw rded Contract Price: N u geted Amount: qg u-.: R 4� �" Under $20,006 C] $500,001 - $1,000,000 $20,000 -$500,000 Over $1,000,000 ',^ "t t+ 3z t T x.e.Y" P i T, EP �tt � y` ',�,JC�e+'ss ' fni i({ 'a' •�"�ir"i��.G}ur£sr Tz `a�.,t^6+� C ,� 7 t� ; � ` i��aj DEI°AIZ,r 't` Name: Dater ft Name: Date: 1 iii o rig© ��}� Lyj;+• r9c-31 4A&L.i.r.�i��.L.'�'i �ia�Ya �i>�.+v:� 3R+�-i�+.`� •Y1 Name Date: ' . Marne: Originals signed by other party Date/Initial �L �'`mac Z dpi Three (3) Ori g //�� Original provided to staff member for other party Date/InitiaisgwLQ i Original provided to Official Files Date/Initialsl& ' Village of Oak Brook I Approved by Board of Trustees Date/Initials: